• 검색 결과가 없습니다.

West Coast Express (WCE) Locations (Q15-197 Power Sweeping - TLE)

N/A
N/A
Protected

Academic year: 2022

Share "West Coast Express (WCE) Locations (Q15-197 Power Sweeping - TLE)"

Copied!
39
0
0

로드 중.... (전체 텍스트 보기)

전체 글

(1)

Rev: Jan-11

South Coast British Columbia Transportation Authority

R

EQUEST FOR

P

ROPOSALS

Reference Number: Q15-197

Title: Power Sweeping Services - TLE Issue Date: January 20, 2016

Closing Time: 2:00:00 p.m., Pacific time, February 17, 2016, subject to section 5.2.

Pre-Proposal Meeting:

TransLink does not intend to conduct a pre-proposal information meeting.

Submission Instructions:

Five (5) complete sets plus one (1) electronic copy on CD of each proposal should be submitted as follows:

o Each set should be separated into two (2) envelopes or other suitable package as follows:

No. 1 - Proponent Profile and Work Plan/Technical Submission No. 2 - Cost Submission/Commercial Terms

o Proposals must be delivered to the following address (the “Closing Place”):

RFP Reference No. Q15-197

TransLink Strategic Sourcing Department 2nd Floor (Mailroom) - 287 Nelson’s Court New Westminster, V3L 0E7

o Proposals and their envelopes should be clearly marked with:

1. name and address of the Proponent, and 2. reference number indicated above.

Proposals received by facsimile (fax) or e-mail will not be accepted.

Acceptance

Period: From the Closing Time to 60 days from the Closing Time.

Inquiries: All inquiries should be submitted in writing to the attention of the Procurement Department by fax at: (778) 375-6630 or e-mail at: procurement@translink.ca no later than three (3) business days prior to the Closing Time, quoting the above reference number.

No telephone queries, please.

(2)

RFP No. Q15-197

Title: Power Sweeping Services - TLE Index

Rev: Jan-11

INDEX CONTENTS

PART A - GENERAL

PART B - PROPOSAL SUBMISSION PART C – CONTENTS OF PROPOSAL PART D – EVALUATION AND SELECTION

PART E – ADDITIONAL TERMS AND CONDITIONS APPENDICES

APPENDIX 1 Scope / Specifications APPENDIX 2 Submission Guidelines

Form of Cover Letter

Part A – Proponent Profile, Qualifications and Work Program

Part C – Costs and Pricing APPENDIX 3 Contract Terms

APPENDIX 4 Evaluation Criteria REFERENCE DOCUMENTS

Title/Description of Document Location/Method of Access (see section 3.1)

Maps for CMBC Yards Attached as Appendix 5

Maps for CMBC Bus Loops and Park & Rides Attached as Appendix 5 Maps for BCRTC Location for Power Sweeping Attached as Appendix 5 Maps for WCE Locations for Power Sweeping Attached as Appendix 5

(3)

RFP No. Q15-197

Title: Power Sweeping Services - TLE Page 1

Rev: Jan-11

PART A - GENERAL 1.0 BACKGROUND

1.1 South Coast British Columbia Transportation Authority (“TransLink”) is responsible for planning, financing and operating the transportation system throughout Metro Vancouver pursuant to the South Coast British Columbia Transportation Authority Act. Additional information about TransLink is available at www.translink.ca.

2.0 PURPOSE AND SCOPE OF RFP

2.1 Through this Request for Proposals (“RFP”), TransLink is seeking proposals for the supply of the goods, works and/or services identified in Appendix 1. Appendix 1, with such modifications as may be agreed between TransLink and the successful Proponent, will be incorporated into any contract between TransLink and the successful Proponent.

2.2 For the purpose of this RFP, references to a Proponent are deemed to include potential Proponents.

3.0 REFERENCE DOCUMENTS

3.1 Reference documents applicable to this RFP, if any, are listed in the Index and, as identified in the Index, will be:

(a) posted on TransLink’s web-site (www.translink.ca) as a supplemental document to this RFP;

(b) provided directly to Proponents by TransLink; or (c) made available to Proponents upon execution of a

confidentiality agreement.

3.2 Reference documents are provided for information purposes only. Statistical and other information contained therein may not be exact and may include application of undisclosed assumptions and extrapolations and should not be relied upon by the Proponent to any greater extent than is appropriate having regard to the independent analysis, investigations and judgments performed by the Proponent.

TransLink does not make any warranties regarding any information contained in the reference documents and shall not be liable for any of the information contained therein.

4.0 PRE-PROPOSAL INFORMATION MEETING

4.1 Where TransLink has identified on the cover page of this RFP it does not intend to hold a pre-proposal information meeting, any Proponent may request such a meeting by delivering a written request to the Procurement Department by fax or e-mail (using the fax number and e-mail address shown on the cover page of this RFP for inquiries). Despite any such request, TransLink shall be under no obligation to conduct such a meeting.

4.2 If TransLink conducts a pre-proposal information meeting, following the meeting, TransLink will, if it deems necessary, issue an addendum identifying any changes to this RFP.

PART B - PROPOSAL SUBMISSION 5.0 SUBMISSION INSTRUCTIONS

5.1 Proponents shall comply with the submission instructions on the cover page of this RFP.

5.2 Proposals must be delivered to the Closing Place by no later than the date and time shown on the cover page of this RFP, or such other time as TransLink may specify by an addendum to this RFP (which time is called the "Closing Time"). Late proposals will not be accepted.

5.3 Proposals may be withdrawn or amended at any time before the Closing Time by written notice signed by the Proponent and delivered to the Closing Place.

6.0 INQUIRIES

6.1 All inquiries and communications relative to this RFP should be submitted in accordance with the instructions on the cover page of this RFP. TransLink will, if it deems necessary, issue an addendum identifying any changes to the RFP arising from inquiries received.

7.0 ADDENDA

7.1 TransLink may at any time, and from time to time, issue written addenda for clarification or to alter or supplement this RFP.

7.2 TransLink will not be bound by any explanation, clarification or interpretation, whether given orally or in writing, by whomsoever made, that is not incorporated into an addendum to the RFP documents.

7.3 Subject to section 7.4, any addenda issued will be posted to the TransLink web-site at: www.translink.ca. It is a Proponent’s responsibility to check the TransLink web-site for any addenda issued before the Closing Time.

TransLink assumes no responsibility for notifying Proponents of the existence of addenda.

7.4 Where TransLink has delivered this RFP directly to potential Proponents and not posted it on its web-site, TransLink will provide any addenda issued directly to such Proponents.

7.5 By submitting a Proposal, the Proponent acknowledges receipt of all addenda issued by TransLink.

8.0 REQUIREMENTS

8.1 All requirements utilizing the words “shall” or “must” are mandatory and proposals must substantially comply or fulfill such requirements. Unless otherwise provided in this RFP, Proposals not clearly demonstrating they substantially comply with or fulfill the mandatory requirements may not be considered.

8.2 All requirements utilizing the word “should” are desired and the Proponent’s response to such requirements will be considered in analyzing proposals.

