REQUEST FOR QUOTATIONS TITLE: RESURFACING RUNNING TRACK BEAR CREEK PARK REFERENCE No.: 1220-040-2011-019 FOR THE SUPPLY OF GOODS AND SERVICES RDO V (FINAL). 2011 05 24 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. INFORMATION MEETING .................................................................................................. 03 17. BONDING ........................................................................................................................... 03 Schedule A – Specifications of Goods and Scope of Services ........................................... 04 Schedule B – Sample Agreement .......................................................................................... 05 Schedule B – Appendix 1 - Special Provisions .......................................................................... 19 Schedule B – Appendix 2 - Supplementary Specifications ........................................................ 23 Schedule B – Appendix 3 - Site Photographs and As-Builts ...................................................... 33 Schedule B – Appendix 4 - Schedule of Prices ......................................................................... 35 Schedule B – Appendix 5 - Construction Schedule ................................................................... 35 Schedule B – Appendix 6 - Key Personnel, Subcontractors and Material Suppliers .................. 35 Schedule B – Appendix 7 - Prime Contractor Designation ........................................................ 35 Schedule B – Appendix 8 - Risk, Health and Safety .................................................................. 35 Schedule B – Appendix 9 - Statutory Declaration ...................................................................... 35 Schedule B – Appendix 10 - Certificate of Substantial Performance ......................................... 35 Schedule B – Appendix 11 - Notice of Certification of Substantial Performance ........................ 35 Schedule B – Appendix 12 - Post Compliance Form Certificate of Substantial Performance..... 35 Schedule C – Form of Quotation............................................................................................ 36 RFQ (Goods and Services) No.: 1220-040-2011-019 i REQUEST FOR QUOTATIONS 1. INTRODUCTION The City of Surrey (the “City”) invites contractors to provide a quotation on the form attached as Schedule C (the "Quotation") for the supply of the goods (if any) and services described in Schedules A (the "Goods and Services"). The description of the Goods and Services sets out the minimum requirements of the City. A person that submits a Quotation (the "Contractor") should prepare a Quotation that meets the minimum requirements, and 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 set out in Schedule A for the period th commencing immediately upon award of contract and terminating on August 05 , 2011 (the "Term"). The parties may extend the Term by mutual agreement. If the Term is extended, the provisions of this Agreement will remain in force except where amended in writing by the parties. 3. ADDRESS FOR DELIVERY The Contractor will submit the Quotation to the City at the office of: Kam Grewal, BBA, CMA Acting Purchasing & AP Manager Address: Fax: E-mail for PDF Files: 6645 – 148 Street Surrey, B.C. V3S 3C7 604-599-0956 [email protected] Faxed Quotations are permitted and PDF files can be emailed, but a Contractor bears all risk that the City's equipment functions properly so that the City receives the Quotation. If the Contractor prefers to submit a hard copy, the Contractor will submit one original unbound Quotation and two copies (three in total). 4. DATE The City would prefer to receive Quotations on or before June 10, 2011. 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: Kam Grewal, BBA, CMA Acting Purchasing & AP Manager Address: Fax: Telephone: E-mail: 6. 6645 – 148 Street Surrey, B.C. V3S 3C7 604-599-0956 604-590-7274 [email protected] ADDENDA If the City determines that an amendment is required to this RFQ, the City Representative will post a written addendum on the City website that will form part of this RFQ. No amendment of any kind to the RFQ is effective unless it is posted in a formal written addendum on the City website. Upon submitting a Quotation, Contractors will be deemed to have received notice of all addenda that are posted on the City website. RFQ (Goods and Services) No.: 1220-040-2011-019 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 Schedule A and Schedule 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. Delivery of the signed Quotation by the City may be by fax. In that event, the contract will be comprised of the documents included in the definition of Agreement in Schedule B. 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. Tradesmen engaged in the performance of the Services shall be qualified in accordance with the requirements of the Tradesman Qualification Act and all pertinent licensing requirements required by the Ministry of Municipal Affairs. 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 and Services) No.: 1220-040-2011-019 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: (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. 16. INFORMATION MEETING An information meeting will be hosted by the City Representative to discuss the City‟s requirements under this RFQ (the “Information Meeting”). While attendance is at the discretion of Contractors, Contractors who do not attend will be deemed to have attended the Information Meeting and to have received all of the information given at the Information Meeting. The Information Meeting is scheduled as follows: Place: Address: Date: Time: 17. North End of the Running Track th Bear Creek Park at 13750 – 88 Avenue, Surrey, B.C. st Tuesday, May 31 , 2011 1:00 p.m. 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. RFQ (Goods and Services) No.: 1220-040-2011-019 3 SCHEDULE A SPECIFICATIONS OF GOODS AND SCOPE OF SERVICES DESCRIPTION OF SPECIFICATIONS OF GOODS AND SCOPE OF SERVICES REQUIRED Provide all labour, supervision, materials, plant, equipment, layout, survey, permits, and inspections, to provide operational and tested systems and services to meet the requirements described herein and in accordance with applicable codes and ordinances. Furnish certificates confirming work conforms to requirements of authorities having jurisdiction. th Job site location is the Bear Creek Park, 13750 – 88 Avenue, Surrey, B.C. The general components of the work include the appropriate systems commissioning, supply and installation of all materials, and related works to the resurfacing of the Bear Creek Park Running Track. The detailed scope of work is as described in the Special Provisions (Schedule B – Appendix 1), and Supplementary Specifications (Schedule B- Appendix 2). No detailed engineering drawings have been prepared for this project, however, as-built records of the original track construction project, sketches of the general scope of work and photographs showing the general condition of the existing track surfacing have been obtained by the City and are being made available to Proponents for their general information. These materials can be viewed by going to the City‟s ftp site as follows: ftp://ftp.surrey.ca/ Log on: pur Password: welcome Locate folder #1220-040-2011-019. The Contractor is to comply with all Codes, Engineers, Building Inspectors and authorities having local jurisdiction. Failure to abide by these rules and regulations will result in being immediately escorted from the work site. RFQ (Goods and Services) No.: 1220-040-2011-019 4 SCHEDULE B AGREEMENT RESURFACING OF RUNNING TRACK AT BEAR CREEK PARK BETWEEN CITY OF SURREY AND CONTRACTOR RFQ (Goods and Services) No.: 1220-040-2011-019 5 SCHEDULE B SAMPLE AGREEMENT RESURFACING RUNNING TRACK – BEAR CREEK PARK REF. #1220-040-2011-019 THIS AGREEMENT dated the _______ day of _________________, 2011. BETWEEN: CITY OF SURREY th 14245 – 56 Avenue Surrey, B.C. V3X 3A2 (the "City") OF THE FIRST PART AND: ___________________________ ___________________________ ___________________________ (the "Contractor") OF THE SECOND PART WHEREAS A. The City desires to engage the services of the Contractor for: “RESURFACING OF RUNNING TRACK AT BEAR CREEK PARK, 13750 – 88 SURREY, B.C.”; and B. TH AVENUE, The Contractor has previously provided services to others of a similar nature and has the expertise for the resurfacing of running tracks for the City. NOW THEREFORE, in consideration of the premises and payment of One ($1.00) Dollar and other good and valuable consideration paid by each of the parties to each other (the receipt and sufficiency of which each party hereby acknowledges), the parties hereby covenant and agree with each other as follows: 1. DEFINITIONS 1.1 For the purposes of this Contract, the following terms shall have the meanings set forth below: (a) "Certificate of Substantial Performance" means a certificate issued indicating that Substantial Performance of the Work has been achieved; (b) "Certificate of Total Performance" means a certificate issued indicating that the Work has been achieved; (c) "Change" means: (i) (ii) (iii) an addition to the Work that is both of a type and character similar to the Work as defined in the Contract Documents; or a deletion of the Work indicated in the Contract Documents; or an alteration of the Work indicated in the Contract Documents, within the general scope of the Work as described in the Contract Documents; (d) "Change Order" means a written approval setting out a description of the Work covered by the Change, the price or method of valuation for the Work, the change in the Contract Price and adjustment, if any, to the Contract Time; (e) "City" means the City of Surrey; RFQ (Goods and Services) No.: 1220-040-2011-019 6 (f) "City's Representative" means the Acting Manager, Purchasing & Account Payable; (g) "Construction Schedule" means a construction schedule indicating the planned start and completion dates of the major activities of the Work as set out in Schedule B – Appendix 4; (h) "Contract" means this Contract as set out and described in the Contract Documents; (i) "Contract Documents" means this Contract including all schedules and appendices, construction standards, specifications and drawings; (j) "Contract Price" means the price of the Work as set out Section 4.1 of this Contract; (k) "Contract Time" means the period of time for the completion of the Work as provided by the Contract Documents; (l) "Contractor" means the person, firm or corporation identified as such in this Contract and includes the Contractor's authorized representative as designated to the City in writing; (m) "Contractor's Representative" means the person appointed by the Contractor to represent the Contractor for the purposes of this Contract and so notified to the City in writing; (n) "Extra Work" means additional Work that the City may wish performed that is Extra Work and not a Change. Extra Work may be declined by the Contractor or may, upon agreement between the parties, be undertaken as Extra Work; (o) "Place of Work" means the designated site or location where the Work products are to be finally or permanently constructed or installed; (p) "Substantial Performance" means the Work, or a substantial part of it, is ready for use or is being used for the purpose intended; and (q) "Work" means and includes anything and everything required to be done for the fulfillment and completion of this Contract. 