You are on page 1of 86

MUNICIPAL DISTRICT OF BONNYVILLE NO.

87

CONSTRUCTION TENDER

for

2020 INFRASTRUCTURE SERVICES


Reconstruction of TWP Rd 630 from RR 442 to RR 444A
&
RR 475A South of TWP Rd 605
Grading, Resurfacing, ACP Paving, Drainage Improvements and Other work
Municipal District Bonnyville No. 87 i Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

TABLE OF CONTENTS

1. INSTRUCTIONS TO BIDDERS -1-

1.1 CONDITIONS FOR TENDER SUBMISSION -1-


1.2 AVAILABILITY OF TENDER DOCUMENTS -1-
1.3 CONTRACT INFORMATION DOCUMENTS -2-
1.4 PLANS AND DRAWINGS -3-
1.5 TENDER SUBMISSION REQUIREMENTS -3-
1.6 REJECTION OF TENDERS -6-
1.7 TENDER DATE CHANGES AND CANCELLING OF TENDERS -6-
1.8 DISQUALIFICATION OF BIDDERS -6-
1.9 BIDDER’S INVESTIGATION AND REPRESENTATION -7-
1.10 PRE-TENDER MEETING -7-
1.11 PROJECT INQUIRIES -7-
1.12 INTERPRETATION AND REVISION OF TENDER DOCUMENTS -8-
1.13 ADDENDA -8-
1.14 WITHDRAWAL OR CHANGE OF TENDER -9-
1.15 TENDER OPENING - 11 -
1.16 TENDER VALIDATION - 11 -
1.17 POSTING OF TENDER RESULTS AND AWARD INFORMATION - 12 -
1.18 INFORMATION DISCLOSURE - 12 -
1.19 CONFIDENTIALITY - 12 -
1.20 CANADIAN FREE TRADE AGREEMENT AND NEW WEST PARTNERSHIP - 13 -
1.21 CONFLICT OF INTEREST - 13 -
1.22 GOVERNING LAW - 13 -
1.23 LANGUAGE - 13 -
1.24 CONTRACT AWARD - 14 -
1.25 SIGNED CONTRACT PACKAGE - 14 -
1.26 HIRING OF APPRENTICES ERROR! BOOKMARK NOT DEFINED.
1.27 SPECIFICATIONS, SPECIAL PROVISIONS AND STANDARDS, HIERARCHY OF DOCUMENTS - 14 -

2. TENDER FORMS - 15 -

2.1 TENDER FOR CONSTRUCTION - 15 -


2.2 UNIT PRICE SCHEDULE - 16 -
2.3 TENDER AGREEMENT - 19 -
2.4 CONTRACT - 19 -
2.5 TENDER SIGNING - 20 -
2.6 TENDER AMENDMENT FORM - 24 -

3. SPECIAL PROVISIONS - 26 -

3.1 STANDARD SPECIFICATIONS, SPECIFICATION AMENDMENTS AND TYPICAL DRAWINGS - 26 -


Municipal District Bonnyville No. 87 ii Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

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 -

4.1 AMENDMENT TO SPECIFICATION 1.2, GENERAL, RE: SAFETY PREQUALIFICATION - 56 -


4.2 AMENDMENTS TO SPECIFICATION 1.2, GENERAL, RE: DIESEL FUEL COST ADJUSTMENT - 56 -
4.3 AMENDMENTS TO SPECIFICATION 1.2, GENERAL, RE: 1.2.16 ENVIRONMENTAL MANAGEMENT,
PRODUCED SAND AND CONTAMINATED SOILS - 56 -
4.4 AMENDMENT TO SPECIFICATION 3.2, AGGREGATE PRODUCTION AND STOCKPILING, RE: MICRO-
DEVAL TESTING - 57 -
4.5 AMENDMENT TO SPECIFICATION 3.50 ASPHALT CONCRETE PAVEMENT – EPS, RE: REQUIREMENTS
FOR MOISTURE SUSCEPTIBILITY TESTING - 60 -
4.6 AMENDMENT TO SPECIFICATION 3.50, ASPHALT CONCRETE PAVEMENT – EPS, RE: AGGREGATE TOP
SIZE REQUIREMENTS FOR MIX TYPE H1 - 63 -
4.7 AMENDMENT TO SPECIFICATION 3.6, GRANULAR BASE COURSE ERROR! BOOKMARK NOT DEFINED.
4.8 AMENDMENT TO SPECIFICATION 5.2, SUPPLY OF AGGREGATE, RE: ROYALTY RATE - 63 -
Municipal District Bonnyville No. 87 iii Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

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 -

5. PLANS, DRAWINGS AND PERMITS - 83 -

5.1 CONTRACT PLANS - 83 -

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

1.1 CONDITIONS FOR TENDER SUBMISSION

Bidders may submit tenders to Municipal District Bonnyville No. 87 Infrastructure


Services (in the Instructions to Bidders referred to as the “Department” or “MD
Bonnyville No. 87”) at the following location only:

Municipal District Bonnyville No. 87


Infrastructure Services
Attention: General Manager of Infrastructure Services
61330 RR 455
Tender Deposit Counter
Bag 1010,
Bonnyville, AB, T9N 2I7

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.

Tender Forms must be submitted in a sealed envelope marked "Tender".

The envelope must clearly display:

• Bidder’s name; and


• Tender Number.

The envelope must be delivered to the location set out above prior to the time fixed for
receiving tenders.

1.2 AVAILABILITY OF TENDER DOCUMENTS

1.2.1 Electronic Distribution Source

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

1.2.2 Tender Document Discrepancies

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 CONTRACT INFORMATION DOCUMENTS

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:

− Alberta Purchasing Connection at www.purchasingconnection.ca.

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:

On behalf of the Department


EXP Services Inc. Telephone: (780) 435-3662
Suite 101, 1st Floor, APC Building
8616 – 51 Ave.
Edmonton, AB, T6E 6E6

Bidders acknowledge and agree that Special Provision 3.2, Contract Information
Documents, applies to these Contract Information Documents.

1.3.2 Environmental Information

The following environmental information is available for this tender:

Environmental Desktop Evaluation for


Reconstruction of Twp Rd 630 from RR 442 to RR 444A &
RR 475A South of Twp Rd 605
July 2020

1.3.3 Geotechnical/Soils Information

The following additional geotechnical/soils information is available for this tender:

Geotechnical Investigation
Municipal District Bonnyville No. 87 -3- Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

INSTRUCTIONS TO BIDDERS

Proposed Township Road 630 Upgrading


Range Road 442 to Range Road 444A
Surfacing Strategy - Preservation
M.D. Bonnyville N0.87, Alberta

JUNE 2020 Hoggan Engineering & Testing (1980) Ltd.

1.4 PLANS AND DRAWINGS

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:

− Alberta Purchasing Connection at www.purchasingconnection.ca.

These documents are also available in electronic form from the following website:

− COOLNet Alberta at www.coolnetalberta.com.

Copies of these drawings will be provided to the successful bidder.

1.5 TENDER SUBMISSION REQUIREMENTS

1.5.1 Bidder Information

The tender must be submitted by a single individual, partnership, corporation, or


company. Joint Ventures are not permitted to bid unless expressly authorized in the
tender documents. For all Bidders, the legal name and address to which all notices or
letters are to be mailed must be given in addition to the signature of the individual or
one of the officers of the partnership, corporation or company with authority to bind the
Bidder.

1.5.2 Completing Unit Price Schedule

The "Unit Price Schedule" must be completed by:

− Filling in all blank spaces under the headings "Unit Price", and "Estimated
Quantity" where applicable, and the "Total Bid"; and

− Filling out the schedule as follows:

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.

1.5.3 GST Excluded

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.

Municipal District Bonnyville No. 87 GST Registration number is 107747248.

Bidders must not include GST in their bids.

1.5.4 Acknowledging Addenda

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.

1.5.5 Tender Security


Municipal District Bonnyville No. 87 -5- Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

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.

1.5.6 Safety Prequalification

As a precondition to contract award, the Bidder must have a valid Certificate of


Recognition (COR) or a valid Temporary Letter of Certification (TLC), or a Certificate
of Recognition 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 COR, TLC or COREL, such as a Small Employer Certificate
of Recognition (SECOR) is not acceptable.

Bidders may be required to submit evidence of safety qualifications by the earlier of:

i) The date that the Department may request in writing, or

ii) Seven days before expiry of the tender acceptance period.

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 Alberta Construction Safety Association Telephone: (780) 453-3311 or


225 Parsons Rd. S.W. (Toll Free) 1-800-661-2272
Edmonton, AB, T6X 0W6 Fax: (780) 455-1120 or
Web Site: www.acsa-safety.org 1-877-441-0440
E-mail: Edmonton@acsa-safety.org

It is the Bidder's responsibility to ensure its registration in the program is properly


documented with the issuing certifying partner. The Department will assume no liability
for errors or omissions in this regard.

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

1.6 REJECTION OF TENDERS

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.

Tenders may be rejected if they show any irregularity or non-compliance. Irregularities


and non-compliances include, but are not limited to, tenders that:

• show any alteration of form;


• omit any required information or are illegible;
• contain qualifications to the bid, or additions not called for;
• are conditional or alternative bids;
• are incomplete bids; or
• contain prices, which are unbalanced.

The Department reserves the right to waive an irregularity or non-compliance where


the Department deems the irregularity or non-compliance to be minor or
inconsequential. The determination of what is or is not a minor or inconsequential
irregularity or non-compliance, and the determination of whether to waive or not waive
the irregularity or non-compliance, is at the Department’s sole discretion.

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.

In addition, failure to satisfactorily complete previous construction contracts with the


Department, or avoidable delays in completing such contracts, will be considered
sufficient cause for rejecting any tender.

1.7 TENDER DATE CHANGES AND CANCELLING OF TENDERS

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.

1.8 DISQUALIFICATION OF BIDDERS

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.

1.9 BIDDER’S INVESTIGATION AND REPRESENTATION

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.

The submission of a tender also constitutes a representation by the Bidder that:

(i) the Bidder has complied with all bidding requirements;

(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.

1.10 PRE-TENDER MEETING

No pre-tender meeting will be held for this project.

1.11 PROJECT INQUIRIES

Direct all inquiries to:


Municipal District Bonnyville No. 87 -8- Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

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.

1.12 INTERPRETATION AND REVISION OF TENDER DOCUMENTS

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.

It is the Bidder’s responsibility to notify the Department, in writing, of any ambiguity,


divergence, error, or omission, oversight, contradiction, or item subject to more than
one interpretation in these tender documents, as it is discovered, and to request any
instruction, decision, or direction required for the Bidder to bid.

If an inquiry requires an interpretation or revision of the tender documents, the response


to that inquiry will be issued in the form of a written addendum, to ensure that all bidders
base their bids on the same information.

Replies to questions, interpretations and revisions made in a manner other than by


written addendum are not binding.

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

1.14 WITHDRAWAL OR CHANGE OF TENDER

1.14.1 Withdrawal of Tender Submission

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

prior to the time fixed for receiving tenders.

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;

whichever occurs first.

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.

1.14.3 Changes to Tender Submissions

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.

The “Tender Amendment Form”, if applicable, must be completed by identifying only


the changes required:

a) Estimated Quantity Changes

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.

In case of discrepancy, the estimated quantity figure in the “Estimated Quantity


Changes + or -” column will take precedence over the amount in “Net Change
to Total Bid + or -” column, and the unit price in the unit price schedule will take
precedence over the unit price in the Tender Amendment Form;

b) Unit Price Changes

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;

c) Lump Sum Changes


Municipal District Bonnyville No. 87 - 11 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

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

d) Net Change to Total Bid

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.