8.3 All statements using the words “may” or “might” are in TransLink’s discretion.

(4)

RFP No. Q15-197

Title: Power Sweeping Services - TLE Page 2

Rev: Jan-11

PART C – CONTENTS OF PROPOSAL 9.0 FORM AND CONTENTS OF PROPOSAL

9.1 Proposals should be submitted in English. Any portions of a proposal not in English might not be considered.

9.2 Proposals should not include web links or hyperlinks. Web links and hyperlinks might not be reviewed or considered.

9.3 TransLink does not require any specific form of proposal, however, Proponents should use the Submission Guidelines set out in Appendix 2 for reference. Regardless of the form of proposal submitted, proposals should include the information requested in the Submission Guidelines.

10.0 ACCEPTANCE OF TERMS

10.1 The terms and conditions of this RFP (including all addenda issued) and the contract terms and conditions set out in Appendix 3, are deemed to be accepted by the Proponent and incorporated into its proposal, except to the extent expressly excluded, supplemented or replaced in the proposal in accordance with the requirements of section 10.2.

10.2 Where a proposal includes alternatives or modifications to the terms and conditions of this RFP, including the scope/specifications and the contract terms and conditions, the Proponent should clearly and separately identify:

(a) the suggested alternative or modification, providing detailed description;

(b) the reason for its inclusion in the Proposal, including the advantages, benefits and risks associated with each alternative and modification;

(c) the schedule impact ascribed to each suggested alternative or modification, provided that if the Proponent fails to ascribe a schedule impact, it shall be deemed to have no impact;

(d) the financial impact (the dollar value of the increase or decrease in the contract price) ascribed to each suggested alternative or modification, provided that if the Proponent fails to ascribe a value to a particular alternative or modification, it shall be deemed to have a $0 value.

10.3 TransLink may accept any proposal submitted, with or without regard to any alternatives or modifications submitted by the Proponent.

11.0 CURRENCY

11.1 All monetary amounts (including Proponent financial information and pricing) should be expressed in Canadian dollars. If not expressed in Canadian dollars, the proposal should clearly state the currency. In assessing a Proposal not expressed in Canadian currency, TransLink will apply the currency conversion rate obtained online at www.xe.com as at the Closing Time (or a reasonable time thereafter) and such converted rate shall be deemed to be the proposal price.

12.0 FEES AND EXPENSES

12.1 The Proponent should provide rates, prices and proposed expenses as identified and in the format shown in the Submission Guidelines.

13.0 PRICE DISCREPANCY

13.1 Where applicable, in the event of a discrepancy in a proposal between the individual prices and the total amount, the individual prices will govern.

14.0 PROPONENTS OVERALL RESPONSIBILITY

14.1 Where a Proponent intends to use other parties to supply any portion of the goods, works and/or services, the Proponent should include a list of all such parties in its proposal and identify the goods, works and/or services to be supplied by such party and their approximate value.

Where final selection of such other parties has not been made, the list should identify all potential parties from which the selection will be made.

14.2 Use of other parties constitutes the Proponent’s assurance as to their competency and acceptance of full responsibility for their goods, works and/or services under any resulting contract between TransLink and the Proponent.

15.0 JOINT SUBMISSIONS

15.1 In the case of joint submissions, one party must assume overall responsibility for communications within the RFP process and be identified accordingly in the proposal, but all parties must be jointly and severally responsible for completion of any resulting contract.

16.0 NO COLLUSION

16.1 Each proposal shall be independently prepared and submitted without connection, knowledge, consultation or comparison of figures or agreement with any other Proponent.

16.2 The Proponent shall ensure no individual named in its management team is an officer or director of another Proponent.

PART D – EVALUATION AND SELECTION

17.0 AGREEMENT BETWEEN TRANSLINK AND THE PROPONENT

17.1 The Proponent agrees TransLink’s sole obligation is to give consideration to the proposal in accordance with the RFP. In return, the Proponent has prepared and submitted its proposal and agrees:

(a) to negotiate with the intention to enter into a contract with TransLink during the Acceptance Period (or such longer period as is agreed between the parties);

and

(b) that the proposal is irrevocable, valid and shall remain open for acceptance during the Acceptance Period (or such longer period as is agreed between the parties).

(5)

RFP No. Q15-197

Title: Power Sweeping Services - TLE Page 3

Rev: Jan-11

18.0 EVALUATION PROCESS

18.1 Proposals will be opened privately.

18.2 If proposals are required to be submitted using a single envelope system (as identified on the cover page of this RFP), the evaluation committee will not be required to keep any parts of the proposal separate or undisclosed while carrying out the evaluation.

18.3 If proposals are required to be submitted using a multi- envelope system (as identified on the cover page of this RFP), proposals will initially be evaluated on the envelope containing the non-financial part of the proposal.

Proposals meeting TransLink’s minimum requirements will be short-listed to receive further consideration. Short- listed proposals will then be evaluated on their entire proposal. The results from both evaluation stages will be aggregated for each Proponent.

19.0 ACCEPTANCE OR REJECTION OF PROPOSALS 19.1 TransLink reserves the right, in its discretion, to:

(a) accept or reject any or all proposals, (b) accept or reject any part of any proposal,

(c) accept a proposal which is not the lowest cost proposal;

(d) accept a proposal that deviates from the requirements, scope/specifications or conditions specified in this RFP;

(e) reject a proposal even if it is the only proposal received in response to this RFP;

(f) split the scope/specifications between one or more Proponents.

19.2 TransLink further reserves the right, in its discretion, to reject all or part of any proposal which:

(a) is incomplete, obscure, irregular or unrealistic;

(b) contains unauthorized erasures or corrections;

(c) contains terms, conditions or provisions unacceptable to TransLink;

(d) is a conditional or qualified offer which is unacceptable to TransLink;

(e) fails to comply with, or omits, any required or mandatory information; or

(f) is materially non-compliant with the requirements of this RFP.

20.0 EVALUATION AND SELECTION

20.1 TransLink will have discretion in considering and evaluating proposals, judging the acceptability of proposals, and awarding or not awarding any contract(s) contemplated by this RFP. TransLink is not obliged to provide reasons to any Proponent with respect to any use of TransLink’s discretion.

20.2 TransLink reserves the discretion to accept the proposal, or negotiate with one or more Proponents, with respect to the proposal TransLink deems, in its discretion, to be most advantageous. TransLink may take into account the criteria set out in Appendix 4 to this RFP.

20.3 Proponents will be considered on the basis of the information presented in their proposal and on the basis of any information obtained by TransLink as a result of any subsequent clarifications, interviews, discussions, negotiations or reference checks, including past dealings with TransLink.

20.4 The evaluation process may evaluate and rank proposals applying a variety of methodologies, including a

“pass/fail” basis, minimum threshold requirements and/or weightings, pursuant to which proposals deemed, in TransLink’s discretion, to have failed criteria or not satisfying the minimum threshold will not receive further consideration. TransLink is under no obligation to identify weightings, the criteria that are “pass/fail” or minimum thresholds.

