Municipality of the County of Pictou Project MPC GREEN ACRES PRIVATE ROAD UPGRADE 2017 SYLVESTER, PICTOU COUNTY

Size: px
Start display at page:

Download "Municipality of the County of Pictou Project MPC GREEN ACRES PRIVATE ROAD UPGRADE 2017 SYLVESTER, PICTOU COUNTY"

Transcription

1 Municipality of the County of Pictou Project MPC GREEN ACRES PRIVATE ROAD UPGRADE 2017 SYLVESTER, PICTOU COUNTY Issued for Tender & Approval April 2017

2 THESE PROJECT DOCUMENTS HAVE BEEN PREPARED FOR USE WITH AND REQUIRE BEING READ IN CONJUNCTION WITH THE STANDARD SPECIFICATION FOR MUNICIPAL SERVICES AS PUBLISHED BY THE NOVA SCOTIA ROAD BUILDERS ASSOCIATION - NOVA SCOTIA CONSULTING ENGINEERS ASSOCIATION JOINT COMMITTEE ON CONTRACT DOCUMENTS. COPIES OF THESE DOCUMENTS ARE AVAILABLE FROM THE JOINT COMMITTEE ON CONTRACT DOCUMENTS, 18 LAURIER STREET, DARTMOUTH, NS, B3A 2G7; TELEPHONE: (902) OR AT nsmunicipalservices@gmail.com.

3 STANDARD SPECIFICATIONS SECTION FOR INFORMATION TO TENDERERS PAGE 1 MUNICIPAL SERVICES JANUARY 2016 GREEN ACRES PRIVATE ROAD UPGRADE 2017, PROJECT # MPC SYLVESTER, PICTOU COUNTY MUNICIPALITY OF PICTOU COUNTY 1. Tender.1 Submit completed Tender Form for above project in Submission sealed envelope marked as follows: TENDER GREEN ACRES PRIVATE ROAD UPGRADE 2017, PROJECT # MPC Closing up to 3:00 p.m., local time, Friday, May 12 th, 2017 Municipality of the County of Pictou Ebon MacMillan, P.Eng. 46 Municipal Drive P.O. Box 910 Pictou NS B0K 1H0 2. Post Tender.1 Submit post-tender submission documents no later Submission than two (2) working days after tender closing to be eligible to receive award of Contract. Failure to provide such documents will constitute grounds for forfeiture of Tender Security..2 Safety Certification:.1 Submit copy of Tenderer s current and valid accreditation issued by Nova Scotia Workers Compensation Board or Certificate of Recognition issued by the Nova Scotia Construction Safety Association..2 Out of province companies with a current and valid Certificate of Recognition from a Canadian Federation of Construction Safety Associations recognized safety association shall obtain and submit a Certificate of Recognition from the Nova Scotia Construction Safety Association..3 Workers Compensation Board Clearance:.1 Submit a copy of Tenderer s current valid clearance letter issued by the Workers Compensation Board of Nova Scotia..2 Out of province Tenderers must register with the Nova Scotia Workers Compensation Board prior to being awarded a Contract.

4 STANDARD SPECIFICATIONS SECTION FOR INFORMATION TO TENDERERS PAGE 2 MUNICIPAL SERVICES JANUARY Tender Opening.1 Tenders will be opened on Friday, May 12 th, 2017 at 46 Municipal Drive, Pictou. Opening will be public. 4. Document.1 There is no fee for Project Documents. Fee 5. Accuracy of.1 Indexing and cross-referencing are for convenience Referencing only. 6. Conditions of.1 Take full cognizance of content of all Contract Tendering Documents in preparation of Tender. Refer to Section Tender Form, Subsection 3.9 for a complete list of Contract Documents. 7. Tenderers to.1 Tenderers will be deemed to have familiarized Investigate themselves with existing site and working conditions and all other conditions which may affect performance of the Contract. No plea of ignorance of such conditions as a result of failure to make all necessary examinations will be accepted as a basis for any claims for extra compensation or an extension of time. 8. Clarification.1 Notify Engineer not less than two (2) working days and Addenda before Tender Closing of omissions, errors or ambiguities found in Contract Documents. If Engineer considers that correction, explanation or interpretation is necessary, a written addendum will be issued. All addenda will form part of Contract Documents..2 Confirm in the Tender Form that all addenda have been received. 9. Preparation of.1 Legibly complete Tender Form provided with Project Tender Documents. Tender all items and fill in all blanks. Have corrections initialed by person signing Tender. 10. Taxes.1 Include all taxes except Harmonized Sales Tax (HST).

