Upload
others
View
3
Download
0
Embed Size (px)
Citation preview
CAPE BRETON REGIONAL MUNICIPALITY 320 ESPLANDE
SYDNEY, NOVA SCOTIA B1P 7B9
CENTRAL & NORTH WATERLINE UPGRADES TENDER # T19-2020
CONTRACT NO. H-362962-001
INSTRUCTIONS TO BIDDERS INFORMATION TO TENDERERS
TENDER FORM FORM OF AGREEMENT
SUPPLEMENTARY SPECIFICATIONS
JUNE 2020
PREFACE
THESE PROJECT DOCUMENTS HAVE BEEN PREPARED FOR USE
WITH AND REQUIRE BEING READ IN CONJUNCTION WITH THE
STANDARD SPECIFICATION FOR MUNICIPAL SERVICES AS
PUBLISHED BY THE JOINT COMMITTEE ON CONTRACT
DOCUMENTS IN ASSOCIATION WITH NOVA SCOTIA ROAD BUILDERS
ASSOCIATION, CONSULTING ENGINEERS OF NOVA SCOTIA
ASSOCIATION, AND LANDSCAPE NOVA SCOTIA. COPIES OF THE
STANDARD SPECIFICATION ARE AVAILABLE FROM SPECTECH
LIMITED, 18 LAURIER STREET, DARTMOUTH, NS, B3A 2G7;
TELEPHONE: (902) 233-9362; EMAIL: [email protected];
OR VISIT : www.standardspec.ca
CENTRAL & NORTH WATERLINE UPGRADES
TABLE OF CONTENTS
ITEM TITLE SPEC SECTION 1 CBRM INSTRUCTIONS TO BIDDERS - 2 INFORMATION TO TENDERERS 00 21 00 3 TENDER FORM 00 41 43 4 FORM OF AGREEMENT 00 53 43 5 SUPPLEMENTARY SPECIFICATIONS
Section 00 72 45 General Conditions of the Civil Works Contract Section 01 10 00 General Requirements Section 01 22 00 Measurement and Payment Section 31 20 00 Earthwork Section 32 12 16 Asphaltic Concrete Paving Section 32 16 00 Walks, Curbs and Gutters Section 32 98 00 Reinstatement
DRAWINGS
ITEM DRAWING NO. TITLE
1. - COVER
2. 362962-C-001 WALL STREET STA. 0+000 TO STA. 0+200 PLAN & PROFILE
3. 362962-C-002 RANNA DRIVE
STA. 0+000 TO STA. 0+300 PLAN & PROFILE
4. 362962-C-003 RANNA DRIVE
STA. 0+300 TO STA. 0+550 PLAN & PROFILE
5. 362962-C-004 TYPICAL DETAILS
WATERLINE CONNECTIONS & SERVICE LATERALS
6. 362962-C-005 SECTIONS AND DETAILS
MISCELLANEOUS ROADWAY INFRASTRUCTURE
A Community of Communities
REQUEST FOR TENDER
CBRM_T19-2020
CENTRAL & NORTH WATERLINE UPGRADES
Closing: THURSDAY, JULY 16, 2020 at 3:00 PM local time Cape Breton Regional Municipality
Procurement Section Suite 102, 1st Floor
320 Esplanade Sydney, NS B1P 7B9
Cape Breton Regional Municipality PROCUREMENT SECTION, FINANCIAL SERVICES
320 ESPLANADE, SUITE 102 SYDNEY,NS B1P 7B9
PHONE: 902-563-5015 EMAIL: [email protected]
MANDATORY REQUIREMENT CHECK LIST
PRIOR TO SUBMISSION PLEASE CHECK THAT YOU HAVE SUBMITTED A COPY OF THE FOLLOWING DOCUMENTS
□ SCHEDULE “A” – MUNICIPAL BY-LAW COMPLIANCE CERTIFICATE
□ SCHEDULE “B” – TRADE AGREEMENTS ACKNOWLEDGEMENT
□ APPENDIX “A” – CONSULTANT, CONTRACTOR SUPPLIER HEALTH AND SAFETY QUESTIONNAIRE
□ DUE TO COVID-19 PRECAUTIONS, SUBMISSIONS FOR THIS TENDER WILL ONLY BE ACCEPTED BY EMAIL TO [email protected] & MUST INCLUDE ALL ITEMS LISTED UNDER THIS CHECK LIST
□ LETTER OF GOOD STANDING FROM WORKERS COMPENSATION (WCB)
□ PROOF OF CURRENT AND VALID WORKPLACE SAFETY CERTIFICATE OF RECOGNITION (COR)FROM AN AUTHORIZED INSTITUTION
□ GENERAL INSURANCE
□ BID SECURITY – CERTIFIED CHEQUE PAYABLE TO CAPE BRETON REGIONAL MUNICIPALITY OR BID BOND ON CCDC FORM 220 FOR TEN (10) % PERCENT OF THE TENDERED SUM
□ RECEIVED ADDENDA NO. _____ TO NO._____ INCLUSIVE WERE CAREFULLY EXAMINED
DATED THIS ________ DAY OF ________________, 2020.
COMPANY NAME: ________________________________________________________________
ADDRESS: ________________________________________________________________
CITY/ PROVINCE: _________________________ POSTAL CODE: _______________________
PHONE NO.: _________________________ FAX NO.: ____________________________
EMAIL ADDRESS: _________________________________________________________________
WEBSITE: _________________________________________________________________
CONTACT NAME(please print):_________________________________________________________________
TITLE (please print): _________________________ PHONE NO.:_________________________
THE FOLLOWING INFORMATION MUST BE COMPLETED TO ENSURE ACCEPTANCE. FAILURE TO COMPLY WITH ABOVE WILL RESULT IN DISQUALIFICATION OF YOUR BID.
Cape Breton Regional Municipality PROCUREMENT SECTION, FINANCIAL SERVICES
320 ESPLANADE, SUITE 102 SYDNEY,NS B1P 7B9
PHONE: 902-563-5015 EMAIL: [email protected]
INSTRUCTIONS TO BIDDERS REQUEST FOR TENDER
CENTRAL & NORTH WATERLINE UPGRADES
Closing: Submit to the undersigned up to 3:00 P.M., THURSDAY, JULY 16 , 2020, the bid must be returned in a sealed envelope in DUPLICATE(2) COPIES and must clearly designate CBRM_T19-2020 to the Procurement Section, Financial Services Suite 102, 320 Esplanade, Sydney, N. S. B1P 7B9. NOTE: FAXED / ELECTRONIC submissions are NOT acceptable and will not be considered Questions & Clarifications: Any clarification required by a proponent must be requested in writing to the responsible Buyer indicated in the Solicitation. Such requests must be provided in due time before the closing date in order to allow proper consideration and a reply. The response to a request for clarifications submitted by any Proponent will be posted on the Nova Scotia Government Website as an Addendum. Withdrawal or Modification of Bid: Proponents may withdraw, replace or modify their bid up until the specified closing time, provided that this is done in writing. Any modification or replacement of a bid must be done in the same format as defined in the Solicitation. NOTE: FAXED / ELECTRONIC modifications are acceptable Addenda: All addenda must be acknowledged in bid submission; proponents must monitor the Nova Scotia Government Tenders Website for any addenda that may be issued. CBRM staff no longer maintains plan takers lists, and no longer have knowledge of who has downloaded opportunities. http://www.novascotia.ca/tenders/tenders/ns-tenders.aspx Opening: Public opening will occur immediately following the time of closing in the first floor boardroom of the Civic Centre, 320 Esplanade, Sydney, N. S. The determining clock for authentication of date and time is the computer (network time), located in the Procurement Office, Suite 102. Tenders requiring bid deposit: If a tender requires a non-refundable bid deposit only those companies who have complied with this request will be considered for acceptance. TENDER CONTENTS: (Section Applies to: Construction Contracts, Services & Sale of Municipal Property ONLY!)
Bid Security: Each tender must be accompanied by a certified cheque payable to the Cape Breton Regional Municipality or a Bid Bond on CCDC Form 220 for ten (10) percent of the tendered sum. Any withdrawal of the successful tender shall constitute forfeiture of the bid deposit. Performance Security: A Performance Bond in the amount of fifty (50) percent contract price and Labour and Material Payment Bond in the amount of fifty (50) percent of the contract price will be required upon notification of award and before the signing date of the contract or issue of the Purchase Order. Alternate Securities Acceptable: As an alternate to the Security Deposit and the Consent of Surety requirements stated herein, Contractors may submit a ten (10) percent bid security certified cheque, and subsequently upon notification of award, an additional ten (10) percent contract security certified cheque, in lieu of contract stated bonding.
Accompanying Documents: All bids must include the following documents: - “Check List” Completed in full /Signed /Dated(Including acknowledgement of addenda)
Cape Breton Regional Municipality PROCUREMENT SECTION, FINANCIAL SERVICES
320 ESPLANADE, SUITE 102 SYDNEY,NS B1P 7B9
PHONE: 902-563-5015 EMAIL: [email protected]
- The signed Schedule “A” Municipal By-Law Compliance form attached to the tender documents. - The signed Schedule “B” Trade Agreement Acknowledgement form attached to the tender documents. - A letter of Good Standing/Clearance from the Workers’ Compensation Board of Nova Scotia - Proof of current and valid Workplace Safety Certificate of Recognition (COR) from an authorized institution
(East Coast Mobile Medical, HSE Integrated Limited, Nova Scotia Construction Safety Association (NSCSA), Nova Scotia Trucking Safety Association, Occupational Health and Educational; Services 2002 Inc, Safety Services Nova Scotia or equivalent)
- Completed/signed Appendix “A” Consultant, Contractor, Supplier Health & Safety Questionnaire. - General liability insurance.
Prior to Contract Award – In accordance with section nine (9) of the CBRM Procurement Policy, the successful tenderer may be required to provide an approved Commercial Property Zoning Confirmation, issued by CBRM’s Development Officer, prior to award of contract. Following completion of the tendered work, letters of clearance from both organizations, dated no earlier than the final day worked on the project, must be submitted with the final invoice for the project. This will form a condition of the tender in addition to any other conditions within the contract documents and specifications. POLICY:
• Canadian Free Trade Agreement (CFTA), Atlantic Procurement Agreement (APA) and The Cape Breton Regional Municipality Procurement Policy are the governing documents used for all tenders. Copies of these documents are available from the Financial Services Department, Procurement Section, Suite 102, 320 Esplanade Sydney, N.S. or by phoning (902) 563-5015.
• Where identical goods and/or services are available, from a Cape Breton Regional Supplier, and a supplier from outside the regional area, the following shall apply:
o Regional suppliers qualify for the 5% price preference if they are a commercial or residential taxpayer registered with the Registry of Joint Stocks of Nova Scotia whose primary business address is within the district boundaries of the Cape Breton Regional Municipality and the assessed property is the registered business address of the bidder.
o Due to restrictions imposed by the Atlantic Procurement Agreement on the MASH sector within the Province of Nova Scotia, local Bidder Preference may only be applied on goods, services, and construction whose price does not exceed the following threshold ; $25,000 on Goods, $50,000 Services and $100,000 on Construction.
• Successful bidder will be required to follow CBRM protocol as designated by Purchasing Department for
delivery and invoicing.
• Payment: Any supplier having an account due to the Cape Breton Regional Municipality, which is in arrears, will have such arrears deducted from payments being made to the supplier.
