Request for Quotations

For

Tributary to Sturgeon River: Bridge Construction at BF 09254

Request for Quotation No.: Q201124EN

Issued: November 25, 2020

Submission Deadline: December 16, 2020 at 14:00:00 local time

Posted to: Purchasing Connection at www.purchasingconnection.ca Parkland County website at www.parklandcounty.com/Bids

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 1 of 67

TABLE OF CONTENTS

PART 1 – INTRODUCTION...... 3 PART 2 – EVALUATION OF QUOTATIONS...... 6 PART 3 – TERMS OF REFERENCE AND GOVERNING LAW ...... 8 PART 4 – RFQ PARTICULARS...... 10 APPENDIX A - FORM OF AGREEMENT...... 16 APPENDIX B – QUOTATION FORM ...... 18 APPENDIX C – RATE BID FORM ...... 21 APPENDIX D – CONTRACTOR QUESTIONNAIRE FORM ...... 26 APPENDIX E – SPECIAL PROVISIONS ...... 32 APPENDIX F – PLANS, DRAWING AND PERMITS ...... 59 APPENDIX G – CONTRACT INFORMATION DOCUMENTS ...... 63 APPENDIX H – CONTRACT ADMINISTRATION FORMS...... 64

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 2 of 67

PART 1 – INTRODUCTION

1.1 Invitation This Request for Quotations (the “RFQ”) issued by Parkland County (the “County”) is an invitation to submit non-binding offers for the provision of a Tributary to Sturgeon River: Bridge Construction at BF 09254 as further described in Part 4, for the Rates established in Appendix B – Quotation Form. The respondent selected pursuant to this RFQ process will be informed in writing. Respondents not selected will also be informed in writing.

Parkland County is a rural municipality located immediately west of . Covering an area of 242,595 hectares (599,500 acres), it is one of the largest in size and one of the highest populated of all rural municipalities in Alberta. Parkland County has grown to a community of over 30,000 people and has seen generations of families continue to enjoy country living.

For the purposes of this procurement process, the “County Contact” shall be:

County Contact: Cami Sutherland, Acquisitions & Contract Coordinator Email: [email protected]

1.2 RFQ Timetable Issue Date of RFQ November 25, 2020 Optional Pre-Bid Meeting December 2, 2020 10:00 a.m. (Virtual) Deadline for Questions December 7, 2020 at 16:30 hrs local time Deadline for Issuing Addenda December 9, 2020 Submission Deadline December 16, 2020 at 14:00:00 hrs local time Rectification Period Five Business Days from notification of Rectification

The RFQ timetable is tentative only and may be changed by Parkland County at any time prior to the Submission Deadline.

Optional Pre-Bid Meeting An Optional Pre-Bid Meeting will be held virtually via Webex on Wednesday, December 2, 2020 at 10:00 a.m. to discuss site specific conditions that may impact the work required. Respondents must confirm their intent to attend the Optional Pre-Bid Meeting by Monday, November 30, 2020 at 4:30 p.m. by emailing the Parkland County Contact at [email protected]. The County reserves the right to cancel the Optional Pre-Bid Meeting if there is insufficient respondent confirmation of intent to attend. Should the Optional Pre-Bid Meeting be cancelled, Parkland County will issue an Addendum posted to the Parkland County and Alberta Purchasing Connection websites prior to the Pre- Bid Meeting time.

1.3 No Guarantee of Volume of Work or Exclusivity of Contract Parkland County makes no guarantee of the value or volume of work to be assigned to the successful respondent. The Agreement with the selected respondent will not be an exclusive contract for the provision of the described Deliverables. Parkland County may contract with others for the same or similar Deliverables to those described in the RFQ or may obtain the same or similar Deliverables internally.

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 3 of 67

1.4 Submission Instructions Respondents are requested to submit their response in the form prescribed herein by the Submission Deadline to the Parkland County Contact in the manner set out below.

Respondents should submit one electronic copy (in PDF or Word format) by email to the County Contact. To ensure receipt of their submission, respondents should also send a second email to the County Contact to confirm delivery.

