File #: 03-1220-20/14-06-01/1 Doc #: 1642517.v2
City of Coquitlam
REQUEST FOR PROPOSALS
RFP No. 14-06-01
Concrete & Asphalt Services
Proposals will be received on or before 2:00 pm local time on
Thursday, June 26, 2014 (Closing date and time)
Obtaining RFP Documents RFP Documents and Drawings are available for downloading from the City of Coquitlam’s website: www.coquitlam.ca/BidOpportunities
Printing of RFP documents and drawings is the sole responsibility of the Proponents.
Addenda Proponents are required to check the City’s website for any updated information and addenda before the closing date at the City website: www.coquitlam.ca/BidOpportunities
Proposal Submissions The City reserves the right to accept or reject any or all Proposals or accept a Proposal deemed to be in the best interest of the City and will not be responsible for any costs incurred by Proponents in preparing a response.
D. Trudeau, Purchasing Manager Issue Date: June 5, 2014
City of Coquitlam RFP No. 14-06-01 – Concrete & Asphalt Services
File #: 03-1220-20/14-06-01/1 Doc #: 1642517.v2 Page 2 of 18
DEFINITIONS “Contract” means the contract for services or City Purchase Order that will be issued to formalize with the successful Proponent through negotiation process with the City based on the proposal submitted and will incorporate by reference the Request for Proposals, Specifications, Drawings, any additional subsequent information, any addenda issued, the Proponent’s response and acceptance by the City.
“City” means City of Coquitlam.
“Contractor” means the person(s) firm(s) or corporation(s) appointed by the City to carry out all duties, obligations, work and services described in the Request for Proposal and all associated documentation, which may also include mutually agreed revisions subsequent to submission of a Proposal. Both “Contractor” and “Proponent” are complementary in terms of duties, obligations
and responsibilities contemplated at the Request for Proposals stage, through evaluation process, execution and performance of the services and works.
“Proponent” means responder to this Request for Proposals. “Proposal” means the submission by the Proponent.
“RFP” ”Request for Proposals” shall mean and include the complete set of documents, specifications, drawings and addenda incorporated herein, and included in this Request for Proposals. “Services” means and includes the provision by the successful Proponent of all services, duties
and expectations as further described in this RFP. “Supply” “Provide” shall mean supply and pay for and provide and pay for. “Shall” “Must” “Will” “Mandatory” means a requirement that must be met.
“Work” “Works” shall unless the context otherwise requires, mean the whole of the work, tools, materials, labour, equipment, travel, and all that is required to be done, furnished and performed by the Contractor.
City of Coquitlam RFP No. 14-06-01 – Concrete & Asphalt Services
File #: 03-1220-20/14-06-01/1 Doc #: 1642517.v2 Page 3 of 18
1. INSTRUCTIONS TO PROPONENTS
1.1. Request for Proposals
The City of Coquitlam (“City”) requests Proposals from professional, qualified,
experienced companies for the provision of Miscellaneous Concrete & Asphalt Services on an “as needed and when requested” basis. The work involves a variety of road restoration work, asphalt pavement patching, asphalt overlay, asphalt and concrete curb replacements and concrete sidewalk/sidewalk crossing replacements.
The City requires supply and placement of materials and services for the items in accordance with the RFP documents and as indicated in the Schedule of Quantities and
Prices in the Proposal Submission Form. The Schedule of Quantities and Prices is split into Miscellaneous Asphalt Services and
Miscellaneous Concrete Services. The City may award to separate Contractors for each component of the work if the City determines it will provide best overall value. Proponents may submit proposals for the Miscellaneous Asphalt Services or the
Miscellaneous Concrete Services or both.
1.2. Term of Contract
The term of this contract will commence approximately August 2014 and be in effect to December 31, 2015.
This contract may be renewed for additional terms based on mutual agreement of price and service. If the City elects to extend the Term, the provisions of this Agreement will remain in force, except where amended in writing by the parties.
1.3. Closing Date & Time
Proposals will be received by the City of Coquitlam on or before 2:00 pm local time on
Thursday, June 26, 2014
City of Coquitlam RFP No. 14-06-01 – Concrete & Asphalt Services
File #: 03-1220-20/14-06-01/1 Doc #: 1642517.v2 Page 4 of 18
1.4. Instructions for Proposal Submission
Proposal submissions are to be uploaded through Qfile, the City’s file transfer service
accessed at website: http://qfile.coquitlam.ca/bid 1. in the “Subject” field enter: RFP Number and Name 2. Add files in .pdf format and ‘Send’
(Ensure your web browser remains open until you receive 2 emails from Qfile to
confirm upload is complete)
Proposals submitted shall be deemed to be successfully received when displayed as new email in the in-box of the City email address. The City will not be liable for any delay for any reason including technological delays, or issues by either party’s network or email program, and the City will not be liable for any damages associated with Proposals not
received.
The City reserves the right to accept Proposals received after the closing date and time but is under no obligation to evaluate.
Proposals will not be opened in public.
1.5. Inquiries All inquiries are to be directed in writing by email quoting the RFP name and number to:
Questions are to be submitted in writing 3 business days prior to the closing date. The City shall determine, at its sole discretion, whether the query requires response, and such responses will be made available to all Proponents by issue of Addenda posted on the City’s website that will be incorporated into and become part of the RFP.
No oral conversation will affect or modify the terms of this RFP or may be relied upon by the Proponent.
City of Coquitlam RFP No. 14-06-01 – Concrete & Asphalt Services
File #: 03-1220-20/14-06-01/1 Doc #: 1642517.v2 Page 5 of 18
1.6. Addenda
Proponents are required to check the City’s website for any updated information and Addenda issued before the Closing Date at the following website address:
www.coquitlam.ca/BidOpportunities If a change, or additional information related to the original version of the Request for
Proposals is warranted, the City’s response will be communicated to all Proponents by means of written Addenda prior to the closing date and posted on the City’s website. Upon submitting a Proposal, Proponents are deemed to have received all Addenda posted on the City website and deemed to have considered the information for inclusion in the Proposal submitted.
Should there by any discrepancy in the documentation provided, the City’s original file copy shall prevail.
1.7. General Information
Wherever possible, the City wishes to purchase goods and services which represent
minimal impact to the environment, or that offer value to a sustainability objective.
The City of Coquitlam reserves the right to cancel any order or contract if not fulfilled within the timeframe described in accordance with the terms and conditions specified at their sole discretion. Time shall be of the essence.
Proposals may be withdrawn upon request by an authorized representative of the Proponent, sent to email: [email protected] prior to time set as closing time for receiving Proposals. The City will not assume any responsibility or liability for any costs incurred by the Proponent in the preparation of a Proposal.
1.8. Privacy Act
Proponents are advised that submissions are subject to the Freedom of Information and Protection of Privacy Act and contents may be disclosed if required to do so pursuant to the Act.
City of Coquitlam RFP No. 14-06-01 – Concrete & Asphalt Services
File #: 03-1220-20/14-06-01/1 Doc #: 1642517.v2 Page 6 of 18
1.9. Evaluation Criteria
The criteria for evaluation of the Proposals may include, but is not limited to:
Experience, Resources and Capacity
• Experience, and demonstrated successful performance on relevant services similar
in size, scope and complexity
• Experience and qualifications of any listed Sub- contractors
Technical
• Proposed Response Times for Work Requests
• Availability & Commitment
• Unit Prices
• References and Quality of Previous Work
• Sustainable benefits
• Value added benefits
And, upon selection of one or more lead proponent(s):
• references may be contacted
• previously completed projects may be inspected
No prices, scores, weights or totals will be provided to any Proponents. Upon submitting a Proposal, Proponents agree the City may disclose the name of their company. The City reserves the right to consider other criteria that may become evident during the evaluation process to obtain best value.
Upon submitting a response to this RFP, Proponents agree the City may check references. Reference checks will be confidential and will not be reviewed or discussed with Proponents.
City of Coquitlam RFP No. 14-06-01 – Concrete & Asphalt Services
File #: 03-1220-20/14-06-01/1 Doc #: 1642517.v2 Page 7 of 18
1.10. Multiple Award
The Schedule of Quantities and Prices is separated into miscellaneous Asphalt Services and miscellaneous Concrete Services. The City may award to separate Contractors for each component of the work if the City determines it will provide best overall value.
Proponents may submit proposals for the Miscellaneous Asphalt Services or the Miscellaneous Concrete Services or both.
1.11. Negotiation
The City reserves the right, prior to contract award, to negotiate changes to the scope of the services or to the contract documents with the proponent or any one or more proponents, proposing the “best value” without having any duty to advise any other proponent or to allow them to vary their proposal as a result of changes to the scope of the services or to the contract documents; and the City may enter into a changed or different contract with the proponent(s) proposing the “best value”, without liability to
proponents who are not awarded the contract.
1.12. Irrevocability and Acceptance of Proposals
The City requests that Proposals remain open for acceptance for a period of not less than sixty (60) days from the closing date and time.
The City reserves the right to waive formalities in, accept or reject any or all Proposals, cancel this RFP, or accept the Proposal deemed most favourable in the interest of the City. The City reserves the right to accept or reject any or all Proposals. The lowest Proposal
may not necessarily be accepted, rather will be analyzed to determine best overall value to the City. The City reserves the right to cancel this RFP at any time without recourse by the Proponent. The City has the right to not award this work for any reason including choosing to complete the work with the City’s own forces.
No alterations, amendments or additional information will be accepted after the closing date and time unless invited by the City.
Should a Proposal be accepted, a purchase order will be placed for the provision of these services. Contract documents may be utilized to document the agreement fully and
completely.
City of Coquitlam RFP No. 14-06-01 – Concrete & Asphalt Services
File #: 03-1220-20/14-06-01/1 Doc #: 1642517.v2 Page 8 of 18
1.13. No Claim
Except as expressly and specifically permitted in these Instructions to Proponents, no Proponent shall have any claim for any compensation of any kind whatsoever, relating to this RFP, including accepting a non-compliant bid, and by submitting a Proposal, each Proponent shall be deemed to have agreed that it has no claim.
No contractual, tort, or other legal obligations are created or imposed on the City, or any other individual, officer or employee of the City with respect to the RFP documentation or by submission or consideration by the City of any Proposal.
1.14. Conflict of Interest Proponents shall disclose any actual or potential conflicts of interest and existing
business relationships it may have with the City, its elected or appointed officials or employees.
1.15. Non-Solicitation
Proponents and their agents will not contact any member of the City Council with
respect to this RFP at any time prior to the award of a Contract or the termination of the RFP, and the City may reject the Proposal of any Proponent that makes any such contact.
1.16. Liability for Errors While the City has used considerable effort to ensure an accurate representation of
information in this RFP, the information contained is supplied solely as a guideline for Proponents. The information is not guaranteed or warranted to be accurate by the City, nor is it necessarily comprehensive or exhaustive. Nothing in this RFP is intended to relieve the Proponents from forming their own opinions and conclusions with respect to the work in this RFP.
1.17. Proposal Submission
Proponents should complete and submit the information requested in this section of the RFP document on this Proposal Submission Form or in a format that has been approved and is acceptable to the City.
City of Coquitlam RFP No. 14-06-01 – Concrete & Asphalt Services
File #: 03-1220-20/14-06-01/1 Doc #: 1642517.v2 Page 9 of 18
1.18. Examination of Proposal Documents
The Proponent must carefully examine the Proposal Documents. The Proponent may not claim, after the submission of a Proposal, that there was any misunderstanding with respect to the requirements and conditions imposed by the City of Coquitlam. There will be no opportunity to make any additional claim for compensation or invoice
for additional charges that were not considered and included in the Proposal price submitted, unless the City, at its sole discretion, deems that it would be unreasonable to do so, or there are additional work requirements due to unforeseen circumstances. All information in this RFP Document and any resulting Addenda will be incorporated into any Contract between the City and the successful Proponent, and therefore must be
considered by the Proponent in preparing their Proposal.
1.19. Piggy Back Clause The City is a participating member of the Vancouver Regional Co-operative Purchasing Group (VRCPG) which is an amalgamation of local government agencies in the Metro
Vancouver area. This group consolidates requirements for standardized goods and services to achieve economies of scale, thereby reducing the public tax burden.
Proponents agree to consider allowing other neighboring public agencies with similar needs to participate in this contract.
