Tender Shell - Municipality of Crowsnest Pass

78
Addendum No. Date: Addendum No. Date: Addendum No. Date: CONTRACT NUMBER: 201-02620-00 CONTRACT AND SPECIFICATIONS MUNICIPALITY OF CROWSNEST PASS for HIGHWAY 3 INTERIM IMPROVEMENTS HIGHWAY 3 & HIGHWAY 40/86 STREET INTERSECTION KM 15.636 (NW 9-8-4-W5) & HIGHWAY 3 & 213 STREET/9 AVENUE INTERSECTION KM 23.636 (SW-29-7-3-W5) & HIGHWAY 3:02 FRANK KM 22.500 to KM 23.401 & COLEMAN SIDEWALKS/PATHWAYS & HIGHWAY 3 & 20 AVENUE KM 18.050 Intersection Geometric Improvements, Grading, Granular Base Course, Asphalt Concrete Pavement, Concrete, Traffic Signalization, Illumination and Other Work September 2020

Transcript of Tender Shell - Municipality of Crowsnest Pass

Addendum No. Date: Addendum No. Date: Addendum No. Date:

CONTRACT NUMBER: 201-02620-00

CONTRACT AND SPECIFICATIONS

MUNICIPALITY OF CROWSNEST PASS

for

HIGHWAY 3 INTERIM IMPROVEMENTS

HIGHWAY 3 & HIGHWAY 40/86 STREET INTERSECTION KM 15.636

(NW 9-8-4-W5) &

HIGHWAY 3 & 213 STREET/9 AVENUE INTERSECTION KM 23.636

(SW-29-7-3-W5) &

HIGHWAY 3:02 – FRANK KM 22.500 to KM 23.401

& COLEMAN SIDEWALKS/PATHWAYS

& HIGHWAY 3 & 20 AVENUE

KM 18.050

Intersection Geometric Improvements, Grading, Granular Base Course, Asphalt Concrete

Pavement, Concrete, Traffic Signalization, Illumination and Other Work

September 2020

Prepared by: WSP

September 2020

CONTRACT NUMBER: 201-02620-00

CONTRACT AND SPECIFICATIONS

MUNICIPALITY OF CROWSNEST PASS

for

HIGHWAY 3 INTERIM IMPROVEMENTS

HIGHWAY 3 & HIGHWAY 40/86 STREET INTERSECTION KM 15.636

(NW 9-8-4-W5) &

HIGHWAY 3 & 213 STREET/9 AVENUE INTERSECTION KM 23.636

(SW-29-7-3-W5) &

HIGHWAY 3:02 – Frank KM 22.500 to KM 23.401

& COLEMAN SIDEWALKS/PATHWAYS

& HIGHWAY 3 & 20 AVENUE

KM 18.050

Intersection Geometric Improvements, Grading, Granular Base Course, Asphalt Concrete

Pavement, Concrete, Traffic Signalization, Illumination and Other Work

Municipality of Crowsnest Pass Contract: 201-02620-00 Highway 3 Interim Improvements

NOTE TO BIDDERS For information regarding this project, you may contact:

James Herian, P.Eng. WSP 3509 6th Avenue North Lethbridge, AB T1H 5C1 Phone: 587-486-0085 Fax: 403-380-2825 Email: [email protected]

Tenders must be received no later than 2:00:59 p.m. local time on September 25, 2020 at the Municipality of Crowsnest Pass office in Coleman, Alberta. It shall be the Bidder’s responsibility to confirm with the Owner that its Tender has been received prior to Tender closing. Tenders will be opened at 2:30 p.m. local time on September 25, 2020 at the Elks Hall 2025 – 129 Street, Blairmore, AB. Public may be present. Facsimile changes to the unit price schedule will be accepted. Facsimile (FAX) messages may be sent to 403-563-5581, marked “ATTENTION: HIGHWAY 3, CONTRACT OPENING” on a copy of Form C58 found in this Tender package. To be acceptable, the form must be received no later than the time and date set for the receipt of the Tender.

Municipality of Crowsnest Pass Contract: 201-02620-00 Highway 3 Interim Improvements

TABLE OF CONTENTS

Page No.

1. INSTRUCTIONS TO BIDDERS ................................................................................................ 1

1.1 CONDITIONS FOR TENDER SUBMISSIONS ....................................................................................... 1 1.2 PROJECT INQUIRIES ..................................................................................................................... 1 1.3 PRE-TENDER MEETING ................................................................................................................ 1 1.4 CONTRACT INFORMATION DOCUMENTS ......................................................................................... 1 1.5 PLANS AND DRAWINGS ................................................................................................................. 2 1.6 TENDER DOCUMENT DISCREPANCIES ........................................................................................... 2 1.7 TENDER SUBMISSION REQUIREMENTS .......................................................................................... 2 1.8 REJECTION OF TENDERS .............................................................................................................. 5 1.9 TENDER DATE CHANGES AND CANCELLING OF TENDERS ............................................................... 6 1.10 DISQUALIFICATION OF BIDDERS .................................................................................................... 6 1.11 BIDDER’S INVESTIGATION AND REPRESENTATION .......................................................................... 6 1.12 WITHDRAWAL OR CHANGE OF TENDER ......................................................................................... 6 1.13 TENDER VALIDATION .................................................................................................................... 9 1.14 CONTRACT AWARD CONSIDERATIONS ........................................................................................... 9 1.15 SIGNED CONTRACT PACKAGE....................................................................................................... 9 1.16 SPECIFICATIONS, SPECIAL PROVISIONS AND STANDARDS, HIERARCHY OF DOCUMENTS................. 10 1.17 CONTRACTOR’S CHECKLIST ........................................................................................................ 11

2. TENDER FORMS .................................................................................................................... 12

2.1 BIDDER’S SCHEDULE FOR WORK ................................................................................................ 12 2.2 TENDER FOR CONSTRUCTION ..................................................................................................... 13 2.3 UNIT PRICE SCHEDULE .............................................................................................................. 14 2.4 TENDER AGREEMENT ................................................................................................................. 24 2.5 AGREEMENT .............................................................................................................................. 25 2.6 TENDER SIGNING AND SEALING .................................................................................................. 26

3. CONTRACT FORMS .............................................................................................................. 27

4. TENDER AMENDMENT FORMS ........................................................................................... 29

5. SPECIAL PROVISIONS .......................................................................................................... 31

5.1 STANDARD SPECIFICATIONS, SPECIFICATION AMENDMENTS AND TYPICAL DRAWINGS ................... 31 5.2 STANDARD DRAWINGS ............................................................................................................... 34 5.3 CONTRACT INFORMATION DOCUMENTS ....................................................................................... 35 5.4 CONSULTANT ............................................................................................................................. 35 5.5 PRIME CONTRACTOR ................................................................................................................. 35 5.6 HOLDBACK ON MONTHLY PROGRESS PAYMENTS ......................................................................... 35 5.7 SITE OCCUPANCY ...................................................................................................................... 35 5.8 EARLY COMPLETION PREMIUM (DELETABLE) ............................................................................... 36 5.9 CONSTRUCTION ADVISORY SIGNS .............................................................................................. 36 5.10 ACCOMMODATION OF TRAFFIC .................................................................................................... 37 5.11 HAUL ROAD AND DETOUR ROAD MAINTENANCE AND RESTORATION ............................................. 37 5.12 TOWING TRAFFIC ....................................................................................................................... 37 5.13 CONTRACTOR’S USE OF LIME ..................................................................................................... 37 5.14 ENVIRONMENTAL CONTROL ........................................................................................................ 38 5.15 CONTROL OF CLUBROOT ............................................................................................................ 38 5.16 CONTROL OF WEEDS AND PESTS ............................................................................................... 38 5.17 WORK IN THE VICINITY OF UTILITIES ............................................................................................ 39 5.18 GENERAL SPECIFICATION 1.2.58 "DIESEL FUEL COST ADJUSTMENT" ADDITION ............................ 40 5.19 REMOVAL, SALVAGE AND RE-ERECTION OF EXISTING SIGNS ........................................................ 40 5.20 SCOPE OF WORK ....................................................................................................................... 40 5.21 LANDOWNER’S RELEASE ............................................................................................................ 40

Municipality of Crowsnest Pass Contract: 201-02620-00 Highway 3 Interim Improvements

TABLE OF CONTENTS

5.22 SUPPLY OF AGGREGATE (CONTRACTOR’S SUPPLY WITH NO OPTION) .......................................... 41 5.23 CONSTRUCTION SURVEY ............................................................................................................ 41 5.24 INTERSECTION GEOMETRIC IMPROVEMENTS ................................................................................ 41 5.25 SUPPLY OF BORROW ................................................................................................................. 43 5.26 SIDESLOPE IMPROVEMENTS ....................................................................................................... 43 5.27 CULVERT IMPROVEMENTS .......................................................................................................... 44 5.28 SMOOTH WALL STEEL PIPE (SCHEUDLE A) ................................................................................. 45 5.29 DROP INLET ASSEMBLY (SCHEDULE D) ....................................................................................... 46 5.30 MANHOLE (SCHEDULE D)............................................................................................................ 46 5.31 CATCH BASIN (SCHEDULE A) ....................................................................................................... 47 5.32 CRACK REPAIRS – SPRAY PATCH (SCHEDULE C) ........................................................................ 47 5.33 CONCRETE TRAFFIC ISLAND (SCHEDULE A) ................................................................................ 47 5.34 CONCRETE TRUCK APRON (SCHEDULE A) ................................................................................... 48 5.35 CONCRETE ROLLED CURB AND GUTTER (SCHEDULE A) ............................................................... 49 5.36 SOLID CONCRETE MEDIAN (SCHEUDLE D)................................................................................... 49 5.37 CONCRETE DRIVEWAY SLAB (SCHEUDLE D) ................................................................................ 50 5.38 SEPARATE SIDEWALK – 130 MM THICK (SCHEDULE D) ................................................................ 51 5.39 SEPARATE SIDEWALK – 180 MM THICK (SCHEDULE D) ................................................................ 52 5.40 CONCRETE SIDEWALK RAMPS (SCHEDULE D) ............................................................................. 52 5.41 CONCRETE CURB AND GUTTER REMOVAL AND DISPOSAL (SCHEDULE A) ..................................... 54 5.42 ASPHALT PAVEMENT REMOVAL AND DISPOSAL (SCHEDULE A) ..................................................... 54 5.43 COLD MILLING ASPHALT PAVEMENT (SCHEDULE C) ..................................................................... 55 5.44 ESTIMATED SURFACING QUANTITIES ........................................................................................... 55 5.45 CONSTRUCTION RESTRICTIONS .................................................................................................. 56 5.46 2.5M ASPHALT PATHWAY – MIX TYPE L1 (PG 58-28) (SCHEDULE D) ........................................... 56 5.47 PATHWAY EXCAVATION (SCHEDULE D) ....................................................................................... 56 5.48 PATHWAY TOPSOIL DISTRIBUTION (SCHEDULE D) ........................................................................ 57 5.49 WOOD POST & CHAIN FENCE (SCHEDULE D) .............................................................................. 58 5.50 BOLLARDS (SCHEDULE D) .......................................................................................................... 58 5.51 PRE-CAST CONCRETE PARKING CURB (SCHEDULE D) ................................................................. 59 5.52 OVERHAUL ................................................................................................................................ 59 5.53 COMPACTION FOR GRADING ....................................................................................................... 59 5.54 ROADWAY LINES AND MESSAGE MARKINGS ................................................................................ 59 5.55 PERMANENT SIGNS .................................................................................................................... 61 5.56 FLEXIBLE GUIDE POSTS/DELINEATORS ....................................................................................... 62 5.57 SEEDING ................................................................................................................................... 62 5.58 LANDSCAPING AND SITE RESTORATION (SCHEDULE D) ................................................................ 63 5.59 HIGHWAY STREET LIGHTING AND TRAFFIC SIGNALS ..................................................................... 63

6. SPECIFICATION AMENDMENTS .......................................................................................... 68

6.1 AMENDMENT TO SPECIFICATION 1.2, GENERAL, RE: INSURANCE .................................................. 68 6.2 AMENDMENT TO SPECIFICATION 1.2, GENERAL, RE: CLAIMS AND DISPUTE RESOLUTION ............... 68 6.3 AMENDMENT TO HIGHWAY CONSTRUCTION SPECIFICATION 7.1, RE: TRAFFIC ACCOMMODATION AND

TEMPORARY SIGNING................................................................................................................. 68 6.4 AMENDMENTS TO SPECIFICATION 1.2, GENERAL, RE: 1.2.16 ENVIRONMENTAL MANAGEMENT,

PRODUCED SAND AND CONTAMINATED SOILS ............................................................................. 69 6.5 AMENDMENT TO SPECIFICATION 1.2, GENERAL, RE: 1.2.43 SEASONAL OR PROLONGED SHUTDOWN

................................................................................................................................................. 69

7. PLANS, DRAWINGS AND PERMITS .................................................................................... 70

7.1 SEPARATE DRAWINGS ................................................................................................................ 70 7.2 CONTRACT PLANS ..................................................................................................................... 72

8. ADDENDA ............................................................................................................................... 73

Municipality of Crowsnest Pass - 1 - Contract: 201-02620-00 Highway 3 Interim Improvements

INSTRUCTIONS TO BIDDERS

1. INSTRUCTIONS TO BIDDERS

11..11 CONDITIONS FOR TENDER SUBMISSIONS

Bidders may submit Tenders at the following location only: Municipality of Crowsnest Pass 8502 – 19 Avenue Crowsnest Pass, AB T0K 0E0 Phone: 403-562-8833

Bidders may submit Tenders only up to 2:00:59 p.m. local time on September 25, 2020. Bidders must submit Tenders on the forms issued with this Tender Document. It shall be the Bidder’s responsibility to confirm with the Owner that its bid has been received prior to Tender closing. When submitting a Tender, all pages entitled “Tender Forms” and all Addenda issued by the Municipality of Crowsnest Pass and/or WSP must be submitted sealed in an envelope; addressed to the Municipality of Crowsnest Pass at the above-noted address, marked “Tender for Construction” with the Tender number, time and date of Tender opening clearly marked on the lower right-hand corner of the envelope. A Bidder must indicate its name and address clearly in the upper left-hand corner of the envelope so that the Tender submission can be identified. The pre-addressed envelope issued with the Tender documents should be used whenever possible.

11..22 PROJECT INQUIRIES

For information regarding this project, you may contact:

James Herian, P.Eng. WSP 3509 6th Avenue North Lethbridge, AB T1H 5C1 Phone: 587-486-0085 Fax: 403-380-2825 Email: [email protected]

11..33 PRE-TENDER MEETING

There will be no pre-tender meeting for this contract. The Bidder is responsible for examining the Plans, Specifications, Tender and Contract forms and to carefully investigate and satisfy itself of every condition affecting the Project and Site including, but not limited to, the site conditions and the Work to be provided.

11..44 CONTRACT INFORMATION DOCUMENTS

11..44..11 General

The Contract Information Documents listed herein are available for this project.

Municipality of Crowsnest Pass - 2 - Contract: 201-02620-00 Highway 3 Interim Improvements

INSTRUCTIONS TO BIDDERS

Electronic (.PDF) copies of the tender documents may be viewed and/or downloaded, free of charge, from the following website:

- Alberta Purchasing Connection at www.purchasingconnection.ca The Municipality will assume no responsibility or liability for the completeness of any tender documents obtained from any other source.

11..44..22 Environmental Information

The following environmental information is available for this tender:

Environmental Risk Assessment

11..55 PLANS AND DRAWINGS

11..55..11 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

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

11..66 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 1.2, Project Inquiries, upon discovery of any such discrepancies.

11..77 TENDER SUBMISSION REQUIREMENTS

11..77..11 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.

11..77..22 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 the total for each

Municipality of Crowsnest Pass - 3 - Contract: 201-02620-00 Highway 3 Interim Improvements

INSTRUCTIONS TO BIDDERS

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 Owner 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 Municipality of Crowsnest Pass will round to the nearest two decimal places with .005 being rounded upwards. Bidders will be bound to such rounded amounts.

11..77..33 Acknowledging Addenda

Addenda, when issued, form part of the Tender Document. The Bidder shall acknowledge receipt of each Addendum in the space provided on the Tender forms. The individual items included in the Addendum shall be added, deleted or changed in accordance with the instructions contained in the Addendum letter.

