Request for Proposals Tender No. 2019-YAR-RFP-06 ......Yarmouth County Solid Waste Management...
Transcript of Request for Proposals Tender No. 2019-YAR-RFP-06 ......Yarmouth County Solid Waste Management...
Issued by:
Yarmouth County Solid Waste Management Authority
1936 Hardscratch Road
South Ohio, NS
B5A 5N2
Date Issued: September 3, 2019
Submission Deadline: September 17, 2019
Request for Proposals
Tender No. 2019-YAR-RFP-06
Yarmouth County Solid Waste Management Authority
SITE PREPARATIONS FOR CONSTRUCTION OF
ASBESTOS DISPOSAL CELL
Yarmouth County Solid Waste Management Authority
RFP No. 2019-YAR-RFP-XX
SITE PREPARATIONS FOR CONSTRUCTION OF ASBESTOS DISPOSAL CELL
ii
Table of Contents
Table of Contents ...................................................................................................................................... ii
1.0 INTRODUCTION ......................................................................................................................... 1-1
1.1 Background ................................................................................................................................ 1-1
1.2 Schedule ..................................................................................................................................... 1-2
1.3 Mandatory Site Visit .................................................................................................................. 1-2
1.4 Description of Site and Subsurface Conditions ......................................................................... 1-2
2.0 SCOPE OF WORK ........................................................................................................................ 2-1
2.1 Contract Administration and Coordination ................................................................................ 2-1
2.2 Health and Safety and Workers’ Compensation ........................................................................ 2-1
2.3 Erosion and Sedimentation Control Plan ................................................................................... 2-1
2.4 Preliminary Ditching/Culverts along the Secondary Access Road ............................................ 2-2
2.5 Clearing, Grubbing and Surface Stabilization ........................................................................... 2-3
2.6 Trenching and Drainage Around the Asbestos Disposal Cell .................................................... 2-3
2.7 Site Access Road and Culvert Installations ............................................................................... 2-4
2.8 Chain Link Fence ....................................................................................................................... 2-4
2.9 Potential for Rock Hammering and Blasting ............................................................................. 2-5
3.0 SUBMISSION REQUIREMENTS ................................................................................................ 3-1
3.1 Proposal Labelling and Delivery ................................................................................................ 3-1
3.2 Inquiries ..................................................................................................................................... 3-1
3.3 Page Limit .................................................................................................................................. 3-2
4.0 PROPOSAL CONTENT AND EVALUATIONS ......................................................................... 4-1
4.1 Project Understanding ................................................................................................................ 4-1
4.2 Corporate Experience ................................................................................................................. 4-1
4.3 Qualifications/Resources of the Bidder ..................................................................................... 4-1
4.4 Ability to Meet the Work Schedule ........................................................................................... 4-2
4.5 Cost ............................................................................................................................................ 4-2
4.6 Evaluation Criteria ..................................................................................................................... 4-2
5.0 TERMS AND CONDITIONS ....................................................................................................... 5-1
Yarmouth County Solid Waste Management Authority
RFP No. 2019-YAR-RFP-XX
SITE PREPARATIONS FOR CONSTRUCTION OF ASBESTOS DISPOSAL CELL
iii
5.1 Notice of Award ......................................................................................................................... 5-1
5.2 Liability ...................................................................................................................................... 5-1
5.3 Insurance .................................................................................................................................... 5-2
5.4 Invoicing .................................................................................................................................... 5-3
Appendix A Figures
Appendix B Test Pit Logs
Appendix C Schedule of Quantities and Prices
Yarmouth County Solid Waste Management Authority
RFP No. 2019-YAR-RFP-XX
SITE PREPARATIONS FOR CONSTRUCTION OF ASBESTOS DISPOSAL CELL
1-1
1.0 INTRODUCTION
The Yarmouth County Solid Waste Management Authority (YCSWMA) is soliciting proposals
for Construction Services to prepare an area at the existing Municipal Solid Waste (MSW)
Management Park for operation of a new Asbestos Disposal Cell. Construction services will
include ditching, tree clearing and grubbing, installation of perimeter drainage trenches (i.e.,
French drains), culverts, a gravel access road, and installation of a perimeter security fence
around the cell (see Section 2, Scope of Work). Fracflow Consultants Inc. is managing the
project on behalf of YCSWMA.
YCSWMA reserves the right to reject any and all of the proposals it receives. This is a weighted-
criteria tender and YCSWMA reserves the right to not necessarily accept the lowest purchase
price for this tender call if it is deemed to be in the best interest of YCSWMA.
1.1 Background
YCSWMA operates a MSW Management Park at 1936 Hardscratch Road in South Ohio,
Yarmouth County, NS (Figure 1). YCSWMA is moving forward with plans to construct and
operate a new Asbestos Disposal Cell at the MSW Management Park. The new cell will be
constructed on property owned by YCSWMA. The project area is a brownfield site that currently
hosts an MSW transfer station and other facilities for Household Hazardous Goods, Construction
and Demolition Debris (C&D), Petroleum Contaminated Soils Remediation, and Asbestos
Disposal. The MSW Management Park has been issued separate Approvals from Nova Scotia
Environment for all of those operations.
The current Asbestos Disposal Cell has reached 90 percent of its capacity. YCSWMA is in the
process of preparing to cap the current Asbestos Disposal Cell and it needs to construct a new
disposal cell to meet the growing demand for disposal of that waste material. The proposed
Asbestos Disposal Cell will be approximately 100 metres by 100 metres in size and will occupy
approximately 4 percent of the total MSW Management Park area of 23.47 hectares. An
additional 3 metre wide area will be cleared around the cell footprint to accommodate the
construction of a perimeter drainage trench.
Construction and operation of the new asbestos disposal cell is subject to provincial regulatory
approval under the Nova Scotia Environment Act. The Environmental Assessment (EA)
Registration document was prepared, submitted to, and approved by Nova Scotia Environment as
a Class 1 undertaking under the Environmental Assessment Regulations, as it falls under the
waste management category for disposal of asbestos waste.