5 STANDARD SPECIFICATIONS SECTION FOR INFORMATION TO TENDERERS PAGE 3 MUNICIPAL SERVICES JANUARY Tender Security.1 Provide Tender Security in a minimum amount of ten percent (10%) with Tender in the form of a Certified Cheque or Money Order payable to the Owner, or a Bid Bond on CCDC Form 220, or other Owner approved form. 12. Contract.1 Refer to Section General Conditions, Security subsection GC11.2 Contract Security for form of Contract Security. Refer to Project Documents for amount of contract security and alternate type of contract security, if applicable. 13. Insurance.1 Refer to Section , General Conditions, subsection GC INSURANCE, for insurance required. 14. Form of.1 Form of Agreement is attached for information Agreement purposes only. 15. Return of.1 Tender Security will be returned to: Tender Security.1 All except the three lowest acceptable Tenderers within five (5) working days of Tender Opening..2 Two (2) remaining unsuccessful Tenderers within ten (10) working days of date of Award..3 Successful Tenderer following receipt by Owner of executed Agreement, specified Contract Security, and Insurance documents. 16. Amendment or.1 Tenders may be amended or withdrawn by post or Withdrawal of facsimile. Tender.2 Amendment of individual unit prices is the only acceptable price amendment. Amendments shall not disclose either original or revised total price..3 Head amendment or withdrawal as follows: "[Amendment]/[Withdrawal] of Tender for GREEN ACRES PRIVATE ROAD UPGRADE 2017, PROJECT # MPC ". Sign as required for Tender, and submit at address given for receipt of Tenders. In order to be considered, submissions shall be received prior to time of Tender Closing. 17. Offer,.1 The Owner reserves the right to accept or reject Acceptance, any Tender and to cancel the tendering process and Rejection reject all tenders at any time prior to the award of Contract without incurring any liability to affected Tenderers.

6 STANDARD SPECIFICATIONS SECTION FOR TENDER FORM PAGE 1 MUNICIPAL SERVICES JANUARY SALUTATION:.1 To: MUNICIPALITY OF PICTOU COUNTY 46 MUNICIPAL DRIVE P.O. BOX 910 PICTOU NS B0K 1H0.2 For: PROJECT # MPC GREEN ACRES PRIVATE ROAD UPGRADE 2017, SYLVESTER, PICTOU COUNTY.3 From: 2. TENDERER DECLARES:.1 That this tender was made without collusion or fraud..2 That the proposed work was carefully examined..3 That the Tenderer was familiar with local conditions..4 That Contract Documents and Addenda No. to inclusive were carefully examined..5 That all the above were taken into consideration in preparation of this Tender. 3. TENDERER AGREES:.1 To enter into a contract to supply all labour, material and equipment and to do all work necessary to construct the Work as described and specified herein for the unit prices stated in Subsection 4 hereunder, Schedule of Quantities and Unit Prices..2 That the Estimated Contract Price shall be the sum of the products of the tendered unit prices times the estimated quantities in Subsection 4 hereunder..3 That this Tender is valid for acceptance for 60 days from Tender Closing..4 That measurement and payment for items listed in Subsection 4 hereunder shall be in accordance with corresponding items in Section Measurement and Payment.

7 STANDARD SPECIFICATIONS SECTION FOR TENDER FORM PAGE 2 MUNICIPAL SERVICES JANUARY To provide evidence of ability and experience within five (5) working days of request, including: experience in similar work, work currently under contract, senior supervisory staff available for the project, equipment available for use on the Work, and financial resources..6 To execute in triplicate the Agreement and forward same together with the specified contract security and insurance documents to the Owner within ten (10) working days of written notice of award..7 That failure to provide post-tender submission documents or failure to enter into a formal contract and provide specified insurance documents and contract security within time required will constitute grounds for forfeiture of tender security..8 That if tender security is forfeited, Owner will retain difference in money between amount of tender and amount for which Owner legally contracts with another party to perform the Work and will refund balance, if any, to tenderer..9 That the following requirements are to be followed in order that trucks are hired on a fair basis through the Pictou County Truckers Association:.1 Trucks must be capable of doing the work and be in good mechanical condition..2 Trucks available in an area are to be hired regardless of political affiliation..3 Trucks owned by persons living along a road within the limits of the contract or work should be given first opportunity for employment..4 Subsequent to , all trucks in the immediate area would be hired on the basis that those within a sixteen kilometer radius would have first opportunity for work, the area would then expand to a 36 km radius, etc..5 One truck should be hired from each owner until individual truck owners in the 16 kilometer radius are employed before a second truck is hired from a multi- truck firm. If practical, the 16 kilometer radius can be expanded before the second truck of an owner is employed..6 On a county basis, all trucks available within Pictou County where the work is taking place are to receive priority in hiring before trucks from an adjacent county are hired..7 Local Trucks not available for work when initial hiring takes place do not have the prerogative of bumping trucks already hired. These trucks would be hired as soon as further trucks are needed..8 Layoffs would be on the basis that those trucks from adjacent counties and/or furthest from the job would go first..9 Contractors requiring local trucks must give the Pictou County Trucker s Association 24 hours notice of his truck requirements.

