request for quotation - nova scotianovascotia.ca/tenders/pt_files/tenders/q13m109.pdfhalifax...

35
Name of Company Quoting _________________________ Halifax Regional Municipality(HRM) Quotation Q13M109 Supply and Installation of one(1) New Stage: Village Green Park Description of requirement: SITE PREPARATION Works are to include the supply of all labour, materials and equipment to prepare site for stage equipment installation. This includes removal of unsuitable material (i.e. footings, equipment, fill, etc.) Excavation, re-grading. Site area for protective surfacing is to be level and compacted. Surplus material to be removed from site unless otherwise stipulated. Bedrock removal not required. 2) STAGE INSTALLATION ----- NS Quotation deadline:2013.09.06 REQUEST FOR QUOTATION RFQ number/date 2060018032 / 2013.08.22 RFQ Collective Number Q13M109 Contact person/Telephone Mitchell Crowell/902 490-4207 This number must appear on all invoices lading bills, containers and correspondence. Send queries DIRECT to Purchasing Agent. Please send completed RFQ to: Halifax Regional Municipality Procurement Division Suite 103, 40 Alderney Drive, Dartmouth, NS B2Y 2N5 THIS IS NOT A PURCHASE ORDER Your vendor number with us

Upload: vokhanh

Post on 30-Mar-2018

221 views

Category:

Documents


2 download

TRANSCRIPT

Name of Company Quoting _________________________

Halifax Regional Municipality(HRM)

Quotation Q13M109 Supply and Installation of one(1) New Stage: Village Green Park

Description of requirement:

SITE PREPARATION

Works are to include the supply of all labour, materials and equipment to prepare site for stageequipment installation. This includes removal of unsuitable material (i.e. footings, equipment, fill, etc.)Excavation, re-grading. Site area for protective surfacing is to be level and compacted. Surplus materialto be removed from site unless otherwise stipulated.

Bedrock removal not required.

2) STAGE INSTALLATION

----- NS

Quotation deadline:2013.09.06

REQUEST FOR QUOTATION

RFQ number/date2060018032 / 2013.08.22RFQ Collective NumberQ13M109Contact person/TelephoneMitchell Crowell/902 490-4207

This number must appear on all invoices lading bills, containersand correspondence.Send queries DIRECT to Purchasing Agent.Please send completed RFQ to: Halifax Regional Municipality Procurement Division Suite 103, 40 Alderney Drive, Dartmouth, NS B2Y 2N5THIS IS NOT A PURCHASE ORDERYour vendor number with us

The Contractor shall supply and install a stage containing components and component constructionmaterials that meet or exceed:

ABC Recreation: Houston Half Hexagon (HHA) Poligon ShelterModel # HHA28Width: 28'Depth: 13'Under Perimeter Beam: 10'No. of Columns: 4Shaded Area: 255 sq. ft.Centre of Columns: 12'- 4"Colour: White

Roof colour: Evergreen

NOTE: THERE IS NO ORNAMENTATION.

- geo test (by owner)- off loading (by owner)

- obtain building permit (by contractor)- footing design and necessary engineering fees (by owner)- post installation inspection (by owner)- construction of footings (by contractor)- installation of anchor bolts and footings prior to assembly (by contractor)- lighting fixtures and mounting for lighting fixtures (by owner)

Approved 'alternates'

.1) All quotations in which equipment alternates are proposed must be accompanied by manufacturer'sliterature describing the equipment in detail. The Project Manager reserves the right to accept or rejectthe proposal.

.2) Heights and dimensions of all proposed equivalent equipment must meet or exceed that of thespecified equipment.

Non-Mandatory job site meeting for this quotation

Contractors to meet Patricia MacDonald, HRM Parks Planner Project Manager at Village GreenPark,2584 Rocky Lake Drive, Waverley on Friday, August 30/13 11am Atlantic Standard Time.

Contractor to contact HRM Parks Planner Project Manager Patricia MacDonald at 476 5101, ifcontractor requires directions to the non-mandatory job site meeting.

Closing Date:

Quotation Q13M109 closing Friday, September 06/13 at 4:00 pm Atlantic Standard Time (AST).

----- NS RFQ number/date2060018032 / 2013.08.22

Page2

Quotations can be delivered to HRM Procurement located at Alderney Gate, 40 Alderney Dr., Suite#103, Dartmouth NS, or faxed to Mitchell Crowell, HRM Procurement at (902)490-6425.

Do not mail quotations etc. thru Canada Post, as Canada Post does not deliver to Alderney Gate whereHRM Procurement Offices are located.

HRM Standard Terms & Conditions:

The Terms and Conditions for this solicitation can be located at either the www.halifax.ca website at:

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

or picked up at the Procurement Office, 40 Alderney Dr., Suite#103, Dartmouth NS.

Submission of a response to this Request for Quotation confirms that your company has viewed andaccepts these Terms and Conditions.

Supplementary Terms and Conditions:

Questions concerning specifications, requirements or application contact Patricia MacDonald 476 5101.

Questions concerning the terms and conditions or the procurement process contact Mitchell Crowell at490 4207.

Workers Compensation, Safety and Insurance requirements same as stated in HRM Standard Terms andConditions.

NOTE:*******************************************************References to state three applicable customer references for doing similiar work. References to statename of company, contact person, tel# and location and description of work done. References to bereturned back with HRM quotation form by the closing date and time.*************************************************************

This quotation job will be awarded depending on budget approval and funding for this project less anydiscount payment terms.

Pricing will not be released until funding is in place and this quotation is awarded. Contractors will begiven the name of the low price bidder only if requested. This quotation is not a public opening.

The Contractor shall properly execute and complete all of the work indicated and called for in thespecifications and drawings.

----- NS RFQ number/date2060018032 / 2013.08.22

Page3

The Contractor shall coordinate all divisions of the work including the work of all subcontractors andsuppliers. Be responsible for scheduling and expediting their work and deliveries, including correction ofall defective work.The Contractor shall be responsible for compliance by all persons or parties engaged on the work withall laws, building codes and ordinances insofar as they apply to work carried out under this quotation.

The Contractor shall obtain all permits, licenses and certificates, and approved engineering plans ifapplicable and pay all fees required for the performance of the Work which are in force at the date ofquotation submission.

Work of this trade must be executed by a company who has at least a minimum of three (3) yearsproven first class experience in this type of work or personnel doing this work. Contractor must haveadequate equipment and qualified staff to expediently complete the job in an efficient work person likemanner.

