RFQ - City of Surrey

advertisement
REQUEST FOR QUOTATIONS
Title:
GRASS CUTTING OF MEDIANS, BOULEVARDS, TRAFFIC
ISLANDS, WALKWAYS AND DETENTION PONDS –
ENGINEERING DEPARTMENT, OPERATIONS DIVISION
Reference No.:
1220-40-19-10
FOR THE SUPPLY OF GOODS AND SERVICES
REQUEST FOR QUOTATIONS
TABLE OF CONTENTS
1. INTRODUCTION................................................................................................................. 01
2. TERM
............................................................................................................................. 01
3. ADDRESS FOR DELIVERY ................................................................................................ 01
4. DATE .................................................................................................................................. 01
5. INQUIRIES .......................................................................................................................... 01
6. ADDENDA .......................................................................................................................... 01
7. DURATION OF QUOTATION ............................................................................................. 02
8. NO CONTRACT .................................................................................................................. 02
9. ACCEPTANCE.................................................................................................................... 02
10. CONTRACTOR’S EXPENSES ............................................................................................ 02
11. CONTRACTOR’S QUALIFICATIONS ................................................................................. 02
12. CONFLICT OF INTEREST .................................................................................................. 02
13. SOLICITATION OF COUNCIL MEMBERS AND CITY STAFF ............................................ 02
14. CONFIDENTIALITY ............................................................................................................ 02
15. SIGNATURE ....................................................................................................................... 03
16. BONDING ........................................................................................................................... 03
17. QUANTITIES....................................................................................................................... 03
SCHEDULE A – SCOPE OF SERVICES .......................................................................................................... 04
SCHEDULE A – 1 - North Mowing Areas .......................................................................................................... 10
SCHEDULE A – 2 - Central Mowing Areas ....................................................................................................... 16
SCHEDULE A – 3 - South Mowing Areas ......................................................................................................... 24
SCHEDULE A – 4 - Summary............................................................................................................................ 27
SCHEDULE B – DRAFT AGREEMENT ............................................................................................................ 28
SCHEDULE C – QUOTATION .......................................................................................................................... 40
Attachment 1 - PRIME CONTRACTOR DESIGNATION .................................................................................. 43
RFQ (Goods & Services) No. 1220-40-19-10
ii
REQUEST FOR QUOTATIONS
1.
INTRODUCTION
The City of Surrey (the “City”) invites contractors to provide a quotation on the form attached as
Schedule A to Schedule C (the "Quotation") for the supply of the goods (if any) and services
described in Schedule A – C (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 may
choose, in addition, to also include goods, services or terms that exceed the minimum
requirements.
2.
TERM
The Contractor will provide the Goods and Services for the period commencing on April 1st, 2010
and terminating on May 31, 2011 (the "Initial Term").
This Agreement will not automatically renew. The City may at any time prior to 30 days before
the end of the Term, by written notice to the Contractor, extend the Term for a period of time not
to exceed two (2) additional one-year periods (the “Renewal Term”). If the City elects to extend
the Term, the provisions of this Agreement will remain in force, including the fees payable under
the Quotation, except where amended in writing by the parties.
3.
ADDRESS FOR DELIVERY
The Quotation should be submitted to the City at the office of:
Kam Grewal, Acting Manager, Purchasing & Accounts Payable
Address:
6645 – 148 Street
Surrey, BC V3S 3C7
Fax:
Email:
604-599-0956
purchasing@surrey.ca
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 one original unbound and one other copy, making a total
of two (2) copies.
4.
DATE
The City would prefer to receive Quotations on or before Friday, March 12th, 2010. The City's
office hours are 8:30 a.m. to 4:00 p.m., Monday to Friday, except statutory holidays.
5.
INQUIRIES
All inquiries related to this Request for Quotation ("RFQ") should be directed in writing to the
contact person named in Section 3.
6.
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.
RFQ (Goods & Services) No. 1220-40-19-10
1
7.
DURATION OF QUOTATION
The Quotation will be open for acceptance by the City until:
(a)
(b)
8.
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
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.
9.
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 Attachment 1 on behalf of the City. Delivery of the signed Quotation
by the City may be by fax.
10.
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
consultants, 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.
11.
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.
12.
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.
13.
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.
14.
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.
RFQ (Goods & Services) No. 1220-40-19-10
2
15.
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:
16.
(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
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;
(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.
BONDING
No bid bonds are required. The City may or may not, at its sole discretion, ask any individual
short-listed Contractor to provide proof of their capability to obtain a surety in the amount of
$50,000. All premium costs for bonds are deemed to be included in the total Quotation price, but
broken down separately.
17.
QUANTITIES
Any quantities for unit prices listed in the Schedules are estimates for the purpose of comparing
Quotations only. The City does not expressly nor by implication agree that the actual amounts of
work 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 shall 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. Payment will be made only for the actual
measured quantities of work performed.
RFQ (Goods & Services) No. 1220-40-19-10
3
SCHEDULE A
SCOPE OF SERVICES
1.
2.
General
1.1
The Services generally consist of supplying all experienced and qualified labour, material,
supplies, parts, supervision and equipment for the cutting of grass, and generally in
accordance with the frequency schedule and on an as needed basis. The Contractor
shall only provide Services after receiving authorization from the City.
1.2
The City reserves the right to increase or decrease the number of grass cuttings and/or
total area of grass cutting at any time during the term. There shall be no penalty, or
additional cost to the City for any reduction in the amount of Service.
1.3
The locations to receive grass cutting and estimated areas are listed in Schedules “A-1”
through “A-41” [attached]. In general, the grass cutting locations are separated into three
geographic zones, North, Central and South. The Services are to be performed for the
City’s Engineering Department – Operations Division, Contracts & Solid Waste Section.
1.4
The work involves approximately 686,006 square metres of grass cutting and related
services along City Medians, Traffic Islands, Walkways, Boulevards on either side of a
sidewalk, and Detention Ponds during the March to October growing season. The
square metres shown on the project areas are estimated and no guarantee can be given
as to their accuracy. The Contractor should determine the accuracy of the square metres
shown for Service.
1.5
Prior to the commencement of any work the Contractor will be required to pick-up any
general litter, paper, beverage containers, small branches and leaves.
1.6
No grass clippings or leaves are to be blown onto walkways and/or roadways.
Scope of Services
2.1
Generally, the following shall be expected of and accomplished for the provision of grass
cutting services (the “Services”).
(a)
Grass Cutting:
The Contractor is to perform grass-cutting operations in a professional manner
that ensures a smooth surface appearance without scalping. The Contractor
shall not set mowing heights to be not less than ¾” for all turf areas. Mowing
height may be set as high as 2” with 1” being considered normal. Grass
clippings are allowed to remain on lawn areas. Grass clumps are to be spread
out.
(b)
Clean-Up Of Walkways And Roadways:
The Contractor is to provide the necessary labour to provide grounds clean up
during each grass cutting service. This Services shall include, but are not be
limited to the following:
i.
The collection and removal of all trash, unauthorized signs, broken glass,
bottles, cans, papers, and other unsightly debris from all grass areas,
including adjacent shrub beds, walkways and roadways.
ii.
Collect and remove any accumulation of grass clippings, leaf and waste
materials, from any immediately surrounding paved walkways and roadways
by sweeping; and,
RFQ (Goods & Services) No. 1220-40-19-10
4
iii.
Dispose of waste material at an approved waste/compost disposal facility.
If the Contractor fails to clean up in accordance with the aforementioned, to the
satisfaction of the City, the City may do so and charge the cost thereof to the
Contractor.
3.
Time Schedule
3.1
The Contractor is expected to provide the following service schedule. Mowing of all
assigned locations shall be completed on a 14-day (Bi-weekly) schedule beginning the
first week of April of each year, throughout the contract period, or as otherwise specified.
The 2010 mowing shall commence on April 6, 2010. The City, or designate will issue a
48-hour notice, written and/or verbal, before a cutting cycle is changed. All service cycles
must be completed to the satisfaction of the City, or designate, and prior to submission of
an invoice for payment.
3.2
The Services will be performed in accordance with the following time periods [the “Time
Schedule”] per infrastructure type. The initial defined frequency may be increased or
decreased in accordance with weather and growing conditions. As such, Contractors are
asked to bid on the base schedule and an optional schedule as follows:
(a)
Base schedule frequency is as follows:
Medians / Traffic Islands
every 2 weeks (Bi-weekly)
Boulevards
every 2 weeks (Bi-weekly)
Walkways
every 2 weeks (Bi-weekly)
Detention Ponds
4 times per year
2010 Cutting Schedule
Cut
Number
Time Periods:
Medians, Traffic Islands, Boulevards,
Walkways
1
April 6, 2010
2
April 19, 2010
3
May 3, 2010
4
May 17, 2010
5
June 7, 2010
6
June 21, 2010
7
July 5, 2010
8
July 19, 2010
9
August 2, 2010
10
August 16, 2010
11
August 30, 2010
RFQ (Goods & Services) No. 1220-40-19-10
Detention Ponds
** April 6, 2010
*** June 21, 2010
*** August 16, 2010
5
N.B.
(b)
(c)
4.
12
September 6, 2010
13
September 20, 2010
14
October 4, 2010
*** October 4, 2010
The City has the authority to cancel scheduled grass cutting at any time. The
cancellation will be based upon need, prevailing weather conditions and available
funding. Contractor will be notified 48 hours in advance of any such cancellation.
Optional Schedule:
Medians / Traffic Islands
weekly
Boulevards
weekly
Walkways
weekly
Detention Ponds
6 times per year
Inclement Weather
i.
The Services are to be continuous except in the event of inclement weather. The
City reserves the right to suspend any or all work due to poor weather conditions.
The City reserves the right to authorize the delayed work to be performed at a later
date, or the City may deem it more appropriate to omit the delayed work and
resume the normal schedule. The Contractor shall not perform any suspended
work without written authorization from the City.
ii.
While work is suspended due to inclement weather conditions, the Contractor shall
maintain readiness to resume work when conditions again become favourable
enough to proceed
Responsibilities of the Contractor
4.1
The Contractor is to provide all necessary traffic barricading and signing when performing
services in the City right-of-way of streets and shall conform to the latest edition of the
Ministry of Transportation & Highways/Traffic Control Manual for Work on Roadways, and
to the satisfaction of the City and included in the cost to the City. Further to the
instruction of the traffic control manual, flag persons working during hours of darkness
shall be illuminated in a manner acceptable to the City.
4.2
The Contractor is to provide all necessary safety devices and if required supervision
during grass cutting works so as to protect the public.
4.3
The project area(s) provided in Schedules “A-1” through “A-4” [incl.] is estimated and
prospective Contractors will be determine actual square metres for service and for bid
purposes.
4.4
The Contractor shall protect all existing plant materials at each service location(s) and
replace any or all damaged landscape materials and plants at no cost to the City resulting
from grass cutting work done by the Contractor.
4.5
The Contractor shall protect all existing water boxes/hook-ups at each service location(s)
and repair or replace any or all that are damaged during grass cutting work at no cost to
the City.
RFQ (Goods & Services) No. 1220-40-19-10
6
5.
4.6
The Contractor is expected to accept responsibility and provide personal supervision for
those persons within their employment.
4.7
The Contractor shall initiate, maintain, supervise, observe and comply with all safety
precautions and programs in connection with the work done in accordance with all
applicable federal, provincial and local laws, regulations and ordinances.
4.8
The Contractor shall submit to the City, any itemized invoices for grass cutting and
related services performed in a format approved by the City.
4.9
The Contractor must have all their vehicles identified with company name. This must be
fully legible and displayed in a professional manner.
4.10
The Contractor must report immediately to the City, or designate of any hazardous
situations observed at each worksite. Non-hazardous situations are to be reported within
24 hours to the City, or designate.
4.11
The Contractor shall notify the City, or designate and Engineering Operations Dispatch of
his work schedule twenty-four (24) hours in advance.
