45
TENDER SUBMITTED BY: ______________________________________________ Halifax Regional Municipality TENDER NO. 12-033 Concrete Street and Sidewalk Repair (Sidewalk, Curb, Gutter, Accessibility Ramps, Transit Landing Pads, Concrete Patch) Halifax Regional Municipality Standard Specifications for Municipal Services

Halifax Regional Municipality - Nova Scotia · PDF fileHALIFAX REGIONAL MUNICIPALITY Concrete Street & Sidewalk Repair TENDER NO. 12-033 TABLE OF CONTENTS JANUARY 2012 Rev. Jan. 1,

Embed Size (px)

Citation preview

 

 

TENDER SUBMITTED BY: ______________________________________________  

 

Halifax Regional Municipality

TENDER NO. 12-033             Concrete Street and Sidewalk Repair

(Sidewalk, Curb, Gutter, Accessibility Ramps, Transit Landing Pads, Concrete Patch)

Halifax Regional Municipality

Standard Specifications

for

Municipal Services

 

 

 

 

 

 

 

 

 

 

 HALIFAX REGIONAL MUNICIPALITY Concrete Street & Sidewalk Repair TENDER NO. 12-033 TABLE OF CONTENTS JANUARY 2012

 

Rev. Jan. 1, 2012

 

  

* as found on HRM’s web site, http://www.halifax.ca/procurement/UnitPriceContractsDesignConstructionServices.html

TITLE  SECTION REVISION

DATE

Summary Sheet     

Use of Standard Contract and Specification    JAN. 2012 

Information to Tenderers  00 21 00   

Tender Form  00 41 43   

Form of Agreement  00 53 43   

Definitions *  00 71 00  JAN. 2012 

General Conditions of the Civil Works Contract*  00 72 45  JAN. 2012 

Supplementary General Conditions  00 73 00  JAN. 2012 

Supplementary Specifications  00 74 00   

Measurement and Payment *  01 22 00  JAN. 2012 

Specification for Hot Mix Asphalt Concrete *  S-1  JAN. 2012 

Specification for Performance Graded Asphalt Binder *  S-2  JAN. 2010 

Asphaltic Concrete and Portland Cement Concrete Planing / Profiling * 

S-3  JAN. 2010 

Pavement Markings *  S-4  JAN. 2012 

Traffic Control Manual Supplement *  Appendix ‘A’  JAN. 2012 

Traffic Signal Systems *  34 41 13  JAN. 2012 

Standard Details *  39 00 00  JAN. 2012 

Bus Shelter Installation & Site Preparation Appendix ‘B’ APRIL 2012

 HALIFAX REGIONAL MUNICIPALITY Concrete Street & Sidewalk Repair TENDER NO.12-033 SUMMARY SHEET JANUARY 2012

 

 

We have examined the plans and specifications and the site of the Work and hereby agree to supply all labour, materials, equipment, tools and incidentals to complete the project for the prices quoted. Time for completion of the Work to Total Performance is [ ] weeks from the start date as indicated on the Order to Start Work. *Addenda No. to inclusive were carefully examined. Name of Company Name and Title of Tenderer ( Please Print ) Signature of Tenderer Address of Company Telephone # Fax # Company’s Tax Registration No. * The tenderer shall list and initial all addenda received during the tendering period and taken into

account in preparing the tender. ALL DOCUMENTATION REQUIRED FOR TENDER SUBMISSION IS TO BE ATTACHED TO THIS SUMMARY.

**** End Summary ****

HALIFAX REGIONAL MUNICIPALITY USE OF STANDARD CONTRACT AND SPECIFICATION JANUARY 2012

 

Rev. Jan. 1, 2012

 

 1. Overview .1 This HRM Specification document is a standard supplement to be read in

conjunction with the Standard Specification for Municipal Services, Part II, as developed by the Nova Scotia Road Builders Association (NSRBA) and the Consulting Engineers of Nova Scotia (CENS) Joint Committee on Contract Documents.

The Halifax Regional Municipality, in response to a need and desire to

standardize tender specification practices, has adopted as its model the Standard Specification for Municipal Services.

As active participants on the Joint Committee during the development of

the Standard Specification document, staff of the Halifax Regional Municipality has become familiar with and contributed input into the creation of this standardized approach to Municipal Specification development.

  It is acknowledged that the Standard Specification for Municipal

Services is a general resource tool and reference document for Municipal Works undertaken within the Halifax Regional Municipality. This standard document may not include all requirements of an HRM project. Additional specification requirements will be provided as supplementary specifications.

2. Availability of the The source and responsibility of the Standard Specification for Standard Municipal Services remains unchanged. Copies of the Standard Specifications Specifications are available from Spectech Limited, 455 Colby Drive, for Municipal Dartmouth, NS, B2V 2K4; telephone (902) 430-2534 Services 3. Updating and Feed- The Standard Specification for Municipal Services will be updated back periodically according to feedback from users, industry needs and changes in codes and regulations.   4. Statement The following statements will apply to all HRM tenders applicable to

Municipal Works. These project documents have be en prepared for use with and

require being read in conjunction with the Standard Specification for Municipal Services as published by the Nova Scoti a Road Builders Association - The Consulting Engineers of Nova Scotia Joint Committee on Con tract Documents. Copie s of the Sta ndard Specification for Munici pal Services are availabl e as outlined in 2. above.

**** End ****

HALIFAX REGIONAL MUNICIPALITY SECTION 00 21 00 Concrete Street & Sidewalk Repair PAGE 1 TENDER NO.12-033 INFORMATION TO TENDERERS JANUARY 2012

 

Rev. Jan. 1, 2012

 

PROJECT: Tender No.12-033

 Concrete Street and Si dewalk Repair Halifax Regional Municipality

OWNER: Halifax Regional Municipality ℅ Procurement Department Suite 103 Alderney Gate, 40 Alderney Dr. Dartmouth, Nova Scotia, B2Y 2N5 ENGINEER: Director, Transportation and Public Works Halifax Regional Municipality P.O. Box 1749 Halifax, Nova Scotia, B3J 3A5 1. Tender Submission .1 Tenderers shall submit completed Tender Documents, including

all specifications, all clauses and all Project Documents (as defined in Section 00 41 43.13.3), excluding project drawings, for above project in a sealed envelope CLEARLY MARKED as follows:

Tender No. 12-033

Concrete Street and Sidewalk Repair Halifax Regional Municipality

Closing at 2:00 p.m., local time May 2, 2012 Halifax Regional Municipality ℅ Procurement Manager Suite 103 Alderney Gate, 40 Alderney Dr. Dartmouth, Nova Scotia, B2Y 2N5 2. Post-Bid Submissions .1 Provide after close of bid period but before award of Contract a

copy of the following documents: Current and valid letter of Good Standing issued by an audit firm

endorsed by Workers’ Compensation Board (WCB) of Nova Scotia to audit for the type of work covered by this tender. The letter must indicate that the tenderers current standing falls into one of the following categories:

.1 Certificate of Recognition .2 Audit Pending

HALIFAX REGIONAL MUNICIPALITY SECTION 00 21 00 Concrete Street & Sidewalk Repair PAGE 2 TENDER NO.12-033 INFORMATION TO TENDERERS JANUARY 2012

 

Rev. Jan. 1, 2012

 

.3 In the Process .2 Where the Proponent has not yet obtained a Certificate of

Recognition, the Proponent must submit a letter from the WCB endorsed audit firm indicating the Proponent is “in the process” (maximum six (6) months) of obtaining the Certificate of Recognition. “In the process” has been defined as the completion of the four mandatory courses (Safety Basics, Safety Orientation, Safety Audit and Leadership) and Safety Act (such as, but not limited to WHMIS, TDG, TCP, Confined Space and First Aid) and for a period no greater than six (6) months.

.3 Submit post bid submission documents within 48 hours after

tender closing to be eligible to receive award of Contract. 3. Tender Opening .1 Tenders will be opened immediately after time of tender closing.

Opening will be public and held at designated Conference Room Suit 103, Alderney Gate, 40 Alderney Drive.

4. Return of Project .1 Tenderers shall return the complete Project Documents Documents and excluding the Project Drawings with their Tender. A bid will Deposit not be considered complete unless the Project Documents are

returned. Deposit for Project Documents is non-refundable. 5. Accuracy of .1 Indexing and cross-referencing are for convenience only. Referencing 6. Conditions of .1 Tenderers are requested to become fully aware of the Tendering content of all Contract Documents in preparation of Tender.

Refer to Section 00 41 43 - Tender Form, Subsection 3.13 for a complete list of Contract Documents.

.2 Project Documents are non-transferable. Tenders will not be

accepted from Contractors that have not obtained the Documents from HRM Procurement, or its designate.

7. Tenderers to .1 Tenderers will be deemed to have familiarized themselves Investigate 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.

8. Clarification and .1 Notify Engineer not less than 3 working days before Tender Addenda Closing of omissions, errors or ambiguities found in Contract

Documents. If Engineer considers that correction, explanation or interpretation is necessary, a written addendum will be issued. All Addenda will form part of Contract Documents.

HALIFAX REGIONAL MUNICIPALITY SECTION 00 21 00 Concrete Street & Sidewalk Repair PAGE 3 TENDER NO.12-033 INFORMATION TO TENDERERS JANUARY 2012

 

Rev. Jan. 1, 2012

 

.2 Confirm that all addenda have been received by

acknowledgement in 2.4 of the Form of Tender and enclose a signed copy of each addendum with the tender.