Additional participating agencies may opt to enter into a contract with the successful Contractor for the provision of the services described in this RFP based on mutual agreement of the terms, conditions, and prices offered to the City with possible minor changes negotiated. This condition is intended to be means of promoting cooperative purchasing efforts
with the public sector, and to provide additional value to the Contractor.
City of Coquitlam RFP No. 14-06-01 – Concrete & Asphalt Services
File #: 03-1220-20/14-06-01/1 Doc #: 1642517.v2 Page 10 of 18
2. GENERAL CONDITIONS OF CONTRACT
2.1. Notification of Award
The City will notify the successful Proponent (“Contractor”) in writing of its decision to
award the services. The following general conditions will apply to this Contract. Proponents are to include with their proposal submission a full description of any deviations if they are unable to comply with any of these general conditions.
2.2. Health and Safety Requirements
The Contractor shall strictly comply with the current Industrial Health and Safety regulations of WorkSafeBC and the safety policies/procedures of the City of Coquitlam. Other applicable federal, provincial and local regulations and policies concerning the health and safety of workers and general public shall also be followed.
2.3. One Year Guarantee
The Contractor shall guarantee to maintain the work and materials against any defects arising from adverse weather conditions, faulty installation, faulty materials supplied under the contract, or faulty workmanship, which may appear within one (1) year from the date of acceptance of the work by the City. Faulty or damaged materials shall be replaced, and any defects discovered or failures which occur during the guarantee
period, shall be rectified to the satisfaction of the City on-site within 2 weeks of notification. This shall be at no cost to the City of Coquitlam.
2.4. Indemnity
The Contractor shall indemnify and save harmless the City from and against all losses
and all claims, demands, payments, suits, actions, recoveries, and judgements of every nature and description brought or recovered against him and/or the City, by reason of any act or omission of the Contractor, its agents, Sub-Contractors or employees in the execution of the work.
2.5. Insurance Requirements
The Contractor shall submit, upon award by the City of Coquitlam, a Certificate of Insurance signed by the Insurance Company certifying that the required insurance policies are in force and that:
a) The City of Coquitlam be named as “additional insured”;
b) The policy shall not be cancelled, lapsed, transferred, assigned or materially altered
without at least thirty (30) days written notice to the City of Coquitlam and the City’s written approval of the cancellation, transfer, assignment or alteration.
City of Coquitlam RFP No. 14-06-01 – Concrete & Asphalt Services
File #: 03-1220-20/14-06-01/1 Doc #: 1642517.v2 Page 11 of 18
c) Such certificate is to be as shown in Appendix A – Certificate of Insurance:
The Contractor shall carry Commercial General Liability Insurance satisfactory to the City in the amount of FIVE MILLION DOLLARS ($5,000,000.) inclusive per occurrence.
Automobile Liability insurance, in an amount of not less that TWO MILLION DOLLARS ($2,000,000.) is required on all licensed vehicles owned or used by the Contractor.
Contractor’s Equipment Insurance is required for all equipment owned or rented by the Contractor and employees that provides coverage against all risks of loss or damage. The Contractor shall ensure that all Sub-Contractors carry insurance in the form and limits specified in this clause.
Note that the effective date for Certificate of Insurance will be the date of the Notice of Award.
2.6. Independent Contractor
The Contractor is an independent Contractor and this contract does not render the Contractor an agent or employee of the City.
2.7. Business Licence
The Contractor and any subcontractors shall maintain a valid City of Coquitlam Business
License. For information, contact the City’s License Department (Tel: 604-927-3085).
2.8. WorkSafeBC Coverage
The Contractor shall be in good standing with WorkSafeBC and provide a WorkSafeBC Registration Number.
The Contractor is responsible for having all sites secured in accordance with WorkSafeBC regulations and to perform the work so that there is no risk of danger or hazard to the staff and public at any time during the progress of the work until completion.
2.9. Prime Contractor
The Contractor shall be deemed to be the “prime Contractor” as defined by WorkSafeBC and be absolutely responsible for having the site secured in accordance with WorkSafeBC regulations. Refer to Appendix B – Prime Contractor Designation.
2.10. Clean Up
City of Coquitlam RFP No. 14-06-01 – Concrete & Asphalt Services
File #: 03-1220-20/14-06-01/1 Doc #: 1642517.v2 Page 12 of 18
At the end of each day the Contractor shall ensure that sites are safe and secure and, at the conclusion of work, the Contractor shall clean out all debris promptly remove any
equipment or materials and leave the site of the work in a clean and tidy condition.
2.11. Operations and Coordination of the Services The Contractor shall agree to coordinate the execution of the Services with the City such that disruption of the work of all involved is minimized.
2.12. Equipment, Materials and Workmanship
The Contractor shall ensure that they are qualified and experienced and have the necessary resources for the successful completion of the work including any amendments as they may occur during the execution of the work.
All equipment, materials and labour utilized and all workmanship shall comply with all current codes, standards, regulations and statutes pertaining to the services including, but not exclusively: a) WorkSafeBC
b) BC Provincial Motor Vehicle Act c) BC Ministry of Transportation and Infrastructure (standards for traffic control and
work zone setup on roadways)
d) Workplace Hazardous Material Information System (WHMIS) Equipment must be in good mechanical repair and not require excessive maintenance or create excessive down time that jeopardizes the Contractors ability to provide the services agreed to.
2.13. WHMIS All products purchased by the City are considered to be required for use in the workplace. All products are required to be labelled as a hazardous or controlled product and a material safety data sheet (MSDS) is to accompany the shipment and is required as a condition of purchase. Shipment of goods which do not comply will be returned to
the Contractor at their expense.
City of Coquitlam RFP No. 14-06-01 – Concrete & Asphalt Services
File #: 03-1220-20/14-06-01/1 Doc #: 1642517.v2 Page 13 of 18
2.14. Inspection of Services
a) All services provided shall be subject to inspection and shall meet the approval of the
City or a designated representative. If they are not approved, the City shall have the right to reject them or to require correction.
b) Acceptance or rejection of the work shall be made as promptly as practical, but
failure to accept or reject the work shall not relieve the Contractor from responsibility for services provided not in accordance with the contract.
c) The City will not be deemed to have accepted the services by virtue of a partial or full
payment for it.
d) The City or a designated representative shall be the final judge of all services and its decisions of all questions in dispute will be final.
e) The Contractor will not be liable for any excess costs if failure to perform is due to
strike, lockout, or circumstances beyond control. The City will not be liable where sites are not available due to strike, lockout, or unique circumstances.
2.15. Damage and Defects
The Contractor shall use due care so that no persons are injured, or no property damaged or lost in providing the services. The Contractor shall be solely responsible for all loss, damages, costs and expenses in respect of any injury to persons, damage of
property, or infringement of the rights of others incurred in the performance of the services or caused in any other manner whatsoever by the Contractor or its employees. The Contractor shall rectify any loss or damage for which, in the opinion of the City, the Contractor is responsible, at no charge to the City and to the satisfaction of the City. Alternatively, the City may repair the loss or damage and the Contractor shall pay to the
City the costs of repairing the loss or damage upon demand from the City. Where, in the opinion of the City, it is not practical or desirable to repair the loss or damage, the City may estimate the cost of the loss or damage and deduct such estimated amount from the amount owing to the Contractor.
City of Coquitlam RFP No. 14-06-01 – Concrete & Asphalt Services
File #: 03-1220-20/14-06-01/1 Doc #: 1642517.v2 Page 14 of 18
2.16. Default
The City reserves the right, at its sole discretion, to immediately terminate the contract, in whole or in part, and utilize the services of any other Contractor, if the successful Contractor:
• Fails to make delivery of the services
• Fails to perform any provision of the contract within the time specified, or within a reasonable amount of time if no time is specified, as determined by the City
• Fails to meet the City’s standard of expected and agreed level of service and
performance
• Be adjudged bankrupt or makes general assignment for the benefit of creditors
2.17. Cancellation
The contract may be cancelled by the City for any reason without cause or penalty upon 30 days written notice.
The Contractor would be compensated for all work provided at the date of notification.
2.18. Dispute Resolution
The parties will make reasonable efforts to resolve any dispute, claim or controversy arising out of this contract using the following dispute resolution procedures:
a) Negotiation – the parties will make reasonable efforts to resolve any dispute by
amicable negotiations and will provide frank, candid and timely disclosure of all relevant facts, information and documents to facilitate negotiations.
b) Mediation – If all or any of a Dispute cannot be resolved by good faith negotiations
within 30 days, either party may refer the matter to mediation. Within 10 days of delivery of notice, the parties will mutually appoint a mediator. If the parties fail to agree on the appointment of the mediator, then either party may apply to the BC International Commercial Arbitration Centre for appointment of a mediator. The parties will continue to negotiate in good faith to resolve the Dispute with the assistance of the mediator. The place of mediation will be Coquitlam, British
Columbia. Each party will bear its own costs of participating in the mediation. c) Litigation – If within 90 days of the request of the mediation, the Dispute is not
settled, or if the mediator advises that there is no reasonable possibility of the parties reaching a negotiated resolution, then either party may without further notice, commence litigation.
City of Coquitlam RFP No. 14-06-01 – Concrete & Asphalt Services
File #: 03-1220-20/14-06-01/1 Doc #: 1642517.v2 Page 15 of 18
2.19. Confidentiality
The Contractor agrees that proprietary City information obtained in providing the services will be treated as confidential and not disclosed.
2.20. Advertisement The Contractor shall not advertise its relationship with the City without prior written
consent from the City.
2.21. Subletting The Contractor will not, without the written consent of the City of Coquitlam, assign, sublet or transfer any subsequent contract or any part thereof.
2.22. Law
The RFP and any resultant award shall be governed by and construed in accordance with the laws of the Province of British Columbia.
2.23. Non-exclusivity The intent of the City is to have one service provider but the acceptance of any proposal, and upon award, does not entitle any Contractor to exclusive rights for the provision of the services.
2.24. Payments – Invoicing
a) All invoices are to be submitted in .pdf format sent to email: [email protected]
b) Invoices shall include the Purchase Order number, Contract Number, project
description and will be submitted monthly or upon completion of the works as determined by the City’s representative.
c) The Contractor shall be paid net 30 days or best effort from receipt of invoice and
acceptance of the goods and/or services, whichever is the later, unless alternate payment terms have been agreed to between the Contractor and the City.
d) Invoices shall show the separate appropriate amounts for value added taxes.
City of Coquitlam RFP No. 14-06-01 – Concrete & Asphalt Services
File #: 03-1220-20/14-06-01/1 Doc #: 1642517.v2 Page 16 of 18
3. SCOPE OF SERVICES
3.1 Description of the Work
The work involves a variety of road restoration work, asphalt pavement patching, asphalt overlay, asphalt and concrete curb replacements and concrete sidewalk/sidewalk crossing replacements on an “as needed and when requested” basis.
3.2 Scope of Work
3.2.1 Supply and place material and provide services for the items indicated in the
Schedule of Quantities and Prices. 3.2.2 Provide any other works incidental to the proposed improvements. 3.2.3 Proceed with works under the contract within 2 week written notice from the City,
unless otherwise agreed to by both parties.
3.3 General Requirements
All work shall conform to the City of Coquitlam and the MMCD Standards (Platinum Edition) and Specifications.
3.4 Unit Prices
All Unit Prices shall be all-inclusive stated in (Canadian Funds) and shall remain FIRM for the initial term of the Contract for completion of the Services, excluding GST.
The Unit Prices provided in the Schedule of Quantities and Prices shall include the cost of all the labour, tools, transportation, fuel, mobilization, materials, equipment and permits necessary to complete the works as specified in the RFP.
The City does not expressly nor by implication, agree that the actual amounts of work or material of any item described in the Schedule of Quantities will correspond with the provided ranges, but reserves the right to increase, decrease or omit the amounts of any portion of the Work that may be deemed necessary by the City.
3.5 Historical Data
The City of Coquitlam completed approx. $200,000 worth of Miscellaneous Concrete Services and $175,000 worth of Miscellaneous Asphalt Services in 2013. This information is provided for information purposes only and the City does not guarantee that the actual amount of work completed under this RFP will correspond even approximately to these values.
City of Coquitlam RFP No. 14-06-01 – Concrete & Asphalt Services
File #: 03-1220-20/14-06-01/1 Doc #: 1642517.v2 Page 17 of 18
The Contractor shall make no claim for anticipated profits, for loss of profit, for damages, or for any extra payment whatsoever, expect as provided herein, because of any
difference between the amount of actual work done and material actually furnished and the quantities or ranges stated in the Schedule of Quantities and Prices.