4.12
Normal working hours are 7:00 a.m. to 5:00 p.m. Monday to Friday, excluding Statutory
holidays, or as approved by the City, or designate. Weekend work will be permitted only
upon prior written approval from the City, or designate. No additional compensation will
be made to the Contractor for work performed outside of normal working hours.
4.13
A telephone number and dispatch point shall be manned by the Contractor during the
normal working hours of 7:00 a.m. to 5:00 p.m. by a person designated to make
decisions on behalf of the Contractor on the deployment of the Contractor’s personnel.
Responsibilities of the City
5.1
6.
Contract administration shall be done by Mr. Harry Janda, Engineering Assistant,
Contracts & Solid Waste, Engineering Department, Operations Division, Contracts &
Solid Waste Section.
Equipment
6.1
The Contractor is to provide and have available at all times all of the equipment
necessary to perform all of the requirements of the Contract documents. Said equipment
shall be first quality (Professional Grade), fully adequate for the function intended and the
first class level of service required, and maintained in excellent condition and repair at all
times. All equipment that is to be used on job site must be safe and in good working
order with sharp cutting edges. Equipment used must have safety features and
accessories, where applicable, as required by existing WCB regulations and/or laws.
Rotary type mowers must be equipped with skirt guards, which restrict foreign objects
from being thrown from the cutting unit enclosure. Tractors, where approved, shall be
equipped so as to conform to prevailing occupational safety health act standards (WCB).
6.2
Operator mounted mowing equipment and tractors must be equipped with low-pressure
floatation tires designed for use on turf.
6.3
The Contractor is to provide an accurate description of the equipment including
make/model and year of purchase, which the Contractor proposes to use in the
performance of the Services in the spaces provided for in Schedule C.
RFQ (Goods & Services) No. 1220-40-19-10
7
7.
8.
9.
Waste Sites
7.1
The Contractor is to dispose of all debris, trash and unsuitable materials collected under
this Contract off site. The Contractor is solely responsible for any and all damages done
or regulations violated in the disposal of waste materials and for any other actions, which
the Contractor performs.
7.2
The Contractor warrants that it will not produce or discharge in any manner or form,
directly or indirectly, chemicals or toxic substances into the environment and that all
equipment used will not pose a hazard to, or harm or adversely affect anyone coming into
contact with it and covenants and agrees to provide the City with an environmental plan
(where applicable), acceptable to the City, which plan shall outline the procedures to be
followed by the Contractor to prevent the production or discharge of chemicals or toxic
substances into the environment and the actions to be taken should the discharge occur.
7.3
The Contractor will be responsible to take all necessary measures to comply with the
requirements of the Federal and Provincial environmental protection agencies, City
by-laws, the Waste Management Act, R.S.B.C. 1996, c. 482, as amended and any other
applicable acts and regulations in respect to air, earth and water pollutants.
7.4
The Contractor will report to the City Representative immediately if any hazardous or
toxic materials are found or discovered. Such materials are to be left untouched and the
area is to be marked and condoned off to prevent any access to the workers and the
public.
Inspection of Services Performed
8.1
The whole of the Services and the manner of performing the same shall be done to the
entire satisfaction and approval of the City. All workmanship will be subject to periodic
inspection(s) by the City, or designate and it shall be the sole judge of the Services in
respect to quality and quantity, and decisions of the City, or designate, with regards to
work, or any part or parts thereof, shall be final and binding upon the Contractor.
8.2
The Contractor will be held strictly to the true intent of the Scope of Services in regard to
workmanship and the diligent execution of the contract.
8.3
If the quality of the work is determined to be inadequate or defective and it is determined
by the City, that a full time inspection is necessary for the remainder of the contract, the
cost of additional inspections due to the imposition of full time inspection by the City shall
be borne by the Contractor. For the purpose of this calculation, the additional cost of
inspection is estimated at $205.00 per working day. The City may, however, reduce the
level of this full time inspection at any time during the remainder of the Contract.
8.4
The Contractor will return to and perform Services, at the unit rate, any missed locations
as determined by spot check inspections.
Rejected Work
9.1
Services that are defective (“Defective Work”), whether the result of poor design, poor
workmanship, use of inappropriate equipment or damage through carelessness or other
acts, and whether incorporated in the Services or not, which has been rejected by the
City, as failing to conform to the Contract will be re-executed promptly and properly by
the Contractor at the Contractor’s expense.
RFQ (Goods & Services) No. 1220-40-19-10
8
10.
11.
Operator Safety Equipment and Apparel
10.1
All equipment operators shall wear the proper personal protective equipment to perform
grass cutting works which shall include but are not limited to CSA approved footwear, eye
and hearing protection in accordance with the Occupational Health and Safety Act,
W.C.B. of British Columbia and in accordance with the equipment manufacturer’s
operating instructions, while performing grass cutting operations.
10.2
The wearing of shorts or offensive apparel is not permitted while working on City
worksites.
Environmental Protection
11.1
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.
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
Quotation.
RFQ (Goods & Services) No. 1220-40-19-10
9
SCHEDULE A - 1
NORTH MOWING AREAS
Est'd nonTranslink
Grass Area
(m2)
Est'd
Translink
Grass
Area (m2)
Map
#
Type
Item/Address
0
Blvd
KGHwy - 128 St Northwest Corner
525
0
Blvd
KGHwy - 128 St Northwest Corner
212
0
Blvd
12479 - 113 Ave
1
Median
Bridgeview Dr - 112b Ave to 115 Ave
2127
1
Median
Bridgeview Dr - 115 Ave to 115b Ave
310
1
Blvd
KGHwy - 128 St Northeast Corner
577
0
575
2
Island
KGHwy - McBride to Currie Dr
352
3
Walkway
11327 - 14825
891
4
Walkway
11383 - 153A St
185
4
Blvd
11337 - 113A Ave-W P/L to 154A St
200
4
Median
4
Blvd
11333-154A Street - W side
9
Blvd
Old Yale Rd. to Brownsville Pub
10
Blvd
Scott Rd South - W side - 110 Ave to KGH
10
Blvd
Scott Rd South - E side - 110 Ave to weigh station
3314
10
Blvd
2007
10
Blvd
Scott Rd North - N side - 110 Ave to bus entrance
Scott Rd North - N side - Bus entrance to under Sky
Train
10
Blvd
Scott Rd South - W side - Old Yale Rd to 110 Ave
1470
10
Blvd
KGH Patullo onramp - North side
4709
10
Blvd
KGH Patullo onramp - South side
10509
10
Blvd
North Park & Ride - North side
1243
10
Blvd
110 Ave - N side - 125 St - 126 St
1026
10
Blvd
KGH - S side - Scott Rd - 127 St
3850
10
Blvd
110 Ave - 12439 to 126A St - N side
8387
11
Blvd
108 & KGH - NE side Hwy
310
11
Blvd
108 & KGH - SE side Hwy
200
11
Median
Gateway Dr - City Parkway to KGHwy
350
11
Median
Gateway Dr - West Whalley Ring Rd to City Parkway
280
11
Median
West Whalley Ring Rd - 108 Ave to Gateway Dr
11
Blvd
West Whalley Ring Rd - E Side - 107 Ave to 105a Ave
167
11
Blvd
West Whalley Ring Rd - E Side - 108 Ave to 107 Ave
480
11
Blvd
West Whalley Ring Rd - W side - 108 Ave to 105a Ave
809
11
Median
11
Blvd
West Whalley Ring Rd - W side - 105 Ave to 105a Ave
125
11
Blvd
West Whalley Ring Rd - W Side - 104 Ave to 105 Ave
214
11
Blvd
West Whalley Ring Rd - E Side - 105a Ave to 105 Ave
243
11
Blvd
West Whalley Ring Rd - E Side - 105 Ave to 104 Ave
234
11
Blvd
West Whalley Ring Road from KG Hwy to Gate Way Dr.
11
Blvd
KG Hwy South of West Whalley Ring Rd - west side
154A St/112A Ave
West Whalley Ring Rd - 104 Ave to 108 Ave
RFQ (Goods & Services) No. 1220-40-19-10
50
100
1200
635
1602
70
1019
7350
120
10
11
Blvd
132 St - N side,111-KGH
300
11
Blvd
132 St - S side,111-KGH
505
11
Blvd
132 St - W side,110-111
480
11
Blvd
KGH - W & S side - 128 St to Haddon Rd
11
Blvd
135A St - W & E - 108 Ave - 106 Ave
11
Blvd
106 Ave - N & S - 135 St - KGH
11
Median
11
Blvd
108 Ave - 128 St to 130 St
11
Blvd
128 St - 108 Ave to 107A Ave (east side)
300
11
Blvd
128 St - 105 Ave to 104 Ave (east side)
300
11
Blvd
132 St - 109 Ave to 110 Ave (east side)
150
11
Blvd
132 St - 107A Ave to 108 Ave (east side)
100
11
Blvd
108 Ave - 132 St to 133 St (south side)
150
13
Blvd
152 St W side, 108-Hwy1
13
Walkway
10825 - 145 St
360
13
Walkway
11008 - 148A St
338
13
Walkway
14840 - 105 Ave
281
13
Walkway
10836 - 145A St
408
13
Blvd
14
Median
14
Blvd
KGH - 134 St - Bolivar
3250
1036
300
150
1000
864
108 Ave - 144 St to 146 St
Guildford Dr from 152 St to 154 St
11106 153a St - Either Side Of Path From 153ASt To
154St
Guilford Dr - S side - 152 St - 154 St
500
295
507
14
Blvd
14
Walkway
14
Blvd
14
Detention
14
Median
14
Blvd
14
14
Blvd
Blvd
14
Blvd
14
Blvd
14
Blvd
14
Blvd
15
Island
10447 Glenmoor Pl
48
15
Island
10520 Woodglen Pl
530
15
Island
16387 Glenmoor Ct
72
15
Island
16161 Glenbrook Pl
72
15
Island
16143 Brookside Ct
72
15
Island
16130 Brookside Gr
72
15
Island
16149 Creekside Ct
72
15
Island
16169 Creekside Gr
72
11106 - 153A St
1108
629
104 Ave - 157 St to 158 St (north and south side)
300
15516-107A Avenue
157 A St - 108 Ave to 110 Ave & on 110 Ave between
157 St & 156 St
west of 15947 - 107A Ave (north side)
2200
west of 15948 - 107 Ave ( south side)
157A St E side N of 108 Ave - fronting detention pond
157A St both sides to fence line from N/E corner
property at 108 Ave to 156 St to fence line
Fronting parkland E Side 159 St(complete area) 107A
to 108 Ave
104 Ave to 108 Ave 156 St - Highway #1 Underpass
(east side)
10600 to 108 Ave 156 St - Highway #1 Underpass
(west side)
60
100
RFQ (Goods & Services) No. 1220-40-19-10
1500
60
1500
150
1800
700
11
15
Island
16616 Rosewood Pl
15
Island
16724 Beechwood Ct
65
15
Island
11027 164 St
40
15
Island
11071 164 St
40
15
Island
11135 164 St
40
15
Island
11171 164 St
40
15
Blvd
W of 11098 - 168 St to N of 11209 - 164 St - N and E side
15
Blvd
112 Ave - E of 11005 to W of 111o38 168 St- N side
15
Walkway
16702 - 109 Ave
281
15
Walkway
16469 - 109A Ave
219
15
Walkway
10850-167 St
15
Walkway
10848 - 166 St
207
15
Walkway
16533 - 109A Ave
211
16718-Bechwood Cres
100
4000
8
15
Island
16
Walkway
10452 - 168A St
153
16
Walkway
10477 - 169 St
179
19
Blvd
500
19
Median
120 St - 99 Ave to 100 Ave - east side
South Fraser Way - Emergency Turned Around to Grace
Rd
1890
19
Median
South Fraser Way - Grace Rd to River Rd
1008
19
Blvd
19
Walkway
9749 - Crown Cr
19
Walkway
9759 - Princess Dr
20
Blvd
10045 Mary Dr
450
20
Blvd
10179 127 St
272
20
Blvd
128 St - 99 Ave Northwest corner
20
Blvd
120 St - 99A Ave to 101 Ave - east side
21
Detention
21
Grace Rd - S side - 10170 - 10100
50
97
187
55
90
5229
9645 129 St
391
Median
Old Yale Rd - West Whalley Ring Rd to KGHwy
576
21
Median
West Whalley Ring Rd - 102 Ave to 104 Ave
805
21
Walkway
13389-102 Ave
300
21
Walkway
9710 - 129 St
115
21
Walkway
10082 - 132 St
39
21
Walkway
10128 - 132 St
58
21
Blvd
22
Walkway
132 St - 96 Ave to 98 Ave (east side)
300
E of East Whalley Ring Road to 138 St corner
400
22
Blvd
East Walley Ring Rd - E side - 100 Ave to Fraser Hwy
1338
22
Blvd
East Walley Ring Rd - W side - 100 Ave to Fraser Hwy
858
22
Median
East Whalley Ring Rd - Fraser Hwy to 99 Ave
250
22
Median
Fraser Hwy - East Whalley Ring Rd to 138 St
130
22
Median
KGHwy - Fraser Hwy to 100 Ave
159
22
Blvd
100 Ave S side - 137 St - 138 St
22
Blvd
KGH - E side - 100 Ave - 9900 Blk
647
22
Blvd
KGH - W & E - 100 Ave - 108 Ave
3310
22
Blvd
Fraser Hwy - KGH to 137A St
RFQ (Goods & Services) No. 1220-40-19-10
548
600
12
22
Blvd
140 St - Fraser Hwy to 9803 (west side)
150
22
Blvd
140 St - 100 Ave to 104 Ave (east side)
600
23
Island
9689 151a St
40
23
Island
9756 151a St
40
23
Detention
15198-98 Ave.