8 STANDARD SPECIFICATIONS SECTION FOR TENDER FORM PAGE 3 MUNICIPAL SERVICES JANUARY NSTIR rates latest issue are to be paid by all contractors and subcontractors on Municipality of the County of Pictou projects..11 Up to 20% of the work can be completed by trucks owned by contractors; the remaining 80% must be local Trucks. Local trucks are to be hired first..10 That the Contract Documents include:.1 Standard Specifications for Municipal Services listed in Table of Contents Page Dated JANUARY Tender Form.3 Form of Agreement.4 Supplementary Specifications Section General Conditions Section General Requirements Section Measurement and Payment.5 Drawings PP-1 Maple St April 26,2017 Rev 0 PP-2 Oak St April 26,2017 Rev 0 PP-3 Oak St April 26,2017 Rev 0 PP-4 Oak St April 26,2017 Rev 0 PP-5 Pine St April 26,2017 Rev 0 PP-6 Details April 26,2017 Rev 0.6 Addenda as issued and as confirmed in subsection 2.4 of this section.

9 STANDARD SPECIFICATIONS SECTION FOR TENDER FORM PAGE 4 MUNICIPAL SERVICES JANUARY SCHEDULE OF QUANTITIES AND UNIT PRICES Item Unit of Estimated Unit Total No. Description Measurement Quantity Price Price EARTHWORK 1. Clearing ha Grubbing ha Mass Excavation and Embankment - Common m 3 1,000 SUB TOTAL EARTHWORK: $

10 STANDARD SPECIFICATIONS SECTION FOR TENDER FORM PAGE 5 MUNICIPAL SERVICES JANUARY 2016 Item Unit of Estimated Unit Total No. Description Measurement Quantity Price Price STORM SEWER SYSTEM 37. Culverts.1 450mm, HDPE, Double-walled m mm, HDPE, Double-walled m mm, HDPE, Double-walled m mm, Concrete, Class 3 m Concrete Headwalls 1. For 900mm Culvert pair 2 2. For 450mm Culvert pair 1 SUB TOTAL STORM SEWER: $

11 STANDARD SPECIFICATIONS SECTION FOR TENDER FORM PAGE 6 MUNICIPAL SERVICES JANUARY 2016 Item Unit of Estimated Unit Total No. Description Measurement Quantity Price Price STREET CONSTRUCTION 51. Gravels.1 Type 1 t 4,400.2 Type 2 t 5, Ditching m 1,820 SUB TOTAL STREET CONSTRUCTION: $

12 STANDARD SPECIFICATIONS SECTION FOR TENDER FORM PAGE 7 MUNICIPAL SERVICES JANUARY 2016 Item Unit of Estimated Unit Total No. Description Measurement Quantity Price Price ENVIRONMENTAL PROTECTION 91. Silt Fence m Flow Checks Each Straw or Hay Cover m 2 2,000 SUB TOTAL ENVIRONMENTAL PROTECTION: $

13 STANDARD SPECIFICATIONS SECTION FOR TENDER FORM PAGE 8 MUNICIPAL SERVICES JANUARY 2016 SUB TOTAL EARTHWORK $ SUB TOTAL STORM SEWER SYSTEM $ SUB TOTAL STREET CONSTRUCTION $ SUB TOTAL ENVIRONMENTAL PROTECTION $ CONTINGENCY ALLOWANCE $ 30,000 ESTIMATED CONTRACT PRICE (EXCLUDING HST) $ ADD HARMONIZED SALES TAX (15%)* $ TOTAL PRICE $ TENDERER'S HST REGISTRATION NO. 5. COMPLETION TIME.1 Tenderer agrees to complete the Work within weeks of written notification of award.

14 STANDARD SPECIFICATIONS SECTION FOR TENDER FORM PAGE 9 MUNICIPAL SERVICES JANUARY SIGNATURES* DATED THIS DAY OF, 20. Name of Firm Tendering [Seal] Witness Signature of Signing Officer Name and Title (Printed) Witness Signature of Signing Officer Name and Title (Printed) Company Address Telephone No. Fax No. *NOTE: Tenders submitted by or on behalf of any Corporation must be signed and sealed in the name of such Corporation by a duly authorized officer or agent. END

15 STANDARD SPECIFICATIONS SECTION FOR FORM OF AGREEMENT PAGE 1 MUNICIPAL SERVICES JANUARY 2013 This Agreement made on the day of in the year BY AND BETWEEN MUNICIPALITTY OF PICTOU COUNTY hereinafter called the "Owner" and hereinafter called the "Contractor" The Owner and the Contractor agree as follows: ARTICLE A1 - THE WORK The Contractor shall:.1 Perform the Work required by the Contract Documents for GREEN ACRES PRIVATE ROAD UPGRADE 2017, PROJECT # MPC located at SYLVESTER, PICTOU COUNTY for which the Agreement has been signed by the parties, and for which EBON MACMILLAN is acting as and is hereinafter called the Engineer and.2 do and fulfill everything indicated by this Agreement, and.3 commence the Work by the day of in the year and attain Substantial Performance of the work as certified by the Engineer by the day of in the Year. ARTICLE A2 AGREEMENTS AND AMENDMENTS This Contract supersedes all prior negotiations, representations or agreements, either written or oral, relating in any manner to the work, including the bidding documents that are not expressly listed in Article A3 of the Agreement.