The Cape Breton Regional Municipality reserves the right to reject any or all tenders or to accept any tender or part thereof considered to be in its best interest. Donna M. Murphy Donna M. Murphy, Procurement Officer - Financial Services (P) 902-563-5015 (E-Mail) [email protected]
Cape Breton Regional Municipality PROCUREMENT SECTION, FINANCIAL SERVICES
320 ESPLANADE, SUITE 102 SYDNEY,NS B1P 7B9
PHONE: 902-563-5015 EMAIL: [email protected]
SCHEDULE “A”
MUNICIPAL BY-LAW COMPLIANCE CERTIFICATE
This document forms part of and is incorporated into the Tender. Bidders convicted of violations of any Cape Breton Regional Municipal By-Laws or found in contravention of the Dangerous and Unsightly Provision of the Municipal Government Act, S.N.S. 1998, c. 18 shall be precluded from bidding on the tender. Successful bidders who subsequently are found guilty of violation of any Cape Breton Regional Municipal By-Laws or are found to have contravened the Dangerous and Unsightly Provision of the Municipal Government Act S.N.S. 1998, c. 18 shall have the tenders revoked and shall be precluded from bidding on subsequent tenders for a period of thirty-six months. __________________ (hereinafter referred to as “The Bidder”) does hereby certify that the Bidder has not been found guilty of violation of any Cape Breton Regional Municipal By-Laws and has not been found to have contravened the Dangerous and Unsightly Provision of the Municipal Government Act S.N.S. 1998, c. 18 and furthermore hereby agrees to comply with all Cape Breton Regional Municipal By-Laws and the Dangerous and Unsightly provision of the Municipal Government Act, S.N.S. 1998, c. 18. The Bidder understands and agrees that any finding of guilt or contravention of any Cape Breton Regional Municipal By-Laws and provisions will result in the Tender being revoked and the Bidder being precluded from bidding on any subsequent Tender for a period of thirty-six months. ________________________ ________________________ Witness Bidder CBRM INTERNAL USE ONLY Approved by: ____________________________ Title: ____________________________ Date: ____________________________
Cape Breton Regional Municipality PROCUREMENT SECTION, FINANCIAL SERVICES
320 ESPLANADE, SUITE 102 SYDNEY,NS B1P 7B9
PHONE: 902-563-5015 EMAIL: [email protected]
SCHEDULE “B”
TRADE AGREEMENTS ACKNOWLEDGEMENT
All Public Sector Entities in Nova Scotia have trade agreement obligations under the Public Procurement Act. Trade agreements play a vital role in our economy. They create market access for our goods and services by reducing barriers to, among other things, labour mobility, investments, energy, agriculture, and government procurement. Agreements can be comprehensive, covering a number of different issues, or more concentrated, covering individual issues. Each agreement has unique language, exemptions, rules, and requirements. Municipalities, Academic Institutions, School Boards, Health Authorities (MASH) and Crown Corporations that have their own procurement groups and policies must ensure they are consistent with the principles of the Province of Nova Scotia Procurement Policy, and the obligations of the Public Procurement Act. Trade Agreements that impact government procurement in Nova Scotia include the Canadian Free Trade Agreement and the Atlantic Procurement Agreement (APA). The CFTA includes all provinces, Northwest Territories, Yukon, and the Federal Government as well as their respective MASH sectors and Crown Corporations. The APA is an agreement among Nova Scotia, New Brunswick, Prince Edward Island, and Newfoundland and Labrador and their respective MASH sectors and Crown Corporations. The key to being compliant with multiple trade agreements is to ensure you are meeting the obligations of the one with the lowest thresholds, which in this case is the APA. Table A outlines the thresholds for these two agreements. TABLE A – Domestic Agreements
Agreement
Coverage
MASH
Atlantic Procurement Agreement (APA) Signed 1992; updated 1996 & 2008
Equal access to Atlantic suppliers. Includes NS, NB, PEI, & NFLD, their respective MASH and Crowns
Goods: $25K+ Services: $50K+ Construction: $100K+
Canadian Free Trade Agreement Equal access to Canadian suppliers. Includes all CDN Provinces, NWT, YUK, their respective MASH and Crowns, and the Federal Government
Goods: $100K+ Services: $100K + Construction: $250K+
__________________ (hereinafter referred to as “The Bidder”) does hereby acknowledges the understanding that this tender falls under the Domestic Trade Agreements, Atlantic Procurement Agreement (APA) and Agreement on Internal Trade. As part of these agreements and under the Nova Scotia Public Procurement Act, CBRM is included as part of the MASH Sector. This document forms part of and is incorporated into the Tender.
________________________ ________________________ Witness Bidder
Cape Breton Regional Municipality PROCUREMENT SECTION, FINANCIAL SERVICES
320 ESPLANADE, SUITE 102 SYDNEY,NS B1P 7B9
PHONE: 902-563-5015 EMAIL: [email protected]
APPENDIX “A” CAPE BRETON REGIONAL MUNICIPALITY
CONSULTANT, CONTRACTOR, SUPPLIER HEALTH & SAFETY QUESTIONNAIRE
Consultants, Contractors or Suppliers wishing to submit Proposal\Tender to the Cape Breton Regional Municipality must complete this questionnaire and submit it to CBRM Finance Department with their bid information.
PLEASE REVIEW - CBRM OCCUPATIONAL HEALTH & SAFETY POLICY AND PROCUDURE MANUAL - SECTION 12 -
CONTRACTOR SAFETY MANUAL.PDF
GENERAL INFORMATION: Company Name: ______________________________________________________ Company Address: ______________________________________________________ Telephone Number: ______________________________________________________
INSURANCE/WORKERS’ COMPENSATION COVERAGE: Is your company covered by general liability insurance, automotive insurance, umbrella policies, etc., that would cover the cost of damages to, and incidents involving third parties? Is your company in good standing with the Workers’ Compensation Board for the Province of Nova Scotia? If no, please explain _______________________________________________________________ SAFETY PERFORMANCE: Does your company have any non-compliance or outstanding issues with the Nova Scotia Labour and Workforce Development, such as stop work orders, pending charges/prosecutions, or recent (within the last year) convictions or fines? If yes, please attach a note explaining the details, including current status or resolution. SAFETY PROGRAM: Does your company have a written health and safety policy signed by management? Does your company have written safety policies, procedures and safe work practices applicable to the scope of work to be performed, including clearly defined safety responsibility for managers, supervisors and workers? How do you communicate your safety policies and procedures? ________________________________________________________________________________
* Yes * No * Yes * No * Yes * No * Yes * No * Yes * No
Cape Breton Regional Municipality PROCUREMENT SECTION, FINANCIAL SERVICES
320 ESPLANADE, SUITE 102 SYDNEY,NS B1P 7B9
PHONE: 902-563-5015 EMAIL: [email protected]
________________________________________________________________________________ ________________________________________________________________________________ ________________________________________________________________________________ ________________________________________________________________________________ How often do managers/ executive officers visit the worksite? _____________________________
Please explain how you conduct on-site inspections, including how often they are conducted, what they cover and who conducts them? ________________________________________________________________________________ ________________________________________________________________________________ ________________________________________________________________________________ Does your company have a risk assessment procedure? Does your company have a procedure in place for investigating incidents, accidents and near misses? Please attach a list and contact information of all supervisors you will be using on site, as well as any safety coordinator or persons responsible for job site safety. Do you provide on the job training to all employees? Please indicate how you inform your workers, other workers or persons at or near the workplace of any workplace hazards to which they may be exposed. ________________________________________________________________________________ ________________________________________________________________________________ ________________________________________________________________________________ Do you have a disciplinary policy in place for anyone committing health and safety violations? Please Describe: ________________________________________________________________________________ ________________________________________________________________________________ ________________________________________________________________________________ Do you have a Joint Occupational Health and Safety Committee or Representative? Do you have a preventative maintenance program for tools and machinery? Do you have a health and safety policy in place for incorporating sub-contractors into the workplace?
* Yes * No * Yes * No * Yes * No * Yes * No * Yes * No * Yes * No * Yes * No
Cape Breton Regional Municipality PROCUREMENT SECTION, FINANCIAL SERVICES
320 ESPLANADE, SUITE 102 SYDNEY,NS B1P 7B9
PHONE: 902-563-5015 EMAIL: [email protected]
Please provide any other information relating to other programs or activities that you believe demonstrate your company conducts their projects safely and in accordance with all health and safety requirements. NOTE: PLEASE BE ADVISED THAT DURING THE PROPOSAL\TENDERING PROCESS OR AT ANYTIME DURING THE CONTRACTED WORK, CBRM MAY REQUEST COPIES OF POLICIES, PROCEDURES, RECORDS OR DOCUMENTATION OF PROOF FOR ANY QUESTIONS ANSWERED ON THIS QUESTIONNAIRE. DO YOU AGREE TO PROVIDE THIS INFORMATION IF REQUESTED?
*YES *NO
_______________________________________ ____________________________________ Signature Date Position/ Title
Cape Breton Regional Municipality
COVID-19 Protocol for Contractors and Suppliers
Date: April 20, 2020
Any contractor or supplier hired by Cape Breton Regional Municipality (CBRM) must adhere to
the following protocols while working within and CBRM owned facility, or any CBRM owned
property:
• Contractors and Suppliers must have their own COVID-19 Pandemic Plans prior to starting
any work for CBRM. It must be available upon request.
• Contractors or suppliers must seek approval prior to visiting and CBRM owned facility or
property. Approval will be granted by the Manager/Director responsible for the specific
site.
• Contractors and suppliers shall only carry out work in approved areas during approved
times. Any changes to work scope, schedule or location of work must be pre-approved by
CBRM.
• Anyone who has travelled outside of Canada or Nova Scotia cannot carry out work at a
CBRM facility or property until they have completed 14 days of self-isolation, measured
from the date of their return to the Province. Any exemptions will have to be granted by
Public Health.
• When carrying out work within a CBRM facility, the Supplier or Contractor may only utilize
up to 5 individuals to carry out the work. Outdoor construction sites are exempt from this
requirement.
• Supplier and Contractors must practice physical distancing of 2 meters(6 feet).
• Number of in person meetings should be limited. If required, they should be 5 people or
fewer, while maintaining physical distancing protocol. Use of teleconference and
videoconference for meetings is encouraged.
• The Supplier or Contractor must supply all employees with necessary materials to carry
out regular disinfections of tools, equipment, and work areas. Where work is being
carried out in a facility or area or worksite that does not have a washroom, the contractor
or Supplier must provide the necessary equipment to allow for regular handwashing.
• Suppliers and Contractors shall follow all guidance/requirements as issued by the Nova
Scotia Medical Officer of Health and Public Health.
• All Contractors and Suppliers must, to the best of their ability, closely self-monitor their
health, and if their status changes then they must follow Public Health protocols. (e.g.
contact 811)
• Should any contractor or supplier exhibit any symptoms of COVID-19 during the period
they are providing services to CBRM, or within the 2 weeks following, they must advise
CBRM immediately.
Company Name:
Date:
Work Location:
Name(s) of Employee(s):
2020 novel coronavirus (COVID-19) self-assessment
1. Are feeling unwell with any of the following symptoms:
• Fever, new cough or difficulty breathing (or a combination of these symptoms)?
• Muscle aches, fatigue, headache, sore throat, runny nose or diarrhea?
2. And have experienced any of the following:
• Have you travelled outside of Canada or Nova Scotia in the last 14 days?
• Have you been in close contact (within 2 meters) with someone with a confirmed case of COVID-19?
• Have you been in close contact (within 2 metres) with someone who has returned from another country in the past 14 days and who has a fever higher than 38°C, a new cough or a cough that’s getting worse?
If you answered Yes to any of the following, contact 811. CBRM will have to restrict you from entering our buildings to provide service at this time.