2. THE WORK 2.1 The Contractor will perform all Work and provide all labour, equipment and material and do all things strictly as required by the Contract Documents. 2.2 The Contractor will commence the Work on or before July 11th, 2011. The Contractor will proceed with the Work diligently, will perform the Work generally in accordance with the Construction Schedule as required by the Contract Documents and will achieve Substantial Performance of the Work on or before August 5th, 2011 subject to the provisions of the Contract Documents for adjustments to the Contract Time with Final Completion being 30 calendar days after the date of Substantial Completion. 3. CONTRACT DOCUMENTS 3.1 All of the Contract Documents shall constitute the entire Contract between the City and the Contractor. 3.2 The Contract supersedes all prior negotiations, representations or agreements, whether written or oral, and the Contract may be amended only in strict accordance with the provisions of the Contract Documents. 3.3 If there is any inconsistency or conflict between the provisions of the Contract Documents, then the Contract Documents shall govern and take precedence in the following order with this Contract taking precedence over all other Contract Documents: (a) (b) (c) (d) (e) Contract; Construction Standards; Specifications; Drawings/Photograph (where available); and all other Contract Documents. RFQ (Goods and Services) No.: 1220-040-2011-019 7 4. CONTRACT PRICE 4.1 The Contract Price for the Work shall be the sum of _______________ dollars, plus goods and services tax in the amount of _________________ dollars, for a total Contract Price of __________________ dollars in Canadian funds (the "Contract Price") plus any adjustments approved by the City, including any payments owing on account of Change Orders and agreed to Extra Work, approved in accordance with the provisions of the Contract Documents. 4.2 The Contract Price shall be the entire compensation due to the Contractor for the Work and this compensation shall cover and include all profit and all costs of supervision, labour, material, equipment, overhead, financing, and all other costs and expenses whatsoever incurred in performing the Work. The Contract Price is a firm fixed price. 5. HOLDBACKS 5.1 The City shall hold back 10%, or other percentage as required by the Builders Lien Act, S.B.C. 1997, c. 45, as amended (the "Builders Lien Act"), of any amounts due to the Contractor as a builders lien holdback. 5.2 In addition to other holdbacks as provided by the Contract Documents, when considering Substantial Performance, the City may hold back from payments otherwise due to the Contractor 200% of a reasonable estimate, as determined by the City's Representative, on account of deficient or Defective Work already paid for. This holdback may be held, without interest, until such deficiency or defect is remedied. The items of defect or deficiency and the amounts of related holdback shall be listed separately on the invoice. 5.3 If after Substantial Performance is achieved the Contractor is unable to complete any of the Work because of climatic or other conditions beyond the Contractor's reasonable control, then the City may hold back from payments otherwise due to the Contractor the amount as estimated by the City's Representative in consultation with the Contractor by which the cost to have others complete the Work exceeds the estimated Contract Price for such Work. 5.4 The City may, in addition to other holdbacks as provided by the Contract Documents, hold back an amount equal to any lien which has been filed with respect to the Work, plus 15% as security for costs. The City may, at its option, after five (5) days written notice to the Contractor, pay such amount into court to discharge the lien. If the lien is discharged without payment of the holdback into court, then the City shall pay such holdback to the Contractor, without interest 6. INVOICING AND PAYMENT 6.1 Subject to applicable legislation, including without limitation the holdbacks referred to in above, and the provisions of the Contract Documents, the City shall make payments to the Contractor thirty (30) days after receipt of any invoice from the Contractor. 6.2 The Contractor shall submit invoice(s) for payment to the City, based on the completion of each phase of the Work. Any and all Extra Work as approved by the City, must be clearly identified and quantified on a separate invoice(s). 6.3 The invoice(s) submitted for the completion of each project phase shall be clearly itemized to the details of the phase completed or the amount of Work performed, the billing rates, show an invoice number, contractor's name, address, telephone number, reference the City‟s purchase order number or name and location of employee, and in an itemized manner the amount due for each phase completed, tax (if any) and a grand total. The grand total will be subject to holdbacks. 6.4 The payment by the City of any monthly or other payment shall not bind the City with respect to any subsequent payment or the final progress payment, but shall be taken as approximate only, and shall not mean, or be construed to mean, that the City has accepted Work that is not in accordance with the requirements of the Contract Documents, or that the Contractor is in any manner released from its obligation to comply with the Contract Documents. 6.5 For earlier payment, the Contractor can offer a cash discount. All payment cheques are mailed. RFQ (Goods and Services) No.: 1220-040-2011-019 8 7. PERFORMANCE OF THE WORK 7.1 The Contractor will perform and provide all labour, services and other acts, and provide all equipment, machinery, water, heat, power, and facilities required for performance of the Work. 7.2 The Contractor will not proceed with any work that is not part of the Work, except in accordance with the Contract. 7.3 The Contractor will apply for and pay for all necessary permits and licenses and pay all fees required for the performance of the Work. 8. CHANGES 8.1 The City may, without invalidating the Contract, change the Work by adding to or deducting from the Work in which event the Construction Schedule will be adjusted. 8.2 The Contractor will not proceed with any Change without a written Change Order signed by the City. 8.3 General Contractor‟s overhead and profit will not be allowed on Change Orders paid for from Allowances specified in the contract. 8.4 The value of a change shall be determined in one or more of the following methods: a) by estimate and acceptance in a lump sum; b) by unit prices set out in the Contract or subsequently agreed upon; c) by actual cost and an allowance for Overhead and Profit as follows: 1. 2. 3. 4. General Contractor‟s Overhead and Profit on expenditures from Allowances, including Extra Work paid for from the Contingency Sum, shall be included in the Bid Contract Price. For Changes in the Work not covered by Allowances the General Contractor‟s Overhead and Profit shall be 10% on work performed directly by the General Contractor, and 5% on work performed by sub trades. The Subcontractor‟s allowance for Overhead and Profit shall be 5% of the Actual Cost of all Subcontractor‟s Changes in the Work, as determined by this paragraph. Where the Change involves the substitution of one type of product for another the “actual cost” of the change, whether credit or extra, shall be the net difference in the “actual cost” defined above.” 9. SITE CONDITIONS 9.1 The Contractor acknowledges and agrees that: (a) it has had the opportunity to undertake additional examinations or subsurface investigations, or both, of the Place of Work, including any buildings or structures involved with the Work, in order to satisfy itself as to site conditions, including subsurface conditions and the impact they could have on the Work and the Contract; and (b) it is not entitled to any adjustment in the Contract, or to any other remuneration or damages whatsoever, in any way connected with the site conditions at the Place of Work, including subsurface conditions. 10. DOCUMENTS 10.1 The Contractor will keep one copy of the Contract, including the schedules and all drawings, specifications and shop drawings, at the Place of Work in good order and available for review by the City's Representative, and deliver a complete set to the City upon Substantial Performance of the Work. 10.2 The Contractor agrees that the City is hereby granted an unconditional and irrevocable perpetual license to reproduce and use, in whole or in part, and for any purpose or other project or work the City desires, all matters contained in or set out in the Contract including all drawings and specifications and all models furnished by the Contractor, and the Contractor agrees that the license granted by this section comprises the copyright, industrial design, trademark and all other intellectual property therein. RFQ (Goods and Services) No.: 1220-040-2011-019 9 11. TIME 11.1 The Contractor will proceed diligently and complete the Work in a good and workmanlike manner and strictly in accordance with the Construction Schedule. 11.2 If the Contractor is delayed in the performance of the Work by any act or neglect of the City, the Construction Schedule will be extended for such time as may be agreed by the City and the Contractor, acting reasonably. 11.3 The Contractor will, as required by the City, provide or up-date the Construction Schedule, showing the anticipated start and completion dates and durations of the major elements of the Work. Failure or refusal to provide a Construction Schedule or up-date will be a default. 11.4 Time is of the essence of the Contract. 12. TAXES AND DUTIES 12.1 The Contractor will pay all taxes, custom duties and other charges relating to the Work, and the supply and installation of all materials and equipment included in the Work. 12.2 Where an exemption of taxes, custom duties or other charges is applicable to the Contract by way of the Contractor filing claims for, or cooperating fully with the City and the proper authorities in seeking to obtain such refunds, the Contractor will make such applications and provide such cooperation. Refunds that are properly due to the City and have been recovered by the Contractor will be promptly refunded to the City. 13. BUILDER'S LIENS 13.1 The Contractor will immediately take steps to keep the Place of Work free of any builder's liens and certificates of pending litigation and the Contractor will defend and indemnify the City from any builder's lien or certificate of pending litigation filed as a result of the Work. The Contractor will pay all costs and expenses including actual legal costs incurred by the City as a result of any builder's lien or certificate of pending litigation related to the Work. 14. CITY DIRECTIONS 14.1 The Contractor will in all respects complete the Work in accordance with the City's requirements and standards and to the satisfaction of the City. 14.2 The City's Representative may at any time and from time to time inspect the Work. 14.3 The Contractor will comply with all directions from the City relating to the coordination of the Work with the activities of the City or with other contractors hired by the City, should there be any. 14.4 The Contractor will have total control of the Work and will be solely responsible for ensuring the Work is in accordance with the requirements of the Contract. 