1.15 TENDER OPENING

In response to the recommended COVID-19 Pandemic social distancing measures,


tenders will be opened by Department staff, and all Bidders are invited to make
arrangements for conducting teleconference calls by coordinating with the Department:
This virtual teleconference will be scheduled and contact information disseminated by
the Department prior to the tender opening in a form of an email notice to all Bidders.
The legal name of each Bidder and the Total Tender as stated in the unit price schedule
and as modified by Tender Amendment Form when applicable, will be read aloud. The
reading aloud of the Total Tender will not be considered a representation or warranty
that the price is correct and the tender is valid.
In the event that issues are encountered with the teleconference system, the tender
opening will proceed, followed by results being posted on Alberta Purchasing
Connection.”

1.16 TENDER VALIDATION

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.

1.17 POSTING OF TENDER RESULTS AND AWARD INFORMATION

Tender results and award information will be made available on the Alberta Purchasing
Connection website (www.purchasingconnection.ca).

1.18 INFORMATION DISCLOSURE

(i) The Bidder acknowledges that:

a) The Freedom of Information and Protection of Privacy Act of Alberta


(“FOIP Act”) applies to all information and records relating to, or
obtained, generated, created, collected or provided under, the tender
documents and which are in the custody or under the control of the
Department. The FOIP Act allows any person a right of access to
records in the Department’s custody or control, subject to limited and
specific exceptions as set out in the FOIP Act; and

b) If Personal Information, as defined in the FOIP Act, is expressly required


in the tender documents, the purpose of collecting the Personal
Information is to enable the Department to ensure the accuracy and
reliability of the information, to evaluate the tender, and for other related
purposes of the Department. Authority for this collection is the
Government Organization Act (Alberta), as amended from time to time
and section 33 (c) of the FOIP Act. Before disclosing to the Department
any Personal Information about any individual who is providing or will
provide the services, the Bidder shall obtain the consent of the affected
individual. The consent must be in writing, and it must specify to whom
the Personal Information can be disclosed; and how the Personal
Information can be used. The Bidder shall provide such consents to the
Department for confirmation and review upon the Department’s request.

1.19 CONFIDENTIALITY

(i) Subject to Instructions to Bidders Section 1.18, Information Disclosure.


Municipal District Bonnyville No. 87 - 13 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

INSTRUCTIONS TO BIDDERS

(ii) The Bidder and their employees, subcontractors, and agents shall:

a) keep strictly confidential all information concerning the Department or


third parties, or any of the business or activities of the Department or
third parties acquired as a result of participation in this tender process;
and
b) only use, copy or disclose such information as necessary for the
purpose of submitting a tender or upon written authorization from the
Department.

(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.

(v) If a Bidder becomes aware of any situation whereby a breach of confidentiality


may have or has occurred, the Bidder shall notify and provide details to the
Department contact shown in the Instructions to Bidders Section 1.11, Project
Inquiries as soon as practicable. The Bidder shall cooperate with the
Department with respect to any directions provided.

1.20 CANADIAN FREE TRADE AGREEMENT AND NEW WEST PARTNERSHIP

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.

1.21 CONFLICT OF INTEREST

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.

1.22 GOVERNING LAW

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

All tenders, including attachments and other information, must be in English.


Municipal District Bonnyville No. 87 - 14 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

INSTRUCTIONS TO BIDDERS

1.24 CONTRACT AWARD

Bidders may be a single individual, partnership, corporation, or company. However, if


the Bidder is a partnership, corporation, or company it must be registered with the
Alberta Corporate Registry prior to Contract award.

1.25 SIGNED CONTRACT PACKAGE

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.

1.26 SPECIFICATIONS, SPECIAL PROVISIONS AND STANDARDS,


HIERARCHY OF DOCUMENTS

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

2.1 TENDER FOR CONSTRUCTION

To the attention of the General Manager of Infrastructure Services:

(Legal Name of Bidder)


the undersigned, hereby tenders and agrees to execute and construct all the Work of
every description required in the construction and final completion of the following
project(s):
2020 INFRASTRUCTURE SERVICES
Reconstruction of Twp Rd 630 & RR 475A
Jct. Hwy 792:04 to 3 km West of Hwy 795
Grading, Resurfacing, ACP Paving, Drainage Improvements and Other work

MUNICIPAL DISTRICT OF BONNYVILLE No. 87

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

2.2 UNIT PRICE SCHEDULE

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

1 Mobilization (GCS 1.2.9) 1 lump sum


Traffic Accommodation & Temporary Signing
2 (Special Provision) 1 lump sum

3 Site Occupancy (GCS 1.2.41.9) 40 day


Inter-laboratory Repeatability Testing (Special
4 Provisions) 40 day

5 Erosion Control Barrier (Silt Fence) (HCS 6.5.6) 950 metre

6 Supply of Aggregate - With No Option (HCS 5.2.5) 33,352 tonne

7 Construction Advisory Sign (Special Provisions) 3 sign

8 Clearing and Mulching (HCS 2.1.4) 0.1 hectare


Rubblizing and Obliterate Existing Cold Mix and
Chip Seal surface course within Limits of
9 Construction (Special Provision) 35,000 square metre
Common Excavation (Salvaged rubberized surface
10 material incl Haul) (Special Provisions) 1100 cubic metre
Common Excavation (HCS 2.3.6) (includes Double
11 Handling) 13,000 cubic metre

12 Subgrade Excavation (HCS 3.1.3) 640 cubic metre

13 Channel Excavation (HCS 2.3.6) 860 cubic metre


Preparing Subgrade Surface (First Layer) (HCS
14 3.1.3) (Specification Amendment 4.7) 33,600 square metre
Preparing Subgrade Surface (Second Layer) (HCS
15 3.1.3) (Specification Amendment 4.7) 672 square metre
Sideslope Improvement (Edge Fillets, Widening)
16 (Special Provision) 3.3 km

17 Topsoil Placement (HCS 2.6.4) 26,700 square metre

18 Broad-Cast Seeding (HCS 2.20.4) 2.67 hectare


Erosion Control (Synthetic Permeable Barriers or
19 Straw Rolls) (HCS 6.5.6) 270 metre
Non-Woven Geotextile - Supply and Install
20 (Type B) (HCS 5.31.4) 2,272 square metre
Stabilization Geotextile - Supply and Install
21 (Class UNI-AXIAL GEOGRIDS Type 2) (HCS 5.31.4) 672 square metre
Granular Base Course Des. 2 - 25 (HCS 5.2.5) (HCS
22 3.6.8) 24,600 tonne
Backfill: Pit - Run - Des. 6 - 80 (HCS 3.8.5) (HCS
23 5.2.5) 302.4 tonne
Municipal District Bonnyville No. 87 - 17 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

TENDER FORMS

Gravel Surfacing - Des. 4 Cl. 25 (HCS 3.3.4) (HCS


24 5.2.5) 150 tonne
Culverts - Remove and Dispose (C.S.P.) (up to 700
25 mm dia.) (HCS 2.4.4) 60 metre
Culverts - Supply and Install (500 mm dia. C.S.P.)
26 (HCS 2.4.4) (HCS 5.23.4) 45 metre
Culverts - Supply and Install (600 mm dia. C.S.P.)
27 (HCS 2.4.4) (HCS 5.23.4) 90 metre

28 Access Work (Removals) (Special Provisions) 3 access

29 Access Work (Construction) (Special Provisions) 3 access

30 Remove and Dispose of Existing Fence (HCS 2.12.5) 105 meter


New Fence - Supply and Install - Class B (HCS
31 2.12.5) 105 metre
Asphalt Concrete Pavement - EPS
32 Mix Type M1 (PG 52-34) (HCS 5.2.5) (HCS 3.50.7) 8,300 tonne
Roadway Lines - Supplying Paint and Painting
(Directional Dividing and 2 Edge Lines) (HCS 5.20.5)
33 (HCS 7.2.6) 3.95 kilometre
Removal and Reinstallation or Disposal of Existing
Signs
34 One Post (HCS 7.7.5) 10 sign
Supply and Install Post (100 mm x 150 mm) (HCS
35 7.7.5) 10 post

36 Supply of Signs, Aluminium (HCS 5.18.3) 5 square metre

37 Install Sign - Less than 1 m2 (HCS 7.7.5) 8 sign


Flexible Guide Post/Delineator - Round
38 Supply and Install (HCS 5.28.3) (HCS 2.19.4) 126 post

TOTAL TENDER in Canadian Dollars Excluding GST

Schedule B - Bonnyville MD87 Grading and Other Work - RR 475A Sta. 20+660 to 21+460

Bid Estimated Unit Of


Item # Contract Item Quantity Measure Total Bid

1 Mobilization (GCS 1.2.9) 1 lump sum


Traffic Accommodation & Temporary Signing
2 (Special Provision) 1 lump sum

3 Site Occupancy (GCS 1.2.41.9) 40 day


Inter-laboratory Repeatability Testing (Special
4 Provisions) 1 lump sum

5 Erosion Control Barrier (Silt Fence) (HCS 6.5.6) 1,920 metre

6 Supply of Aggregate - With No Option (HCS 5.2.5) 3,441 tonne

7 Construction Advisory Sign (Special Provisions) 1 sign

8 Clearing and Mulching (HCS 2.1.4) 0.93 hectare


Municipal District Bonnyville No. 87 - 18 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

TENDER FORMS

Common Excavation (HCS 2.3.6) (includes Double


9 Handling) 3,465 cubic metre

10 Subgrade Excavation (HCS 3.1.3) 3,985 cubic metre

11 Channel Excavation (HCS 2.3.6) 65 cubic metre


Preparing Subgrade Surface (First Layer) (HCS
12 3.1.3) (Specification Amendment 4.7) 4,480 square metre
Preparing Subgrade Surface (Second Layer) (HCS
13 3.1.3) (Specification Amendment 4.7) 90 square metre

14 Topsoil Placement (HCS 2.6.4) 23,102 square metre

15 Broad-Cast Seeding (HCS 2.20.4) 2.31 hectare


Non-Woven Geotextile - Supply and Install
16 (Type B) (HCS 5.31.4) 2,925 square metre
Stabilization Geotextile - Supply and Install
17 (Class UNI-AXIAL GEOGRIDS Type 2) (HCS 5.31.4) 90 square metre
Backfill: Pit - Run - Des. 6 - 80 (HCS 3.8.5) (HCS
18 5.2.5) 41 tonne
Gravel Surfacing - Des. 4 Cl. 25 (HCS 3.3.4) (HCS
19 5.2.5) 3,400 tonne
Culverts - Remove and Dispose (C.S.P.) (up to 700
20 mm dia.) (HCS 2.4.4) 25 metre
Culverts - Supply and Install (500 mm dia. C.S.P.)
21 (HCS 2.4.4) (HCS 5.23.4) 20 metre
Culverts - Supply and Install (600 mm dia. C.S.P.)
23 (HCS 2.4.4) (HCS 5.23.4) 46 metre

24 Erosion Control (Rock Check Damn) (HCS 6.5.6) 24 cubic metre


Erosion Control (Synthetic Permeable Barriers or
25 Straw Rolls) (HCS 6.5.6) 80 metre

26 Remove and Dispose of Existing Fence (HCS 2.12.5) 1,625 metre


New Fence - Supply and Install - Class B (HCS
27 2.12.5) 1,625 metre
Removal and Reinstallation or Disposal of Existing
28 Signs - One Post 2 sign
Supply and Install Post (100 mm x 150 mm) (HCS
29 7.7.5) 3 post

30 Supply of Signs, Aluminium (HCS 5.18.3) 2 square metre

31 Install Sign - Less than 1 m2 (HCS 7.7.5) 3 sign

Flexible Guide Post/Delineator - Round


32 Supply and Install (HCS 5.28.3) (HCS 2.19.4) 8 post

TOTAL TENDER in Canadian Dollars Excluding GST


Municipal District Bonnyville No. 87 - 19 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

TENDER FORMS

2.3 TENDER AGREEMENT

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.