3.6 Schedule of Quantity Ranges and Unit Prices
See Schedule of Quantities and Prices for a full list of descriptions and unit measures for each item. Rates for each item shall be estimated per unit of measure.
The City shall negotiate a unit price with the Contractor on items not covered in the Schedule of Quantities and Prices or for quantities greater than the quantity ranges indicated. All estimated unit prices shall include the cost of mobilization, demobilization, traffic control and all other work incidental to the proposed improvements.
For Miscellaneous Concrete Services on MRN & Arterial Road an adder for traffic management will be provided per visit (see definition of “Visit” in Section 3.6) at the unit price bid in the Schedule of Quantities and Prices.
Refer to Appendix C – City of Coquitlam Street Map, for Road Classification information (noting MRN Road are identified as Municipal Arterials on the map).
The Contractor shall make no claim for anticipated profits, for loss of profit, for damages, or for any extra payment whatsoever, expect as provided herein, because of any difference between the amount of actual work done and material actually furnished and the values stated above.
3.7 Quantity Ranges
Quantity ranges for determining Unit Prices to be paid shall be based on the number of units accomplished per visit. A visit shall include the cost of mobilization, demobilization of all resources required to complete the units as described in the RFP. The Quantity Range/ Visit will include all units within the same general work site (street or traffic control zone).
For example; if the City has five patches, that are not abutting, within the same work site (street block or traffic control zone) then the total area of all five patches will be used to determine the unit price to be applied.
3.8 Locations of Work
Locations for the work items described in the Schedule of Quantities and Prices shall be determined by the City of Coquitlam on an as needed basis.
City of Coquitlam RFP No. 14-06-01 – Concrete & Asphalt Services
File #: 03-1220-20/14-06-01/1 Doc #: 1642517.v2 Page 18 of 18
3.9 Force Account Rates
Force Account Work will be performed in accordance with MMCD GC 10.1, 10.2 and 10.3. A list of labour and equipment force account rates will be provided by the successful Contractor upon request by the City of Coquitlam.
3.10 Asphalt Pavement Unit Price Adjustment After completion of first term of the contract the Contractor or the City may request an
adjustment to the unit prices submitted for Asphalt Pavement (Schedule of Quantities and Prices – Miscellaneous Asphalt Services Section 5.0) if the Composite Rack Posting (CRP) varies by more than 5.0% from the proposal closing date.
The CRP is a composite of the available Rack Postings for PG 64-22 FOB Metro
Vancouver, BC.
Requests for asphalt pavement unit price adjustment must be made prior to commencing asphalt paving in Term 2 of the Contract. Payment for asphalt paving performed prior to a request for price adjustment will be made at the unit price submitted in Schedule of Quantities and Prices.
Unit prices submitted under the Schedule of Quantities and Prices will be increased or decreased as applicable using the following formula:
Adjustment = (CRP work - CRP quotation) x AC volume
Adjustment amount in dollars per tonne the unit price is modified
CRP work is the CRP at the time paving is performed in year 2 of the term
CRP quotation is the CRP at the Proposal Closing Date (Date)
AC volume is the mixture design percent asphalt content, by volume
3.11 Utilities and Services
All utilities and/or other services required by the Contractor shall be the responsibility of the Contractor. With respect to existing site utilities and services, it is the responsibility of the Contactor to contact BC One-call to determine their exact location on the site.
3.12 Rejected Work Defective Work, whether the result of poor workmanship, use of defective products or
damage through carelessness or other act or omission of the Contractor, shall be rectified at the Contractor's expense.
File #: 03-1220-20/14-06-01/1 Doc #: 1642517.v2
City of Coquitlam
REQUEST FOR PROPOSALS RFP No. 14-06-01
Concrete & Asphalt Services
CITY OF COQUITLAM
SUPPLEMENTARY SPECIFICATIONS
SUPPLEMENTARY SECTION NDX CONTRACT INDEX SS 1 SPECIFICATIONS 2014
File #: 03-1220-20/14-06-01/1 Doc #: 1642517.v2
SUPPLEMENTARY SPECIFICATIONS INDEX ................................................................................................................................................................ SS 1 DIVISION 1 – GENERAL REQUIREMENTS 01 01 01S Contract Specific Instructions and Notations ............................................................................................ SS 2 to SS 5
01 57 01S Environmental Protection ............................................................................................................................................... SS 6
01 55 00S Traffic Control, Vehicle Access and Parking ............................................................................................................... SS 7
DIVISION 2 - SITE WORK 31 23 01S Excavating, Trenching and Backfilling ......................................................................................................................... SS 8
31 24 13S Roadway Excavation, Embankment and Compaction ............................................................................................ SS 9
31 22 16S Reshape Granular Roadbed .......................................................................................................................................... SS 10 32 11 23S Granular Base ................................................................................................................................................................... SS 11
32 12 16S Hot-Mix Asphalt Concrete Paving ............................................................................................................. SS 12 to SS 13
03 30 20S Concrete Walks, Curbs & Gutter ................................................................................................................................. SS 14 32 12 13.1S Asphalt Tact Coat ............................................................................................................................................................ SS 15
32 01 16.7S Cold Milling ....................................................................................................................................................................... SS 16
32 17 123S Painted Pavement Markings ........................................................................................................................................ SS 17 32 01 11S Pavement Surface Cleaning and Removal of Pavement Markings & Signs ................................................... SS 18
33 44 01S Manholes and Catchbasins .......................................................................................................................................... SS 19
32 91 21S Topsoil and Finish Grading ........................................................................................................................................... SS 20 32 92 23S Sodding ............................................................................................................................................................................. SS 21
SUPPLEMENTARY CONTRACT SPECIFIC SECTION 01 01 01S CONTRACT SPECIFICATIONS INSTRUCTIONS AND SS 2 DIVISION 1 – GENERAL REQUIREMENTS
NOTATIONS 2014
These Supplementary Specifications must be read in conjunction with the Master Municipal
Specifications contained in the Master Municipal Construction Documents, Volume II, 2009.
1.00 Contract Specific Instructions
1.01 Outside Agency Approval The Contractor is responsible to consult with and obtain any approval required to meet and comply with all the conditions required from outside agency such as BC Hydro, FORTIS BC GAS,
Telus, Kinder Morgan in the area of the Place of Work.
1.02 Cooperation with Emergency and
Maintenance Activities
The Contractor will be responsible to cooperate with regular maintenance or emergency
vehicles and staff for access to the site when required including:
- Fire, Police, and Ambulance - Waste Management
- City Utilities Maintenance (or representatives)
1.03 FORTIS BC Emergency Protocol
In an emergency, gas pipeline rupture or leak, Contact Fortis BC 24 Hour Emergency Line
(1-800-663-9911) & Fire Department (911) immediately and then City Coquitlam Utility
Control Centre (604-927-6287).
1.04 Lane Closure Restrictions A minimum of Single Lane Traffic in each direction must be accommodated at all times unless
otherwise approved by the City.
Two lanes of traffic must be maintained on MRN and Arterial Roadways in the rush hour
direction. Total road closures will not be permitted.
A Road and Sidewalk Closure Permit is required by Coquitlam for all work affecting traffic or
pedestrian flow related to construction. A permit is required for each specific construction interference with traffic flow. The Road and Sidewalk Closure Permit form is attached as
Appendix 1 to these Supplementary Specifications. A digital copy of the Road and Sidewalk
Closure Permit form can be obtained for use from the City’s website http://www.coquitlam.ca/city-services/licenses-and-permits/road-and-sidewalk-closure-
permit.aspx.
A Road and Sidewalk Closure Permit form application must be submitted to the City’s Traffic
Operations Division 5 working days prior to the start of work.
Costs to complete the works taking road closure restrictions into consideration shall be
included in the unit prices bid in the Schedule of Quantities and Prices.
A copy of the approved Road and Sidewalk Closure Permit must be held on site by both the Site
Superintendent and the person/company responsible for the traffic control implementation.
1.05 Hours of Work The hours of work shall be from 0700 h to 1900 h inclusive Monday to Friday and 0900 h to
1800 h inclusive Saturdays. The Contractor must schedule his work within these hours or
obtain written authorization from the City to vary said hours.
All works to be completed outside the limits of the City of Coquitlam noise bylaw (10:00p.m. to
7:00a.m.) must be approved by the Contract Administrator prior to the construction taking
place.
Written permission from the Contract Administrator will be required for any works to be
performed on a Sunday.
In case the Contractor decides to work on a day which is a Statutory Holiday, he shall provide
the Contract Administrator in writing at least (4) days in advance of such holiday, stating those places where said work is to be conducted. In case the Contractor fails to give such notice in
advance of any Statutory Holiday, no work within the terms of the contract shall be done on
such holiday.
1.06 Site Safety The Contractor is responsible to ensure the construction site is safe at all times for workers,
pedestrians, and vehicle traffic. During non-working hours, the Contractor must ensure that
SUPPLEMENTARY CONTRACT SPECIFIC SECTION 01 01 01S CONTRACT SPECIFICATIONS INSTRUCTIONS AND SS 3 DIVISION 1 – GENERAL REQUIREMENTS
NOTATIONS 2014
These Supplementary Specifications must be read in conjunction with the Master Municipal
Specifications contained in the Master Municipal Construction Documents, Volume II, 2009.
the site has all potentially hazardous areas appropriately identified and protected, and also
must provide appropriate signage, lighting, and markings for the direction of vehicle and
pedestrian traffic, all to ensure the safety of the public.
Manhole lids, valve boxes and other appurtenances within the roadway that may present a
traffic hazard during construction must be clearly marked for traffic.
Manhole lids left raised in preparation for paving must have a rubberized protector ring for
traffic safety. Supply and use of this equipment is considered incidental to the contract.
1.07 Location of Existing Utilities
The Contractor is responsible to verify the depth and location of all utilities (watermains,
storm mains, sanitary mains & etc.), including outside agency utilities (i.e. Terasen Gas Mains, Kinder Morgan Pipeline & etc.) and service connections (water, storm & sanitary
services at the mains & property lines) by hand digging or by Hydro-Vac in the presence of
the Inspector.
The contactor will not receive any compensation or allowance for delays if work is halted due
to utilities & services connections not located prior to commencing construction.
Payment for this work will be treated as incidental to payment for work described in other
Sections.
1.08 Manholes & Valves
Access to manholes and valves must be maintained at all time for city utilities crews and
external utility companies. In case of an emergency the cost for exposing any buried manhole or valve covers during construction will paid by the Contractor.
1.09 Utility Adjustments - City Infrastructure and/or Other Agency Infrastructure
The Contractor is responsible for adjusting all utilities, belonging to Coquitlam and/or other agencies that are affected by the works. All adjustments to utilities must be completed to the
satisfaction of the utility owner.
The Contractor should note that certain utility owners may decide to complete their own
adjustments. The Contractor will be required to cooperate with any utility company providing
their own adjustments.
The Contractor shall be responsible to contact the appropriate utility company with in
minimum of seventy two (72) hours of the work. No adjustment shall be made without the written approval of the utility company.
All manholes must be vertically adjusted a minimum of twenty four (24) hours prior to paving
Access to manholes and valves must be maintained at all time for city utilities crews and
external utility companies. In case of an emergency the cost for exposing any buried manhole
or valve covers during construction will paid by the Contractor.
1.10 Accesses The Contractor is responsible to maintain all business/residential vehicle and pedestrian
accesses open at all times, the Contractor may provide temporary accesses if the effected owner agrees. All costs associated with temporary accesses will be at the Contractor’s expense.
2.00 Construction Activity
2.01 Pavement Markings The Contractor will be responsible for temporary traffic markings necessary for traffic direction
and safety until permanent markings are installed.
The Contractor is responsible for the permanent pavement markings after paving is complete.
Noting that permanent pavement markings will be paid for on a force account basis.
2.02 Asphalt Milling Operations
Asphalt milling activities shall be done in such manner so as to cause the least disruption and
inconvenience to traffic and area residents. The milled area must be paved with asphaltic
SUPPLEMENTARY CONTRACT SPECIFIC SECTION 01 01 01S CONTRACT SPECIFICATIONS INSTRUCTIONS AND SS 4 DIVISION 1 – GENERAL REQUIREMENTS
NOTATIONS 2014
These Supplementary Specifications must be read in conjunction with the Master Municipal
Specifications contained in the Master Municipal Construction Documents, Volume II, 2009.
concrete within 24 hours (1 day) of the start of the milling operation, unless otherwise
approved by Contract Administrator in advance.