During the Tendering period, all Addenda issued by the Owner’s Consultant will be sent by fax, email, or courier to the address for all Parties recorded by the Owner’s Consultant as having received hard copy Bid Documents, at the time the Addenda is issued. Bidders who have obtained Bid Documents from any source other than the Owner’s Consultant may not automatically receive Addenda via fax, email, or courier. Notwithstanding any other provision of this Tender, each Bidder shall ascertain, prior to the time fixed for receiving tenders, that it has received all Addenda issued by the Owner’s Consultant. When an Addendum is issued by the Owner, the covering letter containing instruction regarding the Addendum shall be attached to the inside front cover of the “Contract and Specifications” book. The individual items included in the Addendum shall be inserted in accordance with the covering letter. Addenda, when issued, form part of these Contract Documents.

11..77..44 Tender Security

The Undersigned encloses herewith as a deposit, a bid bond (along with a Consent of Surety) or a certified cheque payable to the Municipality of Crowsnest Pass of the Province of Alberta

Municipality of Crowsnest Pass - 4 - Contract: 201-02620-00 Highway 3 Interim Improvements

INSTRUCTIONS TO BIDDERS

for ten percent (10%) of the Tender Bid Amount. Tenders not accompanied by tender security will be rejected as non-compliant, The undersigned hereby agrees that if, within twenty-one (21) days after the Contract is presented to him for signature, hand delivered or sent by registered mail or courier addressed to him at the address stated in the Tender, the undersigned refused or fails:

a) to sign and return to the Municipality of Crowsnest Pass the Contract for the performance of the Work and the supplying of Materials covered by this Tender; or

b) to provide security and insurance as required by the Specifications,

the bid bond or deposit shall be subject to forfeiture to the Municipality of Crowsnest Pass, and if a Contract for that Work and Material is then entered into with some other person for a greater amount, the Undersigned is liable to the Municipality of Crowsnest Pass in the amount equal to the difference between the amount of his Tender and the amount of the Contract actually entered into; the maximum not exceeding the amount of the security required under this section.

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 Municipality of Crowsnest Pass judgment, this would potentially render the bid bond unenforceable.

All costs associated with acquiring bonding must be covered within the Bidders Contract price.

11..77..55 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 Municipality-Name 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: [email protected] or another certifying partner authorized by Alberta Ministry of Labour.

Municipality of Crowsnest Pass - 5 - Contract: 201-02620-00 Highway 3 Interim Improvements

INSTRUCTIONS TO BIDDERS

It is the Bidder's responsibility to ensure its registration in the program is properly documented with the issuing certifying partner. The Owner will assume no liability for errors or omissions in this regard. The Bidder must maintain a valid registration throughout the course of the Contract.

11..88 REJECTION OF TENDERS

The Owner reserves the right to accept or reject any or all Tenders and to waive irregularities and informalities at its discretion. The Owner reserves the right to accept a Tender other than the lowest Tender without stating reasons. The Owner has the right to award the work to whomever it chooses, in its sole and unfettered discretion, and for whatever reasons the Owner deems appropriate. By the act of submitting its bid, the Bidder agrees that any claim the Bidder may have in relation to the award of the work by the Owner is limited to damages for the reasonable cost of preparing the bid and that the Bidder has no right to seek loss of anticipated profit. Without limiting the generality of the foregoing, the Owner may consider any other factor besides price and capability to perform the work that it deems in its sole discretion to be relevant to its decision including but not limited to the following:

• any past experience with the Bidder, or lack thereof;

• the results of any reference check done by the Owner;

• information relating to the financial state of the Bidder, however obtained.

• 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.

• Is accompanied by an insufficient certified cheque, irrevocable letter of credit or by a Bid Bond in an unsatisfactory form.

The Municipality of Crowsnest Pass reserves the right to waive an irregularity or non-compliance where the Municipality of Crowsnest Pass 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 Municipality of Crowsnest Pass 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 Municipality of Crowsnest Pass, or avoidable delays in completing such contracts, will be considered sufficient cause for rejecting any tender.

Municipality of Crowsnest Pass - 6 - Contract: 201-02620-00 Highway 3 Interim Improvements

INSTRUCTIONS TO BIDDERS

11..99 TENDER DATE CHANGES AND CANCELLING OF TENDERS

The Owner may extend the date and time for receiving tenders, or the Owner may amend, suspend, postpone or cancel this tender at any time.

11..1100 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.

11..1111 BIDDER’S INVESTIGATION AND REPRESENTATION

The Bidder must examine the contract forms and tender documents, including plans, drawings, 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 Standard Specifications and General Specifications are available on the Alberta Transportation web site at https://www.alberta.ca/construction-contract-templates.aspx. 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.

11..1122 WITHDRAWAL OR CHANGE OF TENDER

11..1122..11 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:

Municipality of Crowsnest Pass - 7 - Contract: 201-02620-00 Highway 3 Interim Improvements

INSTRUCTIONS TO BIDDERS

• 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 403-563-5581, marked “ATTENTION: HIGHWAY 3, CONTRACT OPENING” and all pages must be fax date stamped prior to the time fixed for receiving tenders.

11..1122..22 No Withdrawal

No Bidder may withdraw a tender at or after the time fixed for receiving tenders until:

a) some other Bidder has entered into a Contract with the Municipality of Crowsnest Pass for the performance of the project specified in these tender documents; or

b) thirty-five (35) calendar days after the time fixed for receiving tenders unless the Municipality of Crowsnest Pass 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.

11..1122..33 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 1.12.1, Withdrawal of Tender Submission. Alternatively, if this change is to the unit price schedule only, the Bidder may send a facsimile (FAX) message to 403-563-5581, marked “ATTENTION: HIGHWAY 3, CONTRACT OPENING” on a copy of Form C58 found in this Tender package. 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 Tender Submission. The Owner and the Consultant accept no responsibility for faxed changes. It is the Bidder’s responsibility to confirm receipt of any faxed changes. 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 Municipality of Crowsnest Pass 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 Municipality of Crowsnest Pass, 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, Rejection of Tenders Section, or both.

Municipality of Crowsnest Pass - 8 - Contract: 201-02620-00 Highway 3 Interim Improvements

INSTRUCTIONS TO BIDDERS

Prices must not exceed two decimal places. If a submitted unit price schedule change contains prices exceeding two decimal places, the Municipality of Crowsnest Pass 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 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 Municipality of Crowsnest Pass. The Bidder will be bound to such corrected amounts.

Municipality of Crowsnest Pass - 9 - Contract: 201-02620-00 Highway 3 Interim Improvements

INSTRUCTIONS TO BIDDERS

11..1133 TENDER VALIDATION

The Owner 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 Owner. 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 Owner. The Bidder will be bound to such corrected amounts. 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 Owner 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.

11..1144 CONTRACT AWARD CONSIDERATIONS

There are five (5) separate Unit Price Schedules contained in this document. Bidders shall complete (all) schedules. The Owner reserves the right to base the award on either the Total Tender based on all schedules or the Total Tender amount based on the deletion of one or more schedules. The Owner reserves the right to select the option that it deems to be in their best interest. Where the Contract contains deletable bid items, the Owner reserves the right to make the award based on either the inclusion or deletion of such bid items. Regardless of the option chosen, no separate or additional payment will be made.

The Contractor is further advised, that due to budgetary considerations, the Owner reserves the right to modify the work limits and/or the work quantities either up or down to achieve budgetary requirements. The Contractor agrees such modifications shall not be considered as a waiver of any condition of the Contract, nor as invalidating any of the provisions thereof, nor shall any changes be made in the Contract unit prices on account of such modifications, but the same unit prices shall apply as if no modification had been made.

The Owner reserves the right to not award the Contract. The Contractor shall have no claim against the Owner should the Owner exercise its right to not award the Contract.

11..1155 SIGNED CONTRACT PACKAGE

The Contract Forms, Statutory Declarations and any other applicable forms and schedules will be completed by the successful Bidder and included in the signed Contract.

Municipality of Crowsnest Pass - 10 - Contract: 201-02620-00 Highway 3 Interim Improvements

INSTRUCTIONS TO BIDDERS

11..1166 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 in section 6 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.

Municipality of Crowsnest Pass - 11 - Contract: 201-02620-00 Highway 3 Interim Improvements

INSTRUCTIONS TO BIDDERS

11..1177 CONTRACTOR’S CHECKLIST

The following items have been included in the tender package submission:

1) Bid Bond or Certified Cheque (Bid Security – All Bidders) _____initial

2) Consent of Surety _____initial

3) All pages headed “Tender Forms” _____initial

4) Tender Amendments (if applicable) _____initial

5) Bidder’s Schedule _____initial

6) Signed and Sealed Tender _____initial

7) Addenda (if applicable) _____initial

Municipality of Crowsnest Pass - 12 - Contract: 201-02620-00 Highway 3 Interim Improvements

TENDER FORMS

2. TENDER FORMS

22..11 BIDDER’S SCHEDULE FOR WORK

Bidders are required to submit, along with their Tender, this schedule sheet showing their proposed starting date and completion date of this project.

Project Starting Date *Completion Date

Highway 3 Interim Improvements

Schedule ‘A’

Schedule ‘B’

Schedule ‘C’

Schedule ‘D’

Schedule ‘E’

Other Projects

*N.B. Completion dates that exceed the Contract Completion Date will be considered a conditional or alternative bid and may be rejected.

Contractor’s Signature Date

Municipality of Crowsnest Pass - 13 - Contract: 201-02620-00 Highway 3 Interim Improvements

TENDER FORMS

22..22 TENDER FOR CONSTRUCTION

To the Municipality of Crowsnest Pass of the Province of Alberta:

(Name of Contractor)

the undersigned hereby Tenders and agrees to execute and construct all work of every description required in the construction and final completion of the following work:

HIGHWAY 3 INTERIM IMPROVEMENTS

HIGHWAY 3 & HIGHWAY 40/86 STREET INTERSECTION KM 15.636

(NW 9-8-4-W5) &

HIGHWAY 3 & 213 STREET/9 AVENUE INTERSECTION KM 23.636

(SW-29-7-3-W5) &

HIGHWAY 3:02 – FRANK KM 22.500 to KM 23.401

& COLEMAN SIDEWALKS/PATHWAYS

& HIGHWAY 3 & 20 AVENUE

KM 18.050

Intersection Geometric Improvements, Grading, Granular Base Course, Asphalt Concrete Pavement, Concrete, Traffic Signalization, Illumination and Other Work

in strict accordance with the plans and specifications, for the unit prices in the unit price schedule enclosed. The undersigned acknowledges receipt of the following Addenda, , , , which shall form part of the Tender Document.

Municipality of Crowsnest Pass - 14 - Contract: 201-02620-00 Highway 3 Interim Improvements

TENDER FORMS

22..33 UNIT PRICE SCHEDULE

22..33..11 Schedule ‘A’ - Highway 3 & Highway 40/86 Street

Bid Item

Description Estimated Quantities Unit Price Total Bid

1 Mobilization (1.2.13)

1 lump sum $

2 Site Occupancy (1.2.21)

_______ days $ 1,500 per day $

3 Early Completion Premium (Deletable) (Special Provisions)

1 lump sum $

4 Construction Advisory Sign (Special Provisions)

4 signs $ per sign $

5 Asphalt Pavement Removal and Disposal (Special Provisions)

90 m2 $ per square

metre $

6 Cold Milling Asphalt Pavement (50 mm Depth) (3.16.6) (Special Provisions)

680 m2 $ per square

metre $

7 Cutting of Pavement (3.40.3)

680 m $ per metre $

8 Culverts – Supply and Install (500 mm dia. C.S.P.) (2.4.4) (5.23.4)

8 m $ per metre $

9 Culverts – Supply and Install (800 mm dia. C.S.P.) (2.4.4) (5.23.4)

8 m $ per metre $

10 Smooth Wall Steel Pipe – Supply and Install (1000 mm dia.) (5.22.4)

13 m $ per metre $

11 Catch Basin - Supply and Install (2.10.5) (Special Provisions)

1 unit $ per unit $

12 Common Excavation (2.3.6)

1,560 m3 $ per cubic

metre $

13 Solid Rock Excavation – Premium (2.3.6)

100 m3 $ per cubic

metre $

14 Borrow Excavation – Contractor Supplied (2.3.6)

2,530 m3 $ per cubic

metre $

15 Topsoil Placement (2.6.4)

4,620 m2 $ per square

metre $

16 Granular Base Course Des. 2 Class 25 (3.6.8) (5.2.5) (Special Provisions)

1,650 t $ per tonne $

17 Asphalt Concrete Pavement – EPS Mix Type H1 (PG 58-28) (3.50.7) (5.2.5) (Special Provisions)

520 t $ per tonne $

18 Concrete Curb and Gutter Removal and Disposal (2.17.4) (Special Provisions)

280 m $ per metre $

Municipality of Crowsnest Pass - 15 - Contract: 201-02620-00 Highway 3 Interim Improvements

TENDER FORMS

Bid Item

Description Estimated Quantities Unit Price Total Bid

19 Concrete Rolled Curb and Gutter (4.2.5) (Special Provisions)

177 m $ per metre $

20 Concrete Traffic Island (4.2.5) (Special Provisions)

100 m2 $ per square

metre $

21 Concrete Truck Apron (4.2.5) (Special Provisions)

95 m2 $ per square

metre $

22 Removal of Existing Roadway Lines (7.2.6)

1,400 m $ per metre $

23 Removal of Existing Stop Bar (7.3.5)

1 message $ per message $

24 Removal of Existing Painted Message (7.3.5)

4 message $ per message $

25

Intersection Lines – Supplying Paint and Painting (Hwy 3 & Hwy 40/86 Street) (7.2.6) (5.20.5) (Special Provisions)

1 lump sum $

26 Durable Pavement Markings – Turn or Straight Arrows (Single or Double) (7.3.5) (5.20.5)

19 message $ per message $

27 Durable Pavement Markings – Stop Bar (7.3.5) (5.20.5)

4 message $ per message $

28 Durable Pavement Markings – Pedestrian Crossing (7.3.5) (5.20.5)

2 message $ per message $

29 Durable Pavement Markings – Pedestrian Crossing - Zebra (7.3.5) (5.20.5)

1 message $ per message $

30

Removal and Reinstallation or Disposal of Existing Signs – One Post (7.7.5)

4 sign $ per sign $

31 Install Sign – Less than 1m2 (7.7.5)

2 sign $ per sign $

32 Supply and Install Post (100 mm x 100 mm (7.7.5)

2 sign $ per sign $

33 Supply of Signs, Aluminum (5.18.3)

0.75 m2 $ per square

metre $

34 Flexible Guide Post/Delineator – Round – Supply and Install (5.28.3) (2.19.4)

19 post $ per post $

35

Underground Electrical Conduit – Supply and Install – Trench Excavation (53mm RPVC) (2.7.4)

115 m $ per metre $

36

Underground Electrical Conduit – Supply and Install – Pushed Conduit (53mm RPVC) (2.7.4)

330 m $ per metre $

37

Underground Electrical Conduit – Supply and Install – Trench Excavation (78mm RPVC) (2.7.4)

26 m $ per metre $

Municipality of Crowsnest Pass - 16 - Contract: 201-02620-00 Highway 3 Interim Improvements

TENDER FORMS

Bid Item

Description Estimated Quantities Unit Price Total Bid

38 Trenching and Backfilling (2.25.8)

65 m $ per metre $

39 Secondary Cable – Supply and Install (No. 4 RW90) (2.25.8)

30 m $ per metre $

40 Traffic Signal System – Supply and Installation (2.26.7) (Special Provisions)

1 lump sum $

41 Distribution Enclosure – Supply and Install (2.25.8)

1 unit $ per unit $

42 Removal and Disposal of Existing Light Fixtures (2.25.8)

2 unit $ per unit $

43 Lighting Junction Box – Supply and Install (Special Provisions)

2 unit $ per unit $

44 Hydro-Seeding (2.20.4) (Special Provisions)

4,620 m2 $ per square

metre $

SUB-TOTAL (A) $

Municipality of Crowsnest Pass - 17 - Contract: 201-02620-00 Highway 3 Interim Improvements

