Canada - Tender for snowplow contract 2019-2022

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
02 August 2019
Opportunity publication date
11 July 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

MUNICIPALITY OF OTTER LAKE
15 Palmer Avenue
Otter Lake, Quebec J0X 2P0



PUBLIC TENDER

BID NO. 2019-SUB-001

SNOW REMOVAL AND SANDING OF ROADS, BRIDGES AND OTHER SURFACES ON THE TERRITORY OF THE MUNICIPALITY OF OTTER LAKE




The Municipality of OTTER LAKE is requesting bids for the De-NEIGMENT AND SANDING OF ROUTES, BRIDGES AND OTHER SURFACES on its territory.

This request for proposal will be for a contract with a duration OF THREE YEARS. Only bids prepared on the forms provided in the tender documents will be considered. In addition, the contractor shall provide a bid bond in the amount of ten percent (10%) of the total (including taxes) of the total contract bid (3 years).

Bids must be submitted in two (2) copies in the envelopes provided by the Municipality, sealed, and received until 4:00 p.m., August 2, 2019, at the administrative offices of the Municipality of OTTER LAKE located at the address indicated above. Submissions will be open during the regular meeting of the Board on August 6, 2019 at 7:00 p.m.

The Municipality reserves the right to choose the formula that it deems most advantageous. It also reserves the right to select neither the lowest nor any of the bids submitted and reserves the right to study each bid received separately and without compensation to the bidders. The Municipality is not required to provide reasons for the acceptance or rejection of any bid.


GIVEN TO OTTER LAKE, this 10th day of July 2019.


Andrea Lafleur
Executive Director



















MUNICIPALITY OF OTTER LAKE
15 Palmer Avenue
OTTER LAKE(Quebec) J0X 2P0














PUBLIC WORKS DEPARTMENT



SPECIFICATION DOCUMENT



SNOW REMOVAL AND SANDING
ROADS, BRIDGES AND OTHER SURFACES ON THE TERRITORY OF THE MUNICIPALITY OF OTTER LAKE











SUBMISSION NUMBER 2019-SUB-001



DATE: JULY 9, 2019





TABLE OF CONTENTS

PAGE
CHAPTER 1 - GENERAL TERMS AND CONDITIONS . 1
1. Notice to Contractors 1
2. Information 1
3. Preparation of bids 1
4. Documents 1
5. Addendum . 1
6. Non-compliant bidding 2
7 Interpretation. 2
8. Power of attorney and resolution. 2
9. Acts and Regulations 2
10. Permit 2
11. Failure of the contractor 3
12. Bid bond. 3
13. Performance bond. 3
14. Liability and non-life insurance 3
15. Complaints 4
16. Workers' Compensation Act and Occupational Health and Safety Act 4
17. Company address . 4
18. Assignment of the contract 5
19. Role of the entrepreneur 5
20. Examination of the premises. 5
21. Bid validity period 5
22. Withdrawal of bids 5
23. Submission of bid securities. 5
24. Termination . 6
25. Length of the season. 6
26. Contract duration 6
27. Contract price 6
28. Payments 6
29. Failure to execute. 6
CHAPTER II - SUBMISSION FORM... 1
1. PROOF OF QUALIFICATION AND LEGAL STATUS. 2
CHAPTER III - TECHNICAL CLAUSES . 1
1. Description of the work. 1
2. Availability of material (equipment) 1
3. Vehicles and equipment 1
4. Snow removal 2
5. After the snowfall . 2
6. Widening of roads, heaps at intersections and clearing of bridges and garbage boxes/recycling 2
7. Rain and thaw 2
8. Wind 2
9. Mailboxes 3
10. Traffic signs . 3
11. Mileage . 3
12. Sandblasting. 3
13. Abrasive used . 3
13. Sandblasting / abrasive spreading operations 4
14. Equipment list 5






CHAPTER 1 - GENERAL TERMS AND CONDITIONS

Notice to Contractors

The Municipality reserves the right to accept neither the lowest nor any of the bids received. The Municipality is not required to justify to any of the contractors the acceptance or rejection of any bid. On reasonable grounds, the Municipality even reserves the right to reject them in whole or in part and to request new ones if it deems it appropriate, without incurring any obligation of any kind towards the contractors. Bids will be analyzed according to the most advantageous prices for the Municipality.