Scope of Work:

Attachments list below form part of HRM Quotation Q13M109

- VillageGreenShelterSpecifications.doc;stagespec.docx

- Frame and Roof Color card

- TestPit Investigation-Proposed Stage 2584 Rocky Lake

- Stagespec.docx

Health and Safety Act

Every contractor shall take every precaution that is reasonable in the circumstances to ensure thatevery employee, self employed person and employer performing work in respect of the project complieswith the latest revision of the Nova Scotia Health & Safety Act and Regulations, HRM Health & SafetyRegulations and all other safety measures as required by authorities having jurisdiction.

Safety Plan

Within three (3) days notification of award the contractor shall provide Patricia MacDonald with asafety plan per e-mail address [email protected] This plan shall include but not be limited toidentification of safety hazards anticipated during the project, solutions to those hazards, safetyprocedures, identification of designated safety officers and provisions for safe access to the site workfor HRM staff and consultants. Receipt and acceptance of the safety plan shall be mandatory prior tocommencement of work. HRM Corporate Safety may also do periodic inspections during the jobduration.

----- NS RFQ number/date2060018032 / 2013.08.22

Page4

Deduction for Uncorrected Work

HRM Project Manager may deem it to be in the best interests of the HRM to make an appropriatededuction in the Contractor's payment where work has been damaged and/or does not comply with theContract.

Notice of Completion

When work is complete,request in writing that a final inspection be made by HRM Project Manager.Upon the Owners and/or HRM's concurrence that the work is complete, attend the final inspection andparticipate in the preparation of a deficiency list.

Deficiency Corrections

Correct all deficient items and advise HRM Project Manager in writing when complete.

Pricing Section:

Total Inclusive Cost to carry out the work to Supply and Install One (1) New Stage Village Green Parkas outlined in HRM Quotation Q13M109.

$ __________________ plus hst

Stage quoting:

Manufacturer ___________________________________________

Brand Name and Manufacture's Model and Part#

__________________________________________________________

Warrany on the product ___________________________________

----- NS RFQ number/date2060018032 / 2013.08.22

Page5

Contractor to state any subcontractors the contractor will be using and what the subcontractor isdoing, please list below:

Contractor Work Doing

Contractors information:

Contractor's Safety Officer's Name ____________________________

Tel# ________________ cell# ________________________

Fax# ______________________

E-mail address ________________________________

Contractor's supervisor on site

Name ____________________________

Tel# ________________ cell# ________________________

Fax# ______________________

E-mail address ________________________________

Contractor's back-up supervisor on site

----- NS RFQ number/date2060018032 / 2013.08.22

Page6

Name ____________________________

Tel# ________________ cell# ________________________

Fax# ______________________

E-mail address ________________________________

Contractor's person overseeing this job

Name ____________________________

Tel# ________________ cell# ________________________

Fax# ______________________

E-mail address ________________________________

Contractor Quoting:

Name of the Company (Print)_____________________________________

Address of the Company _________________________________________

Province ________________________

Postal Code __________________

TEL#_______________________ FAX#_____________________________

CELL# ____________________ E-MAIL Address ____________________

HST#___________________________ OR GST#_______________________

Name of Company Rep(PRINT)______________________________________

Signature of Company Rep _______________________________________

Date ______________________

QUOTATION Q13M109

Mitchell Crowell, HRM Procurement OfficerTel 490 4207 Fax 490 6425

----- NS RFQ number/date2060018032 / 2013.08.22

Page7

____________________________________________________________________________________________________

Item Material Description RFQ quantity Unit Deliv. date. Unit price ____________________________________________________________________________________________________

Terms and Conditions

The Terms and Conditions for this solicitation can be located at either the www.halifax.ca website at:http://www.halifax.ca/procurement/terms.html

or picked up at the Procurement Office, 1st Floor, Suite 103, 40 Alderney Drive, Dartmouth, NS.

Submission of a response to this Request for Quotation confirms that your company has viewed and accepts these Terms andConditions.

----- NS RFQ number/date2060018032 / 2013.08.22

Page8

The Village Green – Waverley, Nova Scotia Poligon HHA-28 Half Hexagon Shelter specifications 1.1 DESCRIPTION OF PRODUCT A. HHA 28 (Houston - 1/2 Hexagon by Poligon) with Multi-Rib Metal Roof "R" Panel over Tongue & Groove 2x6 SYP #1. B. ROOF SLOPE: 5/12. C. Clearance Height (MCH): 13.0 ft. D. 28’ wide E. 4 electrical column cutouts F. 3 overhead electrical cutouts 1.2 REFERENCES A. REFERENCE STANDARDS: 1. AISC - American Institute of Steel Construction Manual of Steel Construction. 2. ASTM - American Society for Testing and Materials. 3. AWS - American Welding Society. 4. LEED - Leadership in Energy and Environmental Design. 5. OSHA - Occupational Safety and Health Administration Steel Erection Standard 29 CFR 1926 Subpart R-Steel Erection. 6. PCI - Powder Coating Institute. 7. SSPC - The Society for Protective Coatings. 1.3 SUBMITTALS A. Submit Poligon Engineered Stamped drawings with local NS Engineer “over-stamp”. B. PRODUCT DESIGN REQUIREMENTS: The building shall meet the following design requirements as shown on the drawings: 1. Building Code: MBC 2009. 2. Ground Snow Load (Pg): 50. 3. Basic Wind Speed (V): 100. 4. Seismic Design: See drawings. Product Guide Specification 1.1 DESCRIPTION OF PRODUCT A. HHA 28 (Houston - 1/2 Hexagon) with Multi-Rib Metal Roof "R" Panel over Tongue & Groove 2x6 SYP #1. B. ROOF SLOPE: 5/12. C. Minimum Clearance Height (MCH): 13 ft. 1.2 REFERENCES A. REFERENCE STANDARDS: 1. AISC - American Institute of Steel Construction Manual of Steel Construction. 2. ASTM - American Society for Testing and Materials. 3. AWS - American Welding Society. 4. LEED - Leadership in Energy and Environmental Design. 5. OSHA - Occupational Safety and Health Administration Steel Erection Standard 29 CFR 1926 Subpart R-Steel Erection. 6. PCI - Powder Coating Institute. 7. SSPC - The Society for Protective Coatings. 1.3 SUBMITTALS A. Submit 6 sets of submittal drawings and 3 sets of calc books, both signed and sealed by a Professional Engineer licensed in the State of ON. B. PRODUCT DESIGN REQUIREMENTS: The building shall meet the following design requirements as shown on the drawings: 1. Building Code: MBC 2009. 2. Ground Snow Load (Pg): 50.