If you answered no to all questions above, CBRM requests you to practice the following on our sites:
• Wash your hand with soap and water or hand sanitizer upon entry to our facilities • Practice social distancing (2m or 6 feet) • Practice good hygiene practices (coughing into sleeves, etc)
CBRM INFORMATION TO TENDERERS SECTION 00 21 00 CENTRAL & NORTH PAGE 1 WATERLINE UPGRADES JUN 2020
PROJECT: CENTRAL & NORTH WATERLINE UPGRADES OWNER: CAPE BRETON REGIONAL MUNICIPALITY
320 ESPLANDE SYDNEY, NOVA SCOTIA B1P 7B9
ENGINEER: HATCH LTD. 106-200 CHURCHILL DRIVE SYDNEY, NOVA SCOTIA B1S 0H5
1. Tender Submission .1 Submit One (1) digital copy of a completed Tender Form for the above noted project via email correspondence that is addressed to and marked as follows:
CAPE BRETON REGIONAL MUNICIPALITY CENTRAL & NORTH WATERLINE UPGRADES TENDER # T19-2020 Closing at 3:00 P.M., local time THURSDAY, July 16, 2020
TO: CAPE BRETON REGIONAL MUNICIPALITY
PROCUREMENT SECTION [email protected]
ATTN: DONNA M. MURPHY, PROCUREMENT OFFICER
FINANCIAL SERVICES .2 It is the responsibility of the tenderer to assure delivery of the documents to
the offices of CBRM Procurement and Financial Services prior to the advertised closing time as stated in Section 1.1.
2. Tender Opening .1 Not applicable.
3. Document Fee .1 Not applicable.
4. Accuracy of
Referencing
.1 Indexing and cross-referencing are for convenience only.
5. Conditions of Tendering
.1 Take full cognizance of content of all Contract Documents in preparation of Tender. Refer to Section 00 41 43 – Tender Form, Subsection 3.9 for a complete list of Contract Documents.
6. Tenderers to
Investigate .1 Tenderers will be deemed to have familiarized themselves with existing site
and working conditions and all other conditions which may affect performance of the Contract. No plea of ignorance of such conditions as a result of failure to make all necessary examinations will be accepted as a basis for any claims for extra compensation or an extension of time.
7. Clarification
and Addenda .1 Notify Engineer not less than two (2) working days before Tender Closing of
omissions, errors or ambiguities found in Contract Documents. If Engineer
CBRM INFORMATION TO TENDERERS SECTION 00 21 00 CENTRAL & NORTH PAGE 2 WATERLINE UPGRADES JUN 2020
considers that correction, explanation or interpretation is necessary; a written addendum will form part of Contract Documents.
.2 Confirm in the Tender Form that all addenda have been received.
8. Preparation of
Tender .1 Complete Tender Form provided with Project Documents in ink with pen or
by electronic means. Tender all items and fill in all blanks. Have corrections initialed by person signing Tender.
9. Taxes .1 Include all taxes except Harmonized Sales Tax (HST) in tender unit prices.
10. Tender Security .1 Provide Tender Security in amount of 10% with Tender in the form of a
Certified Cheque, or a Bid Bond on CCDC Form 220.
11. Insurance .1 Refer to Section 00 72 45, General Conditions, subsection GC11.1 – INSURANCE, for insurance required.
12. Contract Security .1 Refer to Section 00 72 45 - General Conditions, subsection GC11.2 –
CONTRACT SECURITY for form of Contract Security. Refer to project documents for amount of contract security and alternate type of contract security, if applicable.
13. Form of Agreement .1 Form of Agreement is attached for information purposes only. The
successful Tenderer will be required to enter into a formal agreement with the Owner.
14. Return of Tender
Security .1 Tender Security will be returned to all Tenderers following contract award.
15. Amendment or Withdrawal of Tender
.1 Tenders may be amended or withdrawn by post or facsimile.
.2 Amendment of individual unit prices is the only acceptable price amendment. Amendments shall not disclose either original or revised total price.
Head amendment or withdrawal as follows: "Amendment/Withdrawal” of Tender
for CENTRAL & NORTH WATERLINE UPGRADES Tender No.: T19-2020. Sign and seal as required for Tender and submit as detailed for receipt of Tenders prior to Tender Closing.
16. Informal or Un-balanced Tenders
.1 Tenders which in the opinion of the Owner are considered to be informal or unbalanced may be rejected.
17. Right to Accept or Reject any Tender
.1 Owner reserves right to accept or reject any Tender.
18. Safety Certification .1 Submit with Tender, a copy of Tenderer's current and valid Letter of Good Standing issued by the Nova Scotia Construction Safety Association.
.2 Out of province companies shall submit, with their Tender, a current and valid
Letter of Good Standing from their province of origin or from a recognized Safety Association which utilizes an external audit element.
.3 Out of province companies may obtain a Letter of Good Standing from the
Nova Scotia Construction Safety Association upon submission of
CBRM INFORMATION TO TENDERERS SECTION 00 21 00 CENTRAL & NORTH PAGE 3 WATERLINE UPGRADES JUN 2020
documentation verifying training and compliance with the NS OH&S Act and Regulations.
.4 In any event, out of province Tenderers will have to satisfy the Nova Scotia
Construction Safety Association in respect to their safety status prior to being awarded a contract.
19. Clearance Letter
from Workers Compensation Board
.1 Submit with Tender, a copy of Tenderer’s current valid clearance letter, issued by Workers Compensation Board of Nova Scotia.
20. Geotechnical Information
.1 A geotechnical investigation has not been carried out at the site of the Works. It is therefore recommended that tenderers familiarize themselves with existing site conditions and type of overburden so as to be aware of conditions under which they will be working and the soil and ground type to be encountered.
21. Construction
Schedule .1 The Contractor is to carry out to completion including testing and
reinstatement of all project work prior to the end of the 2020 Construction Season (October 30, 2020).
.2 The Contractor shall provide a detailed Construction Schedule to indicate
anticipated construction sequencing, project stages and final completion of the work. Construction schedule shall be provided prior to mobilization and subject to owner approval. Interim reviews of work progress relative to schedule will be completed by the engineer and shall be updated as required by the contractor.
21. Previous Accounts .1 Any supplier having an account due to the Cape Breton Regional
Municipality that is in arrears will have such arrears deducted from payments being made to that supplier.
******* END 00 21 00 *******
CBRM TENDER FORM SECTION 00 41 43 CENTRAL & NORTH PAGE 1 WATERLINE UPGRADES JUNE 2020
1. SALUTATION
.1 To: CAPE BRETON REGIONAL MUNICIPALITY FINANCIAL SERVICES SUITE 102 320 ESPLANADE SYDNEY, NOVA SCOTIA B1P 7B9
.2 For: CENTRAL & NORTH WATERLINE UPGRADES TENDER # T19-2020
.3 From:
hereafter called the Tenderer. Please include a valid fax and email address. 2. TENDERER DECLARES:
.1 That this tender is made without collusion or fraud. .2 That no person, firm or corporation other than the Tenderer has an interest in the Tender
or the Proposed Contract for which the Tender is made and to which it relates. .3 That the proposed work was carefully examined. .4 That the Tenderer was familiar with local conditions. .5 The Contract Documents and Addenda No. to inclusive were carefully examined. .6 That all the above were taken into consideration in preparation of this Tender.
3. TENDERER AGREES:
.1 To enter into a contract to supply all labour, material and equipment and to do all work necessary to construct the Work as described and specified herein for the unit prices stated in Subsection 4 hereunder, Schedule of Quantities and Unit Prices.
.2 That the total tendered price shall be the sum of the products of the tendered unit prices
times the estimated quantities in Subsection 4 hereunder. .3 That this Tender is valid for acceptance for 60 days from the time of Tender Closing. .4 That measurement and payment for items listed in Subsection 4 hereunder shall be in
accordance with corresponding items in Section 01 22 00 Measurement and Payment. .5 To provide evidence of ability and experience within seven (7) days of request, including: experience in similar work, work currently under contract, senior supervisory staff available for the project, equipment available for use on project, and financial resources.
CBRM TENDER FORM SECTION 00 41 43 CENTRAL & NORTH PAGE 2 WATERLINE UPGRADES JUNE 2020
.6 To execute in triplicate the Form of Agreement and forward same together with the
specified contract security and insurance documents to the Owner within 14 days of written notice of award.
.7 That failure to enter into a formal contract and give specified insurance documents and
contract security within time required will constitute grounds for forfeiture of certified cheque or enforcement of bid bond.
.8 That if certified cheque or bid bond is forfeited, Owner will retain difference in money
between amount of Tender and amount for which Owner legally contracts with another party to perform the Work and will refund balance, if any, to Tenderer.
.9 That the Contract Documents include:
.1 Standard Specifications for Municipal Services January 2019 Edition
.2 CBRM Instructions to Bidders
.3 Section 00 21 00 - Information to Tenderers
.4 Section 00 41 43 - Tender Form
.5 Section 00 53 43 - Form of Agreement
.6 Supplementary Specifications
Section 00 72 45 – General Conditions of the Civil Works Contract
Section 01 10 00 – General Requirements
Section 01 22 00 – Measurement and Payment
Section 31 20 00 – Earthwork
Section 32 12 16 – Asphaltic Concrete Paving
Section 32 16 00 – Walks, Curbs and Gutters
Section 32 98 00 – Reinstatement
.7 Drawings
ITEM No. DRAWING NO. TITLE REVISION
1. - COVER 0
2. 362962-C-001 WALL STREET STA. 0+000 TO STA. 0+200 PLAN & PROFILE
0
3. 362962-C-002 RANNA DRIVE STA. 0+000 TO STA. 0+200 PLAN & PROFILE
0
4. 362962-C-003 RANNA DRIVE STA. 0+200 TO STA. 0+550 PLAN & PROFILE
0
5. 362962-C-004 TYPICAL DETAILS WATERLINE CONNECTIONS & SERVICE LATERALS
0
6. 362962-C-005 SECTIONS AND DETAILS MISCELLANEOUS ROADWAY INFRASTRUCTURE
0
.8 Addenda as issued and as confirmed in Sub-section 2.5 of this section.
CBRM TENDER FORM SECTION 00 41 43 CENTRAL & NORTH PAGE 3 WATERLINE UPGRADES JUNE 2020
SCHEDULE OF QUANTITIES AND UNIT PRICES PART A – WALL STREET
Item No.
Description Unit of
Measure
Estimated Quantity
Unit Price Total Price
EARTHWORK
8. Removal of Existing Street Features L.S. 1
Sub-Total Earthwork $
WATER SYSTEM
11. Pipe
.1 300 Dia. Ductile Iron Class 350 m 10
.2 200 Dia. Ductile Iron Class 350 m 215
.3 150 Dia. Ductile Iron Class 350 m 10
12. Fire Hydrants ea. 1
14. Direct Bury Valves
.1 200 dia. Gate ea. 2
.2 150 dia. Gate ea. 1
15. Services
.1 Set of Fittings – 19 mm ea. 12
.2 Service Pipe – 19 mm m 85
.3 Set of Fittings – 25 mm (corp. stop only) ea. 1
.4 Service Pipe – 25 mm m 5
16. Connections to Existing Main
.1 300 mm dia. ea. 1
.2 150 mm dia. ea. 1
Sub-Total Water System $
SANITARY SEWER
23. Manholes
.1 1050 dia. Concrete ea. 1
25. Connections to Existing Main ea. 1
28. Replace existing manhole frame and ea. 3
cover with new floating frame and cover
Sub-Total Sanitary Sewer $
CBRM TENDER FORM SECTION 00 41 43 CENTRAL & NORTH PAGE 4 WATERLINE UPGRADES JUNE 2020
Item No.
Description Unit of
Measure
Estimated Quantity
Unit Price Total Price
STORM SEWER
31. Pipe
.1 200 dia. PVC DR35 m 30
33. Catch Basins
.1 600 Square c/w Frames and Grate ea. 2
36. Connections to Existing Main ea. 2
39. Remove Existing Catch Basins ea. 2
Sub-Total Storm Sewer $
STREET CONSTRUCTION
41. Gravels
.1 Type 1 tonne 700
.2 Type 2 tonne 750
43. Asphalt Concrete tonne 275
44. Concrete Curb and Gutter m 380
45. Concrete Sidewalk
.1 100 mm m2 220
.2 150 mm m2 45
50.