Cami Sutherland, Acquisitions & Contract Coordinator Email Address: [email protected] RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254

Submissions are to be prominently marked with the RFQ title and number (see RFQ cover), in the e-mail subject line. The body of the e-mail should contain the full legal name and return address of the Respondent, and the Submission Deadline.

A respondent may, at its option, email the Parkland County Contact prior to the Submission Deadline with delivery details and anticipated arrival time of its response. In the event a response does not arrive as scheduled, the County may provide those respondents who have given such prior notice one additional Business Day to effect the delivery of their responses. The Submission Deadline shall be deemed to be adjusted accordingly for the purpose of accepting those responses. For the purposes of this Section, “Business Day” means any working day between 8:30 a.m. and 4:30 p.m., Monday to Friday inclusive, but excluding statutory and other holidays that the County has elected to be closed for business. Responses received after the Submission Deadline, without prior email notification as detailed above, will be rejected.

1.5 Respondents to Review RFQ Respondents shall promptly examine all of the documents comprising this RFQ and (a) shall report any errors, omissions or ambiguities and (b) may direct questions or seek additional information in writing by e-mail to the Parkland County Contact on or before the Deadline for Questions. Parkland County is under no obligation to provide additional information but may do so at its sole discretion. It is the responsibility of the respondent to seek clarification from the Parkland County Contact on any matter it considers to be unclear. Parkland County shall not be responsible for any misunderstanding on the part of the respondent concerning this RFQ or its process.

Respondents and their representatives may not contact individuals employed or engaged by any member of Parkland County, other than the Parkland County Contact, concerning matters regarding this RFQ. Only information received by the Parkland County Contact will be considered in the RFQ process. All such communications must be in writing. Any respondent that does not follow these instructions may be disqualified.

1.6 All New Information to Respondents by Way of Addenda This RFQ may be amended only by an addendum in accordance with this section. If Parkland County, for any reason, determines that it is necessary to provide additional information relating to this RFQ, such information will be communicated to all respondents by addenda. Each addendum shall form an integral part of this RFQ. Such addenda may contain important information, including significant changes to this RFQ. Respondents are responsible for obtaining all addenda issued by Parkland County.

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 4 of 67

1.7 Amendment of Responses Respondents may amend their responses prior to the Submission Deadline by submitting the amendment in a sealed package prominently marked with the RFQ title and number and the full legal name and return address of the respondent to the location set out above. Any amendment should clearly indicate which part of the response the amendment is intended to amend or replace.

1.8 Withdrawing Submissions At any time throughout the RFQ process, a respondent may withdraw a submission. To effect a withdrawal, a notice of withdrawal must be sent to the County Contact and must be signed by an authorized representative. The County is under no obligation to return withdrawn submissions.

1.9 Debriefing Respondents may request a debriefing after receipt of a notification of award. All requests must be made in writing to Parkland County Contact and must be made within 30 days of notification of award.

1.10 Litigation Pursuant to Parkland County Policy C-AD35 – Impending Legal Action, suppliers who have initiated legal proceedings against Parkland County are ineligible to submit a proposal in response to this RFQ. For further information, please contact the Parkland County Contact.

[End of Part 1]

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 5 of 67

PART 2 – EVALUATION OF QUOTATIONS

2.1 Stages of Evaluation The evaluation of quotations will be conducted in the following stages:

• Stage I will consist of a review to determine which submissions satisfy all of the mandatory requirements. Quotations failing to satisfy the mandatory requirements as of the Submission Deadline will be provided an opportunity to rectify any deficiencies. Quotations failing to satisfy the mandatory requirements within the Rectification Period will be excluded from further consideration. The Rectification Period will begin to run from the date and time that Parkland County issues its rectification notice to the respondent.

• Stage II will consist of a scoring on the basis of the Rated Criteria as set out in Part 4.

• Stage III may consist of an interview with the highest scoring respondent(s) from Stage II.