TENDER FORMS

22..33..22 Schedule ‘B’ - Highway 3 & 213 Street/9 Avenue

Bid Item

Description Estimated Quantities Unit Price Total Bid

1 Mobilization (1.2.13)

1 lump sum $

2 Site Occupancy (1.2.21)

_______ days $ 1,500 per day $

3 Early Completion Premium (Deletable) (Special Provisions)

1 lump sum $

4 Construction Advisory Sign (Special Provisions)

4 Signs $ per sign $

5 Cold Milling Asphalt Pavement (50 mm Depth) (3.16.6) (Special Provisions)

350 m2 $ per square

metre $

6 Cutting of Pavement (3.40.3)

350 m $ per metre $

7 Culverts – Supply and Install (800 mm dia. C.S.P.) (2.4.4) (5.23.4)

7 m $ per metre $

8 Common Excavation (2.3.6)

767 m3 $ per cubic

metre $

9 Solid Rock Excavation – Premium (2.3.6)

100 m3 $ per cubic

metre $

10 Borrow Excavation – Contractor Supplied (2.3.6)

1,127 m3 $ per cubic

metre $

11 Topsoil Placement (2.6.4)

3,450 m2 $ per square

metre $

12 Granular Base Course Des. 2 Class 25 (3.6.8) (5.2.5) (Special Provisions)

680 t $ per tonne $

13 Asphalt Concrete Pavement – EPS Mix Type H1 (PG 58-28) (3.50.7) (5.2.5) (Special Provisions)

180 t $ per tonne $

14 Sideslope Improvement (3.60.4)

0.20 km $ per metre $

15 Removal of Existing Roadway Lines (7.2.6)

2,200 m $ per metre $

16 Removal of Existing Stop Bar (7.3.5)

2 message $ per message $

17 Removal of Existing Painted Messages (7.3.5)

10 message $ per message $

18

Intersection Lines – Supplying Paint and Painting (Hwy 3 & 213 Street/9 Avenue) (7.2.6) (5.20.5) (Special Provisions)

1 lump sum $

Municipality of Crowsnest Pass - 18 - Contract: 201-02620-00 Highway 3 Interim Improvements

TENDER FORMS

Bid Item

Description Estimated Quantities Unit Price Total Bid

19 Durable Pavement Markings – Turn or Straight Arrows (Single or Double) (7.3.5) (5.20.5)

20 message $ per message $

20 Durable Pavement Markings – Stop Bar (7.3.5) (5.20.5)

4 message $ per message $

21 Removal and Reinstallation or Disposal of Existing Signs – One Post (7.7.5)

3 sign $ per sign $

22 Flexible Guide Post/Delineator – Round – Supply and Install (5.28.3) (2.19.4)

11 post $ per post $

23

Underground Electrical Conduit – Supply and Install – Trench Excavation (53mm RPVC) (2.7.4)

660 m $ per metre $

24

Underground Electrical Conduit – Supply and Install – Pushed Conduit (53mm RPVC) (2.7.4)

485 m $ per metre $

25

Underground Electrical Conduit – Supply and Install – Trench Excavation (78mm RPVC) (2.7.4)

16 m $ per metre $

26 Trenching and Backfilling (2.25.8)

535 m $ per metre $

27 Secondary Cable – Supply and Install (3C No. 6) (2.25.8)

365 m $ per metre $

28 Secondary Cable – Supply and Install (No. 2 RW90) (2.25.8)

105 m $ per metre $

29 Traffic Signal System – Supply and Installation (2.26.7) (Special Provisions)

1 lump sum $

30 Removal and Disposal of Existing Light Fixtures (2.25.8)

6 unit $ per unit $

31 Removal and Salvage of Existing Standards (2.25.8)

6 unit $ per unit $

32 Salvaged Street Light Standard – Install (2.25.8) (Special Provisions)

5 unit $ per unit $

33 Cast-In-Place Concrete Street Light Base – Supply and Install (2.25.8)

5 unit $ per unit $

34 Lighting Junction Box – Supply and Install (Special Provisions)

6 unit $ per unit $

35 Hydro-Seeding (2.20.4) (Special Provisions)

3,450 m2 $ per square

metre $

SUB-TOTAL (B) $

Municipality of Crowsnest Pass - 19 - Contract: 201-02620-00 Highway 3 Interim Improvements

TENDER FORMS

22..33..33 Schedule ‘C’ - Highway 3:02 - Frank

Bid Item

Description Estimated Quantities Unit Price Total Bid

1 Mobilization (1.2.13)

1 lump sum $

2 Site Occupancy (1.2.21)

_______ days $ 1,500 per day $

3 Early Completion Premium (Deletable) (Special Provisions)

1 lump sum $

4 Construction Advisory Sign (Special Provision)

2 Signs $ per sign $

5 Cold Milling Asphalt Pavement (60 mm Depth) (3.40.3)

766 m2 $ per square

metre $

6 Crack Repair - Spray Patch (3.33.5)

633 m $ per metre $

7 Asphalt Concrete Pavement – EPS Mix Type H1 (PG 58-28) (3.50.7) (5.2.5)

3,420 t $ per tonne $

8 Roadway Lines – Supplying Paint and Painting (Frank Hwy 3:02) (7.2.6) (5.20.5) (Special Provisions)

1 lump sum $

9 Durable Pavement Markings – Turn Arrows (Single) (7.3.5) (5.20.5)

17 messages $ per

messages $

10 Durable Pavement Markings – Pedestrian Crossing (7.3.5) (5.20.5)

1 messages $ per

messages $

11 Supply of Signs, Aluminum (5.18.3)

2.52 m2 $ per square

metre $

12 Install Signs – Less than 1m2 (7.7.5)

8 signs $ per sign $

13 Supply and Install Post (100mm x 100mm) (7.7.5)

6 posts $ per post $

SUB-TOTAL (C) $

Municipality of Crowsnest Pass - 20 - Contract: 201-02620-00 Highway 3 Interim Improvements

TENDER FORMS

22..33..44 Schedule ‘D’ - Coleman Sidewalks/Pathways

Bid Item

Description Estimated Quantities Unit Price Total Bid

1 Mobilization (1.2.13)

1 lump sum $

2 Site Occupancy (1.2.21)

_______ days $ 1,500 per day $

3 Early Completion Premium (Deletable) (Special Provisions)

1 lump sum $

4 Culverts – Supply and Install (480 mm dia. C.S.P.) (2.4.4) (5.23.4)

13 m $ per metre $

5 Culverts – Supply and Install (500 mm dia. C.S.P.) (2.4.4) (5.23.4)

28 m $ per metre $

6 Culverts – Supply and Install (800 mm dia. C.S.P.) (2.4.4) (5.23.4)

8 m $ per metre $

7 Culverts – Supply and Install (1000 mm dia. C.S.P.) (2.4.4) (5.23.4)

11 m $ per metre $

8 Pathway Excavation (2.3.6)

12,020 m3 $ per cubic

metre $

9 Solid Rock Excavation – Premium (2.3.6)

100 m3 $ per cubic

metre $

10 Topsoil Distribution (Special Provisions)

5,550 m2 $ per square

metre $

11 Manhole - Supply and Install (2.10.5) (Special Provisions)

1 unit $ per unit $

12 Drop Inlet Assemblies – Supply and Install (800 mm dia.) (Special Provisions)

1 unit $ per unit $

13 180 mm Concrete Driveway Slab (Special Provisions)

6 unit $ per unit $

14 Separate Sidewalk - 130 mm thick (Special Provisions)

471 m2 $ per square

metre $

15 Separate Sidewalk - 180 mm thick (Special Provisions)

174 m2 $ per square

metre $

16 1.5m Concrete Sidewalk Ramp (Special Provisions)

9 unit $ per unit $

17 2.5m Concrete Sidewalk Ramp (Special Provisions)

6 unit $ per unit $

18 Solid Concrete Median (4.2.5) (Special Provisions)

180 m2 $ per square

metre $

19 2.5m Asphalt Pathway – Mix Type L1 (PG 58-28) (3.50.7) (5.2.5) (Special Provisions)

2,300 m2 $ per square

metre $

Municipality of Crowsnest Pass - 21 - Contract: 201-02620-00 Highway 3 Interim Improvements

TENDER FORMS

Bid Item

Description Estimated Quantities Unit Price Total Bid

20 Durable Pavement Markings – Stop Bar (7.3.5) (5.20.5)

2 messages $ per

messages $

21 Durable Pavement Markings – Pedestrian Crossing (7.3.5) (5.20.5)

3 messages $ per

messages $

22 Durable Pavement Markings – Pedestrian Crossing - Zebra (7.3.5) (5.20.5)

1 messages $ per

messages $

23 Painted Pavement Message – Parking Hatch (7.3.5) (5.20.5) (Special Provisions)

2 messages $ per

messages $

24 Pathway Paint line – Supply and Install (7.2.6) (5.20.5)

210 m $ per metre $

25 Wood Post & Chain Fence (Special Provisions)

43 m $ per metre $

26 Bollards (Special Provisions)

2 unit $ per unit $

27 Removal and Reinstallation or Disposal of Existing Signs – One Post (7.7.5)

8 sign $ per sign $

28

Removal and Reinstallation or Disposal of Existing Signs – Two Posts (7.7.5)

2 sign $ per sign $

29 Install Sign – Less than 1m2 (7.7.5)

2 sign $ per sign $

30 Supply and Install Post (100 mm x 100 mm (7.7.5)

2 post $ per post $

31 Supply of Signs, Aluminum (5.18.3)

0.9 m2 $ per square

metre $

32 Removal and Salvage of Existing Standards (2.25.8)

1 unit $ per unit $

33 Salvaged Street Light Standard – Install (2.25.8) (Special Provisions)

1 unit $ per unit $

34 Cast-In-Place Concrete Street Light Base – Supply and Install (2.25.8)

1 unit $ per unit $

35 Lighting Junction Box – Supply and Install (Special Provisions)

1 unit $ per unit $

36 Pre-cast Concrete Parking Curb (Special Provisions)

22 unit $ per unit $

37 Hydro-Seeding (2.20.4) (Special Provisions)

5,550 m2 $ per square

metre $

SUB-TOTAL (D) $

Municipality of Crowsnest Pass - 22 - Contract: 201-02620-00 Highway 3 Interim Improvements

TENDER FORMS

22..33..55 Schedule ‘E’ - Highway 3 & 20 Avenue

Bid Item

Description Estimated Quantities Unit Price Total Bid

1 Mobilization (1.2.13)

1 lump sum $

2 Site Occupancy (1.2.21)

_______ days $ 1,500 per day $

3 Early Completion Premium (Deletable) (Special Provisions)

1 lump sum $

4 Culverts – Supply and Install (500 mm dia. C.S.P.) (2.4.4) (5.23.4)

10 m $ per metre $

5 Culverts – Supply and Install (900 mm dia. C.S.P.) (2.4.4) (5.23.4)

12 m $ per metre $

6 Cold Milling Asphalt Pavement (3.16.6) (Special Provisions)

90 m2 $ per square

metre $

7 Cutting of Pavement (3.40.3)

90 m $ per metre $

8 Common Excavation (2.3.6)

400 m3 $ per cubic

metre $

9 Granular Fill Des. 6 Class 80 (3.8.5) (5.2.5)

110 T $ per tonne

$

10 Topsoil Placement (2.6.4)

580 m2 $ per square

metre $

11 Granular Base Course Des. 2 Class 25 (3.6.8) (5.2.5) (Special Provisions)

190 t $ per tonne $

12 Asphalt Concrete Pavement – EPS Mix Type H1 (PG 58-28) (3.50.7) (5.2.5) (Special Provisions)

80 t $ per tonne $

13 Removal of Existing Roadway Lines (7.2.6)

134 m $ per metre $

14 Removal of Existing Stop Bar (7.3.5)

1 message $ per message $

15 Intersection Lines – Supplying Paint and Painting (Hwy 3 & 20 Avenue) (7.2.6) (5.20.5) (Special Provisions)

1 lump sum $

16 Durable Pavement Markings – Turn or Straight Arrows (Single or Double) (7.3.5) (5.20.5)

4 message $ per message $

17 Durable Pavement Markings – Stop Bar (7.3.5) (5.20.5)

1 message $ per message $

18 Removal and Reinstallation or Disposal of Existing Signs – One Post (7.7.5)

2 signs $ per sign $

19 Supply and Install Post (100 mm x 100 mm (7.7.5)

1 post $ per post $

Municipality of Crowsnest Pass - 23 - Contract: 201-02620-00 Highway 3 Interim Improvements

TENDER FORMS

Bid Item

Description Estimated Quantities Unit Price Total Bid

20 Flexible Guide Post/Delineator – Round – Supply and Install (5.28.3) (2.19.4)

3 posts $ per post $

21 Hydro-Seeding (2.20.4) (Special Provisions)

580 m2 $ per square

metre $

22 Re-Program Traffic Signal Cabinet (Hwy. 3:02 & 20 Ave.) (Special Provisions)

1 Lump Sum $

23 Traffic Signal Cabinet Landscaping (Hwy. 3:02 & 20 Ave.) (Special Provisions)

1 Lump Sum $

SUB-TOTAL (E) $

TOTAL TENDER (A+B+C+D+E) $

Municipality of Crowsnest Pass - 24 - Contract: 201-02620-00 Highway 3 Interim Improvements

TENDER FORMS

22..44 TENDER AGREEMENT

The Owner reserves the right to accept or reject any or all Tenders and to waive irregularities and informalities at its discretion. The Owner reserves the right to accept a Tender other than the lowest Tender without stating reasons. The Owner has the right to award the work to whomever it chooses, in its sole and unfettered discretion, and for whatever reasons the Owner deems appropriate. By the act of submitting its bid, the Bidder agrees that any claim the Bidder may have in relation to the award of the work by the Owner is limited to damages for the reasonable cost of preparing the bid and that the Bidder has no right to seek loss of anticipated profit. Without limiting the generality of the foregoing, the Owner may consider any other factor besides price and capability to perform the work that it deems in its sole discretion to be relevant to its decision including but not limited to the following:

• any past experience with the Bidder, or lack thereof;

• the results of any reference check done by the Owner;

• information relating to the financial state of the Bidder, however obtained.

1.1.1 Tender Security

The Undersigned encloses herewith as a deposit, a bid bond (along with a Consent of Surety) or a certified cheque payable to the Municipality of Crowsnest Pass of the Province of Alberta for ten percent (10%) of the Tender Bid Amount. The undersigned hereby agrees that if, within twenty-one (21) days after the Contract is presented to him for signature, hand delivered or sent by registered mail or courier addressed to him at the address stated in the Tender, the undersigned refused or fails:

c) to sign and return to the Municipality of Crowsnest Pass the Contract for the performance of the Work and the supplying of Materials covered by this Tender; or

d) to provide security and insurance as required by the Specifications,

the bid bond or deposit shall be subject to forfeiture to the Municipality of Crowsnest Pass, and if a Contract for that Work and Material is then entered into with some other person for a greater amount, the Undersigned is liable to the Municipality of Crowsnest Pass in the amount equal to the difference between the amount of his Tender and the amount of the Contract actually entered into; the maximum not exceeding the amount of the security required under this section.

1.1.2 Tender Withdrawal

The undersigned hereby agrees that he will not withdraw this Tender after the time fixed for receiving Tenders,

a) until some other person has entered into a Contract with the Municipality of Crowsnest Pass for the performance of the work and/or the supplying of the materials specified in the notice inviting Tenders, or

b) until thirty-five (35) days after the time fixed for receiving this Tender,

whichever first occurs.

Municipality of Crowsnest Pass - 25 - Contract: 201-02620-00 Highway 3 Interim Improvements

TENDER FORMS

22..55 AGREEMENT

Should this Tender be accepted, the undersigned agrees to enter into written agreement with the Municipality of Crowsnest Pass for the faithful performance of the works covered by this Tender, in accordance with the said plans and specifications and complete the said work on or before July 1, 2021.

Municipality of Crowsnest Pass - 26 - Contract: 201-02620-00 Highway 3 Interim Improvements

TENDER FORMS

22..66 TENDER SIGNING AND SEALING

An authorized signing officer shall affix his signature to this Tender. The Tender shall be either sealed with the Company Seal, or the Affidavit of Execution of the Witness shall be completed. Failure to comply may result in the Tender being rejected.

AFFIDAVIT OF EXECUTION

CANADA PROVINCE OF ALBERTA

TO WIT: I, of the ____ of in the Province of make oath and say:

(1) That I was personally present and did see named in the annexed instrument, and who is known to me to be the person named therein, duly sign and execute the same for the purposes named therein; that the same was executed at the of in the said Province, and that I am the subscribing witness thereto;

(2) That I personally know the said and he is in my belief of the full age of eighteen years. SWORN before me at the ____ of in the Province of Alberta, this day of 20 . Witness Sign Here A Commissioner for Oaths in and for the Province of Alberta.

(Seal) Contractor’s Name (Company Name) Authorized Signature Signature Printed Address Postal Code Contractor’s Telephone Number Witness Date

Municipality of Crowsnest Pass - 27 - Contract: 201-02620-00 Highway 3 Interim Improvements

CONTRACT FORMS

3. CONTRACT FORMS

MUNICIPALITY OF CROWSNEST PASS CONTRACT (Page 1)

THIS Agreement made and concluded in triplicate as of this day of

, 20 , between the Municipality of Crowsest Pass (hereinafter called

“the Municipality”) of the first part and of the

in the Province of (hereinafter called “the

Contractor”) of the second part.