2.3.2 Tender Security

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.

2.3.3 Tender Withdrawal

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.

2.5 TENDER SIGNING

A representative(s) with the authority to bind the Bidder must sign this tender.

Executed this________________ day of ______________________, 20__________.

NAME AND ADDRESS


OF BIDDER:
(Print or Type)

E-MAIL ADDRESS:
(Optional)

SIGNATURE OF AUTHORIZED NAME AND TITLE OF AUTHORIZED


REPRESENTATIVE(S): REPRESENTATIVE(S):
(Print or Type)
Municipal District Bonnyville No. 87 - 24 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

TENDER FORMS

2.6 TENDER AMENDMENT FORM

I, ______________________________________, the undersigned, modify the unit price schedule for


(Legal Name of Bidder)

our tender as shown in the following table:

UNIT PRICE SCHEDULE CHANGES


Replaces previous Unit Price Schedule Changes

ITEM Description Estimated Unit Net Change to


NO. Quantity Price(a) Total Bid
[List bid items that require change to Changes + or -
estimated quantity] + or -
______
day
______
day

ITEM Description Estimated Unit Net Change to Total


NO. [List bid items that require change to Quantity(b) Price Bid(d)
unit price or lump sum] Changes(c) + or –
+ or –

INCREASE (+) OR REDUCE (-) TOTAL TENDER BY:

(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.

I am authorized to bind the Bidder:

________________________________
Authorized Signature

________________________________
Date

Send by Fax to: (780) 826-5064, “Attention: General Manager of Infrastructure


Services, Tender Deposit Counter”
Municipal District Bonnyville No. 87 - 26 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

SPECIAL PROVISIONS

3. SPECIAL PROVISIONS

3.1 STANDARD SPECIFICATIONS, SPECIFICATION AMENDMENTS AND TYPICAL


DRAWINGS

3.1.1 Department Name Change

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 Standard Specifications for Highway and Bridge Construction Work

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:

− General Specifications and Specification Amendments for Highway and Bridge


Construction – Edition 16, 2019;

− Standard Specifications for Highway Construction – Edition 16, 2019;

− Standard Specifications for Bridge Construction – Edition 16, 2017.

3.1.2.2 Contract Type

In accordance with the General Specifications Sections 1.2.39, ADJUSTMENT OF


COMPLETION DATES, 1.2.40, FAILURE TO COMPLETE ON TIME, and 1.2.43,
SEASONAL OR PROLONGED SHUTDOWN, this Contract will be considered a:

Roadway Contract

3.1.3 Additional Specifications and Typical Drawings

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:

− Typical minimum requirements for traffic accommodation and construction zone


temporary signing are included in the manual entitled “Traffic Accommodation
in Work Zones Manual, 2nd Edition, 2018”. https://www.alberta.ca/traffic-
accommodation-in-work-zones.aspx
Municipal District Bonnyville No. 87 - 27 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

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 pavement markings are included in the


Department manual entitled “Alberta Highway Pavement Marking Guide, 2nd
Edition”.
http://www.transportation.alberta.ca/Content/docType233/Production/pa
vemark.pdf
− Drawings showing the typical minimum requirements for permanent highway
signage.
https://www.alberta.ca/traffic-control-manuals-and-guidelines.aspx

− Drawings showing the typical minimum requirements for barriers.


https://www.alberta.ca/standard-drawings-listing-active-individual-
files.aspx

− Typical minimum requirements for erosion and sediment control devices.


https://www.alberta.ca/geotechnical-and-erosion-control.aspx

− 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.

3.1.4 Specification Amendments

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

3.2 CONTRACT INFORMATION DOCUMENTS

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.

3.3 DEPARTMENT’S PROJECT SPONSOR AND PROJECT MANAGER

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.

The Project Sponsor for the Contract will be:

Abi Malik, P.Eng.


Municipal District Bonnyville No. 87
General Manager of Infrastructure Services
Bonnyville, Alberta
61330 RR 455
Bag 1010
Bonnyville, AB T9N 2J7

The Project Manager for the Contract will be:

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 Consultant, as defined in Section 1.1.7, Consultant, of the “General Specifications


and Specification Amendments for Highway and Bridge Construction - Edition 16,
2019”; and as referenced in the specifications, will be:

Organization: EXP Services Inc.

3.5 SCOPE OF WORK

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

− Localized subgrade excavation repairs


− Minor vertical curve grading improvements
− Grade widening and minor horizontal realignment improvements
− Access improvements and Intersection Improvements
− Drainage Improvements
− Removal and replacement of Culverts
− Granular base course reconstruction
− Asphalt Concrete Pavement (Twp. Rd. 630)
− Application of additional Road Surfacing Gravels (RR 475A)
− Signage
− Pavement markings
− Guideposts
Unless otherwise specified, the Contractor must supply all materials necessary to
complete the Work. A complete job is called for, therefore any labour, material,
equipment, tool or incidental item not specifically mentioned, but necessary for
completeness will be considered incidental to the Work, and no separate or additional
payment will be made.

3.6 STANDARD DRAWINGS

In addition to the drawings referenced in the Standard Specifications, the following


standard drawings are applicable to the Work under this Contract:
DRAWING NO. DESCRIPTION
CB6-2.3 M5 Approach Treatment for Major Intersecting Roadways
CB6-2.3 M5A Approach Treatment for Minor Access to Low Speed Local Roads.
CB6-2.3 M56 Typical Cross Section for Grade Widening
CB6-2.4 M1 Corrugated Metal Pipe Culvert Installation (Open-Cut Method)
CB6-2.4 M7 Sloped End Installations for Round Section Corrugated Steel Pipe
CB6-2.4 M18 Culvert Installation by Trenching
CB6-2.5 M1 Hand-Laid Rock Rip-Rap (Rock or Sacked Material)
CB6-2.12.M2 Class "B" Fence
CB6-3.50 M1 Typical Cross-Section for Asphaltic Concrete Pavement
CB6-3.50 M2 Paving Limits of Intersecting Roadways at Time of Final Paving or Pavement
Rehabilitation of Highway
CB6-3.50 M3 Paving Limits of Farm (Residential) Accesses at Time of Final Paving or
Pavement Rehabilitation of Highway
CB6-3.50 M3A Paving Limits of Field Accesses at Time of Final Paving or Pavement
Rehabilitation of Highway
CB6-3.50 M16 Transverse Pavement Joints
TCS-A4-300 Typical Rural Sign Installation (Height and Lateral Location)
TCS-A4-330 Typical Sign Assembly Detail
TCS-C-201 Longitudinal Pavement Markings Dimensions and Definitions
TCS-C-301 Transverse Pavement Markings Dimensions and Definitions
Municipal District Bonnyville No. 87 - 31 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

SPECIAL PROVISIONS

DRAWING NO. DESCRIPTION


TCS-C-501.1 Typical Pavement Markings Highway Local Road- Intersection Treatment
(Type I)
TCS-C-710 Guide Post Delineation for Public Approaches on Undivided Highway
TCS-C-710.1 Guide Post Delineation for Residential Approaches on Undivided Highway

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.

3.8 DIESEL FUEL COST ADJUSTMENT

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 WORK IN THE VICINITY OF UTILITIES

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

North East Gas Co-Op Ltd


Address: 5320 - 51 Ave Bonnyville, Alberta T9N 2H6
Phone #: (780) 826-4002 Fax #: (780) 826-2095
Email: negas@telus.net

Husky
Address : PO Box 6525 Stn D, 707 - 8 Ave SW Calgary AB T2P 3G7
Business Associate Code : 0R46

BAYTEX ENERGY LTD.


Address : 2800, 520 - 3 Ave SW Calgary AB T2P 0R3
Business Associate Code : 0RL9

CANADIAN NATURAL RESOURCES LIMITED


Address : 2100, 855 - 2 St SW Calgary AB T2P 4J8
Business Associate Code : 0HE9

TELUS COMMUNICATIONS Emergency: 1-800-242-3447


Soon Chung
Manager Planning and Engineering
10035 102 Avenue, NW
Edmonton, AB T5J 0E5
Telephone: 1-780-446-4913 or 611
Soon.Chung@telus.com

Schedule B - Bonnyville MD87 Grading and Other Work – RR 475A

TELUS COMMUNICATIONS Emergency: 1-800-242-3447


Soon Chung
Manager Planning and Engineering
10035 102 Avenue, NW
Edmonton, AB T5J 0E5
Telephone: 1-780-446-4913 or 611
Soon.Chung@telus.com

3.9.2 Telephone Facilities


Telus Communications Inc. (Telus) has advised that they have facilities located within
the project limits. The Contractor shall observe all precautions necessary to preserve
and protect these facilities in their existing positions. TELUS may propose to carry out
the required relocation of their facilities concurrently with the construction operations.
Municipal District Bonnyville No. 87 - 33 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

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.

3.9.3 Fortis Alberta Inc. Facilities


Fortis Alberta have advised of facilities along Hwy 53. Other wire service providers
may or may not exist.
Fortis Alberta have advised of a safety orientation associated with working near
electrical facilities. Please call 310-WIRE (9473) for details.
For any planned or required ground disturbances, Contractor must obtain accurate
location details from Fortis field staff. To locate underground services, ALWAYS ‘Dial
Before You Dig’ and contact Alberta One Call at 1-800-242-3447.
To contact Fortis Alberta please call 310-WIRE (9473).

3.10 ENVIRONMENTAL CONTROL

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.

3.10.2 Campsites and Laydown Areas of Private Property


Prior to the establishment of a campsite or use of laydown areas of private property
and roads providing access thereto or for other camp uses, the Contractor shall
obtain written approval from the Landowner. for final authorization. Prior to gaining
access to the proposed campsite and laydown areas of Private Property the
Contractor shall present the written agreement to the County to the following contact:
Todd Honkala
Municipal District Bonnyville No. 87
Infrastructure Services
Public Works Foreman
Bonnyville, Alberta
61330 RR 455
Bag 1010
Bonnyville, AB T9N 2J7
Debris resulting from the clearing undertaken in such areas shall be disposed of in an
approved manner and areas left in a tidy condition in accordance with the Forest and
Prairie Protection Act and regulations.
All campsites and laydown areas of private property shall always be kept in a neat and
sanitary condition. Garbage and other debris from the Contractor's campsite operations
shall be disposed of at an approved offsite location. The Contractor shall be responsible
for collecting all onsite sanitary and greywater waste and disposing of waste at an
approved offsite facility.
Prior to the abandonment of a campsite or abandonment of laydown areas of private
property, the Contractor shall obtain a "Reclamation Clearance" from the property
owner and provide this “Reclamation Clearance” letter prior to final contract hold back
release, to the above noted Official. Since there must be a written agreement the
landowner will be considered a subcontractor under this contract.

3.10.3 Control of Equipment


The Contractor shall carefully control all equipment and work operations so that his
operations do not extend beyond the designated working limits unless otherwise
specifically authorized by the Consultant.
Municipal District Bonnyville No. 87 - 35 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

SPECIAL PROVISIONS

3.10.4 Burning
Burning will not be permitted under this Contract.

3.10.5 Control of Weeds and Pests


The Contractor shall ensure all equipment, vehicles, tools and other items are clean of
soil prior to entering and leaving the site.
The Contractor shall submit a proposed procedure for weed and pest control to the
Consultant a minimum of two weeks prior to the pre-construction meeting for review
and acceptance. The Contractor's equipment, vehicles, materials or personnel will not
be permitted to enter the site prior to acceptance of the Contractor's procedure for weed
and pest control.
All cost associated with weed and pest control will be considered incidental to the Work,
and no separate or additional payment will be made.