Subject to the Terms of Reference and Governing Law, the top-ranked respondent as established under the evaluation will be selected to enter into a contract for the provision of the Deliverables. The selected respondent will be expected to enter into a contract within the timeframe specified in the selection notice. Failure to do so may, among other things, result in the disqualification of the respondent and the selection of another respondent, or the cancellation of the RFQ.

2.2 Mandatory Requirements

2.2.1 Mandatory Forms Each quotation must include:

(a) Appendix B – Quotation Form completed and signed by an authorized representative of the proponent. (b) Appendix C – Rate Bid Form completed according to the instructions contained in the form. (c) Appendix D – Contractor Questionnaire Form completed according to the instructions contained in the form.

2.2.2 Other Mandatory Requirements

(a) Safety Prequalification Respondents shall possess a valid Certificate of Recognition (“COR”) which is relevant to their industry and which is recognized by Alberta Human Resources and Employment, Workplace Health and Safety at the Submission Deadline. Respondents are advised that a small employer’s certificate of recognition (for employers with less than ten employees) is not considered acceptable.

For respondents who have not obtained a Certificate of Recognition, a valid Temporary Letter of Certification (TLC) issued by the Alberta Construction Safety Association (ACSA) will be considered acceptable. Parkland county will confirm that the respondent possesses a COR or a valid TLC through the Alberta Construction Safety Association.

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 6 of 67

It is the respondent’s responsibility to ensure its registration in the program is properly documented with the Alberta construction Safety Association and the county will assume no liability for errors or omissions by the Alberta Construction Safety Association in this regard.

Prospective respondents who do not possess a COR and wish to obtain information about obtaining a COR or TLC, are advised to contact:

Alberta Construction Safety Association #101, 225 Parsons Road, SW Edmonton, AB, T6X 0W6 Tel: (780) 453-3311 or 1-800661-2272 Fax: (780) 455-1120 or 1-877-441-0440 www.acsa-safety.org

(b) Consent of Surety The submission must be accompanied by a Consent of Surety. The signed and sealed Consent of Surety must be an original and be issued by a licensed company, firm or agency authorized to transact business of a Surety in the Province of Alberta for the amount listed in AT General Specification 1.2.9, Security.

2.3 Tie Score In the event of a tie score, the selected respondent will be the respondent with the most competitive price.

[End of Part 2]

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 7 of 67

PART 3 – TERMS OF REFERENCE AND GOVERNING LAW

In responding to this RFQ, and to be eligible for consideration, each respondent must submit a completed and signed Quotation Form that, among other things, acknowledges its acceptance of the RFQ Terms of Reference and Governing Law as contained hereunder:

(a) this RFQ process is not intended to create a formal legally binding bidding process and shall not give rise to the legal rights or duties applied to a formal Contract A binding bidding process or any other legal obligations arising out of any tendering process contract or collateral contract, and instead shall be governed by the common law applicable to direct commercial negotiations;

(b) neither party shall have the right to make any claims (in contract, tort, or otherwise) against the other with respect to the award of a contract, the f ailure to award a contract or the failure to honour a quotation;

(c) the respondent will bear its own costs associated with, or incurred in, the preparation and presentation of its quotation, including, if applicable, costs incurred for interviews or demonstrations;

(d) no legal obligation regarding the procurement of any good or service shall be created between the respondent and Parkland County until Parkland County accepts the respondent’s offer in writing;

(e) when evaluating quotations, Parkland County may request further information from the respondents or third parties in order to verify, clarify or supplement the information provided in the respondent’s submission, and Parkland County may revisit and re-evaluate the respondent’s submission or ranking on the basis of any such information;

(f) Parkland County may consider the respondent’s past performance on previous contracts or any other relevant information taken into account by Parkland County when determining the acceptability of a respondent;

(g) Parkland County may disqualify a respondent for any conduct, situation or circumstance that constitutes a Conflict of Interest, as solely determined by Parkland County. “Conflict of Interest” shall have the meaning ascribed to it in the Quotation Form (Appendix B);

