tender no. 17-354948-aa annapolis royal wate r reservoir ...€¦ · withdrawal of tender other...
Post on 03-Jun-2020
0 Views
Preview:
TRANSCRIPT
752 ST. GEORGE STREET, PO BOX 100,
ANNAPOLIS ROYAL, NS
B0S 1A0
TENDER NO. 17-354948-AA
ANNAPOLIS ROYAL WATER RESERVOIR RE-LINING
LEQUILLE, ANNAPOLIS COUNTY, NOVA SCOTIA
TO BE READ IN CONJUNCTION WITH:
STANDARD SPECIFICATIONS
FOR MUNICIPAL SERVICES
AUGUST 2017
COUNTY OF ANNAPOLIS
ANNAPOLIS ROYAL WATER
RESERVOIR RE-LINING
TENDER NO. 17-354948 SUMMARY SHEET AUGUST 2017
TITLE SECTION REVISION
DATE
Use of Standard Contract and Specification AUGUST 2017
Information to Tenderers 00 21 00 AUGUST 2017
Tender Form 00 41 43 AUGUST 2017
Form of Agreement 00 53 43 AUGUST 2017
Supplementary Specifications 00 74 00 AUGUST 2017
Additional Specifications AUGUST 2017
H166873-CC-RPT-CIV Annapolis Royal Water Reservoir Condition Assessment – Redacted for reference JULY 2016
8-AA
COUNTY OF ANNAPOLIS
ANNAPOLIS ROYAL WATER
RESERVOIR RE-LINING
USE OF STANDARD CONTRACT
TENDER NO. 17-354948-AA AND SPECIFICATION AUGUST 2017
1. Overview .1 These project documents have been prepared for use with and require being read in conjunction with the Standard Specifications for
Municipal Services as published by the Nova Scotia Road Builders Association (NSRBA) - Consulting Engineers of Nova Scotia (CENS) Joint Committee on Contract Documents. Copies of the Standard Specifications for Municipal Services are available from the Joint Committee on Contract Documents, 18 Laurier Street, Dartmouth, NS, B3A 2G7; Telephone: (902) 233-9362 or email at nsmunicipalservices@gmail.com.
It is acknowledged that the Standard Specifications for Municipal Services
is a general resource tool and reference document for Municipal Works undertaken within various locations across Nova Scotia and may not include all requirements for any given project. Additional specification requirements will be provided as supplementary specifications.
2. Updating and Feed- The Standard Specifications for Municipal Services will be updated back periodically according to feedback from users, industry needs and changes in codes and regulations.
**** End Use of Standard Contract and Specification ****
COUNTY OF ANNAPOLIS 00 21 00
ANNAPOLIS ROYAL WATER
RESERVOIR RE-LINING Page 1
TENDER NO. 17-354948-AA INFORMATION TO TENDERERS AUGUST 2017
PROJECT: Tender No. 17-354948-AA
Annapolis Royal Water Reservoir Re-lining Lequille, Annapolis County, Nova Scotia
OWNER: Town of Annapolis Royal 285 St. George Street, Box 310 Annapolis Royal, NS B0S 1A0 Attn: Gregory Barr, CAO ENGINEER: Hatch Corporation Suite 1009, 1809 Barrington Street Halifax, Nova Scotia, B3J 3K8 (902) 421-1065 Attn: Matt Delorme, P.Eng. 1. Tender Submission .1 Tenderers shall submit a completed Tender Form (Section 00 41
43), Tender Security, and any other documentation expressly required to be submitted by the Owner, for the above project in a sealed envelope CLEARLY MARKED as follows:
Tender No. 17-354948-AA
Annapolis Royal Water Reservoir Re-lining
Closing at 1:00 p.m., local time, September 1, 2017
Attn: Gregory Barr, CAO
Town of Annapolis Royal
285 St. George Street, Box 310
Annapolis Royal, NS B0S 1A0
2. Post Tender .1 Submit post-tender submission documents no later than five (5) Submissions work days after tender closing to be eligible to receive award of
Contract. .2 Certificate of Recognition:
.1 Submit copy of Tenderer’s current and valid Certificate of Recognition issued by a Workers’ Compensation Board approved audit company.
.2 Out of province companies shall submit a current and valid Certificate of Recognition from their province of origin or from a recognized safety association which uses an external audit element.
COUNTY OF ANNAPOLIS 00 21 00
ANNAPOLIS ROYAL WATER
RESERVOIR RE-LINING Page 2
TENDER NO. 17-354948-AA INFORMATION TO TENDERERS AUGUST 2017
.3 Workers’ Compensation Board Clearance: .1 Submit a copy of Tenderer’s current valid clearance letter
issued by the Workers’ Compensation Board of Nova Scotia.
.2 Out of province Tenderers will have to satisfy a Workers’ Compensation Board approved audit company in respect to their safety status prior to being awarded a Contract.
.4 Health and Safety Plan: .1 Submit a health and safety plan including operating
procedures for confined space work and hazardous material handling, site control during off hours, security of the reservoir entrance when not on site and any other provisions to comply with provincial and federal law as well as best industry practice.
.5 Project Schedule: .1 Submit a project schedule for review by the Owner. 3. Tender Opening .1 Tenders will be opened immediately after time of tender closing.
Opening will be public and held at 752 St. George Street, Annapolis Royal, NS.
4. Fees for Contract .1 Contract Documents will be provided in PDF format free of Documents charge. 5. Accuracy of .1 Indexing and cross-referencing in the Contract Documents are Referencing for convenience only. 6. Conditions of .1 Take full cognizance of content of all Contract Documents in Tendering preparation of Tender. Refer to Section 00 41 43 – Tender Form,
Subsection 3.9 for a complete list of Contract Documents. 7. Tenderers to .1 Tenderers will be deemed to have familiarized themselves with Investigate the Place of Work 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. Site Investigation .1 With permission of the Owner, tenderers may visit and examine
the Place of the Work and subsurface conditions to satisfy themselves of the conditions which may be encountered.
9. Clarification and .1 Tenderers shall notify the Engineer not less than three (3) working Addenda days before Tender Closing of omissions, errors or ambiguities
found in the Contract Documents. If the Engineer considers that correction, explanation or interpretation is necessary; a written addendum will be issued. All addenda will form part of Contract Documents.
COUNTY OF ANNAPOLIS 00 21 00
ANNAPOLIS ROYAL WATER
RESERVOIR RE-LINING Page 3
TENDER NO. 17-354948-AA INFORMATION TO TENDERERS AUGUST 2017
.2 Confirm in the Tender Form that all addenda have been received.
.3 The Engineer’s representative during tendering shall be Matt Delorme, P.Eng, (902) 420-6497, matt.delorme@hatch.com
10. Preparation of Tender .1 The tender submission must be legible and written in ink or
complete electronically. 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 Contract Documents or the tender will be rejected. Any corrections must be in ink and initialled by the person signing the tender.
11. Taxes .1 Include all taxes except Harmonized Sales Tax (HST) in tender
unit prices. .2 The tenderer will indicate on each application for payment, as a
separate amount, the appropriate Harmonized Sales Tax that the Owner is legally obliged to pay. This amount will be paid to the tenderer in addition to the amount certified for payment under the Contract.
12. Tender Security .1 Provide Tender Security in a minimum amount of 10% of the
Total Tender Price, in the form of a Certified Cheque or Money Order payable to the Owner, or a Bid Bond on CCDC Form 220, or other Owner approved form.