3.10.6 Wildlife Disturbance Avoidance


Further to the requirements of Section 1.2.16, Environmental Management, of
Specification 1.2, General, the Contractor’s operations under this Contract shall be in
accordance with the following.
The Contractor is advised that the yearly migratory and non-migratory bird nesting
period and wildlife protection period for this location is as follows:
February 15 to August 30
In order to comply with the Provincial Wildlife Act, the Federal Migratory Birds
Convention Act and the Species at Risk Act in the event that clearing and/or other
disturbances of vegetation are deemed necessary to carry out the Work or to provide
a Contractor laydown area during the bird nesting period; the Contractor shall employ
a qualified Wildlife Specialist to carry out a predisturbance survey of the area requiring
disturbance to determine the presence of nesting birds, sensitive or at-risk species. The
survey area shall include an appropriate buffer zone as determined by the Wildlife
Specialist. If the pre-disturbance survey reveals the presence of any active nests,
sensitive or at risk species; the Contractor shall revise his ECO plan and incorporate
any mitigation measures deemed necessary by the Wildlife Specialist.
All costs associated with the pre-disturbance survey will be considered incidental to the
Work, and no separate or additional payment will be made. Payment for
implementation of mitigation recommended by the Wildlife specialist will be made in
accordance with Section 1.2.33.2 Extra Work, of Specification 1.2, General.
The Contractor shall have no claim against the Department for any inconvenience or
delay resulting from these requirements.

3.10.7 Historical Resources


Pursuant to Section 31 of the Historical Resources Act, the Contractor shall notify the
Consultant immediately in the event that any palaeontological or historical resources
are discovered during the course of construction. Pursuant to information from the
Municipal District Bonnyville No. 87 - 36 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

SPECIAL PROVISIONS

appropriate governing body, it may be necessary for the Department to issue further
instructions regarding the documentation of these resources.

3.11 CONTROL OF CLUBROOT

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

3.11.2 ECO Plan Requirements


As part of the ECO Plan, the Contractor shall detail his proposed Clubroot control
measures for soil disturbance work at locations involving Clubroot infected soils.
Details shall include proposed equipment cleaning procedures as well as any control
measures recommended by the Municipality's Agricultural Fieldman.
Soil disturbance work shall not commence until the Contractor's ECO Plan has been
reviewed and accepted by the Consultant.
All costs associated with the implementation of Clubroot control measures, including
those required by the applicable Agricultural Service Board, will be considered
incidental to the Work and no separate or additional payment will be made.

3.12 CONTRACTOR SUPPLY OF AGGREGATE

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.

3.13 CONTRACTOR SUPPLY OF BORROW

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.

3.14 CONSTRUCTION ADVISORY SIGN

The Contractor shall supply and install Construction Advisory signs advising the public
of the impending construction activities.

− Twp Rd. 630 at Sta 9+050, westbound


− Twp Rd. 630 at Sta 13+600, eastbound
− RR 475A 300m west of Twp Jnt RR 475A and Twp Rd 605

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.

Sign placement, installation and maintenance shall be in accordance with Standard


Specification 7.1, Traffic Accommodation and Temporary Signing.

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.

3.15 TRAFFIC ACCOMMODATION

All traffic accommodation shall be completed in accordance with Specification 7.1,


Traffic Accommodation and Temporary Signing, of the Standard Specifications for
Highway Construction, except as modified herein, and as directed by the Consultant.
Municipal District Bonnyville No. 87 - 38 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

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.

3.16 LOADING AND HAULING OF SALVAGEABLE RUBBLIZED SURFACE


MATERIAL

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.

3.17 SUBGRADE EXCAVATION REPAIRS

In locations of subgrade failure, the Contractor is responsible to remove the existing


pavement structure, granular base course, and subgrade material as directed by the
Consultant.
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.
The Contractor is advised that the 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 locations or distribution of quantities.
These failure areas may only require a minimum repair consisting of the removal and
replacement of the existing surface pavements. If, upon removal of the existing
rubblized material, it is determined that the subgrade has failed, the area should be
Municipal District Bonnyville No. 87 - 39 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

SPECIAL PROVISIONS

excavated to a minimum depth of 400 mm below the existing subgrade surface.


Excavation can be localized at the failure area, and then backfilled with granular fill on
geotextile; with thickness to match existing. It should be noted that the condition of the
pavement structure below existing coldmix patched areas is unknown.
Work may include but is not limited to:
- Excavation of granular materials
- Excavation of subgrade
- Backfilling and subgrade preparation
- Installation of geotextile
- Granular fill
- Granular base course

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.

3.18 SHOULDER FILLET REPAIRS AND SHOULDER WIDENING

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.

Approximate locations along Twp Rd. 630 are as follows.


Location Widening Improvements
Length of Average Width of
Widening
Station Station Widening Widening
Location
(m) (m) Improvement Improvement
(Lane)
(m) (m)

9+350 9+860 RT 510 2.5 (subgrade)

9+980 10+840 RT 860 2.0 (subgrade)

10+940 11+380 LT 440 2.5 (subgrade)


Municipal District Bonnyville No. 87 - 40 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

SPECIAL PROVISIONS

Location Widening Improvements


Length of Average Width of
Widening
Station Station Widening Widening
Location
(m) (m) Improvement Improvement
(Lane)
(m) (m)

11+500 11+860 LT 360 Fillet

12+060 12+880 LT 820 2.5 (subgrade)

12+840 13+180 RT 340 2.5 (subgrade)

The Work will include without being limited to the following:


- Strip and salvage topsoil from the edge line.
- Excavate in straight cut perpendicular to the road structure a full depth of
existing wearing course, coldmix or chipseal pavement at edge of road or as
marked by the Consultant.
- Excavate and dispose of unsuitable material creating a benched area to
construct backfilling upon.
- Scarify compact and proof roll the benched and prepared surface to the
satisfaction of the Consultant.
- Load haul, place, compact shoulder and required Backfill to adjust shoulder
elevations to match proposed subgrade widths and elevation
- Load haul, place, compact shoulder 2-25 Granular Base Course to adjust
shoulder elevations to match existing asphalt materials below the proposed
asphalt.
- Replace topsoil from the edge line.
- Harrow and seed.

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

3.19 DRAINAGE WORK – TWP RD. 630 AND RR 475A

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.

Approximate locations along Twp Rd. 630 are as follows.

Location Proposed Improvement


Station Station Side
Description and type
(m) (m)

9+600 9+760 RT Address widening impact on bottom of ditch

9+950 10+035 RT Removal of a sag in the existing ditch grade line

10+345 10+540 RT Removal of a crest in the existing ditch grade line.

11+600 11+660 RT Ditch improvements and Intersection Improvements

12+055 12+315 LT Removal of a sag and crest in the existing ditch grade line

12+110 12+150 RT Optional removal of small crest in ditch

13+240 13+330 RT Ditch improvements and Intersection Improvements

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 ACCESS IMPROVEMENTS

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.

10+500 LT Field Access 1 1 12 16

10+655 LT Not used 1 0 14

10+703 LT Not used 1 0 12

Highway 53:06 Total 3 1 100 100

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.

3.20.2 Access Removals


Redundant approaches and/or approaches identified for removal by the Consultant
shall be removed by the Contractor. The work shall be completed in accordance with
the Specifications and as directed by the Consultant.

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.

3.20.3 Access Construction


The Contractor shall carry out access improvements and culvert installations in
accordance with the Specifications for Highway Construction, the Provisions contained
herein, and as determined by the Consultant. The approaches shall be constructed to
the dimensions shown on Standard Drawing No. CB6-2.3M5, Approach Treatment for
Municipal District Bonnyville No. 87 - 43 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

SPECIAL PROVISIONS

Major Intersecting Roadways or CB6-2.3M5A, Approach Treatment for Minor Access


to Low Speed Local Roads.

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.

Any channel excavation shall be considered incidental to the Work.

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

3.21 CONSTRUCTION OF GRAVEL SURFACING TRANSITIONS

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

TWP. RD 630 Total (t) 445

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

3.22.1 Class “B” Fence


The Contractor shall remove and dispose, remove, salvage and reinstall, or supply and
install new fencing as directed by the Consultant
.
Payment for “Remove and Dispose of Existing Fence” and “New Fence - Supply and
Install - Class B”, will be measured and paid at the applicable unit price bid item.

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:

AGRONOMIC SEED MIX - ZONE 5


COMMON NAME LATIN NAME SEED MIX % BY DRY WEIGHT
Pubescent Wheat Grass Agropyron trichophorum 32%
Dahurian Wildrye Elymus dahuricus 30%
Municipal District Bonnyville No. 87 - 45 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

SPECIAL PROVISIONS

AGRONOMIC SEED MIX - ZONE 5


Sheep Fescue Festuca ovina 30%
Cereal Rye Secale cereale 8%

3.24 MAT MATCHING REQUIREMENTS

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.

3.25 ASPHALT CONCRETE PAVEMENT

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.

3.26 PAINTING ROADWAY LINES

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.

There shall be no painting of roadway edge lines for this project.

3.27 FLEXIBLE GUIDEPOSTS

The Contractor shall supply and install flexible guideposts locations as directed by the
Consultant. Contractor must take necessary measures to protect existing guideposts.

TWP. RD 630 # of Guide Posts


Commercial Accesses, Utility Accesses 12
Public road 24
Farmstead 84
Contingency 14
PROJECT TOTALS 134
Municipal District Bonnyville No. 87 - 46 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

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 TESTING AND EVALUATION OF FINISHED PAVEMENT SURFACE


SMOOTHNESS USING INTERNATIONAL ROUGHNESS INDEX (IRI)
CRITERIA

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.

3.28.2 Equipment Requirements


The high speed IP shall meet the requirements of ASTM E 950 Class I equipment, and
shall be calibrated to the Manufacturer's recommendations. Prior to being used on
each project, the horizontal and vertical calibrations for the equipment shall be verified
using the Manufacturer's recommended procedures. Documented verification shall be
Municipal District Bonnyville No. 87 - 47 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

SPECIAL PROVISIONS

provided to the Consultant upon request.


IP equipment shall be capable of measuring the profiles of two wheel paths
simultaneously during a single pass, at a minimum sampling frequency of 16 kHz. The
sampling interval shall be less than or equal to 25.4 mm, and the accelerometer shall
have a minimum range of + 2.5 g. The spacing between laser sensors shall be 1.75
m.
The high speed IP shall contain an automated triggering system capable of detecting
reference marks to start, stop and event mark the data collection process. Profiler
equipment shall include an onboard computer system capable of storing all profiler
measurement data, calculating the real time International Roughness Index as per
ASTM E1926, and displaying profile plots. The equipment shall be capable of
exporting raw profile data in unfiltered electronic Pavement Profile File standard
(.ppf) format.

3.28.3 Areas Excluded for Assessment or Testing

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.

3.28.3.2 Excluded Assessment Areas


The following main alignment lanes and interchange ramps shall be tested, profiles
analyzed and assessed for ALR but are excluded from Ride Quality assessment:

- Pavements with a posted speed limit of less than 70 km/h.

The following main alignment lanes shall be tested and profiles analyzed but are
excluded from bonus/penalty assessments for Ride Quality and ALR:

- Portions of pavement which are within 10 m of obstructions such as


manholes, water valves or other embedded hardware.
- Pavements that are within an approach distance of 15 m from the
junction between pavement and bridge decks, bridge approach panels
and railway tracks, or 30 m after leaving in the direction of travel.
- Horizontal curves with a radius of less than 340 m.
- Portions of pavement where testing was undertaken at speeds of less
than 20 km/h due to the inertial profiler starting from or coming to a Stop
sign condition.

Areas of Localized Roughness excluded from bonus/penalty assessments may be


subject to remedial work at the discretion of the Consultant.

3.28.3.3 Excluded Testing Areas


The following lanes are excluded from profile testing:
Municipal District Bonnyville No. 87 - 48 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

SPECIAL PROVISIONS

- Ramps; and acceleration and deceleration lanes less than 300 m in


length.
- Loops, turn lanes, storage lanes, tapers and median crossovers.
- Pavements with a posted speed limit of less than 60 km/h.