WITNESSETH, that for and in consideration of the covenants and agreements on the

part of the Municipality, hereinafter contained and the prices hereinafter mentioned, the

Contractor for himself, his executors, administrators and assigns, covenants and agrees with

the Municipality to do, furnish and perform the works, materials, matters, and things required to

be done, furnished and performed, in the manner hereinafter described, in connection with the

following work or works, namely:

HIGHWAY 3 INTERIM IMPROVEMENTS

HIGHWAY 3 & HIGHWAY 40/86STREET INTERSECTION

KM 15.636 (NW 9-8-4-W5)

& HIGHWAY 3 & 9AVENUE/213STREET INTERSECTION

KM 23.636 (SW-29-7-3-W5)

& HIGHWAY 3:02 OVERLAY – FRANK

KM 22.500 to KM 23.401 &

COLEMAN SIDEWALKS/PATHWAYS &

HIGHWAY 3 & 20 AVENUE KM 18.050

Intersection Geometric Improvements, Grading, Granular Base Course, Asphalt Concrete

Pavement, Concrete, Traffic Signalization, Illumination and Other Work

in strict accordance with the plans and specifications of said work hereto attached, and to

deliver the same over, complete and fully finished in every particular to the Municipality on or

before July 1, 2021.

Municipality of Crowsnest Pass - 28 - Contract: 201-02620-00 Highway 3 Interim Improvements

CONTRACT FORMS

MUNICIPALITY OF CROWSNEST PASS CONTRACT (Page 2) It is mutually agreed that the attached Tender or proposal and bond of the Contractor,

together with the plans, specifications and any special provisions herein designated and

referred to are hereby made and shall be considered part of this Agreement the same as if

herein fully set forth.

IN CONSIDERATION WHEREOF, and upon the Contractor fully completing and

executing in every particular the work herein contracted for within the time hereinbefore set out,

and upon the said Contractor satisfying the said Municipality that all just claims for labour and

materials and for damages in connection with the work have been paid, the said Municipality

covenants, promises and agrees to pay unto and to the said Contractor for the actual amount of

work done and materials in place at the unit prices stated in the Contractor’s attached proposal

or Tender.

IN WITNESS WHEREOF, the Contractor has hereunto set his hand and seal as of the

day and year herein mentioned, and these presents have been signed and sealed by the

representatives of the Municipality, on behalf of Municipality of Crowsnest Pass.

SIGNED, SEALED AND DELIVERED BY THE CONTRACTOR IN THE PRESENCE OF: Contractor (Authorized Signature) Witness Contractor (Printed Name) SIGNED AND SEALED ON BEHALF OF THE MUNICIPALITY OF CROWSNEST PASS per per Witness

Municipality of Crowsnest Pass - 29 - Contract: 201-02620-00 Highway 3 Interim Improvements

TENDER AMENDMENT FORMS

4. TENDER AMENDMENT FORMS

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 NO.

Description

[List bid items that require change to

estimated quantity]

Estimated Quantity Changes

+ or -

Unit

Price(a)

Net Change to

Total Bid + or -

______ day

______ day

ITEM NO.

Description [List bid items that require change to

unit price or lump sum]

Estimated Quantity(b)

Unit Price

Changes(c) + or –

Net Change to Total

Bid(d) + or –

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

Municipality of Crowsnest Pass - 30 - Contract: 201-02620-00 Highway 3 Interim Improvements

TENDER AMENDMENT FORMS

(a) For estimated quantity items state the unit price as it appears in the unit price schedule.

(b) For unit price or lump sum items state the estimated quantity as it appears in the unit price schedule.

(c) For lump sum items leave “Unit Price Changes + or –’’ column blank.

(d) For lump sum items enter + or - the change amount in the “Net Change to Total Bid + or -’’.

(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.

being Signature Position in Company of dated Company Name Date

Neither the Municipality of Crowsnest Pass nor the Consultant is responsible for faxed amendments not being received.

- Form C58 -

Municipality of Crowsnest Pass - 31 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIAL PROVISIONS

5. SPECIAL PROVISIONS

55..11 STANDARD SPECIFICATIONS, SPECIFICATION AMENDMENTS AND TYPICAL DRAWINGS

All reference to “Specifications” in this Tender document will be understood to mean Government of Alberta – Transportation’s Standard Specifications for Highway Construction (Edition 16, 2019) unless otherwise noted.

55..11..11 Definitions

The word “Owner” or “Department” shall mean the “Municipality of Crowsnest Pass.” The word “Minister” shall mean the person holding the position or acting in the capacity of the Director of Development, Engieering & Operations for the Municipality of Crowsnest Pass or his duly appointed representative.

55..11..22 Goods and Services Tax (G.S.T.)

Bid prices are to exclude the Goods and Services Tax on all materials and services supplied by the Contractor and incorporated into the work. The Owner will include the applicable Goods and Services Tax payment on the monthly and final progress payments.

55..11..33 Government of Alberta – Transportation Name Change

Due to government reorganization, the Government of Alberta – Transportation name has changed. As a result, some specifications, drawings, plans and other documents in this contract may continue to reference Alberta Infrastructure and Transportation, Alberta Infrastructure, Alberta Transportation and Utilities, or Alberta Transportation. Please be advised that any references to Alberta Infrastructure and Transportation, Alberta Infrastructure, Alberta Transportation and Utilities, or Alberta Transportation shall mean Government of Alberta – Transportation.

55..11..44 Standard Specifications for Highway Construction and Bridge Construction Work

The specifications for highway and bridge construction work, which shall form part of the Contract Agreement, are published in the following Government of Alberta – Transportation manuals: - Standard Specifications for Highway Construction, Edition 16, 2019 - Specifications for Bridge Construction, Edition 16, 2017 - General Specifications and Specification Amendments for Highway and Bridge

Construction, Edition 16, 2019

55..11..55 Typical Plans and Drawings

The following additional specifications, typical plans and drawings, which form part of the Contract Agreement, are available for viewing and/or download from the Government of Alberta - Transportation web site at the following address: www.transportation.alberta.ca.

Municipality of Crowsnest Pass - 32 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIAL PROVISIONS

- 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".

- 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 specification 7.1, Traffic Accommodation and Temporary Signing.

- Typical minimum requirements for pavement markings are included in the Alberta

Transportation manual entitled "Alberta Highway Pavement Marking Guide, 2nd Edition, issued March 2003".

- Drawings showing the typical minimum requirements for permanent highway signage

are available through the “Typical Signage Drawings” link. - Drawings showing the typical minimum requirements for barriers are available through

the “Typical Barrier Drawings” and "Roadside Design Guide" links. - Typical minimum requirements for erosion and sediment control devices are available in

the most recent edition of the "Erosion and Sediment Control Manual", Government of Alberta – Transportation.

- Typical minimum requirements for highway street lighting devices are included in the

Alberta Transportation manual entitled “Highway Lighting Guide - 2003”. - All other typical plans and drawings are included in the Alberta Transportation manual

entitled “CB-6 Highway Standard Plates - Revised August 2002”. Hard copy versions of select manuals are available for purchase from Alberta Transportation, Strategic Procurement Branch, Suite 310, 3rd Floor, Twin Atria Building, 4999 - 98 Avenue, Edmonton, AB, T6B 2X3. Telephone: 780-415-1068. Bidders are advised that, from time to time, the Government of Alberta – Transportation 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 Government of Alberta – Transportation web site. Bidders are further advised that any drawing revisions and/or new drawings that are posted on the Government of Alberta – Transportation web site as of five calendar days prior to the date set for the opening of tenders, will apply to this Project. Any standard drawings that are not available on the Government of Alberta – Transportation web site will be included in the Contract documents.

55..11..66 Specification Amendments

The following checked off specification amendments as contained in the manual entitled "General Specifications and Specification Amendments for Highway and Bridge Construction" - Edition 16, 2019 are applicable for this Contract. Those items not marked-off do not apply to

Municipality of Crowsnest Pass - 33 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIAL PROVISIONS

this Contract. These specification amendments may contain modifications to the payment clauses for those specifications which are amended.

Municipality of Crowsnest Pass - 34 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIAL PROVISIONS

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 Amendment to Specification 1.2, General, Re: Construction Staking and Survey – Majority by Contractor

AMC_S53.2 Amendment to Specification 1.2, General Re: Construction Staking and Survey – Majority by Consultant

AMC_S53.3 Amendment to Specification 1.2, General Re: Construction Staking and Survey for Bridge Construction

AMC_C230 Amendment to Specification 1.2, General Re: Diesel Fuel Cost Adjustment

SECTION 3 - SURFACING

X AMC_S116 Amendment to Specifications 2.3, Grading, 3.1, Subgrade Preparation, and all Base Course Specifications, Re: Tolerances for Surface Finish

AMC_S201

Amendments to Specification 3.50, Asphalt Concrete Pavement (EPS), Re: Acceptance Testing for Contracts with Small Quantities (less than 1,000 tonnes) of Asphalt Concrete Pavement

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 Amendment to Specification 1.2, General, Re: Site Offices for Bridge Construction Not Required

AMC_B219 Amendment to Specification 1.2, General Re: Course of Construction Insurance is Optional

55..22 STANDARD DRAWINGS

In addition to the standard drawings referenced in the specifications, the following standard drawings shall apply:

Drawing Number Description

CB6-2.4.M1 Corrugated Metal Pipe Culvert Installation (Open-Cut Method)

CB6-2.4M7 Sloped End Installations for Round Section Corrugated Steel Pipe

CB6-2.4M13 Typical Section Corrugated Steel Pipe Drop Inlet Assemblies

CB6-2.4.M18 Culvert Installation by Trenching

CB6-2.5.M1 Hand-Laid Rock Rip-Rap (Rock or Sacked Material)

Municipality of Crowsnest Pass - 35 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIAL PROVISIONS

Drawing Number Description

CB6-5.15M1 Details of Standard Sloped End Sections for C.S.P. Round Culverts

CB6-5.15.M4 Coupler Widths and Types to be Supplied with Corrugated Steel Pipes

CB6-2.10M27 Manhole Frame and Solid Cover

CB-6-2.10M28 Precast Reinforced Concrete Storm Drain Inlet (900mm Diameter)

CB6-2.3.M58 Typical Cross Section for Sideslope Improvements

CB6-3.50M2 Paving Limits of Intersecting Roadways at Time of Final Paving or Pavement Rehabilitation of Highway

CB6-3.50M16 Transverse Pavement Joints

TCS-C-201 Longitudinal Pavement Markings Dimensions and Definitions

TCS-C-301 Transverse Pavement Markings

TCS-C-401 Typical Pavement Markings – Marking Messages Rural Arrows

TCS-E-305.1 Cast-in-Place Concrete Traffic Pole Base Signal Pole w/ARM <=11m, Advanced Warning Signal Pole w/ARM <=9m

TCS-E-310 Cast-in-Place Concrete Traffic Pole Base Signal Pole w/ARM <=15m, Advanced Warning Signal Pole w/ARM <=11m

TCS-E-601.1 Roadway Lighting Cast-in-Place Concrete Base for up to 15 m Double Davit

TCS-E-606 Roadway Lighting Breakaway Base Streetlight Poles

TCS-F-525 Advance Warning Signal Overhead Sign and Mounting Hardware

55..33 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 shall not be considered part of the Contract Documents. 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 shall not be considered accurate, complete or appropriate, and are made available solely for the purpose of providing the Bidder with access to the information available to the Owner.

55..44 CONSULTANT

For this Tender, the Consultant as defined in Section 1.1.7, “Consultant” and as referenced in the specifications, will be WSP.

55..55 PRIME CONTRACTOR

The Contractor’s attention is drawn to the General Specifications and Specification Amendments for Highway and Bridge Construction, Edition 16, 2019, Specification 1.2.13 “Occupational Health and Safety Act” and Section 1.2.13.1 “Prime Contractor.”

55..66 HOLDBACK ON MONTHLY PROGRESS PAYMENTS

Holdback will be assessed as per Section 1.2.46 in the General Specifications. The Holdback will be ten (10%) percent for this contract and held for a minimum period of forty-five (45) days after project completion.

55..77 SITE OCCUPANCY

This tender contains two or more schedules, each of which has its own site occupancy bid item. As per standard specification 1.2.41.2, calculation of calendar days, site occupancy will be

Municipality of Crowsnest Pass - 36 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIAL PROVISIONS

charged for work completed on each respective schedule. Each schedule shall be administered separately in regards to Site Occupancy calculations. Therefore, each schedule that has work performed on the same day shall be assessed a site occupancy day.

55..88 EARLY COMPLETION PREMIUM (DELETABLE)

The Municipality will contemplate accelerated project schedules for each of the five (5) unit price schedules. The Contractor shall provide pricing to the Municipality for the premium cost to complete each of the five (5) unit price schedules by November 10, 2020. The premium would include all additional costs to the project to complete the Work to the point of issuing the Construction Completion Certificate (CCC) on a per schedule basis by November 10, 2020. The Municipality will review during the contract award period the Early Completion Premium and should the Municipality decide to invoke the early completion premium within the unit price schedule the new contract completion date will be adjusted to November 10, 2020. Should the Municipality not invoke the early completion premium the contract completion date will remain as July 1, 2021 and the early completion premium will be deleted. No extensions will be granted regarding the contract completion date of November 10, 2020 for each schedule, regardless of the circumstances.

55..88..11 Payment

Payment for completing a unit price schedule by November 10, 2020 will be made at the applicable “Early Completion Premium”. The lump sum price bid will be considered full compensation to complete the Work by November 10, 2020. If the Municipality doesn’t invoke the Early Completion Premium prior to Contract Award no payment will be made.

55..99 CONSTRUCTION ADVISORY SIGNS

The Contractor shall supply and install construction advisory signs advising the public of the impending construction activities. Signs shall be installed at the following approximate locations:

- Four at the intersection of Hwy. 3 & Hwy. 40/86 Street. - Four at the intersection of Hwy. 3 & 213 Street/9 Avenue. - Two on Hwy. 3:02 – Frank, prior to start and end of project.

The exact installation locations will be reviewed by the Consultant. Signs shall be installed a minimum of two (2) weeks prior to the anticipated commencement of the Work. Signs shall display the following message:

HIGHWAY (XX)

CONSTRUCTION

NEXT (XXX) KM

(MONTH) (DAY) - (DAY)

EXPECT DELAYS

Municipality of Crowsnest Pass - 37 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIAL PROVISIONS

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.

55..1100 ACCOMMODATION OF TRAFFIC

The Contractor's attention is drawn to Section 7.1, Traffic Accommodation and Temporary Signing, of the Standard Specifications for Highway Construction. The Owner reserves the right to modify the Contractor's operations if, in the opinion of the Consultant, traffic is being unduly hindered.

Traffic shall be maintained on the existing roadway throughout the duration of this Contract. Prior to any prolonged shut down of construction, the Contractor shall ensure that any disturbed roadway surface is restored to a condition suitable for traffic operations as directed by the Consultant.

55..1111 HAUL ROAD AND DETOUR ROAD MAINTENANCE AND RESTORATION

55..1111..11 Haul Road Maintenance

The Contractor shall be responsible for the maintenance and restoration of all haul roads. Contrary to Section 4.5.3.3. and 4.5.5.2. of Specification 4.5 "Hauling", no payment will be made by the Owner for the restoration of the Haul Roads damaged by the Contractor’s Operations. This will include but will NOT be limited to any gravel surfacing, dust abatement, asphalt stabilized base course or asphalt concrete pavement materials.

55..1122 TOWING TRAFFIC

Contrary to Section 2.3.6.2, Towing Traffic, no separate or additional payment will be made for towing traffic through the work. Any costs for towing traffic shall be included in the unit price bid for “Preparing Subgrade Surface/Common Excavation.” The Contractor shall supply operators and equipment for towing at the request of the Consultant.

55..1133 CONTRACTOR’S USE OF LIME

Contrary to Section 2.3.6.13.5, Drying Wet Material and Section 3.1.3.3, Preparing Subgrade Surface of the Standard Specifications for Highway Construction, the Municipality will not reimburse the Contractor for 50% of the cost for the supply of lime for drying wet materials. If the Contractor elects to use lime for drying, no separate or additional payment will be made for the work.

Municipality of Crowsnest Pass - 38 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIAL PROVISIONS

55..1144 ENVIRONMENTAL CONTROL

55..1144..11 Campsites

No campsites will be permitted on this project.

55..1144..22 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.

55..1144..33 Burning

No burning will be permitted on this project.