3. Basic Wind Speed (V): 100. 4. Seismic Design: See drawings. C. SUBMITTAL REQUIREMENTS: Calculations and Submittal drawings shall include, at a minimum: b. Identification of lateral force resisting system. c. Formulas used for determining snow, wind, and seismic loads to specific project location. d. Three dimensional modeling input, model geometry, and analysis results. e. Member design results and controlling load combinations. f. Connection design for structural bolts, welds, plate thicknesses, and anchorage to the foundation. g. Foundation designs (by others) shall include the required combinations of gravity and lateral loads. 2. Submittal Drawings: a. Anchor bolt layout. b. Foundation design (to be provided by others) c. Three dimensional views of frame. d. Member sizes and locations. 1. Calculations: a. References to building codes and design manuals used for calculations. e. Structural connection details, including bolt sizes and plate thicknesses. f. Roof trim and connection details for installation clarity. D. FOUNDATION DESIGN: 1. The shelter shall be set on foundations designed by others. 2. Foundation materials shall be provided by contractor. 3. Owner shall provide manufacturer with complete information about the site including soil bearing capacity and lateral load capacity. 4. If soil data are not provided, foundations will be designed to the minimum values identified in the governing building code. E. ANCHOR BOLTS: Anchor bolts shall be provided by manufacturer. F. LEED SUBMITTALS: LEED MR Credit 4.0: Material and Resources, Recycled Content. 1.4 QUALITY ASSURANCE A. MANUFACTURER QUALIFICATIONS & Certifications: 1. Minimum of (10) years in the shelter construction industry. 2. Full time on-staff Licensed Engineer. 3. Full time on-staff AWS Certified Associate Welding Inspector. 4. Full time on-staff Quality Assurance Manager. 5. Full time on-staff LEED AP. 6. All welders AWS Certified. 7. Manufacturer owned and controlled finishing system to include shot blast, pretreatment, primer, and top coat. 8. Published Quality Management System. 9. Annual audit of Quality System and Plant Processes by Third Party Agency. 10. Annual audit of powder coat finish system by Third Party Agency (PCI). 11. PCI 4000 S Certified, Certification thru Powder Coating Institute for original equipment manufacturers (OEMs) to evaluate process on entire finish system to add powder coat over steel. 1.5 FIELD OR SITE CONDITIONS A. Foundations shall be at the same elevation unless specifically noted otherwise on the drawings. 1.6 MANUFACTURER WARRANTY A. Shelter must have a (10) year limited warranty on steel frame members.

B. Shelter must have a (10) year limited warranty on paint system. C. Pass through warranty of Metal Roof manufacturer shall be provided upon request. PART 2 - PRODUCTS 2.1 SHELTER SYSTEM AND MATERIALS A. MANUFACTURERS: 1. Acceptable Manufacturer: Poligon, a Product of PorterCorp, 4240 N 136th Ave., Holland, MI, 49424; 616.399.1963; E-mail: [email protected]; www.poligon.com. Receive pricing from ABC Recreation at ABC Recreation, Ltd., 19 Mulberry Street, Paris, ZZ N3L 3C4, Phone 519-442-7900, Fax 519-442-7378. 2. The product shall be designed, produced, and finished at a facility operated and directly supervised by the supplier who has a minimum of (10) years in the business of making pre-manufactured shelters. manufacturers shall be notified in writing before the bid date and shall not be allowed to bid without written notification. 2. Alternate suppliers must meet the qualifications and provide proof of certifications listed under Section 1.4 QUALITY ASSURANCE. 3. Alternate suppliers must provide an equivalent paint system to Poligon's Poli-5000 listed under Section 2.1 C. 8. FINISHES. B. SUBSTITUTION LIMITATIONS: 1. Substitutions must be approved a minimum of (10) days before bid. All approved 4. Staff members' cumulative experience in fabrication will not be an acceptable alternative for manufacturer's experience in the shelter construction industry. C. PRODUCT REQUIREMENTS AND MATERIALS: 1. GENERAL: The pre-engineered package shall be pre-cut unless otherwise noted and prefabricated which will include all parts necessary to field construct the shelter. The shelter shall be shipped knocked down to minimize shipping expenses. Field labor will be kept to a minimum by pre-manufactured parts. Onsite welding is not necessary. 2. REINFORCED CONCRETE: a. Concrete shall have minimum 28-day compressive strength of 3,000 psi and slump of 4" (+/- 1"), unless otherwise noted on the drawings. b. Reinforcing shall be ASTM A615, grade 60. 3. STEEL COLUMNS: a. Hollow structural steel tube minimum ASTM A500 grade B with a minimum wall thickness of 3/16". b. Unless columns are direct buried, columns shall be anchored directly to concrete foundation with a minimum of four anchor rods to meet OSHA requirement 1926.755(a)(1). 4. STRUCTURAL FRAMING: Hollow Structural Steel tube minimum ASTM A500 grade B, “I” beams, tapered columns or open channels shall not be accepted for primary beams. Frame will have a STANDARD POLI-5000 finish. Color chosen from manufacturer's standard color chart: TBD. 5. COMPRESSION MEMBERS: Compression Rings of structural channel or welded plate minimum ASTM A36 or compression tubes of structural steel tube minimum ASTM A500 grade B shall only be used. 6. CONNECTION REQUIREMENTS: a. Anchor bolts shall be ASTM F1554 (Grade 36) unless otherwise noted. b. Structural fasteners shall be zinc plated ASTM A325 high strength bolts and A563 high strength nuts. c. Structural fasteners shall be hidden within framing members wherever possible. d. No field welding shall be required to construct the shelter. e. All welds shall be free of burrs and inconsistencies. f. Exposed fasteners shall be powder coated by manufacturer prior to shipment to match frame or roof colors as applicable. g. Manufacturer shall provide extra structural and roofing fasteners.