Milling of extensive areas that cannot be paved within 24 hours (1 days) will not be permitted unless otherwise approved by the City. Milling of areas will not be permitted to start at the end of the work week.
The Contractor will be required to provide a plan and schedule for milling sections and the subsequent paving activities and have that approved by the Contract Administrator. This
schedule is to be updated as required and take into consideration weather conditions and
weather forecasts to ensure work subsequent to milling can be completed in appropriate weather.
2.03 Construction Materials in Sewer Manholes and Pipe
The Contractor is responsible to ensure that construction activities do not deposit construction materials (eg. gravels) into the storm sewer or sanitary sewer manholes or pipe. The City has a
video record of the pipe before construction. Prior to Substantial Completion, the City may
again video inspect the lines to ensure no problems exist due to construction activities under this contract. If problems are encountered, the Contractor will be responsible for the cost of
the video and all costs associated with the cleaning of the pipe.
2.04 Site Clean-up During Construction
and End of Construction The Contractor will be responsible for the complete clean-up of the work site during
construction & at the end of construction.
The work will include cleaning of all catch basins periodically or as directed by the Contract Administrator within the Work area, or nearby location as affected by the Work, regardless of
the condition of the catch basins prior to starting the Work. All cleaning is to be performed by vacuum truck to the satisfaction of the Contract Administrator and will include off-site
disposal of waste material.
Payment for this work will be treated as incidental to payment for work described in other
Sections.
3.00 Quality of Work and Performance Evaluation
3.01 Intent of the Work – Pavement Rehabilitation
The new asphalt surface is to have the following qualities:
- Meet all of the material and compaction requirements - Meet the required mat thicknesses
- Be free of raveling and segregation
- Be free of compaction roller marks
- Be the thickness specified in the Contract Documents - Provide a smooth travel surface
- Be free of dips or bumps at utility appurtenances
- Be without patched areas - Be free of water ponding areas
A final product that does not provide these qualities will be considered a non-conformance to the requirements of the Contract Documents.
3.02 Quality The Contractor shall provide a final product conforming to the Contract Documents and the intent of the work.
The work is to be accurate to the dimensional and tolerance requirements of the contract.
Payment will be subject to adjustments based on quality assurance tests performed by the
Contract Administrator.
SUPPLEMENTARY CONTRACT SPECIFIC SECTION 01 01 01S CONTRACT SPECIFICATIONS INSTRUCTIONS AND SS 5 DIVISION 1 – GENERAL REQUIREMENTS
NOTATIONS 2014
These Supplementary Specifications must be read in conjunction with the Master Municipal
Specifications contained in the Master Municipal Construction Documents, Volume II, 2009.
3.03 Quality Control (QC) by Contractor
The MMCD (2009) definition of “Quality Control” is the process by which the Contractor checks specific materials, products, and workmanship to ensure strict conformance with the Contract Documents.
The Contractor is fully responsible for quality control of the materials, production, and
construction processes.
Quality control tests shall be performed by the Contractor, at their own expense, to ensure that
products meet the contract specifications.
Failure by the Contractor to conduct adequate quality control testing during production and construction will negate the Contractor’s ability to appeal the quality assurance tests used for
acceptance/rejection of the work.
Under no circumstances will QC test results produced after completion of the Quality
Assurance (QA) results be considered for appeal purposes
Any changes in the Work with respect to the location, grade, or line shall be approved in
advance by the Contract Administrator. Failure to notify the Contract Administrator of
changes in writing may result in rejection of Work.
3.04 Inspection of Work, Quality Assurance, and Material Testing, by the Owner
The MMCD (2009) definition of “Quality Assurance” means the process by which the Owner evaluates if the work is being constructed in accordance with the Contract Documents. This
definition will be used for this contract
The Contract Administrator will provide construction review through spot inspections and
provide initial materials testing.
Any materials testing results indicating a non-conformance to the Contract Documents will require construction corrective action by the Contractor. All subsequent testing to corrective action to verify conformance to the Contract Documents will be the full responsibility of the Contractor. Inspection review by the Owner will not relieve the Contractor from providing a product that
meets or exceeds the requirements of the Contract Documents
3.05 Contractor Performance Evaluation
During the completion of work in the Contract, the Contractor will be evaluated on their
performance of the Work. The evaluation will provide percentage scores on the following categories:
• Contract Administration
• Construction Management
• Schedule Management
• Communications
• Resource Management & Contractor Performance
• Quality Management
An evaluation summary report will be issued to the Contractor quarterly with scores for each
of these categories. Upon request, the Contractor may attend a meeting with the City to discuss the evaluation.
This internal evaluation may be reviewed for reference on subsequent tenders with the City. Evaluation scores can form part of the tender analysis and influence contract award decisions.
Evaluation scores in categories that are below 50% may result in termination of the contract or suspension of tendering privileges with the City.
SUPPLEMENTARY ENVIRONMENTAL S ECTION 01 57 01S CONTRACT SPECIFICATIONS PROTECTION SS 6 DIVISION 1 – GENERAL REQUIREMNENTS
2014
These Supplementary Specifications must be read in conjunction with the Master Municipal
Specifications contained in the Master Municipal Construction Documents, Volume II, 2009.
01561 Environmental Protection
1.3 Drainage
1.3
(Replace Clause 1.3 as follows): “1.3 Drainage, Erosion and Sediment Control” “Properly drain all portions of the site. Protect the site and the watercourses to which it drains, directly or indirectly, against erosion and siltation in accordance
with a Sediment Control Plan under the City of Coquitlam Stream and Drainage
System Protection Bylaw No. 4403, 2013 during construction and until the work is complete. Ensure no silt, gravel, debris or other deleterious substance resulting
from construction activity discharges into existing drainage systems or
watercourses or onto highways or adjacent property. The Contractor is responsible for all damage that may be caused by water backing up or flowing
over, through, from or along any part of the work or otherwise resulting from his
operations.
Keep existing culverts, drains, ditches and watercourses affected by the work clear
of excavated material at all times. When it is necessary to remove or alter any existing drainage structure, provide suitable alternative measures for handling the
drainage. Adequately support culverts and drainpipes across trenches to prevent
displacement and interference with the proper flow of water due to trench settlement.
Sweep streets, and clean catch basins, manhole sumps, detention tanks, and maintain siltation controls as often as the Contract Administrator deems
necessary.
Follow all Federal and Provincial regulations and guidelines respecting protection
of fish, fish habitat, and watercourses.
1.5 Pollution Control 1.5 (Add New Clauses as follows):
.1 Immediately contain and clean up any leaks and spills of prohibited materials
on the job site. .2 Ensure that a well-stocked spill kit is on-site at all times and that the
Contractor’s employees are familiar with appropriate spill response
techniques. .3 Immediately notify the Contract Administrator of any leaks or spills of
prohibited materials that occur on the job site.
.4 Ensure that any fuel stored on-site is located at least 15 metres from the nearest stream, and is placed within a bermed and lined area, in order to
prevent leaks or spills into the environment.
.5 Ensure that no equipment fueling or servicing is conducted within 15 metres
of a stream.
1.6 Measurement for Payment 1.6 (Replace Clause 1.6 as follows): Payment for all work performed under this section will be incidental to payment for work described in other Sections.
END OF SECTION
SUPPLEMENTARY TRAFFIC CONTROL, S ECTION 01 55 00S CONTRACT SPECIFICATIONS VEHICLE ACCESS SS 7 DIVISION 1 – GENERAL REQUIREMNENTS
AND PARKING 2014
These Supplementary Specifications must be read in conjunction with the Master Municipal
Specifications contained in the Master Municipal Construction Documents, Volume II, 2009.
1.0 GENERAL 1.0.5 (Add clause 1.0.5 as follows): The Contractor is responsible for all temporary traffic control on the streets within
this contract. The Contractor will be responsible to provide a Road and Sidewalk Closure Permit for approval (5) five working days for each specific construction
activity which interferes with traffic flow. A digital copy of the Road and Sidewalk
Closure Permit form can be obtained for use during the contract from the City’s website at:
http://www.coquitlam.ca/city_services/licenses-and-permits/road-and-sidewalk-closure -permit.aspx
Lane closures on MRN and arterial roads would not be permitted in the rush hour direction.
1.5 Measurement for Payment (Replace Clause 1.5.1 as follows):
Payment for all work performed under this section will be incidental to payment for
work described in other Sections.
(Add clause 1.5.2 as follows): This item is an additional payment for the extra traffic management and traffic control required on designated MRN and Arterial roads for Miscellaneous Concrete
Works to ensure the safe passage of vehicles and pedestrians through the work
zone for contract work and will be made for each site visit (as defined in the RFP) .
This additional payment will only be made for site visits associated with concrete
works.
END OF SECTION
SUPPLEMENTARY EXCAVATING, TRENCHING
SECTION 31 23 01S
CONTRACT SPECIFICATIONS AND SS 8 DIVISION 2 – SITE WORK BACKFILLING 2014
These Supplementary Specifications must be read in conjunction with the Master Municipal
Specifications contained in the Master Municipal Construction Documents, Volume II, 2009.
1.3 Definition 1.3.2 (add to Clause 1.3.2): “asphaltic concrete”
3.6 Surface Restoration 3.6.2.4 (Delete Clause 3.6.2.4 and replace as follows): Restore lawns with approved topsoil and sod to match existing lawn.
3.6.3.1 (Delete Clause 3.6.3.1 and replace as follows):
Restore surface with minimum 100mm of 19mm granular road base material.
3.6.6.2 (Delete Clause 3.6.6.2 and replace as follows):
Patch all roads same day excavation made.
3.6.7.5 (Delete Clause 3.6.7.5 and replace as follows):
Temporary pavement patching to be a minimum of 50mm thickness. END OF SECTION
SUPPLEMENTARY ROADWAY EXCAVATION, SECTION 31 24 13S CONTRACT SPECIFICATIONS EMBANKMENT AND SS 9 DIVISION 2 – SITE WORK COMPACTION 2014
These Supplementary Specifications must be read in conjunction with the Master Municipal
Specifications contained in the Master Municipal Construction Documents, Volume II, 2009.
1.1 Related Work 1.1 (add new Clause 1.1): “.12 Hot-Mix Asphalt Concrete Paving..............................Section 32 12 16”
1.8 Measurement and Payment 1.8.4 Delete Clause 1.8.4 and replace as follows):
Payment under this item will only apply to removal of the components included in
this item under a separate operation as directed by the Contract Administrator.
No payment will be made under this item for removal of these components as part of the operation for common excavation, and such removal will be treated as
common excavation.
Payment for this work will be included in the rates tendered for each item as
described in the Schedule of Quantities and Prices.
Saw cutting will be treated as incidental work.
Payment will be made at the respective unit prices bid in the Schedule of Quantities and Prices and will include all labour, and equipment required to
complete the work, including off site disposal. It is the responsibility of the
Contractor to locate and verify all utilities.
1.8.5 (Delete Clause 1.8.5 and replace as follows): Payment for Common excavation includes:
.1 Will be measured in cubic metres calculated from measurements taken by the Contract Administrator in the areas of excavation for road widening
areas.
.2 Where determined by the Contract Administrator that truck box volume will be used to determine excavation quantities the volume per load shall be
determined using 75% of the struck load quantity.
Payment will be made at the respective unit prices bid in the Schedule of
Quantities and Prices and will include all labour, and equipment required to
complete the work, including off site disposal & saw cutting. It is the responsibility of the Contractor to locate and verify all utilities.
END OF SECTION
SUPPLEMENTARY RESHAPE SECTION 31 22 16S CONTRACT SPECIFICATIONS GRANULAR SS 10 DIVISION 2 – SITE WORK ROADBED 2014
These Supplementary Specifications must be read in conjunction with the Master Municipal
Specifications contained in the Master Municipal Construction Documents, Volume II, 2009.
1.4 Measurement and Payment 1.4.1 (Delete Clause 1.4.1 and replace as follows):
Payment for reshaping existing roadbed and driveways includes all spreading and grading of materials, adjustment of moisture content, compaction, boning
and disposal of excess and is considered to be incidental to other Sections.
1.4.2 (Delete Clause 1.4.2 and replace as follows):
Payment for additional granular based material required for reshaping described above will be made under Section 32 11 23 – Granular Base
1.4.3 (Delete Clause 1.4.3 and replace as follows):
Payment for excavation of unsuitable materials including disposal off-site prior
to reshaping granular roadbed will be made under Section 31 24 13 – 1.8.5 ‘Common Excavation’.