Yarmouth County Solid Waste Management Authority
RFP No. 2019-YAR-RFP-XX
SITE PREPARATIONS FOR CONSTRUCTION OF ASBESTOS DISPOSAL CELL
1-2
Each bidder must satisfy itself completely as to the exact nature and existing conditions of the
project and project requirements and for the extent and quality of work to be performed. Failure
to do so will not relieve the successful bidder of its obligations to carry out the provisions of the
contract.
1.2 Schedule
The contract for Construction Services is expected to be awarded on or about October 23, 2019.
Construction activities are required to begin on or about November 1, 2019 and conclude on or
before December 30, 2019.
1.3 Mandatory Site Visit
A mandatory site visit is required in order to ensure that the bidder have a good understanding of
site conditions for the purpose of judging the level of effort and cost to complete each activity
outlined in the scope of work (see Section 2). The mandatory site visit is scheduled to occur on
October 7, 2019 and 11:00AM. Note that any oral statements made or clarifications provided by
YCSWMA or Fracflow Consultants Inc. during the bidder’s meeting will be without legal effect.
Only written communications from YCSWMA, set forth in formal written Addenda, will be
binding.
1.4 Description of Site and Subsurface Conditions
The area within and around the footprint of the planned Asbestos Disposal Cell is wooded. The
main tree species present are Balsam Fir, Larch, White Spruce, Black Spruce, Red Maple, and
Showy Mountain Ash. Soils consist of a brown-black, partially decomposed organic layer above
a grey sandy loam, which in turn lies above a brown sandy loam. There are no wetlands or water
courses within or adjacent to the footprint of the planned asbestos disposal cell.
Five test pits were excavated to depths of between 2.6 m and 3 m below ground surface in
August 2018. The locations are shown in Figure 2. Cobbles and boulders were encountered at all
test pit locations. The maximum depth of excavation was defined by refusal of the excavator on
bedrock or boulders at all locations except at test pit TP2 where slumping of the test pit walls
forced the premature backfilling of that test pit. The generally dense nature of the native till at
the other four locations formed vertical test pit walls. Copies of each test pit log are presented in
Appendix B.
Yarmouth County Solid Waste Management Authority
RFP No. 2019-YAR-RFP-XX
SITE PREPARATIONS FOR CONSTRUCTION OF ASBESTOS DISPOSAL CELL
2-1
2.0 SCOPE OF WORK
2.1 Contract Administration and Coordination
The successful bidder will schedule and coordinate all work with the Site Manager for
YCSWMA and the Project Manager at Fracflow Consultants Inc. The successful bidder will
work directly with the Site Manager on a day-to-day basis. The Project Manager will be
responsible for observing and documenting contract activities and ensuring compliance with the
terms and conditions of the contract.
2.2 Health and Safety and Workers’ Compensation
The successful bidder will be responsible for health and safety at the job site while undertaking
the activities described in this scope of work in accordance with the requirements of the Nova
Scotia Occupational Health and Safety Act, its associated regulations, the YCSWMA’s Safety
Plan, and the successful bidder’s Health and Safety Plan (HASP). A copy of YCSWMA’s
Safety Plan will be available for review during the mandatory site visit and a copy can be
provided for reference during the project.
The successful bidder will be required to:
Prepare and submit a copy of its HASP to YCSWMA and Fracflow prior to the start of
work;
Provide evidence of safety training and certification that meets the WCB Safety Certified
Audit Standard;
Provide evidence of coverage by way of a current Clearance Letter and/or Letter of
Good Standing from the Workers’ Compensation Board of Nova Scotia;
Provide evidence that any Subcontractors connected with the performance of this
contract also has workers’ compensation coverage; and
Provide updated WCB letters throughout the performance of this contract.
2.3 Erosion and Sedimentation Control Plan
The greatest potential for erosion and sedimentation will occur during site grubbing, grading, and
installation of drainage structures, including ditches and culverts. Erosion and sedimentation
control (ESC) measures will form an important part of this project and will follow those outlined
by Nova Scotia Environment in its Erosion and Sedimentation Control Handbook for
Yarmouth County Solid Waste Management Authority
RFP No. 2019-YAR-RFP-XX
SITE PREPARATIONS FOR CONSTRUCTION OF ASBESTOS DISPOSAL CELL
2-2
Construction Sites. Bidders are responsible for determining the type, nature, and placement of all
ESC structures and features, including but not limited to check dams, silt fences, and straw
barriers. The successful bidder will prepare and submit an ESC plan for review and approval by
YCSWMA and Fracflow before site work can commence.
Install drainage and siltation control devices prior to grubbing. Install silt fence barriers and
monitor condition daily. Any deterioration/damage is to be repaired immediately or operations
ceased until repairs are completed. Silt fence barriers will be constructed using silt fence
geotextile supported on 1.5 m long stakes. Geotextile used for silt fence will be woven Class 1
geotextile, having a minimum width of 900 mm. The maximum filtration opening size (FOS)
will be 840 micrometres.
Divert clean water, if necessary, from undisturbed areas around the site using berms or lined
channels or carry the water across the site in lined channels or pipes. Maintain on site sufficient
quantities of silt fence barrier, straw/hay mulch, compost, bark, clear stone, erosion control
blanket and geotextile fabric to address erosion and sediment control issues as the work
progresses. Maintain sufficient personnel and equipment to manage erosion and sediment control
during storm events and other emergency situations.
2.4 Preliminary Ditching/Culverts along the Secondary Access Road
There is a secondary access road that runs along the south side of the MSW Management Park,
extending between Hardscratch Road and the Contaminated Soils Remediation Facility (see
Figure 2). Ditch improvements are required along that road, along with a culvert installation.
The ditch will have a minimum grade of 1% and the side slopes will be no steeper than 2:1
(horizontal:vertical).
Ditching is to begin just beyond the southeast corner of the asbestos disposal cell immediately
following the installation of a culvert where the secondary access road enters the Contaminated
Soil Remediation Facility (Figure 3). Erosion and sediment control measures are to be installed
at that point. The culvert will be 5 m in length, 450 mm in diameter and will not require a grate
or precast concrete headwalls. Ditching work will then move from east to west towards
Hardscratch Road. A topographic profile along the ditch (E-E’) is shown in Figure 4.