.3 The Engineer’s representative during the tendering of this project

shall be Robb Smith, telephone 476-4737 or Joel Angel 476-4737.

9. Preparation of Tender .1 The tender must be legible and written in ink or typewriter. All

blank spaces are to be filled in and all items must be bid, unless the tender specifically permits otherwise. Tenders must not contain any qualifying statements added to the tender form or alterations to the tender form unless specifically authorized in the Tender Documents or the tender will be rejected. Any corrections must be initialled by the person signing the tender.

10. Taxes .1 Include all taxes except the Harmonized Sales Tax (HST) in

tender unit prices. .2 The Contractor will indicate on each application for payment, as

a separate amount, the appropriate Harmonized Sales Tax the Owner is legally obliged to pay. This amount will be paid to the Contractor in addition to the amount certified for payment under the Contract.

11. Tender Security .1 For bids over $100,000 provide Tender Security in amount of

10% of the total Tender Price with Tender in the form of a Certified Cheque or Money Order payable to the Owner, or a Bid bond on CCDC Form 220.

12. Contract Security .1 Refer to Section 00 72 45 - General Conditions of the Civil

Works Contract, subsection GC24-SECURITY for form and amount of the Civil Works Contract Security.

13. Insurance .1 Refer to Section 00 72 45 - General Conditions of the Civil

Works Contract, subsection GC21-INSURANCE, for insurance required.

14. Form of Agreement .1 Form of Agreement is attached for information purposes only.

HALIFAX REGIONAL MUNICIPALITY SECTION 00 21 00 Concrete Street & Sidewalk Repair PAGE 4 TENDER NO.12-033 INFORMATION TO TENDERERS JANUARY 2012

 

Rev. Jan. 1, 2012

 

15. Return of Tender .1 Tender Security will be returned to: Security .1 all except the three lowest acceptable Tenderers within 7

days of Tender Opening. .2 remaining Tenderers Security will be returned within 14

days of date of Award following receipt by Owner of executed Agreement, specified Contract Security, and Insurance documents.

16. Amendment or .1 Tenders may be amended or withdrawn by letter, telegram or Withdrawal of Tender facsimile (490-4206.) Amendment or withdrawal by telegram or

facsimile must be certified by registered letter postmarked prior to date and time of closing.

.2 Amendment of individual unit prices is the only acceptable price

amendment. Amendments shall not disclose either original or revised total tender price.

.3 Head amendment or withdrawal as follows: “[Amendment] /

[Withdrawal] of Tender for [ ]; Tender # [ ]”. Sign as required for Tender, and submit at the address given for receipt of Tenders prior to time of Tender Closing.

17. Right to Accept .1 The Owner specifically reserves the right to reject all tenders or Reject any Tender if none is considered to be satisfactory and, in that event, at its

option, to call for additional tenders. Without limiting the generality of any other provision hereof, the

Owner reserves the right to reject any tender: (a) that contains any irregularity or informality; (b) that is not accompanied by the security documents

required; (c) that is not properly signed by or on behalf of the

tenderer; (d) that contains an alteration in the quoted price that is not

initialled by or on behalf of the tenderer; (e) that is incomplete or ambiguous; or (f) that does not strictly comply with the requirements

contained in these instructions.

HALIFAX REGIONAL MUNICIPALITY SECTION 00 21 00 Concrete Street & Sidewalk Repair PAGE 5 TENDER NO.12-033 INFORMATION TO TENDERERS JANUARY 2012

 

Rev. Jan. 1, 2012

 

Notwithstanding the foregoing, the Owner shall be entitled, in its

sole discretion, to waive any irregularity, informality, or non-conformance with these instructions in any tender received by the Owner.

In the event that a number of Tenderers submit bids in

substantially the same amount, the Owner may, at its discretion, call upon those Tenderers to submit further bids.

No term or condition shall be implied, based upon any industry

or trade practice or custom, any practice or policy of the Owner or otherwise, which is inconsistent or conflicts with the provisions contained in these conditions.

18. Cancellation .1 The Owner reserves the right to cancel any request for tender of Tender at any time without recourse by the contractor. The Owner has

the right to not award this work for any reason including choosing to complete the work with the Owners’ own forces.

19. Site Investigation .1 With permission of the Owner, Tenderers may visit and examine

the Site and subsurface conditions to satisfy themselves of the conditions which may be encountered.

.2 Owner may arrange a published site meeting to review the

requirements of the Contract with Tenderers. Failure of the Owner to grant permission to a contractor who failed to visit the site during a published site meeting will not negate Section 00 21 00, clause 7 - Tenderers to Investigate.

20. Contingency .1 A contingency allowance may be included in the Form of Allowance Tender for the use and convenience of the Owner. Tenderers

shall not construe that the inclusion of the allowance implies that any part or all of the allowance shown will be expended or paid to the Tenderer to whom a contract is awarded. Expenditures from the contingency allowance will be made only upon the issuance to the Contractor of approved change orders in the amount of change order.

21. Responsible Bidder .1 HRM intends to only contract with responsible bidders who are

in the business of providing the goods and/or services bid upon and can provide proof that they can furnish satisfactory performance based on past work experience with HRM, other companies, or government agencies, and have the financial, managerial, and resource capabilities for the size of project bid upon. Satisfactory performance includes meeting all of the requirements of the various federal and provincial regulations and agencies for completion of work and making payments to

HALIFAX REGIONAL MUNICIPALITY SECTION 00 21 00 Concrete Street & Sidewalk Repair PAGE 6 TENDER NO.12-033 INFORMATION TO TENDERERS JANUARY 2012

 

Rev. Jan. 1, 2012

 

subcontractors in a timely basis. The evaluation process may

include reference checks, third party credit checks, site visits, and/or your firm may be asked to allow HRM to complete personal credit and/or criminal record checks if company information is not available or adequate. Bidders found unacceptable during the evaluation process will not be given further consideration.

**** End 00 21 00 ****

 HALIFAX REGIONAL MUNICIPALITY SECTION 00 41 43 Concrete Street & Sidewalk Repair PAGE 1 TENDER NO.12-033 TENDER FORM JANUARY 2012

 

Rev. Jan. 1, 2012

 

1. SALUTATION: .1 To: Halifax Regional Municipality, ℅ Procurement Department Suite 103, Alderney Gate, 40 Alderney Dr. Dartmouth, NS, B2Y 2N5 .2 For: Tender No. 12-033 Concrete Street and Sidewalk Repair Halifax Regional Municipality .3 From:

2. TENDERER DECLARES: .1 That this tender was made without collusion or fraud. .2 That the proposed Work was carefully examined. .3 That the Tenderer has visited the project site and is familiar with local conditions.

.4 That Contract Documents and Addenda No. to inclusive were carefully examined, signed where indicated and have been enclosed with this tender submission.

.5 That all the above were taken into consideration in preparation of this Tender. .6 That the Tenderer has read and agrees to all applicable Standard Terms and Conditions

for Unit Price Contracts as published on the Halifax.ca website. (www.halifax.ca/procurement)

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 the Schedule of Quantities and Unit Prices.

.2 That the Total Tender Price shall be the sum of the products of the tendered unit prices

times the estimated quantities in the Schedule of Quantities and Unit Prices excluding the Harmonized Sales Tax.

 HALIFAX REGIONAL MUNICIPALITY SECTION 00 41 43 Concrete Street & Sidewalk Repair PAGE 2 TENDER NO.12-033 TENDER FORM JANUARY 2012

 

Rev. Jan. 1, 2012

 

  .3 That the unit prices shall be the basis for the Total Tender Price, and if the amount

tendered for an item does not agree with the extension of the estimated quantity and the unit price for that item, then the amount tendered for that item and the Total Tender Price shall be corrected accordingly.

.4 That HRM, in evaluating a tender, will be guided by the following: .1 Where the bids submitted in response to an invitation to bid are higher than the

estimated contract value, bids shall not necessarily be invalidated for this reason.

.2 If the lowest competent bid is within 15% of the estimated contract value, HRM may choose to:

.1 Award the contract for the bid amount.

.2 Negotiate changes in the scope of work with the lowest competent bidder (within the framework of the original tender call, including all subcontractors listed) to achieve an acceptable contract price. If negotiations fail, HRM can make changes to the scope of work and re-tender the work.

.3 If the lowest competent bidder is greater than 15% over the estimated contract

value, HRM may choose to: .1 Award the contract for the bid amount.

.2 Make major changes to the scope of work (10% of the estimated contract value or greater) and re-tender the work.

.3 Make minor changes to the scope of work (less than 10% of the

estimated contract value) and negotiate changes with the lowest competent bidder to achieve an acceptable contract price. If negotiation fails, HRM can make changes to the scope of work and re-tender.

.4 Application of 3.4.2 and 3.4.3 is subject to budget availability.

.5 That the Owner reserves the right to make any changes, additions or deletions to the quantities.

.6 That this Tender is valid for acceptance for 60 days from the time of Tender Closing. .7 That measurement and payment for items listed in the Schedule of Quantities and Unit

Prices shall be in accordance with corresponding items in Section 01 22 00 - Measurement and Payment and Section 00 74 00 - Supplementary Specifications.