16 STANDARD SPECIFICATIONS SECTION FOR FORM OF AGREEMENT PAGE 2 MUNICIPAL SERVICES JANUARY 2013 ARTICLE A3 - CONTRACT DOCUMENTS The following is an exact list of the Contract Documents referred to in Article A1.1 of this Agreement and as defined in subsection 6 of Section DEFINITIONS. This list is subject to subsequent amendments in accordance with the provisions of the Contract Documents..1 STANDARD SPECIFICATIONS FOR MUNICIPAL SERVICES. Table of Contents Dated JANUARY Tender Form.3 Form of Agreement.4 Supplementary Specifications Section General Conditions Section General Requirements Section Measurement and Payment.5 Drawings: PP-1 Maple St April 26,2017 Rev 0 PP-2 Oak St April 26,2017 Rev 0 PP-3 Oak St April 26,2017 Rev 0 PP-4 Oak St April 26,2017 Rev 0 PP-5 Pine St April 26,2017 Rev 0 PP-6 Details April 26,2017 Rev 0.6 Addenda.1 [Addendum 1].2 [Addendum 2] ARTICLE A4 - CONTRACT PRICE.1 The Contract Price is the sum of the products of the estimated quantities multiplied by the appropriate Unit Prices in the Tender Form excluding the amount of Harmonized Sales Tax..2 The Contract Price is $.3 All amounts shall be in Canadian funds..4 The amounts shall be subject to adjustment as provided in the Contract Documents. ARTICLE A5 - PAYMENT.1 The Owner shall pay the Contractor in Canadian funds for the performance of the Contract..2 The Owner shall make monthly payments on account to the Contractor for the Work performed, as certified by the Engineer, subject to a 10% holdback.

17 STANDARD SPECIFICATIONS SECTION FOR FORM OF AGREEMENT PAGE 3 MUNICIPAL SERVICES JANUARY The amount of the monthly payments shall be calculated as follows:.1 The quantity for each pay item on which actual work has been performed shall be measured..2 For each Unit Price item this quantity shall be multiplied by the applicable Unit Price as provided in the Tender Form..3 For each lump sum item, multiply the percent complete by the value of the lump sum item..4 The total value of work completed for the payment period shall be calculated by adding the total of the products for all pay items from 3.2 and 3.3 of this Article..5 The amount of the monthly payment shall be determined by deducting the 10% holdback and the total of all previous payments from the total value of such completed work as determined under 3.4 of this Article..6 To the amount calculated above, the Harmonized Tax will be added..4 The last day of the payment period shall be the last of the month..5 Upon Substantial Performance of the Work as certified by the Engineer the Owner shall pay to the Contractor the holdback monies then due in accordance with the provisions of Section General Conditions, subsection GC5.8 PAYMENT OF HOLDBACK UPON SUBSTANTIAL PERFORMANCE OF THE WORK..6 Upon the issuance of the final certificate for payment as certified by the Engineer, the Owner shall pay to the Contractor the balance of monies then due in accordance with the provision of Section General Conditions, subsection GC5.10 FINAL PAYMENT..7 In the event of loss or damage occurring where payment becomes due under the property and boiler insurance policies, payment shall be made to the Contractor in accordance with the provisions of Section General Conditions, subsection GC INSURANCE..8 If the Owner fails to make payment to the Contractor as it becomes due under the terms of the Contract, interest shall be payable as follows:.1 The annual interest rate applicable to the contract is 2% compounded monthly..2 Interest shall be calculated on the overdue balance from the due date.

18 STANDARD SPECIFICATIONS SECTION FOR FORM OF AGREEMENT PAGE 4 MUNICIPAL SERVICES JANUARY 2013 ARTICLE A6 - RECEIPT OF AND ADDRESSES FOR NOTICES IN WRITING.1 Notices in writing will be addressed to the recipient at the address set out below..2 The delivery of a Notice in Writing will be by hand, by courier, by prepaid first class mail, or by facsimile or other form of electronic communication during the transmission of which no indication of failure of receipt is communicated to the sender..3 A Notice in Writing delivered by one party in accordance with this Contract will be deemed to have been received by the other party on the date of delivery if delivered by hand or courier, or if sent by mail it shall be deemed to have been received five (5) working days after the date on which it was mailed..4 A Notice in Writing sent by facsimile or other form of electronic communication shall be deemed to have been received on the date of its transmission provided that is such day is not a Working Day or if it is received after the end of normal business hours on the date of its transmission at the place of receipt, then it shall be deemed to have been received at the opening of business at the place of receipt on the first Working Day next following the transmission thereof..5 An address for a party may be changed by Notice in Writing setting out the new address delivered to the other party in accordance with this Article..1 The Owner at 46 MUNICIPAL DRIVE.2 The Contractor at P.O. BOX 910 PICTOU NS B0K 1H0.3 The Engineer at SAME AS OWNER ARTICLE A7 - QUANTITIES AND MEASUREMENT.1 The quantities shown in Section Tender Form - Schedule of Quantities and Unit Prices are estimated.