END OF SECTION
SUPPLEMENTARY GRANULAR SECTION 32 11 23S CONTRACT SPECIFICATIONS BASE SS 11 DIVISION 2 – SITE WORK 2014
These Supplementary Specifications must be read in conjunction with the Master Municipal
Specifications contained in the Master Municipal Construction Documents, Volume II, 2009.
1.4 Measurement and Payment 1.4 (Delete Clause 1.4 and replace as follows): .1 Measurement for granular base of variable thickness will be for actual
quantity placed based on weigh tickets provided to Contract Administrator as loads are delivered.
.2 Measurement for granular base for each specified thickness will be for the
actual area placed. .3 Payment for Subsection 1 & 2 above includes supply, placement and
compaction of granular base material, adjustment of moisture content, and
boning to establish the road cross-section, shall be included in the unit price bid in the Schedule of Quantities and Prices.
.4 Payment for removal of unsuitable subgrade including disposal off-site prior
to direct placement of granular base will be made under Section 02224 – 1.8.5 ‘Common Excavation’.
3.5 Proof Rolling 3.5.7 Clause 3.5.1 Delete “or dual” Add “to 80KN (18,000 lb) minimum. (Add Clause 3.5.7 as follows): Prior to paving with asphalt concrete, the base surface shall be checked by the
Contract Administrator, for deflections utilizing a Benkleman Beam, in order to insure that the final rebound requirements can be obtained with the asphalt
pavement. In the event that such deflection are in excess of those required to
produce the final standards, than the base shall be adequately strengthened by additional gravel or asphalt concrete to insure that final deflections as follows
are not exceeded.
The Benkleman spring rebound value of the completed pavement surface shall not at any point exceed 0.75mm for arterial industrial roads and lanes, 1.15mm
for collector roads, and 1.5mm for local roads and lanes as determined in the
procedures outlined in the Transportation Association of Canada publication “Pavement Management Guide”.
END OF SECTION
SUPPLEMENTARY HOT MIX ASPHALT S ECTION 32 12 16S CONTRACT SPECIFICATIONS CONCRETE PAVING SS 12 DIVISION 2 – SITE WORK 2013
These Supplementary Specifications must be read in conjunction with the Master Municipal
Specifications contained in the Master Municipal Construction Documents, Volume II, 2009.
1.1 Related Work 1.1 Add new clause to 1.1:
“.6 Roadway Excavation, Embankment & Compaction
…………………………………………………………………..Section 31 24 13”
“.7 Manholes and Catch Basins……..………Section 33 44 01”
1.5 Measurement and Payment 1.5.1 (Delete Clause 1.5.1 and replace as follows): Payment for asphaltic concrete paving includes all construction joint preparation, asphaltic surface milling to tie into existing asphalt, saw cutting, supply and
placing of the asphaltic concrete, compaction and cleaning frames, covers and lids
of castings affected and taped temporary pavement markings.
Payment for full depth milling associated with permanent asphalt patches in the
Miscellaneous Asphalt Works section item 5.4 will be considered to be incidental.
Measurement for asphaltic concrete paving for the specified design mixes for
lower and upper courses will be made at the respective unit prices bid in the Schedule of Quantities and Prices.
The Contractor will not receive any additional compensation above this respective unit price bid in the Schedule of Quantities and Prices for Hand Work, Special
Equipment & Machinery to complete the Hot Mix Asphaltic Paving Work.
1.5.1.1 (Add Clause 1.5.1.1 as follows):
Payment for this item is for slot paving necessary for the installation of concrete
curb works and includes sawcutting, supply and placement of the asphaltic concrete and compaction. The slot must be a minimum 300mm wide and a
maximum width of 600mm as directed by the Contract Administrator. The
Contractor will not receive any additional compensation above this respective unit price bid in the Schedule of Quantities and Prices for Hand Work, Special
Equipment & Machinery to complete the Hot Mix Asphaltic Paving Work as
directed by the Contract Administrator.
Payment for this item includes all applicable materials and work described in 1.5.1.
1.5.3 (Delete Clause 1.5.3 and replace as follows):
Payment for asphaltic concrete sidewalks, pathways, driveways, and infill strips
paving includes all construction joint preparation, saw cutting, supply and placing
of the asphaltic concrete, compaction and cleaning frames, covers and lids of castings affected.
Measurement for asphaltic concrete paving for the specified design mixes for will be made at the respective unit prices bid in the Schedule of Quantities and Prices.
Payment for this item includes all applicable materials and work described in 1.5.1.
1.5.4
(Delete Clause 1.5.4 and replace as follows): Payment for extruded asphaltic concrete curb (machine or hand placed) will be made separately for each type of curb specified and will include the asphaltic
concrete, all preparatory work and placing by extrusion or by hand.
1.6 Inspection and Testing 1.6.2 Add Clause 1.6.2 as follows:
Test cores will be taken by the Contract Administrator in the areas of new paving
and will include cores along construction joints to ensure compliance with the
required density and compaction.
SUPPLEMENTARY HOT MIX ASPHALT S ECTION 32 12 16S CONTRACT SPECIFICATIONS CONCRETE PAVING SS 13 DIVISION 2 – SITE WORK 2013
These Supplementary Specifications must be read in conjunction with the Master Municipal
Specifications contained in the Master Municipal Construction Documents, Volume II, 2009.
2.2 Mix Design 2.2.3.2 Change Marshall Stability for both lower and upper course to “10 kN min".
3.5 Placing 3.5.4.3 (Delete Clause 3.5.4.3 and replace as follows):
Minimum thickness of asphalt layer shall not be less than 75mm for local
residential streets.
3.7 Joints Delete Clause 3.7.5 and add): “Construct butt joints as directed in the field by the Contract Administrator.”
END OF SECTION
SUPPLEMENTARY CONCRETE WALKS SECTION 03 30 20S CONTRACT SPECIFICATIONS CURBS & SS 14 DIVISION 2 – SITE WORK GUTTERS 2014
These Supplementary Specifications must be read in conjunction with the Master Municipal
Specifications contained in the Master Municipal Construction Documents, Volume II, 2009.
1.4 Measurement and Payment
1.4.3 (Delete Clause 1.4.3 and replace as follows): Payment for machine placed or hand formed C5 wide base concrete curb &
gutter, concrete rollover curb (COQ-C10) and extruded concrete curb (COQ-C10A), excluding granular base, includes supply and placing of the concrete curb
and gutter and will cover all straight and curve sections and will be made
separately for each specified type.
Payment for granular base under curb and gutter will be made under payment
items in Section 32 11 23, Granular base.
1.4.5 (Delete Clause 1.4.5 and replace as follows): Payment for concrete sidewalks, stamped concrete, driveways, walkways and all concrete ramps, excluding granular base, includes supply and placing of the
concrete, subgrade preparation under the concrete sidewalks, in-fill strips,
driveways and walkways and will be made separately for each specified thickness and type of finish.
Payment for granular base will be made under payment items in Section 32 11 23, Granular Base.
1.4.6 (Delete Clause 1.4.6 and replace as follows): Payment for concrete driveway crossings, excluding granular base, includes
supply and placing of the concrete, subgrade preparation under the concrete
driveway crossings and will be made separately for each specified thickness and type of finish.
Payment for granular base will be made under payment items in Section 32 11 23, Granular Base
1.4.10 (Add New Clause 1.4.10 as follows):
Payment for a concrete monolithic sidewalk/wheelchair letdown excluding
granular base, includes supply and placing of the concrete, subgrade preparation
under the concrete sidewalks.
Payment for granular base will be made under payment items in Section 32 11
23, Granular base.
3.9 Expansion Joints
3.9.1 (Delete Clause 3.9.1 and replace as follows):
Form transverse expansion joints at both ends of curb returns and at a maximum
spacing of 9m for sidewalks, 9m for curb and gutter, at each end of driveway crossings and at tangent points on circular work.
3.9.4 (Delete Clause 3.9.4 and replace as follows): Bond break compound may be used in lieu of expansion joint between sidewalk
and back of abutting utility strip or sidewalk infill.
END OF SECTION
SUPPLEMENTARY ASPHALT SECTION 32 12 13.1S CONTRACT SPECIFICATIONS TACK COAT SS 15 DIVISION 2 – SITE WORK 2014
These Supplementary Specifications must be read in conjunction with the Master Municipal
Specifications contained in the Master Municipal Construction Documents, Volume II, 2009.
1.5 Measurement and Payment
1.5.1 (Delete Clause 1.5.1 and replace as follows): Payment for asphalt tack coat will be for surface area of all portions of existing
pavement to be tack coated in preparation for placement of hot mix asphaltic concrete.
1.5.2 (Add Clause 1.5.2 as follows): Pavement surface cleaning, as per Section 32 01 11, and all other work incidental
to the application of tack coat is deemed to be included in the unit price bid for
tack coat.
END OF SECTION
SUPPLEMENTARY COLD SECTION 32 01 16.7S CONTRACT SPECIFICATIONS MILLING SS 16 DIVISION 2 – SITE WORK 2014
These Supplementary Specifications must be read in conjunction with the Master Municipal
Specifications contained in the Master Municipal Construction Documents, Volume II, 2009.
1.5 Measurement and Payment
1.5.1 (Delete Clause 1.5.1 and replace as follows): Payment for this item will be made for the depth specified in the Schedule of
Quantities is for the removal of existing asphalt, granular & native materials within the roadway to the depth specified.
Payment will be made for each square metre of asphalt removed, to the depths indicated in the Schedule of Quantities, and includes the off-site disposal of all
milled material. Payment includes mobilization, demobilization, and
demonstration milling test section, the cost of transport & disposal off-site, saw cutting, street sweeping or cleaning to allow for the placement of required
thickness of asphaltic concrete. Saw cutting and milled key at project limits will
be incidental under payment item 32 12 16 – Hot Mix Asphaltic Concrete Paving.
END OF SECTION
SUPPLEMENTARY PAINTED PAVEMENT S ECTION 32 17 23S CONTRACT SPECIFICATIONS MARKINGS SS 17 DIVISION 2 – SITE WORK 2014
These Supplementary Specifications must be read in conjunction with the Master Municipal
Specifications contained in the Master Municipal Construction Documents, Volume II, 2009.
1.2 Scope 1.2.1 (Delete Clause 1.2.1 and replace as follows): Pavement Markings: Miscellaneous taped temporary and permanent pavement
markings including pedestrian crosswalk, merge and diverge markings, stop lines, solid and broken line road lane markings including edge lines of merge and
diverge markings, bike symbols, etc. to be provided as directed by the Contract
Administrator.
1.2.2 (Add Clause 1.2.2 as follows): All permanent markings shall be marked with thermoplastic manufactured by LAFRENTZ ROAD MARKINGS.
1.5 Measurement and
Payment 1.5.2 (Delete Clause 1.5.2 and replace as follows):
All permanent pavement markings are to be thermoplastic See item 1.5.3 below.
1.5.3 (Delete Clause 1.5.3 and replace as follows): A lump sum quotation will be requested for the replacement of all permanent
painted or thermoplastic pavement markings as directed by the Contract
Administrator.
END OF SECTION
SUPPLEMENTARY PAVEMENT SURFACE SECTION 32 01 11S CONTRACT SPECIFICATIONS CLEANING AND REMOVAL OF SS 18 DIVISION 2 – SITE WORK PAVEMENT MARKINGS &
SIGNS 2014
These Supplementary Specifications must be read in conjunction with the Master Municipal
Specifications contained in the Master Municipal Construction Documents, Volume II, 2009.
1.2 Measurement and Payment 1.2.1 (Delete Clause 1.2.1 and replace as follows): Payment for cleaning pavement surfaces includes cleaning all protruding sealing
compounds, dust, contaminants, loose and foreign materials, oil and grease as directed by the Contract Administrator will be incidental to payment for work
described in other sections.
END OF SECTION
SUPPLEMENTARY MANHOLES SECTION 33 44 01S CONTRACT SPECIFICATIONS AND SS 19 DIVISION 2 – SITE WORK CATCHBASINS 2014
These Supplementary Specifications must be read in conjunction with the Master
Municipal Specifications contained in the Master Municipal Construction Documents,
Volume II, 2009.
