Professional Documents
Culture Documents
87
CONSTRUCTION TENDER
for
TABLE OF CONTENTS
2. TENDER FORMS - 15 -
3. SPECIAL PROVISIONS - 26 -
TABLE OF CONTENTS
3.2 CONTRACT INFORMATION DOCUMENTS - 28 -
3.3 DEPARTMENT’S PROJECT SPONSOR AND PROJECT MANAGER - 29 -
3.4 CONSULTANT - 29 -
3.5 SCOPE OF WORK - 29 -
3.6 STANDARD DRAWINGS - 30 -
3.7 PARTNERING - 31 -
3.8 DIESEL FUEL COST ADJUSTMENT - 31 -
3.9 WORK IN THE VICINITY OF UTILITIES - 31 -
3.10 ENVIRONMENTAL CONTROL - 33 -
3.11 CONTROL OF CLUBROOT - 36 -
3.12 CONTRACTOR SUPPLY OF AGGREGATE - 36 -
3.13 CONTRACTOR SUPPLY OF BORROW - 36 -
3.14 CONSTRUCTION ADVISORY SIGN - 37 -
3.15 TRAFFIC ACCOMMODATION - 37 -
3.16 LOADING AND HAULING OF SALVAGEABLE RUBBLIZED SURFACE MATERIAL - 38 -
3.17 SUBGRADE EXCAVATION REPAIRS - 38 -
3.18 SHOULDER FILLET REPAIRS AND SHOULDER WIDENING - 39 -
3.19 DRAINAGE WORK – TWP RD. 630 AND RR 475A - 41 -
3.20 ACCESS IMPROVEMENTS - 41 -
3.21 CONSTRUCTION OF GRAVEL SURFACING TRANSITIONS - 44 -
3.22 FENCING - 44 -
3.23 SEEDING - 44 -
3.24 MAT MATCHING REQUIREMENTS - 45 -
3.25 ASPHALT CONCRETE PAVEMENT - 45 -
3.26 PAINTING ROADWAY LINES - 45 -
3.27 FLEXIBLE GUIDEPOSTS - 45 -
3.28 TESTING AND EVALUATION OF FINISHED PAVEMENT SURFACE SMOOTHNESS USING INTERNATIONAL
ROUGHNESS INDEX (IRI) CRITERIA - 46 -
3.29 INTER-LABORATORY REPEATABILITY TESTING - 53 -
4. SPECIFICATION AMENDMENTS - 56 -
TABLE OF CONTENTS
4.9 AMENDMENTS TO SPECIFICATION 5.7, SUPPLY OF ASPHALT, RE: MULTIPLE STRESS CREEP
RECOVERY (MSCR) TESTING - 64 -
4.10 AMENDMENTS TO SPECIFICATION 3.50, ASPHALT CONCRETE PAVEMENT (EPS), RE: QUALITY
CONTROL TESTING USING MAXIMUM SPECIFIC GRAVITY TESTING OF HOT MIX ASPHALT - 68 -
4.11 AMENDMENTS TO SPECIFICATION 5.25, SUPPLY OF THRIE BEAM AND W-BEAM GUARDRAIL
MATERIAL, RE: MATERIAL STANDARDS - 71 -
4.12 AMENDMENTS TO SPECIFICATION 3.2, AGGREGATE PRODUCTION AND STOCKPILING, RE: PAYMENT
RATES FOR INTERIM CRUSHING, HAULING AND STOCKPILING - 73 -
4.13 AMENDMENTS TO SPECIFICATION 7.1, TRAFFIC ACCOMMODATION AND TEMPORARY SIGNING, RE:
BONUS AND PENALTY ASSESSMENT - 73 -
4.14 AMENDMENTS TO SPECIFICATION 1.2, GENERAL, RE: HOLDBACK - 77 -
4.15 AMENDMENTS TO SPECIFICATION 1.2, GENERAL, RE: DISPUTE RESOLUTION PROCESS - 77 -
4.16 AMENDMENTS TO SPECIFICATION 2.25, HIGHWAY STREET LIGHTING - 81 -
6. ADDENDA - 85 -
Municipal District Bonnyville No. 87 -1- Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
INSTRUCTIONS TO BIDDERS
1. INSTRUCTIONS TO BIDDERS
Bidders must submit tenders before 2:01:00 p.m. on July 24, 2020. The official time of
receipt of a tender will be established using the time recorder clock used by the
Department to time and date stamp tender submissions.
Bidders can acquire tender documents as set out in Instructions to Bidders Section 1.2,
Availability of Tender Documents.
Bidders must submit all pages entitled “Tender Forms” as issued by the Department
with the tender documents. Any required information that is omitted or illegible, any
alterations to the text, or any conditions added on or submitted with the Tender Forms,
may cause the tender to be declared invalid and rejected.
The envelope must be delivered to the location set out above prior to the time fixed for
receiving tenders.
Electronic (.PDF) copies of the tender documents are available for free download from
the Alberta Purchasing Connection website at the following link:
www.purchasingconnection.ca.
The Department will assume no responsibility or liability for the completeness of any
tender documents obtained from any other source.
Municipal District Bonnyville No. 87 -2- Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
INSTRUCTIONS TO BIDDERS
In the event of a discrepancy between tender documents downloaded from the Alberta
Purchasing Connection website and documents obtained from any other source, the
tender documents downloaded from the Alberta Purchasing Connection website shall
be deemed to be correct.
Bidders shall promptly notify the contact identified in Instructions to Bidders Section
1.11, Project Inquiries, upon discovery of any such discrepancies.
1.3.1 General
The Contract Information Documents listed herein are available for this project.
Electronic (.PDF) copies of these documents may be viewed and/or downloaded, free
of charge, from the following website:
Alternatively, PDF copies of these documents are available for purchase on CD for a
fee of $45.00 per CD. Each CD will contain copies of all information documents listed.
CDs may be purchased from:
Bidders acknowledge and agree that Special Provision 3.2, Contract Information
Documents, applies to these Contract Information Documents.
Geotechnical Investigation
Municipal District Bonnyville No. 87 -3- Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
INSTRUCTIONS TO BIDDERS
1.4.1 General
Electronic (.PDF) copies of all separate plans and drawings listed in the tender
document may be viewed and/or downloaded, free of charge, from the following
website:
These documents are also available in electronic form from the following website:
− Filling in all blank spaces under the headings "Unit Price", and "Estimated
Quantity" where applicable, and the "Total Bid"; and
a) Unit Price
For bid items where the estimated quantity is fixed and the Bidder is required to
provide a unit price, insert the unit price in the “Unit Price” column and insert
Municipal District Bonnyville No. 87 -4- Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
INSTRUCTIONS TO BIDDERS
the total for each item in the "Total Bid" column; (in case of discrepancy, the
unit price figure will take precedence over the total in the “Total Bid” column);
b) Lump Sum
For bid items where the Bidder is required to provide a lump sum, insert the
lump sum amount in the "Total Bid" column. Only the amount in the “Total Bid”
column will be used in calculating the Total Tender;
c) Estimated Quantity
For bid items where the unit price is fixed and the Bidder is required to provide
an estimated quantity (for example site occupancy), insert the estimated
quantity in the “Estimated Quantity” column, and insert the total for each item in
the "Total Bid" column; (in case of discrepancy, the estimated quantity figure in
the “Estimated Quantity” column will take precedence over the total in the “Total
Bid” column). The “Estimated Quantity” must be a whole number. If the number
includes decimals, the Department will round to the nearest whole number
with .5 being rounded upwards; and
d) Total Tender
Insert the sum of all amounts in the “Total Bid” column in the space marked
"Total Tender in Canadian dollars excluding GST".
Prices must not exceed two decimal places. If a submitted unit price schedule contains
prices exceeding two decimal places, the Department will round to the nearest two
decimal places with .005 being rounded upwards. Bidders will be bound to such
rounded amounts.
The Department represents and warrants that, as the purchaser of goods and services
provided under the Contract, no amount payable under the Contract is subject to Goods
and Services Tax (GST) or Harmonized Sales Tax (HST) under Part IX of the Excise
Tax Act (Canada) as amended.
Each Bidder shall ascertain before tender submission that it has obtained all addenda
issued by the Department and by signing the Tender Form or submitting a Tender
Amendment Form, each Bidder acknowledges that all issued addenda have been
examined, read, and considered in their tender.
INSTRUCTIONS TO BIDDERS
Each tender must be accompanied by tender security in the form of a bid bond, certified
cheque, money order or a bank draft equal to 10% of the tender amount. Tenders not
accompanied by tender security will be rejected as non-compliant.
The bid bond accompanying the tender must be the original and not a copy, and made
out to Municipal District Bonnyville No. 87 and it must be signed, sealed and dated in
the space provided by both the Bidder, or its authorized representative, and the
Bonding Company.
The bid bond shall be enforceable for the earlier of the tender acceptance period as
specified in the Instructions to Bidders or until the bond’s principal enters into the formal
contract.
A bid bond that is a copy or improperly completed or executed may cause the tender
to be rejected as non-compliant if, in the Department’s judgment, this would potentially
render the bid bond unenforceable.
Bidders may be required to submit evidence of safety qualifications by the earlier of:
Prospective Bidders who do not possess a COR, TLC or a COREL and wish to obtain
information about obtaining one, are advised to contact:
The Bidder must maintain a valid registration throughout the course of the Contract.
Municipal District Bonnyville No. 87 -6- Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
INSTRUCTIONS TO BIDDERS
The right to reject any or all tenders is reserved by the Department, and the lowest
priced or any tender will not necessarily be accepted.