Only contractors who can provide the required financial guarantees and guarantees of their ability and competence in snow removal and sanding and who possess the necessary tools to carry out the work within the prescribed time limits will be accepted.

Only bids clearly identified on the outer envelope as to bid number and bidder's name, presented on the forms prepared by the Municipality for this purpose and delivered in sealed envelopes to the Municipality of OTTER LAKE, 15, avenue Palmer, C.P. 70, OTTER LAKE (Québec), J0X 2P0, before 4:00 p.m., on August 2, 2019 will be opened.




For more information

Any additional information regarding this submission may be obtained from the Technical Services Manager, or one of the Municipality's representatives, at 15 Palmer Avenue, P.O. Box 70, OTTER LAKE, Quebec, J0X 2P0, at (819) 453-7049.



Preparation of bids

Bids for the removal of snow and sand from roads, bridges and other surfaces must be submitted on the forms provided by the Municipality and returned in duplicate (two (2) copies).



Documents

All of the following documents must be included with the submission form, otherwise the submission will be non-compliant:


Original and copy of the specification initialed at the bottom of all pages;
Copy of the resolution of the Board of Directors or the proxy if the contractor is a corporation;
Bid bond;
List of equipment;
Addendum (if applicable).


The contractor is responsible for ensuring that all necessary and required documents in the specifications are submitted with the bid and duly signed.



Addendum

If there is a need to explain, modify or supplement bid documents already in circulation, before the deadline for receipt of bids, those already in possession of these documents will be notified by means of addenda.






Non-conforming submission

Bids that do not comply with the specifications and conditions of this specification will be rejected.

A bid is rejected for any of the following reasons:


absence of the municipal bid form or use of another bid form;
submission with restrictions or conditions;
late submission received;
unopened bid before or after the deadline set due to lack of proper identification on the envelope;
unsigned submission;
a bid that includes deletions or corrections to the prices submitted and not initialled by the authorized person.




Interpretation

Subject to any inconsistency between the various provisions, this Agreement shall be construed as a whole. In the event of a contradiction, however, the provisions of the addendum(s) will take precedence over the notice to contractors, the specifications and so on.

If it is in the Municipality's interest, any formal defect and minor defect that may be contained in the submission may be overridden, provided that such defect can be corrected and that no prejudice to anyone results.



Power of attorney and resolution

If the contractor is a person doing business in his or her own name, he or she must sign the bid himself or herself or have it signed by his or her attorney. If the submission is signed by a proxy, the submission must be accompanied by the proxy.

If the contractor is a corporation (i.e., a limited or incorporated company), the bid must be accompanied by a duly certified copy of a general or special resolution of the executive committee of the company in office at the time the bid is made, authorizing the company to bid by designating the person or persons authorized to sign the bid.



Laws and regulations

The Contractor must comply with all federal, provincial and municipal laws, ordinances, regulations and orders in council applicable to the work it performs and the methods of execution throughout the term of its contract.



Permits

The Contractor shall obtain and maintain in force all permits, licenses and authorizations required by any governmental authority necessary for the performance of this contract and shall indemnify the Municipality against any lawsuits, actions or claims that may result from this failure. For each of the materials required in the quotation (equipment), the contractor must be the owner or hold a long-term lease with an option to purchase at the time the contract is signed.









Default of the contractor

If the contractor whose bid has been accepted withdraws its bid or refuses to sign its contract, it must pay the Municipality a sum of money representing the difference between the amount of its bid and that of the subsequent bid accepted. In addition, his bid bond will be confiscated and will become the property of the Municipality.



Bid bond

The contractor must provide with his bid a bid security (bid bond) equivalent to ten percent (10%) of the total amount of the contract (3 years, including taxes). The bid security will essentially be in one of the following forms and must be valid for a minimum period of ninety (90) days.