Ditching materials are to be stockpiled in an area designated by the Site Manager, to be used as
future potential cover material for either the C&D Landfill or the Asbestos Disposal Cell.
Yarmouth County Solid Waste Management Authority
RFP No. 2019-YAR-RFP-XX
SITE PREPARATIONS FOR CONSTRUCTION OF ASBESTOS DISPOSAL CELL
2-3
2.5 Clearing, Grubbing and Surface Stabilization
Clearing work will involve cutting and clearing of all trees, piling of merchantable timber and
the chipping of all non-salvageable material such as brush, slashings, limbs, fallen branches, and
other surface litter within the 100 m by 100 m footprint of the asbestos disposal cell, and within a
3 m wide area outside that footprint as shown in Figure 3. The total area to be cleared will be
106 m by 106 m. The primary concern during clearing is to prevent ground disturbance that may
result in the sedimentation of surface water.
Merchantable timber can be cut and temporarily stockpiled in an area designated by the Site
Manager. The successful bidder will be responsible for removing all merchantable wood from
the site before the end of the contract. Brush, slashings, limbs branches etc. can be chipped and
left on site, or stockpiled in an area designated by the Site Manager for disposal at the C&D
Landfill.
Grubbing will involve the removal of all unsuitable organic materials from above the underlying
subsoil. All stumps, roots, embedded logs, and tree roots will be removed from the 106 m by 106
m area to the satisfaction of the YCSWMA Site Manager and the Fracflow Project Manager.
Topsoil will be left in place and the final surface will be stabilized by hydroseeding.
2.6 Trenching and Drainage Around the Asbestos Disposal Cell
Water management is required around the perimeter of the asbestos disposal cell to: (1) divert
surface water and storm water away from the cell, (2) to control runoff discharge from the
facility; (3) to control erosion, siltation, sedimentation and flooding; and (4) to help manage and
control the seasonally high water table. Trenches will be excavated within a 3 m wide area
outside of the 100 m by 100 m footprint of the asbestos disposal cell, on the north, west and
south sides only. The planned locations, widths and depths of the trenches are shown in Figure 5
for the north side (A-A’), in Figure 6 for the west side (B-B’), in Figure 7 for the south side (C-
C’). The trenches will be extended and will connect with an existing drainage ditch on the east
side of the Contaminated Soils Remediation Facility, which is profiled in Figure 8 (D-D’).
The base of each trench will be sloped at between 1 and 2%. A 152 mm diameter, perforated
poly pipe wrapped in a water permeable geotextile fabric (i.e., filter sock), will be placed on a
0.1 m thick layer of bedding sand at the base of the trench. The pipe and trench will be filled
with Class B granular material to grade level. Pipe clean-outs will be installed for cleaning and
maintenance work where those pipes start on the west side.
Yarmouth County Solid Waste Management Authority
RFP No. 2019-YAR-RFP-XX
SITE PREPARATIONS FOR CONSTRUCTION OF ASBESTOS DISPOSAL CELL
2-4
2.7 Site Access Road and Culvert Installations
Access to the asbestos disposal cell will be from the north side, off the gravel pad at the MSW
Transfer Station (Figure 2). The water table at this site is relatively shallow. Zones of
groundwater seepage occurred near the bottom of all test pits. The measured depths to static
groundwater were 2.1 m below ground surface in Standpipe SP1 (at TP1), 1.3 m below ground
surface in Standpipe SP2 (at TP2), and 2.1 m below ground surface in Standpipe SP3 (at TP4)
when they were constructed. The inferred direction of groundwater flow is from west to east.
In general, the crown of the gravel access road should be at least 1.5 m above the water table and
whenever possible the perimeter ditches should be about 1.2 to 1.8 m below the road way crown.
Since no soil strength testing was performed on the samples from the test pits, recommendations
for the design of the gravel access road are based on the Soil Factor Design Method (Beaudry,
1992: Minnesota’s Design Guide for Low Volume Aggregate Surfaced Roads). Shallow soil
samples that were collected during the geotechnical investigation and sieved were generally
classified as SM (Silty Sand with Gravel), SC (Clayey Sand with Gravel), or SC-SM (Silty,
Clayey Sand with Gravel). The corresponding Soil Factor would be 75-100. These Soil Factors
suggest that the granular surface (base) layer of Class 1 (Beaudry, 1992) material should have a
minimum thickness of 0.10 m to 0.12 m and that the granular sub-base material/layer should be
from 0.10 m to 0.20 m thick. However, because of the high water table, the topsoil, which
consists of organics and root-mat, and the upper till material should be removed to a depth of
0.30 to 0.50 m. The underlying till layer must be well compacted and levelled with a slope of 3%
to 4%, measured from the centre line of the access road, to prevent pooling of water under the
sub-base material. In this case, the sub-base material will have to be at least 0.30 m to 0.50 m
thick, after compaction, and capped by a well-compacted, 0.10 to 0.15 m thick Class 1 material.
The general design of the gravel access road will be constructed as shown in Figure 9. A culvert
will be required where the access road begins at the edge of the gravel pad at the MSW Transfer
Station. A 6 m long, 450 mm diameter culvert will be installed below that access road. Precast
concrete headwall structures are required, but a grate on the inlet side is not required.
2.8 Chain Link Fence
A permanent chain link fence will be constructed around the footprint of the asbestos disposal
cell, with double-gated swinging access on the north side in the vicinity of the MSW Transfer
Station. The scope of work includes the supply and installation of fencing, posts and rails,
tension wires, gates and all required fittings and accessories. Material and construction
specifications will generally follow those outlined in Standard Specification: Highway
Construction and Maintenance (Nova Scotia Department of Transportation and Public Works,
1997). Other specific requirements are as follows:
Yarmouth County Solid Waste Management Authority
RFP No. 2019-YAR-RFP-XX
SITE PREPARATIONS FOR CONSTRUCTION OF ASBESTOS DISPOSAL CELL
2-5
Terminal or anchor posts will be erected in concrete at each corner of the cell, at the mid-
point of each side of the cell (i.e., spaced 50 m apart), and at the access gate;
Line posts will be installed in between the anchor posts at a spacing of 1.8 m. Use posts
equivalent to the following: https://www.homehardware.ca/en/6-t-rail-light-duty-green-fence-post-with-smooth-punched-holes-and-no-clips/p/5242546;
Chain link fence to be of Commercial Standard Grade, manufactured using zinc coated
wire in accordance with CAN/CGSB-138.1-96, Type 1, Class B, medium style, Grade 1;
Posts and Rails will also be of Commercial Standard Grade, manufactured using hot-dip
galvanized welded steel pipe with the following minimum dimensions: 2.0 mm (.083”)
and 3.2 mm (.125”) ERW steel pipe, BS 1387 C.Q. Schedule 40 ASTM A53, Grade A;
Fittings to conform to ASTM F626; and
Concrete for terminal/anchor posts to cure to 20 Mpa in 28 days.