 HALIFAX REGIONAL MUNICIPALITY SECTION 00 41 43 Concrete Street & Sidewalk Repair PAGE 3 TENDER NO.12-033 TENDER FORM JANUARY 2012

 

Rev. Jan. 1, 2012

 

.8 To provide evidence of ability and experience within 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.

.9 To execute in duplicate 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.

.10 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.

.11 That if Tender Security is forfeited, Owner will retain difference in money between Total

Tender Price and amount for which Owner legally contracts with another party to perform the Work and will refund balance, if any, to Tenderer.

.12 To pay the Halifax Regional Municipality as liquidated damages the minimum sum of

$500.00, or actual costs incurred by HRM with supporting documentation, per working day during the period of delay of the contract in accordance with General Conditions of the Civil Works Contract, GC 34 - Liquidated Damages.

.13 That the Contract Documents include:

.1 STANDARD SPECIFICATIONS FOR MUNICIPAL SERVICES listed in Table

of Contents, latest edition. .2 The latest revision, at the date of tender closing, of the Halifax Regional Water

Commission’s Design and Construction Specifications. .3 Project Documents .1 Tender Form (Section 00 41 43) .2 Form of Agreement (Section 00 53 43) .3 Supplementary Specifications (Section 00 74 00) .4 All Addenda as issued and as confirmed in Section 00 41 43.2.4 of this

document .5 Drawings [ Drawing No., Title, Date, Revision ]

 HALIFAX REGIONAL MUNICIPALITY SECTION 00 41 43 Concrete Street & Sidewalk Repair PAGE 4 TENDER NO.12-033 TENDER FORM JANUARY 2012

 

Rev. Jan. 1, 2012

 

.14 .1 To complete the Total Performance of the Work within ___ weeks from the start

date indicated on the Order to Start Work. .2 It is the intention that construction work be carried out in such a manner that the

requirements of the specifications are strictly adhered to. The onus is on the contractor not to begin construction if it is likely that weather conditions may prevent the work from being completed on time or from meeting the specifications. The recommended cut off for concrete sidewalk construction is October 15, and for concrete curb and asphalt pavement is October 31. If construction does continue into cold weather and requires cold weather protection measures, such measures shall be at the contractors’ expense. In the event that construction work begins and cannot be completed to the specifications, the Contractor shall provide and maintain temporary measures to ensure a safe construction site, which may include temporary street, driveway and sidewalk paving; erosion and sedimentation control; snow and ice control; and other measures required by the Engineer, all at no additional cost to HRM. HRM shall not entertain any request from the contractor for additional costs incurred to complete the contract work after the cut off dates listed above.

For safety reasons salt may have to be placed on streets and sidewalks over the

winter months. The contractor shall be responsible for any damage to newly installed curb and sidewalk which is caused by the placement of salt.

 HALIFAX REGIONAL MUNICIPALITY SECTION 00 41 43 Concrete Street & Sidewalk Repair PAGE 5 TENDER NO.12-033 TENDER FORM JANUARY 2012

 

Rev. Jan. 1, 2012

 

4. SCHEDULE OF QUANTITIES AND UNIT PRICES .1 East Region

No. Item Unit Est. Qty. Unit Price Amount

Earthwork

5 Mass Excavation - Unsuitable material m3 20 _______ ________

6 Replacement of unsuitable w/ Type 2 Gravel or Surge

t 20 _______ ________

Street Construction

32 Catchbasins

32.1 Installation of New catchbasin

32.1.1 1050 mm dia Precast conc c/w S361 frame / grate Ea 4 _______ ________

32.1.3 600 mm square c/w S401 frame / grate Ea 1 _______ ________

33.2 Catchbasin leads including reinstatement

33.2.1 200 mm dia PVC DR35 m 10 _______ ________

33.2.2 300 mm dia PVC DR35 m 10 _______ ________

40 Gravels

40.12 Clear Stone - 28 mm dia t 50 _______ ________

40.13 Surge Rock t 30 _______ ________

40.14 Type 1 t 80 _______ ________

40.15 Type 2 t 50 _______ ________

41 Placement Materials

41.1 Reinstatement tape m 20 _______ ________

42 Asphaltic Concrete

42.2 Type C-HF, 40 mm thick t 10 _______ ________

42.7 Type B-HF, 50 mm thick t 10 _______ ________

43 Curb

43.1 Concrete curb and gutter m 15 _______ ________

43.2 Concrete curb (200 mm X 600 mm) m 5 _______ ________

 HALIFAX REGIONAL MUNICIPALITY SECTION 00 41 43 Concrete Street & Sidewalk Repair PAGE 6 TENDER NO.12-033 TENDER FORM JANUARY 2012

 

Rev. Jan. 1, 2012

 

No. Item Unit Est. Qty. Unit Price Amount

44 Sidewalk

44.1 Concrete sidewalk, 100 mm thick

m2 150 _______ ________

44.2 Concrete sidewalk, 150 mm thick

m2 20 _______ ________

44.3 Concrete sidewalk, 100 mm thick with welded wire mesh

m2 6 _______ ________

44.4 Concrete sidewalk, 150 mm thick with welded wire mesh

m2 350 _______ ________

44.6 Exposed Aggregate sidewalk, 100 mm thick m2 6 _______ ________

44.7 Exposed Aggregate sidewalk, 150 mm thick m2 6 _______ ________

44.8 Exposed Aggregate sidewalk, 150 mm thick with welded wire mesh

m2 6 _______ ________

44.9 Brick sidewalk m2 6 _______ ________

45 Retaining Wall

45.1 Repointing - rock / mortar m2 20 _______ ________

45.2 Concrete Cap

45.2.1 75 mm thick m2 5 _______ ________

45.2.2 100 mm thick m2 5 _______ ________

46 Traffic Sign Base

46.1 Urban Traffic Sign Post Ea 2 _______ ________

49 Driveway Reinstatement

49.1 Gravel t 5 _______ ________

49.2 Asphalt - 65 mm thick m2 5 _______ ________

49.3 Brick Paver m2 6 _______ ________

49.5 Exposed Aggregate m2 6 _______ ________

Landscaping

50.1 Topsoil and sod, 150 mm thick m2 125 _______ ________

51.1 Topsoil and seed, 100 mm thick m2 50 _______ ________

56.1 Bark Mulch, 100 mm thick m2 10 _______ ________

EAST, TOTAL PRICE $

 HALIFAX REGIONAL MUNICIPALITY SECTION 00 41 43 Concrete Street & Sidewalk Repair PAGE 7 TENDER NO.12-033 TENDER FORM JANUARY 2012

 

Rev. Jan. 1, 2012

 

SCHEDULE OF QUANTITIES AND UNIT PRICES .2 West Region

No. Item Unit Est. Qty. Unit Price Amount

Earthwork

5 Mass Excavation - Unsuitable material m3 20 _______ ________

6 Replacement of unsuitable w/ Type 2 Gravel or Surge

t 20 _______

_______

Street Construction

32 Catchbasins

32.1 Installation of New catchbasin

32.1.1 1050 mm dia Precast conc c/w S361 frame / grate Ea 4 _______ ________

32.1.3 600 mm square c/w S401 frame / grate Ea 1 _______ ________

33.2 Catchbasin leads including reinstatement

33.2.1 200 mm dia PVC DR35 m 10 _______ ________

33.2.2 300 mm dia PVC DR35 m 10 _______ ________

 40 Gravels

40.12 Clear Stone - 28 mm dia t 50 _______ ________

40.13 Surge Rock t 30 _______ ________

40.14 Type 1 t 80 _______ ________

40.15 Type 2 t 50 _______ ________

 41 Placement Materials

41.1 Reinstatement tape m 35 _______ ________

42 Asphaltic Concrete

42.2 Type C-HF, 40 mm thick t 15 _______ ________

42.7 Type B-HF, 50 mm thick t 15 _______ ________

43 Curb

43.1 Concrete curb and gutter m 25 _______ ________

43.2 Concrete curb (200 mm X 600 mm) m 10 _______ ________

 HALIFAX REGIONAL MUNICIPALITY SECTION 00 41 43 Concrete Street & Sidewalk Repair PAGE 8 TENDER NO.12-033 TENDER FORM JANUARY 2012

 

Rev. Jan. 1, 2012

 

No. Item Unit Est. Qty. Unit Price Amount

44 Sidewalk

44.1 Concrete sidewalk, 100 mm thick m2 315 _______ ________

44.2 Concrete sidewalk, 150 mm thick m2 20 _______ ________

44.3 Concrete sidewalk, 100 mm thick with welded wire mesh

m2 20 _______

_______

44.4 Concrete sidewalk, 150 mm thick with welded wire mesh

m2 350 _______ ________

44.6 Exposed Aggregate sidewalk, 100 mm thick m2 100 _______ ________

44.7 Exposed Aggregate sidewalk, 150 mm thick m2 10 _______ ________

44.8 Exposed Aggregate sidewalk, 150 mm thick with welded wire mesh

m2 10 _______ ________

44.9 Brick sidewalk m2 10 _______ ________

45 Retaining Wall

45.1 Repointing - rock / mortar m2 20 _______ ________

45.2 Concrete Cap

45.2.1 75 mm thick m2 5 _______ ________

45.2.2 100 mm thick m2 5 _______ ________

46 Traffic Sign Base

46.1 Urban Traffic Sign Post Ea 2 _______ ________

49 Driveway Reinstatement

49.1 Gravel t 5 _______ ________

49.2 Asphalt - 65 mm thick m2 5 _______ ________

49.3 Brick Paver m2 6 _______ ________

49.5 Exposed Aggregate m2 10 _______ ________

Landscaping

50.1 Topsoil and sod, 150 mm thick m2 150 _______ ________

51.1 Topsoil and seed, 100 mm thick m2 75 _______ ________

56.1 Bark Mulch, 100 mm thick m2 10 _______ ________

WEST, TOTAL PRICE $

 HALIFAX REGIONAL MUNICIPALITY SECTION 00 41 43 Concrete Street & Sidewalk Repair PAGE 9 TENDER NO.12-033 TENDER FORM JANUARY 2012