15. INSPECTIONS 15.1 The Contractor will retain one or more independent contractors with the relevant professional education, skill and experience, to carry out and report upon all testing and other inspection activities necessary to confirm the Work is in accordance with the requirements of the Contract. The Contractor will promptly provide copies of such reports to the City's Representative. 15.2 If Work is designated for tests, inspections or approvals by authorized agencies, the Contractor will give the City's Representative reasonable notice of when the Work will be ready for review and inspection. 16. USE OF PLACE OF WORK 16.1 The Contractor will confine its tools, machinery, equipment and materials to limits as may be established by the City's Representative, acting reasonably. 16.2 The Contractor will maintain the Place of Work in a tidy condition and free from the accumulation of waste products and debris, other than that caused by the City, other contractors or their employees. RFQ (Goods and Services) No.: 1220-040-2011-019 10 16.3 Prior to application for the Certificate of Total Performance, the Contractor will remove all surplus products, tools, machinery and equipment, and any waste and debris, and leave the Place of Work clean and suitable for occupancy by the City. 16.4 The Contractor will not have exclusive use of the Place of Work, and will undertake the Work in cooperation with the City, and other users of the Place of Work as the City may permit or direct. 16.5 The Contractor will protect the property adjacent to the Place of Work from damage and will hold the City harmless from any claims which may arise as a result of the Contractor's operations under the Contract, or from failure to provide such protection, or both. 16.6 The Contractor will protect the Work and the City's property from damage and will be responsible for any damage which may arise as a result of operations under the Contract, except damage which occurs as a result of actions of the City. 16.7 Should any damage occur to the Work or the City's property, or both, for which the Contractor is not responsible, the Contractor will: (a) (b) make good such damage to the Work, and if the City so directs, make good such damage to the City's property, and the Construction Schedule will be extended for such time as may be agreed by the City and the Contractor, acting reasonably. 16.8 The City may take possession of and use any completed portion of the Work regardless of the time for completion of the Work. Such possession or use will not be construed as final acceptance of the Work or portion. 17. SUPERVISION 17.1 The Contractor will provide competent supervision as is necessary to perform the Work. 18. CODES AND REGULATIONS 18.1 The Contractor will perform the Work in full compliance with all applicable federal, provincial and municipal enactments, codes and regulations. 19. CONTRACTOR'S WARRANTY 19.1 The Contractor represents, warrants and guarantees to the City that: (a) (b) (c) (d) (e) (f) (g) 19.2 The Contractor agrees to correct any deficiency in the Work arising from faulty construction, faulty material, faulty installation or faulty workmanship, which appear: (a) (b) (c) 19.3 the Work will, in all respects, be constructed in a good and workmanlike manner; the Work will be constructed in accordance with all applicable laws in effect at the date of the Contract and in accordance with the best current and prevailing industry practices; the Work will be supplied, procured, fabricated, installed, constructed and completed in accordance with all requirements of the Contract; all Work will be free from defects or deficiencies arising from faulty construction, faulty material, faulty equipment, faulty installation or faulty workmanship; the Work as constructed will be fit for the purpose intended; title to all Work and all parts thereof shall be free and clear of all liens, charges, encumbrances and adverse claims whatsoever; and no part of the Work shall constitute an infringement of any patent, trade mark, copyright or other proprietary interest. in the period of five (5) years after Substantial Performance of the Work; for other Work, excluding Work covered by a warranty greater than twelve (12) months, in the period of twelve (12) months after the date of Substantial Performance of the Work; and for other Work in the period of any warranties. The Contractor shall undertake all repairs or replacements at times that will minimize interference with the City's operations. RFQ (Goods and Services) No.: 1220-040-2011-019 11 19.4 Nothing contained herein limits the rights of the City in relation to recovery for latent deficiencies in the Work or otherwise limits the rights of the City at law or in equity. 19.5 The Contractor shall not be relieved of its warranty obligations by reason of inspection, testing or acceptance of the Work or any portion thereof, or the issuance of a Certificate of Substantial Performance, or a Certificate of Total Performance, or payment to the Contractor of any money under the Contract. 20. WAIVERS 20.1 The Contractor's application for the Certificate of Substantial Performance shall constitute a waiver and release by the Contractor of any and all claims arising out of or relating to the Contract to the date of Substantial Performance. This waiver shall include without limitation those that might arise from the negligence or breach of contract by the City, the City's Representative and their respective employees, agents, officers and contractors, but does not include claims made by the Contractor in writing prior to such application in accordance with the provisions of the Contract Documents and delivered to the City's Representative prior to date of Substantial Performance and still unsettled. The Contractor's application for the Certificate of Total Performance shall constitute a waiver and release by the Contractor of any and all claims arising out of or relating to the Contract that have arisen between the date of Substantial Performance and the date of the Certificate of Total Performance. This waiver shall include those that might arise from the negligence or breach of contract by the City, the City's Representative, and their respective employees, agents, officers and contractors, but does not include claims by the Contractor in writing prior to such application in accordance with the provisions of the Contract Documents and delivered to the City's Representative and still unsettled. 20.2 21. SUBSTANTIAL PERFORMANCE 21.1 The City or its contractor will, after receipt of a written application from the Contractor for a Certificate of Substantial Performance, make an inspection and assessment of the Work and issue a Certificate of Substantial Performance or if the City decides that Substantial Performance has not been achieved, consult with the Contractor and advise the Contractor of the Work required to achieve Substantial Performance. 21.2 An application for Substantial Performance shall be accompanied by: (a) (b) a sworn declaration in a form acceptable to the City Representative that all amounts relating to the Work, due and owing as of the end of the month covered by the invoice to third parties including all subcontractors and suppliers, have been paid; and documentation satisfactory to the City's Representative showing compliance with Workers' Compensation Board requirements. 21.3 The City shall pay any builder's lien holdback as required by the Builders Lien Act, or on such other date as required by law, but the City may hold back the amounts for any deficiencies or filed builder's liens. 21.4 The City's Representative shall be the payment certifier responsible for payment certification for the Contractor under the Builders Lien Act. The Contractor shall be the person responsible for payment certification for all subcontractors, including the subcontractors, as required under the Builders Lien Act. 22. TOTAL PERFORMANCE 22.1 Before applying for a Certificate of Total Performance, the Contractor will provide to the City the following: (a) (b) (c) complete sets of digital drawings and specifications, in reproducible form, showing the as-built Work; complete sets of maintenance manuals for any and all equipment comprised in the Work; and the results of quality control testing by the Contractor. RFQ (Goods and Services) No.: 1220-040-2011-019 12 22.2 The Contractor may apply for a Certificate of Total Performance and the procedure and requirements for the issuance of the Certificate of Total Performance shall include the provision by the Contractor of the sworn declaration and Workers' Compensation Board compliance documentation. 23. WORKERS' COMPENSATION BOARD 23.1 The Contractor shall provide evidence, satisfactory to the City's Representative of compliance with the requirements of the Workers Compensation Act, R.S.B.C. 1996, c. 492, as amended (the "Workers Compensation Act"), including payments due thereunder at the following times: (a) prior to commencing the Work; (b) as a condition of receiving a Certificate of Substantial Performance; and (c) as a condition of receiving a Certificate of Total Performance. 23.2 At any time during the performance of the Work, upon request of the City's Representative, the Contractor shall provide such evidence of compliance with the Workers Compensation Act by the Contractor and his subcontractors. 23.3 The Contractor agrees that it is the prime contractor for the Services for the purposes of the Workers Compensation Act. The Contractor will have a safety program in place that meets the requirements of the Workers' Compensation Board Occupational Health and Safety Regulation and the Workers Compensation Act. As prime contractor, the Contractor will be responsible for appointing a qualified coordinator for insuring the health and safety activities for the location of the Services. The qualified coordinator is: Name: ____________________________ Contact No. ______________________ The Contractor will advise the City immediately in writing if the name or contact number of the qualified coordinator changes. 23.4 If at any time the performance of the Work is stopped because the Contractor unreasonably fails or refuses to comply with a regulation or order issued pursuant to the Workers Compensation Act, then such failure or refusal shall be considered a default under the Contract. 23.5 The Contractor shall indemnify the City for any costs, fines, expenses and penalties that the City is required to pay on account of the Contractor performing the Work in breach of any Workers Compensation Act order or regulations. 