2.9 Potential for Rock Hammering and Blasting
Geotechnical investigations that were carried out as part of the Class 1 EA Registration indicated
that the depth to bedrock varied between 2.6 m and 3.0 m below ground surface. While it seems
unlikely that bedrock will be encountered during ditching work, raised bedrock surfaces may be
encountered during installation of the perimeter trenches/French darins around the disposal cell
Unit rates for either rock hammering or blasting will be negotiated with the successful bidder
depending on site conditions encountered during that work.
Yarmouth County Solid Waste Management Authority
RFP No. 2019-YAR-RFP-XX
SITE PREPARATIONS FOR CONSTRUCTION OF ASBESTOS DISPOSAL CELL
3-1
3.0 SUBMISSION REQUIREMENTS
Each bidder will bear all costs associated with the preparation of its proposal. Proposals will be
binding for ninety (90) days, unless the bidder, upon request of YCSWMA, agrees to an
extension.
3.1 Proposal Labelling and Delivery
The bidder must clearly provide the following on the cover of each submission:
Company Name
Office Address
Name of Company Contact
Contact Information for the Company Contact
Electronic (email) submissions, in PDF format, are preferred, but printed copies will also be
accepted. Submit in either form using the following subject line:
“RFP 2019-YAR-RFP-06 - SITE PREPARATIONS FOR CONSTRUCTION OF ASBESTOS
DISPOSAL CELL”
Deliver printed copies to: Yarmouth County Solid Waste Management Authority
Town of Yarmouth
400 Main Street, Yarmouth, NS B5A 1G2
Attention: Mr. Glendon Ring, Manager
Email PDF versions to: [email protected]
Attention: Mr. Glendon Ring, Manager
Proposals will be received until 14:00 hours ADT on October 18, 2019 at either of the above-
noted addresses. Proposals received after the date and time specified will be rejected. The
opening will be a closed opening after 14:00 hours on October 18, 2019.
3.2 Inquiries
All revisions to this RFP will be posted in the form of an addendum to the Nova Scotia
Procurement Services web site. Prior to the submission closing date, YCSWMA may revise any
provision or part of this RFP.
Yarmouth County Solid Waste Management Authority
RFP No. 2019-YAR-RFP-XX
SITE PREPARATIONS FOR CONSTRUCTION OF ASBESTOS DISPOSAL CELL
3-2
All questions as to the meaning or intent of any part of this RFP or of the project, or anyone who
believes this RFP contains inconsistent information, errors, or omissions should submit a request
for clarification. All clarifications to this RFP will be posted to the Nova Scotia Procurement
Services web site. All requests for clarification or inquiries concerning this RFP must be
submitted in writing, by email no later than three (3) days prior to the submission closing date to
the following individuals:
Mr. Glendon Ring, Site Manager YCSWMA
Email: [email protected]
Mr. Glenn Bursey, Project Manager, Fracflow Consultants Inc.
Email: [email protected]
Inquiries will be submitted only by the bidder and not by prospective subcontractors, suppliers,
or others.
3.3 Page Limit
All proposals are subjected to a maximum length of ten (10) pages.
Yarmouth County Solid Waste Management Authority
RFP No. 2019-YAR-RFP-XX
SITE PREPARATIONS FOR CONSTRUCTION OF ASBESTOS DISPOSAL CELL
4-1
4.0 PROPOSAL CONTENT AND EVALUATIONS
Proposals will be evaluated on the basis of all information supplied by the bidder. The proposal
must be presented in a clear and concise manner and respond to all requirements in this RFP and
meet the goals and expectations of the project. Failure to comply with all noted requirements
may deem the proposal non-compliant. The following criteria outline the primary considerations
to be used in the evaluation process. At a minimum, proposals should include:
Project Understanding and Methodology
Corporate Experience
Qualifications/Resources of the Bidder
Ability to Meet the Work Schedule
Cost
4.1 Project Understanding
Bidders must demonstrate that they understand the scope and requirements for successful project
completion by attending the mandatory bidder’s meeting and by explaining their approach in the
proposal submission. Bidders will be deemed to have familiarized 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.
Clearly identify any assumptions that were made in the preparation of the proposal. Proposals
should address the proposed project schedule, objectives, meetings, concerns, and any other
significant project milestones.
4.2 Corporate Experience
Bidders must provide three (3) examples of similar projects that were completed in the last five
years. Each example should include the client name and contact information, project title, scope
and duration of work, and contract value.
4.3 Qualifications/Resources of the Bidder
The qualifications of the project team must be clearly demonstrated. Include resumes for all
management and supervisory personnel who will be involved in the project, along with three (3)
references for each individual.
Yarmouth County Solid Waste Management Authority
RFP No. 2019-YAR-RFP-XX
SITE PREPARATIONS FOR CONSTRUCTION OF ASBESTOS DISPOSAL CELL
4-2
Provide the names and qualifications of any subcontractors that will be involved in the project.
Include a description of their roles and responsibilities and provide the owner’s contact
information (owner, contact name, contact telephone number, contact email address).
4.4 Ability to Meet the Work Schedule
It is imperative that the work of this project be completed on time and for the amount quoted by
the successful bidder. Bidders are required to identify potential challenges, issues, or unforeseen
conditions that could arise during the course of the project, and how such matters will be
addressed to keep the project on schedule and on budget.