 

Rev. Jan. 1, 2012

 

.3 Summary of Schedule of Quantities and Unit Prices East Region $ West Region $

 HALIFAX REGIONAL MUNICIPALITY SECTION 00 41 43 Concrete Street & Sidewalk Repair PAGE 10 TENDER NO.12-033 TENDER FORM JANUARY 2012

 

Rev. Jan. 1, 2012

 

CSF-004

CONTRACTOR HEALTH & SAFETY QUESTIONNAIRE Contractors wishing to submit proposals to the Halifax Regional Municipality must

complete this questionnaire and submit it to HRM Finance Department with their bid information

GENERAL INFORMATION: Company Name:________________________________________________________________ Company Address:______________________________________________________________ Telephone Number:_____________________________________________________________ INSURANCE/WORKERS’ COMPENSATION COVERAGE: Is your company covered by general liability insurance, automotive insurance, ☐ Yes ☐ No 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? ☐ Yes ☐ No If no, please explain ____________________________________________________________ SAFETY PERFORMANCE: Does your company have any non compliance or outstanding issues with ☐ Yes ☐ No the Nova Scotia Department of Environment and Labour, 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 ☐ Yes ☐ No management? Does your company have written safety policies, procedures, ☐ Yes ☐ No and safe work practices applicable to the scope of work to be performed, including clearly defined safety responsibilities for managers, supervisors and workers? How do you communicate your safety policies and procedures? _____________________________________________________________________________ How often do managers/executive officers visit the work site? ___________________________

 HALIFAX REGIONAL MUNICIPALITY SECTION 00 41 43 Concrete Street & Sidewalk Repair PAGE 11 TENDER NO.12-033 TENDER FORM JANUARY 2012

 

Rev. Jan. 1, 2012

 

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? ☐ Yes ☐ No Does your company have a procedure in place for investigating ☐ Yes ☐ No incidents, accidents and near misses? The Contractor shall 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? ☐ Yes ☐ No 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 ☐ Yes ☐ No and safety violations? Please describe: ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Do you have a Joint Occupational Health and Safety Committee or ☐ Yes ☐ No Representative? Do you have a preventative maintenance program for tools and ☐ Yes ☐ No machinery? Do you have a health and safety policy in place for incorporating sub ☐ Yes ☐ No contractors into the workplace?

 HALIFAX REGIONAL MUNICIPALITY SECTION 00 41 43 Concrete Street & Sidewalk Repair PAGE 12 TENDER NO.12-033 TENDER FORM JANUARY 2012

 

Rev. Jan. 1, 2012

 

Please provide any other information relating to other programs or activities that you believe demonstrates your company conducts their projects safely and in accordance with all health and safety requirements. NOTE: PLEASE BE ADVISED THAT D URING THE TEND ERING PROCESS OR AT

ANYTIME DURING THE CONTRACTED WORK, HRM MAY REQUEST COPIES OF POLI CIES, 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

 HALIFAX REGIONAL MUNICIPALITY SECTION 00 41 43 Concrete Street & Sidewalk Repair PAGE 13 TENDER NO.12-033 TENDER FORM JANUARY 2012

 

Rev. Jan. 1, 2012

 

5. SIGNATURE Dated this Day of , 20 . 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 Number Fax Number The Bidder must have the legal capacity to contract. If the Bidder is a sole proprietorship, a partnership or a corporate body, the Bidder must provide, if requested by HRM, a statement and any requested supporting documentation indicating the laws under which it is registered or incorporated together with the registered or corporate name and place of business. This also applies to bidders submitting a bid as a joint venture. Failure to properly execute submitted documents or to properly complete Appendix “A” (where required) will result in rejection of your tender. IF YOU HAVE ANY QUESTIONS IN THIS REGARD, PLEASE CONTACT THE UNDERSIGNED PRIOR TO TENDER CLOSING TIME FOR CLARIFICATION OF THIS OR ANY OTHER DETAILS. 6. SUMMARY

Tenderer shall complete the Summary Sheet located at the front of this tender document.

**** End 00 41 43 ****

 HALIFAX REGIONAL MUNICIPALITY SECTION 00 53 43 Concrete Street & Sidewalk Repair PAGE 1 TENDER NO.12-033 FORM OF AGREEMENT JANUARY 2012

 

 

THIS AGREEMENT made this day of 20 BETWEEN (hereinafter called the “Contractor”) OF THE FIRST PART - and - HALIFAX REGIONAL MUNICIPALITY (hereinafter called the “Owner” ) OF THE SECOND PART WITNESSETH AS FOLLOWS: 1. The Owner intends that the Work comprised in this Contract be constructed and has accepted a

Tender by the Contractor for the construction, completion, testing and maintenance of the Work. 2. In consideration of the covenants and agreements hereinafter contained and to be performed by

the Owner, the Contractor HEREBY AGREES with the Owner to do the following work viz: (a) To find and supply all the plant, material, labour and workmanship necessary to fulfill the

work specified in this agreement, on the terms and conditions herein contained, and to do the same at the rates herein specified.

(b) To commence and actively proceed with the Work of the Contract on the start date as

stipulated within the order to start work and to complete all work under this Agreement to total performance within the time frame as stipulated in the Tender Form.

3. The Contractor agrees that time shall be construed as being of the essence of the Contract. 4. In this Form of Agreement, words and expressions shall have the same meaning as are

respectively assigned to them in the General Conditions of the Unit Price Contract hereinafter referred to.

5. The following documents prepared by the Owner for the construction of the Work shall be

deemed to form and be read and construed as part of this Form of Agreement viz: (a) The said Tender (b) The General Conditions of the Unit Price Contract (c) The Specifications of Work (d) The Drawings (e) Addendum/Addenda No. (s) _____________________________________________

 HALIFAX REGIONAL MUNICIPALITY SECTION 00 53 43 Concrete Street & Sidewalk Repair PAGE 2 TENDER NO.12-033 FORM OF AGREEMENT JANUARY 2012

 

 

(f) The “Order to Start Work” letter dated not later than seven (7) days after a meeting

between representatives of the Owner, representatives of the Contractor, representatives of any utility (i.e. power, telephone, cable, water) having services likely to be affected by the proposed Work.

6. It is agreed that the Contractor has personal knowledge of the location of the proposed Work and

is informed as to the actual conditions and requirements thereof including labour conditions and labour rules, and shall not claim at any time after the execution of the Contract that there was a misunderstanding in regard to such conditions and requirements.

7. In consideration of the payments to be made by the Owner to the Contractor as hereinafter

mentioned, the Contractor hereby covenants with the Owner to construct, complete, test and maintain the works in conformity in all respects with the provision of the Contract.

8. The Owner hereby covenants to pay to the Contractor in consideration of the construction,

completion, testing and maintenance of the work in good and lawful money of Canada for a Total Tender Price of:

______________________________________________________________________________ __________________________________________________ $ ________________________

or such other sum as may be ascertained in accordance with the Contract at the times and in the manner prescribed in the Contract.

The above excludes the Harmonized Sales Tax. 9. The Contractor agrees that the Owner may apply all payments for work completed or goods

supplied, or services provided, to amounts owing to the Municipality by the Contractor, including related administration of late payment charges related to the amounts owing.

10. It is agreed that the quantities shown in the Tender Form, Schedule of Quantities and Unit Prices

are estimated quantities of the Work only and they are not to be taken as the final and correct quantities of the Work to be executed by the Contract and that payment will be made on the basis of the unit prices and lump sums tendered applied to the measured quantities of work finally carried out and further that these unit prices cover all the Contractor’s obligations and liabilities under the Contract.

11. The Contractor shall give to the Owner liquidated damages in the amount of the minimum sum of

$500.00 or actual costs incurred by HRM, with supporting documentation, per working day during the period of delay of the contract in accordance with General Conditions of the Civil Works Contract GC 34 - Liquidated Damages.

12. All grants, covenants, provisos, and claims, rights, powers, privileges and liabilities contained in

this Form of Agreement imposed upon respective parties hereto and their respective heirs, executors, administrators, successors and assigns, in the same manner as if the words “heirs, executors, administrators, successors and assigns” had been inscribed in all proper and necessary places, and in the event of more than one person being the Contractor the said grants, provisos,

 HALIFAX REGIONAL MUNICIPALITY SECTION 00 53 43 Concrete Street & Sidewalk Repair PAGE 3 TENDER NO.12-033 FORM OF AGREEMENT JANUARY 2012

 

 

and claims, rights, powers, privileges and liabilities shall be construed and held to be several as

well as joint. 13. Whenever the singular and masculine is used throughout this Form of Agreement and other

Contract Documents, the same shall be construed as meaning the plural or feminine or body corporate, as the context or the parties hereto require.