Adjust Existing Manhole Frames and Covers m 1
51.
Adjust Existing Catch Basin Frames and Covers m 2
Sub-Total Street Construction $
LANDSCAPING
61. Topsoil and Sod m2 600
66. Reinstatement of Asphalt and
Gravelled Driveways, Concrete, Walks, Disturbed Property and Appurtenances L.S. 1
Sub-Total Landscaping $
ADDITIONAL ITEMS
71. Trench Excavation - Rock m3 100
Sub-Total Additional Items $
CBRM TENDER FORM SECTION 00 41 43 CENTRAL & NORTH PAGE 5 WATERLINE UPGRADES JUNE 2020
PART B – RANNA DRIVE
Item No.
Description Unit of
Measure
Estimated Quantity
Unit Price Total Price
EARTHWORK
8. Removal of Existing Street Features L.S. 1
Sub-Total Earthwork $
WATER SYSTEM
11. Pipe
.1 200 Dia. Ductile Iron Class 350 m 600
.2 150 Dia. Ductile Iron Class 350 m 10
12. Fire Hydrants ea. 4
14. Direct Bury Valves
.1 200 dia. Gate ea. 7
15. Services
.1 Set of Fittings – 19 mm ea. 50
.2 Service Pipe – 19 mm m 405
16. Connections to Existing Main
.1 200 mm dia. ea. 1
.2 150 mm dia. ea. 3
19. Remove Existing Fire Hydrant &
Valve ea. 4
Sub-Total Water System $
SANITARY SEWER
28. Replace existing manhole frame
and cover with new floating frame and cover ea. 8
$
Sub-Total Sanitary Sewer $
STORM SEWER
31. Pipe
.1 300 dia. PVC DR35 m 10
.2 250 dia. PVC DR35 m 10
.3 200 dia. PVC DR35 m 10
CBRM TENDER FORM SECTION 00 41 43 CENTRAL & NORTH PAGE 6 WATERLINE UPGRADES JUNE 2020
Item No.
Description Unit of
Measure
Estimated Quantity
Unit Price Total Price
33. Catch Basins ea. 5
39. Remove Existing Catch Basins ea. 5
Sub-Total Storm Sewer $
STREET CONSTRUCTION
41. Gravels
.1 Type 1 tonne 1,400
.2 Type 2 tonne 2,200
43. Asphalt Concrete tonne 750
44. Concrete Curb and Gutter m 1,090
Sub-Total Street Construction $
LANDSCAPING
61. Topsoil and Sod m2 1500
66. Reinstatement of Asphalt and
Gravelled Driveways, Concrete, Walks, Disturbed Property and Appurtenances L.S. 1
Sub-Total Landscaping $
ADDITIONAL ITEMS
71. Trench Excavation - Rock m3 300
Sub-Total Additional Items $
CBRM TENDER FORM SECTION 00 41 43 CENTRAL & NORTH PAGE 7 WATERLINE UPGRADES JUNE 2020
PART A – WALL STREET SUB TOTAL EARTHWORK $ SUB TOTAL WATER SYSTEM $ SUB TOTAL SANITARY SEWER $ SUB TOTAL STORM SEWER $ SUB TOTAL STREET CONSTRUCTION $ SUB TOTAL LANDSCAPING $ SUB TOTAL ADDITIONAL ITEMS $ PART A - TOTAL ESTIMATED $ (EXCLUDING HST) PART B – RANNA DRIVE SUB TOTAL EARTHWORK $ SUB TOTAL WATER SYSTEM $ SUB TOTAL SANITARY SEWER $ SUB TOTAL STORM SEWER $ SUB TOTAL STREET CONSTRUCTION $ SUB TOTAL LANDSCAPING $ SUB TOTAL ADDITIONAL ITEMS $ PART B - TOTAL ESTIMATED $ (EXCLUDING HST) OVERALL COST SUMMARY PART A – TOTAL ESTIMATED $ EXCLUDING HST PART B – TOTAL ESTIMATED $ EXCLUDING HST TOTAL ESTIMATED CONTRACT PRICE $ EXCLUDING HST ADD HARMONIZED SALE TAX (15%) $ TOTAL PRICE $ TENDERER’S HST REGISTRATION NO.
CBRM TENDER FORM SECTION 00 41 43 CENTRAL & NORTH PAGE 8 WATERLINE UPGRADES JUNE 2020
COMPLETION TIME .1 Tenderer agrees to complete the work prior to the end of the 2020 construction season
(October 30, 2020).
6. ADDITIONAL UNIT PRICES
The following unit prices shall apply to changes in the contract and shall include all costs for labour, materials and equipment and for the performance of all work including overhead and profit for the installation of listed components. 50 mm HI-40 Rigid Styrofoam Insulation m2 $ Hot Mix Asphalt – NSTIR Type C-HF (Hand placed) tonne $ Gravel Borrow in Place m3 $ 28 mm Clear Crushed Stone in Place m3 $ Mass Excavation-Unsuitable Material m3 $ Excavation and Backfilling with Approved Excavated Material m3 $ 35 MPa Concrete (Cast-in-Place Concrete complete with Formwork) m3 $ 200 Micron Polyethylene Water Line Encasement Tubing m $ 300 mm dia. Concrete Storm Sewer pipe m $ 7. TENDERER PROPOSES
.1 To use the following sub-contractors as listed below on the following portions of the work: (If the work is not being sub-contracted, it should be noted “Our Forces”).
Excavation and Grading Concrete Curb and Gutter Concrete Sidewalk Laying Pipe Asphalt Paving Reinstatement/Landscaping
Quality Assurance Testing Traffic Control Construction Layout and Record Survey
CBRM TENDER FORM SECTION 00 41 43 CENTRAL & NORTH PAGE 9 WATERLINE UPGRADES JUNE 2020
and agrees that such sub-contractors will be adhered to unless otherwise directed or permitted, in writing, by the Engineer.
.2 To use the following Suppliers and Manufacturers for the following items of work:
Waterpipe and Valves Fire Hydrants Storm sewer Pipe & basins Granular Materials Top Soil & Sod Asphalt Concrete Manholes (floating frame and cover)
and agrees that such suppliers and manufacturers will be adhered to unless otherwise directed or permitted, in writing, by the Engineer.
CBRM TENDER FORM SECTION 00 41 43 CENTRAL & NORTH PAGE 10 WATERLINE UPGRADES JUNE 2020
8. SIGNATURE*
DATED THIS DAY OF , 2020.
[Seal]
Name of Firm Tendering
Witness Signature of Signing Officer
Name and Title (Printed)
Witness Signature of Signing Officer
Name and Title (Printed)
Company Address Telephone No. Fax No. *NOTE: Tenders submitted by or on behalf of any Corporation must be signed in the name of
such Corporation by a duly authorized officer or agent, who shall also subscribe his own name and office. Affix seal.
CBRM TENDER FORM SECTION 00 41 43 CENTRAL & NORTH PAGE 11 WATERLINE UPGRADES JUNE 2020
DESCRIPTION OF TENDERER 1 - Legal name of Tenderer:
2 - Address of Tenderer:
3 - If Tenderer is a corporation, place and manner of incorporation:
4 - If Tenderer is a partnership or joint venture, names and addresses of all partners or ventures:
Name Address
Tenderer shall provide on a separate sheet the information required in 3 above relating to any partner of venturer which is a corporation.
5 - Is Tenderer registered to do business in the Province?
Yes No N.B. If not presently registered, registration must be completed prior to execution of Agreement.
CBRM TENDER FORM SECTION 00 41 43 CENTRAL & NORTH PAGE 12 WATERLINE UPGRADES JUNE 2020
STATEMENT OF SIMILAR WORK A statement of similar work which Tenderer and each member firm has successfully completed within the last 10 years.
Project and Location Owner Contract Amount Completion Date
CBRM TENDER FORM SECTION 00 41 43 CENTRAL & NORTH PAGE 13 WATERLINE UPGRADES JUNE 2020
SUPERVISORY PERSONNEL
Experience Scope of Name and Position and Qualification Authority Tenderer shall attach an organizational chart for its supervisory field personnel and senior off site support staff related to the project.
******* END 00 41 43 *******
CBRM FORM OF AGREEMENT SECTION 00 53 43 CENTRAL & NORTH PAGE 1 WATERLINE UPGRADES JUNE 2020
This Agreement made on the day of in the year 2020. BY AND BETWEEN
Cape Breton Regional Municipality 320 ESPLANADE
SYDNEY, NOVA SCOTIA B1P 7B9
hereinafter called the "Owner" and
hereinafter called the "Contractor" The Owner and the Contractor agree as follows: 1. ARTICLE A1 - THE WORK
The Contractor shall:
.1 Perform the Work required by the Contract Documents for
CENTRAL & NORTH WATERLINE UPGRADES TENDER # T19-2020
located in Cape Breton County, Nova Scotia for which the Agreement has been signed by the parties and for which Hatch Ltd. is acting as and is hereinafter called the “Engineer”.
and
.2 do and fulfill everything indicated by this Agreement, and
.3 commence the Work upon notification of award and attain Substantial Performance of
the work as certified by the Engineer prior to October 30, 2020. 2. ARTICLE A2 - AGREEMENTS AND AMENDMENTS
The Contract supersedes all prior negotiations, representations or agreements, whether written or oral, relating in any manner to the work, including the bidding documents that are not expressly listed in Article A3 of the Agreement.
CBRM FORM OF AGREEMENT SECTION 00 53 43 CENTRAL & NORTH PAGE 2 WATERLINE UPGRADES JUNE 2020
3. ARTICLE A3 - CONTRACT DOCUMENTS
The following is an exact list of the Contract Documents referred to in Article A1.1 of this Agreement and as defined in subsection ‘6’ of Section 00 71 00 DEFINITIONS. This list is subject to subsequent amendments in accordance with the provisions of the Contract Documents.
.1 Standard Specifications for Municipal Services, January 2019 edition .2 CBRM Instructions to Bidders .3 Section 00 21 00 – Information To Tenderers .4 Section 00 41 43 - Tender Form .5 Section 00 53 43 - Form of Agreement .6 Supplementary Specifications Section 00 72 45 General Conditions of the Civil Works Contract Section 01 10 00 General Requirements Section 01 22 00 Measurement and Payment Section 31 20 00 Earthwork Section 32 12 16 Asphaltic Concrete Paving Section 32 16 00 Walks, Curbs and Gutters Section 32 98 00 Reinstatement
7. Drawings
ITEM No. DRAWING NO. TITLE REVISION
1. - COVER 0 2. 362962-C-001 WALL STREET
STA. 0+000 TO STA. 0+200 PLAN & PROFILE
0
3. 362962-C-002 RANNA DRIVE STA. 0+000 TO STA. 0+300 PLAN & PROFILE
0
4. 362962-C-003 RANNA DRIVE STA. 0+300 TO STA. 0+550 PLAN & PROFILE
0
5. 362962-C-004 TYPICAL DETAILS WATERLINE CONNECTIONS & SERVICE LATERALS
0
6. 362962-C-005 SECTIONS AND DETAILS MISCELLANEOUS ROADWAY INFRASTRUCTURE
0
CBRM FORM OF AGREEMENT SECTION 00 53 43 CENTRAL & NORTH PAGE 3 WATERLINE UPGRADES JUNE 2020
4. ARTICLE A4 - CONTRACT PRICE
.1 The Contract Price is the sum of the products of the estimated quantities multiplied by the
appropriate Unit Prices in the Tender Form excluding the amount of Harmonized Sales Tax.