24. INSURANCE 24.1 The Contractor will obtain and carry, in forms and with insurers satisfactory to the City: (a) commercial general liability insurance in a wrap up form with a limit of five million ($5,000,000) dollars inclusive per occurrence for bodily injury, death and damage to property; (b) the insurance shall include the Contractor, the City, the project manager, all contractors, contractors, subcontractors, suppliers and tradesmen contributing to the Work; (c) the insurance shall preclude subrogation claims by the insurer against anyone insured hereunder; (d) the insurance shall include coverage for: broad form products and completed operations, owner's and contractor's protective liability, contractor's contingent liability, blanket written contractual, contingent employer's liability, personal injury liability, non-owned automobile, cross liability, employees as additional insured's, and broad form property damage; RFQ (Goods and Services) No.: 1220-040-2011-019 13 and where such further risk exists: (e) (f) (g) (h) (i) (j) shoring, blasting, excavating, underpinning, demolition, removal, pile-driving and caisson work, work below ground surface, tunnelling and grading, as applicable, and operation of attached machinery. product and completed operations liability insurance, to remain in full force and effect for a period of not less than twelve (12) months following completion of the Work; professional liability insurance to the end of the agreed upon warranty period(s), but not less than one (1) year after total completion, for the Contractor's professional contractors and sub-contractors; course of construction insurance against "all risks" of physical loss or damage, and shall extend to cover all materials, property, structures and equipment while in transit or storage and during construction, erection, installation and testing, but such insurance shall not include coverage for the Contractor's equipment of any description. Such insurance shall be maintained until Substantial Performance of the Work; Automobile Liability insurance on all vehicles owned, operated or licensed in the name of the Contractor in an amount not less than three million dollars ($3,000,000); the insurance shall include as an insured, each contractor and subcontractor, project manager, architect and engineer who is engaged in the Work; and the insurance will contain a waiver of the insurer's rights of subrogation against all insured except where a loss is deemed to have been caused by or resulting from any error in design or any other professional error or omission. 24.2 The Contractor will provide proof of the required insurance coverage prior to commencing the Work. Such proof will be in the form of a City of Surrey certificate of insurance. 24.3 The Contractor acknowledges that any requirement or advice by 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 it is solely responsible for obtaining and maintaining policies of insurance in adequate amounts. 24.4 If requested to do so, the Contractor will provide the City with a copy of insurance policies relating to the Work. 25. INDEMNIFICATION 25.1 The Contractor shall indemnify and hold harmless the City, its elected officials, its officers, agents and employees from and against claims, demands, losses, costs, damages, actions, suits or proceedings by third parties that arise out of, or are attributable to, any act or omission or alleged act or omission of the Contractor, the Contractor's agents, employees or subcontractors or suppliers in performance of the Contract. 25.2 The City shall indemnify and hold harmless the Contractor, its agents and employees from and against claims, demands, losses, costs, damages, actions, suits, or proceedings arising out of or which are attributable to a lack of or defect in title or an alleged lack of or defect in title to the Place of Work. 26. REJECTED WORK 26.1 Work that is defective ("Defective Work"), whether the result of poor design, poor workmanship, use of defective materials or damage through carelessness or other acts, and whether incorporated in the Work or not, which has been rejected by the City as failing to conform to the Contract will be removed promptly by the Contractor and replaced and re-executed promptly and properly at the Contractor's expense. 27. DEFAULT 27.1 If the Contractor: (a) is adjudged bankrupt, makes a general assignment for the benefit of creditors, or a receiver is appointed on account of its insolvency; RFQ (Goods and Services) No.: 1220-040-2011-019 14 (b) (c) (d) (e) (f) (g) fails to supply competent supervision, properly skilled workers or proper materials; fails to make prompt payment to its contractors, suppliers or workers; fails to observe, or breaches the provisions of the Contract; fails to remove and replace Defective Work; abandons the Work; or fails to adhere to the Construction Schedule; the Contractor is in default of the Contract and the City may give the Contractor written notice to remedy such default. If the Contractor does not commence correction of such default within five (5) business days of receiving such notice and diligently pursue correction of such default, the City may suspend the Work or terminate the Contract, without prejudice to any other right or remedy the City may have. 27.2 The parties agree that if the City terminates the Contract under the conditions set out above, the City shall pay the Contractor: (a) 27.3 for all Work performed, plus reimbursement for expenditures made on account of the remaining Work, but shall not pay for profit and overhead on account of the remaining Work or any additional costs incurred because of the termination. If the City terminates the Contract, the City may: (a) (b) take possession of the Work and materials, and utilize the Contractor's machinery and equipment at the Place of Work to the extent third party rights are not impaired, and bring the Work to completion by whatever method the City may deem expedient; and upon completion of the Work, charge the Contractor the full cost of completing the Work, as certified by the City's Representative, including remedying any deficiencies in the Work. 28. CORRECTION BY CITY 28.1 In addition to the right of termination, if the Contractor fails to comply with a provision of the Contract, including failure to remove and replace Defective Work, the City may, without prejudice to any other remedy it may have, correct such default and charge the Contractor the full cost of correcting the default. 29. DISPUTE RESOLUTION 29.1 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. 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. 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. RFQ (Goods and Services) No.: 1220-040-2011-019 15 30. ASSIGNMENT AND SUBCONTRACTS 30.1 The Contractor agrees to preserve and protect the rights of the parties under the Contract with respect to Work to be performed under subcontract and to: (a) (b) enter into contracts or written agreements with subcontractors to require them to perform their work in accordance with and subject to the terms and conditions of the Contract Documents; and 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 them. The Contractor agrees that he will incorporate the terms and conditions of the Contract Documents into all subcontract agreements entered into with subcontractors. 30.2 The Contractor agrees to employ those subcontractors proposed by in writing and accepted by the City at the signing of the Contract. The Contractor shall not, without the written consent of the City, change a subcontractor who has been engaged in accordance with the Contract. 30.3 The City may, for reasonable cause, object to the use of a proposed subcontractor and require the Contractor to employ one of the other subcontractors. 30.4 In the event that the City requires a Change from a proposed subcontractor, the Contract Price shall be adjusted by the difference in cost and mark-up occasioned by such required Change. The Contractor shall not be required to employ as a subcontractor a person or firm to whom he may reasonably object. 30.5 30.6 The Contractor may, upon reasonable request and at its discretion, provide to a subcontractor information as to the percentage or quantity of the subcontractor's work which has been certified for payment. 30.7 Nothing contained in the Contract Documents shall create a contractual relationship between a subcontractor and the City. 31. NOTICES 31.1 Communications between the City and the Contractor, including all written notices required by the Contract Documents, may be delivered by hand, or by fax, or by pre-paid registered mail to the addresses set out below: To the City: City of Surrey Parks, Recreation & Culture Department Parks Division 14245 – 56th Avenue, Surrey, BC V3X 3A Telephone: 604-501-5176 Fax: 604-501-5177 Attention: Mr. Bob Paterson, Manager, Parks Development Services with a copy to the Solicitor at: City of Surrey Legal Services 14245 – 56th Avenue, Surrey, BC V3X 3A2 Fax: 604-599-1613 Attention: Mr. Craig MacFarlane, City Solicitor 31.2 The Contractor: Telephone: 604Fax: 604E-mail: Attention: A communication or notice that is addressed as above shall be considered to have been received: (a) (b) (c) immediately upon delivery, if delivered by hand; or immediately upon transmission if sent and received by fax; or after five (5) days from date of posting if sent by registered mail. RFQ (Goods and Services) No.: 1220-040-2011-019 16 31.3 The City or the Contractor may, at any time, change their address for notice by giving written notice to the other at the address then applicable. 31.4 The sender of a notice by fax assumes all risk that the fax will be received properly. 32. FORCE MAJEURE 32.1 Each Party will be excused from performance under this Contract for any period and to the extent that it is prevented from or delayed in performing any obligations pursuant to this Contract, in whole or in part, by any Force Majeure Event. The affected Party may invoke this section by promptly notifying the other Party in writing of the nature and estimated duration of the suspension of the Party‟s performance. In such event, the affected Party will be excused from further performance of obligations so affected for so long as such Force Majeure Event prevails and such Party continues to use its best efforts to recommence performance whenever and to whatever extent possible without delay (except that a Party is not required by this Section to compromise its position with respect to or settle any labour dispute in order to satisfy its obligations hereunder). For the avoidance of doubt, nothing in this Section will affect the City‟s right to terminate this Contract for convenience as provided in Section 27. For the purposes of this Contract, “Force Majeure Event” will mean the occurrence of an event or circumstance beyond the reasonable control of a Party, provided that (i) the non-performing Party is without fault in causing or preventing such occurrence and (ii) such occurrence cannot be circumvented through the use of commercially reasonable alternative sources, workaround plans or other means. Force Majeure Events will include acts of federal, provincial, local or foreign governmental authorities or courts, war or insurrection, civil commotion, catastrophic events, including without limitation earthquakes, catastrophic weather conditions, pandemics, fires, floods, storms or other elements of nature or acts of God, and labour disturbances that affect the Party claiming force majeure. 32.2 33. GENERAL 33.1 The Contract contains the entire agreement between the City and the Contractor and may not be amended except in writing and signed by both parties. 33.2 All schedules attached to the Contract will be read and construed as forming part of the Contract. 33.3 The Contract will be interpreted in accordance with the laws of the Province of British Columbia. 33.4 The headings are included in the Contract for convenience only and will not be referred to in interpreting the Contract. 33.5 No consent or waiver by either party to or of any breach or default by the other under the Contract will be effective unless in writing, nor will such consent or waiver be relied on as consent to or waiver of any other breach or default of the same or any other obligation. 