The lowest priced compliant Bidder may be required to supply evidence of experience,
qualifications, equipment, ability and financial capability for completing the project(s)
before the Contract is executed. Lack of any of these will be considered sufficient cause
for rejecting the tender.
The Department may extend the date and time for receiving tenders, or the Department
may amend, suspend, postpone or cancel this tender at any time.
Only one tender per Bidder will be considered. Reasonable grounds for believing that
any Bidder is interested in more than one tender for the Work, in the capacity of the
Contractor, may cause the rejection of all tenders in which such Bidder is interested.
Any or all tenders will be rejected if there is reason to believe that collusion exists
among the Bidders, and none of the participants in such collusion will be considered in
future tenders.
Contracts will not be awarded to any government agency including but not limited to
the Government of Canada, the government of a province or territory of Canada, any
Municipal District Bonnyville No. 87 -7- Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
INSTRUCTIONS TO BIDDERS
agency thereof, or any municipality or other unit of local government within any province
or territory of Canada.
"Government Agency" means a branch, unit, subsidiary or other form of entity, owned
or controlled by a government agency and includes any subsidiaries or entities owned
or controlled by that agency.
The Bidder must examine the contract forms and tender documents, including plans,
drawings, Department specifications, and special provisions, to clearly understand the
requirements of the project(s) and to carefully investigate and satisfy themselves of
every condition affecting the project(s), including the site conditions and the labour and
material to be provided. The contract forms and specifications are available from the
Department upon request. The Bidder agrees that submission of a tender is conclusive
evidence that the Bidder has made such investigation; and that, whether or not he has
so investigated, he is willing to assume and does assume all risk regarding conditions
affecting the project.
The Bidder acknowledges and agrees that, where provided, any information pertaining
to subsurface soil, rock and groundwater conditions indicated on the borehole/test pit
logs shown on the drawings: 1) has been obtained for design purposes; and 2) is valid
only at the specific locations of the boreholes/test pits and only on the date(s) that the
subsurface investigation(s) took place. Bidders may wish to supplement this
information, for their purposes, by performing additional investigations.
(ii) the Bidder is qualified and experienced to perform the Work in accordance with
the tender documents;
(iii) the bid is based upon performing the Work in accordance with the tender
documents, without exception; and
(iv) the price or prices stated in the tender cover all the Bidder's obligations under
the Contract and all matters and things necessary for the performance of the
Work in accordance with the tender documents.
INSTRUCTIONS TO BIDDERS
Todd Honkala
Public Works Foreman
Infrastructure Services
Municipal District Bonnyville No. 87
E-mail: thonkala@md.bonnyville.ab.ca
When submitting inquiries, identify the tender title in e-mail subject line.
The Bidder must submit all questions about the meaning and intent of the tender
documents directly to the contact identified in Instructions to Bidders Section 1.11,
Project Inquiries. Interpretations and revisions considered necessary in response to
such questions will be issued by the Department in writing in the form of addenda.
Addenda may also be issued by the Department to revise the tender documents as
deemed necessary.
The Bidder must submit questions as early as possible during the tendering period.
The Department may not respond to questions received too close to the tender closing
time to permit the issuance of an addendum.
1.13 ADDENDA
Addenda, when issued, form part of the tender document. The individual items included
in the addendum shall be added, deleted or changed in the tender document in
accordance with the instructions contained in the addendum.
During the tendering period, all addenda issued by the Department will be posted and
available for free download from the Alberta Purchasing Connection Website
(www.purchasingconnection.ca).
Each Bidder is solely responsible for ascertaining that, prior to the time fixed for
receiving tenders, it has obtained all addenda issued by the Minister.
Municipal District Bonnyville No. 87 -9- Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
INSTRUCTIONS TO BIDDERS
A Bidder may withdraw its tender by submitting a request in writing signed by the
Bidder. The request must be received:
• in the location set out in Instructions to Bidders Section 1.1, Conditions for
Tender Submission; or
• if the request is submitted by fax it must be sent to (780) 826-5064, “Attention:
General Manager of Infrastructure Services, Tender Deposit Counter” and
all pages must be fax date stamped
1.14.2 No Withdrawal
No Bidder may withdraw a tender at or after the time fixed for receiving tenders until:
(i) some other Bidder has entered into a Contract with the Department for the
performance of the project specified in these tender documents; or
(ii) thirty-five (35) calendar days after the time fixed for receiving tenders unless the
Department has notified the bidder that they are the successful bidder;
The 35 day acceptance period referred to above will commence at 11:59:00 p.m. of the
date of tender closing and will terminate at 11:59:00 p.m. of the 35th day thereafter. If
the 35th day falls on a weekend or statutory holiday, such day(s) will be omitted from
the computation.
A Bidder wishing to make changes to its tender before the time set for receiving tenders
may withdraw the tender submission and the modified tender may then be resubmitted
in an addressed and sealed envelope in compliance with Instructions to Bidders
Section 1.1, Conditions for Tender Submission, up to the time and date set for receiving
tenders. Bidders are advised that requests for withdrawal of tender submissions must
comply with Instructions to Bidders Section 1.14.1, Withdrawal of Tender Submission.
If the changes to its tender is only an amendment to the unit price schedule, the Bidder
may send a completed copy of the "TENDER AMENDMENT FORM" included in the
tender document by facsimile (FAX) to the number as shown on the Tender
Amendment Form and marked Attention: General Manager of Infrastructure Services,
Tender Deposit Counter. To be acceptable, the form must be completed in full including
the legal name of the Bidder and the changes to be made, and it must be signed by an
authorized officer of the Bidder and received before the time and date set for the receipt
of the tender in accordance with the Instructions to Bidders Section 1.1, Conditions for
Municipal District Bonnyville No. 87 - 10 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
INSTRUCTIONS TO BIDDERS
Tender Submission. The time of the submission will be considered the receipted time
as shown on the Department's FAX machine.
The Bidder is responsible for ensuring its modifications are received before the time
fixed for receiving tenders and are legible, clear as to the intent, unambiguous, and
comply with the terms of the tender document. Failure of the Bidder to do the foregoing
will render these modifications null and void. The Department assumes no
responsibility or liability for the content of modifications, or for modifications that are,
for any reason, delayed, illegible, unclear as to intent, ambiguous, contrary to these
instructions, or otherwise improperly received. The Department, at its sole discretion,
may reject modifications in accordance with the terms of the Tender Amendment Form
or may reject the tender in accordance with Instructions to Bidders Section 1.6,
Rejection of Tenders, or both.
Prices must not exceed two decimal places. If a submitted unit price schedule change
contains prices exceeding two decimal places, the Department will round to the nearest
two decimal places with .005 being rounded upwards. Bidders will be bound to such
rounded amounts.
For bid items where the unit price is fixed and the Bidder is required to provide
an estimated quantity (for example site occupancy), show the amount of the
increase or decrease of the quantity in the “Estimated Quantity Changes + or -”
column and the total value of the change in the “Net Change to Total Bid + or -”
column. Use the unit price as it appears in the unit price schedule as the unit
price in the Tender Amendment Form.
For bid items where the Bidder is required to provide a unit price, show the
amount of the change to the unit price in the “Unit Price Changes + or -” column,
and the total for each change in the “Net Change to Total Bid + or -” column.
Use the estimated quantity as it appears in the unit price schedule as the
estimated quantity in the Tender Amendment Form.
In case of discrepancy, the change to the unit price figure in the “Unit Price
Changes + or -” column will take precedence over the total change in the “Net
Change to Total Bid” column;
INSTRUCTIONS TO BIDDERS
For bid items where the Bidder is required to provide a lump sum, leave a blank
space in the “Unit Price Changes + or -” column, and enter the amount of the
lump sum change in the “Net Change to Total Bid + or -” column; and
Show the sum of all items in the “Net Change to Total Bid + or -” column in the
space after “Increase (+) or Reduce (-) Total Tender By”.
If arithmetical errors are discovered, the changed estimated quantities or unit prices,
as applicable, will be considered as representing the Bidder's intentions; and the net
change to total bid price extensions and the change to total tender amount entered in
the Tender Amendment Form will be corrected accordingly by the Department. The
Bidder will be bound to such corrected amounts.
The Department will check the completeness and accuracy of all Bidders’ tender
submissions in order to determine the lowest compliant bid.
Extensions to unit price items and estimated quantity items entered in the unit price
schedule will be verified by the Department. If arithmetical errors are discovered:
• for unit price items, then the unit prices will be considered as representing the
Bidder's intentions;
• for estimated quantity items, then the estimated quantity will be considered as
representing the Bidder's intentions
and the unit price or estimated quantity extensions and the Total Tender amount in the
unit price schedule will be corrected accordingly by the Department. The Bidder will be
bound to such corrected amounts.
Municipal District Bonnyville No. 87 - 12 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
INSTRUCTIONS TO BIDDERS
If an estimated quantity or unit price is not filled in by the Bidder for an item, but an
amount is stated in the Total Bid column, then the Department will determine:
• the unit price by dividing the extended amount by the estimated quantity and
this unit price value will be considered as representing the Bidder's intentions;
or
• the estimated quantity by dividing the extended amount by the unit price and
this estimated quantity will be considered as representing the Bidder's
intentions.
The Total Tender will be the arithmetically correct sum of the arithmetically correct total
bid extensions and lump sums in the unit price schedule.