.2 The Contract Price is: $ .3 The amounts shall be subject to adjustment as provided in the Contract Documents. .4 The Contract Price shall be the sum of the products of the actual final quantities that are
incorporated in, or made necessary by the Work, as confirmed by count and measurement, multiplied by the appropriate Unit Prices from the Tender Form together with any adjustments that are made in accordance with the provisions of the Contract Documents excluding the amount of Harmonized Sales Tax.
.5 All amounts shall be in Canadian funds and exclude value added taxes.
5. ARTICLE A 5 - PAYMENT
.1 The Owner shall pay the Contractor in Canadian funds for the performance of the Contract.
.2 The Owner shall make monthly payments on account to the Contractor for the Work
performed, as certified by the Engineer, subject to a 10% holdback. .3 The amount of the monthly payments shall be calculated as follows:
.1 The quantity for each pay item on which actual work has been performed shall be
measured. .2 For each unit price item this quantity shall be multiplied by the applicable unit
price as provided in the Tender Form. .3 For each lump sum item, multiply the percent complete by the value of the lump
sum item. .4 The total value of work completed for the payment period shall be calculated by
adding the total of the products for all pay items from subsection 5.3.2. and 5.3.3 of this section.
.5 The amount of the monthly payment shall be determined by deducting the 10%
holdback and the total of all previous payments from the total value of such completed work as determined under subsection 5.3.4 of this section.
.6 To the amount calculated above, the Harmonized Sales Tax will be added.
.4 The last day of the payment period shall be the last working day of the month. .5 Any/all approved extra work claims shall be included in the monthly payment for the
period in which the work has been completed. Claims for extra work outside the payment period in which the work has been completed will not be entertained.
CBRM FORM OF AGREEMENT SECTION 00 53 43 CENTRAL & NORTH PAGE 4 WATERLINE UPGRADES JUNE 2020
.6 Upon Substantial Performance of the Work as certified by the Engineer the Owner shall
pay to the Contractor the holdback monies then due in accordance with the provisions of Section 00 72 45 - General Conditions, subsection GC 5.8 - PAYMENT OF HOLDBACK UPON SUBSTANTIAL PERFORMANCE OF THE WORK.
.7 Upon Total Performance of the Work as certified by the Engineer the Owner shall pay to
the Contractor the balance of monies then due in accordance with the provision of Section 00 72 45 - General Conditions, subsection GC5.10 – FINAL PAYMENT.
.8 In the event of loss or damage occurring where payment becomes due under the
property and boiler insurance policies, payment shall be made to the Contractor in accordance with the provisions of Section 00 72 45 - General Conditions, subsection GC11.1 - INSURANCE.
.9 If the Owner fails to make payments to the Contractor as they become due under the
terms of the Contract, interest shall be payable as follows:
.1 The annual interest rate applicable to the contract is 2 % compounded semi-annually.
.2 Interest shall be calculated on the overdue balance from the due date.
6. ARTICLE A6 - RECEIPT OF AND ADDRESSES FOR NOTICES
.1 Notices in writing between the parties or between them and the Engineer shall be considered to have been received by the addressee on the date of delivery if delivered to the individual, or to a member of the firm, or to an officer of the corporation for whom they are intended by hand or by registered post, or if sent by regular post, to have been delivered within five (5) working days of the date of the mailing, when addressed as follows:
.1 The Owner at: Cape Breton Regional Municipality
320 Esplanade Sydney, Nova Scotia B1P 7B9 Tel: 902-563-5158 email: [email protected]
.2 The Contractor at: .3 The Engineer at: Hatch Ltd.
106-200 Churchill Drive Sydney, Nova Scotia B1S 0H5 Tel: (902) 595-2424
email: [email protected]
CBRM FORM OF AGREEMENT SECTION 00 53 43 CENTRAL & NORTH PAGE 5 WATERLINE UPGRADES JUNE 2020
7. ARTICLE A7 - QUANTITIES AND MEASUREMENT
.1 The quantities shown in Section 00 41 43 Tender Form - Schedule of Quantities and Unit Prices are estimated.
.2 Measurement for the actual quantities used to determine payments and Contract Price
shall be in accordance with Section 01 22 00 - Measurement and Payment. .3 A significant amount of rock removal is anticipated to be required on Ranna Drive.
Estimated Quantity is an allowance so please unsure unit rate provided is valid.
8. ARTICLE A8 - SUCCESSION
The aforesaid Contract Documents are to be read into and form part of the Agreement and the whole shall constitute the Contract between the parties and subject to law and the provisions of the Contract Documents shall ensure to the benefit of and be binding upon the parties hereto, their respective heirs, legal representatives, successors and assigns.
9. ARTICLE A9 - RIGHTS AND REMEDIES
.1 No action or failure to act by the Owner, Engineer, or Contractor shall constitute a waiver of any right or duty afforded any of them under the contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach thereunder, except as may be specifically agreed in writing.
10. ARTICLE A10 - TIME
Time shall be construed as being of the essence of the Contract.
CBRM FORM OF AGREEMENT SECTION 00 53 43 CENTRAL & NORTH PAGE 6 WATERLINE UPGRADES JUNE 2020
11. SIGNATURES
IN WITNESS WHEREOF the parties hereto have executed this Agreement under their respective corporate seals and by the hands of their proper officer’s thereunto duly authorized.
SIGNED, SEALED AND DELIVERED
OWNER
In the presence of
Name and Title
WITNESS Signature
Name and Title
WITNESS Signature
CONTRACTOR
Name and Title
WITNESS Signature
Name and Title
WITNESS Signature
(Where either the Owner or the Contractor calls for proof of authority to execute this document, proof of such authority, in the form of certified copy of a resolution, naming the person or persons in question as authorized to sign the Agreement for and on behalf of the corporation or partnership, parties to this Agreement, should be attached.)
******* END 00 53 43 *******
CBRM SUPPLEMENTARY SPECIFICATIONS CENTRAL & NORTH PAGE 1 WATERLINE UPGRADES JUNE 2020
1. INTENT OF THE SUPPLEMENTARY SPECIFICATIONS
.1 The Work of this Contract is to be constructed in accordance with the latest edition of the Standard Specifications for Municipal Services as developed and published by the Nova Scotia Road Builders Association and Nova Scotia Consulting Engineers Association Joint Committee on Contract Documents, except as modified herein.
.2 These Supplementary Specifications modify the specification sections to which they
refer. .3 The Supplementary Specifications take precedence over the Specifications to which they
refer. 2. SECTION 00 72 45 GENERAL CONDITIONS, GC 3.7 LAYOUT OF THE WORK
.1 Add the following to Paragraph GC 3.7.3 The Contractor shall employ a competent full-time surveyor and supply electronic survey
equipment to fulfill the layout and record of construction requirements of the project. .2 The Contractor shall review the Contract Documents and shall promptly report to the
Engineer any error, inconsistency or omission he may discover. If he does discover any error, inconsistency or omission in the Contract Documents, he shall not proceed with the Work affected until he has received corrected or missing information from the Engineer.
.3 The Contractor will be responsible to assist utility companies in locating their equipment
with reference to new infrastructure.
3. SECTION 00 72 45 GENERAL CONDITIONS, GC 6.7 QUANTITY VARIATIONS
.1 Delete Clauses GC 6.7.1, 6.7.2, 6.7.3, 6.7.4, and 6.7.5 from the General Conditions of the Civil Works Contract.
4. SECTION 00 72 45 GENERAL CONDITIONS, GC 9.5 CONSTRUCTION SAFETY
.1 Add Paragraph GC 9.5.2 as follows:
The Contactor shall develop and be responsible for the implementation of a comprehensive safety program covering all aspects of the Work. A copy of this program shall be delivered to the Engineer prior to any work being conducted on the project in accordance with the following:
1. Safety Document Submission
Prior to commencement of construction and maintenance work, the successful Contractor is required to provide a Safety Document that meets the following requirements:
1. Safety Document Submission:
.1 The Safety Document submission made by the Contractor applies to the
construction and maintenance work of this specific project and related work sites. The Contractor shall submit one (1) copy of the Safety Document to the CBRM prior to commencement of construction or maintenance work. Work on the project shall not commence nor shall
CBRM SUPPLEMENTARY SPECIFICATIONS CENTRAL & NORTH PAGE 2 WATERLINE UPGRADES JUNE 2020
material be delivered on-site prior to submission of the Safety Document. Written approval to commence will be based on the acceptance of the Safety Document by the CBRM representative responsible for the administration of the Contract.
.2 Included in the Safety Document submission (under Heading #1
Certificate of Recognition) will be a copy of the company’s Certificate of Recognition, issued jointly by the Workers’ Compensation Board of Nova Scotia (WCB) and an occupational health and safety organization approved by the WCB, or a valid Letter of Good Standing from an occupational health and safety organization approved by Nova Scotia Department of Transportation and Infrastructural Renewal (NSTIR) indicating that the Contractor is ‘In the Process’ of qualifying for the Certificate of Recognition.
.3 Included in the Safety Document submission and referenced throughout
shall be a Safe Work Procedure for Cutting, Splicing, Removal and Disposal of Asbestos Cement (i.e. transite) pipe. The Safe Work Procedure shall comply with appropriate Nova Scotia Environment Regulations.
.4 Where changes to the methods and procedures used in the execution of
construction and maintenance work are required, the Safety Document must be modified. Provide a detailed description of your company’s process for requesting a change(s) or modification(s). Any change and/or modification must be submitted in writing to the CBRM representative responsible for the administration of the Contract, and be agreed to in writing, prior to implementation of the changes.
2. Safety Document Organization: The Safety Document shall be submitted in the
form of an instructional manual as follows:
.1 Place in binders of commercial quality, accommodating 8½” x 11" paper size. .2 Cover: Identify binder with typed or printed title “Project Safety Document” and
note the title of project and the name of the contracted party submitting the document.
.3 Provide tabbed fly leaf for each separate heading, with typed heading on tab. .4 Where drawings are within the safety document, provide with reinforced punched
binder tab. Bind in with text. Fold in larger drawings to size of text pages. .5 Arrange content under Safety Document Headings specified in Section 3.
A Safety Document not meeting the format outlined above will be considered unacceptable and be returned to the Contractor.
3. Safety Document Headings:
.1 Certificate of Recognition: Place, under this heading, a copy of the company’s
Certificate of Recognition showing the company is in Good Standing, or a copy of a valid Letter of Good Standing indicating the company is ‘In the Process’ or ‘Audit Pending’ for qualifying for the Certificate of Recognition.
.1 Company Safety Policy: Only required when ‘In the Process’ or ‘Audit
Pending’. Include information pertaining to the company’s policy and
CBRM SUPPLEMENTARY SPECIFICATIONS CENTRAL & NORTH PAGE 3 WATERLINE UPGRADES JUNE 2020
commitment to Occupational Health and Safety, including the responsibilities of management, supervisors and workers.
.2 Company Safety Rules in General Terms: Only required when ‘In the
Process’ or ‘Audit Pending’. Include information of a general, global nature, applying to every work environment where the company has staff and pertaining to rules directing compliance to policy. For example, use of safety equipment and CSA approval on such items, use of alcohol or non-prescription drugs, reporting of injuries, etc.
.2 Hazard Assessment and Control: Place, under this heading, information
identifying potential hazards specific to this project. For initial acceptance, the Contractor may submit a work type specific hazard assessment and control. Include control methodologies and copies of safe work practices and/or job procedures for critical tasks associated with the work type, and all material safety data sheets (MSDS) for major products associated with the work type. The Contractor must keep copies of all company safe work practices, job procedures and MSDSs, in a binder, on site at all times. Describe how supplementary information will be communicated with respect to any additional potential hazards that are identified during the execution of the work.