(h) the respondent consents to Parkland County’s collection of the information as contemplated under this RFQ for the uses contemplated under this RFQ;

(i) Parkland County will not return the submission or any accompanying documentation submitted by a respondent;

(j) Parkland County may elect not to consider a respondent whose quotation contains misrepresentations or any other inaccurate, misleading or incomplete information;

(k) Parkland County may prohibit a respondent from participating in a procurement process based on poor past performance or based on inappropriate conduct and such inappropriate conduct shall include but not be limited to (i) the submission of quotations containing misrepresentations or any other inaccurate, misleading or incomplete information, (ii) the refusal of the respondent to honour its pricing or

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 8 of 67

other commitments made in its quotation, or (iii) any other conduct, situation or circumstance, as solely determined by Parkland County, that constitutes a Conflict of Interest; and

(l) Parkland County may cancel this RFQ process at any time.

The parties also acknowledge that these terms (a) are included for greater certainty and are intended to be interpreted broadly and separately (with no particular provision intended to limit the scope of any other provision); (b) are non-exhaustive (and shall not be construed as intending to limit the pre-existing rights of the parties to engage in pre- contractual discussions in accordance with the common law governing direct commercial negotiations); and (c) are to be governed by, and interpreted and construed in accordance with, the laws of the province of Alberta and the federal laws of applicable therein.

[End of Part 3]

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 9 of 67

PART 4 – RFQ PARTICULARS

4.1 Deliverables Parkland County is seeking quotations from qualified construction contractors for the removal and replacement of bridge file 09254 in Parkland County at the location indicated in Section 4.2.1 of this RFQ. This project supports the ongoing bridge maintenance and replacement program of Parkland County.

The provision of the Deliverables will be governed by the terms and conditions set out in Appendix A.

4.1.1 Scope of Work Bridge File 09254 Work at this site includes the removal of one (1) three-span (8.5m-8.5m-8.5m) HC-girder bridge and replacement with one (1) new three-span (8m-14m-8m) SLW-girder bridge. The vertical road profile will be raised a maximum of 2.87 m over a length of approximately 280 m. The scope of work for this project includes, but is not limited to, the following:

• Mobilization; • Traffic accommodation for bridge construction; • Total suspended solids (TSS) testing; • Remove and dispose of existing three-span (8.5m-8.5m-8.5m) HC-girder bridge; • Construction of new three-span (8m-14m-8m) SLW girder bridge with high backwall abutments; • Supply and installation of guardrail and bridge rail; • Heavy rock riprap – Class 1; • Water and environmental management; • Installation of erosion control measures; • Remove and re-install landowner fence; • Roadway work – raised vertical profile and paving; and, • Two (2) year warranty of the Work

4.2 Material Disclosures

4.2.1 Location of Work BF 09254 is located on Range Road 70, over a tributary to Sturgeon River. Located approximately 6 km West of Gainsford. The project location is shown on the Location Plan in Appendix F.

4.2.2 Specifications and Standards The Contractor shall comply with the following documents, specifications and standards: (a) 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 (“AT”) manuals:

- General Specifications and Specification Amendments for Highway and Bridge Construction – Edition 16, 2019 - Standard Specification for Highway Construction – Edition 16, 2019 - Standard Specifications for Bridge Construction – Edition 17, 2020

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 10 of 67

(b) Appendix E – Special Provisions (c) Appendix F – Plans, Drawings and Permits (d) Appendix G – Contract Information Documents

4.2.3 Supply of Materials The respondent is required to supply all materials necessary to complete the work, and these shall be new materials unless otherwise authorized by the Consultant. A complete job is called for. Therefore, any labor, material, equipment, tool or incidental items not specifically mentioned, but necessary for completeness will be considered incidental to the Work and no separate or additional payment will be made.

4.2.4 Security The Contractor shall provide securities in accordance with AT General Specification 1.2.9, Security.

4.2.5 Insurance Coverage The Contractor is required to carry Insurance policies in accordance with the minimum requirements and limits set out in AT General Specification 1.2.10, Insurance. Proof of insurance should be provided to Parkland County with the respondent’s submission indicating such coverage is in place.