Each bidder is required to present a detailed schedule of activities that illustrate the dates and
duration of each of the tasks outlined in the Scope of Work (section 2) over a two month period,
commencing on or about October 1 and ending November 30, 2019.
4.5 Cost
Individual lump sum costs are required for each of the tasks outlined in the Scope of Work
(Section 2), and all lump sum costs per item are to be totalled and presented as a total cost. Each
bidder is required to complete and submit the Schedule of Quantities and Prices set forth in
Appendix C. The lump sum rates will include all costs including, but not limited, to contract
administration and management, equipment mobilization and equipment operations, overhead,
salaries, vacation and statutory holidays, payroll burden, office supplies, communications, travel,
etc. As mentioned previously, unit rates for either rock hammering or blasting will be negotiated
with the successful bidder depending on site conditions encountered during the work.
4.6 Evaluation Criteria
Criteria Weighting Score
Project Understanding 12.5%
Experience 12.5%
Qualifications/Resources 12.5%
Ability to Meet Schedule 12.5%
Cost 50%
Total 100%
Yarmouth County Solid Waste Management Authority
RFP No. 2019-YAR-RFP-XX
SITE PREPARATIONS FOR CONSTRUCTION OF ASBESTOS DISPOSAL CELL
4-3
The evaluation criteria are intended to help determine best value for YCSWMA, as best value is
defined in the Nova Scotia Public Procurement Act. YCSWMA reserves the right to award the
contract to the qualified firm that submits the highest assessed or best value proposal. YCSWMA
reserves the right to prioritize and weigh the importance of each criteria confidentially.
The cost component of the evaluation criteria will be allocated as follows: the lowest price bid
will receive the full 50% of the available weighting. The cost weighting assigned to other bids
will be calculated by dividing the lowest price by the bidder’s price and multiplying that fraction
by 50% (e.g., $10,000/$20,000 x 50% = 25%).
Provided that at least one (1) of the received proposals meets the approval of the YCSWMA, a
recommendation on contract award will be made on the basis of the evaluation. All awards are
subject to Board approval and available funding.
Yarmouth County Solid Waste Management Authority
RFP No. 2019-YAR-RFP-XX
SITE PREPARATIONS FOR CONSTRUCTION OF ASBESTOS DISPOSAL CELL
5.0 TERMS AND CONDITIONS
5.1 Notice of Award
Written notice of contract award to the successful bidder, before the time of expiration specified
herein, will result in a binding contract without further action by either party. YCSWMA may
accept an offer whether or not there are negotiations after its receipt. Negotiation conducted after
receipt of an offer does not constitute a rejection or counteroffer by the YCSWMA.
Neither acceptance of a proposal nor execution of a contract will constitute approval of any kind
regarding any activity or development contemplated in any proposal that requires any formal
approval, permit, or license pursuant to any federal, provincial, regional, or municipal statute,
regulation or by-law. The successful bidder accepts sole responsibility for the presentation and
submission of its proposal including satisfying itself as to the requirements of all documents and
the submission of materials and the proposal within the required time frames.
5.2 Liability
YCSWMA, its management, employees, proponents, consultants and representatives accept no
liability for any costs, expenses, damages, or otherwise of any bidder for the proposal response to
this RFP.
YCSWMA, its management, employees, proponents, and representatives accept no liability for
any costs, expenses, damages, or otherwise of any bidder in the event the successful bidder fails
to comply with any terms, conditions, or requirements of this RFP, any addenda to the RFP or
the Contract Agreement.
YCSWMA accepts no liability for any costs or expenses incurred by the bidder in responding to
this RFP, responses to clarification requests and re-submittals, potential meetings, site visits and
interviews, subsequent negotiations, or any other cost incurred prior to the execution of the
Agreement by the YCSWMA and the successful bidder. By submitting a proposal, the bidder
agrees that it will prepare the required materials and undertake the required investigations at its
own expense and with the express understanding that it cannot make any claims whatsoever for
reimbursement from YCSWMA for any costs and expenses associated with the RFP process in
any manner whatsoever under any circumstances including, without limitation, the rejection of
any or all of the proposals received, or cancellation of the RFP or the contract.
The bidder will be responsible, at its expense, for complying with all applicable laws relating to
the contract and, except as explicitly stated in this RFP, for obtaining, maintaining and
complying with any and/or all approvals required for the execution of the contract.
Yarmouth County Solid Waste Management Authority
RFP No. 2019-YAR-RFP-XX
SITE PREPARATIONS FOR CONSTRUCTION OF ASBESTOS DISPOSAL CELL
5.3 Insurance
Upon entering into an agreement with YCSWMA, the successful bidder must provide proof of
insurance that meets the following minimum requirements.
The Consultant will indemnify and hold harmless YCSWMA, its employees and agents, from
any and all claims, demands, actions and costs whatsoever for which the successful bidder is
legally liable that may arise, directly or indirectly out of any negligent act or omission of the
successful bidder and its associated contractors and subcontractors, their employees or agents, in
the performance of the work under the contract agreement. The successful bidder will maintain
and pay such insurance and assessments as will protect YCSWMA, its employees and agents
from any claims of bodily injury, personal injury, sickness or disease, including death, or
property damage which may arise from operations under this contract. The limits of such
insurance will be not less than $5,000,000 on an occurrence (not claims made) basis
except where noted below.
Insurance coverage will include Commercial General Liability (CGL) insurance with limits not
less than $5,000,000 each occurrence covering premises and operations liability, with extensions
of coverage to include YCSWMA as an Additional Insured (copy of endorsement to be
included/attached to certificate of insurance) and:
Cross Liability Clause
Contractual Liability
Employers Liability
Contingent Employers Liability
Broad Form Property Damage
Contractors Protective Liability
Non Owned Automobile Liability
Completed Operations Liability to be maintained for a period of not less than (12) months
after the completion of work.
Automobile Liability insurance for all licensed vehicles owned, leased or operated by the
successful bidder in an amount of not less than $2,000,000.
All insurance policies will be endorsed to provide a minimum advance written notice of not less
than 30 days, in the event of cancellation, termination or reduction in coverage or limits, such
notice to be made by the Insurer to YCSWMA. Ensure that when submitting the insurance
documentation that the RFP number and project name are clearly noted on the certificate
(including endorsement) and policy.