21.0 SHORTLIST

21.1 TransLink may, in its discretion, establish one or more shortlists of Proponents for further consideration.

22.0 CLARIFICATIONS AND INTERVIEWS

22.1 Whether or not TransLink elects to establish a shortlist, TransLink may, in its discretion:

(a) conduct interviews, discussions and/or negotiations with one or more of the Proponents, either serially or concurrently;

(b) not conduct interviews, discussions and/or negotiations with one or more of the Proponents;

(c) terminate interviews or discussions with one or more Proponents, for any reason;

(d) seek further information or clarifications from one or more Proponents, and may give any Proponent an opportunity to correct its proposal or to cure, regardless of severity, any non-conformity, non- compliance, irregularity or error;

(e) not seek further information or clarifications from one or more Proponents;

(f) not disclose to any Proponent what information or clarifications were sought from any other Proponent;

(g) seek different information or clarifications from different Proponents.

22.2 TransLink shall not be under any obligation to interview, enter into discussions or negotiations with, or solicit or receive further information or clarifications from, any Proponent.

23.0 RIGHT TO VERIFY AND INVESTIGATE

23.1 TransLink reserves the right, in its discretion, to verify any or all of the information regarding a Proponent, whether contained in its proposal or not, and to conduct any background investigations TransLink considers necessary in the course of this RFP. By submitting a proposal, each Proponent authorizes TransLink to conduct such searches, enquiries and investigations.

23.2 TransLink may consider any information obtained in connection with any searches, enquiries or investigations in evaluating proposals, establishing one or more shortlists, or awarding a contract.

(6)

RFP No. Q15-197

Title: Power Sweeping Services - TLE Page 4

Rev: Jan-11

24.0 NEGOTIATION

24.1 TransLink reserves the right, in its discretion, to engage in discussions and negotiations with one or more Proponents, and to conduct such discussions or negotiations serially or concurrently in respect of any of the terms and conditions of the RFP, including but not limited to the purpose of:

(a) exploring ways to alter, refine or improve the opportunity or the ultimate arrangement or contract;

(b) attempting to better compare proposals;

(c) achieving optimal overall results as judged and perceived by TransLink; and

(d) negotiating and finalizing contract(s) based on such discussions and negotiations.

24.2 TransLink will not be obligated to offer any modified terms and conditions offered to, or discussed with, one Proponent to any other Proponent.

24.3 TransLink is entitled to utilize the information or clarifications received or the modified terms and conditions resulting from any discussions or negotiations in selecting the successful Proponent and in awarding any contract resulting from this RFP.

24.4 The Proponent agrees that if TransLink chooses to negotiate:

(a) the original proposal remains open for acceptance and its irrevocability is not affected by such negotiations.

24.5 TransLink may, in its discretion, terminate the negotiations at any time.

25.0 FINANCIAL STABILITY

25.1 Before the award of any contract, the Proponent may be required to furnish evidence satisfactory to TransLink, in its discretion, of the necessary facilities, ability and financial resources to fulfill the conditions of the contract.

26.0 CONTRACT

26.1 By submitting a proposal, the Proponent agrees that, should its proposal be successful, the Proponent will enter into a contract with TransLink substantially in the form set out in Appendix 3. Upon consideration of any alternates or modifications identified in the Proposal as described in section 10.2 of this RFP and the balance of the proposal and upon successful completion of negotiations, if any, (including with respect to pricing based on revised interpretation and definition of the scope of work/specifications) TransLink will provide the contract to the successful Proponent for execution. Within fourteen (14) days of receipt of the contract for execution and prior to the contract coming into force, the successful Proponent must deliver to TransLink:

(a) all copies of the contract fully executed by the successful Proponent;

(b) any insurance and any security required by the contract; and

(c) a valid and current WorkSafe BC registration number and clearance letter, if required by the contract;

failing which, TransLink may, in its discretion:

(d) terminate negotiations with the Proponent and hold such Proponent liable for any damages suffered by TransLink; and

(e) commence negotiations with another Proponent.

27.0 WAIVER OF CLAIMS

27.1 The Proponent hereby waives any claim for damages or costs of any nature against TransLink (including, without limitation, the cost of preparing and submitting the proposal, and any anticipated profits and contributions to overhead) arising out of TransLink’s use of its discretion under the RFP. Under no circumstances shall the liability of TransLink, its directors, officers, employees, agents or consultants under or in connection with the RFP or the procurement process to which it pertains or whatever nature howsoever arising, exceed the reasonable actual, direct costs incurred by the Proponent in preparation of its proposal to a maximum of $10,000.

PART E – ADDITIONAL TERMS AND CONDITIONS 28.0 LIABILITY FOR ERRORS

28.1 The Proponent acknowledges it is submitting its proposal at its own risk and the Proponent is required to exercise due diligence and undertake whatever investigations and analysis it deems necessary before submitting its proposal.

29.0 CANCELLATION AND OTHER RIGHTS

29.1 TransLink reserves the right to, and may, in its discretion:

(a) issue addenda;

(b) cancel this RFP at any time, before or after the Closing Time; or

(c) re-advertise for proposals.

29.2 TransLink may, in its discretion, elicit offers from other parties (whether or not such parties have responded to this RFP) or engage in another procurement process, including re-issuing a substantially similar RFP or negotiating with any party if:

(a) only one proposal is received;

(b) a suitable Proponent has not been selected; or

(c) a contract has not been agreed to by the Acceptance Period.

29.3 TransLink reserves the right at any time to enter into a contract for the goods, works and/or services with persons who have not responded to this RFP.

30.0 OWNERSHIP OF PROPOSALS

30.1 All proposals become the property of TransLink. All writings, programs, plans, drawing and specifications prepared by or on behalf of a Proponent (other than those identified in the proposal as being subject to registered patent or registered trademark protection) may be used by TransLink for any purpose related to the project.

(7)

RFP No. Q15-197

Title: Power Sweeping Services - TLE Page 5

Rev: Jan-11

31.0 PROPONENTS EXPENSES

31.1 Proponents are solely responsible for their own costs and expenses in connection with this RFP, including preparing and submitting a proposal and any subsequent interviews, discussions and negotiations with TransLink.

32.0 DEBRIEFING

32.1 At the conclusion of the RFP process, the Proponent may request a debriefing but TransLink is under no obligation to provide such. If TransLink agrees to provide a debriefing:

(a) TransLink may, in its discretion, require such debriefing to occur on certain terms and conditions specified by TransLink;

(b) any information provided by TransLink during the debriefing is provided on a “without prejudice” basis, cannot be relied on by the Proponent for any purpose, and may not represent TransLink’s official position with respect to any matter.

33.0 LOBBYING AND INDIRECT COMMUNICATION

33.1 Proponents shall not attempt to communicate directly or indirectly with any employee, contractor, officer, director or representative of TransLink or its subsidiaries, including the evaluation committee, about this RFP other than as expressly permitted in this RFP, and shall not discuss this RFP or the RFP process at any TransLink Board of Directors’ meeting or with the media at any time prior to TransLink awarding a contract. Any such lobbying or communication will constitute sufficient grounds for disqualification.

33.2 Without limiting the generality of the foregoing, Proponents are advised TransLink’s conflict of interest policies impose restrictions on employees, officers and directors with respect to accepting gifts or receiving any personal benefit other than what they are entitled to as employees, officers or directors.