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.

3.28.3.4 Sublot Adjustment

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.

3.28.4 Pavement Surface Testing


The Contractor shall remove all objects and foreign material on the pavement surface
by hand or power brooming, as necessary, prior to smoothness testing.

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.

3.28.5 Report Submission Requirements

3.28.5.1 Day of Profiling


The Contractor shall submit the following to the Consultant on the day of profiling:

- A printout containing the inertial profiler's settings.


- IRI values for each wheel path on a sublot basis.
- An electronic copy of the raw unfiltered profile data in .ppf or .erd format.

Hard copy documentation noted above shall be signed by the IP operator.

3.28.5.2 ProVAL Summary Reports


The Contractor shall submit ProVAL summary reports in .pdf format for each lane
indicating the results of the Ride Quality and Smoothness Assurance analyses to the
Consultant within five days of initial profiling, and after re-profiling following corrective
repairs where required. Units of measure to be used within ProVAL shall be mm for
elevation and kilometres for distance. Testing and report stationing shall match the
Alberta Transportation linear reference system.

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.

If no remedial work is identified by the Consultant, then this submission will be


considered the Final ProVAL Report and the Contractor shall then submit the
completed smoothness summary spreadsheet as outlined in the Smoothness
Summary Spreadsheet Subsection.

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

3.28.5.3 Smoothness Summary Spreadsheet


The Contractor shall provide Ride Quality and ALR data in EXCEL format spreadsheets
provided by the Department for the purpose of determining bonus/penalty
assessments. The header information shall include the following as a minimum:

- 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.

3.28.6 Inspection and Repairs for Rejected Work


The pavement limits for ALR, as identified in the ProVAL reports, may be marked in the
field by the Contractor. Prior to undertaking repairs, the ALR and sublots identified as
reject for Ride Quality may be jointly inspected by the Consultant and the Contractor.

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 Assessments for Ride Quality and Areas of Localized Roughness

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

3.28.7.2 Ride Quality


The assessment for ride quality will be on a sublot basis as outlined in Table 3.50 C1
and according to the type of construction as outlined in Table 3.50 C2.
Table 3.50 C1
LUMP SUM SUBLOT ASSESSMENT FOR RIDE QUALITY
MIRI (m/km) ASSESSMENT FOR RIDE QUALITY
Average of left and right wheel
paths Assessment for Ride SI S II S III
Quality of Top Lift ($ per Sublot)
<0.55 50 50 50
0.55 - 0.70 30 30 30
0.71 - 0.80 0 30 30
0.81 - 1.04 0 0 0
1.05 - 1.20 740 - (740 x MIRI) 0 0
1.21 - 1.54 740 - (740 x MIRI) 1090 - (930 x 0
MIRI)
1.55 - 1.85 Reject (1) Reject (1) 740 - (490x MIRI)
(1) (1)
>1.85 Reject Reject Reject (1)
Note (1) - Sublot may be accepted without corrective work, subject to the approval of the Consultant, with
an assessment of -$500.

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

Two or more paver laid lifts, minimum design lift thickness of 20 mm SI

Mill and replace or re-profile by cold milling full pavement width; SI


followed with one or more paver laid lifts greater than or equal to 45
mm

Mill and inlay of entire lane; followed with one or more paver laid SI
lifts greater than or equal to 45 mm

Mill and replace or re-profile by cold milling full pavement width;


followed with one or more paver laid lifts less than 45 mm S II

All pavement with a posted speed limit less than 70 km/hr ALR assessment only (S II)

Single lift with design lift thickness greater than or equal to 45 mm S II

Hot In-Place Recycling or Mill and Inlay S III

Curb and Gutter S III


Municipal District Bonnyville No. 87 - 52 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

SPECIAL PROVISIONS

TYPE OF CONSTRUCTION TABLE 3.50 C1 ASSESSMENT


COLUMN
Single Lift with design lift thickness less than 45 mm S III

3.28.7.3 Areas of Localized Roughness


Areas of Localized Roughness will be measured on a linear metre basis as calculated
through the ProVAL Smoothness Assurance analysis. Payment reduction for ALR will
be $15.00 per metre for S II and S III construction, and $40.00 per metre for S I
construction. Payment reduction for ALR will be based upon the initial inertial profiler
test results; however, sites of ALR which have been repaired and re-tested by the
Contractor with results indicating that the short continuous roughness is less than 2.75
m/km will not be subject to a payment reduction.

3.28.8 Department Verification Testing


The Contractor is advised that the Department may carry out independent verification
testing on the entire project or portions of the project at any time. Verification testing
and profile analysis by the Department will be carried out in accordance the procedures
described in these Provisions. If verification testing by the Department is to occur, the
Consultant will provide the Contractor with a minimum of 48 hours advanced notice in
order to provide the Contractor an opportunity to witness the testing.
If the verification testing indicates that the MIRI value of the re-tested sublots differs by
no more than 10% from the original results, then the Contractor's results will be
considered acceptable. If the MIRI value of the re-tested sublots differs by more than
10%, then the Consultant and Contractor shall review all aspects of the smoothness
testing, both quality control and verification, to determine a solution that is mutually
agreeable to the Contractor and the Department. If a mutually agreeable solution is
not achievable, and the resulting dispute could result in incorporating nonconforming
pavement, the Department will use third party testing for resolution of a dispute. The
results of the third party testing will be binding, and will be used to determine product
acceptance and payment assessments.

3.28.9 Payment

3.28.9.1 Contractor Testing


All costs associated with pavement smoothness testing, data analysis and report
submissions; including the re-testing of repaired sublots or areas of localized
roughness, will be considered incidental to the Work, and no separate or additional
payment will be made.

3.28.9.2 Verification and Third Party Testing


All costs associated with verification testing will be the responsibility of the Department.

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 INTER-LABORATORY REPEATABILITY 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.

3.29.3 Material Sample Submission


For the mix type with the largest tonnage the Contractor’s mix design lab shall provide
and deliver the following to the independent testing lab:
• A combined representative sample of all virgin aggregate materials (RAP
material, if applicable, is not required) to an independent laboratory for mix
design related testing as described in this special provision. The minimum
sample weight of the combined virgin aggregates (including blend sand) shall
be 100 kg and shall be proportioned at the percentages used in applicable mix
design.
• A lab-prepared 10 kg un-compacted sample of the applicable ACP mixture
prepared using all component materials (including RAP) at the mix design
proportions.
• A copy of the applicable mix design including additional testing and reporting as
follows.
• Bulk specific gravities (Bsg) for both the +5 000 µm and the –5 000 µm
materials, and the combined virgin aggregate materials.
• Bulk specific gravity value for RAP material, if applicable, used for determining
the overall bulk specific gravity of the combined aggregates.
Municipal District Bonnyville No. 87 - 54 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

SPECIAL PROVISIONS

• Gradation of the combined virgin aggregates.


• Water absorption for both the +5000 µm and -5000 µm aggregate materials.
• Maximum specific gravity (Gmm) and asphalt absorption values for the
applicable ACP mixture sample provided.
• All necessary information (including Bsg ) and assumptions used for the RAP
material, if applicable.

3.29.3.1 Independent Laboratory Testing


Sample preparation and testing by the independent testing lab shall include:
• Gradation analysis of the combined virgin aggregates as supplied.
• Splitting of the combined aggregate on the 5 000 µm sieve and any additional
preparation work to obtain sufficient quantity to perform all testing required.
• Bulk specific gravities for both the +5 000 µm and – 5 000 µm aggregate
materials.
• Water absorption for both the +5000 µm and -5000 µm aggregate materials.
• Maximum specific gravity testing on supplied ACP material.
The independent laboratory will carry out all testing on the supplied virgin aggregate
and asphalt mixture required to calculate mixture volumetrics (VMA, Air Voids and VFA)
in accordance with design procedure TLT-301 with the exception that the Marshall
Density as reported in the mix design for the appropriate mix sample shall be used.
Forming Marshall briquette samples or testing of the RAP material by the independent
lab is not anticipated to be required. Aggregate testing for other physical properties
such as Detrimental Matter in coarse aggregate and aggregate angularity (coarse or
fine) is not required.
The independent testing lab shall correspond, as required, with the mix design
laboratory in regards to any questions on the testing completed or assumptions made
in the preparation of the mix design or in the material sample provided.

3.29.3.2 Report Submission


The report provided by the independent testing laboratory shall include.
• Name, address and contact information of testing laboratory.
• Highway project information including Hwy:CS, Contractor and Alberta
Transportation contract number.
• ACP mix type and a copy of the applicable mix design as supplied by the mix
design lab.
• Gradation analysis of the as-supplied combined virgin aggregates.
• As tested, bulk specific gravities of virgin aggregate for both +5 000 and -5 000
µm materials.
Municipal District Bonnyville No. 87 - 55 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

SPECIAL PROVISIONS

• Bulk specific gravity of RAP material as reported by mix design lab.


• Water absorption for both the +5000 µm and -5000 µm aggregate materials.
• Calculated bulk specific gravity of combined aggregates at mix design
proportions including RAP (if applicable) and calculations used to obtain.
• Total and virgin asphalt contents for the submitted ACP mixture sample as
reported by the mix design lab.
• As tested, theoretical maximum specific gravity of the supplied asphalt mix
sample; and asphalt absorption value calculated using as tested bulk specific
gravities of virgin aggregates and corresponding values for RAP material, if
applicable.
• ACP mixture volumetric properties (Air Voids, VMA and VFA) using the as
tested information listed above and appropriate Marshall density as reported in
the mix design for the applicable asphalt content and mix type.
• A comparison summary table including the as tested information as reported in
the Contractor supplied mix design and as tested and reported by the
independent laboratory.
The Contractor will not be allowed to produce asphalt mix until written notice has been
provided to the Consultant that all required materials and applicable mix design have
been delivered to the independent laboratory. The independent laboratory testing and
reporting listed in this special provision does not need to be completed prior to the
Consultant providing written notice to produce.
The report from the independent laboratory shall be provided in electronic format to the
Consultant with a copy to trans.constructqa@govab.ca.

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

4.1 AMENDMENT TO SPECIFICATION 1.2, GENERAL, RE: SAFETY


PREQUALIFICATION

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.

It is the Bidder's responsibility to ensure his registration in the program is properly


documented with the issuing certifying partner and the Department will assume no
liability for errors or omissions in this regard.

4.2 AMENDMENTS TO SPECIFICATION 1.2, GENERAL, RE: DIESEL FUEL COST


ADJUSTMENT

i) The references to “Contract completion date” in Clause 1.2.58.6 and Clause


1.2.58.7 of Section 1.2.58, DIESEL FUEL COST ADJUSTMENT, are revised to
“Construction Completion date”.
ii) The reference to “Subsection 1.2.56.4” in Clause 1.2.58.7 of Section 1.2.58,
DIESEL FUEL COST ADJUSTMENT, is revised to read “Subsection 1.2.58.4”.