13. Return of Tender .1 Tender Security will be returned to: Security .1 All tenderers except the three lowest acceptable
Tenderers within seven (7) days of Tender Opening. .2 Two (2) remaining unsuccessful Tenderers within
fourteen (14) days of the date of Award .3 Successful Tenderer following receipt by Owner of an
executed Agreement, specified Contract Security, and Insurance documents.
14. Contract Security .1 Refer to Section 00 72 45 - General Conditions of the Civil Works
Contract, 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 (50% materials, 50% labour).
15. Insurance .1 Refer to Section 00 72 45 - General Conditions of the Civil Works
Contract, subsection GC11.1 – INSURANCE, for insurance required.
COUNTY OF ANNAPOLIS 00 21 00
ANNAPOLIS ROYAL WATER
RESERVOIR RE-LINING Page 4
TENDER NO. 17-354948-AA INFORMATION TO TENDERERS AUGUST 2017
16. Form of Agreement .1 Form of Agreement is attached for information purposes only. 17. Amendment or .1 Tenders may be amended or withdrawn by letter, facsimile or
Withdrawal of Tender other form of electronic communication. Amendment or withdrawal by facsimile or other form of electronic communication must be verified 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 Annapolis Royal Water Reservoir
Re-lining; Tender 17-354948-AA”. Sign as required for Tender, and submit at the address given for receipt of Tenders. In order to be considered, submissions shall be received prior to time of Tender Closing.
18. Right to Accept .1 The Owner specifically reserves the right to reject all tenders if or Reject any Tender none is considered to be satisfactory and, in that event, at its
option, to call for additional tenders. The project award is subject to funding and regulatory approval from various agencies. 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. 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.
19. Cancellation .1 The Owner reserves the right to cancel the tendering process
COUNTY OF ANNAPOLIS 00 21 00
ANNAPOLIS ROYAL WATER
RESERVOIR RE-LINING Page 5
TENDER NO. 17-354948-AA INFORMATION TO TENDERERS AUGUST 2017
of Tender and reject all tenders at any time prior to the award of Contract
without incurring any liability to affected Tenderers. The Owner has the right to not award the Work for any reason.
20. Contingency .1 A contingency allowance may be included in the Tender Form Allowance 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 tenderer of an approved change order, and only in the amount dictated by such a change order.
21. Responsible Bidder .1 The Owner intends to only contract with responsible Tenderers
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 and have the financial, managerial, and resource capabilities for the size of the project.
Satisfactory performance includes meeting all of the requirements
of the various federal and provincial regulations and agencies for completion of the Work and making payments to subcontractors in a timely basis. The evaluation process may include reference checks, third party credit checks, site visits, and/or the tenderer may be asked to allow the Owner to complete personal credit and/or criminal record checks if information is not otherwise available or adequate. Tenderers found unacceptable during the evaluation process will not be given further consideration.
**** End 00 21 00 ****
COUNTY OF ANNAPOLIS 00 41 43
ANNAPOLIS ROYAL WATER
RESERVOIR RE-LINING Page 1
TENDER NO. 17-354948-AA TENDER FORM AUGUST 2017
1. SALUTATION: .1 To: Town of Annapolis Royal 285 St. George Street, Box 310 Annapolis Royal, NS B0S 1A0 Attn: Gregory Barr, CAO .2 For: Tender No. 17-354948-AA Annapolis Royal Water Reservoir Re-lining Lequille, Annapolis County, Nova Scotia .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 Place of Work and is familiar with local conditions.
.4 That Contract Documents, Clarifications No. to and Addenda No. to inclusive were carefully examined.
.5 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 Estimated Contract 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 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.
COUNTY OF ANNAPOLIS 00 41 43
ANNAPOLIS ROYAL WATER
RESERVOIR RE-LINING Page 2
TENDER NO. 17-354948-AA TENDER FORM AUGUST 2017
.5 To provide evidence of ability and experience within five (5) working days of request,
including: experience in similar work, work currently under contract, senior supervisory staff available for the project, equipment available for use on the Work, and financial resources.
.6 To execute in triplicate the Agreement and forward same together with the specified
contract security and insurance documents to the Owner within five (5) working 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 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 (SSMS) latest edition. .2 Project Documents to be read in conjunction with the SMSS .1 Information to Tenderers (00 21 00) .2 Tender Form (00 41 43) .3 Form of Agreement (00 53 43) .4 Supplementary Specifications (00 74 00) .5 Additional Specifications .6 H166873-CC-RPT-CIV Annapolis Royal Water Reservoir Condition
Assessment – Redacted for reference .6 Addenda as issued and as confirmed in subsection 2.4 of this section.
COUNTY OF ANNAPOLIS 00 41 43
ANNAPOLIS ROYAL WATER
RESERVOIR RE-LINING Page 3
TENDER NO. 17-354948-AA TENDER FORM AUGUST 2017
4. SCHEDULE OF QUANTITIES AND UNIT PRICES Annapolis Royal Water Reservoir Re-lining – Lequille, Annapolis County, NS
No. Item Unit Est. Qty. Unit Price Amount
WATER MAIN SYSTEM 19. Valve Seal Replacement Ea 2 ___________ ___________ ADDITIONAL ITEMS 76. Interior Tank Repairs LS 1 77. Exterior Tank Coating and Inspection LS 1 78. Provisional: Exterior Tank Repairs PD 5
CONTINGENCY ALLOWANCE $ 15,000 TOTAL ESTIMATED CONTRACT PRICE (excluding HST) $
ADD HARMONIZED SALES TAX (15%) $
TOTAL PRICE $
TENDERER’S HST REGISTRATION NUMBER 5. COMPLETION TIME
.1 Tenderer agrees to achieve substantial completion of the work to the satisfaction of the engineer within 5 weeks of commencing work and agrees to complete the work such that the water tower is offline for no more than 14 calendar days.
6. DETAILS OF TENDERERS EXPERIENCE
The Tenderer shall furnish details of three similar contracts which he has successfully carried to completion. The Projects referenced should be similar in nature and size to the Works tendered for.
Owner / Contact Info Description Year Value
1
2
3
COUNTY OF ANNAPOLIS 00 41 43
ANNAPOLIS ROYAL WATER
RESERVOIR RE-LINING Page 4
TENDER NO. 17-354948-AA TENDER FORM AUGUST 2017
7. LIQUIDATED DAMAGES FOR DELAY
.1 Liquidated Damages shall be payable to the Owner if the Work has not been completed by the completion date as established with the Owner and the terms of this contract, or the completion date as extended as provided in GC6 of Section 00 72 45.
.2 The Contractor will be expected to complete the Work within the time given in his Tender
Form. It shall be clearly understood by the Contractor, that whereas the diligent and effective prosecution of the Work and the completion thereof is a material part of the Agreement, and that the Owner may sustain damage or loss as a result of the Contractor’s failure to complete the Work within the time agreed upon and any extension of time as provided herein, the Contractor will pay the Owner liquidated damages and not as a penalty, for each calendar day the completion of the Work is delayed beyond the completion date, or the completion date as extended as provided in GC6 of Section 00 72 45.
.3 Should Liquidated Damages be inapplicable for any reason or should the Contractor
abandon or refuse to do any Work the Owner shall be entitled to such damages for delay as set out in the Contract herein.