Tender results and award information will be made available on the Alberta Purchasing
Connection website (www.purchasingconnection.ca).
1.19 CONFIDENTIALITY
INSTRUCTIONS TO BIDDERS
(ii) The Bidder and their employees, subcontractors, and agents shall:
(iii) The Bidder shall maintain security standards, including control of access to data
and other information consistent with the highest standards of business practice
in the industry.
(iv) No press release or other public announcement relating to this tender shall be
issued without the prior written consent of the Department.
The provisions of the Canadian Free Trade Agreement, Part III, Chapter 5 –
Procurement and the New West Partnership Trade Agreement apply to this tender
process.
Bidders must fully disclose to the contact listed in Instructions to Bidders Section 1.11,
Project Inquiries, in writing, the circumstances of any actual, possible or perceived
conflict of interest in relation to the Bidder or any employee, sub-contractor or agent, if
the Bidder were to become the Contractor pursuant to this tender process. The
Department will review any submissions by Bidders under this provision and may reject
any tender where, in the opinion of the Department, the Bidder or any, employee, sub-
contractor or agent is, could be, or could be perceived to be in a conflict of interest if
the Bidder were to become the Contractor pursuant to this tender process.
This bid process will be governed and interpreted in accordance with the laws in force
in the Province of Alberta and the Bidder irrevocably attorns to the exclusive jurisdiction
of the Courts of Alberta.
1.23 LANGUAGE
INSTRUCTIONS TO BIDDERS
The contract forms and any other applicable forms will be completed by the successful
Bidder and included in the signed Contract. Prior to commencement of any activities
and at any other time requested by the Department, the successful Bidder must provide
its security and proof of insurance, satisfactory to the Department.
The following documents apply to this Instructions to Bidders. These documents can
be found either in the tender documents or on the Department website. General
Specifications are found in General Specifications and Specification Amendments for
Highway and Bridge Construction. Specification Amendments are included both in
sections 4 and 5 of the tender documents and in the General Specifications and
Specification Amendments for Highway and Bridge Construction. In the event of
discrepancies, the hierarchy of documents is as follows, in descending order:
• Instructions to Bidders
• Special Provisions
• Project specific construction plans
• Standard construction plans
• Specification Amendments
• Supplemental Specifications
• General Specifications
• Standard Construction Specifications
In the event of a difference between scaled dimensions on Plans and the figures written
thereon, the figures govern. In the event that two or more plans show conflicting
information, the information on the most recently dated plan govern.
Any technical and manufacturer's standard, Government Act, Regulation, or Code of
Practice referred to in the Contract documents will be a reference to the version current
at the time the Contract is awarded.
Municipal District Bonnyville No. 87 - 15 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
TENDER FORMS
2. TENDER FORMS
I, the undersigned, having examined and read the tender documents for the above
noted project, including all issued addenda (if any), and having visited the site and
examined all conditions affecting the Work, am satisfied I understand the tender
documents and site conditions and declare myself competent to undertake and
complete the Work and to be the prime contractor as set out in the Alberta Occupational
Health and Safety Act and do hereby irrevocably bid and agree to carry out the Work
in strict accordance with the plans and specifications, for the unit prices in the unit price
schedule enclosed.
Each Bidder shall ascertain before bid submission that it has obtained all addenda
issued by the Department and by signing the Tender Form acknowledges that all issued
addenda have been examined, read, and considered in their bid.
Municipal District Bonnyville No. 87 - 16 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
TENDER FORMS
Schedule A - Bonnyville MD87 ACP and Other Work - Twp 630 - Sta. 9+350 to 13+300
Estimated
Bid Quantity
Item Estimated Unit Of
No. Contract Item Description Quantity Measure Total Bid
TENDER FORMS
Schedule B - Bonnyville MD87 Grading and Other Work - RR 475A Sta. 20+660 to 21+460
TENDER FORMS
TENDER FORMS
2.3.1 Rejection/Acceptance
The Department reserves the right to reject any or all tenders, to accept any tender, or
to accept any offer which it may consider in the best interests of the Department.
The undersigned encloses herewith as tender security a bid bond made out the
Municipal District Bonnyville No. 87, or a certified cheque, bank draft or money order
payable to the Municipal District Bonnyville No. 87 for _____________________ and
the undersigned hereby agrees that should he refuse or fail within twenty-one (21)
calendar days after a Contract is presented (hand delivered, sent by registered mail or
couriered) to him for signature by the Department for acceptance:
(a) to sign and return the Contract to the Department for the performance of the
Work and/or the supplying of material covered by this tender, and
(b) to provide security and insurance as required by the General Specifications,
the tender Security is subject to forfeiture to the Department, and if a Contract for the
project(s) is then entered into with some other party for a greater amount, the Bidder is
liable to the Department in the amount equal to the difference between the amount of
its tender and the amount of the Contract actually entered into, the maximum liability
not exceeding the amount of the tender security required under Instructions to Bidders
Section 1.5.5, Tender Security.
The undersigned hereby acknowledges and agrees that he cannot withdraw this tender
at or after the time fixed for receiving tender until:
(i) some other party has entered into a Contract with the Department for the
performance of the project specified in the tender documents, or
(ii) thirty-five (35) calendar days after the time fixed for receiving this tender unless
the Department has notified them that they are the successful Bidder,
whichever first occurs.
The 35 day acceptance period referred to above will commence at 11:59:00 p.m.
of the date of bid closing and will terminate at 11:59:00 p.m. of the 35th day
thereafter. If the 35th day falls on a weekend or statutory holiday, such day(s) will
be omitted from the computation.
2.4 CONTRACT
Should this tender be accepted, the undersigned agrees to enter into a written Contract
with Municipal District Bonnyville No. 87 as represented by the responsible member of
the Municipal District Bonnyville No. 87 for the faithful performance of the Work covered
Municipal District Bonnyville No. 87 - 20 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
TENDER FORMS
by this tender, in accordance with the said plans and specifications and complete the
said project on or before November 15, 2020 for the work identified as Schedule A, and
on or before August 15, 2021 for the work identified as Schedule B. Schedule A is
considered priority work. Schedule B will proceed when all required environmental
permits and approvals are acquired, if any.
A representative(s) with the authority to bind the Bidder must sign this tender.
E-MAIL ADDRESS:
(Optional)
TENDER FORMS
(a) For estimated quantity items state the unit price as it appears in the unit price schedule.
(b) For unit price or lump sum items state the estimated quantity as it appears in the unit price schedule.
(c) For lump sum items leave “Unit Price Changes + or –’’ column blank.
(d) For lump sum items enter + or - the change amount in the “Net Change to Total Bid + or -’’.
Municipal District Bonnyville No. 87 - 25 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
TENDER FORMS
(e)If required, additional amendment items may be added or attached to this form.
Each Bidder shall ascertain before tender submission that it has obtained all addenda issued by the
Department and by signing the Tender Amendment Form acknowledges that all issued addenda have
been examined, read, and considered in their bid.
We also acknowledge and agree that:
1. This change supersedes all previous changes including those to other bid items. Previously
submitted changes are null and void.
2. We accept full responsibility for any lack of confidentiality arising from the use of this
process.
3. Failure of these modifications to be received, on time, legibly, clear as to intent,
unambiguously, accurately or completely for any reason will render these modifications null
and void.
________________________________
Authorized Signature
________________________________
Date
SPECIAL PROVISIONS
3. SPECIAL PROVISIONS
Due to the Government Alberta reorganization, the Alberta Transportation name has
changed over time. As a result, some specifications, drawings, plans and other
documents in this Contract may continue to reference Alberta Infrastructure, Alberta
Infrastructure and Transportation or Alberta Transportation and Utilities. Please be
advised that any references to Alberta Infrastructure, Alberta Infrastructure and
Transportation or Alberta Transportation and Utilities shall mean Alberta
Transportation.
3.1.2.1 General
The standard specifications for highway and bridge construction work, which shall form
part of the Contract, are published in the following Department manuals:
Roadway Contract
The following additional Specifications and typical drawings, which form part of the
Contract, are available for viewing and/or download from the Department’s web site at
the links shown below:
SPECIAL PROVISIONS
It may be necessary for the Contractor to modify these drawings and/or develop
new drawings to address non-typical situations when developing the Traffic
Accommodation Strategy in accordance with Standard Specifications for
Highway Construction Section 7.1, Traffic Accommodation and Temporary
Signing.
− Typical minimum requirements for highway street lighting devices are included
in the Department manual entitled “Highway Lighting Guide – 2003”.
https://www.alberta.ca/traffic-control-manuals-and-guidelines.aspx
− All other typical plans and drawings are available at the following link:
https://www.alberta.ca/cb-6-highway-standard-plates-active.aspx
Hard copy versions of select manuals are available for purchase from:
Alberta Transportation Telephone: (780) 415-1068
Strategic Procurement Branch
Suite 310, 3rd Floor, Twin Atria Building
4999 – 98 Ave.
Edmonton, AB, T6B 2X3
Bidders are advised that, from time to time, the Department may issue revisions to
existing drawings, and/or may insert drawings into the above mentioned manuals
without re-printing hard-copy editions of the manual. These new and/or revised
drawings will be available on the Department’s web site.
Bidders are further advised that any drawing revisions and/or new drawings that are
posted on the Department’s web site as of five (5) calendar days prior to the date set
for receiving tenders, will apply to this project.
Municipal District Bonnyville No. 87 - 28 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
SPECIAL PROVISIONS
Any standard drawings that are not available on the Department’s web site will be
included in the Contract documents.