33.6 Each party will, at its own expense, execute and deliver all such further agreements and documents and do such acts and things as may be reasonably required to give effect to the Contract. IN WITNESS WHEREOF the parties hereto have executed the Contract on the day and year first above written. CITY OF SURREY INSERT NAME OF CONTRACTOR by its authorized signatory(ies): by its authorized signatory(ies): _______________________________ _______________________________ Insert Name of Person Signing Insert Name of Person Signing Insert Title of Person Signing Insert Title of Person Signing _______________________________ _______________________________ Insert Name of Person Signing Insert Name of Person Signing Insert Title of Person Signing Insert Title of Person Signing RFQ (Goods and Services) No.: 1220-040-2011-019 17 SCHEDULE OF CONTRACT DOCUMENTS SCHEDULE 1 (complete listing of all photographs that are a part of this Contract Documents) Resurfacing Running Track – Bear Creek Park – Contract 1220-040-2011-019 Photograph Index Photograph No. Photograph Title Sheet No. RT-1 Bear Creek Track 1 RT-2 Bumpy Area along 200m Start 1 RT-3 High Jump Drain Area 1 RT-4 Organic Material Encroachment 1 RT-5 Root Heaving at Pole Vault Box 1 RT-6 Track Cross Section 1 RT-7 Track Cross Section 1 RT-8 Track Cross Section 1 RFQ (Goods and Services) No.: 1220-040-2011-019 18 SCHEDULE B APPENDIX 1 SPECIAL PROVISIONS RUNNING TRACK RESURFACING AT BEAR CREEK PARK RFQ (Goods and Services) No.: 1220-040-2011-019 19 SCHEDULE B APPENDIX 1 - SPECIAL PROVISIONS S.P.1 Definitions In these Special Provisions, unless the context otherwise requires, “Section” means section of the Specifications or the Conditions of Contract. “Item” means item of the Schedule of Prices. S.P.2 Contract Time The Work shall be carried out in accordance with the construction schedule as agreed to by the City, and as amended from time to time. Sufficient workers, materials, equipment, appliances and services are to be kept on site at all times to maintain the scheduled completion of this work. It is further understood and agreed upon and made part of the Contract that the Work must be begun, performed, and completed in accordance with this schedule by the Contractor and if the Contractor fails to begin, perform without interruption, and complete the Work as required by this Contract, the Contractor may be declared in default of this Contract. th The Work under the Contract is to be completed no later than August 5 , 2011. If at any time, the Contractor discovers that the Time schedule cannot be met, it will immediately advise the City, and submit a revised Time Schedule in writing. S.P.3 Project Coordination Coordinate progress of the Work, progress schedules, use of site, temporary utilities, construction facilities and temporary controls. S.P.4 Project Safety It is the Contractor‟s responsibility to perform work consistent with good construction practice in the safest manner possible. The health and safety of all members of the construction team and the general public is the responsibility of the Contractor. To ensure that the safest possible conditions exist on this project, all personnel must adhere strictly to the current requirements of the Occupational Health and Safety Regulations and WCB standards for Resurfacing of Running Track Projects; the Contractor‟s Corporate Health & Safety Programme; the Contractor‟s Site Safety Plan and all applicable codes. In addition to the general project safety requirements indicated above, the Contractor will also be responsible for enclosing the work site, including erecting temporary hoarding as necessary. The hoarding will be removed during times the Contractor is not actively working on the site. The City will endeavour to work with the Contractor to minimize the extent of hoarding, and the frequency in which the hoarding is erected/dismantled. Note that the existing track and field area includes a perimeter fencing system which may be utilized as hoarding, subject to the Contractor‟s work programme, the site conditions with respect to construction hazards and the duration of time that the site is intended to require protective fencing, As the field is used by community sports groups throughout the late spring and summer months, it is not intended that the field is closed for any extended periods of time. S.P.5 Traffic Control The Contractor shall at all times ensure the safety of the public (vehicular and pedestrian traffic) and its employees while performing these Services. When required, traffic control and flagpersons are to be provided and paid for by the Contractor and are the responsibility of the Contractor. This includes the provision of traffic control within the Bear Creek Park parking lot and the construction haul road from the parking lot to the track. S.P.6 Construction Access The designated access to and from the construction site must be approved by the City. All construction traffic must use the designated access including heavy equipment, trucks and workers‟ personal vehicles. RFQ (Goods and Services) No.: 1220-040-2011-019 20 The Contractor will be responsible for repairing any damage to Park facilities (including grassed lawn areas) caused by construction vehicles. S.P.7 Proposed Substitutions Acceptance of material specifications that are an equal or higher level of quality compared to the material specified will not be unreasonably withheld. Quotations for equipment substitutions to be made as separate line items and as additive or deductive alternates to the base equipment bid. Evaluation of the substitutions to be made solely by the City whose decision shall be final. S.P.8 Manuals Installation and Operator‟s manuals must accompany equipment delivered. Electrical, Mechanical, and Plumbing booklets shall be provided to the City, as per the Specifications. All manual(s) must be furnished prior to payment and delivered to the City. Failure to deliver all manual(s) that are ordered may result in non-payment until all manual(s) are received. S.P.9 Qualifications of Contractor The Contractor shall submit documented experiences/references of at least 5 projects using the two component polyurethanes within the past 5 years .By submitting a Quotation, a Contractor represents that it has the expertise, qualifications, resources, and relevant experience to supply the Goods and Services. Tradesmen engaged in the performance of the Services shall be qualified in accordance with the requirements of the Tradesman Qualification Act and all pertinent licensing requirements required by the Ministry of Municipal Affairs. The Contractor shall be a registered, bonded, professional contractor licensed by the Province of British Columbia. S.P.10 Notification/Schedule of Work The Contractor will be required to start work upon notification from the City. The Contractor shall notify the City (Project Manager), Consultant and facility manager of his work schedule twenty-four (24) hours in advance. The Contractor shall confine his hours of work on site from 7:00 am to 4:00 pm Monday to Friday or as approved by the City (Project Manager). Weekend work will be considered upon written notice received by the City (Project Manager). Overtime rates do not apply to scheduled work within the Quotation. The City shall be informed one week in advance of any stoppage or restart of the work. No work to be performed outside of the normal working hours without prior approval from the City. S.P.11 Damage The Contractor will be responsible for any and all damages to property or persons and for any losses or costs to repair or remedy the works as a result of any negligent act or omission, or misconduct in the performance of the works and its subcontractor‟s work and shall indemnify and hold harmless the City, its officers, agents and employees from all suits, claims, actions or damages of any nature whatsoever resulting therefrom unless such loss, damage, injury or loss results from or arises out of the error, omission and/or negligent acts of the City, or its officers, for subsequent correction of any such error, omission and/or negligent acts or of its liability for loss or damage resulting therefrom. Except as to professional liability, these indemnities shall not be limited by the listing of any insurance coverage. S.P.12 Worksite Conduct All labourers and workers, while working in and around the City‟s facilities, shall act in a professional manner. The Contractor is to enforce proper discipline and decorum among all labourers and workers on the worksite and is to control, among other things: 1) noise, including music; 2) the use of offensive language; 3) smoking or drinking of alcoholic beverages on the worksite; 4) physical violence; 5) riding in the passenger elevators; 6) thievery; and 7) the transportation of articles or materials deemed hazardous. If the City determines, in its sole discretion, that any labourer need to be removed due to his or her failure to comply with the terms of this provision, the Contractor will remove such labourers from the worksite immediately. RFQ (Goods and Services) No.: 1220-040-2011-019 21 Alcohol and drugs are not tolerated on this site at any time including anyone deemed to be under the influence shall be escorted off site. S.P.13 Worksite Clean-Up During the performance of the work, the Contractor is to at all times keep the worksite and such immediate surrounding areas which it may utilize from waste materials, debris and/or rubbish and is to employ adequate dust control measures. If accumulation of such materials, debris, rubbish or dust constitutes a nuisance or safety hazard or is otherwise objectionable in any way, as reasonably determined by the City, the Contractor is to promptly remove them. If any claim, suit, losses, or action be brought by a person affected by the transportation of materials, equipment, goods or wastes to and from the worksite, the Contractor shall defend, indemnify and hold harmless all indemnified parties. Furthermore, the Contractor is to, at all times, keep the premises free from accumulations of waste materials or rubbish caused by the Contractor‟s work. At the completion of the work, the Contractor is to remove all project signs and all rubbish and temporary work, of every nature, from and about the worksite. The Contractor is to remove all tools, scaffolding and surplus materials and is to leave the worksite broom clean or its equivalent. If the Contractor fails to clean up as required by this RFQ, the City may do so and the costs associated with such clean up is to be charged to the Contractor. S.P.14 Accidents; Equipment Safety Any and all accidents, regardless of how minor, involving another person, private property, or vehicle, shall be reported immediately to the Surrey R.C.M.Police and a report requested. The City shall also be contacted immediately and be provided a copy of any reports. The Contractor shall assume all responsibility for damages to property or injuries to persons, including accidental death, attorneys fee and costs of defence which may be caused by Contractor‟s performance of this Agreement, whether such performance be by itself, its subcontractor, or anyone directly or indirectly employed by Contractor or its subcontractors and whether such damage shall accrue or be discovered before or after termination of this Agreement. The Contractor‟s equipment operators shall maintain good safety and driving records, and use extreme caution during the performance of the work. S.P.15 Permits and Fees The Contractor is to secure and pay for all permits, and governmental fees, licenses and inspection necessary for proper execution and completion of the work which are customarily secured after execution of an agreement and which are legally required. The Contractor