.4 Any extension of time that may be granted the Contractor shall be so granted and accepted
without prejudice to any rights of the Owner whatsoever, under this Contract, should the Work not be completed on the said completion date or any extension thereof as provided by the contact hereof the Owner shall have the authority to deduct the liquidated damages from any payments which become due and payable to the Contractor under this Contract.
.5 The value of liquidated damages payable to the Owner for the duration of the Period of
Delay is $500 per day as detailed in section 00 74 00 Supplementary Specifications, GC6.5.
COUNTY OF ANNAPOLIS 00 41 43
ANNAPOLIS ROYAL WATER
RESERVOIR RE-LINING Page 5
TENDER NO. 17-354948-AA TENDER FORM AUGUST 2017
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 Seal *NOTE: Tenders submitted by or on behalf of any Corporation must be signed and sealed in the
name of such Corporation by a duly authorized officer or agent.
SUMMARY
Tenderer shall complete the Summary Sheet located at the front of this tender document.
**** End 00 41 43 ****
COUNTY OF ANNAPOLIS 00 53 43
ANNAPOLIS ROYAL WATER
RESERVOIR RE-LINING Page 1
TENDER NO. 17-354948-AA FORM OF AGREEMENT AUGUST 2017
This Agreement made this day of in the year 20 .
BY AND BETWEEN
Town of Annapolis Royal 285 St. George Street, Box 310 Annapolis Royal, NS B0S 1A0
hereinafter called the "Owner"
and _________________________________
_________________________________ _________________________________
hereinafter called the "Contractor"
The Owner and the Contractor agree as follows:
ARTICLE A1 - THE WORK
The Contractor shall: .1 Perform the Work required by the Contract Documents for:
Annapolis Royal Water Reservoir Re-lining located in Lequille, Annapolis County, NS for which the Agreement has been signed by the parties, and for which;
Hatch Corporation Suite 1009, 1809 Barrington Street Halifax, NS B3J 3K8
is acting as and is hereinafter called the “Engineer”, and .2 Do and fulfill everything indicated by this Agreement, and .3 Tenderer agrees to achieve substantial completion of the work to the satisfaction of the engineer
within 5 weeks of mobilizing to site but no later than November 10, 2017, provided the project is awarded no later than September 11, 2017. Tenderer agrees to complete the interior repairs such that the tank is offline no more than 14 calendar days.
ARTICLE A2 – AGREEMENTS AND AMENDMENTS
This Contract supersedes all prior negotiations, representations or agreements, either 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.
COUNTY OF ANNAPOLIS 00 53 43
ANNAPOLIS ROYAL WATER
RESERVOIR RE-LINING Page 2
TENDER NO. 17-354948-AA FORM OF AGREEMENT AUGUST 2017
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 (SSMS) dated January 2016. .2 Project Documents to be read in conjunction with the SMSS .1 Information to Tenderers (00 21 00) .2 Tender Form (00 41 43) .3 Form of Agreement (00 53 43) .4 Supplementary Specifications (00 74 00) .5 Additional Specifications .6 H166873-CC-RPT-CIV Annapolis Royal Water Reservoir Condition Assessment – Redacted for
reference .7 Addenda as issued and as confirmed in subsection 2.4 of section 00 41 43 – Form of Tender.
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 Estimated Contract Price is $ .3 All amounts shall be in Canadian funds. .4 The amounts shall be subject to adjustment as provided in the Contract Documents. .5 The final Contract Price will 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 plus the amount of HST.
ARTICLE A5 - 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.
COUNTY OF ANNAPOLIS 00 53 43
ANNAPOLIS ROYAL WATER
RESERVOIR RE-LINING Page 3
TENDER NO. 17-354948-AA FORM OF AGREEMENT AUGUST 2017
.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 3.2 and 3.3 of this Article.
.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 3.4 of this Article.
.6 To the amount calculated above, the Harmonized Tax will be added.
.4 The last day of the payment period shall be the last calendar day of the month.
.5 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 GC5.8 – PAYMENT OF HOLDBACK UPON SUBSTANTIAL PERFORMANCE OF THE WORK.
.6 Upon the issuance of the final certificate for payment 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.
.7 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.
.8 If the Owner fails to make payment to the Contractor as it becomes due under the terms of the Contract, interest shall be payable as follows:
.1 The annual interest rate applicable to the contract is 3% compounded monthly. .2 Interest shall be calculated on the overdue balance from the due date.
ARTICLE A6 - RECEIPT OF AND ADDRESSES FOR NOTICES IN WRITING .1 Notices in writing will be addressed to the recipient at the address set out below. .2 The delivery of a Notice in Writing will be by hand, by courier, by prepaid first class mail, or by
facsimile or other form of electronic communication during the transmission of which no indication of failure of receipt is communicated to the sender.
.3 A Notice in Writing delivered by one party in accordance with this Contract will be deemed to have been received by the other party on the date of delivery if delivered by hand or courier, or if sent by mail it shall be deemed to have been received five (5) working days after the date on which it was mailed.
.4 A Notice in Writing sent by facsimile or other form of electronic communication shall be deemed to have been received on the date of its transmission provided that such day is a Working Day. If such day is not a Working Day or if it is received after the end of normal business hours on the date of its transmission at the place of receipt, then it shall be deemed to have been received at the
COUNTY OF ANNAPOLIS 00 53 43
ANNAPOLIS ROYAL WATER
RESERVOIR RE-LINING Page 4
TENDER NO. 17-354948-AA FORM OF AGREEMENT AUGUST 2017
opening of business at the place of receipt on the first Working Day next following the transmission thereof.
.5 An address for a party may be changed by Notice in Writing setting out the new address delivered to the other party in accordance with this Article.
.1 The Owner at Town of Annapolis Royal 285 St. George Street, Box 310 Annapolis Royal, NS B0S 1A0 .2 The Contractor at
.3 The Engineer at Hatch Corporation Suite 1009, 1809 Barrington Street
Halifax, NS B3J 3K8
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.
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 inure to the benefit of and be binding upon the parties hereto, their respective heirs, legal representatives, successors and assigns.
ARTICLE A9 - RIGHTS AND REMEDIES 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.
ARTICLE A10 - TIME Time shall be construed as being the essence of the Contract.
COUNTY OF ANNAPOLIS 00 53 43
ANNAPOLIS ROYAL WATER
RESERVOIR RE-LINING Page 5
TENDER NO. 17-354948-AA FORM OF AGREEMENT AUGUST 2017
In witness whereof the parties hereto have executed this Agreement and by the hands of their duly authorized representatives.
SIGNED AND DELIVERED In the presence of:
OWNER
Name of Owner
Witness Signature
Name and Title of Person Signing
Witness Signature
Name and Title of Person Signing
CONTRACTOR
Name of Contractor
Witness Signature
Name and Title of Person Signing
Witness Signature
Name and Title of Person Signing
N.B. Where legal jurisdiction, local practice or Owner or Contractor requirements calls for (a) proof
of authority to execute this document, attach such proof of authority in the form of a certified copy of a
resolution naming the representative(s) authorized to sign the Agreement for and on behalf of the
corporation or partnership; or (b) the affixing of a corporate seal, this Agreement should be properly
sealed.