Bid bond issued by an insurance company authorized by the Inspector General of Financial Institutions of Quebec.
Bid bond in the form of a certified cheque, money order, bank draft or an irrevocable letter of guarantee issued by a financial institution payable to the Municipality of OTTER LAKE.




Performance bond

Upon signing the contract, the contractor must provide a performance bond in the form described in a) or b) for the duration of the contract.

This guarantee must correspond to one of the following amounts:


an amount equivalent to 50% of the amount of the contract on an annual basis, if the guarantee is provided in the form of a guarantee issued by an insurance company legally authorised to act as guarantor.



an amount equivalent to 20% of the total amount of the contract (including taxes) on an annual basis in the form of a certified cheque, bank draft or money order, payable to the Municipality of OTTER LAKE, or in the form of an irrevocable letter of guarantee issued by a financial institution.


For subsequent seasons, the contractor shall post, before August 15 of each year, a performance bond equal to twenty percent (20%) of the total contract amount (including taxes) for the following season.



Liability and damage insurance

The contractor shall be solely liable for any damage or accident caused by its agents, employees or workers to persons, things or property of the Municipality, a corporation, a company or individuals during the performance of its work.

He must indemnify the Municipality against any claim of any nature whatsoever and must take the Municipality's position in any proceedings by third parties arising out of or in connection with this contract and indemnify the Municipality against any judgment rendered against it in respect of capital, costs, interest and other related matters.

The supervision exercised by the Municipality for the proper execution of the work will not release the contractor from his responsibility for any damage or accidents.








The successful tenderer must subscribe to a civil liability insurance policy in which the Municipality of OTTER LAKE is named as the insured or beneficiary, which policy must clearly indicate that the insurer undertakes to take up the cause of the Municipality of OTTER LAKE and to assume the defence of the Municipality of OTTER LAKE in any action brought against it as a result of the performance or in connection with the contract and provide a copy thereof to the Municipality, upon signing the contract, as follows: an insurance policy covering personal injury and property damage risks, in the amount of two million dollars ($2,000,000.00) for each event:


for damage caused to a person;
for damage caused to more than one person; and
for damage caused to the property of others or of the Municipality.


This policy must be in effect for one year and renewable annually thereafter during the term of the contract. The renewal documents must be submitted to the Municipality before the first (1st) September of each year, failing which the Municipality may terminate the contract, in accordance with the provisions of Article 24 of Chapter 1- General Terms and Conditions below.



Complaints and complaints

If, at any time, it is found that there is a claim or privileged claim against the contractor which, if established, could result in pecuniary liability for the Municipality, the Municipality shall be entitled to be completely indemnified, in principal, interest, costs and incidentals, against such claim or receivable. This indemnity will be deducted from any amounts due or to become due to the contractor.



Workers' Compensation Act and Occupational Health and Safety Act

Since the Workers' Compensation Act makes the boss and the contractor jointly and severally liable, the Municipality will require:


Whenever required by the Director General and Secretary Treasurer, the contractor must provide within fifteen (15) days the documents attesting that he has complied with the Act respecting industrial accidents in Quebec, the Act respecting occupational health and safety in Quebec and that he is in good standing with the Commission de la santé et de la sécurité du travail;



the Municipality may, at the contractor's expense, make up for the contractor's failure to comply with the Occupational Health and Safety Act and deduct this amount from the amounts due or to become due to the contractor;



the contractor must fulfill the obligations of the prime contractor under the Occupational Health and Safety Act and its regulations.




Company address

The contractor shall indicate in the contract the address of his place of business where all notices, protests, legal or other proceedings relating to his contract may be addressed, delivered or served. Upon signature of the contract, the contractor must provide, in writing, the names of the respondents of his company, as well as the means of communication where they can be reached at any time.

If during the course of the contract the above-mentioned contractor's contact information changes, he/she shall immediately notify the Director of Public Works or the Director General and Secretary Treasurer in writing.







Assignment of the contract

The Contractor shall not have the right to subcontract, assign or sell all or part of the Contract without the written consent of City Council.