7. ROOFING MATERIALS: a. PRIMARY ROOF DECK OF TONGUE AND GROOVE (TG): 1) T&G shall be of 2 x 6 tongue and groove, southern yellow pine, kiln dried #1 grade or better, edge V’d on both sides allows either side of board to be used for best side selection. 2) Manufacturer shall supply 30 pound felt and drip edge if both primary and secondary roofs are being supplied by the manufacturer. 3) Contractor shall cut T&G down to required lengths and shall seal underside of boards per architect’s or owner’s recommendations using coating supplier’s instructions. b. SECONDARY ROOF SYSTEM OF “R” PANEL METAL ROOFING (MR): 1) Roofing shall be 24 gauge ribbed galvalume steel sheets, with ribs 1 3/16” high and 12” on center. 2) Roof surface shall be painted with Kynar 500 to the manufacturer’s standard color: TBD. 3) Roof panels shall be factory precut to size and angled to provide ease of one-step installation. 4) Metal roofing trim shall match the color of the roof and shall be factory made of 26 gauge Kynar 500 painted steel. 5) Trim shall include panel ridge caps, hip caps, eave trim, splice channels, rake trim, roof peak cap, and corner trim as applicable for model selected. Trim may need to be cut to length and notched. Installation drawings shall have detailed information on how to cut and affix roof trim. 6) Ridge, hip, and valley caps shall be pre-formed with a single central bend to match the roof pitch and shall be hemmed on the sides. 7) Roof peak cap shall be pre-manufactured. 8) Manufacturer shall supply painted screws and butyl tape. 8. FINISHES: a. STANDARD POLI-5000 FINISH: 1) Steel shall be cleaned, pretreated and finished at a facility owned and directly supervised by the manufacturer. 2) Steel shall be shot blasted to SSPC-SP10 near-white blast cleaning. SSPC-SP2 hand tool cleaning will not be an acceptable alternative. 3) Parts shall be pretreated in a 3 stage iron phosphate or equal washer. 4) Epoxy primer powder coat shall be applied to parts for superior corrosion protection. 5) Top coat of Super Durable TGIC powder coat shall be applied over the epoxy primer. 6) Finish shall not have any VOC emissions. 7) Sample production parts shall have been tested and meet the following criteria: a) Salt spray resistance per ASTM B 117/ ASTM D 1654 to 10,000 hours with no creep from scribe line and rating of 10. b) Humidity resistance per ASTM D2247-02 to 5,000 hours with no loss of adhesion or blistering. c) Color/UV resistance per ASTM G154-04 to 2,000 hours exposure, alternate cycles with results of no chalking, 75% color retention, color variation maximum 3.0 E variation CIE formula (before and after 2,000 hours exposure). 8) The manufacturer shall be PCI 4000 S Certified. 9) Exposed fasteners for frame and ornamentation shall be powder coated to match structure. 9. ACCESSORIES: a. ELECTRICAL ACCESS & CUTOUTS: 1) Electrical access to be provided through a 1 1/8” diameter hole in the column base plate and ¾” diameter holes are provided through connection plates for wire access through columns, trusses, and into the compression ring/tube. 2) Electrical cutouts shall be provided in 4 places for fixtures or wires.

PART 3 - EXECUTION 3.1 INSTALLERS STORAGE AND HANDLING A. Protect building products after arrival at destination from weather, sunlight, and damage. B. Installer shall store product elevated to allow air circulation and to not introduce mold, fungi decay or insects to the product. C. Product must be handled with protective straps or padded forks if lifting with mechanical equipment. Use of chain or cable to lift product into place will not be accepted and may void manufacturer’s warranty. D. To curtail warping of lumber, all units shall remain strapped and packaged while being stored. E. The secondary roof shall be installed immediately after the primary roof to prevent moisture damage to wood. 3.2 ERECTION A. INSTALLATION: Install all components according to manufacturer's installation instructions and these specifications. B. GENERAL CONTRACTOR: Interface with other work is to be coordinated by the customer or the customer's agent. Certain designs have electrical or other plumbing requirements that are not supplied by Poligon. C. TOLERANCES: Tolerances on steel structural members are set according to AISC construction practices, abided in the factory, and cannot be increased. No field slotting or opening of holes will be allowed. It is therefore essential that contractors conform to the tolerances specified on the installation drawings for anchor bolt or column layout details.

HALIFAX REGIONAL MUNICIPALITY PARKS FACILITY DEVELOPMENT

Village Green Park

SUPPLY AND INSTALLATION QUOTATION #_____________

The contract documents for this quotation, in order of precedence, are as follows: Supplementary Terms and Conditions General Requirements - Specified Price Tender (http://halifax.ca/procurement/specifiedpriceContracts.html) Instruction to Bidders General Specifications Works and Specifications Details Form of tender Contractor Safety Management Policy Substance Abuse Prevention Policy Appendix “B” Health and Safety Questionnaire

TABLE OF CONTENTS

A) General Specifications 1) Names of Parties 2) Form of Contract 3) Description of Site 4) Programme of Operations 5) Work Stoppage 6) Change Orders 7) Guarantee 8) Protection 9) Clean Site 10) Payment 11) Storage of Materials and Equipment 12) Materials - Equipment Etc. 13) Permits and Approvals 14) Safety Requirements and Regulations 15) Site Security 16) Order of Precedence 17) Project Contact B) Works Specifications 1) Site Preparation, Excavation 2) Stage Installation 3) Site Reinstatement / Clean up 4) Drawing Package L-1 Site Plan 5) Bid Sheet

Appendicies

HALIFAX REGIONAL MUNICIPALITY

PARKS FACILITY DEVELOPMENT

VILLAGE GREEN PARK STAGE SUPPLY AND INSTALLATION

QUOTATION #XXXXXX

Prices are requested for the supply and installation of one new stage in Waverley, NS, AT Village Green Park as detailed later in these specifications. One (1) drawing is included. A) GENERAL SPECIFICATIONS

1) NAMES OF PARTIES

The Owner under the terms of this Contract is the Halifax Regional Municipality, 3rd Floor, Duke Tower, Scotia Square, Halifax, Nova Scotia.

The Contractor under the terms of this Contract is the person or firm or Company whose tender has been accepted by the Owner and includes the Contractor's successors and permitted assigns.

The Project Manager under the terms of this Contract is the assigned HRM parks capital projects representative.

HRM under the terms of this Contract means the Halifax Regional Municipality.

2) FORM OF CONTRACT

The Contract shall be as per terms and conditions of this specification and associated drawings and documents.

3) DESCRIPTION OF SITE

The site is located at 2584 Rocky Lake Drive, Waverley, NS.