4.3 AMENDMENTS TO SPECIFICATION 1.2, GENERAL, RE: 1.2.16


ENVIRONMENTAL MANAGEMENT, PRODUCED SAND AND
CONTAMINATED SOILS

i) Section 1.2.16.4.4, Produced Sand and Contaminated Soils, is replaced in its


entirety with the following:
Produced Sand and Contaminated Soils
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.
Municipal District Bonnyville No. 87 - 57 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

SPECIFICATION AMENDMENTS

4.4 AMENDMENT TO SPECIFICATION 3.2, AGGREGATE PRODUCTION AND


STOCKPILING, RE: MICRO-DEVAL TESTING

i) Table 3.2.3.1, Specifications for Aggregate, contained in Subsection


3.2.3.1, General, of Section 3.2.3, PRODUCTION, is replaced in their entirety
with the following:

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

Sampling, Gravel and Sand ATT-38

Sieve Analysis ATT-25 or 26

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

Dry Strength, Non-Plastic Aggregates ATT-54

Determining the Plastic Limit and Plasticity Index of Soils AASHTO T 90


Percent Fracture ATT-50

Classification of Soils for Engineering Purposes (for definition of Coefficient of


Uniformity, Cu) ASTM D2487

L.A. Abrasion AASHTO T 96

Micro-Deval AASHTO T 327

Flakiness Index ATT-49


Detrimental Matter in Coarse Aggregate TLT-107

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

TESTS STANDARD MINIMUM FREQUENCY

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

Uncrushed Fine Fraction(s)


ATT-26 Minimum Frequency not Specified
Contractor Supply of Aggregate
ATT-26 One for first 5 000 tonnes plus one for each
Department Controlled Source additional 10 000 tonnes.

DRY STRENGTH ATT-54 Des. 2-one per 20 000 tonnes

Des. 1-minimum frequency not specified Des.


2-one per Source and one per 20 000 tonnes
PLASTICITY INDEX AASHTO T 90 when ATT-54 indicates a non-plastic high
result.
Other Des.-when requested by the Consultant

PERCENT FRACTURE ATT-50 One per 5 000 tonnes.

L.A. ABRASION AASHTO T 96 When requested by the Consultant

MICRO-DEVAL AASHTO T 327When requested by the Consultant

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 third paragraph contents of Subsection 3.2.3.2.4.1, Aggregate Quality,


contained in Subsection 3.2.3.2.4, Quality Assurance Testing, of Subsection
3.2.3.2, Quality Control, of Section 3.2.3, PRODUCTION, is replaced in their
entirety with the following:
All quality assurance and appeal testing for aggregate quality will be
completed by firms that are pre-qualified by the Department in the
category of Mix Design Services - Marshall. Quality assurance
testing to verify aggregate quality will include some or all of the following
tests: Sieve Analysis, Detrimental Matter in Coarse Aggregate (Coarse
Fraction, +5000 µm material), Micro-Deval and L.A. Abrasion. The
results of this testing will be used by the Consultant to verify
specification compliance for the requirements of L.A abrasion, Micro-
Deval and/or detrimental matter. Aggregate that does not meet
specification requirements shall not be incorporated into the Work.
ii) The last paragraph contents of Subsection 3.2.3.2.4.2, Appeal Testing for
Aggregate Quality, contained in Subsection 3.2.3.2.4, Quality Assurance
Testing, of Subsection 3.2.3.2, Quality Control, of Section 3.2.3,
PRODUCTION, is replaced in their entirety with the following:
If the new mean value indicates that the aggregate material is not
acceptable then the Contractor will be invoiced by the Department for
the testing costs at the following rates:
L.A. Abrasion - $600 per appeal,
Micro-Deval - $600 per appeal
Detrimental Matter Content - $1,000 per appeal.

4.5 AMENDMENT TO SPECIFICATION 3.50 ASPHALT CONCRETE PAVEMENT –


EPS, RE: REQUIREMENTS FOR MOISTURE SUSCEPTIBILITY TESTING

(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

4.6 AMENDMENT TO SPECIFICATION 3.50, ASPHALT CONCRETE PAVEMENT –


EPS, RE: AGGREGATE TOP SIZE REQUIREMENTS FOR MIX TYPE H1

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:

Aggregate Criteria (Note 8) Marshall Mix Design Criteria


Type

Top Size % % Fractures Marsh Voids


(mm) MF. - +5000 all Air VMA % Filled
(Class for 5000 Stabilit No. of Flow
Voids (min) by % with
Mix

Des. 1 (min) (2 faces) yN Blows (mm)


(%) Air Voids Asphal
Aggregat Note
(min) (min) t%
e) 1

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

b) The following note is added:


Note 8 - For all non-surface course lifts with a designated lift thickness
greater than or equal to 40 mm the Contractor has the option of using a
16.0 mm top size aggregate for Mix Types H1, H2, M1, and L1. Such
mixes shall be designated within the mix design submission as H1-16,
H2-16, M1-16, or L1-16 as applicable. The minimum VMA requirements
for such mixes shall be 13.0% at 3.5% air voids and 13.5% at 4.0% air
voids. All other aggregate and mix design criteria shall remain the same.
Payment for such mixes shall remain the same as the unit price bid for
the applicable Mix Type.

4.7 AMENDMENT TO SPECIFICATION 3.1, SUBGRADE PREPARATION

ii) Section 3.1.2.4, Preparing Subgrade Surface on Combined Grading and


Surfacing Projects, is replaced in its entirety with the following:
Preparing Subgrade Surface on Combined Grading and Surfacing Projects

On combined projects, the Contractor shall complete the grading construction to


required profile, cross-section, moisture content and compaction standards in
accordance with Specification 2.3, Grading. Payment for this work will be made in
accordance with Specification 2.3, Grading.

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.

4.8 AMENDMENT TO SPECIFICATION 3.6, GRANULAR BASE COURSE

Subsection 3.6.5, “Compliance Requirements”, is revised as follows:


i) The second paragraph is replaced with the following:

“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.

4.9AMENDMENTS TO SPECIFICATION 5.7, SUPPLY OF ASPHALT, RE:


MULTIPLE STRESS CREEP RECOVERY (MSCR) TESTING

i) The contents of Subsection 5.7.2.1, General, of Section 5.7.2, MATERIALS, are


replaced in their entirety with the following:
The Contractor shall supply the types and grades of asphalt specified
in the Contract. Asphalt suppliers' materials must be pre-qualified by
the Department. Pre-qualified suppliers are listed in the Alberta
Transportation Products List.
All asphalt binders shall be prepared from petroleum oils. They shall
be free from impurities. Solvents used in the manufacture of
cut-back asphalts shall be derived from petroleum oils. Emulsifiers
used to stabilize asphalt emulsions shall not be harmful to the
performance of the asphalt in service.
Re-refined Engine Oil Bottoms (REOB), also known as Vacuum Tower
Asphalt Extenders (VTAE) shall not be added in any proportion
to PGAC. The Department may perform a chemical composition
analysis to determine if REOB has been used.
The Contractor shall ensure that the asphalt supplied meets all
requirements for the types and grades specified. The Contractor
may be required to use more than one type or grade of asphalt for a
particular purpose. Any change in asphalt type or grade must be
approved by the Consultant. The Contractor shall notify the
Consultant of any changes in asphalt material suppliers.
Municipal District Bonnyville No. 87 - 65 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

SPECIFICATION AMENDMENTS

Performance grade asphalt cements (PGAC) shall meet the


requirements of AASHTO M320 Standard Specification for
Performance Graded Asphalt Binder (Table 1) with modifications for
certain grades as outlined within the specification.
Suppliers of the following PG asphalts will be required to meet
the following additional “quality stipulations” prior to receiving
approval for listing on the Products list.

• For the PG 58-28 designation the Department will


not pre-qualify an asphalt product which grades to a low
temperature warmer than -30°C when tested according to
AASHTO T313 Determining the Flexural Creep Stiffness
of Asphalt Binder Using the Bending Beam Rheometer
(BBR).
• For the PG 46-34 designation the Department will
not pre-qualify an asphalt product which grades to a low
temperature warmer than -37°C when tested according to
AASHTO T313.

For asphalts designated as a PG 58-37, Table 1, Performance


Graded Asphalt Binder Specification contained in AASHTO M320
shall be modified in accordance with the following criteria:

• 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 14.5°C or lower.

For asphalts designated as a PG 64-37, Table 1, Performance


Graded Asphalt Binder Specification contained in AASHTO M320
are modified in accordance with the following criteria:

• 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.

Elastic Recovery Requirements for Selected PGAC Grades

Selected grades of PGAC will be tested at a temperature of 58϶C to determine the


average percent recovery at 3.2 kPa (R3.2) according to the requirements of AASHTO T
Municipal District Bonnyville No. 87 - 66 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

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

58-34, 64-28 25%

58-37, 58-40, 64-34, 70-28 40%

64-37, 76-28 55%

Asphalt cements which have been enhanced to meet AASHTO M320


specifications through the use of polymer additives or other chemical
means shall be referred to as modified asphalts.

Liquid anti-strip additives listed on the Alberta Transportation


Products List may be added to the asphalt product at a rate not to
exceed 1% by weight of liquid asphalt. The anti-strip additive shall
be heat stable and shall have no injurious effect on the asphalt
product. The anti-strip additive/asphalt combination shall meet the
AASHTO M320 requirements with modifications as outlined within
this specification. The type and percentage of anti-strip additive
used shall be listed on the delivery weigh-bills by the asphalt supplier.

The Department reserves the right to discontinue the use of any


asphalt product that fails to perform to the expectation or satisfaction
of the Consultant or Department, regardless of its compliance with the
Specifications.
The Department no longer specifies Penetration-Viscosity grades for
Asphalt Cement and those associated tables have been removed from
this specification. Historical information can be found in the 2013
Standard Specifications for Highway Construction.
ii) The first paragraph of Subsection 5.7.3.3, Quality Assurance, of Section 5.7.3,
SAMPLING AND TESTING, is replaced with the following:

The Contractor shall deliver all quality assurance samples to the


Consultant on the day they were sampled. The Consultant
will forward the samples to the Department's designated quality
assurance laboratory for testing and will accept or reject asphalt
material based on the test results. Quality assurance testing for PGAC
will be in accordance with AASHTO R29 Grading or Verifying the
Performance Grade of an Asphalt Binder, and determination
Municipal District Bonnyville No. 87 - 67 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

SPECIFICATION AMENDMENTS

of R3.2@58°C according to AASHTO T 350.

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.

iv) The Specification Tables and Charts are revised as follows:


a) Tables ASPH-1, ASPH-2 and ASPH-3, are deleted.
b) The contents of Table ASPH-8b, SPECIFICATIONS FOR
POLYMER-MODIFIED CATIONIC RAPID-SETTING EMULSIFIED
ASPHALT, are replaced with the following:

ASPHALT TYPE AND GRADE CRS-2P A.S.T.M.


REQUIREMENTS min. max. TEST
METHOD
Viscosity at 50qC, SFs 100 400 D244

(1) 65 --- D6997


Residue by Distillation, % by mass
Oil Portion of Distillate, % by volume of --- 3.0 D6997
emulsion

ASPHALT TYPE AND GRADE CRS-2P A.S.T.M.