is to comply with and give notices required by Laws applicable to performance of the work. RFQ (Goods and Services) No.: 1220-040-2011-019 22 SCHEDULE B APPENDIX 2 SUPPLEMENTARY SPECIFICATIONS RUNNING TRACK RESURFACING AT BEAR CREEK PARK RFQ (Goods and Services) No.: 1220-040-2011-019 23 SCHEDULE B APPENDIX 2 - SUPPLEMENTARY SPECIFICATIONS SYNTHETIC RE-SURFACING AND LINE MARKINGS FOR BEAR CREEK PARK RUNNING TRACK Background and General Overview The scope of work generally includes resurfacing of the existing running track, jump and throw event areas using a minimum 5 mm thick impermeable, polyurethane-bound red Ethylene Propylene Dien Polimerisat (EPDM) rubber granule synthetic track surfacing material. In addition, re-leveling of some relatively minor areas of the main track and high jump area will be needed to correct unevenness and poor drainage. Installation of new track drains (catch basins), as well the full reconstruction (ie removal and replacement) of existing failed tracking surfacing in some areas will also be required. The existing surfacing was originally placed approximately 25 years ago and was re-surfaced approximately 12 years ago when a second surface coat of 5 mm thick polyurethane-bound EPDM synthetic track surfacing material was applied. The surfacing currently consists of a 10 to 12 mm thick polyurethane bound SBR base layer with two red SBR top coats totaling 5 to 7 mm. The total thickness of the existing track surfacing is 15 to 17 mm (one base coat with two top coats). Samples of surfacing recently removed from the track indicated the original surfacing is still generally bonded well to the underlying asphaltic concrete base. There is no evidence the asphaltic concrete base is not still performing well. The track surface is generally in good structural condition, however, the surface has worn to an unacceptable level with substantial loss of texture. In addition, the lines have faded and minor delamination has occurred along the inner and outer edges. Where the track edge is adjacent to the natural grass field and adjacent lawn areas, grass and weeds are beginning to migrate into, and under, the synthetic track surface. Minor isolated areas of delamination have also been noted sporadically on the track. The main track surface is generally level with the exception of an approximately 45 m long section near the 200 m start line. The only other noticeable area of unevenness is located near the inner edge of the high jump area, which is also experiencing some ponding. Both of these areas will require leveling prior to installation of the new top coat surfacing material. The method of leveling may include surfacing removal or perhaps the application of an additional polyurethane synthetic leveling course. The pole vault and javelin runways are worn to about 5 mm and both will require application of a full depth 15 m thick track surface. The pole vault box and the concrete vault support area immediately around the box will need to be removed and replaced to meet current IAAF standards. With the exception of the removal of delaminated areas of surfacing, the proposed new surfacing material can be applied to the existing surfacing material (subject to proper cleaning, preparation, leveling and inspection). Drainage is provided through an inner concrete edger with an integrated gutter. Several 100 mm diameter surface drains are located in this concrete gutter at regular intervals throughout the inside edge of the track. The size of the existing surface drains is inadequate from a performance perspective for the facility (constantly plugged with grass and debris) and therefore they will be replaced at ten locations with larger diameter catch basins as part of this project. Detailed Scope of Work: The scope of work includes provision of all materials, labour and equipment necessary to complete the work shown on the project plans, specifications and other provisions of the Contract, including, but not limited to the following: Drainage System Saw cut existing concrete gutter at ten locations (twenty saw cuts) around the inside edge of the track and remove ten existing 100 mm diameter surface drains. Flush existing drain leads. Install a new 152 mm wide by 508 mm long „trench drain‟ type concrete catch basin with a ductile iron, lock-down, ADA, heel-proof grate to replace each removed existing drain (ten new catch basins required). RFQ (Goods and Services) No.: 1220-040-2011-019 24 Connect new catch basins to existing 100 mm diameter drain leads using 100 mm diameter PVC SDR 35 pipe. Restore 430 mm wide by 200 mm deep concrete gutter to match existing shape and width. 8 Lane Oval Running Track Area Inspect and identify areas of de-lamination around inside and outside edges of track, including but not limited to edge areas with grass infiltration. Saw cut and remove de-laminated areas of surfacing. Power wash the entire track surface and power wash areas where existing surfacing is removed prior to application of any new surfacing. Inspect and identify areas where drainage is inadequate or uneven, including but not limited to the section near the 200 m start line (full track width by 45 m long). Apply a two component polyurethane leveling course where feasible to correct such deficiencies. Saw cut and remove any uneven or poorly draining areas that can not be corrected through application of a leveling course. Reinstate areas where surfacing is removed using full pour polyurethane surfacing to match the existing thickness removed prior to application of the final 5 mm surface lift. Apply a 5 mm thick layer surface lift of two-component polyurethane with red EPDM rubber granules over the entire track surface. Install a complete new set of lines and markings to match the existing lines and markings, all in accordance with current IAAF and BC Athletics Standards. Work by City of Surrey: The City will remove and reinstate an approximately 200 mm wide strip of grass sod along the edge(s) of the track not bounded by the concrete gutter. Pole Vault Box and Runway Remove and replace pole vault boxes with IAAF approved stainless steel boxes (N.B. Vault box covers are required (unless you can re-use the old ones) with covers. Remove existing pole value box surround (excluding runway and landing mat pad) paved area and dispose offsite. Construct new concrete surround and concrete pad for the vault upright supports. Inspect and identify areas where drainage is inadequate or the surface is uneven. Apply a two component polyurethane leveling course where feasible to correct such deficiencies. Install a 15 mm thick two layer polyurethane-bound EPDM surfacing system over the existing surfacing. The surface course EPDM granule distribution is to match the oval track area. Install a complete new set of lines and markings to match the existing lines and markings, all in accordance with current IAAF and BC Athletics Standards. Work by City of Surrey: The City will remove and reinstate an approximately 200 mm wide strip of grass sod along the edge(s) of the runway. Javelin Runway #1 (Inside Track) Inspect and identify areas where drainage is inadequate or the surface is uneven. Apply a two component polyurethane leveling course where feasible to correct such deficiencies. Apply a minimum 5 mm thick layer surface lift of two-component polyurethane with red EPDM rubber granules over the runway surface. The surface course EPDM granule distribution is to match the oval track area. Install a complete new set of lines and markings to match the existing lines and markings, all in accordance with current IAAF and BC Athletics Standards. Work by City of Surrey: The City will install a new concrete edger prior to the surface being applied. Javelin Runway #2 (South Side of Track) Inspect and identify areas where drainage is inadequate or the surface is uneven. Apply a two component polyurethane leveling course where feasible to correct such deficiencies. Install a 15 mm thick two layer polyurethane-bound EPDM surfacing system over the existing surfacing. The surface course EPDM granule distribution is to match the oval track area. Install a complete new set of lines and markings to match the existing lines and markings, all in accordance with current IAAF and BC Athletics Standards. RFQ (Goods and Services) No.: 1220-040-2011-019 25 Work by City of Surrey: The City will remove and reinstate an approximately 200 mm wide strip of grass sod along the edge(s) of the runway. High Jump Area Inspect and identify areas of de-lamination, including but not limited to the edge areas adjacent to the curb and any areas with grass infiltration. Saw cut and remove de-laminated areas of surfacing. Power wash the entire high jump area including area including power washing of areas where existing surfacing is removed prior to application of any new surfacing. Inspect and identify areas where drainage is inadequate or uneven. Apply a two component polyurethane leveling course where feasible to correct such deficiencies. Saw cut and remove any uneven or poorly draining areas that can not be corrected through application of a leveling course. Reinstate areas where surfacing is removed using full pour polyurethane surfacing to match the existing thickness removed prior to application of the final 5 mm surface lift. Apply a 5 mm thick layer surface lift of two-component polyurethane with red EPDM rubber granules over the entire track surface. Install a complete new set of lines and markings to match the existing lines and markings, all in accordance with current IAAF and BC Athletics Standards. Work by City of Surrey: The City will remove and reinstate an approximately 200 mm wide strip of grass sod along the edge(s) of the high jump area not bounded by the concrete gutter. Long Jump Area The long jump has been recently re-surfaced and therefore no work is required.. RFQ (Goods and Services) No.: 1220-040-2011-019 26 SITE WORK SUPPLEMENTARY CONDITIONS TRACK SURFACING SPECIFICATIONS (Refer to Master Municipal Construction Document Volume II for Standard Specification – Gold Edition) Prepared for the City of Surrey by: R.F. Binnie & Associates Ltd. ENGINEERS, PROJECT MANAGERS & SURVEYORS 101-19232 Enterprise Way Surrey, BC V3S 6J9 Ph 604-574-3336 RFQ (Goods and Services) No.: 1220-040-2011-019 27 Resurfacing of Bear Creek Park Running Track Contract No. 1220-040-2011-019 1.0 GENERAL 1.01 Scope of Work 1.02 Track Surfacing Specifications a. Include all labour, material, equipment, transportation, and services to install complete running track and field event surfacing as shown on the plans and as specified herein. b. System to be rubber base bound with polyurethane and a top coating of two component polyurethane pigmented coating with EPDM Rubber Granules. c. Provide painted lines and striping as specified. d. The surface of all rubberized surfaces must have homogeneous texture. All areas, such as abutting seams, that do not have uniform texture must be cut out and resurfaced with acceptable texture and finish appearance. e. Warranty package. Related Work In Other Sections Refer to MMCD Specifications for Concrete, Drainage and other general work. 1.03 Standard Specifications a. 1.04 Pre-Approved Vendors/Installers a. 1.05 IAAF Track and Field Rules, latest edition The following vendors have been pre-approved for installation of the rubberized running track and field event surfacing: Ocean Marker Sports Surfaces Marathon Athletic Surfaces Submittals a. Experience, References, and Installation: 1. b. A minimum of 30 calendar days prior to the scheduled commencement of the surfacing installation, the Contractor shall submit to the Engineer the name of track marking subcontracting firm and surveyor, their proposed foremen and key personnel, along with their experience record. The Engineer must approve the marking subcontractor. Track Striping Shop Drawings 1. The Contractor shall submit a minimum of 30 calendar days prior to the scheduled commencement of the surfacing installation, complete and detailed track striping and marking plan with calculations showing all conditions of installation, connection to other work, dimensions, size, shape, color, and location of all lines and markings, including hurdle markers, lane numbers, relay exchange zones, etc. Drawings shall show the entire track on one sheet at scale. RFQ (Goods and Services) No.: 1220-040-2011-019 28 Resurfacing of Bear Creek Park Running Track Contract No. 1220-040-2011-019 2. Manufacturer's Specifications: Within 21 calendar days after Notice to Proceed, the Contractor/Vendor shall submit to the Engineer for approval five copies of each of the selected manufacturer's surfacing material specifications and installation instructions. d. Sample Warranty Package: Within 21 calendar days after Notice to Proceed, submit to the Engineer for review five (5) sample copies of the surfacing warranty package herein specified. e. Maintenance and Operating Data: 2. 