Role of the entrepreneur

The contractor must diligently patrol the network under its maintenance in order to be able to respond as required, in accordance with the terms of its contract.

He must inform the Public Works Department of the Municipality of OTTER LAKE of any problem related to snow removal and sanding operations as well as the conditions of the road circuit under his responsibility.

All vehicles used in the performance of the contract must be equipped with a communication system comparable to the municipality's communication system and this at the contractor's expense.

When signing the contract, the contractor must submit to the Municipality for approval the snow removal order or the sequential sequence of roads he intends to follow for the circuit under his responsibility. The contractor shall also indicate the location(s) where the abrasives will be stored.



Site Examination

The Contractor is required to ensure the extent of all obligations contained in the Specifications, to visit and examine the site and nature of the work to be performed and to identify any physical constraints that may have any impact on the performance of the work under the Contract.



Period of validity of bids

Any contractor who, within ninety (90) days of the bid deadline, has not been notified in writing by the Municipality of OTTER LAKE that his bid has been accepted, may withdraw it and it shall become void as a result.



Withdrawal of bids

The contractor may not modify or withdraw his bid:


for ninety (90) days following the deadline for receipt of bids; or
from the day on which its bid is accepted by resolution of the Municipality of OTTER LAKE.




Submission of bid securities

The Municipality of OTTER LAKE shall provide bid securities to contractors other than the three (3) lowest qualified contractors within fifteen (15) days of the bid opening date. This remission does not release contractors from any of the obligations contained in their bid.

Bid bonds of the two (2) qualified but not selected contractors are returned to them immediately after the award of the contract by the Municipality of OTTER LAKE, and if the bids are rejected, the bid bonds of the three (3) lowest contractors are returned to them.





Termination of contract

Without limiting the generalities of the following provisions, Council may terminate the contract at any time, by certified or registered mail, in particular if it is of the opinion that the contractor is not performing the contract satisfactorily, without any compensation other than that proportional to the number of contract days performed in relation to the duration of the season. The calculation will be made assuming that each season runs from October 15 to the following April 10. The dates indicated above will only be used to determine the compensation payable in the event of termination.

Termination of the contract by either party without private agreement automatically forfeits the performance bond and the contractor is not eligible to bid on the contract for this circuit the following season. In the case of a private termination, the termination agreement must be entered into no later than June 1 of each year of the contract.



Length of the season

The season begins with the first snowfall of each contract year and ends with the last snowfall of each contract year.



Duration of the contract

This contract is valid until June 1, 2022, for a contractual period of three (3) years, specifically for the 2019-2020, 2020-2021 and 2021-2022 winter seasons.



Contract price

The annual price at the signing of the contract covers the cost of snow removal and sanding operations for the 2019-2020, 2020-2021 and 2021-2022 seasons.

The contract expires at the end of the third contractual period.



Payments to be made

Payments to the Contractor will be made on the 15th day of November in each year, the 15th day of December in each year, the 15th day of January in each year, the 15th day of February in each year, the 15th day of March in each year and the 15th day of April in each year in equal instalments. :
The balance will be paid by the municipality on the 15th day of May 2020, the 15th day of May 2021 and the 15th day of May 2022.



Failure to execute

a) Notice of Reprimand

If, in the opinion of the Director of Public Works or his representative, the contractor does not diligently carry out his winter maintenance work or does not comply with any of the clauses of the specifications, the Director General and Secretary Treasurer, the Deputy Director General or the Director of Public Works may issue him a written notice of reprimand, in the event of major deficiencies committed, within ten days of the alleged facts. Reprimand notices are cumulative for the duration of the contract.

In addition, any deficiency committed by the contractor that is repeated on a regular and continuous basis despite the requests for correction issued by the Municipality may be considered a major deficiency.

The contractor will be given four (4) hours to correct the deficiency that does not meet the standards of his contract. The notice shall be deemed to have been given


from the receipt by the contractor of such notice. The Municipality will notify the contractor or his representative of the deficiencies identified.

In the event of any major mechanical failure that could affect snow removal and sanding operations, the contractor must immediately notify the Municipality. The contractor shall then make the necessary arrangements with another contractor to clear snow and sand from the roads, bridges and other surfaces included in his contract.