19 STANDARD SPECIFICATIONS SECTION FOR FORM OF AGREEMENT PAGE 5 MUNICIPAL SERVICES JANUARY Measurement for the actual quantities used to determine payments and Contract Price shall be in accordance with Section Measurement and Payment. ARTICLE A8 - SUCCESSION The aforesaid Contract Documents are to be read into and form part of the Agreement and the whole shall constitute the Contract between the parties and subject to law and the provisions of the Contract Documents shall inure to the benefit of and be binding upon the parties hereto, their respective heirs, legal representatives, successors and assigns. ARTICLE A9 - RIGHTS AND REMEDIES No action or failure to act by the Owner, Engineer, or Contractor shall constitute a waiver of any right or duty afforded any of them under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach thereunder, except as may be specifically agreed in writing. ARTICLE A10 - TIME Time shall be construed as being the essence of the Contract.

20 STANDARD SPECIFICATIONS SECTION FOR FORM OF AGREEMENT PAGE 6 MUNICIPAL SERVICES JANUARY 2013 In witness whereof the parties hereto have executed this Agreement and by the hands of their duly authorized representatives. SIGNED AND DELIVERED In the presence of: OWNER Name of Owner Witness Signature Name and Title of Person Signing Witness Signature Name and Title of Person Signing CONTRACTOR Name of Contractor Witness Signature Name and Title of Person Signing Witness Signature Name and Title of Person Signing N.B. Where legal jurisdiction, local practice or Owner or Contractor requirements calls for (a) proof of authority to execute this document, attach such proof of authority in the form of a certified copy of a resolution naming the representative(s) authorized to sign the Agreement for and on behalf of the corporation or partnership; or (b) the affixing of a corporate seal, this Agreement should be properly sealed. END

21 GREEN ACRES PRIVATE ROAD UPGRADE 2017 Supplementary Specifications Page 1 Project # MPC April 2017 INTENT OF THE SUPPLEMENTARY SPECIFICATIONS.1 Construct the Work of this Contract in accordance with the Standard Specifications for Municipal Services as developed and published by the Nova Scotia Road Builders Association and the Consulting Engineers of Nova Scotia Joint Committee on Contract Documents, except as modified herein..2 These Supplementary Specifications modify the specifications to which they refer..3 The Supplementary Specifications take precedence over the Specifications to which they refer. SECTION GENERAL CONDITIONS Page 31, GC 11.2 Contract Security, after clause , add the following: The Contractor shall, prior to commencement of the Work, provide to the Owner a Performance Bond and a Labour and Materials Bond, each in the amount of 50% of the Total Amount Payable. The Contract Security will be retained until the expiration of the Warranty Period. SECTION GENERAL REQUIREMENTS Page 1, delete clause 2.1 in its entirety and replace with the following: 2. Summary of Work.1 The project is located at Green Acres Subdivision (Maple St., Oak St., and Pine St.) off Alma Road (Authority # PI0815), Sylvester, Pictou County. The Work can be described as follows: Page 1, delete clause 4 and replace with the following:.1 Clear and grub as required. Re-construct Pine Street including a cul-de-sac. On all roads, supply and place 200mm oftype 2 and 150mm of Type 1 gravels, to a standard 10m driving surface width. Construct ditches and ditch as required. Remove and replace existing driveway and cross culverts. Reinstate all disturbed areas to original condition or better, at no additional cost to the contract. 4. Setting Out the Work.1 Set out the Work. Before the work of the contract begins the Engineer will provide sufficient reference points to identify the site on the ground, on a one-time only basis. Have reference

22 GREEN ACRES PRIVATE ROAD UPGRADE 2017 Supplementary Specifications Page 2 Project # MPC April 2017 Page 3, delete clause 8 in its entirety and replace with the following: points established on-site by a licensed surveyor at own cost. Maintain or re-establish as required. 8. Record Drawings.1 Maintain as-built records in hard copy form complete with as constructed total station survey data referencing NS NAD 83CSRS UTM Zone 20N and a digital points file in ASCII format with x y and z coordinates for all information and supply to the Engineer one set of red-line contract record drawings complete with the location and configuration of all installed infrastructure with all relevant as-built information to the satisfaction of the Engineer. Provide the digital points file to the Engineer at Project conclusion..2 If the requirements of 8.1 above are not met, the owner will hold back a sum of $4, Do not bury pipe work and appurtenances or other portions of the works until the Engineer has confirmed that necessary measurements have been taken and recorded by the Contractor. SECTION MEASUREMENT AND PAYMENT Page 2, modify clause 3: 3. Mass Excavation and Embankment - Common Unit of Measurement: cubic metre (m 3 ) of cut Method of Measurement: average end area method between cross sections taken after grubbing or topsoil removal and lines and elevations indicated. This item includes: excavation, placement and compaction to lines and elevations indicated, disposal of surplus or unsuitable material, and hydro-seeding of disturbed areas.