The Specification Amendments listed in the following table are contained in the
"General Specifications and Specification Amendments for Highway and Bridge
Construction - Edition 16, 2019". Items that are marked with an "X" apply to the tender
documents and the Contract, and items that are not so marked do not apply. The
Contractor is advised that the applicable Specification Amendments amend the tender
documents and Contract and some contain revisions to the payment clauses for the
Specifications amended.
X AMENDMENTS TO SPECIFICATIONS
DESIGNATION GENERAL DESCRIPTION
SECTION 1 – GENERAL SPECIFICATIONS
X AMC_C125.2 Priority Line Painting for Site Occupancy
AMC_C125.3 Non-Priority Line Painting for Site Occupancy
X AMC_S53.1 Construction Staking and Survey Majority by Contractor
AMC_S53.2 Construction Staking and Survey Majority by Consultant
AMC_S53.3 Construction Staking and Survey for Bridge Construction
X AMC_C230 Diesel Fuel Cost Adjustment
SECTION 3 – SURFACING
X AMC_S116 Tolerances for Surface Finish
AMC_S201 Acceptance Testing for Contracts with Small Quantities (less than 1000
tonnes) of Asphalt Concrete Pavement (ACP)
SECTION 5 - MATERIALS
AMC_S9.4 Supply of Aggregate – Contractor’s Supply with Option
X AMC_S9.5 Supply of Aggregate – Contractor’s Supply with No Option
AMC_S9.6 Supply of Aggregate – Designated Source
AMC_C218 Interim Payment for Supply of Materials
BRIDGE CONSTRUCTION SPECIFICATIONS
AMC_B020 Site Offices for Bridge Structure Construction Not Required
AMC_B219 Course of Construction Insurance is Optional
Contract Information Documents including, but not limited to, geotechnical reports,
miscellaneous documents, and reference drawings that may have been provided to the
Contractor, or made available to the Contractor for viewing during the tender period are
not to be considered part of the tender documents or the Contract.
Municipal District Bonnyville No. 87 - 29 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
SPECIAL PROVISIONS
The Contractor is not entitled to rely upon the factual information or factual data in any
Contract Information Document, nor any opinions or interpretations contained therein.
Contract Information Documents are not to be considered accurate, complete or
appropriate, and they are made available solely for the purpose of providing the Bidder
with access to the information available to the Department.
The “Project Sponsor” are persons, amongst others, authorized by the Department’s to
act on the behalf of any of the Department’s functions under the contract.
Todd Honkala
Municipal District Bonnyville No. 87
Infrastructure Services
Public Works Foreman
Bonnyville, Alberta
61330 RR 455
Bag 1010
Bonnyville, AB T9N 2J7
3.4 CONSULTANT
The scope of work for this project includes, but is not limited to, the following:
− Rubblizing and Obliteration of wearing course (Twp Rd. 630)
− Loading and Hauling of salvageable surface material to the County yard
Municipal District Bonnyville No. 87 - 30 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
SPECIAL PROVISIONS
SPECIAL PROVISIONS
3.7 PARTNERING
The Contractor shall reference the latest edition of the “Partnering Guidelines Manual
for Alberta Transportation Projects” and coordinate his activities with the Consultant
and the Department to implement Partnering on this project. This project will require a
discussion about Partnering led by the Department Staff and will include all parties
working together to develop an Issue Resolution Ladder. The discussion about
partnering and the development of the Issue Resolution Ladder will occur at the Pre-
Construction Meeting. The Issue Resolution Ladder shall be followed when dealing
with issues that arise during this project. The Contractor, Consultant and Department
will all identify their top three concerns regarding the project and bring them to the
Partnering Discussion portion of the Pre-Construction Meeting.
The Contractor is advised that the “Partnering Guidelines Manual for Alberta
Transportation Projects” can be found at the following website address:
http://www.transportation.alberta.ca/Content/docType29/Production/Partnering
Guidelines.pdf
Payment for Contractor Expenses including labour, materials, tools, equipment and
incidentals required to participate in Partnering will be considered incidental to the
contract and no separate or additional payment will be made.
The Contractor is advised that this Contract includes provision for diesel fuel cost
adjustment in accordance with Specification Amendment AMC_C230, Diesel Fuel Cost
Adjustment.
For this Contract, the specified Base Price Index (BPI) for diesel fuel will be 49.85 (June
2020).
3.9.1 General
The Contractor's attention is drawn to Section 1.2.15, Safeguarding Utility and Railway
Installations, of the General Specifications.
Additional specific requirements for work in the vicinity of utilities and coordination with
the owners and/or operators are listed under the particular utility. Utility adjustments
are not anticipated for this project.
Municipal District Bonnyville No. 87 - 32 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
SPECIAL PROVISIONS
The known utility companies, owners and operators and their representatives are as
follows:
Schedule A - Bonnyville MD87 ACP and Other Work – Twp Rd. 630
Husky
Address : PO Box 6525 Stn D, 707 - 8 Ave SW Calgary AB T2P 3G7
Business Associate Code : 0R46
SPECIAL PROVISIONS
In those areas where it is not immediately feasible to relocate the buried cable to the
final location, they propose to temporarily place a cable along the right-of-way
boundary and bury it upon completion of grading operations.
The Contractor shall maintain close liaison with Telus and schedule His operations
accordingly.
Telus will require a minimum of 6 weeks advance notice prior to commencing work.
3.10.1 General
The Contractor shall ensure effective implementation of his Environmental Construction
Operations (ECO) Plan by meeting the requirements of Subsection 1.2.16,
Environmental Management, of General Specification 1.2, by training staff and sub-
contractors, assigning responsibilities, incorporating procedures and by regular
reporting at project meetings. On a daily basis the Contractor shall inspect and record
condition of environmental measures proposed in his ECO Plan and these records shall
be forwarded to the Consultant on a weekly basis. Any deficiencies shall be rectified as
they are discovered.
Should site conditions change and the Contractor foresees difficulties in meeting the
tender special provisions and conditions of their ECO Plan or an event occurs that
breaches these it is the Contractor’s responsibility to inform the Consultant as soon as
possible and to react to be in compliance.
The Contractor is advised that no deleterious substances (including but not limited to
sediment, debris, petroleum products) shall be allowed to enter any body of water
whether flowing or static. Refueling, hazardous material storage areas shall be at
minimum 100m from any water body. Construction equipment shall not travel outside
of the highway right of way or temporary field authorization limits until the Contractor
has written permission from the registered land owner and/or Public Lands and
specifically authorized by the Consultant. Vegetation clearing should be avoided and
work on native prairie areas shall be avoided.
Following construction any disturbed areas shall be re-contoured, top-soiled and
seeded. Erosion and sediment control (ESC) devices shall remain in place until the
Municipal District Bonnyville No. 87 - 34 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
SPECIAL PROVISIONS
vegetation has been fully established. The inclusion of permanent erosion control
measures in this tender does not in any way relieve the Contractor of his responsibilities
under General Specification 1.2.16.
All costs associated with adhering to the requirements of the applicable environmental
regulations including, but not limited to, sediment monitoring programs and control
measures, scheduling constraints and re-planting and re-seeding of disturbed areas,
will be considered incidental to the Work, and no separate or additional payment will be
made.
SPECIAL PROVISIONS
3.10.4 Burning
Burning will not be permitted under this Contract.
SPECIAL PROVISIONS
appropriate governing body, it may be necessary for the Department to issue further
instructions regarding the documentation of these resources.
3.11.1 General
Clubroot, caused by Plasmodiophora brassicae, is a serious disease of cruciferous
crops (i.e. mustards, canola, etc.) which can result in reduced to severe yield losses.
Clubroot was declared a pest under Alberta's Agricultural Pests Act in April 2007.
Enforcement of the Act is the responsibility of the Agricultural Service Board located in
each municipality.
The Contractor shall carry out his operations in accordance with the following
Provisions and the Best Management Practices outlined in the Alberta Clubroot
Management Plan which is available on-line at the following location:
http://www1.agric.gov.ab.ca/$Department/deptdocs.nsf/all/agdex11519
The Contractor shall supply aggregate material which may be required for this project.
The Work shall be performed in accordance with Section 5.2 of the Standard
Specifications for Highway Construction.
The Contractor shall supply all borrow material which may be required for this project.
The Work shall be performed in accordance with Section 2.3 of the Standard
Specifications for Highway Construction.
Before doing any work on any borrow site to ascertain the operation and reclamation
requirements for obtaining borrow from that location. Before doing any work on any
borrow site to ascertain the potential for Archaeological, Paleontological and Historical
Resources prior to obtaining borrow from that location.
Municipal District Bonnyville No. 87 - 37 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
SPECIAL PROVISIONS
The Contractor shall supply copies of the approvals and clearance to the Consultant
before commencing this work.
The Contractor is advised that it may take more than 6 weeks to obtain the above
approvals and clearances.
The Contractor shall supply and install Construction Advisory signs advising the public
of the impending construction activities.
The exact installation locations will be designated on site by the Consultant. Signs shall
be installed a minimum of 2 weeks prior to the anticipated commencement of the Work.
The signs shall display the following message:
Road Construction
CONSTRUCTION
NEXT XX KM
Date TO Date
EXPECT DELAYS
Signs shall be fabricated as shown on Standard Drawing WD-201 using 3/4" plywood
backing material, and installed using wooden posts.
The Contractor shall revise the dates on the advisory signs as required based on any
changes to the construction schedule.