34.0 GOVERNING LAW

34.1 This RFP will be governed by and construed in accordance with the laws of the Province of British Columbia and within the jurisdiction of the courts of the Province of British Columbia.

35.0 CONFIDENTIALITY

35.1 The contents of this RFP and any information pertaining to TransLink, its customers, or individuals, which is obtained by the Proponent as a result of participation in this RFP is confidential and must not be disclosed without the prior written authorization of TransLink.

36.0 FREEDOM OF INFORMATION /PROTECTION OF PRIVACY 36.1 All proposal information supplied to TransLink by

Proponents is understood to be supplied explicitly in confidence. However, Proponents should be aware the BC Freedom of Information and Protection of Privacy Act applies to all proposal submissions and other records, and TransLink will comply fully with all provisions of that Act.

37.0 NATURE OF RELATIONSHIP

37.1 The successful Proponent will be an independent contractor, not a worker, employee, partner or agent of TransLink. No such relationship or joint venture will be created upon execution of a contract with the successful Proponent or by virtue of any portion of the contract having been performed by the successful Proponent.

(8)

RFP No. Q15-197 Appendix 1 (Scope/Specifications)

Title: Power Sweeping Services – TLE Page 1

APPENDIX 1

SCOPE OF WORK / SPECIFICATIONS

1.0 TRANSLINK ENTITIES OVERVIEW

1.1 South Coast British Columbia Transportation Authority (SCBCTA) also known as “TransLink” is responsible for planning, financing and operating the public transportation system throughout Metro Vancouver pursuant to the South Coast British Columbia Transportation Authority Act. Together with the partners, stakeholders and Operating Subsidiaries, the TransLink Enterprise (collectively the “TLE”) plans and manages the region’s transportation system as a strategic whole. TransLink Enterprise (TLE) is dedicated to creating and sustaining a transportation system that meets the needs of residents, businesses and goods movers in a manner that protects the environment and supports the economic and social objectives of the region. Herein after, “TransLink” will include the “TLE” unless otherwise stated.

TransLink’s wholly owned operating subsidiaries include:

• Coast Mountain Bus Company (CMBC);

• British Columbia Rapid Transit Company (BCRTC, aka SkyTrain); and

• West Coast Express (WCE).

2.0 PURPOSE

2.1 TransLink is seeking competitive proposals from Proponent(s) to provide TransLink Entities (TLE) with

“scheduled” and “as and when” required Power Sweeping Services.

2.2 The purpose of this RFP is to select one (1) Proponent with the capability and experience to efficiently and cost-effectively provide Power Sweeping Services to TLE. Whenever it’s in TransLink’s best interest, TransLink reserves the right to award to multiple Proponents.

2.3 The Requirements stated within this RFP are as envisioned by TransLink at the time of writing, but may change or be refined in the course of the evaluation and negotiation.

2.4 TransLink is looking for a solution that allows scalability and changes to number of sites/locations during the term of the contract where the Services required are similar in nature and allowing TransLink to add facilities with mutual agreement with the Contractor.

3.0 TERM

3.1 The term of the contract shall be for an initial three (3) years commencing on March 1, 2016, with an option to renew annually up to an aggregate of two (2) additional years. The option to renew shall be at TransLink’s sole discretion and with mutual agreement with both parties.

4.0 SCOPE OF SERVICES

4.1 The Contractor shall provide all labour, equipment, materials and supervision as necessary to provide Power Sweeping Services to TransLink Entities as described herein.

4.2 The Contractor will perform the Services within the times as stated, or as otherwise agreed to with the authorized representative from each TLE entity. Power sweeping to be conducted within hours/timeframe provided. Specific times per location must be adhered to.

4.3 Power sweeping:

4.3.1 shall leave the work areas free of litter, rubbish, leaves, sand, dirt, garbage and other foreign material while controlling visual dust.

4.3.2 For the purposes of minimizing dust nuisance created by the performance of the Services, the Contractor will be required to pre-wet areas (streets, loops, yards etc...) with a water distributor immediately prior to sweeping. Pre-wetting will not be required if vacuum sweeping equipment is used and no dust is created during the cleaning.

(9)

RFP No. Q15-197 Appendix 1 (Scope/Specifications)

Title: Power Sweeping Services – TLE Page 2

4.4 The Street Sweeper shall:

4.4.1 leave the work areas free of litter, rubbish, leaves, sand, dirt, garbage, and other foreign material while controlling visual dust in accordance with the specific entity’s standards.

4.4.2 At the discretion of the respective TLE entity, periodic spot inspections will be carried out. Those sweeps required of the Contractor that are deemed by the entity to be of poor quality, or when the Contractor has missed a street or sections of a street/area during regular scheduled street sweeping shall be re-swept at the Contractor’s own expense. The Contractor will inform the respective entity when the work has been completed for inspection purposes.

4.5 The Contractor will provide only personnel who have the qualifications, experience and capabilities to perform the Services.

4.6 When inclement weather (in the respective entity’s opinion), prevents adherence to the regular sweeping schedule, the sweeping of areas so affected by the inclement weather shall be swept within the following one week period from the date of the scheduled sweeping, without interruption of the regular sweeping schedule.

4.6.1 The Contractor shall perform all extra work required by such inclement weather without additional charge.

4.7 All dirt, debris and garbage shall be collected during the shift and disposed off-site. Disposal of debris and waste to be included and the Contractor shall bear all such expenses.

4.8 The Contractor shall also be responsible for any spillage onto the public roadways, bus yards, loops and Park and Rides resulting from the performance of this work.

4.8.1 Spillage shall be cleaned promptly and completely by the Contractor. It includes solids, oils and other liquids, which may leak from equipment.

4.8.2 Repeated recalls of such nature may result in contract termination.

4.9 The Contractor shall at all times ensure the safety of the public (vehicular and pedestrian traffic) and its employees, and also Transit staff at sites, and also adhering to site specific safety concerns while performing these services.

4.9.1 The Contractor shall be responsible where necessary for all temporary traffic marking, signing, flagging and control while performing work covered by the Contract. This expense shall be borne by the Contractor.

4.9.2 Contractor to work around obstructions / constructions

4.10 The Contractor will submit to the respective entity, a report (via email to contract administrator) containing a list of the areas swept each day of the sweeping schedule and an accurate accounting of the total amount of debris removed per day.

4.11 The Contractor shall be responsible and take all necessary measures to comply with all requirements of Federal and Provincial Environmental Ministries and all applicable statutes, regulations and by-laws in respect of air, soil and water pollution arising from the Services.

4.12 The Contractor shall be responsible for any clean up and liability arising from any pollution due to the course of the Services and shall bear the cost of any clean-up, criminal proceedings and fines and liability arising from pollution in connection with the Services.

4.13 If the Contractor encounters toxic or hazardous substances or materials at the worksite locations, or has reasonable grounds to believe that toxic or hazardous substances or materials are present at the worksite locations, the Contractor shall take all reasonable steps, including stopping the services, to ensure that no person suffers injury, sickness, or death and that no property is damaged or destroyed as a result of exposure to or the presence of the substance or materials; and immediately report the circumstances to the respective TLE representative.