.3 Supervision: Place, under this heading, information on how the project will be supervised and how the project will be monitored for compliance with Occupational Health and Safety (OHS) requirements, including the activities of subcontractors. Include the name(s) and responsibilities of the site supervisor(s) and their percentage of time spent on site.
.4 Employee Safety Training: Place, under this heading, documentation respecting
the competence of employees who will be working on this specific project. Specifically:
.1 Include assurance that all employees, supervisors and managers have
met all of the specified skills and OHS training requirements necessary so as to be considered “competent” to perform their duties as defined by the Occupational Safety General Regulations. This should include sub-contractors.
.2 Where the Occupational Safety General Regulations require “designated
competent” persons to undertake certain duties (i.e., signalers, operating hoists and mobile equipment, rigging, operating grinders, welding/cutting/burning and soldering, electrical safety) include a signed list of all workers on site who are designated and what tasks they are designated to complete. This should include subcontractors.
.5 Project - Joint Occupational Health & Safety (JOHS) Committee/Representative:
Place, under this heading, the committee member’s names when a JOHS Committee is deemed necessary under the OHS Act. Where a JOHS Committee is not required, name a safety representative, or representatives (one being an alternate), who is/are not connected with the management of the project.
.6 Emergency Action Plan: Place, under this heading, information detailing action to
be taken in the event of various emergencies. Arrange content under the following sub-headings:
CBRM SUPPLEMENTARY SPECIFICATIONS CENTRAL & NORTH PAGE 4 WATERLINE UPGRADES JUNE 2020
.1 First Aid: Include the name(s) of the on-site First Aider(s), their level of
training (e.g., Emergency or Standard) and an expiry date, as well as the size(s) and location(s) of the First Aid Station(s) on site.
.2 Contact of Emergency Support Groups: Include relevant information
including phone location for emergency use, the emergency telephone numbers and their location for the various organizations, such as (but not limited to) DEL, local hospital, EMO, NS Power, Municipal offices, which must be contacted in case of an emergency, and staff training in procedures. Listing 911 only is not acceptable.
.3 Cessation of Work: Include relevant information respecting how work
cessation during emergencies is handled and communicated to persons present on site.
5. SECTION 00 72 45, GENERAL CONDITIONS OF THE CIVIL WORK CONTRACT, GC 11.2
CONTRACT SECURITY
.1 Add Paragraph 11.2.3 as follows: The Contractor shall provide to the Owner a Performance Bond and a Labour and Material payment Bond each in the amount that is equal to not less than 50% of the Estimated Contract Price amount referred to in the Tender Form.
6. SECTION 01 10 00, GENERAL REQUIREMENTS
2. SUMMARY OF WORK Add the following paragraphs:
.2 This project is located on two (2) existing residential streets within the CBRM
communities of Sydney and North Sydney.
The work under this contract consists of the supply of all labour, materials, equipment, plant, services, survey layout, materials testing, off-site disposal, traffic control and superintendence for the construction of the following potable water and streetscape infrastructure improvements.
Wall Street, North Sydney Removal of existing asphalt roadway and concrete curb/gutter to granular base. Excavation and disposal of existing roadway granular to subgrade.
The supply and installation of new concrete curb and gutter on both sides of the street including granular base materials as detailed on the drawings.
The supply and installation of new catch basins, frames and grates as detailed including storm sewer connections as required, lead pipe, fittings, compacted granular bedding and manhole connection to the existing storm sewer system. General location as shown on the drawings with field fitting as necessary.
The supply and installation of new 200 mm diameter ductile iron waterline piping complete with service lateral piping, connections to existing main, valves, fittings, corporation stops, curb stops, fire hydrants, thrust blocking, excavation, trenching, backfilling, top soil & sod as detailed on the drawings.
Adjustment of existing manholes and valve boxes to suit new finished grade elevations.
CBRM SUPPLEMENTARY SPECIFICATIONS CENTRAL & NORTH PAGE 5 WATERLINE UPGRADES JUNE 2020
The removal of all existing concrete sidewalk within the contract limits as indicated on the drawings.
The supply and installation of new 1.5 meter wide concrete sidewalk complete with type 1 granular to thickness as indicated on the drawings and compaction and quality assurance testing as detailed herein.
Backfilling and shaping of 100 mm compacted thickness of Type 1 and 200 mm compacted thickness of Type 2 roadway granular to lines and grades as detailed.
The supply and installation of new asphalt concrete roadway including tack coat, placing and rolling to a final compacted thickness of 75 mm.
Complete reinstatement of all disturbed areas including asphalt, gravels, grassed areas, vegetation, driveways, walkways, retaining walls and other existing structures, etc. impacted by the work.
Replacement of existing manhole frames and covers with new floating frames and cover assemblies.
Cut, plug and abandon in place existing 150 mm diameter waterline within contract limits from Memorial Drive to Ross Avenue including all required excavation, drainage disposal, waste disposal, valve shut-off and compacted granular backfill.
Provide traffic control measures as required to safely carry out the work with minimal disruption to local traffic, residents, and businesses.
Ranna Drive, Sydney Removal of existing asphalt roadway and concrete curb/gutter to granular base. Excavation and disposal of existing roadway granular to subgrade.
The supply and installation of new concrete curb and gutter on both sides of the street including granular base materials as detailed on the drawings.
The supply and installation of new catch basins, frames and grates as detailed including lead pipe, fittings, compacted granular bedding and manhole connection to the existing storm sewer system. General location as shown on the drawings with field fitting as necessary.
The supply and installation of new 200 mm diameter ductile iron waterline piping complete with service lateral piping, connections to existing main, valves, fittings, corporation stops, curb stops, fire hydrants, thrust blocking, excavation, trenching, backfilling, top soil & sod as detailed on the drawings.
Adjustment of existing manholes and valve boxes to suit new finished grade elevations.
Backfilling and shaping of 100 mm compacted thickness of Type 1 and 200 mm compacted thickness of Type 2 roadway granular to lines and grades as detailed.
The supply and installation of new asphalt concrete roadway including tack coat, placing and rolling to a final compacted thickness of 75 mm.
Complete reinstatement of all disturbed areas including grassed areas, vegetation, driveways, walkways, retaining walls and other existing structures, etc. impacted by the work.
Replacement of existing manhole frames and covers with new floating frames and cover assemblies.
Provide traffic control measures as required to safely carry out the work with minimal disruption to local traffic, residents, and businesses.
CBRM SUPPLEMENTARY SPECIFICATIONS CENTRAL & NORTH PAGE 6 WATERLINE UPGRADES JUNE 2020
Cut, plug and abandon in place existing 150 mm diameter waterline within contract limits from Centennial Drive to Acadia Drive including all required excavation, drainage disposal, waste disposal, valve shut-off and compacted granular backfill.
7. SECTION 01 10 00, GENERAL REQUIREMENTS
7. SUBMITTALS 7.1 Shop Drawings
Add the following Sub-Section:
.8 Submit for Review, Shop Drawings for:
Water Pipe & Fittings (Ductile Iron) Waterline Gate Valves & Boxes Service Lateral Pipe (Type K Copper) Fire Hydrants Corporation Stop Valve Curb Stop Valve Storm Pipe Pre-cast Manholes Pre-cast Catch Basins Frames, Grates, and Covers for Catch Basins Frames, Grates, and Covers for Manholes (floating frame and cover) Mix Design for Hot-Mix Asphalt Mix Design for Concrete Gradation Curves for Gravels
8. SECTION 01 10 00, GENERAL REQUIREMENTS
7. SUBMITTALS Delete sub-section 7.6 and replace with the following:
7.6 Flushing and Testing Procedure: .1 The Contactor shall develop and submit one (1) PDF copy of a flushing and testing
procedure and be responsible for the implementation of such procedure. The flushing and testing procedure shall cover all new waterline aspects of the Work. A copy of this procedure shall be submitted to the Owner and Engineer at least seven (7) days prior to commencement of flushing and testing activities for review and approval.
9. SECTION 01 10 00, GENERAL REQUIREMENTS
8. RECORD DRAWINGS
Delete subsection .1 and replace with the following
.1 The Contractor shall maintain as-built records and supply one set of the Contract Drawings neatly marked in red all relevant as-built information including but not limited to curb stop swing tie dimensions, locations of fittings, valves, hydrants, pipeline elevations and all other deviations from the original Issued for Construction contract drawings to the satisfaction of the Engineer.
CBRM SUPPLEMENTARY SPECIFICATIONS CENTRAL & NORTH PAGE 7 WATERLINE UPGRADES JUNE 2020
10. SECTION 01 10 00, GENERAL REQUIREMENTS
10. TEMPORARY SITE FACILITIES
Amend Section .3 as follows:
.3 Engineer's Site Office is not required for this Contract.
11. SECTION 01 10 00, GENERAL REQUIREMENTS
11. DELIVERY OF MATERIALS AND USE OF THE SITE
.1 Revise Subsection 11.1 to read:
.1 Confine equipment, products, materials and operations to within the boundaries of streets, specified right-of-way, or site limits shown or site secured by the Contractor as an operation’s base.
12. SECTION 01 10 00, GENERAL REQUIREMENTS
12. TRAFFIC CONTROL
Add Section .6 as follows:
.6 Traffic control will be the sole responsibility of the Contractor. The contractor will be responsible for all traffic control measures necessary to comply with NSTIR Temporary Workplace Traffic Control Manual as a minimum construction standard in addition to his requirements and that of all sub-contractors and the general public.
It is intended that isolated work areas will be properly barricaded and operations such as manhole adjusting, asphalt saw cutting and sidewalk removal, etc., addressed with proper cones, drums and flaggers as required and in a manner so as to minimize the impact on vehicular and pedestrian traffic flow and patterns. For work having greater impact on traffic such as roadway demolition and buried utilities installation, it may be necessary for partial street closure. These activities are to be scheduled in such a manner to minimize the duration of the closure and/or impact to local traffic and businesses. Closures are to be limited to single city blocks as much as possible. Where closure is necessary the contractor is responsible for the implementation of all necessary equipment, signage, cones, barriers, barricades, lighting, flashing lights, etc. All detours are to be clearly identified and easy to follow. The contractor is required to maintain access and provide notification to all emergency departments, businesses, and dwellings in advance of street closures. Priority is to be given to emergency vehicles including the local fire department, police force, EMS, CBRM Transit and maintaining traffic flow to local businesses and residents. The contractor is required to prepare a detailed sketch and written street closure proposal including schedule, traffic control application guides including equipment layout and type, etc., which is to be submitted to the CBRM Traffic Authority and Engineer for Approval.
CBRM SUPPLEMENTARY SPECIFICATIONS CENTRAL & NORTH PAGE 8 WATERLINE UPGRADES JUNE 2020
13. Add the following Subsections to Section 01 10 00 - General Requirements:
17. CO-OPERATION WITH OTHERS
.1 The Contractor shall coordinate in the timing of his work and shall co-operate with Owner authorized personnel at all times. He shall keep himself familiar with the requirements of others and arrange his work accordingly. He shall be responsible for any delays which his uncoordinated work may cause.
18. SAFETY
.1 The Contractor shall assume full responsibility for the safety of the Work and shall conduct all operations in connection with this project in a safe manner.
.2 It shall be the Contractor's responsibility to become familiar with the requirements
of the Current Occupational Health and Safety Act of Nova Scotia and shall conduct his work so as to conform to the Act.
.3 Copies of the Occupational Health and Safety Act and the Regulations may be purchased form the Nova Scotia Government Book Store, One Government Place, 1700 Granville Street, Halifax, N.S. B3J 2T3. Phone No. (902) 424-7580.
19. DRAWINGS
.1 Drawings which form part of these specifications are listed in Section 00 41 43, Tender Form and Section 00 53 43, Form of Agreement.