2040
23
Detention
1675
23
Blvd
9759 151 St
9770-152 St N P/L to W P/L -15195 - 96 Ave W side 152
St
23
Detention
15036 97 Ave
891
23
Detention
14793 101a Ave
660
23
Walkway
15183 - 9770
23
Blvd
100 Ave - N side - 148 St - 144 St
23
Blvd
148 St - W side - 101 Ave - 3 lots north
23
Blvd
96 Ave - N side - 152 St - 151 St
23
Blvd
96 Ave - N side - 148 St - 140 St
23
Blvd
148 St - E side - 100 Ave - North
23
Walkway
15027 - 99A Ave
1091
23
Walkway
15015 - 96A Ave
1045
23
W/W Island
15043 - 96A Ave
214
23
Walkway
14980 - 101A Ave
1250
24
Island
9743 155 St
250
24
Detention
9735 156 St
2800
24
Detention
9735 156 St
3850
24
Walkway
9746 156 St
690
24
Detention
9905 157 St
1621
24
Detention
15891 100 Ave
6254
24
Detention
10205 157 St
317
24
Detention
9790 153 St
1938
24
Blvd
100 Ave - N side - 160 St - 154 St
6215
24
Blvd
104 Ave - S side - 154 St - 156 St
24
Blvd
104 Ave - S side - 157 St - 15900 Blk
24
Blvd
100 Ave - S side - 156A St - 157 St
478
24
Walkway
9686 - 155A St
111
24
Walkway
15637 - 97A Ave
155
24
Walkway
9920 - 156A St
95
24
Walkway
10073 - 160 St
83
25
Island
25
Detention
10263 - 167 St
25
Walkway
17389-Abbey Drive
300
26
Blvd
96 Ave - N side - 176 St - 17100 Blk
700
30
Median
120 St - 89 Ave to 90 Ave
180
30
Median
120 St - 90 Ave to 90a Ave
180
30
Median
120 St - 90a Ave to Train Tracks
60
30
Median
120 St - Train Tracks to Holt Rd
150
30
Median
120 St - 91a Ave to 92 Ave
130
10276 167 St
RFQ (Goods & Services) No. 1220-40-19-10
450
509
13402
122
406
14151
413
1440
1026
100
2044
13
30
Detention
91 & 123St.
736
30
Detention
12454 93 Ave
930
30
Blvd
Nordel Way - N side - 120 St to 88 Ave
600
30
Blvd
88 Ave - South Side - 121b St to 122a St
120
30
Blvd
88 Ave - North Side - Nordel Way Intersection
1000
30
Blvd
Nordel Way - S side - 120 St to 88 Ave
1000
30
Blvd
88 Ave from 126 St to Kennedy Place - N side
30
Blvd
88 Ave - S side - 12700 - 124 St
30
Island
30
Blvd
96 Ave - 120A St to 122 St (south side)
200
30
30
Blvd
Blvd
96 Ave - 123 St to 125 St (south side)
96 Ave - 125 St to 128 St (south side)
300
30
Blvd
96 Ave - 125 St to 128 St (north side)
600
30
Blvd
96 Ave - 128 St to Prince Charles (north and south side)
300
30
Blvd
96 Ave - 130 St to 130A St (south side)
200
30
Blvd
88 Ave - 122A St to 12311 (north and south side)
250
30
Blvd
88 Ave - 123A St to 123 St (north side)
650
30
Blvd
88 Ave - 127 St to 128 St (north and south side)
30
Blvd
125 St - 89 Ave to 89A Ave - W side
300
30
Blvd
89 Ave - 125 St to 126 St (south side)
500
30
Blvd
126 St from 89A Ave to 88 Ave - W side
500
31
Island
9021 135a St
300
31
Island
9551 Oban Pl
540
31
Blvd
128 St - Both sides - 88 Ave - 9300 Blk
31
Blvd
132 St - E side - 96 Ave - 95 Ave
535
31
Blvd
132 St - W side - 8853 - 8900
384
31
Blvd
13500 -88 Ave to 13399-88 Ave - S side
300
31
Blvd
88 Ave. -King George Hwy to 134A St - ( north side)
300
31
Blvd
88 Ave - 132A St to 132 St (north side)
100
31
Walkway
31
Blvd
132 St - W side - 9100 Blk
298
31
Blvd
64 Ave - 152 St to 149 St
3201
31
Blvd
Hwy # 10 - 148A St to 149A St
960
31
Blvd
120 St - 80 Ave to 75A Ave
855
31
Blvd
128 St - 93 Ave to 94 Ave (east and west side)
600
31
Blvd
88 Ave - 128 St to 132 St (north and south side)
2000
32
Median
88 Ave - KGH to 140 St
1333
32
Median
88 Ave - 140 St to 144 St
32
Detention
14077 88 Ave
1330
32
Detention
14195 88 Ave
666
32
Blvd
144 - W side - 88-89a
56
32
Blvd
144 - W side - 89a-91a
344
32
Blvd
88 Ave - N side - 140A St - 139A St
32
Detention
9111 - 122 St
13398 - 89 Ave
14294 91 Ave
RFQ (Goods & Services) No. 1220-40-19-10
300
1362
97
600
300
8168
4866
1139
261
948
14
32
Median
32
Detention
14301 - 91 Ave
1280
32
Blvd
140 St - 89 Ave to 91 Ave (east and west side)
1200
32
Blvd
88 Ave - 137A St to 140 St (north side)
500
32
Blvd
88 Ave - 140 St to 141B St (north and south side)
450
33
Detention
9184 144 St
1815
33
Detention
14410 90 Ave
1788
33
Detention
8877 146 St
796
33
Walkway
92 Ave - N & S side - 148 St to 147 St
33
Median
96 Ave - Fraser Hwy to 148 St
33
Median
88 Ave - 144 St to 146 St
879
33
Median
88 Ave - 146 St to 148 St
870
33
Median
88 Ave - 148 St to 150 St
875
33
Median
88 Ave - 150 St to 152 St
33
33
Blvd
Fraser Hwy - S & N side - 88 Ave - 150 St
1800
Blvd
Fraser Hwy - S & N side - 150 St - 148 St
400
33
Islands
2- 14491-91 Ave
300
34
Island
15468 95 Ave
230
34
Island
15538 95 Ave
176
34
Detention
34
Island
15833 94 Ave
60
34
Island
9404 158a St
60
34
Island
9448 158a St
80
34
Island
9464 158a St
30
34
Detention
34
Blvd
34
median
34
34
96 Ave - 140 St to Fraser Hwy
1189
1000
3552
874
15472 95a Ave - Utility ROW - from 156 St to 154 St
15816 95a Ave Utility ROW- from 160 St to 156 St
9387 156 St
5765
6940
10
88 Ave - 152 St to Fraser Hwy
880
Blvd
88 Ave - N side - 156A St - 156 St
282
Blvd
96 Ave - S side - 155 St - 156 St
663
34
Blvd
34
Walkway
15642 - 95A Ave
88 Ave - S side - 159 St - 15950
62
223
34
Walkway
15809 - 93A Ave
239
34
Walkway
8883 - 157 St
237
34
Walkway
9442 - 158 St
241
34
Median
155 St/96 Ave -(north and south)
100
34
Walkway
15692 - 90A Ave
125
34
Walkway
9381 - 160 St
918
34
Island
15460 - 90 Ave
212
34
Island
9582 - 155A St
152
35
Island
9456 163a St
120
35
Walkway
16110 - 89A Ave
300
35
Detention
Serpintine Heights Park- 16125-93A Ave
975
Totals:
Grand Total:
RFQ (Goods & Services) No. 1220-40-19-10
162,800
93,446
256,246
15
SCHEDULE A – 2
CENTRAL MOWING AREAS
Est'd nonTranslink
Grass Area
(m2)
Map
#
Type
Item/Address
27
Blvd
17753 Barnston Dr
40
Walkway
40
Blvd
40
Walkway
40
Blvd
41
Median
41
Blvd
86 Ave - N side - 12800 to 132 St
41
Blvd
86 Ave - S side - 1300 to 132 St
41
Detention
13451 85 Ave [DP]
2,394
41
Detention
8225 134 St [DP]
2,457
41
Blvd
132 St - E side - 83 to 84 Ave
800
41
Blvd
132 St - E side - 8738 to 88 Ave
300
41
Blvd
84 Ave - S side - East of 132 St
250
41
Blvd
88 Ave. S side - 132 St to 132A St
41
Blvd
132 St - 80 Ave to 82A Ave
400
41
Blvd
132 St - 86 Ave to 88 Ave (east side)
400
42
Island
8049 Coopershawk Ct
170
42
Island
7932 Blackhawk Pl
140
42
Detention
8122 140 St [DP]
3,146
42
Detention
14062 84 Ave [DP]
5,115
42
Blvd
140 St - W side - 8100 to 82 Ave
600
42
Blvd
140 St - E side - 8000 to 8100
400
42
Blvd
144 St - E side - 8300 to 8368
300
42
Blvd
84 Ave - North side - 143A St to 144 St
400
43
Island
15035 Spenser Dr
80
43
Island
15067 Spenser Ct
438
43
Detention
43
Island
8349 146A St
55
43
Island
14688 83 Ave
14
43
Island
8674 Milton Dr
178
43
Detention
8614 148 St
821
43
Detention
8732 146 St [DP]
8,370
43
Detention
14859 82 Ave.
1,410
43
Blvd
43
Median
43
43
1,400
8068 - 120A St
600
80 Ave - S side - 120 to 120A St
200
8529 - 121A St
180
Nordel Way - Both sides - 120 St to 88 Ave
2,400
84 Ave - 128 St to 132 St
1,946
14939 84 Ave [DP]
800
600
50
1,500
84 Ave from 147 St to 148B St - N/S side
800
84 Ave - 144 St to 146 St
298
Blvd
84 Ave- S side- 1416 to 14580
900
Blvd
84 Ave - N side - East of 144 St
200
RFQ (Goods & Services) No. 1220-40-19-10
Est'd
Translink
Grass Area
(m2)
16
44
Detention
15265 84 Ave
152 St - 82 Ave to 80A Ave
2,838
44
Blvd
44
Detention
8453 154 St
195
44
Detention
15245-80 Ave. [DP]
600
44
Median
84 Ave - 159 St to 160 St
194
44
Blvd
S/E corner Fraser Hwy/88 Ave-south side of trees
44
Blvd
Fraser Hwy - South side - 156 St to Venture Way
44
Blvd
8106 - 152 St to 82 Ave - E side
95
45
Island
16052 80a Ave
18
45
Detention
8755 164 St.