3. Furnish to the Engineer, in manual form, four (4) copies of maintenance and operating data prior to final acceptance. Manual shall be enclosed in a hard cover with the following information appearing on the outside of the cover: Project name, Owner's name, Engineer's name, Rubberized Surfacing, Consultant's name, Prime Contractor's name, Year of project completion Index manual with tab dividers for data as follows: a. Materials installed with their characteristics b. General maintenance c. Lining and marking installation d. Lining and marking removal e. Small repair procedures f. Discussion on precautions to be practiced and general maintenance and procedures to be avoided to prolong surface life and to maintain installation's warranty. g. Copy of warranty document Quality Control a. Area and Base Acceptance: 1. 2. 3. b. The Surfacing Subcontractor/Installer (if applicable) shall inspect, verify and accept in writing to the Prime Contractor, with a copy to the Engineer, all installed work of other trades directly affecting the work of this section. Installer must examine the areas and conditions in which rubberized surfacing is to be installed. The asphalt concrete base shall be inspected for conformity with the lines, grades, and typical cross-sections shown on the drawings. The asphalt concrete base shall not deviate from the true surface in excess of 3 mm on a 1000 mm straight edge in all directions. The installer is to coordinate the required curing of the asphalt concrete paving with the Prime Contractor prior to placing the first lift of rubberized surfacing. Track Marking Certification 1. 2. 1.07 This shop drawing is for Owner/Engineer review. The Contractor is not to proceed with painting until the drawing is approved by Engineer or, as may be required, resubmitted for approval with revisions. c. 1. 1.06 Track Surfacing Specifications Upon completion of the track markings, the Contractor shall furnish an acceptable document or certificate of accuracy to the Owner attesting to the accuracy of the track markings and measurements and shall include copies of the computations, calculations, and drawings that were used to obtain this accuracy. This certificate shall also be signed by a B.C.L.S. licensed in the Province of British Columbia in charge with their seal indicating registration number. Tests a. The Owner reserves the right to submit the surface system to various tests to verify whether or not surfacing system meets the minimum specifications or manufacturer's submitted specifications. Any section of the system so tested that is found to be out of specification shall be removed and replaced to the proper specification, at the sole expense of the Contractor. RFQ (Goods and Services) No.: 1220-040-2011-019 29 Resurfacing of Bear Creek Park Running Track Contract No. 1220-040-2011-019 1.08 Warranty a. In addition to the general warranty specified in the General Conditions of the specifications, an additional four-year vendor warranty (5 year total) for the rubberized surfacing system shall be provided to the Owner by the track surfacing vendor, protecting Owner against all manufacturing, material and installation defects associated with materials and workmanship under this section. Warranty to extend from date of final acceptance by Owner. b. Warranty shall cover in general the usability of the installed surfacing system, accessories use characteristics, suitability of the installation for the period specified, and for the designated uses enumerated as follows: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 2.0 2.01 2.02 Track Surfacing Specifications Track and field events with spiked shoes Physical exercises Physical education activities Marching band Cheerleading activities Access to adjacent football/soccer field Pneumatic rubber-tired maintenance and service vehicles Pedestrian traffic and other similar uses Community running and jogging Handicap wheelchair traffic c. Conditions Warranty: Warranty shall agree to promptly repair or replace work, which deteriorates excessively or otherwise fails to perform as required due to failures of materials and workmanship. Striping and other painted markings are excluded from the warranty. For the purposes of this warranty, excessive deterioration is defined as a loss of twenty (20%) of the wearing surface or granular loss. Failure of material and workmanship is defined to include, but is not limited to, delaminating of the track from its asphaltic concrete base, or from integral layers of surfacing material, and leaching of binders or other surfacing components. All defects are to be promptly repaired. If the warrantor does not initiate repair work within 21 calendar days from receipt of complaint in writing, adverse weather conditions accepted, the Owner shall have the right to order the work performed by others and the warrantor shall be liable for costs accruing to the Owner. d. The parent company or corporation of the track surface installation firm shall issue the warranty. The warranty shall be signed by an authorized principal of the applicable firm, duly-authorized to make contracts. e. A separate warranty from the General Contractor, the Track Installer and/or the Striping Subcontractor shall be issued for the marking and striping guaranteeing applied painting for a period of two (2) years from fading in color and intensity plus cracking or separating from the track surface. PRODUCTS Rubberized Track And Field Event Surfacing Composition a. Base layer is to be SBR rubber granules and single component polyurethane binder. The base layer shall be a minimum of 12.0mm thick. b. Top layer shall be a red pigmented blend of EPDM rubber granules and single component polyurethane. The top layer shall be a minimum of 5 mm. Materials a. The primer shall be polyurethane base as specified by the surfacing system manufacturer. RFQ (Goods and Services) No.: 1220-040-2011-019 30 Resurfacing of Bear Creek Park Running Track Contract No. 1220-040-2011-019 b. Track Surfacing Specifications SBR Rubber Granules (Base Layer): 1. The granules shall be recycled styrene butadiene rubber (SBR). There shall be no traces of fiber or steel with granulate. 2. Granulate particles shall meet the following gradation requirements: Particle Size Percentage by Weight 0-1.0mm 1.0-2.0mm 2.0-3.0mm 3.0-4.0mm Larger than 4.0mm c. d. e. 2.03 Polyurethane (Base Layer and Structural Spray Coats) 1. For the base layer utilize single component polyurethane. 2. No mercury, lead or other heavy metals are to be present. 3. No solvent or fillers are to be added. EPDM Granulate (Top Layer): 1. The granules shall be composed of peroxide cured Ethylene Propylene Dien Polimerisat (EPDM) rubber. 2. Granules shall have a specific density of 1.6 +/- 0.08. 3. Materials to have shore hardness from 55 to 60. 4. Sulphur cured rubber is unacceptable. 5. Half of the granules are to be graded from 0.5 mm to 1.5 mm in size. Half of the granules are to be 1.0 mm to 3.0 mm in size. 6. The granules shall be pigmented red. Marking Paint: The paint shall be polyethylene based, specifically manufactured to be compatible with and formulated for application on polyurethane synthetic track surfaces. Physical Properties of System Color: Red (shade to be approved by Owner). Hardness (D-2240) Elongation at Break (D-412-61T) Tensile Strength (D-412-61T) Impact Resilience (D-2632) Compression Set (D-395-b) Spike Resistance Weathering/UV Resistance resilience Compression Modulus (D-575-49): Gliding Behavior Resistance to oil and normal cleaning solutions 2.04 3.5% 15-25% 30-40% 30-40% 0-5% Shore A-2-35-50 150% 300psi 0% 90% - 95% No restriction No significant changes in hardness or 10% and 50% 8kp/90kp Wet 0% - Dry 0% Favorable Track Lining And Marking a. The Contractor shall retain a Professional Engineer or surveyor licensed in the Province of British Columbia to layout the track markings. Calculate locations of specified event markings. The calculations shall be made to the nearest 1/10,000th of a meter and angles to the nearest second. b. A complete track lining and marking system shall be provided. c. All lines and markings are to have true sharp edges with no weeping. d. Provide layouts in accordance with IAAF for the following events: RFQ (Goods and Services) No.: 1220-040-2011-019 31 Resurfacing of Bear Creek Park Running Track Contract No. 1220-040-2011-019 Event 100 METER HURDLES 110 METER HURDLES 300 METER HURDLES 400 METER HURDLES 100 METER DASH 200 METER DASH 400 METER DASH 800 METER RUN 1600 METER RUN 3200 METER RUN 4 x 100 METER RELAY 4 x 200 METER RELAY 4 x 400 METER RELAY Track Surfacing Specifications Notes 1 Turn Stagger 2 Turn Stagger Both directions 1 Turn Stagger 2 Turn Stagger 3 Turn Stagger Waterfall start Waterfall start 2 Turn Stagger 3 Turn Stagger 3 Turn Stagger e. 3.0 3.01 Other markings shall include: 1. Relay Exchange Zones: Colors as recommended in IAAF; solid equilateral triangles with side dimensions equal to clear distance between lane lines at both ends of exchange zone in each lane. 2. Lane Numbers: Five sets of white lane numbers "1" through "8", inclusive, with black shadowing as approved by the Engineer. Separate templates are to be utilized for shadowing. Lane numbers shall be not less than 3" stroke and not less than 24" high. 3. Lane Lines shall be white. Execution Preparation a. Accept asphalt base onto which the surfacing is to be applied. b. Immediately prior to application, all base construction shall be thoroughly cleaned of all dirt, debris or any other substances that will be detrimental to the installation. c. Apply such priming material as may be necessary to assure complete bond of polyurethane to the asphaltic concrete base surfaces. d. 3.02 Contractor must protect all adjacent areas from any contamination or over spray from rubberized surfacing installation procedures. Tape plastic sheeting to concrete edging or adjacent exposed asphalt concrete paving, to protect synthetic turf and adjacent areas. Installation a. General: 1. Only experienced, specialized personnel are to be utilized in the installation of surfacing materials and applying the line and marking points. The Superintendent and the supervisory or technical personnel must be employees of the vendor/installer firm. 2. Install in strict accordance with the specifications, drawings, approved shop drawings and manufacturer's specifications and instructions, when applicable. b. Environmental Conditions: Materials are not to be placed when: 1. Ambient air temperature is below 10 degrees C. 2. Material temperatures are below 10 degrees C. 3. Surfaces are wet or damp. 4. Precipitation is falling or pending. 