Payment for advisory signs will be made at the unit price bid per sign for “Construction
Advisory Sign”, and will be full compensation for sign fabrication; the supply and
installation of sign posts; sign installation and maintenance; removal and disposal of
the signs at construction completion; and all labour, materials, equipment, tools and
incidentals necessary to complete the Work to the satisfaction of the Consultant.
SPECIAL PROVISIONS
As a guide for developing his Traffic Accommodation Strategy the Contractor may refer
to Drawing No. TCS-B-2.1A contained in the Traffic Accommodation in Work Zones
Manual.
The Contractor shall provide traffic accommodation services as required for the
Consultant’s segregation inspections.
Provision of traffic accommodation services will be considered incidental to the work
and no separate or additional payment will be made.
In locations where rubblized surface materials are found to be both of acceptable quality
and acceptable depth, and at the directed by the Consultant, the Contractor is
responsible to isolate, gather and load and haul and unload selected material at the
Municipal District Of Bonnyville No 87-Transportation and Utilities Office material
storage yard located at the Jct of Highway 630 and Range Road 55. The Contractor
shall load the selected material in a manner which ensures the salvaged granular
rubblized material is free of deleterious or unsuitable materials.
Payment for this work will be made at the unit price bid for "Common Excavation
(Salvaged rubberized surface material incl Haul) ". The price bid will be considered full
compensation for all labour, materials, equipment, tools and incidentals necessary to
complete the Work to the satisfaction of the Consultant. Additionally, the Contractor will
be required to provide all labour, materials, equipment at the designated storage site
for the purposes of unloading and piling of salvaged material at the direction of the
County. The cost of hauling material from the location the material is loaded to the
designated storage site shall be considered incidental to the work.
Payment for all loading, hauling and unloading and piling shall paid at the applicable
unit price bid item.
SPECIAL PROVISIONS
After the subgrade has been approved by the Consultant, the Contractor shall place a
layer of Nilex 4545 non-woven geotextile, or approved equal, on the subgrade surface,
and / or a layer of Tensar BX1200 biaxial geogrid or approved equal. Geotextile and
geogrid shall be placed according to the manufacturer’s printed instructions.
Final payment will be made on the basis of actual measured quantities and paid at the
applicable unit price bid.
Contractor shall modify the edge of pavement side slope along sections of Twp Rd 630
and 475A to achieve the final design road widths. The areas requiring improvements
will be selected by the Consultant. Additional to general road subgrade widening the
accesses at the Junction of Range Road 442 (South), 443 (North), 443 (South) and
444A (South) and Twp Rd 630 shall be upgraded to Type 1 (R15) geometric standards
as detailed in the Contact Plans.
Modified side slopes will be conducted to locations where the edge of pavement is shy
of the 4H:1 (or 5H:1 as directed by Consultant) intercept of side slope as detailed in the
Contact Plans.
SPECIAL PROVISIONS
All grading Work shall be done in accordance with Section 3.2 Grading. The paving
Work shall be performed in accordance with Specification Section 3.50, Asphalt
Concrete Pavement - EPS, of the Standard Specifications for Highway Construction.
Shoulder Fillet Repairs and Grade Widening will be measured in lineal metres of
structure cut.
Payment for this work will be made at the unit price bid for " Slope Improvement (Edge
Fillets, Widening)". The price bid will be considered full compensation for all labour,
materials, equipment, tools and incidentals necessary to complete the Work to the
satisfaction of the Consultant.
Payment for cutting of pavement, granular base course, signage, asphalt concrete
pavement will be measured and paid at the applicable unit price bid item.
Municipal District Bonnyville No. 87 - 41 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
SPECIAL PROVISIONS
Ditches and/pr vegetative swale exists along the length of the project limits at both
project sites. For locations details in the Contract Plans the Contractor shall, by means
of channel excavation, remove and correct low sags and localized high points in
existing ditch alignments and grade lines.
12+055 12+315 LT Removal of a sag and crest in the existing ditch grade line
Any channel excavation Work shall be done in accordance with Section 3.2 Grading.
Final payment will be made on the basis of actual measured quantities and paid will be
made at the unit price bid for "Channel Excavation".
3.20.1 General
There are three existing accesses which are candidates for removal or removal and
relocation between Sta. 10+500 and Sta. 10+703 on the left side of Twp Rd. 630. The
Contractor is advised that the following quantities are approximate and are provided for
information purposes only. The Contractor shall have no claim against the Department
resulting from any deviations from these quantities or distribution of quantities.
Municipal District Bonnyville No. 87 - 42 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
SPECIAL PROVISIONS
TWP. RD 630
Culvert Work
Construction
Removal
Access
Access
Action/ Remove & Supply and Install
Sta. Location CSP (m)
Remarks Dispose
< 700 mm dia.
(m) 500 mm dia.
Arrangements for some access improvements have not yet been made with
landowners. The above noted accesses identified for removal and identified for new
access construction shall be verified with Alberta Transportation post tender award.
The Contractor shall have no claim against the Department for the deletion of access
removals.
The Contractor shall saw-cut the existing pavement to prevent the disturbance of the
paved shoulder during the removal of the approach.
Prior to any approach excavation, the Contractor shall strip the affected sideslopes and
ditches of all vegetation and topsoil. Topsoil shall be windrowed or placed aside in
stockpile. The existing approach shall be excavated in order to remove the
embankment and culvert. The embankment material, including asphaltic materials, and
culverts shall be loaded, hauled and disposed of at a suitable disposal site provided by
the Contractor to the satisfaction of the Consultant. The Contractor shall flatten and
shape the area to match the surrounding elevations and grades with uniform slopes.
Upon completion of the grading work, the Contractor shall uniformly redistribute the
topsoil on the finished sideslopes, ditches and other disturbed areas. All disturbed
topsoil areas shall be re-seeded in accordance with the provision contained in this
document.
SPECIAL PROVISIONS
The Contractor shall denude the existing slopes and ditch bottom of all vegetation and
topsoil and windrow or stockpile topsoil material prior to culvert installation and/or fill
placement. Fill material required shall be supplied by the Contractor from a source of
his own choosing. Before using borrow material, the material from approach removals
maybe considered. All sources shall be approved by the Consultant as suitable for
embankment construction before being incorporated in to Work.
Culvert Work shall be performed in accordance with Section 2.4 of the Standard
Specifications for Highway Construction and as directed by the Consultant. Culverts
shall be installed at locations and grades approved by the Consultant and ensure
positive drainage, maintaining existing drainage patterns.
The Contractor shall haul, place and compact the fill material, finish the surface and
trim the slopes. The windrowed or stockpiled topsoil material shall be uniformly
redistributed on the finished slopes and all disturbed areas re-seeded to grass. Upon
approval of the consultant, the Contractor shall place and spread gravel surfacing
material on each approach surface.
3.20.4 Range Road 442 (South), 443 (North), 443 (South) and 444A (South)
Contractor shall replace the damaged culvert end(s) located at the Range Road 442
(South), 443 (North), 443 (South) and 444A (South Range Road 270 accesses. All
Work related to culvert removal and disposal including all excavation, any channel
excavation shall be considered incidental to the Work. Offsite disposal shall be
considered incidental to the culvert repair Work.
3.20.5 Payment
Payment for access removals will be made at the unit price bid per unit for " Misc.
Access Work - Removals”. The payment will be full compensation for excavation, , and
all materials, labour, equipment, tools and incidentals necessary to complete the Work
to the satisfaction of the Consultant.
Payment for access construction, including realignment or relocation, will be made at
the unit price bid per unit for " Misc. Access Work - Construction". The payment will be
full compensation for excavation and all materials, labour, equipment, tools and
incidentals necessary to complete the Work to the satisfaction of the Consultant.
Installation of culverts will be measured and paid at the applicable unit price bid item.
Gravel Surfacing will be measured and paid at the applicable unit price bid item. Cutting
of Pavement will be measured and paid at the applicable unit price bid item.
Municipal District Bonnyville No. 87 - 44 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
SPECIAL PROVISIONS
The Contractor shall place Gravel Surfacing transitions from the surface of the ACP
construction at the following locations, as detailed in the standard drawings, and as
directed by the Consultant. All work shall be performed in accordance with Section 3.3
Gravel Surfacing of the Standard Specifications for Highway Construction and as
directed by the Consultant.
TWP. RD 630
Description Gravel Surfacing - Des. 4 Cl. 25 Tonnes (t)
Field Approaches (7 Locations) 200
Farm Approaches (6 Locations) 175
Utility Access (2 Locations) 20
Contingency 50
The transitions shall be "feathered-out" at a slope of 20H:1V from the edge of the
existing approach road ACP to provide a smooth slope to the existing gravel surface
and to provide safe passage of traffic at the completion of the work.
3.22 FENCING
All fence designated as remove and dispose, shall become the property of the
Contractor and shall be disposed of to the satisfaction of the Consultant.
3.23 SEEDING
All topsoil areas disturbed by the Contractor's operations shall be re-seeded using
broadcast seeding. The work shall be in accordance with Section 2.20 of the Standard
Specifications for Highway Construction.
The seed mix supplied by the Contractor shall have the following characteristics:
SPECIAL PROVISIONS
Township Road 630 has single lane maintenance patches and coldmix overlays. Prior
to placing the full width ACP overlay, the Contractor shall place pre-overlay ACP
patches to match the existing maintenance ACP thin overlay patches at the centreline
where they exist in one lane only. The repair locations will be determined based on the
finding of the joint site investigation between the Consultant and the Contractor prior to
paving operations.