55..1144..44 Historical Resources

Pursuant to Section 31 of the Historical Resources Act, should any palaeontological or historical resources be discovered during the conduct of construction activities, the Consultant's Representative is to be informed immediately. Pursuant to information from the appropriate governing body, it may be necessary for Alberta Infrastructure and Transportation to issue further instructions regarding the documentation of these resources.

55..1155 CONTROL OF CLUBROOT

55..1155..11 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 online at the following location: http://www1.agric.gov.ab.ca/$Department/deptdocs.nsf/all/agdex11519

5.15.1.1 ECO Plan Requirements

As part of the ECO Plan, the Contractor shall detail his proposed Clubroot control measures for soil disturbance at location involving Clubroot infected soils. Details shall include proposed equipment cleaning procedures as well as any other 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.

55..1166 CONTROL OF WEEDS AND PESTS

The Contractor shall ensure all equipment, vehicles, tools and other items are clean of soil,

Municipality of Crowsnest Pass - 39 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIAL PROVISIONS

aquatic organisms and plant matter (especially seed heads) 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.

55..1177 WORK IN THE VICINITY OF UTILITIES

1.1.3 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. The known utility companies, owners and operators are as follows: Alberta Supernet Ltd. Emergency: 1-844-276-2888 110,220 – 12th Avenue SW Calgary, AB T2R 0E9 Altalink Emergency: 1-866-667-3400 2611 – 3rd Avenue SE Calgary, AB T2A 7W7 Atco Gas Emergency: 1-800-511-3447 5302 Forand Street S.W. Calgary, AB T3E 8B4 Fortis Alberta Emergency: 310-WIRE 320 – 17 Avenue SW Calgary, AB T2S 2V1 Telus Communication Emergency: 611 (24 HR) c/o Telecon Suite 200, 12 Manning Close NE Calgary, AB T2E 7N6 Shaw Cable Emergency: 1-800-344-7429 630 3rd Avenue S.W. Calgary, AB T2P 4L4 Municipality of Crowsnest Pass Emergency: 403-562-8833 8502 – 19 Avenue After Hours: 403-562-2021 Coleman, AB T0K 0E0

Municipality of Crowsnest Pass - 40 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIAL PROVISIONS

55..1177..11 Utilities and Pipelines

It is the Contractor's responsibility to locate all underground and aboveground utilities and pipelines. The Contractor is responsible for the cost of repairing any gas line, telephone cables or any utilities and pipeline damaged as a result of the construction. Hydrovacing of utilities will be considered incidental to the Work, and no separate or additional payment will be made. The Contractor is responsible for all temporary relocations of utilities to complete the work. The Contractor is responsible for acquiring any proximity agreements to complete the work.

55..1188 GENERAL SPECIFICATION 1.2.58 "DIESEL FUEL COST ADJUSTMENT" ADDITION

General specification 1.2.58 “Diesel Fuel Cost Adjustment” will not be used on this project.

55..1199 REMOVAL, SALVAGE AND RE-ERECTION OF EXISTING SIGNS

All existing signs, guideposts and mailboxes, which must be removed in the prosecution of the Work, shall be carefully salvaged by the Contractor, and reinstalled at a location as directed by the Consultant. Critical signs necessary for the protection of traffic such as railroad crossing signs or stop and curve signs shall be maintained. Maintenance, removal, salvage and reinstallation of signs, guideposts and mailboxes will not be paid for separately but shall be considered incidental to the Work.

55..2200 SCOPE OF WORK

The scope of work for this project shall include but is not limited to the following:

• Asphalt and concrete removals • Excavation • Intersection Improvements • Traffic Signal and Highway Street Lighting Installation • Asphalt Concrete Pavement • Granular Base Course • Topsoil Placement and Seeding • Concrete Median, Island, Curb & Gutter and Sidewalk • Culvert Improvements • Paint line Removals • Line Painting for Intersections • Durable Line Painting and Pavement Messages

Unless otherwise specified, the Contractor shall 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.

55..2211 LANDOWNER’S RELEASE

The Contractor may have to enter private or crown owned land for supply of borrow and/or aggregate during completion of the project. Copies of the initial agreements for supply of borrow shall be supplied to the Municipality’s Consultant for their records.

Municipality of Crowsnest Pass - 41 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIAL PROVISIONS

The Contractor is required to obtain the landowners permission and a “Landowner Release” outlining the landowner’s acceptance of the condition of which his property has been left for any disruption to private or crown property. These landowner releases shall be supplied to the Consultant prior to the release of the final holdback on the project. The Contractor is responsible for addressing and resolving any dispute that arises between the Contractor and the Landowner by the agreement between the parties. In addition, the Contractor shall indemnify and hold harmless the Municipality of Crowsnest and their Consultant for any claims the landowners may have regarding the Contractor’s work on private or crown lands.

55..2222 SUPPLY OF AGGREGATE (CONTRACTOR’S SUPPLY WITH NO OPTION)

The Contractor shall supply aggregates entirely from sources of his own choice. Supply of aggregate will not be paid for separately. The cost of supplying aggregate is considered incidental to the work or included in the unit price bid for the work for which the aggregate is being produced.

55..2233 CONSTRUCTION SURVEY

The Contractor shall provide all required survey for the project including but not limited to; baseline staking, quantity surveys and construction layout staking. The Contractor shall provide the Consultant with the digital survey data for verification of quantities. The construction survey will be considered incidental to the Work and no separate or additional payment will be considered.

55..2244 INTERSECTION GEOMETRIC IMPROVEMENTS

55..2244..11 General

The Contractor shall carry out intersection improvement work at the following locations as shown on Drawings, in accordance with the applicable Sections of the Standard Specifications for Highway Construction, the Provisions contained herein, and as directed by the Consultant.

- Jct. of Hwy. 3:02 and Hwy.40:06/86 St. - Jct. of Hwy. 3:02 and 213 St./9 Ave. - Jct. of Hwy. 3:02 and 20 Ave.

The Work shall include but in not limited to the following:

- Removal, salvage and redistribution of topsoil - Cutting of pavement edge - Subgrade excavation including the removal and off-site disposal of existing asphalt

pavement - Removal and off-site disposal of existing concrete curb and gutter - Cold milling asphalt concrete (50 mm Depth) - Common excavation - Supply and placement of borrow excavation - Subgrade preparation - Granular base course - Asphalt concrete pavement

Municipality of Crowsnest Pass - 42 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIAL PROVISIONS

- Hydro-Seeding

55..2244..22 Estimated Quantities

The Contractor is advised that the quantities shown in the following table are estimated, and are provided for information purposes only. The contractor shall have no claim against the Municipality resulting from any variations in these quantities.

Item Description Unit

Estimated Quantity – Hwy. 3 and Hwy.

40/86 St. (Schedule A)

Estimated Quantity – Hwy. 3 and 213/9

Ave. (Schedule B)

Estimated Quantity – Hwy. 3 and 20

Ave. (Schedule E)

*Common Excavation m3 1,560 767 400

Borrow Excavation – Contractor Supplied

m3 2,530 1,127 -

Cold Milling Asphalt Pavement (50 mm Depth)

m2 680 350 90

Cutting of Pavement m 680 350 90

Topsoil Placement m2 4,620 3,450 580

Hydro-Seeding m2 4,620 3,450 580

Curb and Gutter Removal and Disposal

m 242 - -

Granular Fil Des. 6 Cl 80 t - - 110

Granular Base Course (Des 2 Cl 25) t 1,650 680 190

ACP – EPS Mix Type H1 (PG 58-28) t 520 180 80

*Common excavation total includes stripping moved twice. The Contractor shall haul asphalt concrete pavement, concrete curb and gutter, base course material and dispose of the material at the Passburg Pit. Any materials that the Municipality will not accept at the Passburg Pit the Contractor will assume ownership and shall be disposed of at an approved location.

55..2244..33 Construction

Prior to widening the existing subgrade, the Contractor shall denude the sideslopes of vegetation and remove and salvage the topsoil. The Contractor shall excavate the existing embankment to a depth sufficient to accommodate the specified granular base course and asphalt structure. The excavated embankment materials shall be used to widen the embankment. Excavated materials which, in the opinion of the Consultant, are unsuitable for re-use as embankment construction material shall become the property of the Contractor, and shall be disposed of by the Contractor at an approved location. All costs associated with disposing of unsuitable material will be considered incidental to the Work, and no separate of additional payment will be made. Upon completion of intersection improvement operations, the Contractor shall re-distribute the salvaged topsoil over the disturbed areas, followed by hydro-seeding and fertilizing.

55..2244..44 Payment

Payment for the Work will be made at the applicable unit price bid for the types of work incorporated, in accordance with the applicable sections of the Standard Specifications for Highway Construction and the Provisions contained herein.

Municipality of Crowsnest Pass - 43 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIAL PROVISIONS

Payment for Granular Fill Des. 6 Cl 80, Granular Base Course (Des. 2 Cl 25) and ACP – EPS Mix Type H1 (PG-28) will be made at the applicable unit price bid per tonne and calculated by in place measured square metre area by design depth and multiplied by 2.33t/m3 conversion to achieve the tonne.

55..2255 SUPPLY OF BORROW

The Contractor shall arrange for and shall supply all borrow material from sources of his own choosing for this project, including any environmental permits or approvals required. The Contractor shall be responsible to arrange for and ensure that the borrow material and locations are satisfactory to his requirements. All terms and payments under the agreements established by the Contractor and any affected landowner shall remain the responsibility of the Contractor. The Contractor shall retain the responsibility of ensuring the material type and quantity is satisfactory to meet contract requirements. No additional payment will be made for the supplying of borrow material, excavating, loading, hauling, placing, spreading, trimming, fencing, topsoil removal or replacement, constructing access roads, pit sealing, reseeding of the borrow, or obtaining environmental approvals or studies but will all be considered incidental to the work.

55..2266 SIDESLOPE IMPROVEMENTS

The Works shall be done in accordance with Section 3.60 of the Standard Specifications of Highway Construction, the Drawings, the Provisions contained herein, and as directed by the Consultant. The sideslopes shall be maintained to a 6:1 slope from the edge of the finished pavement. The amount of excavation or fill required will vary according to the existing height of fill and existing sideslope ratio. The locations of this work and estimated quantities are as described below:

FROM STATION

TO STATION

LOCATION LENGTH

(KM) EXISTING SLOPE

REQUIRED SLOPE

Hwy. 3 and 213 Street/9 Avenue

25+607 25+707 RT 0.10 3:1 6:1

26+060 26+160 LT 0.10 3:1 6:1

Subtotal 0.20

TOTAL 0.20

These are estimated quantities and the Contractor shall have no claim against the Municipality for variances in these quantities. The Contractor shall denude the side slopes of all vegetation and topsoil, stockpile this material and upon completion of the work, uniformly redistribute the stockpiled material on the newly finished side slopes. All new side slopes shall be seeded.

Municipality of Crowsnest Pass - 44 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIAL PROVISIONS

The Contractor shall supply the embankment material from his own source. The Contractor shall only use material approved by the Consultant. The Contractor shall supply all borrow material required for the sideslope improvement work. The estimated quantity of borrow excavation required for sideslope improvements is approximately 500 m3. Payment for sideslope improvements will be made at the unit price bid per kilometer for "Sideslope Improvements", and will be full compensation for denuding the sideslopes of vegetation; removal, salvage and redistribution of topsoil; supply and placement of borrow excavation material; sideslope improvement; seeding, fertilizing and harrowing and all labour, equipment, tools and incidentals necessary to complete the Work to the satisfaction of the Consultant.

55..2277 CULVERT IMPROVEMENTS

The Contractor shall remove and dispose of existing culverts and supply and install new galvanized corrugated steel pipe (CSP) in accordance with Specification 2.4, Culverts, of the Standard Specifications for Highway Construction; the following Provisions; and as directed by the Consultant. The locations and estimated quantities for this work are as follows:

Sta

tio

n

Supply and Install C.S.P. (m)

Rem

ark

s

480 m

m

500 m

m

800 m

m

900 m

m

1000 m

m

Hwy. 3 & Hwy. 40/86 Street Intersection Improvements (Schedule A)

1+228 7 East end extension

1+202 - 7 - - Install with Catch basin

Hwy. 3 & 213 Street/9 Avenue Intersection Improvements (Schedule B)

SW quadrant - - 6 - North end

Coleman Sidewalk (Schedule D)

1+228 - - 7 - West end extension

8+007 - - - 10 Pathway crossing

2+097 - 12 - - South end from Manhole

2+125 6 - - - North end extension

2+227 6 - - - South end extension

5+004 - 14 - - Pathway Crossing

Hwy 3 & 20 Avenue (Schedule E)

0+032 9

0+077 11

Contingency 1 4 3 1 1

TOTAL 13 46 23 12 11

Municipality of Crowsnest Pass - 45 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIAL PROVISIONS

55..2277..11 Construction

Construction operations shall include stripping and stockpiling of vegetation and topsoil; excavation; removal and disposal of existing culverts; preparation of base; supply and installation of culvert including extension of steel culverts; backfilling and compacting, supply and placement of riprap; finishing; redistribution of the topsoil; seeding, fertilizing and harrowing, and other work as specified by the Consultant. Culvert extensions shall be cut to a sound location or as directed by the Consultant. Any cutting or trimming will be considered incidental to the work and no separate or additional payment will be made. Removal and disposal cut sections from existing culverts extensions will be considered incidental to the work and no separate or additional payment will be made. At locations where the culverts are to be extended, the Contractor shall excavate back along the existing culvert, cut the existing culvert to provide a pipe end (if required), connect a sloped end extension onto the existing culvert, backfill the culvert extension and rip rap the newly installed sloped end section as shown on Drawing CB6-2.5M1.

55..2277..22 Payment

Payment for the supply and installation of new culverts, including extending existing culverts, will be made at the applicable unit prices bid for the size and type of culvert installation, in accordance with the applicable sections of the Standard Specifications for Highway Construction, and the following Provisions. The price will be considered full compensation for excavation including channel, cutting, grinding, coating, installing, supply and placement of backfill and rip rapping the culvert extension. All required excavation and backfill for the installation of culvert improvements will be considered incidental to the Work, and no separate or additional payment will be made.

55..2288 SMOOTH WALL STEEL PIPE (SCHEUDLE A)

The Work shall be done in accordance with Section 5.22 of the Standard Specifications of Highway Construction, the Provisions contained herein, and as directed by the Consultant. The Contractor shall supply and install smooth wall steel pipe (SWSP) at the locations shown in the following table.

Sta

tio

n

Lo

cati

on

Supply and Install (m)

Remarks

1000m

m

Hwy. 3 & Hwy. 40/86 Street (Schedule A)

2+014 Approach 12 South end Extension

Contingency 1

TOTAL 13

Municipality of Crowsnest Pass - 46 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIAL PROVISIONS

The invert elevations and the pipe length to be installed shall be confirmed by the Consultant at the time of construction. These locations may have water adjacent to the proposed culvert location. The Contractor may be required to construct cofferdams, pump out and drain the work area, maintain the work area, protect the traffic from any excavations or hazard, and restore and cleanup the area upon the installation of the culvert. The Contractor shall inspect these sites at the tendering stage in order to determine the degree of Work required to install the culverts. Culvert extensions shall be cut to a sound location or as directed by the Consultant. Any cutting or trimming will be considered incidental to the work and no separate or additional payment will be made. Removal and disposal cut sections from existing culverts extensions will be considered incidental to the work and no separate or additional payment will be made. The construction of cofferdams, pumping out and drainage of water, maintenance of the Work area, protection of the traffic, and the restoration and cleanup will be considered incidental to the Work and no separate or additional payment will be made.

55..2299 DROP INLET ASSEMBLY (SCHEDULE D)

The Contractor shall supply and install drop inlet assemblies as shown on the drawings or as directed by the Consultant. The Contractor shall supply a 800 mm diameter drop inlet assemblies including the banded grating cover and support as per Dwg. CB6-2.4M13. Payment for the supply and installation of the drop inlet will be made at the unit price bid per unit for “Drop Inlet Assemblies – Supply and Install (800 mm dia.)”. The banded grating cover and cover support will be considered incidental to the Work and no separate or additional payment will be made. Payment for all other Work will be made at the applicable unit prices bid for the types of Work incorporated in accordance with the applicable sections of the Standard Specifications for Highway Construction and the Provisions contained herein.

55..3300 MANHOLE (SCHEDULE D)

The Contractor shall supply and install precast manhole as shown on the drawings or as directed by the Consultant. The Contractor shall supply a 900 mm diameter manhole. The Contractor shall supply and install all required connection hardware to join the existing 480mm C.S.P. pipe and the proposed 500 mm C.S.P. in order to drain water south of 21 Avenue.