808
45
Blvd
164A St - Back of houses - 8557 to 16481 - 86 Ave
200
45
Blvd
168 St - West side - 84 to 88 Ave
45
Blvd
84 Ave - South side - 164 St to 16500
800
45
Blvd
Fraser Hwy - N side - 16450 to 16500
600
45
Blvd
Fraser Hwy -S side 164 St to 166 St
450
45
Blvd
Fraser Hwy - S side 166 St to 168 St
500
45
Blvd
S side Fraser Hwy - 164 St to 84 Ave
100
45
Blvd
N side Fraser Hwy - 164 St to 6315 Fraser Hwy
200
45
Blvd
N side Fraser Hwy - 162 St to 16139 Fraser Hwy
50
45
Blvd
50
45
Blvd
45
Blvd
S side Fraser Hwy - Fronting 16110 - Fraser Hwy
Fraser Hwy - N side- to end of S/W on E side of 168
St
Fraser Hwy -N side- to end of S/W on W side of 168
St
45
Blvd
Fraser Hwy - S side - 168 St to 16750-Fraser Hwy
45
Blvd
168 St - W side- 83 Ave to 84 Ave
46
Island
16900 Block - 80 Ave.
46
Island
8472 168 St
46
Blvd
168 St - E side- 8565 to 8600
46
Blvd
168 St E side - 80 Ave to 84 Ave
1,000
46
Blvd
80 Ave - N side - 168 St - 170 St
632
2,800
75
1,200
2,400
200
50
100
200
10
65
200
Blvd
86A Ave - Greenway Dr to 17025
150
46
Blvd
Greenway Drive - S side - 168 St to Wildwood Pl.
100
46
Island
168 St - 86A Ave to 86 Ave
50
Island
12441 77a Ave
70
50
Island
12555 77a Ave
43
50
Island
7711 125 St
70
50
Detention
7552 124 St [DP]
867
50
Detention
12262 75a Ave
775
50
Detention
7676 122 St
776
50
Median
50
Detention
7376 122a St
2,236
50
Detention
7376 122a St - X
1,840
50
Detention
7376 122a St - X
445
2,929
120 St - 76a Ave to 77a Ave
RFQ (Goods & Services) No. 1220-40-19-10
150
17
50
Blvd
122A St & 74 Ave [cul-de-sac]
500
50
50
Walkway
12311 - 7350
157
Walkway
7387 - 12300
144
50
Detention
7559 - 128 St
6,000
50
Detention
12377 - 72 Ave
1,025
50
Blvd
72 Ave and 122A St - N/E corner
50
Blvd
120 St from 75A Ave to 80 Ave-E side
50
Blvd
128 St - East side - 72 to 74 Ave
51
Median
51
Walkway
13105 - 72 Ave (beside)
200
51
Blvd
132 St - West side - 72A - 73 Ave
300
51
Blvd
132 St - West side - 73A to 74 Ave
300
51
Blvd
72 Ave - North sides - 128 to 130 St
400
51
Blvd
72 Ave - 132 St to 133A St (south side)
200
52
Detention
7866 143a St
871
52
Detention
14075 - 73 Ave
52
Detention
7393 141a St
52
Walkway
7387 - Todd Cres
350
52
Detention
14187 - 74A Ave
650
52
Detention
14237 - 72A Ave
6,500
52
Blvd
52
52
52
Blvd
72 Ave - 141A St to 144 St (north and south side)
53
Blvd
151a St & 74 -along 152
53
Blvd
152 St E side - 72-74 Ave
350
53
Blvd
152 St W side - 72-78
620
53
Median
152 St - 72 Ave to 76 Ave
2,121
53
Median
152 St - 76 Ave to 78a Ave
1,521
53
Detention
53
Blvd
53
Walkway
53
Median
80 Ave - E of 128 St
300
850
400
50
10,100
3,146
144 St - West side - 76A - 76 Ave
160
Walkway
14033 - 72 Ave
550
Walkway
140 St - 7386 to 7404
326
1,000
127
7932 - 145 St
5,000
144 St - 72A Ave to 74A Ave (west side)
1,000
7367 - 149St
180
14859-76A Ave
75
14878-76A St
70
53
Island
54
Median
55
Island
163 St and 80 Ave
40
55
Island
16633 79b Ave
42
55
Island
7985 166b St
370
55
Island
7784 163 St
40
55
Island
7738 163 St
55
55
Island
7990 163 St
60
55
Blvd
55
Walkway
57
Blvd.
152 St - 78a Ave to 80 Ave
630
168 St - Fraser Hwy to 80 Ave
120
78 Ave - 16253 to 16233
Fraser Hwy/184 St. to beginning of E end ditch S
side
420
RFQ (Goods & Services) No. 1220-40-19-10
1,000
18
Blvd
Fraser Hwy/178 St. to E P/L of 18341-Fraser Hwy N side
800
57
Blvd
Fraser Hwy/178 St to W end of ditch
500
60
Island
60
Detention
6970 124 St
60
Detention
12485 69a Ave
60
Median
64 Ave - 121 St to 122 St
160
60
Median
64 Ave - 122 St to 124 St
408
60
Median
64 Ave - 124 St to 126 St
382
60
Median
64 Ave - 126 St to 128 St
382
57
121 St & 69 Ave
70
800
1,183
60
Blvd
South end of 121 St off of 72 Ave
160
60
Median
72 Ave - 122a St to 123 St
272
60
Median
72 Ave - 123 St to 124 St
98
60
Median
72 Ave - 124 St to 126 St
1,260
60
Median
72 Ave - 126 St to 127 St
600
60
Median
72 Ave - 127 St to 128 St
600
60
Blvd
128 St - East side - 67A to 68 Ave
164
60
Blvd
120 St - East side -64 Ave to 72 Ave-E side
60
Walkway
121A St N/64 Ave
234
60
Walkway
12622 - 67A Ave
96
60
Blvd
61
Island
61
Detention
13329 - 67A Ave
6,000
61
Walkway
128 St - 6808 - 12847
1,388
61
Walkway
12947 - 68 Ave
61
Island
61
Walkway
61
Blvd
61
Walkway
61
Median
61
Detention
61
Blvd
61
Median
61
Blvd
61
Walkway
61
Blvd
61
Detention
13475 68a Ave
1,935
61
Island
13360 67a Ave
50
61
Blvd
13574 66a Ave
306
61
Detention
13349 65a Ave
1,263
61
Detention
12964 67a Ave
3,608
61
Detention
13077 66a Ave
1,196
61
Detention
13077 66a Ave
61
Detention
13077 66a Ave [DP]
1,764
61
Detention
6488-130A St
1,914
72 Ave - 12267 to 12273
7120 129a St
7063 129a St
400
188
20
384
21
13055 - 64 Ave
105
132 St - 68 Ave to 72 Ave
698
13027 - 67A Ave
142
72 Ave - 128 St to 129 St
322
13355 - 65A Ave
2,500
132 St - 68 Ave to 72 Ave (east and west side)
3,000
72 Ave - 130 to 132
1,148
64 Ave - 132 St - 133A St (south side)
6930 - Clevedon Drive
300
275
64 Ave - 134 St to 134A St
RFQ (Goods & Services) No. 1220-40-19-10
100
816
19
61
Walkway
6511 - 131 St
61
Median
6425 - 129A St
61
Median
64 Ave - 128 St to 130 St
382
61
Median
64 Ave - 130 St to 132 St
382
61
Median
64 Ave - 132 St to 134 St
408
61
Median
64 Ave - 134 St to KGHwy
424
61
Median
72 Ave - Hall Rd to KGHwy
298
62
Detention
13851-65 Ave
1,200
62
Detention
7011 - 7003 144St.
1,425
62
Detention
6943 144 St
420
62
Detention
14341 68 Ave [DP]
560
62
Detention
14120 Hyland Rd [DP]
62
Walkway
14092 - 6500
62
Median
138 St - Hyland Rd to Train Tracks
62
Median
138 St - Train Tracks to 70 Ave
923
62
Median
64 Ave - KGHwy to 137 St
235
62
Detention
14125 - 6600
400
62
Blvd
144 St - West side - 64 Ave to Hyland Road
62
Blvd
138 St - 68 Ave to Traintracks
141
62
Blvd
70 Ave - 137A St - 138 St
438
62
Blvd
138 St 68 Ave to 70 Ave - E side
62
Walkway
62
Blvd
S side 64 Ave - 137 St to 144 St
62
Blvd
N side 64 Ave - 138 St to E p/l 14351-64 Ave
62
Blvd
64 Ave - 142 St to 144 St ( N/S side)
62
Blvd
64 Ave -140A St to 142 St (north and south side)
63
Blvd
14929 - 67 Ave.
63
Median
64 Ave - 149a St to 150 St
145
63
Median
64 Ave - 150 St to 150a St
205
63
Median
64 Ave - 151a St to 152 St
130
63
Blvd
N side 64 Ave - 14467 to 146 St
100
63
Blvd
152 St W side - 64-66a
646
63
Blvd
152 St W side - 66a-68
370
63
Blvd
152 St W side - 68-72
1,520
64
Blvd
152 St E side - 64-66
456
64
Blvd
152 St E side - 66-68
618
64
Blvd
152 St E side - 68-72
1,225
65
Blvd
168 St - West side - 6450 to 6700
65
Blvd
64 Ave - 16514-64 Ave to 168 St
747
66
Blvd
64 Ave - 17499 to 17377
212
66
Blvd
64 Ave - 17241 - 64 Ave to 172 St - N side
66
Blvd
64 Ave - 172 St to 17108-64 Ave- N side
66
Blvd
176 St/66A Ave. - West Blvd.
200
66
Blvd
N & S side 64 Ave - 173A St to 175 St
300
138 St - 65 Ave to 65A Ave
RFQ (Goods & Services) No. 1220-40-19-10
60
200
1,200
262
80
2,400
8,000
616
400
2,000
400
1,000
100
1,500
75
230
20
66
Blvd
S side 64 Ave - Full property E of 175 St
300
66
Blvd
100
66
Blvd
S side 17134 64 Ave to 172 St
South P/L detention fence to N P/L creek crossingEast s
67
Detention
67
Blvd.