It is recommended that tenderers visit the site in order to satisfy themselves as to the following:

.1) Means of access to the site.

.2) General location of the work area and of working and storage space available

.3) Conditions which may prevail on or adjacent to the site during construction

.4) Adjoining private/City fences, trees/shrubs, concrete/asphalt walkways; overhead and underground services, lawn areas, etc. which require protection during the progress of the works. Care must be taken to avoid disturbing these sites.

It is the Contractor’s responsibility to arrange for all required utility locates at each

3

respective site within this Contract. Cost to repair all damages to any utility caused by the Contractor though the execution of this Contract shall be borne by said Contractor.

.5) Facilities to be provided for other contractors or workers of the Owner who may be employed during the progress of the works

.6) Surface condition and the nature of the ground and subsurface

No allowance beyond the Contract Sum will be made for any alleged ignorance in respect of these matters.

4) PROGRAMME OF OPERATIONS

.1) Project must be substantially complete within 10 weeks of receipt of P.O.

#, unless otherwise stipulated in writing.

Substantial Completion has been reached “when the Work is ready for safe use or is being used for the purpose intended and has been accepted as such (in writing) by the Project Manager.”

.2) The pre-construction meeting is mandatory. Construction cannot commence

until the pre-construction meeting has been held.

.3) Possession of the site will be given to the Contractor at the commencement of construction and remain until construction is complete.

.4) A $500.00/day penalty will be deducted from the contract price for each day the

project extends beyond the stipulated substantial completion date. Delays in shipping any components required for the completion of the project will not be considered as a legitimate reason for delay.

.5) All of the above works shall proceed only during good weather conditions. The Project Manager reserves the right to stop all work during periods of inclement weather. In the event of work stoppage, or approved change orders (see sections 5 and 6 below), the stipulated completion date may be adjusted accordingly and agreed revised date provided in writing.

5) WORK STOPPAGE .1)In the event of inclement weather resulting in a work stoppage and anticipated need for

substantial completion date extension, the Contractor shall notify the Project Manager in writing (fax, e-mail, mail) of the delay a minimum of 24 hours before the original substantial completion date. Written approval of the extension by the Project Manager must be obtained. In no case will a work stoppage be accepted as a basis for extra payment.

6) CHANGE ORDERS .1) Procedure for contemplated change order is as follows: .1) Site meeting (if required) is arranged between Contractor and Project

4

manager. .2) Contractor submits (in writing) a breakdown of additional costs or credit (if any) and anticipated extension of substantial completion date to the Project Manager for written approval.

.3) Change order work cannot proceed until written approval is received. 7) GUARANTEE

.1) The Contractor shall guarantee the Works and materials for a period of one (1) year from the day following substantial completion.

.2) Deficiencies, as determined by the Project Manager, shall be corrected and/or replaced by the Contractor during this period. This would include but not be limited to deficiencies in material, and workmanship. Sod maintenance is not included. No payment by the Project Manager shall constitute a waiver of the one year guarantee.

.3) Neither the final certificate nor payment nor any provisions in the Contract shall relieve the Contractor of responsibility for negligence or faulty materials or workmanship within the extent and period provided by law. 8) PROTECTION

The Contractor must protect, uphold and maintain all existing pipes, ducts, sewers, service mains, overhead and underground cables, fencing, asphalt/concrete walkways, etc. during the execution of the works.

9) CLEAN SITE

The Contractor shall remove debris during the course of the works and shall leave the site free of all debris of excess materials upon completion of the works. All adjacent pathways and roads shall be kept free from the accumulation of all deleterious material through the construction period.

10) PAYMENT

.1) This is a lump sum contract. Payment shall not be made until Final Completion of the work (in accordance with the specifications).

Final Completion has been reached “when the works are 100% complete with no deficiencies and the Project Manager has accepted this in writing.”

11) STORAGE OF MATERIALS AND EQUIPMENT

Materials and/or equipment are to be stored and maintained in an orderly manner satisfactory to the Project Manager during the progress of the work and shall be removed from the site immediately upon completion of the job or when ordered to do so by the Manager. The Contractor shall be responsible for damage to and damage caused by any equipment the contractor leaves on site during the construction period.

5

12) MATERIALS - EQUIPMENT ETC.

Unless otherwise stipulated, the Contractor shall provide and pay for all materials, labour, water, tools, equipment, light, power, transportation and any other goods or services necessary for the execution and satisfactory completion of the work.

13) PERMITS/APPROVALS

All permits/licences etc. necessary for carrying out the works shall be secured and paid for by the Contractor unless otherwise stipulated.

14) SAFETY REQUIREMENTS AND REGULATIONS

In accordance with the Nova Scotia Department of Labour’s Health and Safety Act and Regulations, the HRM reserves the right to suspend works should the Project Manager find the Contractor in violation of any applicable construction safety codes, or in the opinion of the Project Manager is otherwise jeopardizing site safety in any manner. The Contractor, however, remains responsible for maintaining safe work practises and site safety whether the Project Manager is present or not.

15) SITE SECURITY

.1) The Contractor is to wrap equipment with plastic snow fencing at the end of each working day during construction.

.2) The Contractor is to install and maintain construction area perimeter fencing consisting of steel T-Bar posts and plastic snow fencing, throughout the construction period.

.3) The Contractor is to ensure no excavated holes are to be left open at the end of each day.

.4) The Contractor is to install and maintain site signage in a visible location during the course of construction.

16) ORDER OF PRECEDENCE In the event of any conflicts or inconsistences in the provisions of the plans and

specifications of this document, such provisions shall take precedence and govern in the following order:

1. Purchase Order 2. Addenda (where issued) 3. Special Provisions and/or General Requirements 4. Contract Drawings 5. HRM Standard Specifications and Standard Drawings 6. Bid Sheet

6

17) PROJECT CONTACT

Interested bidders may contact Patsy MacDonald at Facility Development - Parks, HRM at 476-5101 or [email protected]. All quotations are to be downloaded from the Nova Scotia Provincial website. Vendors are responsible to check the site on a regular basis for any quotations/addendums as they are no longer faxed to the vendors. Website address: www.gov.ns.ca/tenders A mandatory pre-construction site meeting will be held after contract is awarded at a date stipulated by the Project Manager.

B) WORKS SPECIFICATIONS 1) SITE PREPARATION

Works are to include the supply of all labour, materials and equipment to prepare site for stage equipment installation. This includes removal of unsuitable material (i.e. footings, equipment, fill, etc.) Excavation, re-grading. Site area for protective surfacing is to be level and compacted. Surplus material to be removed from site unless otherwise stipulated.