**** End 00 53 43 ****
COUNTY OF ANNAPOLIS 00 74 00
ANNAPOLIS ROYAL WATER
RESERVOIR RE-LINING Page 1
TENDER NO. 17-354948-AA SUPPLEMENTARY SPECIFICATIONS AUGUST 2017
INTENT .1 The Work is to be performed in accordance with the Standard Specifications for Municipal Services, Part II (latest edition) (the “Specifications”) 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 and take precedence over the
Specifications sections to which they refer. 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 new section 00 41 43 in this document. SECTION 00 53 43 - FORM OF AGREEMENT
Delete in its entirety and replace with new section 00 53 43 in this document. SECTION 00 72 45 - GENERAL CONDITIONS OF THE CIVIL WORKS CONTRACT
GC 3.11 SHOP DRAWINGS Add the following to existing clause 3.11.1:
… “or as requested by the Owners Representative.”
Add the following to existing clause 3.11.4:
“The Contractor’s schedule shall allow for a minimum review period of 5 working days by the Owners Representative.”
GC 5.4 – BASIS OF PAYMENT FOR COST PLUS WORK Add the following clause:
“5.4.7 The percentage fee as stated in clause 5.4.1 shall be ten percent (10%) of the cost plus work, but shall not be applied to the cost of construction equipment when such cost is based on rates which already include overhead and profit.”
GC 5.6 – PROGRESS PAYMENT After clause 5.6.3, add the following additional clause:
COUNTY OF ANNAPOLIS 00 74 00
ANNAPOLIS ROYAL WATER
RESERVOIR RE-LINING Page 2
TENDER NO. 17-354948-AA SUPPLEMENTARY SPECIFICATIONS AUGUST 2017
“5.6.4 The Contractor shall agree interim quantities with the Engineer for the purposes of progress payment claims, prior to submission of progress payment application.
5.6.5 The Contractor shall pay promptly any and all accounts for labour, services and materials
used for the purpose of the fulfilment of this Contract as and when such accounts become due and payable and shall furnish the Engineer with proof of payment of such accounts in such form and as often as the Engineer may request.”
GC 5.7 – SUBSTANTIAL PERFORMANCE OF THE WORK
After clause 5.7.4, add the following additional clause:
“5.7.5 Fifteen (15) days before the Contractor submits the application for Substantial Performance of the Work, all Operations and Maintenance Manual materials shall be submitted to the Engineer in accordance with the Contract Documents. The Certificate of Substantial Performance will not be issued until the Engineer received the required documents.”
GC 5.8 – PAYMENT OF HOLDBACK UPON SUBSTANTIAL PERFORMANCE OF THE WORK In Clause 5.8.1.2, in the first line change: “sworn or affirmed statement” to read “Statutory Declaration on CCDC Form 9A, latest edition” Delete subsection 5.8.4 and replace with the following:
“5.8.4.1 The contractor shall submit an application for the release of Hold-back amount which shall be dated not less than sixty (60) calendar days from the date of the Certificate of Substantial Performance issued by the Engineer. The following documents must be submitted in a form satisfactory to the Engineer, along with the application to release the hold-back. Each of the documents submitted must be dated sixty (60) calendar days after the date of issue of the Certificate of Substantial Performance of the Work by the Engineer.
.1 Application for the payment of the Hold back.
.2 Statutory Declaration (CCDC Document 9A) verifying that all liabilities incurred by the Contractor and Sub Contractor in carrying out the work has been paid in full except for amounts properly retained as a hold back and there are no outstanding liens, attachments or claims relating to the work for which the owner might in any way be held responsible.
.3 A certificate by deed search to the Owner by a solicitor qualified to practice law in the Province of Nova Scotia, certifying that no lien associated with the work exists against the Owner’s property or work.
.4 A certificate of clearance from the Nova Scotia Worker’s Compensation Board, certifying the Contractor’s compliance with the requirements of the applicable act and legislation.
.5 A valid letter of Good Standing issued by the Nova Scotia Construction Safety Association and the Nova Scotia Department of Labour.
COUNTY OF ANNAPOLIS 00 74 00
ANNAPOLIS ROYAL WATER
RESERVOIR RE-LINING Page 3
TENDER NO. 17-354948-AA SUPPLEMENTARY SPECIFICATIONS AUGUST 2017
.6 A statement of all outstanding claims against the contract which precede the date
of hold-back application. Outstanding claims not listed shall later be rejected.
.7 Complete Set of Final Record Drawings and documents as mentioned in section 01 10 00 as well as applicable manuals.
Then the Owner shall release to the Contractor seventy-five percent (75%) of the Holdback. If, however, the Final Measure is not signed within the sixty (60) days following the issue of the Certificate of Substantial Performance or if the Contractor has failed to provide the required documents as listed above, then the Owner shall release seventy-five percent (75%) of the Holdback within two (2) weeks following the date on which the Contractor meets these requirements.
5.8.4.2 The Owner will retain an amount equal to 25% of the Holdback as security and not as
holdback. The Owner will utilize this security towards rectification of deficiency or warranty items that have not been addressed prior to the end of the warranty period. The use of these security funds does not relieve the Contractor from any obligations or requirements identified in GC12 Warranty. Within 21 calendar days of the one year anniversary date of Substantial Performance, the Owner will release to the Contractor all monies and surety still retained, less the amount of any funds utilized by the Owner to rectify deficiencies as noted above.
5.8.4.3 The Owner may retain out of the holdback amount, any sums required by law to satisfy
any liens against the Work or, if permitted by the lien legislation applicable to the Place of Work, other third party monetary claims against the Contractor which are enforceable against the Owner.”
GC 5.10 – FINAL PAYMENT Delete clause 5.10.1 in its entirety and replace with the following:
“5.10.1 When the Contractor considers that the Work is completed, the Contractor shall submit an application for final payment. The Contractor’s application for final payment is considered to be valid when:
.1 Work has been completed in compliance with the Contract Documents and the
Engineer is satisfied that all the requirements of the Contract have been fulfilled by the Contractor.
.2 Defects have been corrected and deficiencies have been completed.
.3 Equipment and systems have been tested, adjusted and balanced and are fully operational and written reports as outlined in the Contract Documents have been provided to the Engineer.
.4 Certificates required by utility companies, manufacturer’s representative and inspectors have been submitted.
.5 Spare parts, maintenance materials, warranties and bonds have been provided. 5.10.2 If Work is deemed incomplete by the Engineer, complete outstanding Items and request re-
inspection. 5.10.3 If, in the opinion of the Engineer, it is not expedient to correct defective work or work is
not performed in accordance with the requirements of the Contract, the Owner may deduct
COUNTY OF ANNAPOLIS 00 74 00
ANNAPOLIS ROYAL WATER
RESERVOIR RE-LINING Page 4
TENDER NO. 17-354948-AA SUPPLEMENTARY SPECIFICATIONS AUGUST 2017
from the Contract Price the difference in value between work performed and that called for by the Contract Documents, the amount of which shall be determined by the Engineer.”
Renumber existing clauses 5.10.2, 5.10.3 and 5.10.4 to 5.10.4, 5.10.5, and 5.10.6 respectively. In renumbered clause 5.10.6, change “5 working days” to read “15 calendar days”.