In the event that the contractor does not diligently correct the situation, the Municipality reserves the right to carry out or have carried out the work necessary to correct the situation at the contractor's expense. Following such intervention, the Municipality will invoice the contractor for the amounts disbursed for the purpose of having the work performed, which will be deducted from the amounts owed to the contractor for the performance of the contract.

Under no circumstances is the Municipality required to compensate the contractor for any inconvenience or damage resulting from this action. The intervention of the Municipality does not release the contractor from the responsibilities imposed by this contract.

(b) Retention for failure to perform

On the fourth (4th) written notice of reprimand and for each of the following notices, the Municipality shall proceed with a permanent deduction of $50 per kilometre of the circuit to be maintained, whether or not there has been an intervention billed by the Municipality.

c) Retention for non-operational truck

A truck is operational when it is in good working order and equipped with all the equipment required by the special quotation and when it is operational. For each truck or loader not operational on site at the beginning of the contract, a permanent deduction of $1,000.00 per day will be applied to any of the payments provided for in the contract. However, each written notice signed by the Director General and Secretary Treasurer, or the Director of Public Works indicating this type of detention may not be added to the above-mentioned notices of reprimand, unless the absence of the truck in question has had a negative impact on the quality of the network to be cleared of snow or sand.






CHAPTER II - SUBMISSION FORM









Bid closing time and date












Name of Bidder or Contractor










Address of the bidder or contractor










Name of authorized representative









Title of authorized representative











PROOF OF QUALIFICATION AND LEGAL STATUS


(a) Legal status of the bidder (Answer 1, 2 or 3)

If the bidder acts personally

Name :
Place of business:
Home address:

If the bidder is a company

Name (Company name) :

Place of business:

Names and addresses of partners:

Name: ______________________________________________ Address : _____________________________
Name: ______________________________________________ Address : _____________________________
Name: ______________________________________________ Address : _____________________________
(Provide the names and addresses of the other partners, if applicable).

If the bidder is a corporation

Company name :
Company address :
Incorporated under which Act:

President of the company

Name :

Home address : _______________________________________________________

Other Directors

Name: ______________________________________________ Address : _____________________________
Name: ______________________________________________ Address : _____________________________
Name: ______________________________________________ Address : _____________________________
(Provide the names and addresses of the other directors, if applicable).

B) Financial references

Name of the institution:
Branch :
Name of the institution:
Branch :





C) Summary of the bidder's general experience and in particular for the performance of similar contracts















D) Description of the equipment that the bidder intends to use to carry out the work



















E) List of work currently being carried out by the bidder and dates of completion























(F) THE CONTRACTOR MUST INDICATE BELOW THE TOOLS AVAILABLE TO IT TO PERFORM THE CONTRACT. THE TOOLING LISTED BELOW CONSTITUTES THE CONTRACTUAL LIST OF MATERIALS FOR THE FIRST YEAR OF THE CONTRACT:

SNOWPLOW TRUCK NO. 1

Brand:
Model:
Year:
Serial number:
Registration number:
Capacity:

SNOWPLOW TRUCK NO. 2

Brand:
Model:
Year:
Serial number:
Registration number:
Capacity:

SNOWPLOW TRUCK NO. 3

Brand:
Model:
Year:
Serial number:
Registration number:
Capacity:

SNOWPLOW TRUCK NO. 4

Brand:
Model:
Year:
Serial number:
Registration number:
Capacity:

ENTREPRENEUR:
DATE:

Signature of the bidder: _______________________________________________________

(F) THE CONTRACTOR MUST INDICATE BELOW THE TOOLS AVAILABLE TO IT TO PERFORM THE CONTRACT. THE TOOLING LISTED BELOW CONSTITUTES THE CONTRACTUAL LIST OF MATERIALS FOR THE FIRST YEAR OF THE CONTRACT:

SPREADER NO. 1

Brand:
Model:
Year:
Serial number:
Registration number:
Capacity:

SPREADER NO. 2

Brand:
Model:
Year:
Serial number:
Registration number:
Capacity:

SPREADER NO. 3

Brand:
Model:
Year:
Serial number:
Registration number:
Capacity:

SPREADER NO. 4

Brand:
Model:
Year:
Serial number:
Registration number:
Capacity:


ENTREPRENEUR:
DATE:

Signature of the bidder: _______________________________________________________



(F) THE CONTRACTOR MUST INDICATE BELOW THE TOOLS AVAILABLE TO IT TO PERFORM THE CONTRACT. THE TOOLING LISTED BELOW CONSTITUTES THE CONTRACTUAL LIST OF MATERIALS FOR THE FIRST YEAR OF THE CONTRACT:

CHARGER NO. 1

Brand:
Model:
Year:
Serial number:
Registration number:
Capacity:

GRADER WITH SIDE WING

Brand:
Model:
Year:
Serial number:
Registration number:
Capacity:

STEAM JENNY

Brand:
Model:
Year:
Serial number:
Registration number:
Capacity:












ENTREPRENEUR:
DATE:

Signature of the bidder: _______________________________________________________



I, the undersigned, agree to perform, in accordance with the specifications no. 2019-SOU-001 of the Municipality of OTTER LAKE, all work required for the removal of snow and sand from roads, bridges and other surfaces for the winter season 2019-2020, 2020-2021 and 2021-2022.

The price for the maintenance of roads, bridges and other surfaces is submitted for the 2019-2020, 2020-2021 and 2021-2022 winter seasons and is established as follows, including applicable taxes:





Price per kilometre







GST







QST







Total price per kilometre









At the time of award, this bid will serve as a contract between the supplier and the Municipality and will be subject to the provisions of the said specifications. The person signing this submission must be authorized.

In making this bid, I declare that I have read the said specifications and the documents provided to the contractors, that I have inspected the site and that I have collected enough information to establish the overall price for snow removal and sandblasting of roads, bridges and other surfaces.

In order to guarantee the performance of this bid and the resulting contract, I enclose herewith a bond or cheque payable to the Municipality of OTTER LAKE, equivalent to ten percent (20%) of the total amount of the contract (including taxes) for the first year, i. e:


P rix (taxes included) per kilometre x number of kilometres



(________________$)
Name of the contractor: __________________________________________________________

Address: Postal code

Telephone number: Cellular number

Pager number: Fax number :


Signature: ___________________________________________________________________ Date: __________________________







For the use of the Municipality of OTTER LAKE only

This being said, the parties agree as follows:

This agreement binds the parties hereto until. In addition, this agreement is subject to the provisions of Article 27 "Renewal" of Chapter 1 - General Clauses and Conditions of the 2019-SOU- 001 Specifications.

Signed at OTTER LAKE this day of 2019.


Entrepreneur by:


Municipality of OTTER LAKE by: -
Kim Cartier-Villeneuve, Mayoress


Andrea Lafleur, Executive Director









CHAPTER III - TECHNICAL CLAUSES

SNOW REMOVAL AND SANDING OPERATIONS



Description of the work

Winter road maintenance activities include snow and ice removal and the application of de-icing salt and abrasives to roads.

In order to ensure that the specified degree of service is achieved, the maintenance activities mentioned in the previous paragraph must be carried out as required, on a continuous basis, starting from the first snow and/or ice fall and ending with the last snow and/or ice fall.

The work also includes the supply, transportation, storage and handling of salt and abrasive, as well as the spreading of abrasive and salt on the surface of roads and other surfaces, in order to maintain them in safe and ice-free conditions.

During heavy rain or ice, the contractor will have to make openings in the snow drifts along the roadsides to evacuate water from the road surface.

Before the thaw period, snow banks along the roads must be pushed and the contractor will be responsible for making openings along the roads to prevent water accumulation on the road surfaces.

The contractor must carry out the work mentioned in this quotation before any other snow removal contract.



Availability of material (equipment)

The contractor is required to be available at all times to perform the work required by the specifications. Consequently, all the material required (equipment) in the special quotation and indicated on the contractor's contract list must be operational from the day before the date of signature of the contract.