Bedrock removal not required. 2) STAGE INSTALLATION

The Contractor shall supply and install a stage containing components and component construction materials that meet or exceed:

ABC Recreation: Houston Half Hexagon (HHA) Poligon Shelter Model # HHA28 Width: 28’ Depth: 13’ Under Perimeter Beam: 10’ No. of Columns: 4 Shaded Area: 255 sq. ft. Centre of Columns: 12’- 4” Colour: White Roof colour: Evergreen NOTE: THERE IS NO ORNAMENTATION. - geo test (by owner) - off loading (by owner)

7

- obtain building permit (by contractor) - footing design and necessary engineering fees (by owner) - post installation inspection (by owner) - construction of footings (by contractor) - installation of anchor bolts and footings prior to assembly (by contractor) - lighting fixtures and mounting for lighting fixtures (by owner)

.7) Approved ‘alternates’

.1) All quotations in which equipment alternates are proposed must be accompanied by manufacturer’s literature describing the equipment in detail. The Project Manager reserves the right to accept or reject the proposal.

.2) Heights and dimensions of all proposed equivalent equipment must meet or exceed that of the specified equipment.

3) SITE REINSTATEMENT / CLEAN UP .1) The Contractor shall keep the construction area as clean and tidy as possible

during construction. .2) The Contractor shall take all necessary action to prevent inconveniences to nearby

residents, and park patrons, and to control dust from construction by cleaning mud/dirt from the road and sidewalks as required.

.3) All existing roadways, driveways, sidewalks, grassed areas, street signs and utilities which are disturbed as a result of the undertaking of this Contract, must be reinstated to their original condition or better, unless otherwise specified.

.4) On completion of the work, the Contractor shall remove all temporary signs, barriers, etc., and leave the site in a neat and tidy condition, free from debris, refuse and mud, to the satisfaction of the Project Manager.

.5) All turf areas on site disturbed by the Contractor through the execution of this

Contract are to be restored by the placement of min. depth of 4" topsoil and nursery sod at the Contractor’s expense.

.6) All disturbed areas to be graded to blend smoothly and naturally with adjacent

grades.

The cost for the reinstatement of all disturbed areas as described herein is to be included within the Contractor Bid Price unless otherwise stated.

8

4) DRAWING PACKAGE The following drawings shall form part of this contract.

Drawing No. L – 1

Drawing Name Site Plan

9

5) BID SHEET

Quotation #_________________ Date: ________________

Village Green Park STAGE SUPPLY & INSTALLATION

All bidders shall provide a Lump Sum price for the scope of work as identified in the specifications. HRM reserves the right to accept all or any combination of itemized bid prices and/or increase or reduce quantities within each Contractors bid price. HRM will not combine bids from other bidders but may choose to carry out work using its own forces and Standing Orders and /or substitute its own materials. Price: $ HST, (15%): $ Total Price: Stage Supply and Installation: $ Notes: 1. Contractor to reinstate all disturbed areas at no extra cost to the contract. 2. Contemplated extra work and provisional items to be approved by Project Manager prior to installation. Company Name: Address: Postal Code: Phone No.: Fax No.:

July 31, 2013

FILE: TV133015

Ms. Patricia MacDonald, M.U.B.C., CSLA Park Planner Halifax Regional Municipality PO Box 1749 Halifax, Nova Scotia B3J 3A5 Dear Ms. MacDonald:

Re: Test Pit Investigation, Proposed Stage at 2584 Rocky Lake Drive, Waverley, NS

At your request, AMEC Environment & Infrastructure (AMEC) carried out a test pit investigation at the above referenced site. The purpose of the work was to determine the subsurface conditions at the site, and based on these conditions, to provide bearing capacity for foundation design of the proposed stage. It is understood that the proposed stage will be 7.3 m by 3.4 m (24 by 11 feet) in plan dimensions, including the deck part of the stage. The roof of the prefabricated metal stage will be supported by 4 columns. It is further understood that the site grade will most likely not be modified. SITE CONDITIONS The site is located in a park adjacent to the Shubenacadie Canal in Waverley. The site investigation was carried out on July 30, 2013 and consisted of excavating one test pit in the proposed stage area with a mini excavator to minimize the damage. The test pit, located approximately 15 m from the canal, was excavated to 2.9 m depth (maximum reach of the excavator) below existing grade. The approximate test pit location is shown on the attached plan. The test pit was backfilled immediately upon completion. A layer, 0.4 m thick, of topsoil and sod was encountered from ground surface at the test pit. Loose rock fill (150 mm minus) mixed with some silt and sand was encountered below the topsoil and extended to the full depth of the test pit. Some roots and lumber were encountered in the upper part of the rock fill. Moderate to heavy groundwater seepage was encountered at 0.8 m below ground surface. The material from the test pit was examined in the excavator’s bucket, as the test pit was filled in with water very quickly. The side walls of the test pit caved in during excavation.

Test Pit Investigation- Proposed Stage 2584 Rocky Lake Drive.doc

2

DESIGN RECOMMENDATIONS

General

It should be noted that the design recommendations for this project are provided for the guidance of the designers. The contractors bidding on or undertaking the work should make their own assessment of the site and interpretation of the factual information provided as it affects their construction procedures and scheduling. It is recommended that the topsoil be removed from within the proposed stage area. The resulting base should be densified with a large vibratory roller. Any loose areas revealed by the roller should be removed and replaced with rock fill. The site can then be brought back up to the subgrade level using structural fill (e.g. rock fill). Structural fill placed within the proposed stage area should be placed in uncompacted maximum lifts of 300 mm and compacted to the satisfaction of the geotechnical engineer. All footings which will be subjected to freezing conditions should have a minimum soil cover of 1.2 m for frost protection. The proposed foundation should not be located over the present test pit. Any excavation below groundwater level should be avoided. Bearing Capacity Footings placed on the compacted structural fill as described above can be designed using a net allowable bearing pressure of 50 kPa. (1 kips per square foot). Given the loose and unknown nature and full depth of the existing fill, the settlement can not be predicted. As such, it is recommended that the columns should be designed to have adjustable heights to take into consideration for potential settlement. Closure A geotechnical investigation provides only a limited sampling of a site. The recommendations contained in this letter are based solely on the conditions encountered at the test pit location. Should any conditions be encountered during construction which differ from those at the test location, we request that we be notified immediately in order to permit reassessment of our recommendations. This work has been undertaken in accordance with normally accepted geotechnical engineering practices. No other warranty is expressed or implied. Any use which a third party makes of this information, or any reliance on or decisions made based on it, are the responsibility of such third parties. AMEC Environment & Infrastructure accepts no responsibility for damages, if any, suffered by any third party as a result of decisions made or actions based on this.