GC 6.2 – CHANGE ORDER Add new clause as follows:
“6.2.4 If the method of adjustment of the Contract Price presented by the Contractor is a lump sum or a unit price quotation as indicated in 6.2.2.2, the mark-up on changes shall be as follows: .1 Work performed by Contractor’s own forces: cost plus ten percent (10%) overhead
plus ten percent (10%) fee. .2 Work performed by Subcontractor’s forces: cost plus ten percent (10%) overhead
plus five percent (5%) fee.” GC 6.5 – DELAYS Add the following:
“6.5.6 Notwithstanding the above subsections, time shall be construed as being of the essence of the Contract. The date of expiring of the time allowed in accordance with the Contract for substantial performance of the Work shall be termed the Date for Completion. Should the Contractor fail to substantially perform the Work by the Date of Completion, the period of time from the Date for Completion to the date of Substantial Performance of the Work as determined by the Engineer, shall be termed the Period of Delay.
6.5.7 In the event of there being a Period of Delay, the Contractor shall be liable for and shall
pay to the Owner liquidated damages during the Period of Delay, and all additional fees, disbursements and costs incurred by the Owner by reason of there being such period of delay. The said sum or sums in view of the difficulty of ascertaining the losses which the Owner may suffer by reason of delay in the performance of the said Works, is hereby agreed upon, fixed and determined by the parties hereto as liquidated damages that the Owner will suffer by reason of said delay and default and not as a penalty. The value of the liquidated damages shall be $500.00 per day for the duration of the Period of Delay. The Owner may deduct the amount of such liquidated damaged from any monies payable to the Contractor under the Contract.”
GC 9.5 – CONSTRUCTION SAFETY Add the following clause:
“9.5.2 W.H.M.I.S. – Workplace Hazardous Materials Information Systems & Hazardous Products Act – Government of Canada Regulations under the Hazardous Products Act and the regulation regarding the handling and storage of hazardous materials must be complied with (reference: Regulation 88-221). These regulations stipulate that employees must be trained in the proper handling of workplace hazardous material.”
COUNTY OF ANNAPOLIS 00 74 00
ANNAPOLIS ROYAL WATER
RESERVOIR RE-LINING Page 5
TENDER NO. 17-354948-AA SUPPLEMENTARY SPECIFICATIONS AUGUST 2017
GC 11.2 CONTRACT SECURITY Add the following:
“11.2.3 The cost of providing performance security shall be absorbed as an administration cost and no separate payment shall be made by the Owner to the Contractor to cover any expense related to this security.
11.2.4 .1 The Tenderer shall provide the Owner with tender security in the following form:
The Owner requires a bid bond for ten (10%) percent of the tender price payable to the Owner, without recourse by the Contractor, to be used as tender security.
.2 The successful bidder, as set out in the Instructions to Bidders, shall provide within ten (10) days of the award of Contract, a Performance Bond and Materials and Labour Bond, each in the amount of fifty (50%) percent of the tendered sum, on the forms provided by and acceptable to the Owner, the cost to be included in the Tender price.
.3 The Contractor shall maintain the Contract Security and leave in possession of the Owner the required bond and certified cheque until the work is certified as being complete.”
SECTION 01 10 00 - GENERAL REQUIREMENTS
Page 1, delete subsection 2.1 and replace with the following:
“.1 This project is located at the Annapolis Royal Water Reservoir in Lequille, Annapolis County, Nova Scotia. The work generally includes but is not limited to the following:
• Draining the tank.
• Cleaning the tank.
• Spot repairs in the tank that may include grinding, plating, and welding.
• Re-lining the inside of the tank.
• Stripping, inspecting, and recoating the exterior of the tank.
• Provisional: exterior tank repairs if required.”
Page 1, add the following to Section 3:
“.6 The contractor shall strive to minimize effects of his works upon the owners, tenants, or users of project lands and adjacent properties and shall repair any damage promptly as directed by the Engineer.
.7 Notify appropriate agencies and inspectors prior to commencing and during the work.
.8 Notify Owner and Engineer of construction schedule one week before commencing construction and one week prior to erecting construction signage.
.9 Unless agreed to by the Owner, equipment shall not be operated before 7:00 am and after 7:00 pm.
.10 Use of private property for site access, staging, laydown areas, disposal of excess materials, etc. shall be negotiated solely by the Contractor and confirmed in writing, signed by the affected property owner and submitted to the Owner and Engineer for their
COUNTY OF ANNAPOLIS 00 74 00
ANNAPOLIS ROYAL WATER
RESERVOIR RE-LINING Page 6
TENDER NO. 17-354948-AA SUPPLEMENTARY SPECIFICATIONS AUGUST 2017
records. The Owner assumes no liability for any claims or costs resulting from the use of private property by the Contractor.
.11 Notwithstanding the provisions of Section 00 72 45, Clause 5.7 – Substantial Performance of the Work, the work will not be certified substantially complete until all reinstatement is complete.”
Page 1, add the following to Section 5:
“.3 Prior to the commencement of work, the Contractor shall take photographs of the place of work and those properties adjacent to the place of work. The Engineer, or an authorized representative of the Engineer, may be present during the taking of the photographs to make comments on the conditions of the site. These photographs, together with those collected by the Owner’s Representative, will serve as a record of site conditions prior to the commencement of work”
Page 2, delete clause 7.1.4 and replace with the following:
“7.1.4 Submit to Engineer for review one electronic copy in searchable PDF file format of shop drawings.”
Page 2, add the following to subsection 7.1:
“7.1.8 Submit shop drawings for the following items, in addition to items identified on the drawings or elsewhere in the specification:
.1 All coating systems .2 all other non-standard items”
Page 4, delete clause 10.3 and replace with the following: “10.3 Engineer’s Site Office is not required” Page 5, add new clause 10.6 & 10.7 and replace with the following:
“10.6 Temporary power will not be provided. 10.7 Temporary water will not be provided.”
Page 5, revise clause 11.1 as follows:
“.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 operations base. Use of private property for site access, staging, laydown areas, disposal of excess materials, etc. shall be negotiated solely by the Contractor and confirmed in writing, signed by the affected property owner and submitted to the Owner and Engineer for their records. The Owner assumes no liability for any claims or costs resulting from the use of private property by the Contractor.”
COUNTY OF ANNAPOLIS 00 74 00
ANNAPOLIS ROYAL WATER
RESERVOIR RE-LINING Page 7
TENDER NO. 17-354948-AA SUPPLEMENTARY SPECIFICATIONS AUGUST 2017
Page 7, add the following new section 17: “17. Site Cleanup .1 Construction sites shall be kept neat and tidy and undergo a thorough cleanup at
the end of each working day (or more frequent intervals if required), to the satisfaction of the Engineer. This includes, but not limited to, the following; removal of gravel/soils/debris from paved and landscaped areas (except for designated laydown 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 and maintenance of safety and traffic control equipment (signs, barricades, cones, etc.).”
SECTION 01 22 00 - MEASUREMENT AND PAYMENT
WATER MAIN SYSTEM Page 5, add the following new item 19: “19. Valve Seal Replacement
Unit of Measurement: Each (Ea.)
This item includes: removal and disposal of existing valve seals and replacement with new seals
ADDITIONAL ITEMS Page 12, add the following new items 76, and 77: “76. Interior Tank Repairs and Exterior Tank Inspection
Unit of Measurement: lump sum (L.S.)
This item includes: draining, cleaning, stripping, preparing and re-lining of the tank as well as performing any necessary repairs which could include, but are not limited to the following: grinding, plating, and re-welding. This item also includes any repairs or replacements deemed necessary to intake and outflow pipes, supports and seals. Item is inclusive of all clean up, environmental site management, mobilization, demobilization and any other incidentals that may be required to complete the Work.