Vehicles and equipment

The contractor must, during the period of the contract, be able to provide all vehicles and equipment necessary to clear and remove snow, spread slush and abrasives on all roads and other designated surfaces.

All equipment operators and vehicle drivers must have the permits required by any applicable laws or regulations. The contractor undertakes to use and maintain all its vehicles and equipment in very good mechanical condition for the duration of the contract.

All vehicles and equipment must be ready for snow removal operations as soon as the accumulation on the roads has reached the levels of precipitation described in Article 4, Chapter III.

The Municipality reserves the right to inspect the contractor's vehicles and equipment at any time.








Snow removal

The contractor is responsible for snow removal from the first to the last snowfall for each contract year of the contract.

The contractor shall be required to clear the entire length and width of the roads as soon as a 51mm (2") layer of snow or new snow has accumulated on the roads.

Under no circumstances shall there be more than 51mm (2") of snow on the surface of the roads and snow removal shall be done as often as the roads require, to ensure the safe movement of motor vehicles at all times

Road maintenance is continuous: the contractor must therefore do it day and night and without interruption, on Sundays and legal or other holidays.

The contractor must ensure that all signs are visible at all times.

The contractor must ensure that his operations do not obstruct the flow of water through culverts and ditches. The municipality reserves the right to conduct an inspection to determine the cause of the obstruction.

The contractor must first clear the Class I roads of snow.



After the snowfall

After the snowfall, the contractor will be allowed four (4) hours to clear and sand all specified roads on the municipality's territory.

At the end of each snowfall, the contractor must continue to remove the snow to the width that he normally has to maintain.

In order to prevent, as much as possible, the formation of snow drifts, he must lower the snow edges on each side of the roads. In addition, intersections must be clear so as to ensure adequate visibility.



Road widening, intersection heaps and bridge clearances

The contractor will be required to widen the roads when they are too narrow, and before the accumulated snow hardens only due to successive storms or blowing snow.

In the event that he is required to rent machinery such as snowblower, snow transport truck, equipment to move culverts, or to ask the permission of the owners along the roads, everything is his sole responsibility, and this, at no additional cost.



Rain and thaw

During periods of rain and thaw, as well as during snowmelt, the contractor shall make trenches, de-ice culverts and perform all other work necessary for water drainage to prevent damage to ditches, culverts and roadways.



Wind

At locations affected by wind, the contractor must take the necessary measures to minimize its effect on roads.






Mailboxes

The contractor is required to make every effort to avoid damaging the mailboxes of individuals located in the right-of-way. In the event that the contractor notices that a mailbox is interfering with his snow removal and sanding operations, he must immediately notify the Municipality.
In addition, the contractor will be liable for damage to mailboxes caused by himself or one of his employees in the course of his operations and will be required to repair them at his own expense.



Signage signs

The contractor is responsible for clearing snow-clogged signs. They must be cleared so that the written message can be read as soon as possible after the storm.



Mileage

A complete list of roads including mileage will be provided to the contractor by October 15 of each year. It is understood and agreed that after the award of the contract, the Municipality may extend or shorten the circuit entrusted to the contractor. Adjustments (increase or decrease) to the contract costs will be calculated on the basis of unit costs calculated by taking the total price submitted by the contractor divided by the number of kilometres.
No reduction in the mileage identified in the contract may be made during the season by the Municipality. Adjustments (increase or decrease) in the number of kilometres may be made before August 1 for the following season.



Sandblasting

During precipitation, the critical points of the circuit can be treated with abrasive. It is only at the end of the precipitation or blowing snow that the circuit is treated with abrasive only to improve the grip and safety of the vehicles in the required areas. The pavement must remain safe at all times, particularly during normal business hours in the community served.