4.14 The Contractor shall provide modern mechanical or vacuum, and blower equipment with qualified operators. There shall be controls to minimize dust and noise during the performance of the Services.

(10)

RFP No. Q15-197 Appendix 1 (Scope/Specifications)

Title: Power Sweeping Services – TLE Page 3

4.15 The Contractor is to assume the full cost and responsibility for any damage or loss of his equipment.

Sufficient measures to avoid damages or loss are to be taken by the Contractor. Loss by theft, fire, accident or negligence, will also be the Contractor’s responsibility and the Contractor shall take appropriate precautions. TLE will not be responsible for any loss, expense or damage resulting by reason of breakdown of the equipment.

4.16 The Contractor shall warrant that any equipment used in the performance of the Services shall be in good working order and meets safety standards under all Government Legislation, including but not limited to;

WorkSafe BC, Occupational Health and Safety Act and Regulations, and is capable of performing the Services.

4.16.1 If in the opinion of TLE, the equipment supplied by the Contractor breaks down frequently, or any breakdown causes excessive delay in the performance of the Services, or in the event of frequent or continued breakdown of equipment supplied by the Contractor, TLE may terminate the Contract completely.

4.16.2 Contractor’s Vehicles/Equipment used in the performance of the Services is to be identified on both sides with the company name and telephone number. This must be fully legible and displayed in a professional manner.

5.0 SPECIFIC REQUIREMENTS /LOCATIONS

5.1 British Columbia Rapid Transit Company (BCRTC, aka SkyTrain)

5.1.1 Power Sweeping Services required annually – scheduled to be agreed with both parties.

5.1.2 Locations – Also refer to Appendix 5 for area maps:

Description Address

1 SkyTrain OMC 2 6700 Southridge Drive, Burnaby

2 SkyTrain (OMC 1) BCRTC Admin Bldg 6800 – 14th Avenue, Burnaby 3 King George Station (Kiss & Ride) 9875 King George Hwy, Surrey 4 Scott Road Station 12515 – 110 Avenue, Surrey

5.2 West Coast Express (WCE)

5.2.1 Prior to Power Sweeping, the contractor shall use Power Blowers to move debris/leaves etc from corners and from behind parking headers where the Power Sweeping cannot reach. For example:

in a parking lot, the contractor shall Power Blow all debris from corners of parking lot into the drive isle where the Power Sweeper can pick up debris/leaves.

5.2.2 The Contractor shall provide services to all WCE parking lots, sidewalks and pickup / drop off zones.

5.2.3 Locations – Also refer to Appendix 5 for area maps:

Description Address City

1 Coquitlam Central Station 2920 Barnet Highway Coquitlam 2 Maple Meadows Station 20010 Dunn Avenue Maple Ridge 3 Mission Station 33200 North Railway Avenue Mission 4 Pitt Meadows Station 12258 Harris Road Pitt Meadows 5 Port Coquitlam Station 2125 Kingsway Port Coquitlam 6 Port Moody Station 65 Williams Street Port Moody

(11)

RFP No. Q15-197 Appendix 1 (Scope/Specifications)

Title: Power Sweeping Services – TLE Page 4

5.3 Coast Mountain Bus Company (CMBC)

5.3.1 Provide Power Sweeping services for CMBC transit yards and CMBC bus loops/Park & Rides annually – for autumn sweep (October) and spring sweep (March).

5.3.2 Sweeping of yards and loops to remove leaf fall in autumn (October) and to remove winter debris in the spring sweep (March).

5.3.3 Power sweeping of yards, employee parking areas and loops to include blow - packing of passenger platforms, sidewalks within loop, bus stops and areas machine cannot access as required.

5.3.4 Locations:

CMBCBUS LOOP & PARK AND RIDE

Locations Address City

1 22nd Street Station Loop 649-22nd Street New Westminster

2 29th Avenue Station Loop 2860 E. 29th Avenue Vancouver

3 Airport Station Loop 7000 blk Miller Street Richmond

4 Blanca Loop 2400 Blanca St, University

Endowment Lands

(Blanca and Chancellor Blvd)

Vancouver

5 Boundary Loop 3665 Lougheed Hwy Vancouver

6 Braid Station 81 Braid Street New Westminster

7 Bridgeport 2211 Great Canadian Way Richmond

8 Carvolth Exchange and Park & Ride 20255 – 88 Avenue Township of Langley 9 Coquitlam Central Loop Park and Ride 2920 Barnet Hwy Coquitlam

10 Dunbar Loop 5725 Dunbar St. Vancouver

11 Edmonds Station 6944 – 18 Avenue Burnaby

12 Granville and 63rd. Loop 7903 Granville Street Vancouver

13 Joyce Station Loop 5099 Joyce Street Vancouver

14 Harrison Loop 2010 Harrison Drive Vancouver

15 Knight Street and Marine Drive Loop 8000 Blk Knight St and 1400 Blk S.E.

Marine Drive

Vancouver

16 Kootenay Loop 3500 East Hastings Vancouver

17 Ladner Exchange 4695 Clarence Taylor Cr. Delta

18 Langley 203A Street Layover 5773 – 203A Street City of Langley

19 Lonsdale Quay Loop 151 Cates Court North Vancouver

20 Lougheed Town Centre Loop 9755 (East Pod) / 9677 (West Pod) Lougheed Hwy

Burnaby 21 Maple Ridge Town Centre Loop 22558 McKintosh Ave and Edge St. Maple Ridge 22 Marine Drive Exchange 8430 Cambie Street (at S.W. Marine

Dr)

Vancouver

23 Marpole Loop 1250 SW Marine Drive Vancouver

24 Metrotown Station Loop 4700 Central Blvd Burnaby

25 Metrotown Station 4401 Beresford Street @ Silver Burnaby

26 Moody Centre Station 2830 Clarke Street Port Moody

27 Nanaimo Station Loop 2450 E. 24th Avenue Vancouver

(12)

RFP No. Q15-197 Appendix 1 (Scope/Specifications)

Title: Power Sweeping Services – TLE Page 5

Transit Yards

Locations Address City

1 Burnaby Transit Centre - North 3855 Kitchener Street Burnaby 2 Burnaby Transit Centre -South 3750 Kitchener Street Burnaby

3 Transit Security Office 301 Columbia Street New Westminster

4 North Vancouver Transit Centre 536 East 3rd Street North Vancouver 5 SeaBus Operations Administration (North) 2 Chesterfield Place North Vancouver 6 Port Coquitlam Transit Centre 2061 Kingsway Avenue Port Coquitlam

7 Hamilton Transit Centre 4111 Boundary Road Richmond

8 Richmond Transit Centre 11133 Coppersmith Way Richmond

9 Surrey Transit Centre 7740 – 132 Street Surrey

10 Oakridge Transit Centre - 949 West 41 Avenue Vancouver

11 Skeena Trolley Overhead 2625 Skeena Street Vancouver

12 Vancouver Transit Centre 9149 Hudson St Vancouver

28 Newton Exchange 13736 - 72 Ave., Surrey

29 Newton Layover 7120 - 136B St Surrey

30 Phibbs Exchange 1600 Block Main Street North Vancouver

31 Port Coquitlam (Bus Loop) 2125 Kingsway Ave Port Coquitlam

32 Production Way / University Station Loop 3292 Production Way Burnaby 33 Richmond Park and Ride aka Sexsmith 3440 Sexsmith Road Richmond 34 Scott Road Loop and Park & Ride