77. Exterior Tank Coating and Inspection
Unit of Measurement: lump sum (L.S.)
This item includes: stripping, cleaning, preparing and recoating the exterior of the tank. Item is inclusive of all clean up, environmental site management, mobilization, demobilization and any other incidentals that may be required to complete the Work. This item also includes cleaning and resealing the lower lip of the reservoir.
COUNTY OF ANNAPOLIS 00 74 00
ANNAPOLIS ROYAL WATER
RESERVOIR RE-LINING Page 8
TENDER NO. 17-354948-AA SUPPLEMENTARY SPECIFICATIONS AUGUST 2017
78. Provisional: Exterior Tank Repairs
Unit of Measurement: per diem (P.D.)
This item includes: any exterior repairs deemed necessary by the Engineer after stripping the tank exterior which could include, but are not limited to the following: grinding, plating, and re-welding. Item is to be submitted as per diem rates and is inclusive of all clean up, environmental site management, mobilization, demobilization and any other incidentals that may be required to complete the Work.
CONTINGENCY ALLOWANCE No payment will be made under this item unless authorized by the Engineer.
Expenditures under the contingency allowance shall be authorized in accordance with Part 6, CHANGES – in the General Conditions. Any portion of the contingency allowance remaining upon completion of the Contract shall not
form part of the final contract price.
SECTION 01 57 00 - ENVIRONMENTAL PROTECTION
Refer to section 3.3 of the attached Additional Specifications
**** End 00 74 00 ***
COUNTY OF ANNAPOLIS 00 74 00
ANNAPOLIS ROYAL WATER
RESERVOIR RE-LINING Page 9
TENDER NO. 17-354948-AA SUPPLEMENTARY SPECIFICATIONS AUGUST 2017
WATER TANK RE-LINING SPECIFICATION
PART 1 - GENERAL 1.1 DESCRIPTION
A. Intent of Specification
1. To present minimum requirements for performance of work.
2. To provide requirements for debris handling and storage, testing, and removal.
B. SCOPE OF WORK
The work performed under these specifications includes furnishing all labour, materials, tools, and equipment necessary to inspect and perform all required repair work on the Annapolis Royal Water Reservoir at Lequille. The work will also include mobilization, demobilization, removal and proper disposal of all debris, erecting any temporary structures, such as scaffolding, and any other incidentals required during the project.
1.2 REQUIREMENTS
1. All tank painting and paint testing shall be in accordance with AWWA D102, the Steel Structures
Painting Council Specification SSPC-PA1, approved paint manufacturer specifications and as
specified herein.
2. No bare metal is to be left after sandblasting for a period of 12 hours or longer without primer
being applied. Additional sandblasting may be required if inspector determines it is needed.
3. No paint shall be applied when the temperature of the surface to be painted is below the minimum
temperature specified by the paint manufacturer, or less than 3 degrees Celsius above the dew
point temperature. Paint shall not be applied to wet or damp surfaces or when the relative
humidity exceeds 80% unless allowed by the manufacturer’s data sheets. Follow manufacturer’s
recommendations for the specific paint system used.
4. Protect all adjacent work, vehicular traffic, property and persons from damage, i.e., over spray,
overblast, and spillage. Should damage occur, make provisions for repair of damage in a timely
manner.
5. Properly store and handle materials according to manufacturer’s requirements and in compliance
with applicable government regulations.
6. Contractor to provide daily site clean up.
1.3 PRODUCT HANDLING
A. Delivery and Storage
COUNTY OF ANNAPOLIS 00 74 00
ANNAPOLIS ROYAL WATER
RESERVOIR RE-LINING Page 10
TENDER NO. 17-354948-AA SUPPLEMENTARY SPECIFICATIONS AUGUST 2017
1. All paints, coatings and related materials shall be delivered to the job site or Fabrication shop
in original unopened containers with the product name, type and batch colour, and
manufacturer date clearly marked on each container.
2. All materials used on the job by the Contractor shall be stored in a single place provided by
the Contractor or designated by the Engineer at the job site. One site and fabrication shop
storage shall comply with Nova Scotia Occupational Safety General Regulations.
3. Oily or solvent-soaked rags and all waste shall be removed from the job site every night, and
all necessary precautions shall be taken to reduce fire hazards to a minimum.
4. Upon completion of work, if the storage space was a fixed part of the project it shall be left
clean. Any damages to such storage space or its surroundings shall be repaired by the
Contractor.
PART 2 – PRODUCTS 2.1 INTERIOR A. Surface Preparation
1. Prior to surface preparation for coating, visible deposits of oil, grease, or other
contaminants shall be removed in accordance with SSPC-SP1 or other methods approved
by the engineer.
2. Prior to abrasive blast cleaning, surface imperfections such as sharp fins, sharp edges,
weld spatter, or burning slag shall be removed from the surface. Sharp corners and edges
shall be ground to a smooth round edge with a radius of 1.5mm-2.0mm.
3. Abraded or otherwise damaged areas of existing paint shall be repaired using comparable
materials and procedures as approved by the Engineer.
4. Abrasive blast clean to Sa2.5 (ISO 8501-1:2007) or SSPC-SP10. If oxidation has
occurred between blasting and application, the surface should be reblasted to the
specified visual standard. Surface defects revealed by the blast cleaning process, should
be ground, filled, or treated in the appropriate manner.
5. A sharp and singular surface profile of 3-5 mils is required.
6. Prior to coating, Dust and loose residues shall be removed from prepared surfaces by
blowing off with clean, dry air; vacuum cleaning; or other methods approved by the
engineer.
B. Welding Inspection and Testing
1. The Contractor’s welding inspector shall either be currently certified to CSA W178.2 or
AWS QC1 or shall be suitably trained and experienced, to the satisfaction of the
COUNTY OF ANNAPOLIS 00 74 00
ANNAPOLIS ROYAL WATER
RESERVOIR RE-LINING Page 11
TENDER NO. 17-354948-AA SUPPLEMENTARY SPECIFICATIONS AUGUST 2017
Engineer, to ensure that adequate competency exists for the inspection tasks to be
performed.
2. Complete all welding repairs in accordance with CSA W59 “Welded Steel Construction
(Metal Arc Welding)”.
C. Stripe Coat
1. Apply Enviroline 230 to all welds, chimes, and seam areas; small fitments of difficult
configuration; and areas of pitting by brush. Alternates may be submitted to the Engineer
for Approval with supporting documentation.
1. Stripe coat shall be applied at a dry film thickness of 5 mils.
D. Coating
2. After achieving the specified surface preparation and prior to coating application interior
wetted surfaces must be confirmed free from surface contaminants.
3. Immediately after blasting and before any rusting occurs (within 12 hours max.) apply
one (1) full coat of Enviroline 230 epoxy phenolic lining system. Alternates may be
submitted to the Engineer for Approval with supporting documentation.
4. Dry film thickness to be a minimum of 20 mils.
2.2 EXTERIOR A. Surface Preparation
1. Before blast cleaning, visible deposits of oil, grease, or other contaminants shall be
removed in accordance with SSPC-SP1 or other methods approved by the engineer.
2. Before blast cleaning, surface imperfections such as sharp fins, sharp edges, weld spatter,
or burning slag should be removed from the surface.
3. Abrasive blast clean to Sa2 (ISO 8501-1:2007) or SSPC-SP6. If oxidation has occurred
between blasting and application, the surface should be reblasted to the specified visual
standard. Surface defects revealed by the blast cleaning process, should be ground, filled,
or treated in the appropriate manner.