Yarmouth County Solid Waste Management Authority
RFP No. 2019-YAR-RFP-XX
SITE PREPARATIONS FOR CONSTRUCTION OF ASBESTOS DISPOSAL CELL
5.4 Invoicing
Invoices for lump sum amounts may be issued to YCSWMA as each activity described in the
scope of work (see Section 2) is completed. Each invoice will be reviewed by the Consultant and
forwarded to YCSWMA for payment. Approved amounts will be paid by YCSWMA within 45
days of receipt of the Contractor’s invoice.
Yarmouth County Solid Waste Management Authority SCHEDULE OF QUANTITIES AND PRICES
RFP No. 2019-YAR-RFP-XX
SITE PREPARATIONS FOR CONSTRUCTION OF ASBESTOS DISPOSAL CELL
APPENDIX A
FIGURES
Yarmouth County Solid Waste Management Authority SCHEDULE OF QUANTITIES AND PRICES
RFP No. 2019-YAR-RFP-XX
SITE PREPARATIONS FOR CONSTRUCTION OF ASBESTOS DISPOSAL CELL
APPENDIX B
TEST PIT LOGS
Yarmouth County Solid Waste Management Authority SCHEDULE OF QUANTITIES AND PRICES
RFP No. 2019-YAR-RFP-XX
SITE PREPARATIONS FOR CONSTRUCTION OF ASBESTOS DISPOSAL CELL
APPENDIX C
SCHEDULE OF QUANTITIES AND PRICES
Yarmouth County Solid Waste Management Authority SCHEDULE OF QUANTITIES AND PRICES
RFP No. 2019-YAR-RFP-XX
SITE PREPARATIONS FOR CONSTRUCTION OF ASBESTOS DISPOSAL CELL
Item Description Unit of
Measurement Quantity Unit Price Total Price
1
Erosion and
Sedimentation
Control Plan
(Section 2.3)
1 Lump
Sum $_____________
2
Preliminary
Ditching/Culverts
Along Secondary
Access Road
(Section 2.4)
1 Lump
Sum $_____________
3
Clearing,
Grubbing and
Surface
Stabilization
(Section 2.5)
1 Lump
Sum $_____________
4
Trenching and
Drainage Around
Asbestos Disposal
Cell (Section 2.6)
1 Lump
Sum $_____________
5
Site Access Road
and Culvert
Installation
(Section 2.7)
1 Lump
Sum $_____________
6
Chain Link
Fence (Section
S.8)
1 Lump
Sum $_____________
7
Rock
Hammering and
Blasting (Section
2.9)
To Be
Negotiated if
Required
_ _ _ _ _ _
Note: Refer to the section numbers listed above to
review the scope of work. Total Bid Price $_____________
Approximate property boundary
Crown Land
Provincial Park
Legend
0 1 2
Scale, km
0.5
Yarmouth County SolidManagement ParkWaste
Closed Landfill
Lafarge/QualityConcrete Hardscratch
Road Quarry
Aberdeen HardscratchRoad Quarry
September 2019
As shown
South Ohio, NS
803-5
Figure 1 General site location.
Basemap by Nova Scotia Department of Natural Resources, 2017
Project No.
Location Date
Scale
FFC
SW06-3
MW06-1
MW06-3
MW06-2
MW06-7
MW06-8
MW06-5
MW15-1
MW15-2
SW6
MW06-4
SW5
SW06-4
60
55
45
Legend
Approximate property boundary
Topographic contour, m5 m interval
Monitoring well
Surface water station
Scale, m
50
SP1
SP2
TP4
TP5
TP3
Test pit location
Approximate profile location
XX
XX
X XX
XX
XX
XX
XX
XXX
XX
X
SP3
TP2
TP1
X Fence
Project No.
Location Date
Scale
FFC
Figure 2 Detailed site plan.803-5 As shown
September 2019South Ohio, NS
Edge of pavementCivic #1934
Treed Area
Bottom of ditch
Top of bankBottom of bank
Top of ditch
Top of ditch
Top
of d
itch
Tree lineSecondary Access Road
Top of ditch
Top
of d
itch
Edge
of g
rave
l sur
face
64.5
0
64.50
64.7565.00
65.2
5
65.5065
.75
66.0
0
66.2
5
66.2566.50
67.2
567
.50
67.7
5
68.0
068.2
568
.50
68.7
565.75
66.00
66.25
66.7
5
<-to Hardscratch Road
<-invert elev: 62.82invert elev: 63.12->
Planned Asbestos CellArea = 10,000 m (1 ha)
Tree line
Gravelsurface
68.75
68.7
5
Bottom of ditch
A
D'
B
B'
C
D
A'
E
E'
450mm CPP culvert
MSW Transfer Station
Gravel Roadway
Approximate centre lineof planned road
Contaminated SoilRemediation
Facility
Legend
Approximate locationof profile
Topographic contour, m0.25 m interval
Monitoring well
Test pit
SP1
SP2
TP4
TP5
TP3
TP2
TP1
SP1
TP5
Bottom of ditch
C'
Botto
m o
f ditc
h
Approximate extent of tree clearing
Approximate locationof planned culvert
SP3
Approximate location of clean out pipe
Approximate location of clean out pipe
Approximate location ofgate on fence line
Har
dscr
atch
Roa
d
Project No.
Location Date
Scale
FFC
Figure 3 Detailed topography, profile locations, and features around proposed
asbestos waste disposal cell.
803-5 As shown
September 2019South Ohio, NS
Ele
vatio
n (m
)
0 20 40 60 80 100 120 140 160
63.00
64.00
65.00
66.00
67.00
68.00
69.00
East end of ditch
West end of ditch
Bottom ofexisting ditch
Profile E (Looking north)
Inferred bedrock surface
Base of ditch(4%)
(1.5%)
Project No.
Location Date
Scale
FFC
Figure 4 Topographic profile E along secondary access road on south edge of
planned asbestos waste disposal cell.