IN WITNESS WHEREOF the parties hereunto have caused these presents to be executed, the day and year first above written. SIGNED AND DELIVERED BY ) ) witnessed in the presence of: ) ) ___________________________________ ) _______________________________________ ) (Contractor) (Date) ) ) ) _______________________________________

) Name and Title (Please Print) ) ) ) SIGNED AND DELIVERED BY ) ) witnessed in the presence of: ) ) ___________________________________ ) _______________________________________ ) (Owner) (Date) ) ) SIGNED AND DELIVERED BY ) ) witnessed in the presence of: ) ) ___________________________________ ) _______________________________________ (Owner) (Date)

**** End 00 53 43 ****

 HALIFAX REGIONAL MUNICIPALITY SECTION 00 73 00 Concrete Street & Sidewalk Repair SUPPLEMENTARY PAGE 1 TENDER NO.12-033 GENERAL CONDITIONS JANUARY 2012

 

 

 Delete Section 00 73 00 of the Stan dard Specifications for Municipal Services, as d eveloped and published by the Nova Scotia Road Builders As sociation and the Consulting Engine ers of Nova Scotia (CENS) Joint Committee on Contract Do cuments, in its enti rety and replac e with th e following:   SECTION 00 72 45 – GENERAL CONDITIONS OF THE CIVIL WORKS CONTRACT Information to Tenderers- Supplement A) Instructions to Bidders: To be accepted, bids must be submitted on this form only. Failure to do so will disqualify your offer. Specification sheets form part of bids and must not be removed. Quoted prices must be in Canadian Funds, and shall include all handling, freight, duty and any other charges, which are applicable at time quotation is awarded. It is the responsibility of the bidder to find out from the appropriate authorities what rates and charges are applicable to this quotation. The successful bidder shall provide any and all tools and equipment necessary to perform the work and transportation of personnel, materials, tools, and equipment to and from the various sites of the work, and be responsible for all travel and mileage costs. The successful bidder(s) will be issued a Price Agreement to perform work, (in accordance with the specifications). Standing offer(s) shall be created as a result of this tender with the successful bidder(s), on an as and when requested basis for a one year period, May 1, 2012 to April 30, 2013. THIS AGREEMENT IN NO MANNER, COMMITS THE MUNICIPALITY TO AN EXCLUSIVE CONTRACT FOR THIS SERVICE. THE HALIFAX REGIONAL MUNICIPALITY RESERVES THE RIGHT TO SET PRICE AGREEMENTS FOR SIMILAR WORK WITH OTHER SUPPLIERS AND TO HAVE THIS WORK PERFORMED BY OTHER SUPPLIERS AT THE SOLE DISCRETION OF HALIFAX REGIONAL MUNICIPALITY STAFF. THIS PRICE AGREEMENT SETS A PRICE FOR WORK, IF AND AS REQUESTED, BY THE FOLLOWING HRM DEPARTMENTS(S) OR SECTIONS(S): Public Works and Transportation Services & Capital Projects Parks For questions regarding specifications, contact Robb Smith at 476-6265 or Joel Angel at 476 - 4737, Contract Supervisor, Municipal Operations, Transportation and Public Works. For questions concerning terms and conditions, contact Gary Carpentier, Senior Procurement Consultant at 490-4202. The successful bidder must provide a Certificate of Insurance stating the contractor has two (2) million Public General Liability Insurance and HRM is added as an additional named insured in the Certificate of

 HALIFAX REGIONAL MUNICIPALITY SECTION 00 73 00 Concrete Street & Sidewalk Repair SUPPLEMENTARY PAGE 2 TENDER NO.12-033 GENERAL CONDITIONS JANUARY 2012

 

 

Insurance. Also, bidder(s) must have two (2) million Automobile Public Liability and Property Damage Insurance. The contractor shall pay for and maintain during the contract period the above insurance in the name of the contractor, and HRM as named additional insured and as unnamed insured all persons employed directly or indirectly by the contractor indemnifying the contractor and HRM against all claims, damages, costs, charges and expenses either party may incur or sustain by reason of the work being performed and in the amounts and coverage stated above. Bidder(s) shall comply with all codes, regulations and by-laws and all standards pertaining to the work, including the Nova Scotia Occupational Health and Safety Act and Regulations. Pursuant to the Motor Vehicle Act section 3 Commercial Vehicle Driver's Hours of Service Regulations; HRM requires that all contractors undertaking work on behalf of HRM that operate a vehicle in excess of 4500kg maintain and carry at all time a driver's log book. The log book shall be available for inspection at all times and comply with the requirements and regulations set out in section 3 of the MVA. It is the Contractor’s responsibility to abide by all “Call before Your Dig” Regulation as per Federal Government requirements. It should be noted that this would apply to such companies as: • Maritime Northeast • Heritage Gas • Nova Scotia Power • Bell/Aliant • Halifax Water The Halifax Regional Municipality reserves the right to inspect any products supplied as a result of this quotation, either during or after manufacture and delivery, and shall be the sole judge as to whether product supplied meets specifications. Any changes to this quotation or specification shall be stated in writing. Verbal statements made by employees of the Halifax Regional Municipality, whether or not they appear to have the proper authority will have no consequence. The successful bidder(s) shall save, defend, indemnify and keep harmless the Halifax Regional Municipality against all costs, charges, damages and expenses which the Municipality may sustain or incur by reason of any act or omission of the vendor or its servants, agents or manufacturer of the products sold to the Municipality. The Halifax Regional Municipality reserves the right to reject any or all bids or accept any bid or portion thereof. NOTE: Halifax Regional Municipality does business on a net 30 day basis. Special payment discount terms of 2% - 10% must be indicated on the quotation. The number of days refers to working days (excluding weekends and holidays), from receipt of invoice. The Halifax Regional Municipality will not pay for any items charged against this price agreement unless specifically identified.

 HALIFAX REGIONAL MUNICIPALITY SECTION 00 73 00 Concrete Street & Sidewalk Repair SUPPLEMENTARY PAGE 3 TENDER NO.12-033 GENERAL CONDITIONS JANUARY 2012

 

 

Each invoice must state: • Release Purchase Order Number. • Person’s name and department who authorized the work. • Description of service work performed including Work Order Number and material usage in tons. • SAP material #, for Description of service work performed. • Location of work performed for each individual Work Order including the time of completion. • Breakdown of materials and personnel used; Materials/parts supplied shall be listed with description, (full item description; include part numbers SAP Material #) • Quantities, (invoices should be billed per the units of measure as ordered) list price to be shown, followed by applicable discount for each item, and the prices shall be extended and sub-totaled. • Hours and rates for the various classifications of labour, shall be stated and costs shall be extended and sub-totaled. • Until otherwise stated, the amount of Harmonized Sales Tax (HST), included in the Total Cost, must be identified for the Municipality, showing the amount of HST. Invoices to be sent to Halifax Regional Municipality Accounts Payable, P.O. Box 1749, Halifax, Nova Scotia, B3J 3A5 Price Agreements will have maximum value of $35,000. per order for TPW, including net HST;, including net HST. Orders over the respective maximums must be approved by Procurement Department before purchase order is issued. Contractor personnel must adhere to all required Nova Scotia Department of Labour Occupational, Health and Safety Requirements, including HRM’s safety manual while on Municipal property. The Halifax Regional Municipality reserves the right to cancel this Price Agreement at any time without penalty. B) INTRODUCTION HRM is requesting unit prices from contractors for price agreements to provide Concrete Street and Sidewalk Repair in Halifax Regional Municipality core area as requested by designated HRM staff. The bidder shall be required to carry out all assigned work in a timely and orderly fashion. Any undue delay or substandard workmanship may be cause for termination of the Price Agreement. Basic Services: The statement of work for this service can be found in the accompanying document. The various sections describe the required services staff and reporting requirements necessary for the service. Additional Services: HRM reserves the right to negotiate prices for other services which are not included in this agreement but which may be required on a one time basis provided the company has the ability and equipment to perform the particular service, should the contractor not be able to perform the service to HRM’s satisfaction, proposals will be solicited from other firms.

 HALIFAX REGIONAL MUNICIPALITY SECTION 00 73 00 Concrete Street & Sidewalk Repair SUPPLEMENTARY PAGE 4 TENDER NO.12-033 GENERAL CONDITIONS JANUARY 2012

 

 

C) INFORMATION SECTION Security Bid Deposit: A security bid deposit in the amount of $5,000.00 is required for each Price Agreement-($5,000 for East Region, $5,000 for West Region, $10,000 if bidding both regions). The bid deposit shall be in the form of certified cheque made out to the Halifax Regional Municipality. This deposit supersedes the requirement of a bid deposit in Section 002100, Item 11. Security deposits of all unsuccessful bidders shall be returned as outlined in Section 002100, Item 15. The security deposits of bidder(s) awarded the contract shall be kept for the duration of the pricing agreement as performance surety. This deposit supersedes the requirements of a performance bond as stated in Section 007245, Item CG24. D) STATEMENT OF WORK: 1- Hours of Operation & Communication:

For purposes of this contract, the hours of operation are defined as follows: Normal Daily Hours are from 7AM until 7PM Monday to Friday Main arterials have restricted work hours. (No work between 7:00 AM and 9:00AM, and 4:00PM and 6:00 PM) Some activities are better done during low or off peak hours. This type of work may be scheduled at a mutually agreeable time and at the discretion of the Contract Supervisor. Remuneration for this work will be at the regular service rate. Your quotation must take into consideration that HRM reserves the right to request off-hour patching including nights and weekends. Although this requirement is not standard practice, certain work locations such as the downtown business district will require off-hour service based on traffic considerations and to minimize disruption of the motoring public. All after hour works must comply with Municipal Bylaws respecting Noise N-200 The cut off for concrete sidewalk and curb construction is October 15th. If construction continues into cold weather it must be at the consent of HRM. Cold weather protection measures will be required. Residents must be notified (2) days in advance of a disruption of access to business, driveway or walkway. In order that such availability is always present, the successful bidder must provide the following modes of communication. • Phones at place of business including an emergency on-call number 24 hours per day.