4. The blast profile should be jagged and between 1.5 to 2.5 mils.
5. Prior to painting, dust and loose residues shall be removed from prepared surfaces by
blowing off with clean, dry air; vacuum cleaning; or other methods approved by the
engineer.
COUNTY OF ANNAPOLIS 00 74 00
ANNAPOLIS ROYAL WATER
RESERVOIR RE-LINING Page 12
TENDER NO. 17-354948-AA SUPPLEMENTARY SPECIFICATIONS AUGUST 2017
B. Stripe Coat
1. Stripe coats should be applied to all welds, lap joints, plate edges, corners, sharp edges,
and any other areas where spray application of the overall coating system may prove
difficult resulting in low dry film thickness.
C. Primer Coat
1. Immediately after blasting and before any rusting occurs (within 12 hours max.) apply
one (1) coat of Cathacoat® 302H primer to unpainted areas. Alternates may be submitted
to the Engineer for Approval with supporting documentation. This coating is to be
applied at dry film thickness of a minimum of 3.0 mils.
D. Intermediate Coat
1. Apply one (1) coat of Bar-Rust® 235 semi gloss coating at 7.0 mils. Alternates may be
submitted to the Engineer for Approval with supporting documentation. Colour is to be
two shades lighter than the finish coat but in the same colour family as to ensure
complete hide.
E. Finish Colour Coat
1. Apply one (1) coat of Devthane® 379 in a colour selected by the Engineer/Owner at 3.0
mils. Alternates may be submitted to the Engineer for Approval with supporting
documentation.
PART 3 – EXECUTION 3.1 INTERIOR
A. Confined Space Entry
1. Contractor shall submit to the Owner a confined space entry plan including but not
limited to procedures for monitoring, air testing, vapour and combustion management,
emergency procedures and any other requirements to comply with applicable Provincial
and Federal laws.
B. Examination
2. Examine areas and conditions under which application of coating systems shall be
performed for conditions that will adversely affect execution, permanence, or quality of
coating system application.
3. Correct conditions detrimental to timely and proper execution of Work.
4. Do not proceed until unsatisfactory conditions have been corrected.
COUNTY OF ANNAPOLIS 00 74 00
ANNAPOLIS ROYAL WATER
RESERVOIR RE-LINING Page 13
TENDER NO. 17-354948-AA SUPPLEMENTARY SPECIFICATIONS AUGUST 2017
5. Commencement of installation constitutes acceptance of conditions and responsibility for
satisfactory performance.
C. Preparation
1. Take precautionary measures to prevent fire hazards and spontaneous combustion.
Remove empty containers from site at completion of each day’s work.
2. Provide drop cloths, shields, and other protective equipment.
3. Protect elements surrounding work from damage or disfiguration.
4. As Work proceeds, promptly remove spilled, splashed, or splattered materials from
surfaces. Leave storage area neat and clean at all times.
D. Application
1. General Requirements:
i. Apply coating systems in compliance with manufacturer's instructions and using
application method best suited for obtaining full, uniform coverage and hide of surfaces to be coated.
ii. Work shall be implemented in compliance with applicable sections of AWWA D102 and the latest revisions thereto.
iii. Apply primer, intermediate, and finish coats to comply with wet and dry film
thicknesses and spreading rates for each type of material as recommended by manufacturer and in accordance with SSPC-PA2.
iv. Number of coats specified shall be minimum number acceptable. Apply additional
coats as needed to provide a smooth, even application. Closely adhere to re-coat times recommended by manufacturer. Allow each coat to dry thoroughly before applying next coat. Provide adequate ventilation for tank interior to carry off solvents during drying phase.
v. Employ only application equipment that is clean, properly adjusted, and in good
working order, and of type recommended by coating manufacturer.
2. Thinning: Thinning requirements for specified products are to be found in the paint
manufacturer’s printed data sheets and are to be strictly adhered to.
3. Disinfection and Filling of Tank:
i. Provide adequate ventilation for proper drying of paint on interior surfaces and
which will remove solvent vapors.
ii. Following final application, tank shall not be disinfected or filled until coating system is fully cured.
COUNTY OF ANNAPOLIS 00 74 00
ANNAPOLIS ROYAL WATER
RESERVOIR RE-LINING Page 14
TENDER NO. 17-354948-AA SUPPLEMENTARY SPECIFICATIONS AUGUST 2017
iii. For disinfection, comply with the American Water Works Association Standard AWWA C652-92.
E. Acceptance of Work
1. All surface preparation shall be approved by the Engineer/ Owner before primer is
applied.
2. Request acceptance of each coat before applying next coat.
3. Correct work that is not acceptable and request re-inspection.
4. Contractor shall provide access equipment and necessary inspection equipment including,
but not limited to: Dry Film Thickness Gauge, Surface Profile Micrometer Tape and
Surface Thermometers for the Owner / Engineer or their authorized representative to
inspect all surfaces during any phase of the painting operation.
3.2 EXTERIOR
A. APPLICATION
1. Materials shall be mixed, thinned and applied per the manufacturer's printed instructions
and in accordance with AWWA D 102-11.
2. Prepare surfaces in accordance with coating system's specifications. Touch up welds,
burned and abraded areas with specified primer before applying field coats.
3. Allow each coat to dry thoroughly before applying next coat. Provide adequate
ventilation for tank interior to carry off solvents during drying phase.
4. Finish coats shall be uniform in color and sheen without streaks, laps, runs, sags or
missed areas.
B. ACCEPTANCE OF WORK
1. All surface preparation shall be approved by the Engineer/ Owner before primer is
applied.
2. Request acceptance of each coat before applying next coat.
3. Correct work that is not acceptable and request re-inspection.
4. Contractor shall provide access equipment and necessary inspection equipment including,
but not limited to: Dry Film Thickness Gauge, Surface Profile Micrometer Tape and
Surface Thermometers for the Owner / Engineer or their authorized representative to
inspect all surfaces during any phase of the painting operation.
COUNTY OF ANNAPOLIS 00 74 00
ANNAPOLIS ROYAL WATER
RESERVOIR RE-LINING Page 15
TENDER NO. 17-354948-AA SUPPLEMENTARY SPECIFICATIONS AUGUST 2017
3.3 WASTE MANAGEMENT
A. General Requirements:
1. Remove and dispose of, in a legal manner, all rubbish or other unsightly material leaving
the premises in pre-project condition.
2. Place materials defined as hazardous or toxic waste in designated containers.
3. Containment as required shall be in accordance with SSPC-Guide 6 (CON), Guide for
Containing Debris Generated During Paint Removal Operations.
4. Disposal as required shall be in accordance with SSPC-Guide 7 (DIS), Guide for the
Disposal of Lead-Contaminated Surface Preparation debris.
5. Do not dispose of paints or solvents by pouring on ground. Place in designated containers
for proper disposal.
6. The contractor shall be responsible for containing all paint and debris associated with all
phases of operations to the site and comply with the Nova Scotia Guidelines for the
Application and Removal of Structural Steel Protective Coatings for the containment,
removal, testing, and disposal of all site-generated debris.
1809 Barrington Street, CIBC Building, Suite 1009Halifax, Nova Scotia Canada B3J 3K8
Tel: +1 (902) 421 1065 www.hatch.com
H166873-CC-RPT-CIV-024-0001, Rev. A
© Hatch 2016 All rights reserved, including all rights relating to the use of this document or its contents.