55..3300..11 Payment

Payment for the precast manhole will be made at the applicable unit prices bid for “Manhole – Supply and Install”. The price will be considered full compensation for excavation; dewatering; preparation of base; concrete base; barrels; slab top; collars; frame and cover; coring; stub outs; grouting; hardware to couple supply and installation of granular base including backfilling and compacting, shop drawings; cleanup; and other work as specified by the Consultant.

Municipality of Crowsnest Pass - 47 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIAL PROVISIONS

55..3311 CATCH BASIN (SCHEDULE A)

The Contractor shall supply and install precast catch basin as shown on the drawings or as directed by the Consultant. The Contractor shall supply a 900 mm diameter catch basin. The Contractor shall supply and install all required connection hardware to join to the proposed 500 mm C.S.P. in order to drain water north of Hwy. 3.

55..3311..11 Payment

Payment for the precast catch basin will be made at the applicable unit prices bid for “Catch Basin – Supply and Install”. The price will be considered full compensation for excavation; dewatering; preparation of base; concrete base; barrels; slab top; collars; frame and cover; coring; stub outs; grouting; hardware to couple supply and installation of granular base including backfilling and compacting, shop drawings; cleanup; and other work as specified by the Consultant.

55..3322 CRACK REPAIRS – SPRAY PATCH (SCHEDULE C)

Prior to paving, the Contractor shall carry out asphalt concrete crack repairs. The Work shall be performed in accordance with Section 3.33 of the Standard Specifications of Highway Construction and as directed by the Consultant. The Consultant will identify the exact locations at the time of Construction:

FROM STATION

TO STATION

LOCATION TRANSVERSE

CRACKS PER

KM WIDTH (M)

REPAIR LENGTH

(M)

22+500 23+401 Frank Hwy 3:02 40 15 550

Contingency 83

TOTAL 633

55..3333 CONCRETE TRAFFIC ISLAND (SCHEDULE A)

The Contractor shall construct concrete islands to the location, dimensions, grades and elevations as shown on the Drawings, in accordance with the applicable Sections of the Standard Specifications of Highway Construction, the Provisions contained herein, and as directed by the Consultant. The locations and estimated quantities for this work are shown in the following table.

Location AREA

(m2) REMARKS

HWY. 3 & Hwy. 40/86 Street Intersection Improvement

NW quadrant 50

SE quadrant 35

CONTINGENCY: 15

TOTAL: 100

Municipality of Crowsnest Pass - 48 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIAL PROVISIONS

55..3333..11 Construction

Construction operations shall include excavation; preparation of base; supply and installation of granular base including backfilling and compacting, supply and installation of concrete; supply and installation of curb and gutter; supply and install reinforcement; forming; finishing; and other work as specified by the Consultant.

55..3333..22 Payment

Payment for the concrete traffic islands will be made at the applicable unit prices bid “Concrete Traffic Island”. The price will be considered full compensation for excavation, preparation of base, supply and installation of granular base including backfilling and compacting, supply and installation of concrete; supply and install reinforcement; supply and installation of curb and gutter; forming; finishing; and other work as specified by the Consultant. All required curb and gutter will be considered incidental to the Work, and no separate or additional payment will be made.

55..3344 CONCRETE TRUCK APRON (SCHEDULE A)

The Contractor shall construct concrete truck apron to the location, dimensions, grades and elevations as shown on the Drawings, in accordance with the applicable Sections of the Standard Specifications of Highway Construction, the Provisions contained herein, and as directed by the Consultant. The locations and estimated quantities for this work are shown in the following table.

Location AREA

(m2) REMARKS

HWY. 3 & Hwy. 40/86 Street Intersection Improvement

NW quadrant 82

Contingency: 13

TOTAL: 95

55..3344..11 Construction

Construction operations shall include excavation; preparation of base; supply and installation of granular base including backfilling and compacting, supply and installation of concrete; supply and installation of curb and gutter; supply and install reinforcement; supply and install fibre reinforcement; forming; finishing; and other work as specified by the Consultant.

55..3344..22 Payment

Payment for the concrete truck apron will be made at the applicable unit prices bid for “Concrete Truck Apron”. The price will be considered full compensation for excavation, preparation of base, supply and installation of granular base including backfilling and compacting, supply and installation of concrete; supply and install reinforcement; supply and install fibre reinforcement; supply and installation of curb and gutter; forming; finishing; and other work as specified by the Consultant. All required curb and gutter will be considered incidental to the Work, and no separate or additional payment will be made.

Municipality of Crowsnest Pass - 49 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIAL PROVISIONS

55..3355 CONCRETE ROLLED CURB AND GUTTER (SCHEDULE A)

The Contractor shall perform concrete curb work as shown on the Drawings; in accordance with Specifications 4.2, Concrete Curbs, Gutter, Sidewalk, Medians, and Traffic Islands, of the Standard Specifications for Highway Construction; the Provisions contained herein; and as directed by the Consultant. The locations and estimated quantities of concrete curb are shown in the following table:

Location Length

(m) REMARKS

HWY. 3 & Hwy. 40/86 Street Intersection Improvement (Schedule A)

NW quadrant 29

SW quadrant 125

Contingency: 23

TOTAL: 177

55..3355..11 Construction

Construction operations shall include removal and disposal of existing curb and gutter, excavation; preparation of base; supply and installation of granular base including backfilling and compacting, supply and installation of concrete; forming; finishing; and other work as specified by the Consultant.

55..3355..22 Payment

Payment for the concrete rolled curb and gutter will be made at the applicable unit prices bid “Concrete Rolled Curb and Gutter”. The price will be considered full compensation for excavation, preparation of base, supply and installation of granular base including backfilling and compacting, supply and installation of concrete; forming; finishing; and other work as specified by the Consultant.

55..3366 SOLID CONCRETE MEDIAN (SCHEUDLE D)

The Contractor shall construct solid concrete medians to the alignment, dimensions, grades and elevations as shown on the Drawings, in accordance with the applicable Sections of the Standard Specifications of Highway Construction, the Provisions contained herein, and as directed by the Consultant. The locations and estimated quantities for this work are shown in the following table.

FROM

(STN.) TO

(STN.) AREA

(m2) REMARKS

Coleman Sidewalks (Schedule D)

1+074 1+086 23

1+112 1+125 25

1+142 1+172 50

1+193 1+224 52

Municipality of Crowsnest Pass - 50 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIAL PROVISIONS

FROM

(STN.) TO

(STN.) AREA

(m2) REMARKS

Subtotal 150

Contingency: 30

TOTAL: 180

55..3366..11 Construction

Construction operations shall include excavation; preparation of base; supply and installation of granular base including backfilling and compacting, supply and installation of concrete; supply and installation of curb; supply and install of dowels; forming; finishing; and other work as specified by the Consultant.

55..3366..22 Payment

Payment for the solid concrete median will be made at the applicable unit prices bid for “Solid Concrete Median”. The price will be considered full compensation for excavation, preparation of base, supply and installation of granular base including backfilling and compacting, supply and installation of concrete; supply and install of dowels; supply and installation of curb; forming; finishing; and other work as specified by the Consultant. All required curb will be considered incidental to the Work, and no separate or additional payment will be made.

55..3377 CONCRETE DRIVEWAY SLAB (SCHEUDLE D)

The Contractor shall construct concrete driveway slab to the dimensions and grades as shown on the Drawings, in accordance with the applicable Sections of the Standard Specifications of Highway Construction, the Provisions contained herein, and as directed by the Consultant. The locations and estimated quantities for this work are shown in the following table.

FROM

(STN.) TO

(STN.) DRIVEWAY

SLAB REMARKS

Coleman Driveway Slab (Schedule D)

1+056 1+074 1

1+086 1+112 1

1+125 1+143 1

1+172 1+194 1

3+128 3+138 1

3+196 3+207 1

TOTAL 6

55..3377..11 Construction

Construction operations shall include excavation; preparation of base; supply and installation of granular base including backfilling and compacting, supply and installation of concrete; supply

Municipality of Crowsnest Pass - 51 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIAL PROVISIONS

and installation of curb and gutter; forming finishing; and other work as specified by the Consultant.

55..3377..22 Payment

Payment for the concrete driveway slab will be made at the applicable unit prices bid for “180mm Concrete Driveway Slab”. The price will be considered full compensation for excavation, preparation of base, supply and installation of granular base including backfilling and compacting, supply and installation of concrete; supply and installation of curb and gutter; forming; finishing; and other work as specified by the Consultant. All required curb and gutter will be considered incidental to the Work, and no separate or additional payment will be made.

55..3388 SEPARATE SIDEWALK – 130 MM THICK (SCHEDULE D)

The Contractor shall construct separate concrete sidewalk to the dimensions and grades as shown on the Drawings, in accordance with the applicable Sections of the Standard Specifications of Highway Construction, the Provisions contained herein, and as directed by the Consultant. The locations and estimated quantities for this work are shown in the following table.

FROM

(STN.) TO

(STN.) AREA

(m2) REMARKS

Coleman Sidewalks (Schedule D)

1+052 1+056 11

1+074 1+086 18.5

1+112 1+125 19.5

1+142 1+171 44.0

1+193 1+225 48.0

3+015 3+128 169.0

3+138 3+195 87.0

3+207 3+215 12.5

Subtotal 409.5

Contingency: 61.5

TOTAL: 471

55..3388..11 Construction

Construction operations shall include excavation; preparation of base; supply and installation of granular base including backfilling and compacting, supply and installation of concrete; forming; finishing; and other work as specified by the Consultant.

55..3388..22 Payment

Payment for the concrete sidewalk will be made at the applicable unit prices bid for “Separate Sidewalk - 130mm”. The price will be considered full compensation for excavation, preparation

Municipality of Crowsnest Pass - 52 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIAL PROVISIONS

of base, supply and installation of granular base including backfilling and compacting, supply and installation of concrete; forming; finishing; and other work as specified by the Consultant.

55..3399 SEPARATE SIDEWALK – 180 MM THICK (SCHEDULE D)

The Contractor shall construct separate concrete sidewalk to the dimensions and grades as shown on the Drawings, in accordance with the applicable Sections of the Standard Specifications of Highway Construction, the Provisions contained herein, and as directed by the Consultant. The locations and estimated quantities for this work are shown in the following table.

FROM

(STN.) TO

(STN.) AREA

(m2) REMARKS

Coleman Sidewalks (Schedule D)

1+056 1+074 27.0

1+086 1+112 39.0

1+125 1+142 26.5

1+171 1+193 33.0

2+016 2+026 25.0

Subtotal 151.5

Contingency: 23.5

TOTAL: 174

55..3399..11 Construction

Construction operations shall include excavation; preparation of base; supply and installation of granular base including backfilling and compacting, supply and installation of concrete; forming; finishing; and other work as specified by the Consultant.

55..3399..22 Payment

Payment for the concrete sidewalk will be made at the applicable unit prices bid for “Separate Sidewalk - 180mm”. The price will be considered full compensation for excavation, preparation of base, supply and installation of granular base including backfilling and compacting, supply and installation of concrete; forming; finishing; and other work as specified by the Consultant.

55..4400 CONCRETE SIDEWALK RAMPS (SCHEDULE D)

The Contractor shall construct concrete sidewalk ramps as shown on the Drawings, in accordance with the applicable Sections of the Standard Specifications of Highway Construction, the Provisions contained herein, and as directed by the Consultant. The concrete sidewalk ramps will include all removal and disposal of existing concrete curb and gutter, no separate or additional payment will be made. The concrete sidewalk ramps will include all supply and installation of curb and gutter, no separate or additional payment will be made. The locations and estimated quantities for this work are shown in the following table.

Municipality of Crowsnest Pass - 53 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIAL PROVISIONS

Location Concrete Sidewalk ramp – 1.5m wide

Concrete Sidewalk ramp – 2.5m wide

REMARKS

Coleman Sidewalks (Schedule D)

1+034 1

1+042 1

1+067 1

1+055 1

1+225 1

2+172 1

2+185 1

2+221 1

2+235 1

3+016 1

3+046 1

3+215 1

4+069 1

7+000 1

7+015 1

TOTAL 9 6

55..4400..11 Construction

Construction operations shall include removal and disposal of existing curb and gutter, excavation; preparation of base; supply and installation of granular base including backfilling and compacting, supply and installation of concrete; supply and installation of curb and gutter; forming; finishing; and other work as specified by the Consultant.

55..4400..22 Payment

Payment for the concrete sidewalk ramp will be made at the applicable unit prices bid for “Concrete Sidewalk Ramp”. The price will be considered full compensation for removal and disposal of existing curb and gutter, excavation, preparation of base, supply and installation of granular base including backfilling and compacting, supply and installation of concrete; supply and installation of curb and gutter; forming; finishing; and other work as specified by the Consultant. All required curb and gutter will be considered incidental to the Work, and no separate or additional payment will be made.

Municipality of Crowsnest Pass - 54 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIAL PROVISIONS

55..4411 CONCRETE CURB AND GUTTER REMOVAL AND DISPOSAL (SCHEDULE A)

The Contractor shall remove and dispose of existing concrete curb and gutter and shall assume ownership of any surplus or unusable material and shall remove it from the roadway to his own storage or disposal site; or otherwise dispose of the material to the satisfaction of the Consultant. There will be no separate or additional payment for the loading, hauling or disposal of material required to perform the work.

Location Length

(m) REMARKS

HWY. 3 & Hwy. 40/86 Street Intersection Improvement (Schedule A)

NW quadrant 114

SW quadrant 128

CONTINGENCY: 38

TOTAL: 280

Written approval from the Owner of the disposal site, including acknowledgement of the adequacy of the disposal site cleanup, shall be submitted to the Consultant before full payment for this Work will be made.

55..4411..11 Payment

Payment for concrete curb and gutter removal will be made at the applicable unit prices bid for “Concrete Curb and Gutter Removal and Disposal”. The Price will be considered full compensation for saw cutting; jack hammering; excavating; loading, hauling, placing, and disposal of concrete materials at a disposal site; street sweeping; tipping fees; clean up; and other work as specified by the Consultant.

55..4422 ASPHALT PAVEMENT REMOVAL AND DISPOSAL (SCHEDULE A)

The Contractor shall remove and dispose of existing asphalt pavement and shall haul material to the Passburg Pit. There will be no separate or additional payment for the loading, hauling or disposal of material required to perform the work. The estimated quantities of removal and disposal of asphalt pavement are as follows:

Location AREA

(m2) REMARKS

HWY. 3 & Hwy. 40/86 Street 81

Contingency: 9

TOTAL: 90

55..4422..11 Measurement and Payment

Measurement will be made on a per square metre basis. Quantities will be calculated from “in place” field measurements as determined by the Consultant.

Municipality of Crowsnest Pass - 55 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIAL PROVISIONS

The quantities measured will be paid for at the unit price bid per square metre for “Asphalt Pavement Removal and Disposal”. Payment will be considered full compensation for the removing, loading, hauling, and off-site disposal of water material and all other labour, materials and equipment necessary to complete the Work to the satisfaction of the Consultant.

55..4433 COLD MILLING ASPHALT PAVEMENT (SCHEDULE C)

55..4433..11 General

The Contractor shall cold mill the existing asphalt pavement as shown on the drawings, in accordance with Section 3.16, Cold Milling Asphalt Pavement of the Standard Specifications for Highway Construction, and as directed by the Consultant. The Contractor shall haul milled material from the roadway to the Passburg Pit. Ownership of the milled material will remain the Municipalities. The locations and estimated quantities for this work are as follows:

FROM (STN.)

TO (STN.)

Location Length Width Depth of

Milling (mm) AREA (m2)

22+553 23+249 Frank Hwy 3:02 696 1 0 to 60 696

Contingency: 70

TOTAL: 766

Cold milling will be measured by the square metre, regardless of milled depth, and paid for at the applicable unit price bid. All tie-ins at the limits of the project are incidental to the work and shall not be included in measurements for payment.

55..4444 ESTIMATED SURFACING QUANTITIES

The following quantities, based on design estimates, are provided for information purposes only and shall not be construed to restrict the Municipality’s action relative to revision. Final payment will be made on the basis of measured quantities of the work as completed.

55..4444..11 Asphalt Concrete Pavement Mix Type H1 (PG 58-28)

Location Estimated Quantity (t)

Hwy. 3:02 – Frank (Schedule C) 2,968

Contingency 452

TOTAL 3,420

55..4444..22 Valve and Manhole Adjustment

Any required valve or manhole adjustments will be considered incidental to the work and no separate or additional payment will be made.

Municipality of Crowsnest Pass - 56 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIAL PROVISIONS

55..4444..33 Payment

Payment for “Asphalt Concrete Pavement Mix Type H1 (PG 58-28)” will be made at the applicable unit price bid per tonne and calculated by in place measured squatter metre area by design depth and multiplied by 2.33t/m3 conversion to achieve the tonne.