REQUIREMENTS min. max. TEST
METHOD
(2) --- 1.5 D6930
Storage Stability Test, 24 h, % by mass
Demulsibility, 35 ml of 0.5% by weight solution of 60 --- D6936
sodium dioctyl sulphosuccinate, % by mass

Sieve Test, % retained on a 1 000 µm sieve, --- 0.1 D6933


(2)
% by mass

Particle Charge Test D244

Test on Residue from Distillation

Penetration at 25qC, 100 g, 5 s, dmm 100 250 D5


Municipal District Bonnyville No. 87 - 68 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

SPECIFICATION AMENDMENTS

Elastic Recovery at 10qC by Ductilometer, % 55 --- D6084 Test B

(3) 97.5 --- D2042


Solubility in Trichloroethylene, % by mass
(3) --- 1.0 TLT-229
Ash Content, % by mass of residue

4.10 AMENDMENTS TO SPECIFICATION 3.50, ASPHALT CONCRETE


PAVEMENT (EPS), RE: QUALITY CONTROL TESTING USING
MAXIMUM SPECIFIC GRAVITY TESTING OF HOT MIX ASPHALT

(i) Table 3.50.4.2 in Subsection 3.50.4.2, Methods of Testing for


Acceptance and Appeal Testing, is replaced in its entirety with the following:
TABLE 3.50.4.2
TEST METHODS ON MANAGED QA PROJECTS

TEST TEST METHOD


DESCRIPTION

1 Sampling Mixes ATT-37


2 Coring ATT-5
3 Extraction ATT-12
4 Correction Factor, Extracted Asphalt Content ATT-12 Part III
5 Percent Fracture ATT-50
6 Sieve Analysis ATT-26
7 Density, Immersion Method, Waxed Asphalt Concrete Specimens ATT-6
Density, Immersion Method, Saturated Surface Dry Asphalt Concrete
8 ATT-7
Specimens
9 Density, Using Automated Vacuum Sealing Method AASHTO T331
10 Voids Calculations, Asphalt Concrete Specimens ATT-36
11 Percent Compaction, Asphalt Concrete Pavement ATT-67
12 Forming Marshall Specimens, Field Method ATT-13
13 Moisture Content, Oven Method Asphalt Concrete Mixes ATT-15
14 Smoothness of Pavements using IRI Criteria See Special Provisions
15 Stratified Random Test Sites for A.C.P. Projects ATT-56
16 Appeal Testing, Asphalt Content, Density and Gradation ATT-68
17 Asphalt Content, Ignition Method ATT-74

18 Correction Factor, Ignition Asphalt Content ATT-74 Part II

19 Maximum Specific Gravity of Bituminous Mixes ASTM 2041


ADDITIONAL TEST METHODS FOR ALL QC OR QA ACCEPTANCE LOTS

20 Asphalt Content AASHTO T164, T287 or


Municipal District Bonnyville No. 87 - 69 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

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.

(ii) Table 3.50.4.3 in Subsection 3.50.4.3, Quality Control Testing, is


replaced in its entirety with the following:
TABLE
3.50.4.3
QUALITY CONTROL TESTING REQUIREMENTS – MANAGED QA TESTING PROJECTS
TEST STANDARD MINIMUM FREQUENCY

AGGREGATE PRODUCTION See Specification 3.2

ASPHALT MIX PLANT

Calibration ATT-17 Once per project or as required

Inspection ATT-16
(2)

SAMPLES

Asphalt Cement ATT-42 See Specification 5.7

Tack, Prime and Fog Materials ATT-42 See Specification 5.7

Cold Feed Aggregate ATT-38


(2)
Mix ATT-37

QA Cores - Stratified Random Test Sites Chosen


ATT-56
By The Consultant One per segment for each
Lot. One per segment for
i) QA Cores for Pavement Density selected Lots as directed by
ATT-5
ii) QA Cores for Asphalt Content and Gradation the Consultant.
ATT-5

TESTS WITH SPECIFIED MINIMUM FREQUENCIES

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

ATT-12, Part III or


Correction Factors
As Required
ATT-74, Part II
(2)
Mix Moisture Content ATT-15
(2)
Aggregate Sieve Analysis ATT-26

Segregation Rating
Pavement Segregation Each
Manual Lot
(2)
Field Formed Marshall Briquettes ATT-13
(2)
Density Immersion Method, Saturated Surface Dry ATT-7

Maximum Specific Gravity of Bituminous Mixes


ASTM 2041
(2), (3)
(Gmm)

Void Calculations, Cores or Formed Specimens % of Gmm (2), (3)

(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

TESTS WITH NO SPECIFIED MINIMUM FREQUENCIES


(1)
Temperatures ATT-30

ATT-67, ATT-5 or (1)


Percent Compaction, Cores or Nuclear Density
ATT-11
(1)
Random Test Site Locations ATT-56

Correction Factors, Nuclear Moisture-Density (1)


ATT-48
Measurement
(1)
Minimum Frequency not Specified.
(2)
When a Lot has eight hours of plant production or more, a minimum of four plant checks
plus four asphalt contents and four sieve analysis of the combined aggregate (cold feed or
extraction) are required. When a Lot has less than eight hours of plant production, these
tests shall be performed once for every two full hours of plant production.
(3)
Report Maximum Specific Gravity (Gmm) and voids (air voids and VMA) calculated by using
both ATT-36 (voids table) and by % of Gmm as follows.

Air Voids (%) = (Gmm – Gmb) x 100


Gmm

Where: Gmm = Maximum specific gravity, and


Municipal District Bonnyville No. 87 - 71 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

SPECIFICATION AMENDMENTS

Gmb = Marshall or core bulk density (tonne/m3)

4.11 AMENDMENTS TO SPECIFICATION 5.25, SUPPLY OF THRIE BEAM


AND W-BEAM GUARDRAIL MATERIAL, RE: MATERIAL STANDARDS

i) Subsection 5.25.2, STANDARDS OF REFERENCE, is revised as follows:

a) The second paragraph is replaced with the following:

All materials supplied by the Contractor shall be in compliance


with the latest versions of the following standards,
specifications or publications, as applicable:

b) The referenced Canadian Standards Association (CSA) and


American Society for Testing and Materials (ASTM) standards are
replaced in their entirety with the following:

Canadian Standards
Association (CSA):

CSAG40.20/G40.21 General Requirements for Rolled or Welded

Structural Quality Steel/Structural Quality Steel

CSA W59 – Welded Steel Construction (Metal Arc Welding)

CSA O80 – Wood Preservation

American Society for Testing and Materials (ASTM):

ASTM A36M – Carbon Structural Steel


ASTM A123M – Zinc (Hot-Dip Galvanized) Coatings on Iron and
Steel Products
ASTM A307 – Carbon Steel Bolts, Studs, and Threaded Rod
60,000 PSI Tensile Strength
ASTM A653 – Standard Specification for Steel Sheet, Zinc-
Coated (Galvanized) or Zinc-Iron Alloy-Coated
(Galvannealed) by the Hot-Dip Process
Municipal District Bonnyville No. 87 - 72 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

SPECIFICATION AMENDMENTS

ASTM A780 – Standard Practice for Repair of Damaged and


Uncoated Areas of Hot-Dip Galvanized
Coatings
ASTM D4956 – Retro-reflective Sheeting for Traffic Control
ASTM E376 – Measuring Coating Thickness by Magnetic-
Field or Eddy-Current (Electromagnetic) Test
Methods
ASTM F2329 – Zinc Coating, Hot-Dip, Requirements for
Application to Carbon and Alloy
Steel Bolts,Screws, Washers, Nuts,
and Special Threaded Fasteners

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.

Prior to installing any guardrail, the Contractor shall supply the


Consultant with the Manufacturer’s certification that the materials
conform to the Specifications.

iii) Subsection 5.25.3.1, Rails and Terminal Elements, is revised as follows:

a) The fourth paragraph is replaced with the following:

Rails and terminal elements shall be manufactured from open


hearth, electric furnace or basic oxygen semi-spring steel
sheet, galvanized either before or after fabrication, all in
general accordance with the AASHTO Standard Designation
M-180, and as shown on the applicable TEB and RDG
Drawings.

b) The following is added to the end of the fifth paragraph:

When directed by the Consultant, repairs to damaged


galvanizing on rails or terminal elements shall be in
accordance with ASTM A780 Method A2 “Repair Using Paints
Containing Zinc Dust”.

c) The last paragraph of the Subsection is deleted.

iv) The second sentence of Subsection 5.25.3.4, Guardrail Reflectors, is


replaced with the following:
Municipal District Bonnyville No. 87 - 73 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

SPECIFICATION AMENDMENTS

Reflectors shall have minimum dimensions of 102 mm x 76 mm.

v) The reference to “CSA-G164M” in the first paragraph of Subsection


5.25.3.2, Bolts, Nuts and Washers, is revised to “ASTM A123M and ASTM
F2329”.

vi) The following is added to Subsection 5.25.3.3, Posts:

5.25.3.3.3 Steel Posts

Steel for posts, spacers and hardware shall conform to CSA


Standard G40.21
Grade 350W or ASTM Standard A36; and shall be hot dip galvanized
after the section is fabricated, cut, and all holes are drilled or punched,
in accordance with ASTM A123M Standard Specification for Zinc
(Hot-Dip Galvanized) Coatings on Iron and Steel Products.

vii) The reference to “ASTM Standard E316.3(c)” in the first paragraph of


Subsection 5.25.4.2, Inspection of W-Beam Guardrail Material, is revised to
“ASTM Standard E376”.

4.12 AMENDMENTS TO SPECIFICATION 3.2, AGGREGATE PRODUCTION AND


STOCKPILING, RE: PAYMENT RATES FOR INTERIM CRUSHING,
HAULING AND STOCKPILING

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:

Designation Mix Type or Class Rate

1 H1, H2, S1, S2 $ 10.00 per tonne


1 M1, L1, S3 $ 8.75 per tonne
Superpave All Mix Types $ 10.00 per tonne
2 All Classes $ 6.25 per tonne
3 12.5AW and BW $ 19.00 per tonne
3 12.5C $ 10.00 per tonne
4 All Classes $ 5.75 per tonne
6 All Classes $ 5.25 per tonne
Haul All Classes $ 0.15 per tonne.kilometre

4.13 AMENDMENTS TO SPECIFICATION 7.1, TRAFFIC ACCOMMODATION


AND TEMPORARY SIGNING, RE: BONUS AND PENALTY ASSESSMENT
Municipal District Bonnyville No. 87 - 74 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

SPECIFICATION AMENDMENTS

i) The Contents of Subsection 7.1.14, COMPLIANCE, are replaced in their


entirety with the following:

7.1.14.1 Infractions

In cases where the Contractor is not in compliance with the


Specification requirements and, in the opinion of the Consultant or
Department, there is imminent danger to the travelling public, the
Consultant or Department has the authority to order the immediate
suspension of work. Such orders, when issued, will be made in writing.

In cases where the Contractor is not in compliance with the


Specification requirements but, in the opinion of the Consultant, the
infraction is not causing imminent danger to the travelling public, the
Consultant will use the following escalating process to address each
instance:

i) Stage 1 - Issue a verbal warning instructing the Contractor


to correct an infraction.

ii) Stage 2 - Issue a written warning instructing the Contractor


to correct the infraction.

iii) Stage 3 - Issue a written order instructing the Contractor to


suspend work until the infraction has been corrected to the
satisfaction of the Consultant.

7.1.14.2 Written Non-Compliance Notices

In addition to the infraction escalation process described in Subsection


7.1.14.1, Infractions, the Department may issue written non-
compliance notices to the Contractor for occurrences that are not in
compliance with the Specification requirements. These notices may be
issued either concurrent with or independent of the verbal and written
communications issued as part of the infraction escalation process.
Such notices will be subject to the following requirements:

• For each of the first 3 written non-compliance notices that may


be issued, the Contractor will be given five (5) calendar days to
submit a report indicating how they intend to address the
Municipal District Bonnyville No. 87 - 75 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

SPECIFICATION AMENDMENTS

respective non-compliance issues, and how future non-


compliance issues will be prevented. Where practicable, the
report shall include, but not be limited to, written record of site
activities, picture/video documentation, sign logs, and
documentation showing relevant communications between the
Consultant and Contractor. The five (5) day period will
commence on the day the Department issues the written non-
compliance notice to the Contractor.

The Department will review each report and determine its


acceptability within fifteen (15) calendar days of receipt from
the Contractor.

• For each of the fourth and subsequent written non-compliance


notices that may be issued, the entire work zone will be shut
down, The shutdown will remain in effect until direction to
resume work operations is given by the Department.

The Contractor will be given five (5) calendar days to submit a


report indicating how they intend to address the respective non-
compliance issues, and how future non-compliance issues will
be prevented. Where practicable, the report shall include, but
not be limited to, written record of site activities, picture/video
documentation, sign logs, and documentation showing relevant
communications between the Consultant and Contractor. The
five (5) day period will commence on the day the Department
issues the written non-compliance notice to the Contractor.