Test Pit Investigation- Proposed Stage 2584 Rocky Lake Drive.doc

3

We trust that the content of this letter report meets your present requirements. If you have any questions regarding this letter report, please feel free to contact the undersigned. Sincerely, AMEC Environment & Infrastructure

A division of AMEC Americas Limited Reviewed by:

Joseph Fakhri, M.A.Sc., P.Eng. Paul S. Belyea, M.Sc., P.Eng. Senior Geotechnical Engineer Senior Geotechnical Engineer

H

I

G

H

W

A

Y

#

2

F

I

R

E

S

T

A

T

I

O

N

W

A

V

E

R

L

E

Y

G

R

E

E

N

R

O

C

K

Y

L

A

K

E

D

R

I

V

E

R

O

A

D

B

O

U

N

D

A

R

Y

A

P

P

R

O

X

.

C

E

N

T

R

E

P

A

V

E

M

A

E

N

T

TP

DWN BY:

DS

CLIENT

JF

N/A

MTM Zone 5

ATS77

1:750

Halifax Regional Municipality

PO Box 1749

Halifax, Nova Scotia B3J 3A5

PROJECT

TITLE

Test Pit Location Plan

AMEC Environment & Infrastructure

50 Troop Avenue, Unit 300

Dartmouth, N.S., B3B 1Z1

(P) 902-468-2848 (F) 902-468-1314

July 2013

TV133015

Test Pit Investigation, Proposed Stage

at 2584 Rocky Lake Drive, Waverley, NS

CHK'D BY:

REV. NO.:

DATUM:

PROJECTION:

SCALE:

PROJECT NO:

DATE:

FIGURE No.

1

N

1 : 750

5 1510 20 25 300m

frame and roof

colors

Innovating building systems since 1964

TM

color selection

guide

frame + roof

Poli-5000® Certified Frame ColorsThe most durable frame finish available in the industryPoli-5000® Super-Durable TGIC powder coat offers excellent outdoor durability and fade resistance to our steel shelter frames. It is tough, resilient, and will withstand harsh environments while retaining it’s smooth, high-gloss or textured finish for years to come.

Glacier White Almond Surrey Beige Canvas Taupe Coastal Khaki

Suede Barkwood Tudor Brown Patrician Bronze Terracotta

Pomegranate Canterbury Olive Tree Hunter Green Mountain Spruce

Sherwood Forest Niagara River Harbor Blue Atlantic Blue Ash Gray

Fox Hollow Gray Greystone Slate Bumper Black

Glacier White Texture* Surrey Beige Texture* Tudor Brown Texture* Terracotta Texture* Olive Tree Texture*

Hunter GreenTexture*

Harbor Blue Texture* Ash Gray Texture* Greystone Texture* Bumper BlackTexture*

* Textured finishes represented with an asterik (*) are available with a slight upcharge.

This color chart is not for print. All colors are an approximate match. Please contact us for a true color sample* Premium colors represented with an asterik (*) are available with a slight upcharge.

This color chart is not for print. All colors are an approximate match. Please contact us for a true color sample

Kynar-500® Certified Roof ColorsProviding protection against weathering to extend the life of your roof

Kynar-500® PVDF resin-based coatings offer excellent protection to our metal roofs. The high-performance fluoropolymer resin, with it’s extraordinary capability to retain

color and gloss, keeps your painted metal roof looking vibrant and appealing.

Regal White Bone White Sandstone Almond

Surrey Beige Medium Bronze Tudor Brown Mansard Brown

Patrician Bronze Dark Bronze Matte Black Brite Red

Colonial Red Brandywine Patina Green Evergreen

Hartford Green Roman Blue Regal Blue Galvalume Plus

Ash Gray Slate Gray Charcoal Silver Metallic*

Copper Penny*

Roof Profile OptionsMulti-Rib

Standing Seam

Mega-Rib

* Premium colors represented with an asterik (*) are available with a slight upcharge.

This color chart is not for print. All colors are an approximate match. Please contact us for a true color sample

Frame & Roof Finish Technical DataPoli-5000® Frame Finish Excellent Durability• Higher surface hardness / scratch resistance than common liquid coatings• Reduced chance of damage to coating during installation• High resistance to cleaners and chemicals• High resistance to wind borne abrasives

Superior Exterior Performance• High resistance to acid rain and corrosive atmospheres• Meets ASTM B 117 / ASTM D 1654 - 5,000 hours of salt spray testing• High resistance to chalking• High resistance to film coating erosion• Excellent color and gloss retention

Kynar-500® Roof Finish This high performance fluoropolymer resin withstands the rigors of nature and time with it’s extraordinary capability to retain color and gloss. Noted by architects around the world, our Kynar-500® coated roofs will keep your shelter looking it’s best for years to come.

Technical Notes• Custom colors are available for frames and roofs. Such colors may incur an up charge, require extended lead times, and have minimum order requirements. • Custom roof colors may not be Kynar-500®. Consult with the factory for details.

Poli-5000® Durability & Longevity Testing

Test Description Test Method Poli-5000® Results

Salt Spray ResistanceASTM B 117 / ASTM D 1654 Method 2 (No Scraping)

5,000 hours, no creep from scribe line, rating of 10

Humidity ASTM D2247-02 3,000 hours with no loss of adhesion or blistering

UV Light Resistance

ASTM G154-04 - 2,000 hours of exposure. Alternate cycles (4 hours UVA and 4 hours condensation)

A) No chalking B) 75% color retention C) Color variation - max 3.0 E variation CIE formula (before and after 2,000 hours of exposure)

Stain ResistanceASTM D1308-02e1 24 hours exposure with 10% concentration

No stain from the following: Mustard, Tannic Acid, Ketchup, Citric Acid, Coffee, Tartaric Acid, Cola, Oleic Acid, Lactic Acid, Orange Juice

Scratch Resistance Hoffman Scratch Hardness Tester No substrate appearance with 1,000 gram load