4.2.6 Worker’s Compensation Board (WCB) The Contractor is required to provide proof of compliance with all the requirements of the Worker’s Compensation Act of Alberta. A WCB clearance letter should be provided with the respondent’s submission as evidence of such compliance.

4.2.7 Contract Information Documents

4.2.7.1 General The Contract Information Documents listed herein are available for this project and included in the Contract Information Documents Section of this Document.

Contractors are advised that they are not entitled to rely upon the factual information or factual data in any Contract Information Documents, nor any opinions or interpretations contained therein. Contract Information Documents, regardless of source, shall not be considered accurate, complete or appropriate; and are made available solely for the purpose of providing the Contractor with access to the information available to Parkland County.

Contractors acknowledge and agree that Appendix G - Special Provision 1.2, Contract Information Documents, applies to these Contract Information Documents.

4.2.7.2 Environmental Information The following environmental information is available for this RFQ: − “Assessment of the Fisheries Resources and Habitat of an Unnamed Tributary to (BF 09254) for a Proposed Watercourse Crossing Replacement Project Southeast of Entwistle, Alberta Located in NW 18-53-06 W5M” dated October 2020, prepared by Pisces Environmental Consulting Services Ltd. − “09254 Wetland Presence and Wetland Assessment and Impact Form (WAIF)” dated October 2020, prepared by Solstice Environmental Management.

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 11 of 67

− “Environmental Risk Assessment, Bridge Replacement at BF 09254 Carrying Range Road 70 over a tributary to Sturgeon River, 6 km West of Gainford” dated November 2020, prepared by LEX3 Engineering Inc.

4.2.7.3 Geotechnical/Soils Information The following additional geotechnical/soils information is available for this RFQ: − “Geotechnical Investigation Report, BF 09254 Bridge Replacement, Range Road 70 – Approx. 550 m South of Hwy 16, Parkland County, AB” dated July 2020, prepared by Wood Environment and Infrastructure Solutions, Edmonton, Alberta, File No. EA16425.

4.2.7.4 Site Photos Various photos of the site have been taken by the Consultant and have been provided within this RFQ document. The photos were taken on April 22, 2020 and reflect the site conditions and creek water level at that time. Conditions may have changed since that time and may be different at the time the Work is completed. The photos are not to be relied upon for determining site conditions, the Contractor is responsible for visiting the site to understand the scope of work required.

4.2.7.5 Reference Drawings Reference Drawings which are not included with the RFQ document or Specifications will be included with the Contract Documents presented to the successful Respondent.

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

− Alberta Transportation’s Non-Current Archived Standard and Typical Detail Drawings at http://www.transportation.alberta.ca/4738.htm

4.2.8 Construction Schedule The Contractor is advised that this Contract has both a substantial and final completion date, and road open period; and they shall schedule and stage operations to comply with these dates. The Contractor shall submit a detailed construction schedule showing the proposed plan for completing the work by the following dates:

- Road Open Period: June 12th to August 15th, 2021 – RR 70 must be open to at least single-lane alternating traffic during this period, with a 4.0 m clear roadway width; - Substantial completion date: September 15th, 2021 – All work completed with exception of seeding and erosion control - Final completion date: June 1, 2022 – All work completed.

All costs associated with the submission of the construction schedule will be considered incidental to the Work, and no separate or additional payment will be made.

4.3 Rated Criteria Stage II will consist of an evaluation of the quotation to determine the high score based on the following criteria:

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 12 of 67

Rated Criteria Category Point Scale Weighting Total Points Available Stage II Corporate Profile, Demonstrated 0 to 5 x 3 15 Experience and References Proposed Construction Methodology 0 to 5 x 4 20 and Scheduling Saf ety and Environmental 0 to 5 x 2 10 Pricing n/a n/a 55 Total Points 100 Scoring shall be awarded on a scale of 0 to 5 as outlined below. Partial scores or scores not defined below will not be used. Points will be assigned for each applicable criteria based on the information provided in the submission response. Points could be modified, depending upon reference checks, and other independent information subsequently received and confirmed.