- Lot A, B, C

12501 – 110 Avenue Surrey

35 Scottsdale Exchange aka Strawberry Hill 12000 blk, 74A Avnue (Corner 122 St. and 74 Ave. )

Surrey

36 Sexsmith Park and Ride 3440 Sexsmith Road Richmond

37 South Surrey Park and Ride + extension Corner Hwy 99 and King George South Surrey 38 Sperling / Burnaby Lake Station 2800 Sperling Avenue Burnaby 39 Stanley Park Loop 680 / 690 Pipeline Road, Stanley Park Vancouver 40 Surrey Central Station Bus Loop 13475 – 102 Avenue Surrey

41 Victoria and 54th Loop 7030 Victoria Drive Vancouver

42 VCC Clark Station 2102 Keith Drive Vancouver

(13)

RFP No. Q15-197 Appendix 2 (Submission Guidelines)

Title: Power Sweeping Services - TLE Page 1

APPENDIX 2

SUBMISSION GUIDELINES

This Appendix consists of:

Envelope 1

Form of Cover Letter

Part A – Proponent Profile, Qualifications and Work Program Envelope 2

Part B - Costs and Pricing

(14)

RFP No. Q15-197 Appendix 2 (Submission Guidelines)

Title: Power Sweeping Services - TLE Page 2

[Form of Cover Letter – Envelope 1]

TO: SOUTH COAST BRITISH COLUMBIA TRANSPORTATION AUTHORITY (“TransLink”) RE: REQUEST FOR PROPOSALS #Q15-197

I/We, (the “Proponent”),

(Name of Proponent) of

(Address of Proponent)

in furtherance of the above-noted Request for Proposals, including all addenda and clarifications thereto, (collectively the “RFP”), hereby submit Five (5) complete sets (1 marked original + 4 copies), plus one (1) electronic copy on CD or USB in .pdf and native file format of my/our proposal, which includes:

Envelope/Package No. 1 - Technical Provisions:

This Cover Letter

Appendix 2, Part A – Proponent Profile, Qualifications and Work Program

Envelope/Package No. 2 – Commercial Provisions

Appendix 2, Part C – Costs and Pricing

This Proposal is open for acceptance by TransLink for the Acceptance Period as set out in the RFP, and will be irrevocable until then, even if the Proposal is non-compliant.

I/We hereby acknowledge and declare all of the terms and conditions set out in the RFP (including all addenda and clarifications) and the contracts terms attached thereto are hereby accepted and incorporated as part of this Proposal.

I/We confirm I/we are submitting this Proposal at my/our own risk and have carefully read and examined the RFP and conducted such investigations, analysis and other due diligence as I/we determined were necessary or desirable before submitting the Proposal. I/We acknowledge and agree TransLink is not liable or accountable for any error or omission in any part of the RFP or the Proposal.

(15)

RFP No. Q15-197 Appendix 2 (Submission Guidelines)

Title: Power Sweeping Services - TLE Page 3

SUBMISSION GUIDELINES (ENVELOPE 1)

PART A - PROPONENT PROFILE, QUALIFICATIONS AND EXPERIENCE 1. General

Legal Name:

Trade Name

(if applicable – eg. doing business as) Address:

Name and title of representative:

Telephone: E-mail:

2. Form of Business Organization Sole Proprietorship

Partnership - date of establishment:

Corporation - date of incorporation**:

**Please provide copy of Certificate of Incorporation and most recently filed Annual Report.

Include any legal notices, including Certificate of Name Change (if applicable) if modifications exist after the date of Certificate of Incorporation.

CRA Number:

Dunn & Bradstreet (DUNS) number:

3. WorkSafe / Insurance / Electronic Funds Transfer/ Terms & Conditions deviations In addition to the above information, Proponents should provide:

(a) WorkSafeBC Clearance Letter :(attach a copy of your valid clearance letter)

(b) Certificates of current existing insurance: (For minimum coverages - refer to Appendix 3, schedule Cs) (c) Confirm ability to accept Electronic Funds Transfer (preferred method) versus cheque payment: yes/No (d) Comments (if any) on TransLink’s standard Services Contract (Appendix 3). Note: Comments will be

considered during the evaluation process only.

4. Proponent Identification - Provide general background information about your organization, including:

i. a brief history;

ii. locations of head office and regional offices/sites/locations;

iii. size of permanent staff by categories: professional, technical, support and labour;

5. Personnel and Experience

(a) Identify your qualifications and experience as well as any other member of your team who will be providing Power Sweeping Services that meet the requirements defined in scope of this RFP, specifically Appendix 1.

(b) Provide a single point contact and accessibility, including normal working hours, telephone number, pager number, email address etc.

(16)

RFP No. Q15-197 Appendix 2 (Submission Guidelines)

Title: Power Sweeping Services - TLE Page 4

Note to Proponents: Proponents are responsible for compliance with laws applicable to collection, use and disclosure of personal information. If providing personal information (including resumes) of persons who have been included as resources in response to this RFP, Proponents will ensure they have obtained written consent from each such person before forwarding such information to TransLink.

In addition, identify whether any persons who may be involved in this project are “Associates”1 of TransLink employees, officers or directors. If so, provide the following additional information:

(a) identify the persons and confirm their relationship based on the definition of “Associate”;

(b) confirm their involvement, if any, on the project, including their ability to access files, documents and records pertaining to the project and TransLink;

(c) confirm that other than annual salary, they will not receive or be entitled to any bonus, benefits or additional compensation as a result of this contract or any work performed under this contract;

(d) identify proposed safeguards, screens and other restrictions to limit or prevent them from accessing TransLink information or otherwise minimize or eliminate any perceived or actual conflict of interest.

6. References - Please provide at least three (3) current commercial / institutional customers references that have Power Sweeping Services of similar type, size, complexity and use. Provide the name and address of the company, current phone number and/or email contact details of the reference contact and brief description of work performed. Complete in a similar layout.

Company Name &

Address

Contact

Name/Telephone / Email

Contract Start Date &

Anticipated End Date

Description of services provided

1 2 3

<list more if applicable>

7. Sub-Contractors – Identify and provide general information about any sub-contractors who will be providing a portion of the work, including a brief history and the nature and extent of their involvement. If none proposed, then state “N/A”.

8. Ability to meet timelines – Describe the procedure you would use to meet the required timelines and schedules as identified in Appendix 1 of the RFP.

9. Waste Disposal – Please provide detail information on your process and procedures concerning waste and debris disposal. As per the RFP requirements, Contactor is responsible for waste and debris disposal.

10. Scope of Work Deviations - Identify and describe any proposed deviations from the scope / requirements specified in Appendix 1 of the RFP. If none proposed, then state “N/A”.

