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