23 GREEN ACRES PRIVATE ROAD UPGRADE 2017 Supplementary Specifications Page 3 Project # MPC April 2017 Page 7, add clause 39: 39Concrete Headwalls Page 10, add clause 62: 86. Ditching Unit of Measurement: pair Method of Measurement: Installation of headwall on inlet and outlet of concrete or HDPE culvert pipe. This item includes: supply and installation of pre-fabricated concrete headwalls as manufactured by Shaw Pipe. Unit of Measurement: m Method of Measurement: Along centerline of ditch This item includes: Cleaning and removal of debris and organics in existing ditch, to a maximum depth of 300mm, and hydroseeding of disturbed areas. -END-

24 MUNICIPALITY OF PICTOU COUNTY GREEN ACRES PRIVATE ROAD UPGRADES SYLVESTER, PICTOU COUNTY Title PP-1 PP-2 PP-3 PP-4 PP-5 PP-6 Content MAPLE ST OAK ST OAK ST OAK ST PINE ST DETAILS STN STN STN STN STN ISSUED FOR TENDER PC April, 26th 2017

25 See PP-2 See PP-3 Edge of Proposed Road Top of Proposed Bank Bottom of Proposed Bank Property Line Driveway Drainage Flow 62 Community Mailbox Tree Power Pole Survey Monument 683 Notes: 1. All work to be preformed according to "Standard Specifications for Municipal Services". Oak St 2. Survey data supplied by Municipality of Pictou County 3. Coordinate system used for project is UTM Nad 83 CSRS, Zone Existing 600mm Concrete Culvert 450mm HDPE, 8m Long Inv In 24.81, Inv Out N 4. Survey data referenced from NSCM 6371, Elev All measurement are in metric unless otherwise noted. 6. All existing infrastructure shown are approximate locations. Exact location and depths to be determined in the field by Contractor. Repair any additional damage at no extra cost to contract. 7. Remove and replace existing fences, signs, guide rails. mail boxes Alma Rd Limit of Mass Excavation 450mm HDPE, 8m Long Inv In 23.73, Inv Out Limit of Mass Excavation Limit of Clearing Maple St Limit of Clearing 450mm HDPE, 8m Long Inv In 31.57, Inv Out and landscaping where necessary and as directed by the Engineer. 8. Culverts which are removed are to be reinstalled or replaced in accordance with Engineers direction 9. All areas disturbed by this construction to be returned to their original or better condition. 10. Contractor to supply all traffic safety signage and traffic control persons. 11. Property lines shown are a general representation and do not reflect a legal survey. 12. All ditches are to be ditched with the exception of areas indicated as mass excavation. End of Ashpalt (Leave Asphalt in Place) 22 No. Revisions Date App. 0 Issued for Tender Apr 26/17 Proposed Finish Grade 150mm of Type 1 200mm of Type 2 Centerline of Existing Road Proposed Bottom of South Ditch Proposed Bottom of North Ditch Designed By: Drawn By: Plan Scale: EAM Approved By: KWB 1: 500 Date: MUNICIPALITY OF PICTOU COUNTY 46 Municipal Dr, Pictou NS, B0K 1H0 Tel (902) , Fax (902) EAM April 2017 Drawing Title: Maple St Project # PC Drawing Number: PP-1

26 See PP-3 w/ New Cross Culvert 900mm, Concrete Class m Inv In 31.47, Inv Out Flows into Existing Drainage Pattern BRANIFF DONNA WINNIFRED 450mm HDPE, 8m Long Inv In 32.13, Inv Out MCLEAN BRENDA L Limit of Clearing 450mm HDPE, 8m Long Inv In 42.19, Inv Out Limit of Clearing 450mm, HDPE 8m Inv In 37.21, Inv Out MCLEAN BRENDA L Oak St 450mm HDPE, 8m Long Inv In 32.59, Inv Out mm HDPE, 8m Long Inv In 32.99, Inv Out RUNDLE JOHN DAVID Notes: 1. All work to be preformed according to "Standard Specifications for Municipal Services". 2. Survey data supplied by Municipality of Pictou County 3. Coordinate system used for project is UTM Nad 83 CSRS, Zone 20N 4. Survey data referenced from NSCM 6371, Elev All measurement are in metric unless otherwise noted. 6. All existing infrastructure shown are approximate locations. Exact location and depths to be determined in the field by Contractor. Repair any additional damage at no extra cost to contract. 7. Remove and replace existing fences, signs, guide rails. mail boxes and landscaping where necessary and as directed by the Engineer. 8. Culverts which are removed are to be reinstalled or replaced in accordance with Engineers direction 9. All areas disturbed by this construction to be returned to their original or better condition. 10. Contractor to supply all traffic safety signage and traffic control persons. 11. Property lines shown are a general representation and do not reflect a legal survey. 12. All ditches are to be ditched with the exception of areas indicated as mass excavation. 1 UNDERWOOD SIMON PETER 8 RYAN SUSAN LYNN 450mm HDPE, 8m Long Inv In 37.49, Inv Out GREEN SYLVIA A 40 CROSBY CALVIN EARL No. Revisions Date App. 0 Issued for Tender Apr 26/17 Proposed Bottom of North Ditch Designed By: Drawn By: Plan Scale: EAM Approved By: KWB Date: 1: 500 EAM April 2017 Proposed Finish Grade Centerline of Existing Road 150mm of Type 1 MUNICIPALITY OF PICTOU COUNTY 46 Municipal Dr, Pictou NS, B0K 1H0 Tel (902) , Fax (902) mm of Type 2 Proposed Bottom of South Ditch Drawing Title: Oak St Project # PC Drawing Number: PP-2