55..4455 CONSTRUCTION RESTRICTIONS

The Contractor is advised that compaction efforts adjacent to local business, private residences and existing underground services shall be completed using pneumatic tire rollers and steel drum packers without the use of vibration settings or other approved types of compaction equipment. Damage to underground facilities, buildings or infrastructure due to the Contractors negligence shall be replaced by the Contractor at his own expense.

55..4466 2.5M ASPHALT PATHWAY – MIX TYPE L1 (PG 58-28) (SCHEDULE D)

The Contractor shall construct 2.5m wide asphalt pavement pathway to the dimensions and grades as shown on the Drawings, in accordance with the applicable Sections of the Standard Specifications of Highway Construction, the Provisions contained herein, and as directed by the Consultant.

55..4466..11 Estimated Surfacing Quantities

Asphalt Concrete Pavement Mix Type L1 (PG 58-28) Location Estimated Quantity (m2)

MDCP Building Pathway (Schedule D) 176

BCMI Hotel Pathway (Schedule D) 34

Hwy. 40 Pathway (Schedule D) 527

Sportsplex/School Pathway (Schedule D) 1,255

Contingency 308

TOTAL 2,300

55..4466..22 Construction

Construction operations shall include excavation; preparation of base; supply and installation of granular base including backfilling and compacting; supply and installation of asphalt pavement; finishing and other work as specified by the Consultant.

55..4466..33 Payment

Payment for the “2.5m Asphalt Pathway – Mix Type L1 (PG 58-28)” will be made at the applicable unit price bid per square metre measured on the finished surface. The price will be considered full compensation for preparation of subgrade, preparation of base, supply and installation of granular base including backfilling and compacting, supply and installation of asphalt pavement; and other work as specified by the Consultant.

55..4477 PATHWAY EXCAVATION (SCHEDULE D)

55..4477..11 Definition

For the purpose of this Contract all pathway excavation and placement of material, shall be defined as "Pathway Excavation".

Municipality of Crowsnest Pass - 57 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIAL PROVISIONS

55..4477..22 Estimated Pathway Excavation Quantities

The Contractor is advised that the grading quantities shown in the following table are estimated and are provided for information purposes only. The Contractor shall have no claim against the Department resulting from any variations in these quantities.

Location Pathway Exc.

(Includes 1St Move Stripping) (m3)

Surplus Material

(m3) Remarks

MDCP Pathway 80 -10

BCMI Hotel Pathway 20 10 Surplus

Hwy 40. Pathway 200 -620

22 Ave. Sidewalk 490 350

Sportsplex/School Pathway 10,130 2,640 Surplus

Contingency 1,100 240

TOTALS 12,020 2,610

55..4477..33 Topsoil

There will be no separate payment made for arranging temporary or permanent locations of topsoil stockpiles or for overhaul of topsoil to these locations. Payment for stripping topsoil and hauling to stockpile locations shall be included in the unit price bid for “Pathway Excavation.”

5.47.3.1 Measurement and Payment

For the purpose of this Contract, all excavation and placement of pathway excavation (including topsoil stripping (first move only), surplus material) will be paid for at the unit price bid for “Pathway Excavation”. Procuring waste material disposal areas and hauling unsuitable material to them shall be the responsibility of the Contractor and no additional payment shall be made as payment for this work shall be considered incidental to the unit price bid for “Pathway Excavation”.

55..4488 PATHWAY TOPSOIL DISTRIBUTION (SCHEDULE D)

55..4488..11 General

All topsoil in disturbed areas within the right-of-way, shall be salvaged for reuse. Any required stockpiling of the topsoil material shall be performed to minimize topsoil losses and contamination of the topsoil and surrounding materials, using methods and locations approved by the Consultant. Upon completion of the work, the Contractor shall evenly redistribute the salvaged topsoil along the sideslopes, backslopes and ditch bottoms or to the limits identified by the Consultant.

Location Topsoil Distribution

(m2) Remarks

MDCP Pathway 185

BCMI Hotel Pathway 30

Hwy 40. Pathway 675

Sportsplex/School Pathway 4,154

Contingency 506

TOTALS 5,550

Municipality of Crowsnest Pass - 58 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIAL PROVISIONS

55..4488..22 Measurement and Payment

Measurement of the “Topsoil Distribution” shall be made based upon the square metre area of disturbed right-of-way, which has been re-topsoiled to a depth of no less than 70 mm of material. The area measured for payment shall be based on horizontal measurements with no allowances made for uneven or sloping ground. This second movement and placement of topsoil material shall be paid for at the unit price bid per square metre for “Topsoil Distribution.” No additional payment will be made for the excavating, loading, hauling (including overhaul), placing, spreading and trimming of the topsoil material, which shall be considered incidental to the unit price bid for “Topsoil Distribution”.

55..4499 WOOD POST & CHAIN FENCE (SCHEDULE D)

The Contractor shall supply and install wood post and chain fence at a location as shown on the drawings or as directed by the Consultant. There will be no separate payment for excavation and/or drilling, preparation or clean-up and will be considered incidental to the work.

55..4499..11 Measurement and Payment

Measurement will be made in linear metre to the nearest 0.1 metre measured along the length of the fence. Payment will be made at the unit price bid for “Wood Post & Chain Fence” which shall be full compensation for excavation, drilling, preparation, Supply and installation of wood posts, supply and installation of chain, required hardware, finishing and clean-up, and all labour, tools, and incidentals necessary to complete the Work in accordance with the Specification or to the satisfaction of the Consultant.

55..5500 BOLLARDS (SCHEDULE D)

The Contractor shall supply and install bollards at a location as shown on the drawings or as directed by the Consultant. The removal and disposal of existing Bollards will be incidental to the work and no separate or additional payment will be made There will be no separate or additional payment for excavation and/or drilling, preparation or clean-up and will be considered incidental to the work.

55..5500..11 Measurement and Payment

Measurement will be made per unit for “Bollards”. Payment will be made at the unit price bid for “Bollards” which shall be full compensation for excavation, drilling, preparation, Supply and installation of bollards, supply and installation of concrete, required hardware, finishing and clean-up, and all labour, tools, and incidentals necessary to complete the Work in accordance with the Specification or to the satisfaction of the Consultant.

Municipality of Crowsnest Pass - 59 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIAL PROVISIONS

55..5511 PRE-CAST CONCRETE PARKING CURB (SCHEDULE D)

The Contractor shall supply and install pre-cast concrete parking curb at a location as shown on the drawings or as directed by the Consultant. There will be no separate payment for preparation of surface, drilling or clean-up and will be considered incidental to the work.

55..5511..11 Measurement and Payment

Measurement will be made per unit for “Pre-cast Concrete Parking Curb”. Payment will be made at the unit price bid for “Pre-cast Concrete Parking Curb” which shall be full compensation for preparation of surface, drilling, Supply and installation of pre-cast concrete parking curb, required hardware, finishing and clean-up, and all labour, tools, and incidentals necessary to complete

55..5522 OVERHAUL

There will be no separate bid item for overhaul on this project. No separate payment will be made for relocating topsoil or pathway excavation material to different locations but will be incidental to the bid item “Pathway Excavation” or “Intersection Geometric Improvements”.

55..5533 COMPACTION FOR GRADING

In addition to 2.3.4.7.5.2 “Test Methods” of Specification 2.3 Grading, the test method used for the testing of the subgrade for compaction will be a vehicle roll test using a loaded gravel or water truck and/or other equipment approved by the Municipality. Acceptance or rejection of the compaction will be at the discretion of the Municipality. Failure to achieve a suitable subgrade preparation via proof rolling will require re-working and re-compaction of the identified areas.

55..5544 ROADWAY LINES AND MESSAGE MARKINGS

The Contractor shall supply and apply roadway lines and durable painted pavement messages as shown on the drawings and in accordance with Section 7.2, “Painted Roadway Lines”; Section 7.3, “Pavement Messages” and Section 5.20, “Supply of Line Painting and Message Marking Materials, of the Standard Specifications for Highway Construction; the Provisions contained herein; and as directed by the Consultant.

55..5544..11 Roadway Lines (Schedule C)

The Contractor shall supply paint and paint roadway line markings in accordance with Plan 201-02620-00-01 and as directed by the Consultant. Payment for all line painting at the Frank overlay will be made at the lump sum price bid for “Roadway Lines - Supplying Paint and Painting (Frank Hwy. 3:02)". The price will be considered full compensation for all labour, material, equipment, tools and incidentals to complete the work to the satisfaction of Consultant. All durable pavement messages within the Frank overlay limits will be paid at the applicable unit prices bid for the types of work involved and acceptably completed.

Municipality of Crowsnest Pass - 60 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIAL PROVISIONS

55..5544..22 Line Painting at Hwy. 3 and Hwy. 40/86 Street Intersection (Schedule A)

The Contractor shall supply paint and paint roadway line markings in accordance with Plan INT-0001-03-P and as directed by the Consultant. Payment for all line painting at the intersection will be made at the lump sum price bid for “Intersection Lines - Supplying Paint and Painting (Hwy 3 & Hwy 40/86 Street)". The price will be considered full compensation for all labour, material, equipment, tools and incidentals to complete the work to the satisfaction of Consultant. All durable pavement messages within the intersection limits will be paid at the applicable unit prices bid for the types of work involved and acceptably completed.

55..5544..11 Line Painting at Hwy. 3 and 213 Street/9 Avenue Intersection (Schedule B)

The Contractor shall supply paint and paint roadway line markings in accordance with Plan INT-0002-03-P and as directed by the Consultant. Payment for all line painting at the intersection will be made at the lump sum price bid for “Intersection Lines - Supplying Paint and Painting (Hwy 3 & 213 Street/9 Avenue)". The price will be considered full compensation for all labour, material, equipment, tools and incidentals to complete the work to the satisfaction of Consultant. All durable pavement messages within the intersection limits will be paid at the applicable unit prices bid for the types of work involved and acceptably completed.

55..5544..11 Line Painting at Hwy. 3 and 20 Avenue Intersection (Schedule E)

The Contractor shall supply paint and paint roadway line markings in accordance with Plan RD-02 and as directed by the Consultant. Payment for all line painting at the intersection will be made at the lump sum price bid for “Intersection Lines - Supplying Paint and Painting (Hwy 3 & 20 Avenue)". The price will be considered full compensation for all labour, material, equipment, tools and incidentals to complete the work to the satisfaction of Consultant. All durable pavement messages within the intersection limits will be paid at the applicable unit prices bid for the types of work involved and acceptably completed.

55..5544..22 Parking Hatch (Schedule D)

The Contractor shall supply paint and paint hatch cross marks on the no parking areas at the MDCP parking lot as shown on the drawings or as directed by the Consultant. The lines shall be solid white, 100mm in width as shown on the drawings or as directed by the Consultant. The work shall be performed in accordance with Specifications 7.3, “Pavement Messages”, of the Standard Specifications for Highway Construction and as directed by the Consultant.

Municipality of Crowsnest Pass - 61 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIAL PROVISIONS

Payment for this work will be made at the lump sum price bid for “Painted Pavement Message – Parking Hatch”. The price bid will be considered full compensation for inspecting the message application area; sweeping if required; supplying the templates; applying the pavement message; traffic accommodation; and all labour, equipment, tools and incidentals necessary to complete the Work to the satisfaction of the Consultant.

55..5555 PERMANENT SIGNS

The Contractor shall perform permanent sign construction as shown on the following table and as directed by the Consultant.

Location Sign No. Type

of Work

Description Sign Size (cm)

Sign Square Metre

Supply/Install # Posts – Wooden 100x100

Remove and Reinstall or

Disposal (Width) (Height)

Hwy. 3:02 – Frank (Schedule C)

22+587

RB-48 SI Left Turn

Lane Control

60 60 0.36 1

RB-48-T SI Centre

Lane (Tab) 60 30 0.18 -

22+668 RB-51 SI No Parking 60 60 0.36 1

22+760 RB-51 SI No Parking 60 60 0.36 1

22+932 RB-51 SI No Parking 60 60 0.36 1

23+104 RB-51 SI No Parking 60 60 0.36 1

23+395

RB-48 SI Left Turn

Lane Control

60 60 0.36 1

RB-48-T SI Centre

Lane (Tab) 60 30 0.18 -

Coleman Sidewalk/Pathway (Schedule D)

4+005 RSI Shaw Fibre 1

2014 RA-2 RSI Yield 1

2+076 RSI Hwy 3 1

2+117 RA-1 RSI Stop 1

2+227 RA-1 RSI Stop 1

2+240 RA-4R SI Pedestrian Crossing

60 75 0.45 1

2+240 RA-4R SI Pedestrian Crossing

60 75 0.45 1

3+026 RSI No Parking 1

3+038 RSI No Parking 1

3+050 RSI No Parking 1

3+072 RSI No Parking 1

3+083 RSI No Parking 1

Highway 3:02 & Highway 40:06/86 Street (Schedule A)

86 St. RA-2 RD Yield 1

Hwy 3 & 40 – SB-

WB RA-4R SI

Pedestrian Crossing

60 75 0.45 1

Hwy 3 & 40

RA-1 RD Stop 1

Hwy 3 & 86 St.

RA-1 RD Stop 1

86 St. RA-1 SI Stop 60 60 0.30 1

19 Ave. RA-2 RSI Yield 1

Municipality of Crowsnest Pass - 62 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIAL PROVISIONS

Highway 3:02 & 213 Street/9 Avenue (Schedule B)

Hwy 3 & 213 St.

RA-1 RD Stop 1

Hwy 3 & 9 Ave.

RA-1 RD Stop 1

Acess Road

RA-1 RSI Stop 1

Highway 3:02 & 20 Avenue (Schedule E)

0+017 RC-4-R RSI Stop Line 1 1

0+086 WB-4 RSI Signal Ahead

1

TOTAL 4.17 11 19

55..5566 FLEXIBLE GUIDE POSTS/DELINEATORS

The Contractor shall supply and install flexible guide posts in accordance with Specifications 2.19, Guardrail and Guide Posts, of the Standard Specifications for Highway Construction; and as directed by the Consultant. The Approximate locations and estimated quantities for this work are shown in the following table.

Location Posts

Required REMARKS

Hwy. 3 & Hwy. 40/86 Street (Schedule A) 17

Hwy. 3 & 213 Street/9 Avenue (Schedule B) 10

Hwy. 3 & 20 Avenue (Schedule E) 3

Contingency: 3

TOTAL: 33

55..5577 SEEDING

Subsequent to Specifications 2.20 “SEEDING”, Hydro-Seeding is required for this project. A seed certificate for this mixture will be required for the Owner’s review and approval prior to the application. The seed certificate shall be submitted to the Consultant. The grass seed mix used shall be:

Agronomic Seed Mix - Zone 6

Common Name Latin Name Seed Mix

% by Dry Weight

Pubescent Wheat Grass Agropyron trichophorum 40%

Dahurian Wildrye Elymus dahuricus 22%

Sheep Fescue Festuca ovina 30%

Perennial Ryegrass Lolium perenne 8%

In addition to the above seed mix an additional application of annual ryegrass at 8kg/ha will be applied.

Municipality of Crowsnest Pass - 63 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIAL PROVISIONS

Hydromulching will be at a minimum application of 1500kg/ha of bonder fiber matrix (with tackifier) mixed with sufficient seed mixture to give an application rate of not less than 25 kg/ha of seed. The hydro-mulch solution will also contain an equivalent blend of water soluble nutrient to supply between 15 to 20 kg/ha of Nitrogen along with 30 kg/ha of Phosphorus (P205) minimum of 40 kg/ha of 11-52-00. All components of the mix including Annual Ryegrass will be 80% or greater without inclusion of hard seeds 83% or better if using the tetrazolium test. All seed to be used in the mix will be cleaned and graded as required under the Canada Seed Act. Seed analysis certificates for germination and purity will be required for review and acceptance by the Consultant a minimum of one week prior to application. The Contractor must be aware that the presence of undesired seeds may be grounds for rejection even if they are not listed under the Weed Designation Regulation from the provincial Weed Control Act. Where access is possible, applications shall be made from the top of slope and the bottom of slope to assure bridging is reduced and shadow spots (bare spot behind a vertical protrusion) do not occur. If the Hydromulching application apparatus does not have sufficient range to cover all of the slope area, the Contractor will need to prepare a plan for coverage for prior approval as to how the access will be gained to assure full and complete coverage of the site. This will be done incidental to the application of the Hydromulch and will be supplied prior to any soil disturbance on the subject location. If the application operations and or plan results in soil disturbance the Contractor shall be responsible for repair and reseeding of any damaged areas with no separate or additional payment for the repairs.