 HALIFAX REGIONAL MUNICIPALITY SECTION 00 73 00 Concrete Street & Sidewalk Repair SUPPLEMENTARY PAGE 5 TENDER NO.12-033 GENERAL CONDITIONS JANUARY 2012

 

 

• Fax at place of business • Cellular telephones for service crew(s) • Email at place of business

2- Work Packages:

All work given to the contractor shall be communicated in the form of a Hansen Work Orders. In most cases work packages will be grouped within a specified geographical area however this cannot be guaranteed for all locations.

3- Authorization of Work: All work under this Price Agreement will be originated by HRM staff. Under no circumstance is the successful bidder(s) to initiate work without the direct approval of one of the authorities indicated above.

4- HRM Responsibilities: 1- Provide work packages complete with Work Order for each requested work location. 2- Perform pre and or post completion inspections of work locations. 3- Process payment upon receipt of invoices. 4- Periodic testing of concrete material 5- Participate in on-site meetings as requested by the contractor. 6- Investigate complaints from the general public. 7- Monitor compliance to all aspects of this contract.

5- Contractor Responsibilities: 1- Upon award of the contract the vendor is responsible for providing a work plan including

but not limited to: traffic control, job-site hazard assessments and accompanying safety plan, off-peak hours work, building access requirements.

2- Weekly reporting of completed work locations by 12PM noon every Tuesday. Report to include a copy of each completed Work Order with all necessary supporting documentation and information including a copy of all weight slips for materials used on all HRM work. 3- Work in compliance with all Federal, Provincial and Municipal Regulations including the Nova Scotia Temporary Workplace Traffic Control Manual, current edition. 4- Perform all work in a professional manner. 5- Respond to all inquiries and complaints from the general public. 6- Detailed invoicing to be received as site work is completed along with all accompanying Work Orders indicating the date and time of the patching and the quantity of material used for each work location. 7- Contractor responsible for quality control of all materials and workmanship for each work location.

6- Personnel: Qualifications of service personnel must be submitted in detail with the tender plus documentation of all safety courses for each employee on this contract not excluding the following:

 HALIFAX REGIONAL MUNICIPALITY SECTION 00 73 00 Concrete Street & Sidewalk Repair SUPPLEMENTARY PAGE 6 TENDER NO.12-033 GENERAL CONDITIONS JANUARY 2012

 

 

First Aid - St. John Ambulance or equivalent Fall Protection – NSCSA; as job requires

Traffic Control Person - Accreditation Card must be valid throughout the life of the contract Temporary Workplace Signer - Accreditation Card must be valid throughout the life of the contract. All work locations are to have an on-site Supervisor present with all the above noted qualifications at all times.

7- Service Standards:

All work distributed in work packages shall be completed within 30 business days. All Transit landing pads must be completed by August 15th of the calendar year. Failure to comply with service standards will result in liquidated damages of $500 per occasion. Repeated failures to comply with service standard will result in termination of contact.

8- Innovation Clause: HRM encourages the Contractor to be innovative. If the Contractor has alternative material and technological modifications, or has a more practical or economical suggestion, the Contractor may submit innovation proposals to HRM for consideration and approval. No additional payments for such innovations will be provided by HRM.

9 – Disposal of Material:

The vendor is responsible for the disposal of material and costs associated with the disposal of material.

10– Addendums Addendums must be accessed and downloaded from the Nova Scotia Government website:https://www.gov.ns.ca/tenders/tenders/ns-tenders.aspx. 11– Bus Shelter Installation & Site Preparation-Appendix ‘B’

**** End 00 73 00 ****

 HALIFAX REGIONAL MUNICIPALITY SECTION 00 74 00 Concrete Street & Sidewalk Repair SUPPLEMENTARY PAGE 7 TENDER NO.12-033 SPECIFICATIONS JANUARY 2012

   

 

INTENT .1 The Work of this Contract is to be constructed in accordance with the HRM

Specifications Document in conjunction with the Standard Specifications for Municipal Services (latest edition) as developed and published by the Nova Scotia Road Builders Association and the Consulting Engineers of Nova Scotia (CENS) 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.

.4 Tenderers are advised that the tender documents may have changed and should

be reviewed in its entirety.

SECTION 00 21 00 - INFORMATION TO TENDERERS

Delete in its entirety and replace with new section 00 21 00 in this document. SECTION 00 41 43 - TENDER FORM Delete in its entirety and replace with section in this document. SECTION 00 53 43 - FORM OF AGREEMENT Delete in its entirety and replace with section in this document. SECTION 00 71 00 - DEFINITIONS Delete in its entirety and replace with section as found on HRM’s web site,

http://www.halifax.ca/procurement/UnitPriceContractsDesignConstructionServices.html SECTION 00 72 45 - GENERAL CONDITIONS OF THE CIVIL WORKS CONTRACT Delete in its entirety and replace with section as found on HRM’s web site,

http://www.halifax.ca/procurement/UnitPriceContractsDesignConstructionServices.html

SECTION 00 73 00 - SUPPLEMENTARY GENERAL CONDITIONS Delete in its entirety and replace with section in this document.

 HALIFAX REGIONAL MUNICIPALITY SECTION 00 74 00 Concrete Street & Sidewalk Repair SUPPLEMENTARY PAGE 8 TENDER NO.12-033 SPECIFICATIONS JANUARY 2012

   

 

SECTION 01 10 00 - GENERAL REQUIREMENTS (a) 2. Summary of Work Page 1, delete subsection 2.1 and replace with the following: “.1 The work for the East Region of this project is located in the Halifax Regional

Municipality and shall include all areas east of Hwy #101 and east of Hwy #107 (Magazine Hill) to Akerley Blvd.”

“.2 The work for the West Region of this project is located in the Halifax Regional

Municipality and shall include all areas west of Hwy #101 including Bedford.

The work generally consists of the construction of Concrete Street and sidewalk repair to Sidewalk, Curb, Gutter, Accessibility Ramps, Transit Landing Pads, and Concrete Patch).”

(b) 4. Setting Out The Work Page 1, add the following: “.4 Provide layout for new utility poles and guys and/or relocation of existing utility

poles and guys. Coordinate work and layout with utilities.” (c) 8. Record Drawings Page 3, add the following:

“.3 Supply a hard copy mark-up of the issued for construction drawings, electronic survey coordinates and elevations representative of all manholes, catchbasins, structures, pipe work and buried portions of the work to the Engineer. Information must be received by the Engineer one month after project completion.”

(d) 12. Traffic Control Page 5, delete subsection 12.1 and replace with the

following: “.1 Provide traffic control in accordance with Temporary Workplace Traffic Control

Manual, latest edition, as issued by the Nova Scotia Department of Transportation and Infrastructure Renewal. A traffic control plan is required for all work performed within HRM’s right-of-way.

The basic objective of each traffic control plan is to permit the contractor to work

within HRM’s right-of-way efficiently and effectively, while maintaining a safe and efficient movement of vehicles and pedestrians around or through temporary workplaces and to protect workers in temporary workplaces from errant vehicles.

Traffic control plans shall be submitted to HRM for approval prior to

commencement of the work and will be reviewed by HRM within five (5) working days. A traffic control plan that does not include all of the required

 HALIFAX REGIONAL MUNICIPALITY SECTION 00 74 00 Concrete Street & Sidewalk Repair SUPPLEMENTARY PAGE 9 TENDER NO.12-033 SPECIFICATIONS JANUARY 2012

   

 

elements listed below will be found incomplete, and returned for revision and re-submittal. Proposed street closures will require approval from the Engineer.

The following checklist is provided to assist Contractors in establishing uniformity in the development of traffic control plans. This checklist should be used as a guide to ensure that all of the basic elements are covered.

Traffic control plans shall be legible; using either ink or computer

generated graphics. Indicate project name, tender number and date. Indicate the estimated duration of the construction work and subsequent

traffic control on the plan. Indicate contractor’s name, address and telephone number. Include

name and telephone number of the 24-hour contact person representing the contractor.

Indicate north arrow and scale or NOT TO SCALE (N.T.S.). Use a legend to define all symbols. Show all streets in the work zone vicinity to ensure proper orientation. Show location and dimensions of the construction work zone. Show staging area and materials storage area, as appropriate. Show existing pavement markings, painted crosswalks, hatching and

bike lanes. Dimension roadway widths, individual lane widths, bike lane widths, median dimensions, etc.

Show all existing traffic signals and traffic control signs. Show existing curbs, curbs and gutters, sidewalks, driveways and

intersections in the construction work zone including areas affected by taper transition.