Adhesion ASTM D3359-02 ASTM Class 4B rating or better

Impact Resistance ASTM D2794-93 100 in-lbs. without cracking

Hardness ASTM D3363-92a 2H min. - no indentation

Flexibility ASTM D522-93a 1/8” no cracking or loss of adhesion at bend

Abrasion Taber abraser CS10 Wheel (1,000 mg load)

14 mg. max weight loss per cycle

Solvent Resistance 50+ MEK rubs Minimal to no dulling or color removal

www.poligon.comFind What You Need 24/7 On Our Web SiteVisit our extensive website to find everything you need. Anytime. CAD Drawings, CSI Specs, material and color options, product brochures, photos, technical information, etc. You can also email us at [email protected]

4240 136th Avenue • Holland, MI 49424-8442 • 616.399.1963 • 616.399.9123 fax [email protected] • www.poligon.com • L948

Let’s Get In Touch

PCI-4000® Certified We are certified by the Powder Coating Institute as PCI-4000®. This means that we ensure all of our products are produced with a high quality powder coated frame. As a certified coater, we have developed a methodology to continually

improve and enhance our powder coating process, giving you the best product available on the market.

616.399.1963Call Our Sales Service RepresentativesOur knowledgeable Sales Service staff will answer your questions, forward materials, or refer you to a representative in your area. Our superior service has earned us the loyalty of customers worldwide.

Sales RepresentativesConsult With A Professional Sales Representative In Your OfficeWe build partnerships with landscape architecture and design professionals to create innovative, total solutions for outdoor environments.

CSF-004

APPENDIX “B”

CONTRACTOR HEALTH & SAFETY QUESTIONNAIREContractors 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, 9 Yes 9 Noumbrella policies, etc., that would cover the cost of damages to, and incidents involving third parties?

Is your company in good standing with the Workers’ CompensationBoard for the Province of Nova Scotia? 9 Yes 9 No

If no, please explain _______________________________________________________

SAFETY PERFORMANCE:Does your company have any non compliance or outstanding issues with 9 Yes 9 Nothe 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 9 Yes 9 Nomanagement?

Does your company have written safety policies, procedures, 9 Yes 9 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? ___________________________

Please explain how you conduct on site inspections, including how often they are conducted, what theycover and who conducts them?______________________________________________________________________________

_____________________________________________________________________________

______________________________________________________________________________

Does your company have a risk assessment procedure? 9 Yes 9 No

Does your company have a procedure in place for investigating 9 Yes 9 Noincidents, accidents and near misses?

Please attach a list and contact information of all supervisors you will be using on site, as well as anysafety coordinator or persons responsible for job site safety.

Do you provide on the job training to all employees? 9 Yes 9 No

Please indicate how you inform your workers, other workers or persons at or near the workplace ofany workplace hazards to which they may be exposed.

______________________________________________________________________________

____________________________________________________________________________

Do you have a disciplinary policy in place for anyone committing health 9 Yes 9 No and safety violations? Please describe:

_________________________________________________________________________

______________________________________________________________________________

_____________________________________________________________________________

Do you have a Joint Occupational Health and Safety Committee or 9 Yes 9 NoRepresentative?

Do you have a preventative maintenance program for tools and 9 Yes 9 No machinery?

Do you have a health and safety policy in place for incorporating sub 9 Yes 9 No contractors into the workplace ?

Please provide any other information relating to other programs or activities that you believedemonstrates your company conducts their projects safely and in accordance with all health and safetyrequirements.

NOTE: PLEASE BE ADVISED THAT DURING THE TENDERING PROCESS ORAT ANYTIME DURING THE CONTRACTED WORK, HRM MAYREQUEST COPIES OF POLICIES, PROCEDURES, RECORDS ORDOCUMENTATION OF PROOF FOR ANY QUESTIONS ANSWERED ONTHIS QUESTIONNAIRE.

DO YOU AGREE TO PROVIDE THIS INFORMATION 9 Yes 9 No IF REQUESTED ?

__________________________________ ____________________Signature Date

__________________________________Position / Title

YOUR ATTENTION TO THIS REQUIRED IMMEDIATELY

ATTENTION CONTROLLER PLEASE FILL OUT AND RETURN ASAP ELECTRONIC PAYMENT REGISTRATION FORM Electronic commerce has changed business practices globally. These changes allow HRM to work more efficiently with vendors on day-to-day business transactions. The Halifax Regional Municipality electronic payment process is fully in place to enroll all vendors doing business with HRM. Payment of invoices electronically will benefit you immediately through:

The elimination of your time spent depositing payments

Immediate access to your funds on the payment date

The elimination of delivery disruptions due to Postal delays or lost mailings

The elimination of the threat of fraud, lost or stolen cheques

In order to register to receive electronic payments of invoices from Halifax Regional Municipality, please complete this form and attach a voided cheque if applicable. The form must be signed by a designated signing officer of your company. HOLD HARMLESS CLAUSE:

The Halifax Regional Municipality and its banker are entitled to rely on the information supplied by you. Payments made to the benefit of the beneficiary vendor to the account identified herein shall satisfy the obligation of the Halifax Regional Municipality to the beneficiary vendor respecting the amount paid. It is the responsibility of the beneficiary vendor to insure that payments are actually received. PAYMENT INFORMATION Vendor Name: HST registration number: ________________________ (If applicable) The voided cheque or Bank transmittal form supplied by your Financial Institution, will provide us with all the necessary Banking information. *Note – Do not send in if you’re already enrolled for Electronic Payment with HRM

REMITTANCE INFORMATION Please indicate how you would prefer to receive your payment details. (Please check one) E-mail address: ________________________________________. No remittance advice necessary Contact Name: _____________________ Title/Position: ___________________ Phone (____)_______________________ Fax: (____)______________________ I/We (the undersigned) hereby authorize Halifax Regional Municipality to make deposits to our account as per the information provided above and deliver remittance as indicated. I/We acknowledge responsibility to ensure the correctness of the information, to confirm receipt of the payment funds, and to immediately advise Halifax Regional Municipality if payment is not received. Signature: _________________________ Signature : _________________________ Date: ___________________________ PLEASE RETURN THE COMPLETED FORM BY MAIL, FAX, OR EMAIL TO: Halifax Regional Municipality Attention: Joe Colley Finance Division P.O. Box 1749 Halifax, NS B3J 3A5 Fax #: (902) 490-4175 Telephone#: (902) 490-7357 Email: [email protected]