1.1 Related Work 1.1 (Add new Clause 1.1 as follows):
“.6 Hot-Mix Asphalt Concrete Paving …………Section 32 12 16”
1.5 Measurement and Payment 1.5.3 (Delete Clause 1.5.3 (page 3) and replace as follows): Adjustment of tops of existing units will be measured in units adjusted as defined below and paid for under their respective Item in the Schedule of
Quantities.
No payment will be made under these items for cleaning Valve Boxes,
Monument Boxes, Manhole Frames & Covers and Lids of Castings as part of the
operation for asphaltic concrete paving.
All manholes must be vertically adjusted a minimum of 24 hours prior to paving.
1. Manhole frames and lids replacement will be defined as supplying and
installing a new manhole frame and lid and setting to the finished grade. Replacements shall include jackhammering, removal and
disposal of the existing frame and lid, replacement, removal or
addition of concrete brick (maximum of 3 or minimum of 1) or precast concrete riser rings, cement mortar, supply and installation of new
manhole frame and lid set to final grade, temporary asphalt ramping
and all other incidental work.
2. Minor Manhole Frame and Cover Adjustments will be defined as
resetting of the cast frame and lid to finished grade. Adjustments shall include jackhammering, replacement, removal or addition of
concrete brick (maximum of 3 or minimum of 1) or precast concrete
riser rings, cement mortar, concrete, temporary asphalt ramping and all other incidental work.
The use of Steel/Metal Casting Risers Rings will not be accepted to adjust manholes or water valves to the final grade elevation.
END OF SECTION
SUPPLEMENTARY TOPSOIL SECTION 32 91 21S CONTRACT SPECIFICATIONS & FINISH GRADING SS 20 DIVISION 2 – SITE WORK 2014
These Supplementary Specifications must be read in conjunction with the Master
Municipal Specifications contained in the Master Municipal Construction Documents,
Volume II, 2009.
1.1 Related Work 1.1.6 (Add Clause 1.1.6 as follows): Shrubs & Tree Preservation Section 02104
1.3 Source Quality Control 1.3.2 (Delete Clause 1.3.2 as follows):
The Owner is responsible for the cost of initial testing of the planting soil. The
Contractor shall submit the soil test results to the Contract Administrator for approval of the proposed material prior to placing of the planting soil on site. The
test results shall determine soil amendment requirements. Testing shall be
carried out by independent laboratory specializing in soil analysis.
1.4 Measurement and Payment
1.4.1 (Delete Clause 1.4.1 and replace as follows): Payment for top soil includes supply of material, on-site handling, preparing the landscape area subgrade, placement to specified thickness, grading, raking,
compacting top soil and application of fertilizers. Payment for topsoil will be based
on the actual square metre of topsoil placed.
2.1 General (Add Clause 2.1.2 as follows): All materials and execution shall conform to the latest edition of the BCSLA\BCNTA British Columbia Landscape Standard following standards or as
otherwise specified herein.
END OF SECTION
SUPPLEMENTARY SECTION N32 92 23S CONTRACT SODDING SS 21 SPECIFICATIONS 2014
File #: 03-1220-20/14-06-01/1 Doc #: 1642517.v2
1.8 Measurement and Payment
1.8.1 (Delete Clause 1.8.1 and replace as follows):
Payment for nursery sod includes supply and placing of sod as directed by the
Contract Administrator and grass maintenance to meet Conditions of Total Performance as specified in Section 02938 – 3.4 and 3.5.
3.2 Sodding 3.2.5 (Delete Clause 3.2.5 and replace as follows):
Lay sod smooth and flush with adjoining grass areas and paving and top surface
of curbs or sidewalk. Ensure there is a full roll width between the new sod and
adjoining surfaces. Small cut pieces from a full roll will not be accepted.
3.2.12 (Delete Clause 3.2.12 and replace as follows): Water sod area immediately with sufficient amounts to saturate sod and upper 100 mm of growing medium. Do not allow the sod to dry out so that the joints
become visible.
3.5 Conditions of Total Performance 3.5.1.8 (Add Clause 3.5.1.8 as follows):
The prime consideration for acceptance of work of this section shall be the
establishment of a dense, uniform cover of growth over 100% of all seeded areas.
END OF SECTION
File #: 03-1220-20/14-06-01/1 Doc #: 1642517.v2
APPENDIX 1 SUPPLEMENTARY STANDARD DRAWINGS
ALL DIMENSIONS IN MILLIMETRES
d = PIPE DIA IN mmH = TRENCH DEPTH IN mm
MIN DEPTH OF BLACKTOP TOMATCH EXISTING
ASPHALT KEY 25 MIN.
100 — 20 MINUS GRAVEL COMPACTEDTO 95% MODIFIED PROCTOR
200 PIT RUN GRAVEL COMPACTED TO 95%MODIFIED PROCTOR
PLACED BACKFILL WELL TAMPEDIN 300 LIFTS FREE OF ROOTS — NOSTONES GREATER THAN 150
NATIVE MATERIAL UNLESS OTHERWISESPECIFIED
1CAL TRENCH TO EXTENDMIN 100 ABOVE TOP OF PIPE
SELECT BACKFILL — WELL COMPACTED — MAXSIZE SHALL NOT EXCEED 25 (75 FORDUCTILE) BUT WITH NO STONES OF THIS SIZEADJACENT TO THE PIPE
+ 25
00 mm BEDDING UNDER PIPE
150 mm IN ROCK EXCAVATION
City of Coquitlam
TRENCH DETAILS FOR STANDARD SECTION
REVISIONS No. DATE: CKD. APP.DESIGNED BY: J DRAWN BY: A.S.K. I< BY: APPROVED BY:
BLVD AREA I PAVED AREAFINISH
EXISTING PAVEMENT
NORMAL
FINISH
RESTORATION WIDTH
BASE
BACKFILL
100 TOP SOIL
TEMPORARY PATCH
SEED TO
NOMINAL WIDTH=d+600-
PIPE dia=dWATER, STORMOR SANITARYSEWER
F1LE CCQ—G4.d,g
SCALE: N.T.S. j DATE: JUN 12/02 I iuwi NO.: coo—
Li’z-J
Lia0a::
L
zCI.<
Lii
Lii
I—zC
La..
I.z0-)
‘A’
00•)
0
LiC.)
a:::DC.)
LIC.)
D11)
I—zLi
Li>
‘A’
LI)
Li0
a:::DC-)
a
2.C
CLa.(I
NOTL
tWHERE DRIVEWAY IS AT LOWER GRADE THANSIDEWALK, CROSSING SLOPES SHALL BE REVERSEDAS INDICATED BY DASHED LINES IN SECTION.
FLARE REQUIRED ON EACH SIDE.
1Th—WHERE NEW CROSSING IS INSTALLED INEXISTING SIDEWALK, BREAKOUT TO NEARESTTOOLED TRANSVERSE LINE.
25 TO 230 max. TO SUIT DRIVEWAYNORMAL S/W GRADE
EXPANSION JOINT
SECTION ‘A—A’
City of CoquitlamARTERIAL, INDUSTRIAL
Sidewalk CrossIng with Driveway
RE’1SIONS No. DATE: CKD. APP.DESIGNED BY: DRAWN BY: A.SK CHECKED BY: APPROVED BY:SCALE: N.T.S. DATE: OCT 21/97 DRAWING NO.: COQ—C7A
City of CoquitlamLOCAL COLLECTOR
Crossing of Curb, Gutter and Sidewalk
REIISIONS No. DATE: CKD. APP.DESIGNED BY: DRAWN BY: A.S.K. CHECKED BY: APPROVED BY:
‘2’
‘A’
aWCr)
0
C,)>-Waza-J
LLJ
50UJO
U)
Wa-0-J
VARIES L
z-J
nI
a-0
CL1
L
00LI)
0
(N— C/)
z
0
ILC-)ILa(/1
<0
0<
Li
0(O>
C
E00It)
00(N
‘A’
00
(1)zCdO
zc,)I—0
coo
U)
0
(-‘I
0I—
IL0
DC-)
Li0
a::DC,)
F—z
zCI—
>LLI-Jw
z0
b.
dzCIC.;Li.C,
1’
0010
I—z0-)
z0C,)z
‘I1650 L
‘2’
25 TO 230 max. TO SUIT DRIVEWAYNORMAL S/W GRADE
‘B’—0
(N
EXPANSION JOINT
SECTION ‘A—A’
NOTE
1. WHERE DRIVEWAY IS AT LOWER GRADE THANSIDEWALK, CROSSING SLOPES, BREAKOUT POINTAND D/w GRADE AS INDICATED BY DASHED LINESIN SECTION IF APPROVED BY THE MANAGER.
2. WHERE NEW CROSSING IS INSTALLED INEXISTING SIDEWALK, BREAKOUT TO NEARESTTOOLED TRANSVERSE LINE.
FILE: COQ—C7.DWGSCALE: N.T.S. I DATE: OCT 21/97 I NO.: COQ—C7
/
1.2
(TYP.)VARIABLE
*35m MIN. TO 6.0m MAX AS APPROVED BY THEMANAGER FOR RESIDENTIAL ZONES AND 11.Om MAXFOR COMMERCIAL, INDUSTRIAL AND INSTITUTIONAL.
/-———IE.
EE0a)
Destroy All Prints Bearing Rev. No. less than one indicated below
City of Coquitlam
REVISIONS
TYPICAL CURB/SIDEWALK DRIVEWAYLETDOWN — SEPARATED SIDEWALK
DESIGNED: DRAWN: R.D. CHECKED: PLOTTED:
DRIVEWAY TO BE CENTERED
_____
TOOLED LINES IN NORMAL SIDEWALK GRADE, CROSS—SLOPE ANDDRIVEWAY WITHIN ‘‘ FINISHED SURFACE TO BE RETAINED ACROSS DRIVEWAY cI SIDEWALK WIDTHBOULEVARD AREA c’4 (VARIABLE)ONLY SIDEWALK THICKENED TO 190mm FULL WiDTH
\\\
Es. oI BOULEVARD WiDTH/ TOP OF CURB(VARIABLE)
I
GUTTER
NOTE: All dimensions in metres SCALE: N.T.S. I DATE: I SHT. 1 OF 1 FILE: COQ—C7B
VARIES
PERFORATED DRAIN AT ALL LOCATIONSWHERE PL. ELEVATIONS ARE 1000 ORMORE ABOVE SIDEWALK AND OTHERLOCATIONS WHERE DIRECTED BY THEENGINEER.
UNDERDRAINWHEREREQUIRED(TYPICAL)
IdflJflI ITWC CLJPR IflFWAI K
City of Coquitlam
MONOUTHIC SIDEWALK
drawing # change 1 06/02
REViSIONS No. DATE: CKD. APP.DESIGNED BY: DRAWN BY: A.S.K. CHECKED BY: APPROVED BY:
40
00
100mm 20 MINUS
200mm PIT RUN
2:
FILE: COQ—C8.OWG
SCALE: N.T.S. DATE: OCT 29/97 I 1UtAWIN NO.:
25
.4
rI
1
4
:4
• • •4
4 •4-
300
ROLL—OVER CURB
City of Coquitlam
FILE: COQ—C1ODWG
STANDARD CURB DETAII.S(Roll—Over Type — No Gutter)
drawing # change 1 06/02
REV1SIONS No. DATE: CKD. APP.DESIGNED BY: DRAWN BY: A.SK CHECKED BY: APPROVED BY:SCALE: N.T.S. DATE: OCT 23/97 DRAWING NO.: coo—cio
00
APPLY ASPHALT TACK COATIMMEDIATELY PRIOR TOPLACING ASPHALT
150
CURB ON GRAVEL BASE NO SIDEWALK
FiLE: COQ—C1OA.OWG
City of Coquitlam
CURB ON GRAVEL BASE
drawing 0 change 1 06/02
REVISIONS No. DATE: CKD. APP.DESIGNED BY: DRAWN BY: ..s.i<. CHECKED BY: APPROVED BY:SCALE: N.T.S. DATE: OCT 29/97 DRAWING NO.: COQ—C1OA
BLVD OR WALKCRADE
NATIVEMATERIALOR PIT RUN
MIN. OF 75mm ASPHALTICCONCRETE
MIN OF 100mm OF MINUS20mm CRUSH
4
4
44•
4
41
DRAIN TILEBEHIND CURBAS PER ORG.COQ—C24
MIN. OF 200mm PIT RUN
File #: 03-1220-20/14-06-01/1 Doc #: 1642517.v2 Page 1 of 8
City of Coquitlam
REQUEST FOR PROPOSALS RFP No. 14-06-01
Miscellaneous Concrete & Asphalt Services
Proposals will be received on or before 2:00 pm local time
Thursday, June 26, 2014 (Closing date and time)
Proposal Submission Instructions Proposal submissions are to be uploaded through Qfile, the City’s file transfer service accessed at website: http://qfile.coquitlam.ca/bid
1. In the “Subject” field enter: RFP Number and Name 2. Add files in .pdf format and ‘Send’
(Ensure your web browser remains open and you receive 2 emails from Qfile to confirm upload is complete)
Proponents are responsible to allow ample time to complete the submission process.