68
68
6591 - 179
300
5,173
6600 Block of 176 St. - East side
100
Blvd
64 Ave & 192 St (north of Fraser Hwy.)
838
Blvd
18990 to 18951-Fraser Hwy-S side
100
68
Blvd
18983 Fraser Hwy to 188 St - N side
300
68
Blvd
188 St to 68 Ave - N side
68
Blvd
68 Ave to 184 St-N side
500
68
Blvd
18500 - Shopping center Entrance- S side
500
70
Island
70
Blvd
6290--6165 Boundary Dr. East
600
70
Blvd
across from 12357-56A Ave
100
70
Walkway
70
Blvd
70
Walkway
70
Median
70
Blvd
70
12039 57a Ave
1,000
90
6110 - 120A St
90
opposite 12031 to 12039-57A Ave
60
12283 - Boundary Drive - S
225
57 Ave - 12031 to 12039
210
120 St - Boundary Park Rd to 62 Ave (east side)
200
Walkway
6174- Northpark Place
134
71
Detention
13088 63a Ave
71
Detention
13088 63a Ave
71
Detention
6370 131a St
71
Detention
6181 131a St [DP]#1
672
71
Detention
6181 131a St [DP]#2
1,276
71
Detention
6302 135a St
1,984
71
Detention
13442 62 Ave
2,063
71
Detention
6074 132a St
648
71
Detention
13320 58b Ave
71
Walkway
13348 - 58B Ave
340
71
Walkway
13420 - 61A Ave
126
Median
1,659
210
1,658
1,962
72
Blvd
Blvd/bus
stop
KG Hwy - North of Hwy #10
KG Hwy W and S side - 64 Ave to East #10 Hwy bypass
KG Hwy E and N side - 64 Ave to East #10 Hwy bypass
72
Median
144 St - Hwy 10 to City Hall Entrance
141
Blvd
# 10 Hwy N side -144 St to 148 St
200
Blvd
#10 Hwy S side- 144 St -144A St
50
72
2,800
2,600
400
1,850
400
Median
#10 Hwy -KG Hwy to 14246
5,000
72
Median
13675-56 Ave
1,200
73
Blvd
152 St W side - Panorama - Hwy 10
73
Blvd
144 St - 60 Ave to 64 Ave
73
Blvd
Panorama Drive - S side - 152 St to 58 Ave
73
Detention
5632 - 144A St
RFQ (Goods & Services) No. 1220-40-19-10
680
400
400
2,500
21
73
Blvd
64 Ave - 152 St - 149 St
3,201
73
Blvd
Hwy 10 - 148A St to 149A St
74
Median
152 St - 56b Ave to 57a Ave
140
74
Median
152 St - 57a Ave to 57b Ave
165
74
Blvd
152 St E side - 58a-Hwy 10
330
74
Median
152 St - 58a Ave to 58b Ave
115
74
Median
152 St - 59a Ave to 59b Ave
115
74
Median
152 St - 60a Ave to 61 Ave
220
74
Median
152 St - 62 Ave to 62a Ave
180
74
Median
152 St - 63 Ave to 63a Ave
35
74
Median
152 St - 63a Ave to 64 Ave
35
74
Blvd
152 St E side - 58A Ave to 62A Ave - 1 meter wide
800
74
Blvd
152 St E side - 58a-63
150
75
Blvd
64 Ave - 165 St to 168 St
76
Islands
(2) - 168 & 57A
20
76
Island
6278 171 St
50
76
Island
6280 171a St
197
76
Island
6339 171 St
50
76
Island
6341 171a St
197
76
Island(s)
(2) 6300 Block of 172A St
300
76
Blvd
175 St E side - Hy10-59
76
Blvd
175 St W side - 57 Ave to 60 Ave.
76
Median
175 St - 57 Ave to 59 Ave
1,372
76
Median
175 St - Hwy 10 to 57 Ave
690
76
Island
176 St-58A Avenue-East side
400
76
Island
16441-59A Avenue
300
76
Blvd
60 Avenue to 62 Avenue - East side
700
76
Blvd
60 Avenue to South P/L of church of West side
600
76
Detention
6030 - 184 St
7,000
77
Detention
18302 58b Ave
1,147
77
Blvd
58 Ave N - 176 to Mall
153
77
Blvd
58 Ave S - 176 to Mall
117
77
Blvd
5808 176a St
50
77
Blvd
5890 176 St
79
77
Blvd/Island
58a S side - 175a-176
78
77
Blvd
60 Ave N side - 180-176
77
Blvd
175 St & 58 Ave W side - West of S/W
100
77
Blvd
184 St - West side - Sundance Drive to 60 Ave
700
77
Blvd
184 St - 60 Ave 6100 Block-W side
300
77
Blvd
60 Ave- 184 St to 18500 Blk-N side
300
77
Blvd
56A Ave - 17968
180
960
1,868
1,012
850
1,095
78
Island
6191 191 St
130
78
Walkway
5984-191A St
150
78
Walkway
19051-59 Ave
150
RFQ (Goods & Services) No. 1220-40-19-10
22
78
Walkway
5975-191 St
78
Walkway
5782-190 St
130
78
Walkway
5790-191A S
150
78
Island
5975 191 St
138
78
Island
19131 58 Ave
60
78
Detention
19125 Hwy #10
1,044
78
Detention
5709 188 St [DP]
2,192
78
Detention
58 & 186A - Northside
1,458
78
Detention
18530 - 60th
2,421
78
Detention
18711 60 Ave
1,276
78
Island
18526 58a Ave
78
Detention
78
Blvd
78
78
190
5640 - 188 St
45
192 St - West side - #10 Hwy to 60 Ave
4,000
Detention
5672 - 184B St
2,000
Detention
6023 - 191A St
755
78
Detention
19064 - 59 Ave
10,000
78
Blvd
78
78
60 Ave/192 St - S/W corner
100
Blvd
60 Ave - South side - 18400 to 18500
400
Blvd
192 St - Enterprise Way to 60 Ave
547
78
Blvd
64 Ave - 190 St to 192 St
825
78
Detention
78
Blvd
184 St - 60 Ave to 64 Ave (west side)
500
78
Blvd
144 St - 56B Ave to 57A Ave (west side)
300
79
Blvd
192 St from Enterprise Way to 60 Ave - E side
2,500
79
Blvd
192 St - 60 Ave to 64 Ave (west side)
2,500
79
Detention
19436 - 62 Ave
6,000
80
Walkway
5441 - 128 St
920
82
Median
137 St/55A Ave
225
83
Blvd
88
Walkway
185B St - 56A Ave
1,200
152 St West side - 54 to Hwy 10
0
5550 - 185A St
50
Totals:
Grand Total:
RFQ (Goods & Services) No. 1220-40-19-10
267,882
29,922
297,804
23
SCHEDULE A – 3
SOUTH MOWING AREAS
Map
#
Type
Item/Address
Est'd nonTranslink
Grass Area
(m2)
80
Walkway
128 St -55 Ave
93
Detention Pond
KGH - 48 Ave to 8 Ave( both sides)
102
Blvd
Elgin Rd-Crescent Rd
200
103
Median
32 Ave -Hwy 99 to 150 St
430
103
Median
32 Ave -Hwy 99 to 152 St
748
103
Park Blvd
34 Ave -14400 blk N side
140
103
Park Blvd
14492-34 Ave
120
103
Blvd
34 Ave -4400 S side
255
103
Median
34 Ave -14400 E&W side
850
103
Blvd
32 Ave -33A Ave
875
103
Blvd
132 St -68 Ave to 72 Ave
698
103
Island
KGH -34 Ave to 33A Ave
104
Blvd
15329-32 Ave
650
104
Blvd
15330-32 Ave
2,400
104
Median
32 Ave -152 St to Firehall #17
688
104
Median
32 Ave -154 St to 154a St
100
104
Blvd
15557-36 Ave
70
110
Island
12767-27a Ave
40
110
Blvd
12709-Crescent Rd
670
110
Blvd
318
110
Blvd
2593-125a St
Beecher St - N & S side Sullivan St to
End of Street
111
Island
13470-26 Ave
250
112
Walkway
14315-25 Ave
155
112
Island
14089-26a Ave
255
112
Island
25A Ave -142 St.
230
112
Island
2660-141 St
600
112
Road Allowance Det Pond
2788-141 St
740
112
Greenbelt Detention Pond
14167- 28A Ave
112
walkway
14338-30 Ave
112
Elgin Estates Subdiv
112B Ave- 3148 Northcrest Dr
112
Park Blvd
14303-31 Ave
102
112
Park Blvd
3100 blk - Northcrest Dr E side
100
112
Park Blvd
3100 blk - Northcrest Dr W side
80
112
Park Blvd
14080-30A Ave
180
112
Island
2887-Chantrell Pl
160
112
Island
2945-Chantrell Pl
140
RFQ (Goods & Services) No. 1220-40-19-10
Est'd
Translink
Grass Area
(m2)
1,200
42,105
30
431
2,092
403
1,875
24
113
Park Blvd
2938-145a St
140
113
Blvd
148 St E side -24 Ave 25 Ave
624
113
Blvd
148 St E side -25 Ave 26 Ave
756
113
Blvd
148 St E side -26 Ave 28 Ave
600
113
Blvd
148 St E side -28 Ave 30 Ave
1,140
113
Blvd
148 St W side -24 Ave 28 Ave
840
113
Blvd
148 St W side -24 Ave 28 Ave
1,560
113
Blvd
148 St W side -28 Ave 30 Ave
1,054
113
Median
148 St - 28 Ave to 30 Ave
900
113
Median
148 St - 26 Ave to 28 Ave
900
113
Blvd
24 Ave - 14800 to 15000 N side
370
113
Walkway
14848- 20A Ave
160
113
Greenbelt Detention Pond
14989-25A Ave
1,333
113
Park Blvd
15097-24 Ave
113
Median
32 Ave - 150 St to 149a St
114
Blvd. N. of 15760
2638-Croydon Dr.
1,494
114
Chantrell Creek Park
2956-152 St
2,500
120
Island
12638-Ocean Cliff Dr
130
120
Park Blvd
12617-Ocean Cliff Dr
100
120
Park Blvd
2074-Ocean Forest Dr
20
121
Park Blvd
1660-135a St
280
121
Island
13198-Amble Greene Cl
385
121
Island
13258-17a Ave
285
121
Island
13363-17a Ave
1,160
121
Island
1653-Amble Greene Dr
1,000
121
Detention Pond
1649-Amble Greene Drive
2,026
121
Detention Pond
1783-Amble Greene Drive
946
121
Detention Pond
13283-Amble Greene Court
3,779
121
1775-Amble Greene Blvd
2,430
121
Greenbelt
Traffic Island Detention
pond
1656-133A St
4,673
121
Island
13272-Amble Greene Pl
121
Island
1825-133a St
121
Island
1916-Amble Greene Dr
415
121
Island
1949-Amble Greene Dr
705
121
Island
13288-19a Ave
220
121
Island
13469-17 Ave
460
121
Island
13539-18 Ave
70
121
Greenbelt
1841-136 St
121
Island
13561-19 Ave
175
121
Island
1978-134a St
385
121
Detention Pond
12997-18 Ave
2,208
121
Island
2312-129a St
1,295
121
Blvd
24 Ave S side-132a 133a
121
Park Blvd
13200-23a Ave
RFQ (Goods & Services) No. 1220-40-19-10
50
440
135
25
1,838
450
40
25
122
Detention Pond
14319-17
1,119
122
Walkway
14271-1650
122
Island
14077-17 Ave
70
122
Detention Pond
1894-139 Ave
1,873
122
Blvd
140 St E side -22 Ave 23A Ave
122
Blvd
140 St -2238 to 2400 E side
1,600
122
Park Blvd
141 St -2250 to 2300 E side
320
122
Park Blvd
140 St -2050 to 2200 E side
122
Blvd
16 Ave N side -141 144
660
123
Island
14892-21b Ave
310
123
Island
14930-20a Ave
70
123
Park Blvd
18a Ave -14500 to 14650 blk N side
123
Median
20 Ave -145a St to 148 St
123
Park Blvd
20 Ave -144 St to 146 St S side
400
123
Walkway
14848-20A Ave
300
123
Park Blvd
148 St -1800 to 2000 blk W side
123
Median
152 St -16 Ave to 17 Ave
545
123
Median
152 St -17 Ave to 17a Ave
345
123
Median
152 St -17a Ave to 18 Ave
220
123
Median
152 St -18 Ave to 19 Ave
320
124
Median
24 Ave -152 St to 153 St
575
124
Median
24 Ave -153 St to 154 St
375
124
Detention Pond
2145-153 St
500
124
Detention Pond
1934-155 St
1,233
124
Blvd
Alder Place -W. of 160 St
128
Blvd
192 St from 20A Ave to 28 Ave -W side
0
128
Blvd
22 Ave from 192 St to 190 St -both sides
0
128
Blvd
24 Ave from 192 St to 190 St -N side
130
Blvd
12587-15a Ave
131
Greenbelt Detention Pond
1422-133A
1,420
135
Detention Pond
1368-161b St
1,336
135
Detention Pond
16184-11 Ave
2,017
135
Greenbelt Detention Pond
16270-11A Ave
2,730
135
Detention pond
1028-160A
155
2,150
310
1,675
2,130
750
4,000
140
712
Totals
Grand total
RFQ (Goods & Services) No. 1220-40-19-10
720
126,246
5,710
131,956
26
SCHEDULE A-4
SUMMARY
SUMMARY OF THE APPROX. SQ. M. OF GRASS CUTTING AREAS
Type
Blvd
North
Medians
Islands
Walkways
Detention Ponds
Totals
158,677
23,360
4,524
19,035
50,650
256,246
Central
95,341
29,072
7,240
9,134
157,017
297,804
South
31,862
9,111
9,000
2,373
79,610
131,956
Total
285,880
61,543
20,764
30,542
287,277
686,006
RFQ (Goods & Services) No. 1220-40-19-10
27
SCHEDULE B
DRAFT AGREEMENT
Title:
GRASS CUTTING OF MEDIANS, BOULEVARDS, TRAFFIC
ISLANDS, WALKS AND DETENTION PONDS –
ENGINEERING DEPARTMENT – OPERATIONS DIVISION
Reference No.:
1220-40-19-10
FOR THE SUPPLY OF GOODS AND SERVICES
RFQ (Goods & Services) No. 1220-40-19-10
28
TABLE OF CONTENTS
DRAFT AGREEMENT
1.