Payment will be made at the unit price bid for “Asphalt Concrete Pavement - EPS, Mix
Type M1” in accordance with Section 3.50, Asphalt Concrete Pavement - EPS, of the
Standard Specifications for Highway Construction.
Asphalt Concrete Pavement shall be performed in accordance with Section 3.50 of the
Standard Specifications for Highway Construction and Specification Amendments.
The Contractor is advised that the following quantities are approximate and are
provided for information purposes only. The Contractor shall have no claim against the
Department resulting from any deviations from these quantities. Refer to the Typical
Sections provided in the Contract Plans.
The Contractor shall supply and apply center line highway paint as directed by the
Consultant for Twp Rd 630. Passing lane indicators shall be placed at locations
identified by the consultant.
The Contractor shall supply and install flexible guideposts locations as directed by the
Consultant. Contractor must take necessary measures to protect existing guideposts.
SPECIAL PROVISIONS
Quantities are based on design estimates and are provided for information purposes
only and shall not be construed to restrict the Department's action relative to revision.
Final payment will be made on the basis of actual measured quantities of the work as
completed.
3.28.1 General
Contrary to the requirements of Specification 3.50, Asphalt Concrete Pavement - EPS,
of the Standard Specifications for Highway Construction, testing and evaluation of the
finished pavement surface for smoothness shall be carried out using International
Roughness Index (IRI) criteria.
Using a high speed Inertial Profiler (IP), the Contractor shall carry out this work in
accordance with the following Provisions and as directed by the Consultant.
Smoothness testing shall be carried out by firms which are currently pre-qualified by
the Department in the category of QA Pavement Smoothness - Inertial Profiler.
Unless previously approved by the Consultant, smoothness testing shall be carried out
only in the presence of the Consultant at a mutually agreed upon schedule.
Smoothness tests carried out without the Consultant present shall be re-done by the
Contractor at his expense.
The smoothness evaluation shall consist of an assessment for Ride Quality and an
assessment for Areas of Localized Roughness (ALR).
The Contractor shall use the most recent version of the FHWA Profile Viewing and
Analysis software program (ProVAL) to conduct a profile analysis to determine Ride
Quality and ALR. The ProVAL software and user's guide is downloadable, free of
charge, from www.roadprofile.com.
IRI values shall be reported in units of m/km and expressed to the nearest 0.01 m/km
using conventional rounding procedures.
The Ride Quality assessment shall be on a 0.1 km sublot basis and shall use the Mean
IRI (MIRI) as being the average of the left and right wheel path IRI values. The Ride
Quality module in ProVAL is located within the Analysis tab.
Assessment for ALR will be completed using the short continuous analysis within the
Smoothness Assurance module of ProVAL. Analysis will involve a continuous IRI
calculation in the right wheel path only using a moving base-length of 7.62 m.
SPECIAL PROVISIONS
3.28.3.1 General
Inertial profiler testing and smoothness assessment shall be carried out on all main
alignment lanes, interchange ramps, passing, climbing, and deceleration and
acceleration lanes subject to the following exclusions.
The following main alignment lanes shall be tested and profiles analyzed but are
excluded from bonus/penalty assessments for Ride Quality and ALR:
SPECIAL PROVISIONS
Areas excluded from profile testing may be evaluated by the Consultant using a 3.0 m
straightedge placed in any direction and at any location within the travel lane.
Pavement surfaces shall show no variation greater than 6.0 mm from the edge of the
3.0 m straightedge, excluding deviations due to crown breaks at locations shown on
the Drawings.
Sublots that are less than 100 m but greater than 50 m in length, will be assessed for
Ride Quality on a pro-rated basis. Sublots that are 50 m or less in length will not be
assessed for Ride Quality but will be assessed for ALR.
Prior to testing, the Contractor shall obtain the kilometre limits for testing, including
limits for the excluded testing and assessment areas as described herein, from the
Consultant.
The profiler operator shall operate the IP within the optimum speed range as
recommended by the Manufacturer. The IP shall be operated in the direction of traffic
only. Longitudinal profiles shall be measured within the left and right wheel paths of
the lane. Each lane shall be tested and evaluated separately.
Each pass shall be carried out in an uninterrupted, continuous run; and shall include
areas excluded for smoothness assessment. Notwithstanding this requirement, the
Contractor may test portions of the work completed prior to the full project completion.
The profiler operator will be permitted to make up to three individual passes, and will
be allowed to choose which single pass is submitted and used for smoothness
acceptance and assessment purposes.
Sublots and the assessment for Ride Quality and ALR shall begin 10 m onto the new
ACP and end 10 m before the end of the new ACP.
Sublots or ALR identified as reject shall be jointly inspected by the Consultant and
Contractor prior to undertaking remedial work.
Smoothness testing and profile analysis of intermediate lifts will not be required, but
may be completed by the Contractor if desired. Payment assessments for sublot Ride
Municipal District Bonnyville No. 87 - 49 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
SPECIAL PROVISIONS
Quality and ALR will not apply to intermediate lifts. No payment will be made for
smoothness testing of intermediate lifts carried out by the Contractor.
The inputs for the Ride Quality analyses shall include the Fixed Interval option with a
base line length of 100 m (0.1 km) and shall include both wheel paths. All analyses
shall apply the 250 mm filter. The Ride Quality report shall be generated in .pdf format
by the ProVAL software.
The Contractor shall identify ALR using the Smoothness Assurance analysis by
calculating the IRI with a continuous short interval of 7.62 m using the right wheel path
profile with the 250 mm filter selected and an IRI limiting value of 2.75 m/km. A
Continuous Short Interval report shall be provided for each lane listing the km limits and
length for all ALR in excess of the limiting IRI. Portions of ALR which are to be excluded
from assessment as noted herein shall be reported, but clearly identified as being
excluded areas.
Profiler re-testing shall be completed following repairs for rejected sublots or corrective
work done on ALR. The Contractor shall submit the final ProVAL reports for Ride
Quality and Smoothness Assurance, as applicable, and the Smoothness Summary
Spreadsheet to the Consultant within five days of completing the repairs. An electronic
copy of the raw unfiltered profile data shall also be provided for the re-tested areas.
Municipal District Bonnyville No. 87 - 50 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
SPECIAL PROVISIONS
- Contract number.
- Highway number and control section.
- Contractor name.
- IP operator
- Smoothness testing firm name.
- Lane number and direction.
IRI data for Ride Quality shall be reported for each wheel path on a 0.1 km basis.
Sublots and ALR which are to be excluded for assessment shall be identified as such
in the Excluded Areas column, with remarks provided in the Comments section detailing
the reason(s) for exclusion.
Sublots identified as reject and/or Individual sites of ALR may be accepted by the
Consultant at his discretion after driving these areas to evaluate the ride.
When repairs for rejected sublots and ALR are required, they shall be in accordance
with Subsection 3.50.6.2, End Product Acceptance, of Standard Specification 3.50,
Asphalt Concrete Pavement - EPS. Upon approval by the Consultant, corrective work
may be carried out using a surface diamond grinding device consisting of multiple
diamond blades. When directed by the Consultant, pavement surfaces that have been
diamond ground shall be fog coated. All costs associated with the supply and
application of fog coat, if required, will be considered incidental to the Work, and no
separate or additional payment will be made.
All sublots with repaired areas shall be re-tested and profile analyzed by the Contractor.
The results of the re-tested sublots shall be included in the ProVAL Summary Reports
and Smoothness Summary spreadsheet provided to the Consultant.
3.28.7.1 General
Pavement smoothness will be assessed using MIRI criteria for Ride Quality and IRI
criteria for Areas of Localized Roughness in accordance with the following.
Municipal District Bonnyville No. 87 - 51 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
SPECIAL PROVISIONS
Ride Quality and ALR will be assessed based upon the type of construction as follows.
Table 3.50 C2
TYPE OF CONSTRUCTION FOR SMOOTHNESS ASSESSMENTS
TYPE OF CONSTRUCTION TABLE 3.50 C1 ASSESSMENT
COLUMN
Mill and inlay of entire lane; followed with one or more paver laid SI
lifts greater than or equal to 45 mm
All pavement with a posted speed limit less than 70 km/hr ALR assessment only (S II)
SPECIAL PROVISIONS
3.28.9 Payment
In the event that third party testing is required, costs associated with this testing will be
assigned in accordance with the following:
Municipal District Bonnyville No. 87 - 53 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
SPECIAL PROVISIONS
- If the results from this testing match more closely to the verification test results
obtained by the Department, the Contractor will be invoiced for all costs
associated with the third party testing.
- If the results from this testing match more closely to the original test results
obtained by the Contractor, the Department will assume all costs associated with the
third party testing
3.29.1 General
The Department is continuing and has revised the inter-laboratory repeatability for
certain asphalt mix design related tests. Testing described within this special provision
is to be provided by the Contractor for information gathering purposes and is not
intended to be part of the Consultant’s current mix design review process.
Other laboratory verification testing as outlined in specification 3.50.3.3 or 3.53.3.3
Verification of Mix Design, if requested by the Consultant, is not covered by this special
provision.
3.29.2 Procedure
The independent laboratory shall be chosen by the Contractor and shall have obtained
pre-qualification status from Alberta Transportation in the category of Mix Design –
Marshall, and shall not be involved in preparation of the asphalt mix design.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
3.29.4 Payment
The Contractor shall be responsible for all costs associated with independent laboratory
testing including all sample collection, preparation and transportation; lab testing; report
preparation and any extra costs associated with the preparation of the mix design.