For assistance Phone 604-927-3060 or Fax 604-927-3035.
PROPOSAL SUBMISSION FORM
Complete and return this Proposal Submission Form
Submitted by:
(company name)
City of Coquitlam RFP No. 14-06-01 – Miscellaneous Concrete & Asphalt Services
Proposal Submission Form
File #: 03-1220-20/14-06-01/1 Doc #: 1642517.v2 Page 2 of 6
1. Schedule of Quantities and Prices
1.1. Miscellaneous Concrete and Asphalt Works
All service provided is to be in accordance with all governing regulatory authorities within the City of Coquitlam. Unit prices proposed are to be all inclusive; therefore include all labour, material, tools, equipment, transportation, fuel, supervision, permits, disposal
fees, incidentals and any other items required for provision of the complete scope of services.
City of Coquitlam RFP No. 14-06-01 – Miscellaneous Concrete & Asphalt Services
Proposal Submission Form
File #: 03-1220-20/14-06-01/1 Doc #: 1642517.v2 Page 3 of 6
2. SUBCONTRACTORS
The following Sub-Contractors will be utilized in provision of the services and will comply with all the terms and conditions of this RFP. The City may check references of sub-contractors.
Type of Service Company Name Years of Experience and References
1.
2.
3.
3. RESPONSE TIMES
Provide the proposed response time (number of days) following written requests from the City to proceed with the following services:
Concrete Services - ___________________________________ Asphalt Services - ____________________________________
Comments:
4. NON-COMPLIANCE
Fully describe any deviations outlined in this RFP that your company is unable to comply with.
City of Coquitlam RFP No. 14-06-01 – Miscellaneous Concrete & Asphalt Services
Proposal Submission Form
File #: 03-1220-20/14-06-01/1 Doc #: 1642517.v2 Page 4 of 6
5. SUSTAINABLE PRACTISES AND INITIATIVES
Describe all initiatives, policies or programs that illustrate your firm’s efforts towards
sustainable practises and responsibility in providing the services.
(Social/Ethical, Environmental, Economic/Financial)
6. VALUE ADDED
Provide information on what makes your firm innovative, what is your competitive advantage, and what other services your firm provides that would assist or be of benefit to the City:
7. HEALTH AND SAFETY PROGRAM
Proponents shall confirm they have an in-house safety program a) Does your firm have a written safety program in place that meets the requirements of
WorkSafeBC?
���� Yes ���� No
b) If no is checked, describe how safety training is accomplished.
City of Coquitlam RFP No. 14-06-01 – Miscellaneous Concrete & Asphalt Services
Proposal Submission Form
File #: 03-1220-20/14-06-01/1 Doc #: 1642517.v2 Page 5 of 6
8. EXPERIENCE AND REFERENCES
Proponents shall be qualified, competent and capable of performing the services requested and successfully completed services similar in size, scope and complexity:
Year Started
Year Completed
Description of Services
Company
Contact Person
Telephone and Email
Contract Value
Year Started
Year Completed
Description of Services Company
Contact Person
Telephone and Email
Contract Value
Year Started
Year Completed
Description of Services
Company
Contact Person
Telephone and Email
Contract Value
City of Coquitlam RFP No. 14-06-01 – Miscellaneous Concrete & Asphalt Services
Proposal Submission Form
File #: 03-1220-20/14-06-01/1 Doc #: 1642517.v2 Page 6 of 6
9. ACCEPTANCE
The City requests that Proposals remain open for acceptance for a period of not less than sixty (60) days from the closing date.
10. ADDENDA
We acknowledge receipt of the following Addenda related to this RFP and have incorporated the information received in preparing this Proposal:
Addendum No. Date Issued Date Received
11. AUTHORIZATION
Having carefully examined the conditions affecting the Work, and having carefully read the specifications and the conditions of the Contract, we, the undersigned, offer to furnish all materials, labour, equipment and permits necessary to professionally complete the entire Work, in accordance with the Contract Documents and instructions of the City or authorized
representatives.
Company Name
Street Address
City, Province & Postal Code
Tel No.
Fax No.
GST Registration No.
WorkSafeBC Account No.
Name and Title (please print)
Signature
Date:
For the purpose of this Proposal submission, electronic signatures will be accepted.
- End of Proposal Submission Form -
MMCD Ref.
City Ref. Item Num. DESCRIPTION UNIT UNIT PRICEQUANTITY
RANGE/VISIT
CONCRETE SERVICES
01 55 00 01 55 00S 1.0 GENERAL
1.5.1 1.1 MRN & Arterial Roads - Traffic Management Adder each 1
31 24 13 31 24 13S 2.0 ROADWAY EXCAVATION, EMBANKMENT AND COMPACTION
1.8.4 2.1 Removal of Concrete Curb and Gutter lin.m. <=15
1.8.4 lin.m. >15
1.8.4 2.2 Removal of Extruded Concrete Curb lin.m. <=15
1.8.4 lin.m. >15
1.8.4 2.3 Removal of Concrete Sidewalk/Letdown sq.m. <=25
1.8.4 sq.m. >25
1.8.4 2.4 Removal of Monolithic Curbwalk sq.m. <=25
1.8.4 sq.m. >25
1.8.4 2.5 Removal of Asphalt Pavement - No Milling sq.m. <=25
1.8.4 sq.m. >25
1.8.4 2.6 Removal of Concrete Driveway sq.m. <=20
1.8.4 sq.m. >20
1.8.4 2.7 Removal of Asphalt Driveway sq.m. <=20
1.8.4 sq.m. >20
1.8.5 2.8 Common Excavation - Off Site Disposal C. M. <=10
1.8.5 C. M. >10
RFP No. 14-06-01
Concrete and Asphalt Services
SCHEDULE OF QUANTITIES AND PRICES
*Should there be any disprepancy in the information provided or submitted, the City's original file copy shall prevail*
(All prices and quotations including the Contract Prices shall Exclude GST)
32 11 23 32 11 23S 3.0 GRANULAR BASE
1.4.1 3.1 Granular Base - Concrete Works Tonne <=15
1.4.1 Tonne >15
1.4.1 3.2 Granular Base - Boulevard Restoration Tonne <=15
1.4.1 Tonne >15
03 30 20 4.0 CONCRETE WALKS, CURBS AND GUTTERS
1.4.3 4.1 Barrier Type (MMCD C5) Concrete Curb and Gutter lin.m. <=20
1.4.3 lin.m. >20
1.4.3 4.2 Rollover Type (MMCD C4) Concrete Curb and Gutter lin.m. <=20
1.4.3 lin.m. >20
1.4.3 4.3 Extruded Concrete Curb (COQ-C10A) lin.m. <=20
1.4.3 lin.m. >20
1.4.5 4.4 Concrete Sidewalk - 90mm Thick sq.m. <=25
1.4.5 sq.m. >25
1.4.5 4.5 Concrete Sidewalk - 190mm Thick (At Driveway) sq.m. <=25
1.4.5 sq.m. >25
1.4.6 4.6 Concrete Driveway Crossing - 190mm Thick sq.m. <=25
1.4.6 sq.m. >25
1.4.10 4.7 Concrete Monolithic Sidewalk (COQ-C8) sq.m. <=25
1.4.10 sq.m. >25
1.4.6 4.8 Concrete Monolithic Sidewalk Driveway Crossing sq.m. <=25
1.4.6 sq.m. >25
32 12 16 32 12 16S 5.0 HOT-MIX ASPHALT CONCRETE PAVING
5.1 Pavement Patching Associated with Concrete Works
5.1.1 Slot Paving Associated with Concrete Curb Work - Min. 300mm
1.5.1.1 a) <=10 sq.m. - 75mm sq.m.
1.5.1.1 b) >10 sq.m. - 75mm sq.m.
1.5.1.1 c) <=10 sq.m. - 100mm sq.m.
1.5.1.1 d) >10 sq.m. - 100mm sq.m.
6.0 DRIVEWAY RESTORATIONS
32 12 16 32 12 16S 1.5.3 6.1 Asphalt Driveways sq.m. <=15
33 12 16S 1.5.3 sq.m. >15
03 30 20 03 30 20S 1.5.3 6.2 Concrete Driveways - Broom Finish sq.m. <=15
03 30 20S 1.5.3 sq.m. >15
03 30 20 03 30 20S 1.5.3 6.3 Concrete Driveways - Exposed Aggregate sq.m. <=15
03 30 20S 1.5.3 sq.m. >15
03 30 20 03 30 20S 1.5.3 6.4 Concrete Driveways - Stamped sq.m. <=15
03 30 20S 1.5.3 sq.m. >15
33 44 01 33 44 01S 7.0 MANHOLES AND CATCH BASINS
1.5.3 7.1 Manhole Frame & Lid Minor Adjustments Each
1.5.3 7.2 Manhole Frame & Major Lid Adjustments Each
32 91 21 32 91 21S 8.0 TOP SOIL AND FINISH GRADING
1.4.1 8.1 Topsoil and Finish Grading sq.m. <=10
1.4.1 sq.m. >10
32 92 23 9.0 SODDING
1.8.1 9.1 Sodding sq.m. <=10
1.8.1 sq.m. >10
ASPHALT SERVICES
31 24 13 31 24 13S 1.0 ROADWAY EXCAVATION, EMBANKMENT AND COMPACTION
1.8.4 1.1 Removal of Asphalt Curb lin.m. <=20
1.8.4 lin.m. >20
1.8.5 1.2 Common Excavation - Off Site Disposal C. M. <=10
1.8.5 C. M. >10
32 01 16.7 2.0 COLD MILLING
2.1 MRN & Arterial Roads
1.5.1 2.1.1 Full Depth Milling (Up to 125mm Depth) sq.m. <=200
1.5.1 sq.m. >200
1.5.1 2.1.2 Surface Milling (50mm Depth) sq.m. <=200
1.5.1 sq.m. >200
2.2 Collector & Local Roads
1.5.1 2.2.1 Full Depth Milling (Up to 100mm Depth) sq.m. <=200
1.5.1 sq.m. >200
1.5.1 2.2.2 Surface Milling (35mm Depth) sq.m. <=200
sq.m. >200
32 11 23 3.0 GRANULAR BASE
1.4.1 3.1 Granular Base - Asphalt Pavement Works Tonne <=25
1.4.1 Tonne >25
1.4.1 3.2 Granular Base - Shoulderering/Boulevard Restoration Tonne <=15
1.4.1 Tonne >15
32 12 13.1 4.0 ASPHALT TACK COAT
1.5.1 4.1 Asphalt Tack Coat sq.m. <=100
1.5.1 sq.m. >100
32 12 16 32 12 16S 5.0 HOT-MIX ASPHALT CONCRETE PAVING
5.1 Pavement Patching (Interim/Temporary) Two Lifts of Asphalt with No Milling
5.1.1 MRN & Arterial Roads (50mm Base/50mm Surface)
1.5.1 a) <100 sq.m. sq.m.
1.5.1 b) 100 sq.m. to 200 sq.m. sq.m.
1.5.1 c) 200 sq.m. to 1,000 sq.m. sq.m.
1.5.1 d) >1,000 sq.m. sq.m.
5.2 Pavement Patching (Interim/Temporary) One Lift of Asphalt with No Milling
5.2.1 Collector and Local Roads (75mm thick)
1.5.1 a) <100 sq.m. sq.m.
1.5.1 b) 100 sq.m. to 200 sq.m. sq.m.
1.5.1 c) 200 sq.m. to 1,000 sq.m. sq.m.
1.5.1 d) >1,000 sq.m. sq.m.
5.3 Pavement Patching (Interim/Temporary) One Lift of Asphalt with No Milling
5.3.1 MRN & Arterial Roads (50mm)
1.5.1 a) <100 sq.m. sq.m.
1.5.1 b) 100 sq.m. to 200 sq.m. sq.m.