In addition, a Work Zone Safety Audit will be performed for the


entire project. This audit will be carried out by a team consisting
of members from the Department, the Consultant, the
Contractor, designates of the Alberta Roadbuilders and Heavy
Construction Association, and any other third party
representation deemed appropriate by the Department. The
Department will be responsible for organizing and chairing the
audit team.

ii) Subsection 7.1.15, PAYMENT, is revised as follows:

1) The following is added after the existing paragraph of Subsection


7.1.15.1, General:
Municipal District Bonnyville No. 87 - 76 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

SPECIFICATION AMENDMENTS

All costs associated with the preparation and submission of


reports by the Contractor necessitated by the issuance of
written non-compliance notices will be considered incidental to
the Work, and no separate or additional payment will be made.
Costs associated with the participation of the Consultant,
Alberta Roadbuilders and Heavy Construction Association
members other than the Contractor, and any other third party
representation in any required Work Zone Safety Audits will be
paid by the Department. Costs incurred by the Contractor for
participating in any required Work Zone Safety Audits will be
considered incidental to the Work, and no separate or
additional payment will be made.
2) The last 2 paragraphs of Subsection 7.1.15.2, Bonus and Penalty
Assessment, are replaced with the following:
If none of the following have been issued prior to the issuance
of the Construction Completion Certificate:
• Written order to suspend work or written warning issued
by the Consultant.
• Written order to suspend work issued by the
Department.
• Written non-compliance notice.

the Contractor will receive a lump sum bonus payment of $500


or 0.1% of the original modified tender price to a maximum of
$5,000, whichever is greater.
In addition to the individual infraction penalties described
above, penalties will be assessed for any written non-
compliance notices issued in accordance with the following:
• For the first written non-compliance notice, the
Contractor will be issued a penalty consisting of the
loss of the bonus payment.
• For a second written non-compliance notice, the
Contractor will be assessed a penalty of $500 or 0.1%
of the original modified tender price to a maximum of
$5,000, whichever is greater.
• For a third written non-compliance notice, the
Contractor will be assessed a penalty of $1,000 or
0.2% of the original modified tender price to a
maximum of $10,000, whichever is greater.
• For a fourth or subsequent written non-compliance
notice, the Contractor will be assessed a penalty of
Municipal District Bonnyville No. 87 - 77 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

SPECIFICATION AMENDMENTS

$2,500 or 0.5% of the original modified tender price to


a maximum of $25,000, whichever is greater.
Bonus and penalty assessments and written orders will not be administered separately
for separate and distinct work areas within the Contract or for distinct work phases on
any given work areas within the Contract, but will be administered as a single process
for the entire Work regardless of the number of separate and distinct work areas or the
number of distinct work phases on any given work areas.

4.14 AMENDMENTS TO SPECIFICATION 1.2, GENERAL, RE:


HOLDBACK

i) The Contents of Subsection 1.2.46.2, Holdback, are replaced in their


entirety with the following:

“Subject to Section 1.2.46.4, Increase in Holdback, the Department will


retain holdback in the amount of 5% of the value of each progress estimate.”

ii) The reference to “10%” in Clause 1.2.46.3.1(iii) of Section 1.2.46,


PAYMENT AND HOLDBACK, is revised to read “5%”.

4.15 AMENDMENTS TO SPECIFICATION 1.2, GENERAL, RE: DISPUTE


RESOLUTION PROCESS

i) Section 1.2.1.2, HIERARCHY OF DOCUMENTS, is revised as follows:


- The first bullet of the first paragraph of Clause 1.2.1.2 reading “Applicable
appendices contained in the document entitled Dispute Resolution Process for
Government of Alberta Construction Contracts, Edition 1, 1997” is deleted.
ii) Section 1.2.57, CLAIMS AND DISPUTE RESOLUTION, is revised as follows:
- The Contents of Section 1.2.57, CLAIMS AND DISPUTE RESOLUTION, are
replaced in their entirety with the following:
1.2.57 CLAIMS AND DISPUTE RESOLUTION
Any claims or demands by the Contractor, arising out of alleged errors, omissions or
misrepresentations in the Contract Documents or arising out of acts or omissions of the
Consultant, the Consultant's directors, officers, employees, agents, or sub-consultants,
in relation to the carrying out of the Work, are to be made only to, or against, the
Department. The Contractor waives any right to commence or carry on such claims or
demands against any person other than the Department.
Unless otherwise agreed to in writing between the Department and the Contractor, all
disputes in respect of the application or interpretation of any provision of the Contract
shall be determined in accordance with the Dispute Resolution Procedure (as defined
in Section 1.2.57.2). Either party may at any time by notice to the other refer any
Municipal District Bonnyville No. 87 - 78 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

SPECIFICATION AMENDMENTS

question in respect of the application or interpretation of any provision of the Contract


to the Dispute Resolution Procedure. In the case of a Claim (as defined in Section
1.2.57.1.1), the Contractor shall follow the Claims Review Process for Contractor
Claims (as set out in Section 1.2.57.1).
The Contractor is hereby warned that under applicable laws there may be certain things
that have to be done by certain times, otherwise the Contractor may lose its legal right
to make, or continue with making, a claim against the Department.
1.2.57 .1 Claims Review Process for Contractor Claims
The review of contractor claims is subject to the following process:
1.2.57.1. Claims
If a circumstance arises between the Department and the Contractor, in connection
with or arising out of the Contract or the carrying out of the Work, which the Contractor
believes requires a change in payment or compensation under the Contract or a change
in the time required to complete the Contract, such situation is considered a claim (the
“Claim”).
As soon as the Contractor becomes aware of the Claim, the Contractor shall
immediately begin to keep separate daily work records relating to the Claim. The
records may include, but are not limited to, accurate quantity measurements, quality
reports, actual direct costs, and actual indirect costs. The Contractor shall provide
copies of such records in the manner and at the times requested by the Department.
1.2.57.1.2 Claims Review Process
1.2.57.1.2.1 Notice of Claim
Where the Contractor considers that there is a Claim, the Contractor shall send a notice
of the Claim (the “Notice of Claim”) to the Project Sponsor (as set out in the Contract).
The Notice of Claim must be provided as soon as reasonably possible after the
occurrence of the circumstance giving rise to the Claim, and not later than seven days
after the occurrence of the circumstance or the Contractor becoming aware of the
circumstance. It is imperative that the Contractor provide such notice in such manner
and if the Contractor fails to provide such notice in such manner, the Department may
assert a claim for damages arising from such failure.
The Notice of Claim shall be in such written form as directed in writing by the
Department or be in writing and expressly referring to this Section 1.2.57.1.2.1 and shall
set out details about the Claim, including but not limited to:
a. the Contract number;
b. the Contract description;
c. Notice of Claim number;
d. identification of any documents or particulars that support the Claim (including any
written or oral communications related to the Claim);
Municipal District Bonnyville No. 87 - 79 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

SPECIFICATION AMENDMENTS

e. detailed description of the substance of the Claim with dates, locations,


incurred/projected direct costs (labour, material, equipment, etc.), incurred/projected
indirect costs and any other items relevant to the Claim;
f. relevant provisions of the Contract which support the Claim and the reasons why such
provisions support the Claim;
g. identify whether there is any impact on a critical path that will impact the Detailed
Construction Schedule (as set out in the Contract) thereby resulting in additional Site
Occupancy Days (as set out in the Contract) and adjustment of Construction
Completion Date (as set out in the Contract);
h. any other information that may be helpful for reviewing the Claim; and
i. any proposals on ways to mitigate the impact of the Claim.
In order for there to be an efficient and effective understanding of the Claim by the
Department, it is incumbent on the Contractor to provide all the necessary information
reasonably needed by the Department in order to understand the Claim and to provide
all the necessary information in an organized, concise, and logical manner.
Notwithstanding a Notice of Claim has been provided to the Project Sponsor, the Work
must proceed or continue without delay.
1.2.57.1.2.2 Department Acknowledgement of the Notice of Claim
Upon receipt of the Notice of Claim, the Department shall provide a written
acknowledgement to the Contractor and within seven days of the receipt of the Notice
of Claim arrange a tri-party meeting of representatives of the Department, the
Contractor and the Consultant. The details of the Claim will be discussed at the tri-party
meeting.
1.2.57.1.2.3 Ongoing Effect
If the circumstance giving rise to the Claim has a continuing effect, then the Contractor
shall submit to the Department such further information at such intervals as may be
reasonably required by the Department.
1.2.57.1.2.4 Review of the Claim
If the Contractor wishes to have the Department review the Claim, the Contractor shall
send a written notice to the Project Sponsor (as set out in the Contract), no later than
28 days after submitting the Notice of Claim, expressly referring to this Section
1.2.57.1.2.4 and requesting the Department review the Claim (the “Level 1 Notice”).
Failure by the Contractor to provide the Level 1 Notice by such deadline 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.
The parties will make bona fide efforts to review the Claim but the Work must proceed
or continue without delay during the following process to review the Claim:
Level 1 Review by Project Sponsor
Municipal District Bonnyville No. 87 - 80 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

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.

4.16 AMENDMENTS TO SPECIFICATION 2.25, HIGHWAY STREET LIGHTING

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

Add the following paragraph to section 2.25.6.10:

“Wiring connections shall only be made inside lights or in underground junction


boxes. All connections made inside junction boxes must be waterproof.
Connections using wire nuts and tape will not be accepted. Wiring inside conduits
must be continuous. Hidden splices or connections are prohibited. Industry
approved weatherproof circuit identification markers shall be placed on all circuits
inside all lights and junction boxes.”

Replace the second paragraph in section 2.7.4.1 with the following:

“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

PLANS, DRAWINGS AND PERMITS

5. PLANS, DRAWINGS AND PERMITS

5.1 CONTRACT PLANS

The following drawings, which are included separately, form part of the tender
documents and Contract.

DRAWING
DESCRIPTION
NO.

101 COVER SHEET


TOWNSHIP ROAD 630 - OVERALL IMPROVEMENT PLAN STATION 9+350 TO
201
STATION 13+300
TOWNSHIP ROAD 630 - DETAILS - ROAD ALLOWANCES 42(S), 43(N), 43(S)
202
44(S), INTERSECTIONS
203 TOWNSHIP ROAD 630 - DETAILS DRAINAGE IMPROVEMENTS

204 TOWNSHIP ROAD 630 - DETAILS DRAINAGE IMPROVEMENTS


205 DETAILS SHEET - TYPICALS

206 TOWNSHIP ROAD 630 - EROSION & SEDIMENT CONTROL


TOWNSHIP ROAD 630 - CROSS-SECTIONS STATION 9+350 TO STATION
207
10+220
TOWNSHIP ROAD 630 - CROSS-SECTIONS STATION 10+240 TO STATION
208
11+120
TOWNSHIP ROAD 630 - CROSS-SECTIONS STATION 11+140 TO STATION
209
12+020
TOWNSHIP ROAD 630 - CROSS-SECTIONS STATION 12+040 TO STATION
210
12+920
TOWNSHIP ROAD 630 - CROSS-SECTIONS STATION 12+940 TO STATION
211
13+340
212 TOWNSHIP ROAD 630 - SOIL LOGS
213 TOWNSHIP ROAD 630 - SOIL LOGS
301 RANGE ROAD 475A - PLAN PROFILE STATION 19+860 TO STATION 21+320
302 DETAIL SHEET - TYPICALS

303 TOWNSHIP ROAD 630 - EROSION & SEDIMENT CONTROL


RANGE ROAD 475A - CROSS-SECTIONS STATION 20+240 TO STATION
304
21+020
RANGE ROAD 475A - CROSS-SECTIONS STATION 21+040 TO STATION
305
21+420
306 RANGE ROAD 475A - SOIL LOGS
Municipal District Bonnyville No. 87 - 84 - Construction Contract
Reconstruction of Twp Rd 630 & RR 475A

PLANS, DRAWINGS AND PERMITS

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

You might also like