11. Other Information - Provide any other details and information you consider relevant or applicable to this procurement and your proposal that have not been identified elsewhere. If none proposed, then state

“N/A”.SUBMISSION GUIDELINES

1 "Associate" means (a) a spouse, (b) a parent, sibling, son or daughter, or the spouse of any one of them, (c) a relative who lives in the person’s home, (d) a company in which a person owns shares carrying more than 10% of the voting rights attached to all shares of the corporation, (e) a person’s business partner, or (f) a trust or estate of which a person is one of the main beneficiaries or for which the person serves as a trustee.

(17)

RFP No. Q15-197 Appendix 2 (Submission Guidelines)

Title: Power Sweeping Services - TLE Page 5

(ENVELOPE 2)

Note:

All monetary amounts listed in a proposal should be expressed in Canadian dollars in accordance with Section 11.0 (Currency) of the RFP. Additionally, Proponents may offer pricing in alternative currencies for consideration.

Note TransLink’s standard payment terms are in Canadian dollars.

PART B - COSTS AND PRICING

1) To Complete PART B – COSTS AND PRICING – REFER TO EXCEL WORKSHEET.

(Softcopy to be provided on CD/USB key and enclosed with your submission)

a) Provide proposed Costs associated with providing Power Sweeping Services by filling out tables under Part B (excluding Provincial Sales Tax (PST), Goods and Services Tax (GST), Harmonized Sales Tax (HST) and any other applicable tax). If Proponent is not providing pricing on a particular table/item then insert “N/A” (not applicable).

b) If there is no charge for a particular item / service, then proponents should insert “N/C”.

c) Any other service / item not stated in this RFP should be shown as an extra in space(s) provided or on a separate sheet.

d) Price should include all fees, costs, charges and other amounts, associated directly or indirectly, with providing all things necessary to perform Power Sweeping Services.

e) Provide separate pricing where locations fall under joint responsibility of the entities (CMBC / WCE and/or BCRTC)

- If discount provided, please indicate.

2) Services rendered outside of Canada or by non-residents of Canada

Note to Proponents: If the successful Proponent is not a resident of Canada for income tax purposes, TransLink is required to holdback a percentage of fees (currently assessed at 15%) and remit this amount to Canada Customs and Revenue Agency (CRA) in accordance with CRA regulations, unless a CRA waiver has been provided to TransLink within the time limits required under the CRA administrative guidelines in effect from time to time, and in any event, prior to payment of an invoiced amount. Refer to http://www.cra-arc.gc.ca.

(a) Clearly and separately identify all work proposed to be provided outside of Canada, if any;

(b) Provide an estimate and state the amount of billings, if any, to be spent outside Canada or as fees to non-residents of Canada;

(18)

Q15-197 Appendix 2 Section - Cost Pricing Page 1 of 4 CMBC Yard Pricing

Times Quote / Pricing $ Comments

BURNABY TRANSIT CENTRE - SOUTH (BTCS) 3750 Kitchener, Burnaby

Yard/buses 2:00pm to 6:00pm

Employee parking Midnight to 3:00am

BURNABY TRANSIT CENTRE - NORTH (BTCN) 3855 Kitchener, Burnaby

Yard/buses 2:00pm to 6:00pm

Employee parking Midnight to 3:00am

PORT COQUITLAM TRANSIT CENTRE (PCT) 2061 Kingsway Ave, Port Coquiltam

Yard/buses 7:00am to 10:00am

Employee parking 1:00am to 3:00am

SURREY TRANSIT CENTRE (STC) 7740 - 132 Street, Surrey

Yard/buses 6:00am to 8:30am

Employee parking 1:30am to 4:00am

RICHMOND TRANSIT CENTRE (RTC) 11133 Coppersmith Way, Richmond

Yard/buses 7:30am-9:30am/4:00pm - 6:30pm

Employee parking Midnight to 3:30am

VTC - 2 trucks required, and Thursday & Friday only

Yard/buses 7:30am-9:30am/4:00pm-6:00pm

Employee parking 1:30am to 3:30am

Yard/buses 2:00pm to 6:00pm

Employee parking 1:30am to 3:30 am

SEABUS OPERATIONS ADMINISTRATION (NORTH) 2 Chesterfield, North Vancouver

Yard/buses Before 3:00pm

Employee parking Before 3:00pm

NORTH VANCOUVER TRANSIT CENTRE (NVTC) 502-536 East 3rd Street, North Vancouver

Yard/buses 7:00am to 9:00am This to be done in one visit

Employee parking 4:30pm - 6:30pm

Yard/buses TBD

Employee parking TBD

yard/employee parking After 8:00pm

yard/employee parking TBD

10

11

12 2

3

4

5

6

7

SKEENA TROLLEY OVERHEAD (TOH) 2625 Skeena St, Vancouver

CMBC Transit Yard Sweeping (Q15-197 Power Sweeping RFP - TLE)

VANCOUVER TRANSIT CENTRE (VTC) 9149 Hudson St, Vancouver Locations:

1

OAKRIDGE TRANSIT CENTRE (OTC) 949, West 41st, Vancouver

HAMILTON TRANSIT CENTRE (HTC) 4111 Boundary Road, Richmond

TRANSIT SECURITY OFFICE 307 Columbia St, New Westminster 8

9

(19)

Q15-197 Power Sweeping -TLE page 2 of 4 CMBC Bus Loops Pricing

Locations Address City Quote / Pricing $ Comments

1 22nd Street Station Loop 649-22nd Street New Westminster

2 29th Avenue Station Loop 2860 E. 29th Avenue Vancouver

3 Airport Station Loop 7000 blk Miller Street Richmond

4 Blanca Loop 2400 Blanca St, University Endowment Lands Vancouver

5 Boundary Loop 3665 Lougheed Hwy Vancouver

6 Braid Station 81 Braid Street New Westminster

7 Bridgeport 2211 Great Canadian Way Richmond

8 Carvolth Exchange and Park & Ride 20255 – 88 Avenue Township of Langley

9 Coquitlam Central Loop Park and Ride 2920 Barnet Hwy Coquitlam Joint Responsibility with WCE - Provide CMBC Pricing here.

10 Dunbar Loop 5725 Dunbar St. Vancouver

11 Edmonds Station 6944 – 18 Avenue Burnaby

12 Granville and 63rd. Loop 7903 Granville Street Vancouver

13 Joyce Station Loop 5099 Joyce Street Vancouver

14 Harrison Loop 2010 Harrison Drive Vancouver

15 Knight Street and Marine Drive Loop 8000 Blk Marine Drive Vancouver

16 Kootenay Loop 3500 East Hastings Vancouver

17 Ladner Exchange 4695 Clarence Taylor Cr. Delta

18 Langley 203A Street Layover 5773 – 203A Street City of Langley

19 Lonsdale Quay Loop 151 Cates Court North Vancouver

20 Lougheed Town Centre Loop 9755 (East Pod) / 9677 (West Pod) Burnaby

21 Maple Ridge Town Centre Loop 22558 McKintosh Ave and Edge St. Maple Ridge

22 Maple Meadows Bus Loop SE Corner Dunn Avenue & Maple Meadows Way Joint Responsibility with WCE - Provide CMBC Pricing here.