27 70 Limit of Clearing FAGAN SHEILA P See PP-2 Flows into Existing Drainage Pattern w/ New Cross Culvert 900mm, Concrete Class 3 16m Inv In 31.47, Inv Out MCLEAN BRENDA L 450mm, HDPE 8m Inv In 37.21, Inv Out BRANIFF DONNA WINNIFRED 62 Community Mailbox Maple St 450mm, HDPE 8m Inv In 34.22, Inv Out mm, HDPE 8m Inv In 35.32, Inv Out Oak St 75 MURRAY LORRAINE JOYCE & headwall 450mm, HDPE 8m Inv In 33.69, Inv Out complete with prefabricated case headwall BOUDREAU JOSEPH & JANET DECOSTE LAURA JUSTINE w/ New Cross Culvert 900mm, Concrete Class m Inv In 33.75, Inv Out Block Access to Existing Drainage Pattern Redirecting Flow to the North 108 See PP-4 & Headwall 900mm, HDPE 8m Inv In 33.25, Inv Out complete with prefabricated case headwall Install New Cross Culvert 900mm, Concrete Class m Inv In 34.44, Inv Out Limit of Clearing Flows into Existing Drainage Pattern Ditch Drain to flow into new culvert Remove Existing 500mm CSP Cross Culvert Notes: 1. All work to be preformed according to "Standard Specifications for Municipal Services". 2. Survey data supplied by Municipality of Pictou County 3. Coordinate system used for project is UTM Nad 83 CSRS, Zone 20N 4. Survey data referenced from NSCM 6371, Elev All measurement are in metric unless otherwise noted. 6. All existing infrastructure shown are approximate locations. Exact location and depths to be determined in the field by Contractor. Repair any additional damage at no extra cost to contract. 7. Remove and replace existing fences, signs, guide rails. mail boxes and landscaping where necessary and as directed by the Engineer. 8. Culverts which are removed are to be reinstalled or replaced in accordance with Engineers direction 9. All areas disturbed by this construction to be returned to their original or better condition. 10. Contractor to supply all traffic safety signage and traffic control persons. 11. Property lines shown are a general representation and do not reflect a legal survey. 12. All ditches are to be ditched with the exception of areas indicated as mass excavation. 88 LANGILLE JAMES ROGER No. Revisions Date App. 0 Issued for Tender Apr 26/17 Proposed Finish Grade Centerline of Existing Road 150mm of Type 1 200mm of Type 2 Designed By: Drawn By: Plan Scale: EAM Approved By: KWB Date: 1: 500 EAM April 2017 MUNICIPALITY OF PICTOU COUNTY 46 Municipal Dr, Pictou NS, B0K 1H0 Tel (902) , Fax (902) Proposed Bottom of West Ditch Proposed Bottom of East Ditch Drawing Title: Oak St Project # PC Drawing Number: PP-3

28 See PP CONDON WILLIAM LANGILLE JAMES ROGER DECOSTE LAURA JUSTINE mm HDPE, 8m Long Inv In 39.34, Inv Out mm HDPE, 8m Long Inv In 45.37, Inv Out FRAZEE TRACEY MARIE 110 Remove Existing 500mm CSP Cross culvert Install New Cross Culvert 900mm, Concrete Class m Inv In 34.44, Inv Out Limit of Clearing Limit of Clearing FITT SCOTT FRANCIS Oak St Limit of Mass Excavation See PP-5 s & Headwall 900mm HDPE, 8m Long Inv In 39.59, Inv Out complete with prefabricated case headwall 124 Pine St w/ New Cross Culvert 900mm, Concrete Class m Inv In 41.7, Inv Out mm HDPE, 8m Long Inv In 45.75, Inv Out BOWERING SHERRIE-LEE CHRISTIAN MACKENZIE JENNIFER NICHOLE 142 Notes: 1. All work to be preformed according to "Standard Specifications for Municipal Services". 2. Survey data supplied by Municipality of Pictou County 3. Coordinate system used for project is UTM Nad 83 CSRS, Zone 20N 4. Survey data referenced from NSCM 6371, Elev All measurement are in metric unless otherwise noted. 6. All existing infrastructure shown are approximate locations. Exact location and depths to be determined in the field by Contractor. Repair any additional damage at no extra cost to contract. 7. Remove and replace existing fences, signs, guide rails. mail boxes and landscaping where necessary and as directed by the Engineer. 8. Culverts which are removed are to be reinstalled or replaced in accordance with Engineers direction 9. All areas disturbed by this construction to be returned to their original or better condition. 10. Contractor to supply all traffic safety signage and traffic control persons. 11. Property lines shown are a general representation and do not reflect a legal survey. 12. All ditches are to be ditched with the exception of areas indicated as mass excavation. No. Revisions Date App. 0 Issued for Tender Apr 26/17 Proposed Finish Grade Proposed Bottom of South Ditch 150mm of Type 1 200mm of Type 2 Centerline of Existing Road Proposed Bottom of North Ditch Designed By: Drawn By: Plan Scale: EAM Approved By: KWB Date: 1: 500 EAM April 2017 MUNICIPALITY OF PICTOU COUNTY 46 Municipal Dr, Pictou NS, B0K 1H0 Tel (902) , Fax (902) Drawing Title: Oak St Project # PC Drawing Number: PP-4