1.5.1 c) 200 sq.m. to 1,000 sq.m. sq.m.
1.5.1 d) >1,000 sq.m. sq.m.
5.3.2 Collector and Local Roads (50mm thick)
1.5.1 a) <100 sq.m. sq.m.
1.5.1 b) 100 sq.m. to 200 sq.m. sq.m.
1.5.1 c) 200 sq.m. to 1,000 sq.m. sq.m.
1.5.1 d) >1,000 sq.m. sq.m.
5.4 Pavement Patching (Permanent) Two Lifts of Asphalt with Milling
5.4.1 MRN & Arterial Roads (50mm Base/50mm Surface)
1.5.1 a) <100 sq.m. sq.m.
1.5.1 b) 100 sq.m. to 200 sq.m. sq.m.
1.5.1 c) 200 sq.m. to 1,000 sq.m. sq.m.
1.5.1 d) >1,000 sq.m. sq.m.
5.4.2 Collector & Local Roads (50mm Base/35mm Surface)
1.5.1 a) <100 sq.m. sq.m.
1.5.1 b) 100 sq.m. to 200 sq.m. sq.m.
1.5.1 c) 200 sq.m. to 1,000 sq.m. sq.m.
1.5.1 d) >1,000 sq.m. sq.m.
5.5 Hot-Mix Pavement Patching (Permanent) Final Lift of Asphalt with No Milling
5.5.1 MRN & Arterial Roads (50mm thick)
1.5.1 a) <100 sq.m. sq.m.
1.5.1 b) 100 sq.m. to 200 sq.m. sq.m.
1.5.1 c) 200 sq.m. to 1,000 sq.m. sq.m.
1.5.1 d) >1,000 sq.m. sq.m.
5.5.2 Collector & Local Roads (35mm thick)
1.5.1 a) <100 sq.m. sq.m.
1.5.1 b) 100 sq.m. to 200 sq.m. sq.m.
1.5.1 c) 200 sq.m. to 1,000 sq.m. sq.m.
1.5.1 d) >1,000 sq.m. sq.m.
1.5.3 5.6 Asphaltic Concrete Sidewalk - 50mm Thick sq.m. <=20
1.5.3 sq.m. >20
1.5.4 5.7 Extruded Asphalt Curb - 50mm lin.m. <=10
1.5.4 lin.m. >10
1.5.4 5.8 Extruded Asphalt Curb - 150mm lin.m. <=10
1.5.4 lin.m. >10
6.0 DRIVEWAY RESTORATIONS
32 12 16 1.5.3 6.1 Asphalt Driveways - 50mm Thick sq.m. <=20
1.5.3 sq.m. >20
33 44 01 33 44 01S 7.0 MANHOLES AND CATCH BASINS
1.5.3 7.1 Manhole Frame & Lid Minor Adjustments Each
1.5.3 7.2 Manhole Frame & Major Lid Adjustments Each
32 91 21 32 91 21S 8.0 TOP SOIL AND FINISH GRADING
1.4.1 8.1 Topsoil and Finish Grading sq.m. <=10
1.4.1 sq.m. >10
32 92 23 9.0 SODDING
1.8.1 9.1 Sodding sq.m. <=10
1.8.1 sq.m. >10
City of Coquitlam Certificate of Insurance Standard Form
File #: 04-1500-20/110/3 Doc #: 1522868.v3 Revised April 28, 2014
THIS FORM IS TO BE COMPLETED BY THE INSURANCE BROKER (A fillable form is also available for electronic completion on the City’s website): http://www.coquitlam.ca/Libraries/Coquitlam_Forms/Certificate_of_Insurance_-_Standard_Form.sflb.ashx
This certifies that policies of insurance as described below have been issued to the Insured named below and are in full force and effect at this time. It is understood and agreed that thirty (30) days' notice of cancellation or reduction in applicable limit of any of the policies listed below, with the exception of ICBC, will be given to the holder of this certificate.
NOTE: INSURANCE COMPANIES MUST BE LICENSED TO OPERATE IN BRITISH COLUMBIA.
This Certificate is issued to: City of Coquitlam, 3000 Guildford Way, Coquitlam, BC V3B 7N2
Insured Name:
Address: Email: Phone:
Broker Name: Agent’s Name:
Address: Email: Phone:
Project to which this Certificate applies:
Contract No.: 14-06-01 Project Name & Description: Concrete & Asphalt Services
COMMERCIAL GENERAL LIABILITY coverage is required to insure against liability from the activities arising out of operations or work in connection with the above-described project, including liability arising out of the use of City property.
Type of Insurance Insurer Name and Policy Number Policy Term (dd/mm/yy) Limits of Liability/Amounts
Section 1: Commercial General Liability
Occurrence Form Claims Made Form
From: Bodily Injury, Death & Property Damage $ Per Occurrence
MINIMUM $5,000,000 $ Aggregate $ Deductible $ Umbrella Limit $ Excess Limit
To:
Umbrella Liability From:
To:
Excess Liability
From:
To:
Section 2 Other:
From: $ Limit $ Deductible To:
Particulars of General Liability Insurance (Sections 1 & 2): indicates that the coverage is included.
City of Coquitlam as Additional Insured Coverage is Primary and not contributory 12 months Completed Operations Premises & Operations Personal Injury 24 months Completed Operations Broad Form Products & Completed Operations Use of explosives for blasting Owners & Contractors Protective Vibration from pile driving or caisson work Aircraft/Aviation Liability Blanket Contractual Demolition
Shoring and Underpinning Hazard
Non-owned aircraft liability Unlicensed Automobile Liability Cross Liability/Severability of Interests Watercraft liability Employees As Additional Insureds Water Ingress Coverage Non-owned watercraft liability Non-Owned Automobile Work below ground level over 3 meters
(XCU extension)
Attached Machinery Occurrence Property Damage Pollution Liability Contingent Employer’s Liability Asbestos Broad Form Loss of Use
Section 3: Automobile Liability (owned or leased vehicles)
If insured by ICBC, attach a copy of the ICBC form APV-47
From: Personal Injury & Property Damage
$ Limit
MINIMUM $2,000,000 To:
It is understood and agreed any deductible or reimbursement clause contained in the policy shall be the sole responsibility of the Named Insured.
Broker Authorization (Signature & Stamp) Date
INTERNAL USE ONLY
Certificate Approved Not Approved
COMPLETE & SUBMIT TO: CITY OF COQUITLAM Email: [email protected]
City of Coquitlam RFP No. 14-06-01
Appendix B - Prime Contractor Designation (Required at time of award)
Subject: Prime Contractor Designation
Contract / Permit #: City of Coquitlam Contract No. 14-06-01
Project / Site Location: Concrete & Asphalt Services
(The “Contractor”) represents, acknowledges and agrees that:
1. in accordance with section 118 of the Workers Compensation Act, R.S.B.C. 1996, c. 492 (the “Workers
Compensation Act”), the Contractor shall be the “Prime Contractor” and is qualified to act as the “Prime
Contractor” in respect of the Project ;
2. the Contractor accepts the duties and responsibilities for coordination of health and safety in accordance with
the Workers Compensation Act and further agrees that it will do everything necessary to establish and maintain
a system or process that will insure compliance with the Workers Compensation Act and the Regulations
thereto;
3. the Contractor shall fulfill all the obligations of an “Owner” under section 119 of the Workers Compensation Act
in respect of the Project site; and
4. that the City of Coquitlam has fulfilled its obligations as an “Owner” under section 119 of the Workers
Compensation Act, in respect of the Project site.
Prime Contractor Name:
Prime Contractor Address:
Prime Contractor Signature Date
Print Name
Please return a signed copy of this memo to the City of Coquitlam, 3000 Guildford Way, Coquitlam, BC, V3B 7N2
If you have any questions, please contact the City of Coquitlam Health & Safety Advisor at 604-927-3068.
Pipelin
e
David
Quarr
y
Austin
Lougheed
North
Pinetr
ee Victoria
Glen
Parkw
ay
United
BarnetMu
ndy
John
son
Plateau
Clarke
Linton Chilko
Cedar
Westw
ood
Robson
Lansdowne
Dewdney Trunk
Coas
t Meri
dian
Falco
n
Guildford
Panorama
Como Lake
Whitin
g
Robinson
Cape Horn
Leclair
Harpe
r
Shau
ghne
ssy
Marm
ont
Rivervie
w
Hicke
y
Highway #1
Inlet
Walton
Ebert
Marin
er
Deca
ire
Brunette
Thermal
Gaten
sbury
Laure
ntian
Dunkirk
Colony Farm
Conifer
Foster
Hartley
Nash
Mara
Edwa
rds
Ozad
a
Delahaye
Nesto
r
Surf
Porte
r
Eden
Ivy
Eagle Mountain
Gille
ys
Scho
olhou
se
Kelvi
n
King E
dward
Smith
Durant
Latimer
Hazel
Ersk
ine
Sydney
Coy
Lincoln
Edgar
Chapman
Regan
Pier
Walls
Oxfor
d
Warrick
Buoy
Glenbrook
Rogate
Thompson
Golde
n
Kugler
Riley
Christmas
Polla
rd
Corona
Spar
Fresno
Patul
lo
Lillia
n
Cornell
Honeysuckle
Delestre
Summit
Starlig
ht
Pond
erosa
Queenston
Highland
Miller
Leed
er
Armad
a
Walke
r
Baker
Floyd
Hock
aday
Gabriola
Glacier
Poirie
r
Westv
iew
Cottonwood
Fawc
ett
Milford
Gislason
Orland
DanseyPu
rcell
Hillcr
est
Bluff
Howie
Noons Creek
Cariboo Pitt River
Sonora
Soball
Spence
Kingfi
sher
Irvine
Greene
Dayton
Midv
ale
Gauthier
Bend
Wren
Cres
twoo
d
Burian
Park
TahsisMo
ray
Kinsa
c
Pinewood
KemsleyClaremont
Walnut
Appian
Cliffrose
Suga
rpine
Crystal
Silverthrone
Roxton
Hillside
Sapphire
Palliser
Beac
onHarbour
Brigantine
North
Ben
d
Baycrest
Alderson
Rochester
Aberdeen
Brian
Pasture
Ranch Park
Heath
Firda
le
Hart
ShawMadore
Balm
oral
Bowman
Forestridge
Lava
l
Riverbend
Kings
ton
Dogwood
Woodvale
Turnb
erry
Brom
ley
Blue M
ounta
in
Karley
Seymour
Rockcre
ss
Ingersoll
Kens
al
Diamond
Harrier
MacIn
tosh
Dawes Hill
Albion
Scotch Pine
Brookmere
Byng
Herrm
ann
Valleyvista
United
Harbour
Quarry
United
FosterFoster
Gabri
ola
Lougheed
Delestre
Regan
Briga
ntine
Scho
olhou
se
Loug
heed
Barnet
Smith
Regan
Lougheed
Plateau
Lougheed
Mara
Porte
r
Edgar
Harper
Highway #1
Duran
t
Gaten
sbury
Porte
r
North
MJIH K LGFEBA DC
10
12
11
09
13
08
07
04
06
05
02
03
01
PITT RIVER
PITT
RIV
ER
FRASER RIVER
BURRARD INLET
DOUGLAS ISLAND
SASAMAT
GOOSE BAR
RIVER
COQUITLAM
DEBOVILLE
CITY BANK
McL
EAN
TREE ISLAND
CREE
K
SLOUGH
COMO
MUNDYLOST
LAKE
RIVE
RRIVER
COQUITLAM
COQU
ITLA
M
FARRER COVE
BRUNETTE RIVER
LAFARGELAKE
LAKE
LAKELAKE
PORT MOODY
PORT COQUITLAM
NEWWESTMINSTER
BURNABY
THE CITY OF COQUITLAM ASSUMES NO RESPONSIBILITY FOR THE CORRECTNESS OF INFORMATION SHOWN
PRODUCED BY THE ENGINEERING AND PUBLIC WORKS DEPARTMENT GEOMATICS DIVISION - NOVEMBER, 2013
OCITY OF COQUITLAM STREET MAP
K:\gis\ops\Projects\City of Coqutilam Street Map\NAD83 Map Document\11x17 Street Map.mxd
LegendSkytrain Millenium LineMunicipal ArterialMunicipal CollectorFreeway (Trans Canada Highway)HighwayHighway RampLocal RoadsPrivate RoadsPrivate SchoolPublic SchoolPost Secondary SchoolParksGolf CourseOpen Space (Non_Municipal)