Indicate posted speed limits. Indicate locations of construction signs, delineators and barricades. Label all taper lengths and widths, delineator spacing and sign spacing. Show all existing and proposed parking restriction zones and signs, as

appropriate. Signs and barricades will be required to direct pedestrians through or

around the construction work zone and shall be shown on the traffic control plan.

A minimum of three (3.0) metre wide travel lanes must be maintained unless otherwise approved by The Engineer.

If work is done in phases, submit a separate traffic control plan for each phase.

All temporary traffic control devices shall be removed from view when not in use.

Maintain all traffic control devices 24 hours per day and 7 days per week.

 HALIFAX REGIONAL MUNICIPALITY SECTION 00 74 00 Concrete Street & Sidewalk Repair SUPPLEMENTARY PAGE 10 TENDER NO.12-033 SPECIFICATIONS JANUARY 2012

   

 

Provisions must be made for workers and work vehicles to enter and exit the work area safely.”

      Page 5, delete subsection 12.2 and replace with the following:

“.2 In the “core area” of the Halifax Regional Municipality, additional requirements

for traffic control are stipulated in the Traffic Control Manual Supplement, as found on HRM’s web site at http://halifax.ca/procurement/UnitPriceContractsDesignConstructionServices.html”

(e) 17. Site Cleanup Page 7, add the following: “.1 Construction sites shall be kept neat and tidy and undergo a thorough cleanup at

the end of each working day, to the satisfaction of the Engineer. This includes, but not limited to, the following on a daily basis (or more frequent intervals if required); removal of gravel/soils/debris from paved and landscaped areas, removal and disposal of waste materials/garbage, grading (and if required gravelling) of travelled ways to ensure a smooth unimpeded passage of vehicles, application of dust control measures, maintenance of safety and traffic control equipment (signs, barricades, cones, etc.) and the immediate (48 hours) trimming of damaged tree limbs as per the recommended “Working Around Municipal Trees” procedure as per subsection 4.1, Section 01 57 00 - Environmental Protection (refer to Supplementary Specifications). In addition the cleaning of concrete trucks shall not occur in the curb and gutter, catch basins, manholes, paved surfaces and landscaped areas.”

SECTION 01 22 00 - MEASUREMENT AND PAYMENT

(a) Delete in its entirety and replace with new section 01 22 00 as found on HRM’s web site, http://www.halifax.ca/procurement/UnitPriceContractsDesignConstructionServices.html.

(b) Asphaltic Concrete Page18, delete Subsection 42.18 and replace with the following: .18 Cold Planing

Unit of Measurement: square metre (m²) This item includes: the supply of all necessary materials, labour and equipment required for the planing / profiling of asphaltic concrete to the depth specified, delivery of all milled material to the Contractors location of choice or to an HRM designated site (East - Turner Drive, West - MacKintosh Street), power broom

 HALIFAX REGIONAL MUNICIPALITY SECTION 00 74 00 Concrete Street & Sidewalk Repair SUPPLEMENTARY PAGE 11 TENDER NO.12-033 SPECIFICATIONS JANUARY 2012

   

 

cleaning of all milled surfaces and all other work as designated by the Engineer. Immediately after the existing asphalt is planed an asphalt ramp must be installed between the planed surface and the existing asphalt at all limits including side streets (edge facing oncoming traffic) and crosswalks. No separate payment will be made for the asphalt required for ramping.

(c) Asphaltic Concrete Page 20, add the following: .20 Full Depth Asphalt Removal Unit of Measurement: square metre (m²) This item includes: the supply of all necessary materials, labour and equipment

required for full depth asphaltic concrete removal, delivery of all material to the Contractors location of choice. If asphaltic concrete is removed by planing, milled material may be delivered to an HRM designated site (East - Turner Drive, West - MacKintosh Street). Immediately after the existing asphalt is removed an asphalt ramp must be installed between the removed surface and the existing asphalt at all limits including side streets (edge facing oncoming traffic) and crosswalks. No separate payment will be made for the asphalt required for ramping.

SECTION 01 57 00 - ENVIRONMENTAL PROTECTION Permits and Approvals (a) Permits and Approvals Page 3, Subsection 6, add the following:

“.4 When required, erosion and sediment control plans to be submitted for approval of Nova Scotia Department of Environment and Labour and Owner prior to start of construction and should be reviewed at the project preconstruction meeting.”

 HALIFAX REGIONAL MUNICIPALITY SECTION 00 74 00 Concrete Street & Sidewalk Repair SUPPLEMENTARY PAGE 12 TENDER NO.12-033 SPECIFICATIONS JANUARY 2012

   

 

SECTION 03 30 00 - CONCRETE PART 3 - EXECUTION 3.8 Curing and Protection Page 6, add the following: “.6 Curing or sealing of concrete to be carried out as directed by the Engineer.” 3.10 Defective Work Page 7, add the following: “.2 Defective sidewalk slabs (including driveway ramps) shall be evaluated for

spalling based on the following criteria:                

  

    SECTION 05 50 00 - METAL FABRICATIONS PART 3 - EXECUTION 3.1 Installation Page 3, delete subsection 3.1.6 and replace with the following: “.6 Prepare surfaces in accordance with SSPC Surface Preparation Standards and apply two

coats of finish paint to items scheduled for painting in Supplementary Specifications.”

Condition Depth of Spalling Area (%) of Panel

1C ≤3 mm (⅛") 5 to 15%

1R ≤3 mm (⅛") >15%

2C >3 mm (⅛") & ≤6 mm (¼") 2 to 10%

2R >3 mm (⅛") & ≤6 mm (¼") >10%

3C >6 mm (¼") 0 to 5%

3R >6 mm (¼") >5%

Legend: C: no payment for the slab/panel

R: removal and replacement of the slab/panel

 HALIFAX REGIONAL MUNICIPALITY SECTION 00 74 00 Concrete Street & Sidewalk Repair SUPPLEMENTARY PAGE 13 TENDER NO.12-033 SPECIFICATIONS JANUARY 2012

   

 

SECTION 31 20 00 - EARTHWORK (a) 1.1 Work Included Page 1, delete Subsection 1.1 and replace with the following:

“.1 This section specifies requirements for all earthwork operations. Work includes supply of products and excavating, bedding, backfilling, compacting, shoring, dewatering, disposal of unsuitable and surplus materials, supply and placement of catchment devices and supply and installation of trench cage.”

(b) 1.4 Definitions Page 2, delete Subsection 1.4.3 and replace with the following: “.3 Common: All excavated soil which is not rock or topsoil.” (c) 1.4 Definitions Page 2, delete Subsection 1.4.5 and replace with the following: “.5 Surplus material: excavated material not required for re-use, including material

not exceeding the Tier 1 RRSLs and CCME Commercial guidelines.” (d) 2.1 Materials Page 3, Subsection 2.1.2, add the following: “Contractor shall provide geotechnical certification that the proposed borrow material is

suitable for the use intended.” (e) 2.1 Materials Page 3, Subsection 2.1.4, delete subsection 2.1.4.4 and replace

with the following: “Type C4: Sieve Designation, mm Percent Passing 112 100 80 90-100 28 0-10” (f) 2.1 Materials Page 5, delete subsection 2.1.7 and replace with the following: “2.1.7 Rip-rap: The stone shall be hard, dense (with specific gravity not less

than 2.65), non-ore bearing, non-toxic to aquatic life, durable quarry stone, free from seams, cracks or other structural defects, to meet the following size distribution for use intended:

.1 Class A: at least 70% of the rip-rap shall have a minimum

dimension of between 150 mm and 200 mm.

 HALIFAX REGIONAL MUNICIPALITY SECTION 00 74 00 Concrete Street & Sidewalk Repair SUPPLEMENTARY PAGE 14 TENDER NO.12-033 SPECIFICATIONS JANUARY 2012

   

 

.2 Class B: at least 70% of the rip-rap shall have a minimum dimension of between 200 mm and 450 mm.

.3 Class C: at least 70% of the rip-rap shall have a minimum

dimension of between 300 mm and 760 mm.

.4 Class D: at least 70% of the rip-rap shall have a minimum dimension of between 500 mm and 1200 mm.

(g) 2.1 Materials Page 5, Subsection 2.1, add the following: “2.1.10 Conversion of in-place pay volume (pay area times thickness) to unit tonnage for

gravel shall be at the rate of 2.2 tonnes per cubic metre.” 2.1.11 Conversion of in-place pay volume (pay area times thickness) to unit tonnage for

impacted soil shall be at the rate of 2.0 tonnes per cubic metre.” (h) 3.1 Excavation Page 6, add the following: “.15 When granite curb is excavated it shall remain the property of HRM. The

Contractor shall handle the granite curb in such manner as to avoid damage and deliver the material to a site designated by the Engineer.”

(i) 3.3 Unsuitable Excavation Page 6, add the following: “.4 Handling of unsuitable material shall be done in a manner that does not impact

other existing suitable materials.”   (j) 3.7 Bedding and Backfilling Page 7, delete subsection 3.7.2, and replace with

the following: “.2 Pipe bedding material to be Type I gravel from 150 mm below the pipe or 25%

of the nominal diameter of the pipe, whichever is greater, to 300 mm above the top of the pipe to the full width of the excavated trench. Backfill area around manholes, catchbasins and structures to be Type II gravel to a minimum of 300 mm from the structure. Remaining trench backfill from the bedding to the subgrade to be selected material from the site.”