Payment for all materials, testing and reporting as specified in this special provision
shall be at the lump sum bid for “Inter-Laboratory Repeatability Testing”.
Municipal District Bonnyville No. 87 - 56 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
SPECIFICATION AMENDMENTS
4. SPECIFICATION AMENDMENTS
The first five paragraphs of Subsection 1.2.5.2, Safety Prequalification, are replaced
with the following:
Contracts will only be awarded to Bidders who, prior to the time fixed for
receiving tenders, possess a valid Certificate of Recognition (COR) or a valid
Temporary Letter of Certification (TLC) for a standard COR, or a COR
Equivalency Letter (COREL) for out of province Bidders, as issued by the
Alberta Construction Safety Association (ACSA) or another certifying partner
authorized by the Alberta Ministry of Labour to issue CORs, TLCs or CORELs.
The COR, TLC or COREL must be relevant to the work. Possession of a
Certificate of Recognition other than a standard COR, TCL or COREL, such as
a Small Employer Certificate of Recognition (SECOR) is not acceptable.
SPECIFICATION AMENDMENTS
ii) Table 3.2.3.2 (A), Test Methods Used to Determine Material Characteristics,
contained in Subsection 3.2.3.2.2, Test Methods, of Subsection 3.2.3.2, Quality
Control, of Section 3.2.3, PRODUCTION, is replaced in their entirety with the
following:
Municipal District Bonnyville No. 87 - 58 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
SPECIFICATION AMENDMENTS
TABLE 3.2.3.2(A)
Test Methods Used to Determine Material Characteristics
TESTS STANDARD
Sieve Analysis, 80 000 m Minus, Part II - Pit-Run Contamination, - 5 000 m Sieve ATT-25, Part II
Analysis
Determining the Liquid Limit of Soils AASHTO T 89
Note: In all Test Methods used as reference in this specification, metric sieves as
specified in Canadian General Standards Board specification 8-GP-2M shall
be substituted for any other specified wire cloth sieves in accordance with
Table 3.2.3.2 (B).
iii) Table 3.2.3.2 (C), Quality Control Testing of Aggregates, contained in
Subsection 3.2.3.2.3, Quality Control Testing, of Subsection 3.2.3.2, Quality
Control, of Section 3.2.3, PRODUCTION, is replaced in their entirety with the
following:
Municipal District Bonnyville No. 87 - 59 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
SPECIFICATION AMENDMENTS
TABLE 3.2.3.2(C)
Quality Control Testing of Aggregates
SIEVE ANALYSIS
Crushed Aggregate
Des. 1 and 2
Des. 3 (Class 12.5 & 16) ATT-25 or Minimum Frequency not Specified One per
ATT-26 1000 tonnes production
4 and 5 and 9
Determining Pit-Run Contamination of
One per 12 hours of plant production.
Des. 1 (coarse fraction of Mix Types H1 &
H2) and Extra Manufactured
Fines aggregates. ATT-25,
Blend Sand Part II Minimum Frequency not Specified
Extra Manufactured Fines Minimum Frequency not Specified
ATT-26 One per 8 hours of wash plant production
Chips (Des. 3 Class 12.5AW & 12.5BW)
ATT-26
FLAKINESS INDEX (DES. 3 CLASS 12.5AW & ATT-49 One per source
12.5BW)
DETRIMENTAL MATTER IN COARSE TLT-107 Minimum of one for first 5 000 tonnes. (1)
AGGREGATE
(Paving Aggregates, Coarse Fraction, +5000)
The Consultant may require an increase in the frequency of any quality control test which has a specified minimum
frequency. The Contractor shall arrange and pay for any additional tests required by the Consultant.
Municipal District Bonnyville No. 87 - 60 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
SPECIFICATION AMENDMENTS
(1)
Additional tests at rate of one per 10 000 tonnes if first test indicates deleterious material
is ≥ 4%. (Reported on line E of Form MAT 5-730/94)
(i) The contents of Subsection 3.50.3.2, Requirements for Mix Design, are
replaced in their entirety with the following:
Asphalt mix designs shall follow the Marshall method of Mix Design as described
in design procedure TLT-301. The mix design, at the Design Asphalt Content,
shall meet the requirements shown in Table 3.50.3.2 for the Asphalt Concrete
Mix Type specified, and the following.
Mixes, both untreated and treated with an anti-strip additive, shall be evaluated
for moisture susceptibility in accordance with AASHTO test procedure T-283,
Resistance of Compacted Bituminous Mixture to Moisture Induced Damage,
using either gyratory or Marshall compacted specimens. All specimens shall be
formed using the same procedure. For projects with more than one mix type
Municipal District Bonnyville No. 87 - 61 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
SPECIFICATION AMENDMENTS
using the same aggregate source and asphalt supplier the Contractor shall
complete the AASHTO T-283 testing, as a minimum, using the mix type with the
largest contract tonnage. All mix design submissions shall include the test results
as outlined in test procedure T-283, including the visual estimate of the degree of
moisture damage.
All asphalt mixes shall be treated with a liquid anti-strip additive regardless of test
results reported for evaluation of moisture susceptibility on the untreated mixture.
The minimum dosage rate is based upon the supplier’s recommendation and
shall be 0.3% for Group A anti-strip additives and 0.05% for Group B additive
products as identified on the Alberta Transportation Products List. Dosage rates
greater than 0.5% by weight of virgin binder will only be allowed if the Contractor
completes rheology testing using the AASHTO R 29 Standard Practice for
Grading or Verifying the Performance Grade (PG) of an Asphalt Binder to confirm
that the treated virgin binder meets the specified PG criteria. Dosage rates are by
weight of virgin asphalt binder.
The treated mix will be considered suitable for mix production if the TSR value is
60% or higher, and is improved over the untreated TSR value. If the TSR value
for the treated mix is less than 60% or less than the untreated TSR value, the mix
will be considered unsuitable and shall not be used for mix production.
Liquid anti-strip additives acceptable for use are listed on the Alberta
Transportation Products List. Liquid anti-strip additives which do not increase the
TSR value when compared to the untreated mix shall not be used. Warm Mix
Asphalt (WMA) chemical products that display anti-stripping characteristics and
are listed on the Alberta Transportation Products List will be treated as a liquid
anti-strip additive for payment purposes.
The Contractor shall include the following information with the mix design
submission:
- Full details on the type of liquid anti-strip additive proposed for use;
including product name, manufacturer and supplier
- Additive rate
- TSR values for the treated and untreated mixes
- The proposed method for incorporating the additive into the plant
produced mix.
- When the liquid anti-strip is not added by the asphalt supplier, the
Contractor shall provide documentation from the asphalt binder supplier
that the proposed anti-strip additive is compatible with the asphalt crude
source and grade contained in the mix design when added within the
dosage range recommended by the additive supplier.
Municipal District Bonnyville No. 87 - 62 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
SPECIFICATION AMENDMENTS
In lieu of using a liquid anti-strip additive, the Contractor may use hydrated lime
at an additive rate of 1.4% by weight of dry aggregate. Hydrated lime shall meet
the requirements of AASHTO M303 Lime for Asphalt Mixtures. If elected for use,
the Contractor shall include details of his proposed procedure for uniformly
incorporating hydrated lime into the asphalt mix as part of the mix design
submission.
The Contractor shall supply the Consultant with copies of all invoices or bills of
lading for asphalt mix treated by the supplier, or for anti-strip additive or lime
added by the Contractor.
All costs associated with the supply and incorporation of liquid anti-strip additive
or hydrated lime into the asphalt concrete pavement mix, regardless of whether
the additives are incorporated by the asphalt supplier or the Contractor, shall be
included in the unit prices bid for “Asphalt Concrete Pavement – EPS” for the
applicable asphalt Mix Type. No separate or additional payment will be made.
(ii) The following is added after the last paragraph of Subsection 3.50.5.1.2, Mixing
Plant:
When liquid anti-strip additive is added to the asphalt cement at the mixing plant,
the additive shall be introduced through a separate, calibrated pumping and
metering system electronically interlocked with the operating controls of the
mixing plant. The Contractor shall have a procedure in-place enabling the safe
sampling of treated asphalt including, where practicable, an in-line valve and
sampling system.
When hydrated lime is used, the feed system shall be calibrated to provide a
consistent and accurate feed of dry hydrated lime into the mixing plant prior to
the asphalt cement injection point. The feed system shall be synchronized to the
rate of aggregate feed, and shall be electronically interlocked with the operating
controls of the mixing plant. Other methods of incorporating lime into the
aggregate feed or stockpile will be subject to approval by the Consultant prior to
implementation.
The Contractor shall have monitoring procedures in-place to provide daily “bulk”
measurements of all materials used; including anti-strip and warm mix additives, as
applicable, to verify that usage quantities match targeted values. The Contractor shall
provide daily bulk quantity checks to the Consultant as part of the QC inspection
reports.
Municipal District Bonnyville No. 87 - 63 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
SPECIFICATION AMENDMENTS
The table contained in Subsection 3.50.3.2, Requirements for Mix Design, is revised
as follows:
a) Mix Type H1 row is replaced with the following:
3.5 4
95 (one 2.0 to
H1 12.5 75 12 000 75 Note 3 65-75
face) 90 3.5
13.5 14
On areas where the grading has been approved as acceptable and, in the opinion of
the Consultant, the condition of the subgrade has subsequently deteriorated, the
Consultant may direct that additional subgrade preparation work be carried out prior to
Municipal District Bonnyville No. 87 - 64 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
SPECIFICATION AMENDMENTS
the application of base or surfacing materials. No additional Payment will be made for
the Work in areas requiring additional subgrade preparation after initial grading has
been approved.