2.
3.
4.
5.
6
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27
DEFINITIONS AND INTERPRETATION .......................................................................................... 30
GOODS AND SERVICES ................................................................................................................. 31
TIME.................................................................................................................................................. 31
FEES AND DISBURSEMENTS ........................................................................................................ 31
PAYMENT ......................................................................................................................................... 31
USE OF WORK PRODUCT.............................................................................................................. 32
PERSONNEL AND SUBCONTRACTORS ....................................................................................... 32
LIMITED AUTHORITY ...................................................................................................................... 33
CONFIDENTIALITY AND DISCLOSURE OF INFORMATION ........................................................ 33
WARANTIES ..................................................................................................................................... 33
INSURANCE AND DAMAGES ......................................................................................................... 34
CITY RESPONSIBILITIES ................................................................................................................ 35
DEFICIENCIES ................................................................................................................................. 35
DEFAULT AND TERMINATION ....................................................................................................... 35
CURING DEFAULTS ........................................................................................................................ 36
DISPUTE RESOLUTION .................................................................................................................. 36
WCB AND OCCUPATIONAL HEALTH AND SAFETY..................................................................... 37
BUSINESS LICENSE ....................................................................................................................... 37
GENERAL PROVISIONS FOR GOODS .......................................................................................... 38
COMPLIANCE .................................................................................................................................. 38
JURISDICTION OF COUNCIL.......................................................................................................... 38
WAIVER ............................................................................................................................................ 38
APPLICABLE LAW ........................................................................................................................... 38
NOTICES .......................................................................................................................................... 38
MERGER AND SURVIVAL ............................................................................................................... 39
ENTIRE AGREEMENT ..................................................................................................................... 39
PERFORMANCE SECURITY ........................................................................................................... 39
(APPROPRIATE APPENDICES WILL BE ADDED UPON THE PREPARATION OF THE AGREEMENT)
RFQ (Goods & Services) No. 1220-40-19-10
29
DRAFT AGREEMENT
THIS AGREEMENT dated for reference this _____ day of ______________, 20____.
BETWEEN:
CITY OF SURREY
14245 – 56th Avenue
Surrey, BC V3X 3A2
(the "City")
AND:
(the "Contractor")
WHEREAS the City wishes to engage the Contractor to provide Goods and Services and the Contractor
agrees to provide Goods and Services.
THEREFORE in consideration of the payment of one ($1.00) dollar and other good and valuable
consideration paid by each of the parties to the other (the receipt and sufficiency of which is hereby
acknowledged) the City and the Contractor agree as follows:
1.
DEFINITIONS AND INTERPRETATION
1.1
In these General Terms and Conditions:
(a)
"Agreement" means this agreement and all schedules attached hereto;
(b)
“City” means the City of Surrey;
(c)
“Contractor” means a contractor who is providing Goods and Services under this
Agreement;
(d)
"Disbursements" means the actual out-of-pocket costs and expenses which the Contractor
incurs in providing the Goods and Services as identified in Schedule B;
(e)
“Fees” means the price set out in Schedule B for the provision of the Goods and Services,
unless otherwise agreed by the parties in writing, and includes all taxes except PST and
GST;
(f)
"Goods" means the equipment or materials (if any) as described generally in Schedule A,
including anything and everything required to be done for the fulfilment and completion of
this Agreement;
(g)
“RFQ” means the Request for Quotations; and
(h)
“Services” means the services as described generally in Schedule A, including anything
and everything required to be done for the fulfilment and completion of this Agreement.
1.2
This Agreement may be modified only by express and specific written agreement. In the event of a
conflict between the provisions of any documents listed below, then the documents shall govern
and take precedence in the following order:
(a)
this Agreement;
(b)
the RFQ; and
(c)
other terms, if any, that are agreed to by the parties in writing.
RFQ (Goods & Services) No. 1220-40-19-10
30
2.
GOODS AND SERVICES
2.1
The Contractor covenants and agrees with the City to provide the Goods and Services in
accordance with this Agreement. The Goods and Services provided must meet the specifications
and scope set out in Schedule A and as described in Schedule B.
2.2
The City may from time to time, by written notice to the Contractor, make changes in the
specifications of Goods and scope of Services. The Fees will be increased or decreased by written
agreement of the City and the Contractor according to the rates set out in Schedule B.
2.3
The Contractor will, if required in writing by the City, provide additional goods or services. The
terms of this Agreement will apply to any additional goods or services, and the fees for additional
goods or services will generally correspond to the fees as described in Schedule B. The Contractor
will not provide any additional goods or services in excess of the specification of Goods and scope
of Services requested in writing by the City.
2.4
The Contractor will perform the Services with that degree of care, skill and diligence normally
provided by a qualified and experienced practitioner performing services similar to the Services, and
on the understanding that the City is relying on the Contractor's experience and expertise. The
Contractor represents that it has the expertise, qualifications, resources, and relevant experience to
supply the Goods and Services.
2.5
The Contractor will deliver the Goods free and clear of all liens and encumbrances in the manner
and to the destination stipulated. In the event of the Contractor's failure to meet this condition, the
Contractor will, on written notice from the City, forthwith return all monies paid by the City on
account of the Goods and in addition the City may by written notice terminate this Agreement
without liability, and in such event, in addition to the above, the Contractor will be liable for any and
all expenses or losses incurred by the City resulting from such failure.
3.
TIME
3.1
Time is of the essence.
4.
FEES AND DISBURSEMENTS
4.1
The City will pay the Fees and Disbursements to the Contractor in accordance with this Agreement.
Payment by the City of the Fees and Disbursements will be full payment for the Goods and
Services and the Contractor will not be entitled to receive any additional payment from the City.
4.2
For greater certainty, costs of general management, non-technical supporting services and general
overhead are deemed to be covered by the Fees and will not be subject to additional payment by
the City. The Fees shall also include without limitation all costs of boxing, packing, crating, and
loading and unloading the Goods at the prescribed destination.
4.3.
The parties agree that all fees as set out in this Agreement will remain firm until December. 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 any contrary provisions set out in Schedule B, the Contractor will submit a monthly
invoice to the City requesting payment of the portion of the Fees and Disbursements relating to the
Goods and Services provided in the previous month. Invoices must include the Contractor's name,
address and telephone number, the City's purchase order number, the Contractor's invoice number,
the names, charge-out rates and number of hours worked in the previous month of all employees of
the Contractor that have performed services during the previous month; the percentage of Services
completed and Goods delivered at the end of the previous month; the total budget for the Goods
RFQ (Goods & Services) No. 1220-40-19-10
31
and Services and the amount of the budget expended to the date of the invoice; taxes (if any); and
grand total of the invoice. The Contractor will on request from the City provide receipts and invoices
for all Disbursements claimed.
5.2
If the City reasonably determines that any portion of an invoice is not payable, then the City will so
advise the Contractor.
5.3
The City may hold back from payments 10% of the amount the City determines is payable to the
Contractor until such time as the Contractor provides its final report to the City, if applicable.
5.4
The City will pay the invoice, in the amount as the City determines is correct less any deductions for
setoffs or holdbacks permitted by this Agreement within 30 days of the receipt of the invoice, unless
the parties have agreed in writing to other payment terms. The payment by the City of any invoice
will not bind the City with respect to any subsequent payment or final payment and will not mean
that the City has accepted Goods and Services that are not in accordance with the requirements of
this Agreement, or that the Contractor is in any manner released from its obligation to comply with
this Agreement.
5.5
Unless otherwise provided, all dollar amounts referred to in this Agreement are in lawful money of
Canada.
5.6
If the Contractor does not have an office in Canada and does not provide to the City a waiver of
regulation letter, the City will withhold the 15% withholding tax deduction from all payments in
accordance with Article XII, Canada – United States Income Tax Convention, 1980.
6.
USE OF WORK PRODUCT
6.1
The Contractor hereby sells, assigns and transfers to the City the right, title and interest required
for the City to use and receive the benefit of all the reports, drawings, plans, designs, models,
specifications, computer software, concepts, products, designs or processes or other such work
product produced by or resulting from the Services rendered by the Contractor. This section
does not give the City the right to sell any such work product to any third party and the City may
sell the work product only with the prior approval of the Contractor. The Contractor may retain
copies of the work product.
7.
PERSONNEL AND SUBCONTRACTORS
7.1
The Contractor will provide only personnel who have the qualifications, experience and
capabilities to perform the Services.
7.2
The Contractor will perform the Services using the personnel and sub-contractors as may be
listed in the Quotation and the Contractor will not remove any such listed personnel or subcontractors from the Services without the prior written approval of the City.
7.3
If the City reasonably objects to the performance, qualifications, experience or suitability of any of
the Contractor's personnel or sub-contractors then the Contractor will, on written request from the
City, replace such personnel or sub-contractors.
7.4
Except as provided for in Section 7.2, the Contractor will not engage any personnel or
sub-contractors, or sub-contract or assign its obligations under this Agreement, in whole or in
part, without the prior written approval of the City.
7.5
The Contractor will preserve and protect the rights of the City with respect to any Goods provided
and Services performed under sub-contract and incorporate the General Terms and Conditions of
this Agreement into all sub-contracts as necessary to preserve the rights of the City under this
Agreement. The Contractor will be as fully responsible to the City for acts and omissions of subcontractors and of persons directly or indirectly employed by them as for acts and omissions of
persons directly employed by the Contractor.
RFQ (Goods & Services) No. 1220-40-19-10
32
8.
LIMITED AUTHORITY
8.1
The Contractor is not and this Agreement does not render the Contractor an agent or employee
of the City, and without limiting the above, the Contractor does not have authority to enter into
any contract or reach any agreement on behalf of the City, except for the limited purposes as may
be expressly set out in this Agreement, or as necessary in order to provide the Goods and
Services. The Contractor will make such lack of authority clear to all persons with whom the
Contractor deals in the course of providing the Goods and Services. Every vehicle used by the
Contractor in the course of providing the Goods and Services shall identify the Contractor by
name and telephone number.
8.2
The Contractor is an independent contractor. This Agreement does not create the relationship of
employer and employee, a partnership, or a joint venture. The City will not control or direct the
details, means or process by which the Contractor performs the Services. The Contractor will
determine the number of days and hours of work required to properly and completely perform the
Services. The Contractor is primarily responsible for performance of the Services and may not
delegate or assign any Services to any other person except as provided for in Sections 7.2 and
7.4. The Contractor will be solely liable for the wages, fringe benefits, work schedules and work
conditions of any partners, employees or sub-contractors.
9.