July 12, 2016
Gregory Barr
Town of Annapolis Royal
285 St. George Street Box 310
Annapolis Royal, NS B0S 1A0
Dear Mr.Barr:
Subject: Annapolis Royal Water Reservoir Condition Assessment
This report summarizes the results of our review of the condition of the Lequille Water Reservoir located at
Civic Number 9661 Highway 8. In producing the report, we have reviewed ultrasonic thickness
measurement (UTM) reports provided by Huntley Sub-Aqua to determine the stability of the tank walls,
reviewed video reports of the dive operation to comment on the internal condition of the tank and performed
a ground level external visual inspection to comment on the external condition of the tank.
1. Background Information
Given the age of the tower, little background documentation was available to assess the current condition
against the original design and construction of the tower. The Town provided Hatch with the following
specifications:
Tank Diameter: 48 feet (14.63 metres) Tank Height: 32 feet (9.75 metres) Year of Construction: 1965 Capacity: 400,000 USG (1.5 M Litres)
No as-built information or original design records are available so the engineering analysis is concerned
with the current condition and steps to mitigate future tank degradation. Estimating past rate of corrosion
based on as-built conditions to extrapolate the lifespan of a “do nothing” option is not possible in the
absence of baseline condition and interim condition reports.
We also understand that there have been no reports of adverse water quality (turbidity, taste or odor) for
water coming from the reservoir.
July 12, 2016
H166873-CC-RPT-CIV-024-0001, Rev. APage 2
© Hatch 2016 All rights reserved, including all rights relating to the use of this document or its contents.
2. Reservoir Condition
The reservoir condition report has been divided into sections to address stability, interior, exterior, and base
of the structure.
2.1 Stability
The UTM was based on several hundred UTM points and a visual inspection report from Huntley’s Sub-
Aqua. The results of that investigation are presented in Table 1:
Table 1: Ultrasonic Thickness Measurements
Section Thickness Range (mm)
Comments (From Huntley’s Sub-Aqua)
1 Base 8.0 – 8.5 I did not find any metal deterioration on the interior or exterior. 2 Shell 6.5 – 6.7 I did not find any metal deterioration on the interior or exterior. 3 Shell 6.4 – 6.7 I did not find any metal deterioration on the interior or exterior.
4 Shell 6.6 – 6.9
Some minor seam deterioration on exterior welds to the top cap. I did not find any metal deterioration on interior or exterior walls.
5 Top Cap 4.9 – 5.1 Only 30 points were tested on this part of the reservoir
Based on the lowest reported shell thickness at maximum water depth, the structure has a factor of safety
against failure of the shell of 1.9. This factor of safety is based on conservative estimates of steel strength
and could be as high as 2.6 based on material commonly in use at the time of construction. There is no
apparent risk of failure based on the current thickness of steel.
2.2 Interior
From the video report, there did not appear to be any indication of major corrosion on the interior of the
tank wall. However, there was evidence of significant corrosion along one weld seam. Figure 1 shows a
representative section of this weld with pockets of corrosion. Figure 2 shows a close-up of the pitting on
and above the weld seam.
Figure 1: Weld Corrosion Figure 2: Pitting Close-Up
July 12, 2016
H166873-CC-RPT-CIV-024-0001, Rev. APage 3
© Hatch 2016 All rights reserved, including all rights relating to the use of this document or its contents.
Pitting and corrosion appears to be limited to isolated areas along the tank wall and some welds. However,
the tank liner has degraded over the entire interior surface of the tank. Figure 3 shows the remains of the
tank liner (white) and the exposed metal (brown/black) at a representative section of tank wall.
Internal piping, shown in Figure 4, also appears to have lost liner material and may be showing signs of
corrosion.
Figure 3: Degraded Liner Figure 4: Potential Pipe Corrosion
2.3 Exterior
There were no obvious signs of corrosion or weld degradation on the exterior of the reservoir tank.
However, it is possible that corrosion is masked by the tank coating and may become evident later. The
label plate on the outside of the tank had become detached and there was significant rusting on its mount
plate, shown in Figure 5. The tank is founded on a concrete slab which was in good condition where visible.
The lip along the bottom of the tank was in relatively good condition except for one section on the
Figure 5: Label Plate Figure 6: Missing Sealant Figure 7: Corrosion Under Lip
west side of the tank. A significant section of foam insert was missing and the steel had begun to corrode.
Figures 6 and 7 show the corrosion along this section of the tank lip, which in the short term is not expected
to compromise tank functionality, but should be repaired to prevent further degradation.
July 12, 2016
H166873-CC-RPT-CIV-024-0001, Rev. APage 4
© Hatch 2016 All rights reserved, including all rights relating to the use of this document or its contents.
2.4 Base
The base of the structure that forms the internal floor of the reservoir could not be assessed because of
sediment on the floor. We note that with this type of structure, failure of the lower section of tank would be
non-catastrophic and could be seen outside by leakage from the tank bottom. Since there is no leakage
there is no immediate concern with the lower section of tank. We have assumed that any rehabilitation
work would include spot repair and re-lining of the tank bottom.
3. Conclusions
Given the current condition of the tank and the lack evidence of water quality problems in the water supply,
there is no indication that the reservoir needs to be replaced at this time. However, because the lining has
degraded, the tank wall and internal piping is beginning to corrode. If allowed to continue, the reservoir will
likely need to be replaced in the short term. Without any baseline data to assess the progression of
corrosion, it is difficult to pinpoint a precise lifespan, but five to ten years is a conservative estimate.
Alternately, the tank may be drained, cleaned, and relined after spot repairs (grinding, plating and re-
welding) are done at the problem areas. This work is recommended as soon as possible to
a) Reduce the risk of corroded areas progressing beyond the point of repair;
b) Slow the rate of internal corrosion to extend the lifespan of the reservoir;
c) Prevent the risk of taste, odor and staining that can be related to rust in potable water;
d) Reinstate the lining is required to meet current standards for potable water reservoirs, and
e) Allow inspection of the tank bottom once cleaned.
When the interior work is done, we recommend stripping and recoating the exterior of the tank at the same
time to allow the exterior welds to be inspected and repaired in case there is corrosion currently hidden
beneath the existing coating. Exterior repairs should also include re-sealing the lower lip of the tank to
mitigate water ingress and slow corrosion, particularly in the section currently lacking the foam seal.
For capital planning purposes, preventative maintenance can be expected to extend the lifespan by twenty
years. We recommend that the tank interior, wall thickness and welds should be reassessed at the ten,
fifteen and twenty year mark to determine whether this lifespan estimate may be extended as a result of
the preventative maintenance.
4. Cost Estimates and Recommendations
The following analysis is based on a 2.0% inflation rate (based on the past 20 years’ average) and an
investment rate of 6.0% for a net discount rate of 4.0%. This discount rate has been used to calculate the
net present value of each option.
Based on current market costs, replacement of the tank would cost approximately $1,600,000. The
estimate includes a 20% cost contingency and an additional 15% in estimated engineering fees to cover
design and construction inspection.
Relining costs for the interior of the tank has been estimated at $180,000. Cleaning and re-coating of the
exterior of the tank with a urethane coating (20 year lifespan) has been estimated at $80,000. A contingency
NOTE: REPORT REDACTED FOR TENDER PURPOSES
top related