803-5 As shown
September 2019South Ohio, NS
Profile A (Looking north)
0 20 40 60 80 100 120 140 160
63.00
64.00
65.00
66.00
67.00
68.00
69.00
Northeast cell corner
Northwest cell corner
Bottom ofexisting ditch
A
A'Inferred bedrock surface
Ele
vatio
n (m
)
Base of trench (1-2%)
Trench Details Cross-section (not to scale)
2-3 m (as needed to generate 1-2%grade along base of trench)
3.0 m
0.1 m
Vertical walls
Bedding sand
Class "B" gravel
Water-permeable filter fabric/sock(knitted polyester type, 20-30 mil thick)
152 mm dia. HDPE perforateddrain pipe (wide slot, max width 5mm)
A
A'
Project No.
Location Date
Scale
FFC
Figure 5 Topographic profile A along the trench and trench details on north
edge of planned asbestos waste disposal cell.
803-5 As shown
September 2019South Ohio, NS
B
B'
Inferred bedrock surface
Ele
vatio
n (m
)
0 20 40 60 80 100 120 140 160
63.00
64.00
65.00
66.00
67.00
68.00
69.00Profile B (Looking west)
Northwest cell cornerSouthwest cell corner
Base of trench (1-2%)
Trench Details Cross-section (not to scale)
2-3 m (as needed to generate 1-2%grade along base of trench)
3.0 m
0.1 m
Vertical walls
Bedding sand
Class "B" gravel
Water-permeable filter fabric/sock(knitted polyester type, 20-30 mil thick)
152 mm dia. HDPE perforateddrain pipe (wide slot, max width 5mm)
Note: Drainage pipe on each side of the median will be equipped with a 50 mm dia. Y-shape clean-out pipe.
B
B'
Project No.
Location Date
Scale
FFC
Figure 6 Topographic profile B along the trench and trench details on west edge
of planned asbestos waste disposal cell.
803-5 As shown
September 2019South Ohio, NS
C
C'
Ele
vatio
n (m
)
0 20 40 60 80 100 120 140 160
63.00
64.00
65.00
66.00
67.00
68.00
69.00Profile C (Looking north)
Southeast cell corner
Southwest cell corner
Bottom ofexisting ditch
Base of trench (1-2%)
Inferred bedrocksurface
Trench Details Cross-section (not to scale)
2-3 m (as needed to generate 1-2%grade along base of trench)
3.0 m
0.1 m
Vertical walls
Bedding sand
Class "B" gravel
Water-permeable filter fabric/sock(knitted polyester type, 20-30 mil thick)
152 mm dia. HDPE perforateddrain pipe (wide slot, max width 5mm)
C
C'
Project No.
Location Date
Scale
FFC
Figure 7 Topographic profile C along the trench and trench details on south
edge of planned asbestos waste disposal cell.
803-5 As shown
September 2019South Ohio, NS
Ele
vatio
n (m
)
0 20 40 60 80 100 120 140 160
63.00
64.00
65.00
66.00
67.00
68.00
69.00Profile D (Looking west)
North end of ditch
South end of ditch Bottom ofexisting ditch
Project No.
Location Date
Scale
FFC
Figure 8 Topographic profile D on east edge of planned asbestos waste disposal
cell.
803-5 As shown
September 2019South Ohio, NS
450mm dia. culvert
Bottom of existing ditch
Road centre line
Precast concrete headwall
3-4% grade from centre line Class 1 material (0.10-0.15 m)
Sub-base material (0.3-0.5 m)
Project No.
Location Date
Scale
FFC
Figure 9 Cross-section details of planned access road to the north of the
asbestos waste disposal area.
803-5 As shown
September 2019South Ohio, NS
TP1
August 14, 2018
Test Pit Investigation
YCSWMA
South Ohio, NS
803-4
Glenn Bursey
Ground Surface
Dry, organic matter, root mat and grey finesandy clay lense. Loose.
Moist, reddidsh sandy silt, some gravel.Loose.
Moist, yellowish-brown sandy silt, somegravel. Compact.
Moist, greyish sandy silt, some gravel andcobbles. Dense.
Moist, greyish fine sandy silt with gravel.Dense.
CFEM: Sand, Trace Clay, Trace Silt, TraceGravel
Wet, greyish sandy silt with gravel. Dense.
Excavator refusal at 2.90 mbgs and seepageobserved at bottom of open excavation.
End of Test Pit
SS
SS
SS
SS
SS
1
2
3
4
5
803-4-TP1-SS1
803-4-TP1-SS2
803-4-TP1-SS3
803-4-TP1-SS4
803-4-TP1-SS5
Water level 2.90 mbgs
(August 14, 2018)
CAT 348C
Ground Surface
Log of Test Pit:
Date:
Project:
Client:
Location:
Project No:
Supervisor:
Fracflow Consultants Inc.
2 Fielding Ave, Suite D
Dartmouth, NS B3B 1E1
Phone: (902) 468-1317
Fax: (902) 468-4704
Excavation Method:
Sheet: 1 of 1
Datum:
SUBSURFACE PROFILE SAMPLE
De
pth
Be
low
S
urf
ace
0 0ft m
1
1
2
2
3
3
4
5
6
7
8
9
10
11
12
13
Sym
bo
l Geologic Description
Ele
va
tio
n (
m)
So
il S
am
ple
Nu
mb
er
PID
(p
pm
)
So
il Ja
r F
ille
d (
%)
Notes/SampleIdentification
TP2
August 14, 2018
Test Pit Investigation
YCSWMA
South Ohio, NS
803-4
Glenn Bursey
Ground Surface
Dry organic matter and rootmat. Loose.
Large cobbles and boulders.
Moist, organic matter and rootmat. Loose.
Moist, grey fine sandy silt with gravel.Compact.
Moist, greyish silty sand with gravel. Compact.
Moist, yellowish fine sandy silt, some gravel.Dense.
Wet, greyish sandy silt with gravel. Dense.
CFEM: Gravelly Sand, Trace Clay, Trace Silt
Wet, greyish sandy silt with gravel. Dense.
Excavator refusal at 2.59 mbgs.