CONFIDENTIALITY AND DISCLOSURE OF INFORMATION
9.1
Except as provided for by law or otherwise by this Agreement, the Contractor will keep strictly
confidential any information supplied to, obtained by, or which comes to the knowledge of the
Contractor as a result of the provision of the Goods or performance of the Services and this
Agreement, and will not, without the prior express written consent of the City, publish, release,
disclose or permit to be disclosed any such information to any person or corporation, either
before, during or after termination of this Agreement, except as reasonably required to provide
the Goods or complete the Services.
9.2
The Contractor acknowledges that the City is subject to the Freedom of Information and
Protection of Privacy Act of British Columbia and agrees to any disclosure of information by the
City required by law.
9.3
The Contractor agrees to return to the City all of the City’s property at the completion of this
Agreement, including any and all copies or originals of reports provided by the City.
10.
WARRANTIES
10.1
The Contractor warrants that the Goods shall be free from defects in design, materials,
workmanship and title, shall conform in all respects to the terms of this Agreement, shall be fit and
suitable and perform satisfactorily for the purposes and under the conditions made known to the
Contractor by the City or which were reasonably inferable. The Goods shall be at least equal to the
higher of national standards or codes (such as, by way of illustration, CSA or ASTM), or standards
and codes customarily applicable at the place where the City will use the Goods. The Goods shall
be of the best quality, if no quality is specified. This general warranty is independent of and without
prejudice to any specific warranty or service guarantee offered by the Contractor or third party
manufacturer or supplier of the Goods in connection with the purpose for which the Goods were
purchased. The Contractor shall assign to the City any warranty or service guarantee offered by a
third party manufacturer or supplier of the Goods. Notwithstanding this assignment, if at any time
up to one year from the date of delivery or installation (if applicable) the City determines the Goods
or any part do not conform to these warranties, the City shall notify the Contractor within a
reasonable time after such discovery, and the Contractor shall then promptly correct such
nonconformity at the Contractor's expense. Goods used to correct a nonconformity shall be
similarly warranted for one year from the date of installation. The Contractor's liability shall extend
to all liabilities, losses, damages, claims and expenses incurred by the City caused by any breach of
any of the above warranties.
RFQ (Goods & Services) No. 1220-40-19-10
33
10.2
The Contractor warrants and guarantees that Goods and Services delivered under this Agreement
do not infringe any valid patent, copyright or trademark, foreign or domestic, owned or controlled by
any other corporation, firm or person, and agrees to indemnify and save harmless the City and all of
its elected and appointed officials, officers, employees, servants, representatives and agents
(collectively the "Indemnitees"), from and against any and all claims, demands, causes of action,
suits, losses, damages and costs, liabilities, expenses and judgments (including all actual legal
costs) by reason of any claim, action or litigation arising out of any alleged or actual infringement of
any patent, copyright or trademark, foreign or domestic, relating to the Goods and Services supplied
under this Agreement.
11.
INSURANCE AND DAMAGES
11.1
The Contractor will indemnify and save harmless the Indemnitees from and against all claims,
demands, causes of action, suits, losses, damages and costs, liabilities, expenses and judgments
(including all actual legal costs) for damage to or destruction or loss of property, including loss of
use, and injury to or death of any person or persons which any of the Indemnitees incur, suffer or
are put to arising out of or in connection with any failure, breach or non-performance by the
Contractor of any obligation of this Agreement, or any wrongful or negligent act or omission of the
Contractor or any employee or agent of the Contractor.
11.2
The indemnities described in Sections 10.2, 11.1 and 17.3 will survive the termination or completion
of this Agreement and, notwithstanding such termination or completion, will continue in full force
and effect for the benefit of the Indemnitees.
11.3
The Contractor will, without limiting its obligations or liabilities and at its own expense, provide and
maintain throughout this Agreement the following insurance in forms and amounts acceptable to the
City from insurers licensed to conduct business in Canada:
(a)
commercial general liability insurance on an occurrence basis, in an amount not less than
five million ($5,000,000) dollars inclusive per occurrence against death, bodily injury and
property damage arising directly or indirectly out of the provision of the Services by the
Contractors, its employees and agents. The insurance policy will be endorsed to add the
City as additional insured and will include cross liability and severability of interests such
that the coverage shall apply in the same manner and to the same extent as though a
separate policy had been issued to each insured. The insurance will include, but not be
limited to: blanket contractual, employees as additional insureds, non-owned automobile,
owners and contractors protective liability, contingent employers liability, personal injury,
and where such further risk exists, advertising liability; and
(b)
automobile liability insurance on all vehicles owned, operated or licensed in the name of
the Contractor in an amount not less than two million ($2,000,000) dollars per occurrence
for bodily injury, death and damage to property.
11.4
The Contractor will provide the City with evidence of the required insurance prior to the
commencement of this Agreement. Such evidence will be in the form of a completed certificate of
insurance acceptable to the City. The Contractor will, on request from the City, provide certified
copies of all of the Contractor’s insurance policies providing coverage relating to the Services,
including without limitation any professional liability insurance policies. All required insurance will
be endorsed to provide the City with thirty (30) days advance written notice of cancellation or
material change. The Contractor will require and ensure that each sub-contractor maintain
insurance comparable to that required above. The Contractor will be responsible for deductible
amounts under the insurance policies. All of the Contractor's insurance policies will be primary
and not require the sharing of any loss by the City or any insurer of the City.
11.5
The Contractor hereby waives all rights of recourse against the City for loss or damage to the
Contractor's property.
11.6
Subject to any specific agreements the City and the Contractor may have reached with respect to
insurance, as may be set out in other provisions of this Agreement, the Contractor will, as part of
the Services, cooperate with the City to obtain additional insurance covering the Services if the
City in its discretion determines that additional insurance is required. The City may pay the cost
of the premiums for any additional insurance.
RFQ (Goods & Services) No. 1220-40-19-10
34
11.7
The Contractor acknowledges that any requirements of the City as to the amount of coverage
under any policy of insurance will not constitute a representation by the City that the amount
required is adequate and the Contractor acknowledges and agrees that the Contractor is solely
responsible for obtaining and maintaining policies of insurance in adequate amounts. The
insurance policy coverage limits shall not be construed as relieving the Contractor from
responsibility for any amounts which may exceed these limits, for which the Contractor may be
legally liable.
12.
CITY RESPONSIBILITIES
12.1
The City will, in co-operation with the Contractor, make efforts to make available to the Contractor
information, surveys, and reports which the City has in its files and records that relate to the Goods
and Services. The Contractor will review any such material upon which the Contractor intends to
rely and take reasonable steps to determine if that information is complete or accurate. The
Contractor will assume all risks that the information is complete and accurate and the Contractor will
advise the City in writing if in the Contractor's judgment the information is deficient or unreliable and
undertake such new surveys and investigations as are necessary.
12.2
The City will in a timely manner make all decisions required under this Agreement, examine
documents submitted by the Contractor and respond to all requests for approval made by the
Contractor pursuant to this Agreement.
12.3
If the City observes or otherwise becomes aware of any fault or defect in the Goods or Services, it
may notify the Contractor, but nothing in this Agreement will be interpreted as giving the City the
obligation to inspect the Goods or review the Contractor's performance of the Services.
13.
DEFICIENCIES
13.1
The City shall have a reasonable time to inspect and to accept the Goods. The City may reject any
Goods not in accordance with this Agreement, whether due to damage resulting from improper
packing, loading, unloading or otherwise. The City shall notify the Contractor of rejection of the
Goods whereupon the Goods will be held subject to the disposition by the Contractor. Any costs or
expenses incurred by the City as a result of the rejection of the Goods are, immediately upon
written demand by the City, payable by the Contractor, and may be set off against any payments
owing by the City to the Contractor.
13.2
The City may hold back from payments otherwise due to the Contractor up to 150% of a reasonable
estimate, as determined by the City, on account of deficient or defective materials. This holdback
may be held, without interest, until replacement Goods are received or such deficiency or defect is
remedied.
14.
DEFAULT AND TERMINATION
14.1
In the event the Contractor does not ship the Goods by the shipping date specified in this
Agreement, or does not deliver the Goods by the delivery date specified in this Agreement, then:
(a)
the City reserves the right to terminate this Agreement, in whole or in part, and in the event
of such termination no payment will be owing by the City on account of this Agreement and
the Contractor will be liable for any and all expenses or loss resulting from such failure or
delay and will return all monies paid by the City; or
(b)
if the City does not terminate this Agreement for late shipping or delivery, the City may
deduct and setoff from any payments owing to the Contractor all additional costs the City
reasonably incurs on account of the late shipping or delivery.
14.2
The City may by written notice at any time cancel this Agreement with respect to Goods which, as
of the date of cancellation, have not been shipped.
RFQ (Goods & Services) No. 1220-40-19-10
35
14.3
The City may at any time and for any reason by written notice to the Contractor terminate this
Agreement before the completion of all the Services, such notice to be determined by the City at
its sole discretion. Upon receipt of such notice, the Contractor will perform no further Services
other than the work which is reasonably required to terminate the Services and return the City’s
property to the City. Despite any other provision of this Agreement, if the City terminates this
Agreement before the completion of all the Services, the City will pay to the Contractor all
amounts owing under this Agreement for Services provided by the Contractor up to and including
the date of termination, plus reasonable termination costs in the amount as determined by the
City in its sole discretion. Upon payment of such amounts no other or additional payment will be
owed by the City to the Contractor, and, for certainty, no amount will be owing on account of lost
profits relating to the portion of the Services not performed or other profit opportunities.
14.4
The City may terminate this Agreement for cause as follows:
(a)
If the Contractor is adjudged bankrupt, or makes a general assignment for the benefit of
creditors because of its insolvency, or if a receiver is appointed because of its insolvency,
the City may, without prejudice to any other right or remedy the City may have, terminate
this Agreement by giving the Contractor or receiver or trustee in bankruptcy written
notice; or
(b)
If the Contractor is in breach of any term or condition of this Agreement, and such breach
is not remedied to the reasonable satisfaction of the City within 5 days after delivery of
written notice from the City to the Contractor, then the City may, without prejudice to any
other right or remedy the City may have, terminate this Agreement by giving the
Contractor further written notice.
14.5
If the City terminates this Agreement as provided by Section 14.4 then the City may:
(a)
enter into contracts, as it in its sole discretion sees fit, with other persons to complete the
Services;
(b)
withhold payment of any amount owing to the Contractor under this Agreement for the
performance of the Services;
(c)
set-off the total cost of completing the Services incurred by the City against any amounts
owing to the Contractor under this Agreement, and at the completion of the Services pay
to the Contractor any balance remaining; and
(d)
if the total cost to complete the Services exceeds the amount owing to the Contractor,
charge the Contractor the balance, which amount the Contractor will forthwith pay.
14.6
The City will not accept nor be responsible for any restocking charges for any Goods shipped to the
City and then, for whatever reason, returned to the Contractor pursuant to this Agreement. The
Contractor is to bear all costs including shipping and handling of returned Goods.
15.
CURING DEFAULTS
15.1
If the Contractor is in default of any of its obligations under this Agreement, then the City may
without terminating this Agreement, upon 5 days written notice to the Contractor, remedy the
default and set-off all costs and expenses of such remedy against any amounts owing to the
Contractor. Nothing in this Agreement will be interpreted or construed to mean that the City has
any duty or obligation to remedy any default of the Contractor.
16.
DISPUTE RESOLUTION
16.1
The parties will make reasonable efforts to resolve any dispute, claim, or controversy arising out
of this Agreement or related to this Agreement (“Dispute”) using the dispute resolution procedures
set out in this section.
16.2
Negotiation: The parties will make reasonable efforts to resolve any Dispute by amicable
negotiations and will provide frank, candid and timely disclosure of all relevant facts, information and
documents to facilitate negotiations.
RFQ (Goods & Services) No. 1220-40-19-10
36
16.3
16.4
Mediation: If all or any portion of a Dispute cannot be resolved by good faith negotiations within
30 days, either party may by notice to the other party refer the matter to mediation. Within 7 days of
delivery of the notice, the parties will mutually appoint a mediator. If the parties fail to agree on the
appointment of the mediator, then either party may apply to the British Columbia International
Commercial Arbitration Centre for appointment of a mediator. The parties will continue to
negotiate in good faith to resolve the Dispute with the assistance of the mediator. The place of
mediation will be Surrey, British Columbia. Each party will equally bear the costs of the mediator
and other out-of-pocket costs, and each party will bear its own costs of participating in the mediation.