(k) 3.7 Bedding and Backfilling Page 8, add the following: “.12 In areas of excessive ground water the Engineer may approve the substitution of

the specified pipe bedding with 28 mm clear stone completely surrounded with geotextile separator to prevent the migration of fines into the clear stone.

(l) 3.9 Mass Excavation and Embankment Page 9, add the following:  

 HALIFAX REGIONAL MUNICIPALITY SECTION 00 74 00 Concrete Street & Sidewalk Repair SUPPLEMENTARY PAGE 15 TENDER NO.12-033 SPECIFICATIONS JANUARY 2012

   

 

  “.13 When tree roots are encountered from trees which are not identified for removal, roots must be grinded using a trailer or towable stump grinding unit having sufficient capacity to adequately grind the tree roots to accommodate proposed construction. The grinding unit must be in good working condition complete with all recommended shields and guards. The Contractor must provide staff to act as “spotters” to accompany the root grinding operation to direct/guide persons who in any way may be at risk of debris cast from the root grinding operation.”

.14 Prior to excavation around any manhole within the workplace (existing or newly

constructed as part of the tender), the contractor shall supply and install catchment devices in all manholes prior to work commencing on the manhole. Such catchment devices shall be constructed and installed in a manner so as not to impede the flows through the manhole and shall be removed after all work is completed.”

SECTION 32 12 16 - ASPHALT CONCRETE PAVING (a) Delete in its entirety and replace with section S-1, Specification for Hot Mix Asphalt

Concrete and S-2, Specification for Performance Graded Asphalt Binder, as found on HRM’s web site, http://www.halifax.ca/procurement/UnitPriceContractsDesignConstructionServices.html .

SECTION 32 16 00 - WALKS, CURBS AND GUTTERS 3.6 Backfilling Page 3, add the following:

“.2 The bottom of the granular base and sub-base for curb is to match that of street gravels or 150 mm thick minimum, whichever is greater.”

“.3 Upper 75 mm of curb bedding shall be Type 1 gravel. The remainder is to match

type and depth of street gravels.”

“.4 Outside edge of curb bedding to be 150 mm behind curb at surface, and increase 100 mm for each 200 mm below curb.”

SECTION 32 91 10 - PROTECTION OF EXISTING TREES (a) Trees Damaged, Removed or Lost Due to Construction Page 4, delete subsection 3.9.1, 3.9.2, 3.9.3 and 3.9.4 and replace with the following: “.1 Restrict tree removal to areas indicated or designated by Engineer.

 HALIFAX REGIONAL MUNICIPALITY SECTION 00 74 00 Concrete Street & Sidewalk Repair SUPPLEMENTARY PAGE 16 TENDER NO.12-033 SPECIFICATIONS JANUARY 2012

   

 

Trees removed by HRM’s contractors or sub-contractors, without prior authorization from HRM Urban Forestry or the Engineer, shall be replaced at the contractor’s expense, at a rate one tree for every 60 mm (2½") of trunk diameter measured at chest height. The location and species of replacement trees to be determined by HRM Urban Forestry. Replacement trees to be a minimum 60 mm (2½") caliper. 

If a HRM tree is damaged, the municipality may hold the responsible party liable

and hold them subject to a penalty. Damages may include but are not limited to: bark tear, limb and branch breakage, root damage, compaction of root area, removal of roots during excavation and loss of bark due to mechanical impacts. Where limbs or roots are involved the penalty will be $100.00 per 2.5 cm (1") diameter measured at the attachment point between parent stem and damaged limb. In the case of roots the measurement is taken at the point where the damaged root attaches to the parent. In the case of bark tear the same penalty applies but measurement is taken at widest part of affected area.

If HRM Urban Forestry assesses a tree, and finds it to be unstable, no longer structurally sound or damaged to the point where it is no longer viable, HRM will seek compensation for the tree in accordance with HRM policy.”

SECTION 32 91 19 - TOPSOILING AND FINISH GRADING PART 2 - PRODUCTS Page 2, delete subsection 2.2.2 and replace with the following: “.2 Topsoil to be rated to Landscape Nova Scotia Standard Topsoil Triangle, 1990,

or latest revision, rating A. Manufacture topsoil or topsoil derived from site sources is to be improved as necessary to meet topsoil qualifications above.”

SECTION 32 92 00 - SEEDING AND SODDING

PART 2 - PRODUCTS Page 3, delete subsection 2.5.3 and replace with the following: “.3 Ratio for year one maintenance applications: May 3:0:0, July 3:1:3, September

1:2:3, or as recommended by the Nova Scotia Agriculture College Soils Department or by an approved soils lab. At the completion of the year one maintenance applications, provide HRM with a copy of maintenance records showing dates of performed maintenance and tasks performed.”

SECTION 33 11 00 - WATER MAIN

Delete in its entirety and replace with new section 33 11 00 from the latest revision of the Halifax Regional Water Commission’s Design and Construction Specifications.

 HALIFAX REGIONAL MUNICIPALITY SECTION 00 74 00 Concrete Street & Sidewalk Repair SUPPLEMENTARY PAGE 17 TENDER NO.12-033 SPECIFICATIONS JANUARY 2012

   

 

SECTION 33 34 00 - PRESSURE SEWERS

PART 2 - PRODUCTS Page 5, add the following: “2.10 Marking Tape .1 The force main shall be identified by placing an underground warning tape at the

top of the first backfill layer above the pipe. The warning tape shall be 150 mm wide polyethylene tape with green background and black lettering. The message on the warning tape shall be “Caution, Sewer Line Buried”.”

SECTION 33 39 00 - PRECAST MANHOLES, CATCHBASINS AND STRUCTURES (a) 2.4 Metal Castings Page 2, add the following: “.2 Manholes: frame and cover: adjustable manhole frame and R10 cover as

specified by HRWC Specifications, centered on upstream side.” “.3 Catchbasins: frame and grate IMP Type S 361" (b) 3.3 Installation Page 3, delete subsection 3.3.11 and replace with the following: “.11 Set frame and cover or grating to elevation and slope indicated (center over

capping ring). Use cast-in-place concrete (min. 150 mm thickness) or cast-in-place concrete with 15 M reinforcing bar in centre (for adjustments between 75 mm and 150 mm) or “Rapid-Set” or “Set-45” epoxy mortar (between 20 mm and 75 mm). Cast-in-place concrete shall not exceed the outside edge of the capping ring. Formwork, grade stakes, etc. shall not be permitted within the adjustment concrete or in the concrete between the catchbasin frame and the capping ring. Catchbasin frame shall be supported by all sides of the manufactured or cast-in-place grade adjustment.”

  ADD THE FOLLOWING SECTIONS S-1 Specification for Hot Mix Asphalt Concrete S-2 Specification for Performance Graded Asphalt Binder S-3 Asphaltic Concrete and Portland Cement Concrete Planing / Profiling S-4 Pavement Markings Appendix ‘A’ Traffic Control Manual Supplement

 HALIFAX REGIONAL MUNICIPALITY SECTION 00 74 00 Concrete Street & Sidewalk Repair SUPPLEMENTARY PAGE 18 TENDER NO.12-033 SPECIFICATIONS JANUARY 2012

   

 

Appendix ‘B’ Bus Shelter Installation

Site Preparation The following is a detailed summary of the work involved in preparing a site for Shelter Pad installation. 1. Obtain all necessary permits and approvals from all levels of Government, regulatory agencies and others. Work shall meet all codes, standards, etc. All is to be coordinated with Metro Transit. 2. The size and approximate location of the Shelter Pads are shown on Sketches, The exact location will be determined on site in consultation with Metro Transit. 3. Locate any underground services, suitably mark and ensure they are not disturbed during construction. 4. Prepare sites to ensure no silt or other environmental harmful run off occurs during construction. 5. Removing all material and prepare the sites for the appropriate gravel base and concrete shelter pad. 6. Place and compact 125 mm Class “A” gravel on top of 150 mm “C” gravel. Compaction shall conform to HRM standards for sidewalk construction. This gravel shall extend 150 mm beyond the edge of the concrete pad. 7. Form an install the passenger platform, The shelter concrete slab shall be 150 mm thick with 10 x 102 x MW 18.7 WWF reinforcement. Include any additional concrete, gravels, etc. required to level the site. 8. All concrete materials and construction methods shall conform to HRM standards for sidewalks. 9. All pads shall have one to two per side slope to accommodate drainage. The elevation of one end of the pad may be as much as 80 mm higher than the other end, provided the transition is continuous. 10. The contractor shall take all precautions necessary to ensure the safety of workers, transit passengers and the public at large. The contractor is to note that the locations of these shelters pads are adjacent to sidewalks used continually by Transit passengers and public. The Construction shall not interfere with the normal flow and circulation of pedestrian or vehicle traffic. 11. The contractor shall be responsible for restoring the surrounding area to its existing condition after the construction is completed. This will include but no limited to removing all construction debris, excess materials, planting sods on exposed soils. etc.

 HALIFAX REGIONAL MUNICIPALITY SECTION 00 74 00 Concrete Street & Sidewalk Repair SUPPLEMENTARY PAGE 19 TENDER NO.12-033 SPECIFICATIONS JANUARY 2012

   

 

12. The contractor shall warranty all work for one (1) year form the date of installation.

End of Appendix ‘B’

**** End 00 74 00 ***

End of Tender 12-033