Abrasive used

The contractor shall provide the treated abrasives for de-icing and sanding the roads and surfaces identified in this specification.
The contractor must provide the municipality with the laboratory analysis indicating the conformity of the materials at the beginning of each season.
Aggregates for abrasives must be crushed gravel with a grain size of 0 to 3/8 inch in diameter. Sifted sand may also be accepted as an abrasive. In all cases, the abrasives used must comply with the grain sizes specified in the most recent edition of the Cahier des Charges et Devis Généraux du Québec (CCDG). To restrict the formation of frozen blocks and to facilitate the handling of abrasives, the latter must be treated by adding 3% by weight of sodium chloride (salt) during their manufacture.
Before October 15 of each snow removal season, the contractor must have placed in reserve the required quantities of treated abrasives and in sufficient quantity to sand the roads and surfaces identified in the estimate for the duration of the season.






Sandblasting / abrasive spreading operations

The surface of all roads and places must be sandblasted by spreading a sufficient thickness of abrasive over the full width of the surface in order to improve the coefficient of friction, thus allowing motorists to travel safely.

The surface of all roads and places must be sandblasted with a sufficient thickness of abrasive to improve the coefficient of friction, allowing motorists to travel safely.

Sandblasting operations must be carried out in one of the two categories indicated below.

ROADS CATEGORY I

The contractor shall provide for the additional use of sodium chloride at the discretion of the road foreman.

For Class I roads, the clearing and spreading of abrasive should be done over the full width of the road surface, a width of 3 m (1.5 m on a central width) in straight sections and 5 m (2.5 m on a central width) on all curves and sides as soon as possible.

PATH CATEGORY 2

Sandblasting of slopes, curves and intersections over the full width of the road surface, 100 feet (30 meters) before the beginning and after the end of curves, ribs and intersections; sandblasting of all other road surfaces will be carried out over the total length and a central width of 5.0 feet (1.5 meters).



minimum required equipment (equipment)

The contractor must have at his disposal the materials (equipment) mentioned above:

Snowplow truck: Number Min. capacity One-way direction Side wing
2 8 tonnes required required required

Snowplow truck: Number Min. capacity One way only
2 1 ton 4x4 required

Spreader: Number Min. capacity
2 8 m 3
2 2 m

Grader: Number Min. capacity One-way direction Side wing
1 required

Steam Jenny: Number Min. capacity
1

Charger: Number Min. capacity
1

List of materials (equipment):

For the first year of the contract, the material resources declared at the time of bidding constitute the contractual list of materials (equipment). For subsequent years, the contractor must provide, before October 1 of each season, a list of the materials (equipment) with which he proposes to perform the work. Any in-season change in these materials (equipment) must correspond to material (equipment) equivalent in capacity and performance according to the requirements of the "required material" article of these specifications.





List of paths and category

Level I path





1.


Picanoc Road


22.40 kilometers




2.


Belmont Road


6.00 " "





Level II path





3.


Polish Hill Road


1.20 " "




4.


Lafleur Road


1.30 " "




5.


Beaudoin Road


5.50 " "




6.


Mayhew Road


.90 " "




7.


Leslie Road


2.20 " "




8.


King Road


4.90 " "




9.


Hahn Road


--




10.


Erfle Road


1.40 " "




11.


Pine Road


5.00 " "




12.


Farm Lake Road


2.00 " "




13.


Stephens Road


5.10 " "




14.


Clark Lake Road


3.30 " "




15.


Yates Road


2.40 " "




16.


Mill Road


--




17.


Kluke Road


--




18.


Mitchell Road


1.10 " "




19.


Trout Lake Road


--




20.


Range "A" Road


1.40 " "




21.


Bellemore Road


1.68 " "




22.


Milliken Road East


--




23.


Milliken Road West


-- " "




24.


Old Belmont Road


-- " "




25.


Hughes Road


1.80 " "




26.


Blaskie Road


2.70 " "




27.


Old Bridge Road


1.50 " "




28.


Ranch Road


2.30 " "




29.


Reddington Road


.40 " "




30.
31.
32.


Fleury Road
Mountview Road Ch de la Plage


.10 " "
1.30 " "
0.8 " "








Total:


78.68 KM's







So genature of the contractor:

Opportunity closing date
02 August 2019
Value of contract
to be confirmed

About the buyer

Address
Municipalité d'Otter Lake Canada

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?