5. Conditions exist or are pending that will be unsuitable for the installation of the system. Equipment: The components shall be blended in a clean and dry, specifically designed, mixing machine with automatic proportioning controls to guarantee exact proportions of the polyols and isocyanates and the auxiliary components (rubber) which control the reactions and balance of the varying climatic conditions during the laying process c. RFQ (Goods and Services) No.: 1220-040-2011-019 32 SCHEDULE B APPENDIX 3 SITE PHOTOGRAPHS AND AS-BUILTS RUNNING TRACK RESURFACING AT BEAR CREEK PARK RFQ (Goods and Services) No.: 1220-040-2011-019 33 SCHEDULE B APPENDIX 3 SITE PHOTOGRAPHS AND AS-BUILTS No detailed engineering drawings have been prepared for this project, however, as-built records of the original track construction project, sketches of the general scope of work and photographs showing the general condition of the existing track surfacing have been obtained by the City and are being made available to Proponents for their general information. These materials can be viewed by going to the City‟s ftp site as follows: To view/print site photographs and as-builts please go to the FTP link below, enter the logon and password when prompted, locate folder 1220-040-2011-019 and proceed. ftp://ftp.surrey.ca/ Log on: pur Password: welcome To view this FTP site in Windows Explorer, click Page, and then Open FTP Site in Windows Explorer. RFQ (Goods and Services) No.: 1220-040-2011-019 34 SCHEDULE B-4 THROUGH B-12 Documents from Schedule C of the RFQ are to be inserted at the time of the award of the Contract: SCHEDULE B – Appendix 4 - Schedule of Prices SCHEDULE B – Appendix 5 - Construction Schedule SCHEDULE B – Appendix 6 - Key Personnel, Sub-Contractors, and Material Suppliers Forms to be included at the time of the award of the Contract: Schedule B – Appendix 7 – Prime Contractor Designation Schedule B – Appendix 8 – Risk, Health and Safety Schedule B – Appendix 9 – Statutory Declaration Schedule B – Appendix 10 - Certificate of Substantial Performance Schedule B – Appendix 11 - Notice of Certification of Substantial Performance Schedule B – Appendix 12 - Post Compliance Form Certificate of Substantial Performance RFQ (Goods and Services) No.: 1220-040-2011-019 35 SCHEDULE C QUOTATION RFQ TITLE: RFQ No.: RESURFACING RUNNING TRACK – BEAR CREEK PARK 1220-040-2011-019 CONTRACTOR Legal Name: ____________________________________________ _________________________________________________ ______ Address: _______________________________________________ Phone: ___________________________ Fax: _________________ Email: _________________________________________________ 1. CITY OF SURREY City‟s Representative: Kam Grewal, BBA, CMA Acting Purchasing & AP Manager Address: 6645 – 148 St., Surrey, BC V3S 3C7 Phone: 604-590-7274 Fax: 604-599-0956 Email (PDF format only): [email protected] 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. Payment Terms: Destination 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. Freight Prepaid Item # Ship Via: Item Name Provide all labour, supervision, materials, plant, equipment, layout, survey, permits, and inspections, to provide the resurfacing of bear creek park running track and services (including start-up and commissioning) in accordance to the drawings and specifications as set out in Schedule A of this RFQ, and all Addenda issued. Total Amount Labour: $ ____________________ Materials: $ _____________________ Note: Overheads, General Conditions and Profit are to be included in the above amounts. Subtotal: HST (12%): CURRENCY: Canadian 2. TOTAL QUOTATION PRICE: List of Alternative Prices The following is a list of Alternative Prices and forms part of this RFQ, upon the acceptance of any or all of the Optional Alternative Prices. The Optional Alternative Prices are an addition or a deduction to the Total quotation price and do not include HST. 3. Description of Alternative Prices Addition Deduction Item $[ ] $[ ] Item $[ ] $[ ] List of Separate Prices (a) (b) Performance bond at 50% of total contract value Labour and Materials Payment bond at 50% of total contract value RFQ (Goods and Services) No.: 1220-040-2011-019 __________ __________ 36 4. Force Account Labour Rates: Contractor is to provide hourly labour rates, including overhead and profit for approved extras/credits (use the spaces provided and/or attach additional pages, if necessary): Labour Category Straight Time/hr (Plus HST) Overtime Rate/hr (Plus HST) .1 Foreman $ $ .2 Journeyman $ $ .3 Apprentice $ $ .4 Skilled Labourer $ $ .5 $ $ .6 $ $ .7 $ $ 5. If this offer is accepted by the City, such offer and acceptance will create a contract as described in: (a) the RFQ; (b) the specifications set out above and in Schedule A of the RFQ; (c) the General Terms and Conditions; (d) this Quotation; and (e) other terms, if any, that are agreed to by the parties in writing. 6. Capitalized terms used and not defined in this Quotation will have the meanings given to them in the RFQ. Except as specifically modified by this Quotation, all terms, conditions, representations, warranties and covenants as set out in the RFQ will remain in full force and effect. 7. In addition to the warranties provided in the General Terms and Conditions this offer includes the following warranties: 8. I/We have reviewed the Construction Contract [Schedule B]. If requested by the City, I/we would be prepared to enter into an agreement that incorporates the Construction Contract, amended by the following departures (list, if any): Section 9. 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 General Terms and Conditions as a minimum, naming the City as additional insured and generally in compliance with the City‟s sample insurance certificate form (available on the City's web site at www.surrey.ca (search "revenue and risk") titled City of Surrey Certificate of Insurance Standard Form); (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 _____________________. (e) The Contractor‟s Goods and Services Tax (HST) 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 Departure / Alternative RFQ (Goods and Services) No.: 1220-040-2011-019 37 10. References & Representative Projects: The Contractor shall submit documented experiences/references of at least 5 projects using the two component polyurethanes within the past 5 years. In addition, the Contractor should provide three written references from three different organizations for which the Contractor has, within the past five years, performed work that is similar in size, nature and complexity to the project described herein, which reference should include the contact name, title, organization name, address, current telephone and facsimile numbers, and a short description of the work performed by the Contractor. Indicate projects that involved removal and replacement of track surfacing separately from new track construction. The Contractor acknowledges that City may contact owners or former project managers to confirm the Contractor‟s performance: YEAR DESCRIPTION FOR WHOM PHONE/FAX OF WORK & CONTACT CONTRACT PERFORMED NAME SCOPE OF WORK BUDGET ORIGINAL SCHEDULE ACTUAL PROPOSED ACTUAL 11. Key Personnel (including Crew Superintendent): 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). Also, provide a resume for the proposed Crew Superintendent of the resurfacing running track team giving details of experience, qualifications, etc. At a minimum, the Crew Superintendent‟s resume shall include total years of relevant experience, number of track surfacing projects completed, number of resurfacing projects completed and experience with the application methods and surfacing materials proposed for the Bear Creek Park project. The Crew Superintendent shall have a minimum of 8 years of relevant running track synthetic surfacing experience. Within this experience, the Crew Superintendent shall have performed a minimum of five (5) resurfacing running track projects with elements similar to the Bear Creek project. These similar elements include project size (6 or 8 lane oval track), removal of existing surfacing and application of new track surfacing, and type of surfacing product. Name: Name: Years of Experience: Years of Experience: Project Name: Project Name: Responsibility: Responsibility: Name: Name: Years of Experience: Years of Experience: Project Name: Project Name: Responsibility: Responsibility: Name: Name: Years of Experience: Years of Experience: Project Name: Project Name: Responsibility: Responsibility: 12. Subcontractors: List of sub-contractors that we propose to use for the division/sections of the work listed herein (use the spaces provided and/or attach additional pages, if necessary): DESCRIPTION OF PARTS OF SUB-CONTRACTORS YEARS OF WORKING WITH TELEPHONE NUMBER AND WORK TO BE SUBLET TO NAME CONTRACTOR EMAIL SUB-CONTRACTORS RFQ (Goods and Services) No.: 1220-040-2011-019 38 13. Equipment/Material Manufacturer and Suppliers: List of equipment and materials manufacturers we propose to use for the division/sections of work listed herein. (use the spaces provided and/or attach additional pages, if necessary): EQUIPMENT/MATERIAL MANUFACTURER SUPPLIER 14. Preliminary Construction Schedule: Contractor is to provide a detailed completion schedule, with major item descriptions including equipment delivery times, anticipated completion dates and durations (use the spaces provided and/or attach additional pages, if necessary). WORK DESCRIPTION Commencement Date: July 11, 2011 IN WEEKS Substantial Completion FINAL COMPLETION Date: 2011 August 05, 15. Technical Product Data and Samples Contractors are to submit details of their proposed track surfacing system including installation guidelines and maintenance instructions. In addition, bidders are to submit one (1) full depth representative track surfacing sample in the colour of surfacing to be installed. The samples may be standard sales samples provided the material is representative of the product being proposed for this project. By submitting a Quotation, a Contractor represents that it has the expertise, qualifications, resources, and relevant experience to supply the Goods and Services. Tradesmen engaged in the performance of the Services shall be qualified in accordance with the requirements of the Tradesman Qualification Act and all pertinent licensing requirements required by the Ministry of Municipal Affairs. The Contractor shall be a registered, bonded, professional contractor licensed by the Province of British Columbia. 16. I/We the undersigned duly authorized representatives of the Contractor, having received and carefully reviewed the RFQ including without limitation the General Terms and Conditions, submit this Quotation in response to the RFQ. This Quotation is offered by the Contractor this ___________ day of ___________________, 2011. 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 and Services) No.: 1220-040-2011-019 39
© Copyright 2025 Paperzz