All costs associated with minor leveling, removing ruts and/or blading of the subgrade
surface required between the time of grading and the base or surfacing work will be
considered incidental, and no separate or additional payment will be made. Produced
Sand (oilfield waste sand) or any other contaminated soils as defined in Provincial
Legislation are prohibited from use as a stand-alone or component material in any or
all phases of construction on Alberta Transportation projects including grading, base
course, paving and bridge work.
“Each lift shall be compacted to an average of 100.0% of the applicable Control Density
with no single test less than 97% of the applicable Control Density. Frequency of testing
is outlined in ATT 58.
SPECIFICATION AMENDMENTS
• The test temperature for creep stiffness and direct tension shall be
-27oC.
• Dynamic Shear criteria on the PAV residue shall be met at a
temperature of 17.5°C or lower.
SPECIFICATION AMENDMENTS
350 Multiple Stress Creep Recovery (MSCR) Test of Asphalt Binder Using a Dynamic
Shear Rheometer. The minimum R3.2@58϶C value for selected grades shall be as
outlined in Table 5.7.2.1
Table 5.7.2.1
ELASTIC RECOVERY REQUIREMENTS
PGAC Grade Minimum R3.2@58°c
SPECIFICATION AMENDMENTS
iii) The last paragraph of Subsection 5.7.4, ACCEPTANCE, is replaced with the
following:
Asphalt materials which pass AASHTO M 320 specifications and
minimum average percent recovery from Table 5.7.2.1, yet fail to meet
the low temperature quality stipulations outlined in Subsection 5.7.2,
Materials, will be accepted; however, products from approved
suppliers with a history of frequent test results indicating non-
compliance to these quality stipulations, as determined by the
Department, will be removed from the Products list.
SPECIFICATION AMENDMENTS
SPECIFICATION AMENDMENTS
NOTES:
- In all test methods used as reference in this specification, metric sieves as specified in
Canadian General Standards Board Specification 8-GP-2M shall be substituted for any other
specified wire cloth sieves in accordance with Specification 3.2, Aggregate Production and
Stockpiling.
- In all cases the latest amendment or revision current at the closing date of the Tender
is implied when reference is made to one of the above standards in the Specification.
Inspection ATT-16
(2)
SAMPLES
AASHTO T164,
T287 or ATT-12 or
Mix Asphalt Content
(2)
AT-74
Municipal District Bonnyville No. 87 - 70 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
SPECIFICATION AMENDMENTS
Segregation Rating
Pavement Segregation Each
Manual Lot
(2)
Field Formed Marshall Briquettes ATT-13
(2)
Density Immersion Method, Saturated Surface Dry ATT-7
(2), (3)
Void Calculations, Cores or Formed Specimens ATT-36
See Special
Pavement Smoothness using IRI Criteria
Travel lanes of all top lift paving
Provisions
SPECIFICATION AMENDMENTS
Canadian Standards
Association (CSA):
SPECIFICATION AMENDMENTS
ii) The first paragraph of Subsection 5.25.3, MATERIALS, is replaced with the
following:
The Contractor shall supply all materials necessary to complete the
Work. All materials shall be new; previously used materials will be
rejected.
SPECIFICATION AMENDMENTS
The payment rates shown in Clause (ii) of Subsection 3.2.4.2, Interim Crushing,
Hauling and Stockpiling, of Section 3.2.4, MEASUREMENT AND PAYMENT, are
replaced in their entirety with the following:
SPECIFICATION AMENDMENTS
7.1.14.1 Infractions
SPECIFICATION AMENDMENTS
SPECIFICATION AMENDMENTS
SPECIFICATION AMENDMENTS
SPECIFICATION AMENDMENTS
SPECIFICATION AMENDMENTS
SPECIFICATION AMENDMENTS
a. within 14 days of the receipt of the Level 1 Notice, the Level 1 reviewer
will provide a written acknowledgement of receipt of the Level 1 Notice
to the Contractor;
b. the Level 1 reviewer shall commence review of the claim as soon as
possible and will meet with the Contractor within a period of 30 days
from the receipt of the Level 1 Notice. During this meeting, the Level 1
reviewer and the Contractor will start the process of negotiating and
entering into a claim review process agreement for the Claim (the “CRP
Agreement”) addressing the schedule for the review, the process for
the review (including participants), the date for providing the Level 1
reviewer’s decision, and the date for providing the Level 2 reviewer’s
decision;
c. the Contractor shall provide any additional information as set out in the
CRP Agreement and as may be further required by the Level 1 reviewer;
d. the Level 1 reviewer shall provide the Contractor with the Level 1
reviewer’s decision (the “Level 1 Decision”) by the date set out in the
CRP Agreement;
e. if the Contractor is not satisfied with the Level 1 Decision, the Contractor
may by the date set out in the CRP Agreement give the Regional
Director (as set out in the Contract) written notice (the “Level 2 Notice”)
that the Contractor is elevating the Claim to the Level 2 review and
setting out the aspects of the Level 1 Decision that the Contractor takes
issue with and why (failure by the Contractor to provide the Level 2
Notice in such manner shall be deemed by the Department to be an
abandonment of the Claims Review Process for Contractor Claims [as
set out in Section 1.2.57.1], unless otherwise agreed to in writing by the
Department).
Level 2 Review by Regional Director
f. within 14 days of the receipt of the Level 2 Notice, the Level 2 reviewer
will provide a written acknowledgement of receipt of the Level 2 Notice
to the Contractor;
g. the Level 2 reviewer shall commence and complete review of the claim
in accordance with the CRP Agreement;
h. if the Level 2 Notice includes new items or issues that were not included
in the Notice of Claim, the Level 2 reviewer may refer the new items or
issues back to the Level 1 reviewer;
i. the Contractor shall provide any additional information as may be
required by the CRP Agreement or as may be further required by the
Level 2 reviewer;
j. the Level 2 reviewer shall provide the Contractor with the Level 2
reviewer’s decision (the “Level 2 Decision”) by the date set out in the
CRP Agreement;
Municipal District Bonnyville No. 87 - 81 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
SPECIFICATION AMENDMENTS
k. if the Contractor is not satisfied with the Level 2 Decision, the Contractor
may submit the Claim to the Dispute Resolution Procedure set out in
Section 1.2.57.2.
The review of the Claim shall end no later than 12 months after the occurrence of the
circumstance giving rise to the Claim. If the review of the Claim has not been completed
within 12 months after the occurrence of the circumstance giving rise to the Claim, for
any reason whatsoever including the inability of the parties to agree on a CRP
Agreement, the Claim shall be deemed to have been unequivocally denied by the
Department and the Contractor may submit the Claim to the Dispute Resolution
Procedure set out in Section 1.2.57.2.
1.2.57.2 Dispute Resolution Procedure
Any Claim that has not been resolved by the Claims Review Process for Contractor
Claims (as set out in Section 1.2.57.1), or any disagreement or other dispute in respect
of the application or interpretation of any provision of the Contract (the “Dispute”), will
be resolved in accordance with the dispute resolution procedure set out below (the
“Dispute Resolution Procedure”):
a. the Dispute Resolution Procedure shall be started by delivery of a notice
(the “Dispute Notice”) in writing and expressly referring to this Section
1.2.57.2, from one party to the other party providing details of a Dispute
and invoking the Dispute Resolution Procedure in respect of that
Dispute;
b. any Dispute Notice issued by the Contractor to the Department must be
sent to:
Executive Director, Strategic Procurement Branch
3rd Floor, Twin Atria Building
4999 - 98 Avenue
Edmonton, AB, T6B 2X3
c. within 30 days from the receipt of the Dispute Notice, officials designated
by the Department and the Contractor will meet (the "Settlement
Meeting") at a mutually acceptable time and place to make all
reasonable efforts to attempt to resolve the Dispute (all negotiations held
pursuant to the Settlement Meeting are to be held on a without prejudice
basis and will not be used by either party as evidence at any other
proceeding); and
d. if the Settlement Meeting does not result in resolution of the Dispute,
either party may refer the Dispute to a court of law of competent
jurisdiction.
For the purposes of this Contract, Specification 2.25, “Highway Street Lighting”, 16th
Edition, 2019 of the Specifications is amended as follows:
Municipal District Bonnyville No. 87 - 82 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
SPECIFICATION AMENDMENTS
“Conduit installed by the trench excavation method will be paid for at the unit price
bid per metre for “Underground Electrical Conduit – Supply and Install – Trench
Excavation”. This payment will be full compensation for the supply and installation
of all conduit, connectors, labour, and incidentals required to install the conduit in a
prepared trench. Payment for the trenching, backfilling and preparation of the trench
will be paid for under the separate unit price bid item “Trench and Backfilling” in
section 2.25.8.1”
Municipal District Bonnyville No. 87 - 83 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
The following drawings, which are included separately, form part of the tender
documents and Contract.
DRAWING
DESCRIPTION
NO.
Contractors are advised that drawings issued for tender are photocopy reproductions
and, due to file conversion and/or reproduction variations, scaling off of these drawings
must not be relied upon as accurate.
Municipal District Bonnyville No. 87 - 85 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A
ADDENDA
6. ADDENDA