29 FRASER HAROLD WILLIAM MACLEOD DAVID R MACKENZIE JENNIFER NICHOLE 600mm HDPE, 8m Long Inv In 45.75, Inv Out mm HDPE, 8m Long Inv In 45.75, Inv Out Notes: 1. All work to be preformed according to "Standard Specifications for Municipal Services". 2. Survey data supplied by Municipality of Pictou County 3. Coordinate system used for project is UTM Nad 83 CSRS, Zone 20N Remove Existing 300mm CSP, 22m Culvert Survey data referenced from NSCM 6371, Elev All measurement are in metric unless otherwise noted. 6. All existing infrastructure shown are approximate locations. Exact Oak St Edge of Proposed Right of Way Existing Property Lines Existing Drain to flow into new ditch Remove Shrub Install New Driveway Culvert 450mm HDPE, 8m Long Inv In 45.75, Inv Out location and depths to be determined in the field by Contractor. Repair any additional damage at no extra cost to contract. 7. Remove and replace existing fences, signs, guide rails. mail boxes and landscaping where necessary and as directed by the Engineer. 8. Culverts which are removed are to be reinstalled or replaced in accordance with Engineers direction Limit of Mass Excavation & Grubbing 9. All areas disturbed by this construction to be returned to their original or better condition. 10. Contractor to supply all traffic safety signage and traffic control persons. Pine St Shift proposed road 2m west of existing alignment. Construct new cul-de-sac. 11. Property lines shown are a general representation and do not reflect a legal survey. 12. All ditches are to be ditched with the exception of areas indicated as mass excavation. w/ New Cross Culvert 900mm, Concrete Class m Inv In 41.06, Inv Out Back of New Ditch to Match Existing Property Line Remove Existing Culvert 450mm HDPE, 12m Long Inv In 45.45, Inv Out POLLEY RUSSELL SHAUN No. Revisions Date App. FITT SCOTT FRANCIS LOCKHART ERNEST WILLIAM 14 0 Issued for Tender Apr 3/17 Proposed Centerline of New Road 200mm of Type 2 150mm of Type 1 Proposed Finish Grade Existing Centerline of Proposed Road Designed By: Drawn By: Plan Scale: EAM Approved By: KWB Date: 1: 500 EAM April 2017 Pine St Cross Sections MUNICIPALITY OF PICTOU COUNTY 46 Municipal Dr, Pictou NS, B0K 1H0 Tel (902) , Fax (902) Proposed Grade Proposed Bottom of Ditch Drawing Title: Pine St Project # PC Drawing Number: PP-5

30 DETAIL "A" TYPICAL CROSS-SECTION MUNICIPAL STREET CLASS 3 ROAD DETAIL "B" CUL-DE-SAC Notes: 1. All work to be preformed according to "Standard Specifications for Municipal Services". 2. Survey data supplied by Municipality of Pictou County 3. Coordinate system used for project is UTM Nad 83 CSRS, Zone 20N 4. Survey data referenced from NSCM 6371, Elev All measurement are in metric unless otherwise noted. 6. All existing infrastructure shown are approximate locations. Exact location and depths to be determined in the field by Contractor. Repair any additional damage at no extra cost to contract. 7. Remove and replace existing fences, signs, guide rails. mail boxes and landscaping where necessary and as directed by the Engineer. 8. Culverts which are removed are to be reinstalled or replaced in accordance with Engineers direction 9. All areas disturbed by this construction to be returned to their original or better condition. 10. Contractor to supply all traffic safety signage and traffic control persons. 11. Property lines shown are a general representation and do not reflect a legal survey. 12. All ditches are to be ditched with the exception of areas indicated as mass excavation. No. Revisions Date App. DETAIL "C" P CUL-DE-SAC 0 Issued for Tender Apr 26/17 Designed By: Drawn By: Plan Scale: EAM Approved By: KWB Date: 1: 500 EAM April 2017 Maple St Cross Section Proposed Grade MUNICIPALITY OF PICTOU COUNTY 46 Municipal Dr, Pictou NS, B0K 1H0 Tel (902) , Fax (902) Drawing Title: Details Project # PC Drawing Number: PP-6