Litigation: If within 90 days of the request for mediation the Dispute is not settled, or if the
mediator advises that there is no reasonable possibility of the parties reaching a negotiated
resolution, then either party may without further notice commence litigation.
17.
WCB AND OCCUPATIONAL HEALTH AND SAFETY
17.1
The Contractor will, at its own expense, procure and carry full Workers' Compensation Board
coverage for itself and all workers, employees, servants and others engaged in the supply of the
Goods and Services. The City has the unfettered right to set off the amount of the unpaid
premiums and assessments for the Workers' Compensation Board coverage against any monies
owning by the City to the Contractor. The City will have the right to withhold payment under this
Agreement until the Workers' Compensation Board premiums, assessments or penalties in
respect of the Goods and Services have been paid in full.
17.2
The Contractor will provide the City with the Contractor's Workers' Compensation Board
registration number and a letter from the Worker's Compensation Board confirming that the
Contractor is registered in good standing with the Workers' Compensation Board.
17.3
Without limiting the generality of any other indemnities granted by the Contractor in this
Agreement, the Contractor will indemnify and save harmless the Indemnitees from and against all
claims, demands, causes of action, suits, losses, damages, costs, liabilities, expenses,
judgments, penalties and proceedings (including all actual legal costs) which any of the
Indemnitees incur, suffer or are put to 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 this Agreement 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.
17.4
The Contractor will ensure compliance with and conform to all health and safety laws, by-laws or
regulations of the Province of British Columbia, including without limitation the Workers
Compensation Act and Regulations pursuant thereto. The Contractor agrees that it is the "Prime
Contractor" for the Services as defined in the Workers Compensation Act.
17.5
The City may, on twenty-four (24) hours written notice to the Contractor, install devices or rectify
any conditions creating an immediate hazard existing that would be likely to result in injury to any
person. However, in no case will the City be responsible for ascertaining or discovering, through
inspections or review of the operations of the Contractor or otherwise, any deficiency or
immediate hazard.
17.6
The Contractor understands and undertakes to comply with all the Workers' Compensation Board
Occupational Health and Safety Regulations for hazardous materials and substances, and in
particular with the "Workplace Hazardous Materials Information System (WHMIS)" Regulations.
All "Material Safety Data Sheets (MSDS)" will be shipped along with the Goods and any future
MSDS updates will be forwarded.
18.
BUSINESS LICENSE
18.1
The Contractor will obtain and maintain throughout the term of this Agreement a valid City of
Surrey business license.
RFQ (Goods & Services) No. 1220-40-19-10
37
19.
GENERAL PROVISIONS FOR GOODS
19.1
Documentation for shipments of Goods from outside Canada shall be provided by a Contractor by
airmail and shall include all documents as required by law or customary practice. All packages
shall be marked as follows:
“Upon arrival, please contact customs broker:
Livingston International Inc.
Telephone: 604-685-3555
Fax:
604-605-8231
Email:
cst19@livingstonintl.com”
19.2
If this Agreement pertains to the fabrication, assembly or other processing of the Goods,
representatives of the City shall be permitted free access at all reasonable times for the purpose of
inspection, testing or obtaining information as to the progress of the fabrication, assembly or
processing.
19.3
The City may require that shop drawings be submitted by the Contractor for review prior to the
delivery of the Goods. The City may require that a qualified registered professional engineer
stamp and approve a shop drawing prior to submission. Any review of shop drawings by the City
will not relieve the Contractor from its obligation to deliver Goods in full compliance with all
requirements of this Agreement.
20.
COMPLIANCE
20.1
The Contractor will provide the Services in full compliance with all applicable laws, building codes
and regulations.
20.2
The Contractor will, as a qualified and experienced practitioner, interpret applicable codes, laws
and regulations applicable to the performance of the Services. If an authority having jurisdiction
imposes an interpretation which the Contractor could not reasonably have verified or foreseen
prior to entering into this Agreement, then the City will pay the additional costs, if any, of making
alterations so as to conform to the required interpretation.
21.
JURISDICTION OF COUNCIL
21.1
Nothing in this Agreement limits or abrogates, or will be deemed to limit or abrogate, the
jurisdiction of the Council of the City in the exercise of its powers, rights or obligations under any
public or private statute, regulation or by-law or other enactment.
22.
WAIVER
22.1
Any failure of the City at any time or from time to time to enforce or require the strict keeping or
performance of any of the terms and conditions contained in this Agreement shall not constitute a
waiver of the terms and conditions and shall not affect or impair the terms or conditions in any way
or the City's right at any time to avail itself of any remedies as the City may have for any breach of
the terms and conditions.
23.
APPLICABLE LAW
23.1
This Agreement shall be governed by and construed in accordance with the laws of the Province
of British Columbia. The City and the Contractor accept the jurisdiction of the courts of British
Columbia and agree that any action under this Agreement shall be brought in such courts.
24.
NOTICES
24.1
Any notice, report or other document that either party may be required or may wish to give to the
other must be in writing, unless otherwise expressly provided for, and will be deemed to be validly
given to and received by the addressee:
(a)
by hand, on delivery;
(b)
by facsimile, on transmission; or
(c)
by mail, five calendar days after posting.
RFQ (Goods & Services) No. 1220-40-19-10
38
24.2
The addresses for delivery will be as shown in the Quotation. In addition, the City may give
notice to the Contractor by email at the Contractor's email address as shown in the Quotation,
which email will be deemed to be validly given and received by the Contractor on transmission.
The Contractor may not give notice to the City by email.
25.
MERGER AND SURVIVAL
25.1
The representations, agreements, covenants and obligations set out in this Agreement shall survive
the delivery of the Goods and performance of the Services and payment of the Fees and
Disbursements.
26.
ENTIRE AGREEMENT
26.1
This Agreement, including any other documents expressly included by reference in this
Agreement, contains the entire agreement of the parties regarding the provision of the Goods and
Services, and no understandings or agreements, oral or otherwise, exist between the parties
except as expressly set out in this Agreement. This Agreement supersedes and cancels all
previous agreements between the parties relating to the Goods and Services.
27.
PERFORMANCE SECURITY
The Contractor will furnish and pay for a Performance Bond, and Labour & Material Payment
Bond in the form of a Commercial Irrevocable Letter of Credit or Certified Funds each in an
amount of $50,000 issued by a surety licensed to carry on the business of surety ship in the
Province of British Columbia, and in a form acceptable to the City, within 10 days of notice of
award.
IN WITNESS WHEREOF the parties hereto have executed the Contract on the day and year
first above written.
CITY OF SURREY
by its authorized signatory(ies):
INSERT NAME OF CONTRACTOR
by its authorized signatory(ies):
_______________________________
Insert Name of Person Signing
Insert Title of Person Signing
_______________________________
Insert Name of Person Signing
Insert Title of Person Signing
_______________________________
Insert Name of Person Signing
Insert Title of Person Signing
_______________________________
Insert Name of Person Signing
Insert Title of Person Signing
RFQ (Goods & Services) No. 1220-40-19-10
39
SCHEDULE C
QUOTATION
RFQ Title:
GRASS CUTTING OF MEDIANS, BOULEVARDS, TRAFFIC ISLANDS AND DETENTION PONDS
RFQ No:
1220-40-19-10
CONTRACTOR
Legal Name:
Address: ______________________________________________
Phone: ___________________ Fax:
Email:
1.
CITY OF SURREY
City’s Representative: A/Mgr. Purchasing & Accts. Payable
Address: 6645 – 148 Street, Surrey, BC V3S 3C7
Phone: 604-590-7274 Fax: 604-599-0956
Email: purchasing@surrey.ca
The Contractor offers to supply to the City of Surrey the Goods and Services for the prices plus applicable taxes as follows:
F.O.B.
Destination
Freight Prepaid
Item #
Payment Terms:
A cash discount of ____% will be allowed if invoices are paid within ___ days, or the ___ day
of the month following, or net 30 days, on a best effort basis.
Estimated Total
Sq. M. per Cut
Unit Price
per Sq. M.
(A)
(B)
Cutting
Frequency
Class of Work
Estimated
No. of
Cuts per
Term
Total Amount
per Term
Ship Via:
Frequency
Unit Price per
Sq.M.
(A x B x C)
(C)
BASE PRICING
OPTIONAL PRICING
1
Boulevards
285,880
$ ________
Bi- Weekly
14
$ _____________
Weekly
$ ___________
2
Medians
61,543
$ ________
Bi Weekly
14
$ _____________
Weekly
$ ___________
3
Traffic Islands
20,764
$ ________
Bi- Weekly
14
$ _____________
Weekly
$ ___________
4
Walkways
30,542
$ ________
Bi Weekly
14
$ _____________
Weekly
$ ___________
5
Detention Ponds
287,277
$ ________
4 Times/Term
4
$ _____________
6 times per Term
$ ___________
Sub-Total:
$ _____________
GST (5%):
$ _____________
TOTAL with GST:
RFQ (Goods & Services) No. 1220-40-19-10
$ _____________
40
Note:
All quantities are approximate. The 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. Payment will be made only for the actual measured quantities of work
performed.
2.
If this Quotation is accepted by the City, a contract will be created as described in:
(a) the Agreement;
(b) the RFQ; and
(c) other terms, if any, that are agreed to by the parties in writing.
3.
Capitalized terms used and not defined in this Quotation will have the meanings given to them in the
Agreement and RFQ. Except as specifically modified by this Quotation, all terms, conditions,
representations, warranties and covenants as set out in the Agreement and RFQ will remain in full
force and effect.
4.
In addition to the warranties provided in the Agreement, this Quotation includes the following
warranties:
5.
I/We have reviewed the Agreement. If requested by the City, I/we would be prepared to enter into the
Agreement, 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:
(a)
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 __________________________________;
(b)
Insurance coverage for the amounts required in the Agreement 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);
(c)
City of Surrey business license; and
(d)
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 Agreement (use the spaces provided and/or attach additional pages, if necessary):
RFQ (Goods & Services) No. 1220-40-19-10
41
8.
Contractor's references (name and telephone number) (use the spaces provided and/or attach
additional pages, if necessary). The City's preference is to have a minimum of three references:
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):
Key Personnel
Name:
Experience:
Dates:
Project Name:
Responsibility:
10.
Contractor should provide the following information on the background and experience of all
sub-contractors proposed to undertake a portion of the Goods and Services (use the spaces provided
and/or attach additional pages, if necessary):
DESCRIPTION OF GOODS
AND SERVICES
11.
SUB-CONTRACTORS
NAME
YEARS OF
WORKING WITH
CONTRACTOR
TELEPHONE
NUMBER AND
EMAIL
I/We the undersigned duly authorized representatives of the Contractor, having received and carefully
reviewed the RFQ and the Agreement, submit this Quotation in response to the RFQ.
This Quotation is executed by the Contractor this _______ day of _______________, 200__.
CONTRACTOR
I/We have the authority to bind the Contractor.
________________________________________
(Legal Name of Contractor)
_________________________________________
(Signature of Authorized Signatory)
________________________________________
(Signature of Authorized Signatory)
_________________________________________
(Print Name and Position of Authorized Signatory)
________________________________________
(Print Name and Position of Authorized Signatory)
RFQ (Goods & Services) No. 1220-40-19-10
42
ATTACHMENT 1
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.:
1220-40-19-10
Project Title:
GRASS CUTTING OF MEDIANS, BOULEVARDS, TRAFFIC ISLANDS,
WALKWAYS, AND DETENTION PONDS – ENGINEERING DEPARTMENT,
ENGINEERING OPERATIONS DIVISION
RFQ (Goods & Services) No. 1220-40-19-10
43
Download