.2 The Contractor shall be governed by figured dimensions given on the drawings.
Where required dimensions are not shown in figures, the Contractor shall obtain such dimensions from the Engineer before proceeding with the construction for that part of the Work to which these dimensions refer. Notes on drawings shall govern over the technical specification.
20. EXISTING UNDERGROUND SERVICES
.1 No guarantee is made for the accuracy or completeness of the locations of existing underground services and utilities shown on the drawings.
.2 The Contractor shall verify all information prior to commencement of work.
21. REINSTATEMENT
.1 The Contractor shall be responsible for reinstating to its original condition or better, any area affected by the carrying out of the Work. This includes disturbances of any nature to any existing feature. The cost of reinstatement shall be included in the Contract Price under the appropriate items of the Schedule of Quantities and Unit Prices.
22. QUANTITIES
.1 The Contractor shall confirm for himself, by such means as he may desire, the quantities of work required based on these specifications and drawings and the conditions under which the Work will be performed.
.2 The Contractor's attention is called to the fact that the estimate of the quantities
of work to be done and/or materials to be furnished under these specifications as shown on the Tender Form is approximate, and is given only as a basis of
CBRM SUPPLEMENTARY SPECIFICATIONS CENTRAL & NORTH PAGE 9 WATERLINE UPGRADES JUNE 2020
calculation upon which the award of the Contract is to be made. The Owner does not assume any responsibility that the quantities are exact nor shall the Contractor plead misunderstanding or deception because of such estimate of quantities or of the character, location or other conditions pertaining thereto. The Owner reserves the right to increase, diminish or omit all or any of the quantities of work shown in the Tender Form and at the indicated price, if the Owner may deem it necessary.
23. CONTRACTOR'S REPRESENTATIVE
The Contractor shall maintain on the work site an authorized representative to whom all communications may be addressed and who will be competent to speak for the Contractor on all technical issues that might arise between the Contractor and the Engineer.
24. ACCESS TO WORK
The Contractor shall maintain suitable and safe access to every portion of the work in order to permit proper inspection by authorized parties. Any work buried without the Engineer’s approval shall be uncovered and made accessible at the contractor's expense as required by the Engineer.
14. SECTION 01 22 00, MEASUREMENT AND PAYMENT
GENERAL Add subsection:
.6 Payment for environmental protection measures as specified in Section 01 57 00 shall be
included in the unit prices tendered in the Form of Tender. No additional payment for environmental protection will be considered.
EARTHWORK Add the following: 8. REMOVAL OF EXISTING STREET FEATURES
Unit of Measurement: Lump Sum (L.S.) This item includes: Excavation as required, removal of existing features such as asphalt roadway, concrete curb, gutter and sidewalk, gravels and unclassified materials and objects, asphalt saw cutting, proper offsite disposal of unnecessary and/or surplus materials.
WATER MAIN Delete Section 11 and replace with the following: 11. Pipe
Method of Measurement: Along centerline of pipe through fittings and valves. This item includes: Pipe, excavation, backfill, compaction, trench dewatering, bedding granular, and quality assurance testing.
CBRM SUPPLEMENTARY SPECIFICATIONS CENTRAL & NORTH PAGE 10 WATERLINE UPGRADES JUNE 2020
Delete Section 15 and replace with the following: 15. SERVICES
.1 Set of Fittings
Unit of Measurement: Each (ea.) This item includes: The supply and installation of corporation stop, curb stop, service box, connection of new main and disconnection/decommissioning of old connection.
.2 Service Pipe
Unit of Measurement: Meter (m)
Method of Measurement: Along center of pipe from center of main to new curb stop This item includes: Pipe, excavation, backfill, compaction, trench dewatering, bedding granular, coupling and quality assurance testing.
Delete Section 16 and replace with the following:
16. CONNECTIONS TO EXISTING MAIN
Unit of Measurement: Each (ea.) This item includes: Locating existing main and supply and installation of all pipe, fittings, thrust blocks, nipples, consumables, trench dewatering, removal of unsuitable material, backfill as indicated on the drawings, compaction, quality assurance testing and incidentals needed for connection complete with decommissioning and abandonment of old water main section.
SANITARY SEWER
Add the following:
28. REPLACE EXISTING MANHOLE FRAME AND COVER WITH NEW FLOATING FRAME &
COVER ASSEMBLY
Unit of Measurement: Each (ea.)
This item includes: Removal of existing asphalt roadway, excavation as required, removal of
existing frame and cover and replacement with new floating frame and cover assembly with
elevation to suit new finish grade.
STORM SEWER Add the following:
39. REMOVE EXISTING CATCH BASINS
Unit of Measurement: Each (ea.)
This item includes: The removal of designated Catch basins, all required excavation,
backfilling and compaction, additional piping, fittings and connection to main as needed.
CBRM SUPPLEMENTARY SPECIFICATIONS CENTRAL & NORTH PAGE 11 WATERLINE UPGRADES JUNE 2020
STREET CONSTRUCTION
Add the following:
53. ASPHALT CONCRETE
Unit of Measurement: Tonne (t)
Method of Measurement: Scale tickets signed by Engineer
This item includes: Supply, placement and compaction of asphalt resurfacing including new
to existing asphalt joint, tack coat as required, quality control testing, etc.
54. CONCRETE CURB AND GUTTER
Unit of Measurement: Meter (m)
Method of Measurement: Along top face of curb
This item includes: Curb and gutter including the compaction of backfill roadway granular as
indicated on drawings and quality control testing.
55. CONCRETE SIDEWALK
Unit of Measurement: Square Meter (m2)
Method of Measurement: Slope measure of indicated area
This item includes: Sidewalk including compaction of backfill base gravels and concrete as
indicated, and quality control testing.
60. ADJUST EXISTING CATCH BASIN FRAMES AND COVERS
Unit of Measurement: Each (ea.)
This item includes: Raising or lowering existing frames or covers including replacement of
shaft sections, intermediate sections, grade rings as necessary.
ADDITIONAL ITEMS
Delete Section 71 and replace with the following: 71. TRENCH EXCAVATION - ROCK
Unit of Measurement: Cubic Meter (m3)
Method of Measurement: surface to surface volume method between topographical survey taken after the rock is exposed and theoretical lines and elevations indicated on the drawings. Boulders greater than one cubic meter, within the trench shall be classified as rock. Boulders removed from trench shall be measured along the here maximum perpendicular axes.
CBRM SUPPLEMENTARY SPECIFICATIONS CENTRAL & NORTH PAGE 12 WATERLINE UPGRADES JUNE 2020
Except for large boulders and/or rock that require blasting and/or drilling for removal, any material including shale that can be excavated with suitably sized excavation equipment will not be classified as rock. This item includes: all incremental work for rock excavation and disposal of surplus material over and above the cost of common excavation which is included in unit price for all pipe and related items.
76. REINSTATEMENT
Unit of Measurement: Lump Sum (L.S.)
This item includes: Total restoration of work areas including asphalt paving, sidewalk, asphalt/concrete ramps, curb & gutter, roadway and driveway gravels, disturbed property fencing, retaining walls and appurtenances, not covered under any other payment item.
15. SECTION 31 20 00, EARTHWORK
3.7 BEDDING AND BACKFILLING
Add the following Subsection 3.7.12:
.12 Use Nova Scotia Department of Transportation and Infrastructure Renewal (NSTIR) Type 1 materials for new pipeline and residential service pipe bedding material. Underlying Type 1 bedding material shall be compacted in 150 mm layers to 98% standard proctor density. Top of pipe Type 1 bedding material shall be compacted in 300 mm layers to 98% standard proctor density.
Under paved surfaces, curb and gutter and where otherwise indicated on contract drawings, the excavation shall be backfilled from 300 mm over the top of pipe to required subgrade with approved excavated roadway material.
Add the following Subsection 3.7.13:
.13 Contractor is to engage qualified, fully equipped geotechnical personnel to carry
out compaction testing and review/approval of excavated roadway material for reuse as bulk fill along with determining required level of compaction. Complete compaction testing records for each successive layer of trench backfill and roadway base granular are to be completed at watermain connection excavations, every 100 m of roadway and one (1) lateral trench per day as applicable. It is intended that this testing provide a quality control measure which represents the work completed. If difficulty in attaining the specified compaction is encountered due to change in materials, conditions or methods and additional testing is required; the Contractor is obligated to provide additional testing at the discretion of the engineer. Real time data is to be made available to the engineer’s site representative with written reports to follow.
16. SECTION 32 16 00, WALKS, CURBS AND GUTTERS
3.3 CONCRETE SURFACE
CBRM SUPPLEMENTARY SPECIFICATIONS CENTRAL & NORTH PAGE 13 WATERLINE UPGRADES JUNE 2020
Delete subsection 3.3.1.2.7 and add the following:
.1 Provide expansion joints every 30m and at every cold joint.
Add the following subsection:
3.3.5 Testing
.1 At least one (1) set of three (3) concrete test cylinders shall be taken for every 100
lineal meters of curb and sidewalk installation and tested for compressive strength at
seven (7) days (one cylinder) and 28 days (two cylinders). Results are to be
submitted to the engineer for review upon completion.
.2 All testing will be considered incidental to the work and will not be measured for
payment.
17. SECTION 32 12 16 – ASPHALTIC CONCRETE PAVING
Add the following: 3.8 TESTING
1. A minimum of one (1) series of tests per day or 500 tonne of asphalt concrete
whichever is greater. 2. Series of tests shall include all the following:
.1 Marshall Stability (KN) .2 Marshall Flow (x 0.25) .3 Air Voids (%) .4 VMA (%) .5 Asphalt Cement Content (%) .6 Gradation of extracted Aggregate (%)
3. All test results shall be recorded and forwarded to the Engineer for review directly
from the lab.
4. All testing will be considered incidental to the work and will not be measured for payment.
18. SECTION 32 98 00 - REINSTATEMENT
3.1 GENERAL
Add the following Subsection:
3.1.3 All roadway disturbances due to excavation, trenching, cross-cuts, etc. are to be
minimized and roadways shall be sufficiently maintained for pedestrian and vehicular traffic at all times including weekends and holidays.
Add the following:
3.9 DRIVEWAYS
CBRM SUPPLEMENTARY SPECIFICATIONS CENTRAL & NORTH PAGE 14 WATERLINE UPGRADES JUNE 2020
.1 Existing asphalt and concrete driveways/access ramps impacted by the work
associated with this contract shall be cut back neat and straight; shape, fine grade and compact minimum 100mm thick layer of Type 1 gravel; replace existing asphalt/concrete surfaces with thickness to match existing. All restoration is to be to the satisfaction of the property owner and engineer.
.2 The extent of reinstatement to accommodate new elevations and grades is to be
assessed on site with the engineer on an individual basis as required.
A Community of CommunitiesCBRM
Cape Breton Regional Municipality
1. 362962-C-001 WALL STREET
STA. 0+000 TO STA. 0+200
PLAN & PROFILE
2. 362962-C-002 RANNA DRIVE
STA. 0+000 TO STA. 0+300
PLAN & PROFILE
DWG. No.