23 Marine Drive Exchange 8430 Cambie Street (at S.W. Marine Dr) Vancouver

24 Marpole Loop 1250 SW Marine Drive Vancouver

25 Metrotown Station Loop 4700 Central Blvd Burnaby

26 Moody Centre Station 2830 Clarke Street Port Moody Joint Responsibility with WCE - Provide CMBC Pricing here.

27 Nanaimo Station Loop 2450 E. 24th Avenue Vancouver

28 Newton Exchange 13736 - 72 Ave., Surrey

29 Newton Layover 7120 - 136B St Surrey

30 Phibbs Exchange 1600 Block Main Street North Vancouver

31 Port Coquitlam (Bus Loop) 2125 Kingsway Ave Port Coquitlam Joint Responsibility with WCE - Provide CMBC Pricing here.

32 Production Way / University Station Loop 3292 Production Way Burnaby

33 Scott Road Loop and Park & Ride (Lot A, B & C) 12501 – 110 Avenue Surrey 34 Scottsdale Exchange aka Strawberry Hill (Corner of 122 St & 74 Ave) Surrey

35 Sexsmith Park and Ride 3440 Sexsmith Road Richmond

36 South Surrey Park and Ride + extension Corner Hwy 99 and King George South Surrey

37 Sperling / Burnaby Lake Station 2800 Sperling Avenue Burnaby

38 Stanley Park Loop 680 / 690 Pipeline Road, Stanley Park Vancouver

39 Surrey Central Station Bus Loop 13475 – 102 Avenue Surrey

40 Victoria and 54th Loop 7030 Victoria Drive Vancouver

CMBC Bus Loop & Park and Ride (Q15-197 Power Sweeping - TLE)

(20)

Q15-197 Power Sweeping - TLE Page 3 of 4 BCRTC Sites Pricing

Locations Address City Quote / Pricing $ Comments

1 OMC 2 6700 Southridge Drive Burnaby

2 SkyTrain OMC 1 (Admin Bldg) 6800 – 14th Avenue Burnaby

3 King George Station 9875 King George Hwy Surrey Kiss & Ride Area

4 Scott Road Station 12515 – 110 Avenue Surrey

BCRTC (SkyTrain Locations) for Power Sweeping RFP (Q15-197)

(21)

Q15-197 Power Sweeping -TLE page 4 of 4 WCE Sites - Pricing

Locations Address City Quote / Pricing $ Comments

1 Port Moody Station 65 Williams Street Port Moody

2 Port Coquitlam Station 2125 Kingway Avenue Port Coquitlam

3 Pitt Meadows Station 12258 Harris Raod Pitt Meadows

4 Maple Meadows Station SE Corner Dunn Avenue Maple Ridge

5 Coquitlam Central Station 2920 Barnet Hwy Coquitlam

6 Mission Station 33200 North Railway Avenue Mission

West Coast Express (WCE) Locations (Q15-197 Power Sweeping - TLE)

(22)

RFP No. Q15-197 Appendix 3 (Contract Terms and Conditions) Title: Power Sweeping Services - TLE

APPENDIX 3

CONTRACT TERMS AND CONDITIONS (attached)

(23)

South Coast British Columbia Transportation Authority or

TransLink Security Management Ltd.

Coast Mountain Bus Company Ltd. British Columbia Rapid Transit Company Ltd.

West Coast Express Limited

Rev:Jan-15

ENTERPRISE SERVICES CONTRACT

Contract No.:

Reference No.:

Between:

South Coast British Columbia Transportation Authority

#400 – 287 Nelson’s Court New Westminster, BC V3L 0E7 (“TransLink”)

and [Contractor's Legal Name]

[Address]

(the “Contractor”)

Contact: [Name, title] Contact: [Name, title]

Phone:  Fax:  Phone:  Fax: 

Canadian Resident for income tax purposes? (check one) Yes No

CRA Business Number:  1. Definitions - In this contract, the following terms have the meanings expressed below:

(a) “Expenses” means the reimbursable expenses, if any, set out in Schedule B.

(b) “Fees” means fees for providing the Services, calculated and payable as set out in Schedule B.

(c) “FOIPP Act” means the Freedom of Information and Protection of Privacy Act (British Columbia).

(d) “Personal Information” has the meaning ascribed to that term in the FOIPP Act.

(e) “Services” means [short description of services] as more particularly identified in Schedule A and any incidental duties and requirements reasonably inferred from those services.

(f) “Start Date” means [Start Date].

(g) “Term” means the period commencing on the Start Date and ending [End Date] unless terminated earlier in accordance with this contract or renewed in accordance with Section 2.

(h) “TLE Entity” means any of TransLink or any of its subsidiaries, affiliates or contractors who provide services in relation the transit system (as may be further defined in Schedule A).

(i) “TLE Representative” means the TLE Entity contact person identified above or such other person designated by the TLE Entity from time to time.

(j) “Work Product” means all inventions, discoveries, concepts, designs, drawings, improvements to existing technology, processes, procedures, computer programs and techniques, models, plans, specifications, data, tapes, programs, documents, memoranda, reports, work-in-progress and other records, in any form whatsoever created, reduced to practice or fixed in a tangible medium of expression by or on behalf of the Contractor, whether alone or with others, as part of or ancillary to the performance of the Services.

2. Renewal – This contract may be extended for two additional terms of one (1) year each (in each case a

“Renewal Term”), at TransLink’s discretion. The maximum Term of this contract shall not exceed five (5) years. If this contract is renewed as provided in this Section 2 then the terms and conditions of this contract will continue to apply during each Extension Term. Notwithstanding any other term of this contract, if a specific deliverable (or deliverables) is in the process of being delivered when this contract ends, then the terms and conditions of this contract will continue to apply until such time as the delivery of the specific deliverable is completed.

3. Engagement – TransLink hereby retains the Contractor to perform the Services during the Term in accordance with the terms and conditions of this contract, including any schedules attached to this contract. The Contractor agrees to perform the Services in a competent, diligent and efficient manner to the full satisfaction of TransLink and any TLE Entity and within the timelines and by the due dates set out in Schedule A; provided that

참조

관련 문서

The “Asset Allocation” portfolio assumes the following weights: 25% in the S&amp;P 500, 10% in the Russell 2000, 15% in the MSCI EAFE, 5% in the MSCI EME, 25% in the

1 John Owen, Justification by Faith Alone, in The Works of John Owen, ed. John Bolt, trans. Scott Clark, &#34;Do This and Live: Christ's Active Obedience as the

Modern Physics for Scientists and Engineers International Edition,

12 that절 내의 주어를 문장의 주어로 쓰고 that절 내의 동사를 to부정사로 써 서 수동태 문장을 만들 수 있다... 13 반복되는 the reason을 관계대명사 which로 바꿔주고

(2) Are redeemable or convertible as specified in the articles of incorporation (i) at the option of the corporation, the shareholder, or another person or upon the occurrence

• “In situations where the law or its implementation does not provide for adequate environmental or social safeguards, an organization should strive to respect, as

Should a module be used with any of the absolute maximum ratings exceeded, the characteristics of the module may not be recovered, or in an extreme case, the module

웹 표준을 지원하는 플랫폼에서 큰 수정없이 실행 가능함 패키징을 통해 다양한 기기를 위한 앱을 작성할 수 있음 네이티브 앱과