End of Test Pit
SS
SS
SS
SS
1
2
3
4
803-4-TP2-SS1
803-4-TP2-SS2
803-4-TP2-SS3
803-4-TP2-SS4
Water level 1.83 mbgs
(August 14, 2018)
CAT 348C
Ground Surface
Log of Test Pit:
Date:
Project:
Client:
Location:
Project No:
Supervisor:
Fracflow Consultants Inc.
2 Fielding Ave, Suite D
Dartmouth, NS B3B 1E1
Phone: (902) 468-1317
Fax: (902) 468-4704
Excavation Method:
Sheet: 1 of 1
Datum:
SUBSURFACE PROFILE SAMPLE
De
pth
Be
low
S
urf
ace
0 0ft m
1
1
2
2
3
3
4
5
6
7
8
9
10
11
12
13
Sym
bo
l Geologic Description
Ele
va
tio
n (
m)
So
il S
am
ple
Nu
mb
er
PID
(p
pm
)
So
il Ja
r F
ille
d (
%)
Notes/SampleIdentification
TP3
August 14, 2018
Test Pit Investigation
YCSWMA
South Ohio, NS
803-4
Glenn Bursey
Ground Surface
Large boulders.
Moist, organic matter and root mat. Loose.
Moist, greyish fine sandy silt with gravel.Compact.
Moist, reddish silty medium sand with gravel.Dense.
Moist, yellowish fine sandy silt with gravel andcobbles. Dense.
CFEM: Sand and Gravel, Some Clay, TraceSilt
Moist, yellowish sandy silt. Dense.
Wet, greyish silt with cobbles. Dense.
CFEM: Sand, Some Clay, Trace Silt, TraceGravel
Excavator refusal at 3.05 mbgs and seepageobserved at bottom of excavation.
End of Test Pit
SS
SS
SS
SS
SS
1
2
3
4
5
803-4-TP3-SS1
803-4-TP3-SS2
803-4-TP3-SS3
803-4-TP3-SS4
803-4-TP3-SS5
Water level 2.90 mbgs
(August 14, 2018)
CAT 348C
Ground Surface
Log of Test Pit:
Date:
Project:
Client:
Location:
Project No:
Supervisor:
Fracflow Consultants Inc.
2 Fielding Ave, Suite D
Dartmouth, NS B3B 1E1
Phone: (902) 468-1317
Fax: (902) 468-4704
Excavation Method:
Sheet: 1 of 1
Datum:
SUBSURFACE PROFILE SAMPLE
De
pth
Be
low
S
urf
ace
0 0ft m
1
1
2
2
3
3
4
5
6
7
8
9
10
11
12
13
Sym
bo
l Geologic Description
Ele
va
tio
n (
m)
So
il S
am
ple
Nu
mb
er
PID
(p
pm
)
So
il Ja
r F
ille
d (
%)
Notes/SampleIdentification
TP4
August 14, 2018
Test Pit Investigation
YCSWMA
South Ohio, NS
803-4
Glenn Bursey
Ground Surface
Moist, organic matter and root mat. Loose.
Moist, reddish fine sandy silt with gravel.Compact.
Moist, yellowish fine sandy silt with gravel.Dense.
Moist, greyish-yellow fine sandy silt withgravel. Dense.
Moist, greyish sandy silt with gravel. Dense.
Wet, greyish sandy silt with gravel. Dense.
CFEM: Sand, Trace Gravel, Trace Clay, TraceSilt
Excavator refusal at 2.59 mbgs and seepageobserved at bottom of open excavation.
End of Test Pit
SS
SS
SS
SS
SS
1
2
3
4
5
803-4-TP4-SS1
803-4-TP4-SS2
803-4-TP4-SS3
803-4-TP4-SS4
803-4-TP4-SS5
Water level at 2.29 mbgs
(August 14, 2018)
CAT 348C
Ground Surface
Log of Test Pit:
Date:
Project:
Client:
Location:
Project No:
Supervisor:
Fracflow Consultants Inc.
2 Fielding Ave, Suite D
Dartmouth, NS B3B 1E1
Phone: (902) 468-1317
Fax: (902) 468-4704
Excavation Method:
Sheet: 1 of 1
Datum:
SUBSURFACE PROFILE SAMPLE
De
pth
Be
low
S
urf
ace
0 0ft m
1
1
2
2
3
3
4
5
6
7
8
9
10
11
12
13
Sym
bo
l Geologic Description
Ele
va
tio
n (
m)
So
il S
am
ple
Nu
mb
er
PID
(p
pm
)
So
il Ja
r F
ille
d (
%)
Notes/SampleIdentification
TP5
August 14, 2018
Test Pit Investigation
YCSWMA
South Ohio, NS
803-4
Glenn Bursey
Ground Surface
Large boulders.
Moist, organic matter and root mat. Loose.
Moist, reddish-brown silty sand. Loose.
CFEM: Sand, Some Clay, Trace Gravel, TraceSilt
Moist, yellowish-grey sandy silt with graveland large boulders. Compact.
Wet, greyish-yellow fine sandy silt and largeboulders. Dense.
CFEM: Sand, Some Clay, Trace Gravel, TraceSilt
Excavator refusal at 2.59 mbgs and seepageobserved at bottom of open excavation.
End of Test Pit
SS
SS
SS
1
2
3
803-4-TP5-SS1
803-4-TP5-SS2
803-4-TP5-SS3
Water level at 2.43 mbgs
(August 14, 2018)
CAT 348C
Ground Surface
Log of Test Pit:
Date:
Project:
Client:
Location:
Project No:
Supervisor:
Fracflow Consultants Inc.
2 Fielding Ave, Suite D
Dartmouth, NS B3B 1E1
Phone: (902) 468-1317
Fax: (902) 468-4704
Excavation Method:
Sheet: 1 of 1
Datum:
SUBSURFACE PROFILE SAMPLE
De
pth
Be
low
S
urf
ace
0 0ft m
1
1
2
2
3
3
4
5
6
7
8
9
10
11
12
13
Sym
bo
l Geologic Description
Ele
va
tio
n (
m)
So
il S
am
ple
Nu
mb
er
PID
(p
pm
)
So
il Ja
r F
ille
d (
%)
Notes/SampleIdentification