TITLE
DRAWING LIST
CAPE BRETON REGIONAL MUNICIPALITY
PUBLIC WORKS - CENTRAL & NORTH DIVISION
T19-2020
3. 362962-C-003 RANNA DRIVE
STA. 0+300 TO STA. 0+550
PLAN & PROFILE
ISSUED FOR TENDER
4. 362962-C-004 TYPICAL DETAILS
WATERLINE CONNECTIONS &
SERVICE LATERALS
CENTRAL & NORTH WATERLINE UPGRADES
5. 362962-C-005 SECTIONS & DETAILS
MISCELLANEOUS
ROADWAY INFRASTRUCTURE
1ROOF PLANT-122478144.379201102 EL. 45.860m. 20236114.906201463 EL. 17.197m. SUMMER ST. TEMPORARY BENCHMARK - CURB STOP IN SIDEWALK N5119528.203, E4596447.348 EL. 5.201m4A10558555
4
A
10
5
5
8
5
5
5
224781 44.379
201102 EL. 45.860m.
SIGNATURE
DRAWING APPROVAL STATUS:
ROLE NAME DATE
ENG. MANAGERPROJ. MANAGER
THIS DRAWING WAS PREPARED FOR THE EXCLUSIVE USE OF [ NAME OF CLIENT ] ("CLIENT") AND IS ISSUED PURSUANT TO[ THE RELEVANT AGREEMENT ] BETWEEN CLIENT AND [ HATCH LTD. ] ("HATCH"). UNLESS OTHERWISE AGREED IN WRITINGWITH CLIENT OR SPECIFIED ON THIS DRAWING, (A) HATCH DOES NOT ACCEPT AND DISCLAIMS ANY AND ALL LIABILITY ORRESPONSIBILITY ARISING FROM ANY USE OF OR RELIANCE ON THIS DRAWING BY ANY THIRD PARTY OR ANY MODIFICATION ORMISUSE OF THIS DRAWING BY CLIENT, AND (B) THIS DRAWING IS CONFIDENTIAL AND ALL INTELLECTUAL PROPERTY RIGHTSEMBODIED OR REFERENCED IN THIS DRAWING REMAIN THE PROPERTY OF HATCH.
REV
DESIGNERCHECKER
DWG. No.SCALE
OR AS NOTED
DATECHK'DBYDESCRIPTION
REVISIONS
No.
$USE
RN
AME$
$DAT
E$$T
IME$
$FIL
E$
DRAWING No.
REFERENCE DRAWINGS
DRAWING TITLE
1 2 3 4 5 6 7 8
E
D
C
B
A
87654321
A
B
C
D
E
F
DWG. No.
SHEET SIZE: A1
REG. PROFESSIONAL
- 0 ISSUED FOR TENDER T19-2020 MP BB 20/06/26
CENTRAL & NORTHWATERLINE UPGRADES
WALL STREETSTA. 0+000 TO STA. 0+200
PLAN & PROFILE
362962-C-001362962-C-001
01:400
B. BROPHY 20/06/02J. BUTTS 20/06/02P. CASHIN 20/06/02P. CASHIN 20/06/02
CAPE BRETON REGIONAL MUNICIPALITY
1 PLAN
WALL STREET
TENDER DRAWING
7
B
6
5
5
722478144.379201102 EL. 45.860m. B655
SIGNATURE
DRAWING APPROVAL STATUS:
ROLE NAME DATE
ENG. MANAGERPROJ. MANAGER
THIS DRAWING WAS PREPARED FOR THE EXCLUSIVE USE OF [ NAME OF CLIENT ] ("CLIENT") AND IS ISSUED PURSUANT TO[ THE RELEVANT AGREEMENT ] BETWEEN CLIENT AND [ HATCH LTD. ] ("HATCH"). UNLESS OTHERWISE AGREED IN WRITINGWITH CLIENT OR SPECIFIED ON THIS DRAWING, (A) HATCH DOES NOT ACCEPT AND DISCLAIMS ANY AND ALL LIABILITY ORRESPONSIBILITY ARISING FROM ANY USE OF OR RELIANCE ON THIS DRAWING BY ANY THIRD PARTY OR ANY MODIFICATION ORMISUSE OF THIS DRAWING BY CLIENT, AND (B) THIS DRAWING IS CONFIDENTIAL AND ALL INTELLECTUAL PROPERTY RIGHTSEMBODIED OR REFERENCED IN THIS DRAWING REMAIN THE PROPERTY OF HATCH.
REV
DESIGNERCHECKER
DWG. No.SCALE
OR AS NOTED
DATECHK'DBYDESCRIPTION
REVISIONS
No.
$USE
RN
AME$
$DAT
E$$T
IME$
$FIL
E$
DRAWING No.
REFERENCE DRAWINGS
DRAWING TITLE
1 2 3 4 5 6 7 8
E
D
C
B
A
87654321
A
B
C
D
E
F
DWG. No.
SHEET SIZE: A1
REG. PROFESSIONAL
- 0 ISSUED FOR TENDER T19-2020 MP BB 20/06/26
CENTRAL & NORTHWATERLINE UPGRADES
RANNA DRIVESTA. 0+000 TO STA. 0+300
PLAN & PROFILE
362962-C-002362962-C-002
01:500
B. BROPHY 20/06/02J. BUTTS 20/06/02P. CASHIN 20/06/02P. CASHIN 20/06/02
CAPE BRETON REGIONAL MUNICIPALITY
1 PLAN
RANNA DRIVE
TENDER DRAWING
B
8
9
5
5
22478144.379201102 EL. 45.860m. B8955
SIGNATURE
DRAWING APPROVAL STATUS:
ROLE NAME DATE
ENG. MANAGERPROJ. MANAGER
THIS DRAWING WAS PREPARED FOR THE EXCLUSIVE USE OF [ NAME OF CLIENT ] ("CLIENT") AND IS ISSUED PURSUANT TO[ THE RELEVANT AGREEMENT ] BETWEEN CLIENT AND [ HATCH LTD. ] ("HATCH"). UNLESS OTHERWISE AGREED IN WRITINGWITH CLIENT OR SPECIFIED ON THIS DRAWING, (A) HATCH DOES NOT ACCEPT AND DISCLAIMS ANY AND ALL LIABILITY ORRESPONSIBILITY ARISING FROM ANY USE OF OR RELIANCE ON THIS DRAWING BY ANY THIRD PARTY OR ANY MODIFICATION ORMISUSE OF THIS DRAWING BY CLIENT, AND (B) THIS DRAWING IS CONFIDENTIAL AND ALL INTELLECTUAL PROPERTY RIGHTSEMBODIED OR REFERENCED IN THIS DRAWING REMAIN THE PROPERTY OF HATCH.
REV
DESIGNERCHECKER
DWG. No.SCALE
OR AS NOTED
DATECHK'DBYDESCRIPTION
REVISIONS
No.
$USE
RN
AME$
$DAT
E$$T
IME$
$FIL
E$
DRAWING No.
REFERENCE DRAWINGS
DRAWING TITLE
1 2 3 4 5 6 7 8
E
D
C
B
A
87654321
A
B
C
D
E
F
DWG. No.
SHEET SIZE: A1
REG. PROFESSIONAL
- 0 ISSUED FOR TENDER T19-2020 MP BB 20/06/26
CENTRAL & NORTHWATERLINE UPGRADES
RANNA DRIVESTA. 0+300 TO STA. 0+550
PLAN & PROFILE
362962-C-003362962-C-003
01:500
B. BROPHY 20/06/02J. BUTTS 20/06/02P. CASHIN 20/06/02P. CASHIN 20/06/02
CAPE BRETON REGIONAL MUNICIPALITY
TENDER DRAWING
1 PLAN
RANNA DRIVE
2 DETAIL
1 DETAIL11
3 DETAIL
4 DETAIL 5 DETAIL
6 DETAIL
8 DETAIL
7 DETAIL
9 DETAIL
10 DETAIL
SIGNATURE
DRAWING APPROVAL STATUS:
ROLE NAME DATE
PROJ. MANAGER
THIS DRAWING WAS PREPARED FOR THE EXCLUSIVE USE OF [ CAPE BRETON REGIONAL MUNICIPALITY ] ("CLIENT") AND ISISSUED PURSUANT TO [ THE RELEVANT AGREEMENT ] BETWEEN CLIENT AND [ HATCH LTD. ] ("HATCH"). UNLESS OTHERWISEAGREED IN WRITING WITH CLIENT OR SPECIFIED ON THIS DRAWING, (A) HATCH DOES NOT ACCEPT AND DISCLAIMS ANY ANDALL LIABILITY OR RESPONSIBILITY ARISING FROM ANY USE OF OR RELIANCE ON THIS DRAWING BY ANY THIRD PARTY OR ANYMODIFICATION OR MISUSE OF THIS DRAWING BY CLIENT, AND (B) THIS DRAWING IS CONFIDENTIAL AND ALL INTELLECTUALPROPERTY RIGHTS EMBODIED OR REFERENCED IN THIS DRAWING REMAIN THE PROPERTY OF HATCH.
REV
DESIGNERCHECKERRESP. ENG.
DWG. No.SCALE
OR AS NOTED
DATECHK'DBYDESCRIPTION
REVISIONS
No.
$USE
RN
AME$
$DAT
E$$T
IME$
$FIL
E$
DRAWING No.
REFERENCE DRAWINGS
DRAWING TITLE
1 2 3 4 5 6 7 8
E
D
C
B
A
87654321
A
B
C
D
E
F
DWG. No.
SHEET SIZE: A1
REG. PROFESSIONAL
- 0 ISSUED FOR TENDER T19-2020 MP BB 20/06/26
CENTRAL & NORTH WATERLINE UPGRADES
TYPICAL DETAILS WATERLINE CONNECTIONS &
SERVICE LATERALS
362962-C-004362962-C-004
0NTS
B. BROPHY 20/06/03J. BUTTS 20/06/03P. CASHIN 20/06/03P. CASHIN 20/06/03
CAPE BRETON REGIONAL MUNICIPALITY
TENDER DRAWING
2 DETAIL
1 DETAIL
C
5 DETAIL5 5
A SECTION
B SECTIONB
B
B SECTION
4 DETAIL
3 DETAIL
C SECTION
8 DETAIL7 DETAIL
SIGNATURE
DRAWING APPROVAL STATUS:
ROLE NAME DATE
PROJ. MANAGER
THIS DRAWING WAS PREPARED FOR THE EXCLUSIVE USE OF [ NAME OF CLIENT ] ("CLIENT") AND IS ISSUED PURSUANT TO[ THE RELEVANT AGREEMENT ] BETWEEN CLIENT AND [ HATCH LTD. ] ("HATCH"). UNLESS OTHERWISE AGREED IN WRITINGWITH CLIENT OR SPECIFIED ON THIS DRAWING, (A) HATCH DOES NOT ACCEPT AND DISCLAIMS ANY AND ALL LIABILITY ORRESPONSIBILITY ARISING FROM ANY USE OF OR RELIANCE ON THIS DRAWING BY ANY THIRD PARTY OR ANY MODIFICATION ORMISUSE OF THIS DRAWING BY CLIENT, AND (B) THIS DRAWING IS CONFIDENTIAL AND ALL INTELLECTUAL PROPERTY RIGHTSEMBODIED OR REFERENCED IN THIS DRAWING REMAIN THE PROPERTY OF HATCH.
REV
DESIGNERCHECKERRESP. ENG.
DWG. No.SCALE
OR AS NOTED
DATECHK'DBYDESCRIPTION
REVISIONS
No.
$USE
RN
AME$
$DAT
E$$T
IME$
$FIL
E$
DRAWING No.
REFERENCE DRAWINGS
DRAWING TITLE
1 2 3 4 5 6 7 8
E
D
C
B
A
87654321
A
B
C
D
E
F
DWG. No.
SHEET SIZE: A1
REG. PROFESSIONAL
- 0 ISSUED FOR TENDER T19-2020 MP BB 20/06/26
CENTRAL & NORTH WATERLINE UPGRADES
SECTIONS AND DETAILSMISCELLANEOUS ROADWAY
INFRASTRUCTURE
362962-C-005362962-C-005
0NTS
B. BROPHY 20/06/03J. BUTTS 20/06/03P. CASHIN 20/06/03P. CASHIN 20/06/03
CAPE BRETON REGIONAL MUNICIPALITY
TENDER DRAWING