55..5577..11 Payment

Payment for hydro-seeding will be made at the applicable unit price bid for “Hydro-Seeding”. The price will be considered full compensation for all materials and equipment necessary to complete the Work to the satisfaction of the Consultant.

55..5588 LANDSCAPING AND SITE RESTORATION (SCHEDULE D)

All disturbed and excavated areas shall be restored to a condition comparable to that which existed prior to construction, or to a condition satisfactory to the Consultant. Restoration of work shall include but not limited to moving boulders or appurtenances required for the execution of the work. All costs associated with the restoration of excavated and disturbed area shall be considered incidental to the work and no separate or additional payment will be made.

55..5599 HIGHWAY STREET LIGHTING AND TRAFFIC SIGNALS

55..5599..11 General

The scope of work for this project includes, but is not limited to, the following:

- Installation of roadway lighting - Installation of traffic signals systems - Removal and salvage of existing electrical equipment including luminaires

The Contractor shall supply and install all materials for the installation of lighting and traffic signals as shown on the Drawings; in accordance with Specification 2.25 - Highway Street

Municipality of Crowsnest Pass - 64 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIAL PROVISIONS

Lighting, Specification 2.26 – Traffic Signals of the Standard Specifications for Highway Construction, the manufacturer's recommended procedures and as directed by the Consultant.

Locating of existing underground electrical cables and conduits shall be performed by the Contractor and will be considered incidental to the Work and no separate or additional payment will be made.

55..5599..22 Traffic Signal Cabinet

The Municipality ordered and received the Traffic Signal Cabinets from Econolite Canada to expedite the project. The Contractor shall arrange shipping of the Traffic Signal Cabinets from the Municipal Warehouse in Blairemore to the Contractors shop location. The Contractor shall confirm that the Traffic Signal Cabinets are built to the required needs of the project, any additional components required will be considered incidental to the work and shall be included in the lump sum price for “Traffic Signal System – Supply and Install”, no additional or separate payment will be made.

For further information on the Traffic Signal Cabinets delivered to the Municipality the Contractor shall contact Econolite Canada at the follow contact:

Peter Wilson 303,4014 Macleod Trail SE Calgary, AB T2G 2R7 403-272-3710 x 1155 (Office) 403-461-9092 (Cell) [email protected] The Constructor shall supply and install pre-cast concrete pads at the traffic signal cabinet. Costs associated with supply and installation of pre-cast concrete pads will be considered incidental to the work and shall be included in the lump sum price for “Traffic Signal System – Supply and Installation”, no separate or additional payment will be made. The Contractor shall supply and construct any required fill around the Traffic Signal Cabinet to ensure cabinet is installed at grade with intersection. Costs associated with constructing fill around the traffic signal cabinet will be considered incidental to the work and shall be included in the lump sum price for “Traffic Signal System – Supply and Install”, no separate or additional payment will be made.

The installation of the Traffic Signal cabinet, including transport from the Municipal warehouse shall be considered incidental to the work and shall be included in the lump sum price for “Traffic Signal System – Supply and Install”, no additional or separate payment will be made.

55..5599..33 Power Service

The Contractor is advised that Fortis Alberta will provide new power services to supply power for the proposed lighting and traffic signals. The Contractor shall coordinate his construction activities with Fortis Alberta’s utility field staff to ensure that power supplies are available for connection when required. As part of the work under this Contract, the Contractor shall supply and install all required electrical equipment and distribution enclosure units to accommodate the proposed highway lighting and traffic signal systems.

The Contractor shall provide advance notice of his service connection requirements and arrange for scheduling of service connections.

All work shall be arranged and coordinated with Fortis Alberta.

Municipality of Crowsnest Pass - 65 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIAL PROVISIONS

55..5599..44 Conduit Location and Type

The Contractor is advised that the layout of the conduit and cable for the highway lighting system and traffic signals shown on the Drawings indicates the general location only. The actual route of the conduit and cable may be altered to avoid existing cables, utility lines and other obstructions. The alignment of trenches, conduits and cables may not be altered without written approval from the Consultant.

Contrary to Specification 2.25, Highway Street Lighting all conduit shall be thick wall rigid polyvinyl chloride (RPVC) in accordance with CSA Standard C22.2 No. 211.2-06 (R2011), sizes as indicated on drawings. DB2 is not permitted. Any damage that occurs during conduit installation using the pushed conduit method shall be repaired to original condition and will be considered incidental to the Work and no separate or additional payment will be made.

55..5599..55 Video Detection Cameras

The Contractor is responsible for supplying, installing and commissioning a complete video detection system. This shall include, but not be limited to:

- One camera per approach - Mounting brackets and hardware - Cabling - Traffic controller cabinet equipment and software

Video detection zones shall be laid out per the Drawings and the following:

- Main street zones shall be 2.7m x 10.0m - Side street zones shall be 2.7m x 11.0m - Main streets shall have one zone per lane located 1.0m from the back of the stop bar - Main street left turns shall have 2 zones per lane located 1.0m and 12.0m from the back

of stop bar - Side streets shall have 2 zones per lane located -3.0m from the front of the stop bar and

9.0m from the back of the stop bar

The Contractor shall adjust the video detection zones to suit field conditions. The Contractor shall ensure that the video detection system is installed in a manor that no occlusion of the detection zone occurs. The Contractor shall provide shop drawings of the selected system for review and approval by the Engineer. The system selected must be listed on Alberta Transportation’s Recognized Products List.

55..5599..66 Pedestrian Signal Head

The Contractor shall supply Pedestrian Signal Heads complete with countdown. The Contractor shall ensure that the countdowns are fully programable so that they have the ability/capacity to be turned off

55..5599..77 Advance Warning Flashers

The Contractor shall supply and install all advance warning flasher signs in accordance with the Drawings. Advanced warning flashers shall be as follows:

Municipality of Crowsnest Pass - 66 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIAL PROVISIONS

- 1500mm x 2400mm WB-5A sign - Two 200mm amber LED flashing beacons

55..5599..88 Junction Boxes

The Contractor shall supply and install all junction boxes in accordance with the Drawings. Junction boxes shall be as follows:

Lighting Junction Box

a) Rectangular duo mold polymer concrete junction box

b) Bolt down lid engraved “Lighting – 120V”

c) Minimum size of 600 x 910 x 450mm

Junction boxes shall be installed on top of a 150mm layer of 25mm crushed gravel and shall be flush with finished grade. After completion all junction box lids shall be bolted down.

55..5599..99 Luminaires

The Contractor shall supply and install all luminaires in accordance with the Drawings and the following specifications: 120 W LED Luminaires:

a) Manufacturer: American Electric Lighting b) Model: ATB2 c) Lamp: LED d) Wattage: 120W e) Voltage: Multivolt f) Color Temperature: 4000K g) Current: 850mA h) Optics: Type III

Refer to Drawings for luminaire type and wattage.

55..5599..1100 Ground Rods

The Contractor shall supply and install ground rods at locations indicated on the Plans or as directed by the Consultant. Ground rods shall be a 20 mm diameter x 3 metre long hot dip galvanized steel rod with hot forged point. The supply and install of ground rods and required hardware shall be considered incidental to the work and no additional or separate payment will be made.

55..5599..1111 Re-Program Traffic Signal Cabinet (Hwy. 3:02 & 20 Ave.)

The Contractor shall re-program the traffic signal clearance intervals at the Hwy. 3:02 & 20 Ave. Traffic Signal Cabinet.

The updated traffic signal timing plan will be provided to the Contractor during construction.

55..5599..1122 Traffic Signal Cabinet Landscaping (Hwy. 3:02 & 20 Ave.)

The Contractor shall provide landscaping and adjust the existing embankment at the Hwy. 3:02 and 20 Ave. Traffic Signal Cabinet so that it matches into the surrounding slopes and ditches.

Municipality of Crowsnest Pass - 67 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIAL PROVISIONS

The Contractor shall supply and install any required borrow and topsoil. The area shall be hydro-seeded once the topsoil has been placed.

55..5599..1133 Removal and Disposal of Existing Infrastructure

The Contractor shall remove existing electrical equipment as shown on the Drawings. The Contractor shall coordinate with Fortis Alberta for the electrical equipment at Hwy. 3:02 and Hwy 40:06/86 Street. The contractor shall return equipment to Fortis Alberta. The Contractor shall assume ownership of any equipment that Fortis Alberta doesn’t want to salvage. The Contractor shall coordinate with Alberta Transportation Maintenance contractor Volker Stevin for the electrical equipment at Hwy. 3:02 and 213 Street/9 Avenue. The contractor shall return equipment to Alberta Transportation. The Contractor shall assume ownership of any equipment that Alberta Transportation doesn’t want to salvage.

55..5599..1144 Payment

Payment for a complete and operating traffic signal system will be made at the lump sum price bid for “Traffic Signal System – Supply and Install”. All costs associated with reprogramming, signal turn-on, burn-in and commissioning will be considered incidental to the Work and no separate or additional payment will be made. Payment for lighting junction boxes shall be made at the applicable unit price bid for “Lighting Junction Box Supply and Install”. The price bid will be considered full compensation for all excavation for the installations, supply and placement of crushed gravel and all labour, materials, tools and incidentals necessary to complete the Work to the satisfaction of the Consultant. Payment for Re-Program Traffic Signal Clearance Intervals will be made at the lump sum price bid for “Re-Program Traffic Signal Cabinet (Hwy. 3:02 & 20 Ave.)”. All costs associated with reprogramming, commissioning will be considered incidental to the Work and no separate or additional payment will be made. Payment for Traffic Cabinet Landscaping will be made at the lump sum price bid for “Traffic Signal Cabinet Landscaping (Hwy. 3:02 & 20 Ave.)”. All costs associated with grading, supply and install of borrow, supply and install of topsoil, hydro-seeding will be considered incidental to the Work and no separate or additional payment will be made.

Payment for all other electrical work will be made at the applicable unit prices bid for the types of work incorporated, in accordance with the applicable sections of the Standard Specifications for Highway Construction, and the Provisions contained herein.

Municipality of Crowsnest Pass - 68 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIFICATION AMENDMENTS

6. SPECIFICATION AMENDMENTS

66..11 AMENDMENT TO SPECIFICATION 1.2, GENERAL, RE: INSURANCE

Section 1.2.4, “Insurance” of the General Specifications shall be modified to require the inclusion of Government of Alberta, Municipality of Crowsnest Pass and WSP Canada Inc. as additional insured for this project. Sub-section 1.2.4(i) is modified to read: “General Liability Insurance in an amount not less than five million dollars ($5,000,000) inclusive per occurrence, …”

66..22 AMENDMENT TO SPECIFICATION 1.2, GENERAL, RE: CLAIMS AND DISPUTE RESOLUTION

Delete the contents of Section 1.2.57.1.2 Resolution of Claims and 1.2.57.2, Dispute Resolution Process and replace with: 1.2.57.1.2 Resolution of Claims Where the Owner (or their Representative) or the Contractor considers that a Claim has arisen under the Contract, the Owner (or their Representative) or the Contractor shall issue a Notice of Claim to the other party. A Notice of Claim shall be in writing and shall state the details of the claim. A Notice of Claim issued by the Contractor to the Owner pursuant to this Contract shall be served to the Consultant. A Notice of Claim shall be served as soon as possible after the occurrence of the circumstance giving rise to the Claim and not later than seven (7) days after the occurrence of the circumstance, or the claimant becoming aware of the circumstance. Failure to serve a Notice of Claim within the prescribed time period will preclude the claimant from proceeding with the Claim. The Parties shall make bona fide efforts to resolve a claim and the Work shall proceed without delay during the claims resolution process. This shall include both parties actively participating in the resolution of the claim, neither of whom may delegate the resolution of the claim to another party. Attempts to resolve claims shall sequentially follow the administrative review structure as follows: 1. Consultant - Project Manager / Area Manager / Regional Manager 2. The Director of Development, Engineering & Operations for the Municipality of Crowsnest Pass If there is failure to reach agreement through this administrative review, either party may proceed to litigation either with or without the agreement of the other party.

66..33 AMENDMENT TO HIGHWAY CONSTRUCTION SPECIFICATION 7.1, RE: TRAFFIC ACCOMMODATION AND TEMPORARY SIGNING

Delete the third paragraph of Section 7.1.15.2, Bonus and Penalty Assessment. No bonus payment will be considered for this Contract.

Municipality of Crowsnest Pass - 69 - Contract: 201-02620-00 Highway 3 Interim Improvements

SPECIFICATION AMENDMENTS

66..44 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.

66..55 AMENDMENT TO SPECIFICATION 1.2, GENERAL, RE: 1.2.43 SEASONAL OR PROLONGED SHUTDOWN

Delete the following section of Section 1.2.43 Seasonal or Prolonged Shutdown:

• Roadway Contract or a Combined Contract and it is on or after November 1 or Work cannot or should not progress due to anticipated prolonged inclement weather, specification requirements, safety or environmental reasons; or

and replace with:

• Roadway Contract or a Combined Contract and it is on or after November 10 or Work cannot or should not progress due to anticipated prolonged inclement weather, specification requirements, safety or environmental reasons; or

.

Municipality of Crowsnest Pass - 70 - Contract: 201-02620-00 Highway 3 Interim Improvements

PLANS AND PERMITS

7. PLANS, DRAWINGS AND PERMITS

77..11 SEPARATE DRAWINGS

The following drawings included in this contract shall form part of the Contract Documents:

Drawing Number Description

201-02620-00 Coversheet

201-02620-00-01 Highway 3:02 – Frank – Asphalt Overlay and Pavement Marking Plan

201-02620-00-02 Highway 3:02 Sidewalk Coleman – Plan/Profile

201-02620-00-03 Highway 40:06 Pathway Coleman – Plan/Profile

201-02620-00-04 22 Ave Sidewalk Coleman – Plan/Profile

201-02620-00-05 School Pathway Coleman – Plan/Profile

201-02620-00-06 Details Sheet 1 of 2

201-02620-00-07 Details Sheet 2 of 2

INT-0001-01-P Removals at Jct. Hwy 3:02 and Hwy. 40:06

INT-0001-02-P Intersection Geometric Improvements at Jct. Hwy.3:02 and Hwy. 40:06

INT-0001-03-P Pavement Marking Plan at Jct. Hwy. 3:02 and Hwy. 40:06

INT-0001-04-P Details at Hwy. 3:02 and Hwy. 40:06

INT-0002-01-P Removals at Jct. Hwy 3:02 and 213 Street

INT-0002-02-P Intersection Geometric Improvements at Jct. Hwy 3:02 and 213 Street

INT-0002-03-P Pavement Marking Plan at Jct. Hwy. 3:02 and 213 Street

IN-0001-01 Hwy. 3:02 and Hwy. 40:06 – Traffic Signals Layout

IN-0001-02 Hwy. 3:02 and Hwy. 40:06 – Traffic Signals Duct and Cable Layout

IN-0001-03 Hwy. 3:02 and Hwy. 40:06 – Traffic Signals Installation Details I

IN-0001-04 Hwy. 3:02 and Hwy. 40:06 – Traffic Signals Installation Details II

IN-0001-05 Hwy 3:02 and 85 St. – Relocation of Existing Street Lighting Pole

IN-0002-01 Hwy. 3:02 and 213 St. / 9 Ave. – Traffic Signals and Illumination

IN-0002-02 Hwy. 3:02 and 213 St. / 9 Ave. – Traffic Signals Layout

IN-0002-03 Hwy. 3:02 and 213 St. / 9 Ave. – Traffic Signals Duct and Cable Layout

IN-0002-04 Hwy. 3:02 and 213 St. / 9 Ave. – Traffic Signals Installation Details I

IN-0002-05 Hwy. 3:02 and 213 St. / 9 Ave. – Traffic Signals Installation Details II

RD-01 Hwy. 3:02 and 20 Ave. – Roadway Plan

RD-02 Hwy. 3:02 and 20 Ave. – Signs and Pavement Markings

Municipality of Crowsnest Pass - 71 - Contract: 201-02620-00 Highway 3 Interim Improvements

PLANS AND PERMITS

Contractors are advised that drawings issued for tender are photocopy reproduction and due to file conversion and / or reproduction variation, scaling off of these drawings shall not be relied upon as accurate.

Municipality of Crowsnest Pass - 72 - Contract: 201-02620-00 Highway 3 Interim Improvements

PLANS AND PERMITS

77..22 CONTRACT PLANS

Municipality of Crowsnest Pass - 73 - Contract: 201-02620-00 Highway 3 Interim Improvements

ADDENDA

8. ADDENDA