5 Fully exceeds expectations, Respondent clearly understands the requirement, excellent probability of success 4 Somewhat exceeds expectations; high probability of success

3 Fully meets expectations; Respondent has good understanding of requirement, negligible weakness or deficiencies good probability of success 2 Partially meets expectations; minor weakness or deficiencies, fair probability of success 1 Does not meet expectations or demonstrate understanding of the requirements, major weakness or deficiencies, low probability of success 0 Lack of response or complete misunderstanding of the requirements, no probability of success

Respondents should ensure their submission includes the following information to facilitate the evaluation process so that their submission receives full consideration:

4.3.1 Corporate Profile, Demonstrated Experience and References (a) Company contact information (name, address, email and telephone number) and a demonstrated corporate suitability as well as suitability and past experience with any parties in a joint venture and any subcontractors. (b) Number of years the respondent has been providing similar goods and services relevant to the Deliverables. (c) List relevant projects with references, complete on time and within budget, that demonstrate the respondent’s experience in the last five (5) years and should include the personnel to be assigned to this project; (d) Qualifications, resumes and past experience of key personnel who will be assigned to the project including staff availability and experience on relevant projects; and (e) Submit resumes and corporate experience for all sub-contractors.

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 13 of 67

4.3.2 Proposed Construction Methodology and Scheduling Respondents are to provide written responses to requirements outlined in the Deliverables section above (Part 4 Section 4.1). This should include, but is not limited to: (a) Demonstrated understanding of the project including key issues/challenges (b) Overall approach to deal with the construction activities (c) Identification of project risks and proposed approach to mitigate risks identified. Respondents should identify their plan for mitigating the following risks at minimum: (d) Ensuring RR 70 is open to traffic as required in Section 4.2.8 (e) Utility coordination (f) Working at the time of year proposed by the Contractor’s schedule (g) Detour management/maintenance (h) A plan that will minimize disruption to traffic and provide safe movement for workers, motorists and pedestrians (i) Work site management plan including laydown areas, construction zones, and project phasing (j) Work plan and project schedule, including a Gantt Chart (or similar) that identifies the level of resources for each activity with contingency that meets the project schedule as indicated in Section 4.2.8 – Construction Schedule

4.3.3 Safety and Environmental Respondents are to provide the following: (k) WCB Employer Report Card (l) Corporate Health and Safety Manual Table of Contents (m) Any other relevant safety information (n) Relevant ECO Plan example from a previous project

Evaluation of Pricing Respondents shall complete the Pricing Table in Appendix C – Rate Bid Form.

Pricing will be scored based on a relative pricing formula using the rates set out in the Pricing sheet.

Each Respondent will receive a percentage of the total possible points allocated to price for the particular category it has bid on by dividing that Respondent’s price for that category into the lowest bid price in that category. For example, if a Respondent bids $120.00 for a particular category and that is the lowest bid price in that category, that Respondent receives 100% of the possible points for that category (120/120 x 100 = 100%). A Respondent who bids $150.00 receives 80% of the possible points for that category (120/150 x 100 = 80%) and a Respondent who bids $240.00 receives 50% of the possible points for that category (120/240 x 100 = 50%).

Lowest rate x Total available points = Score for proposal with second-lowest Second-lowest rate rate

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 14 of 67

Lowest rate x Total available points = Score for proposal with third-lowest rate Third-lowest rate

And so on, for each submission.

[End of Part 4]

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 15 of 67

APPENDIX A - FORM OF AGREEMENT

1. Contract Agreement THIS SECTION SHALL BE FILLED OUT BY THE SUCCESSFUL CONTRACTOR

THIS Agreement made and concluded in duplicate as of this ______day of ______20___, by and between Parkland County in the said Province of Alberta (hereinafter called "the County") of the first part and

of in (hereinafter called "the Contractor") of the second part.

WITNESSETH, that for and in consideration of the covenants and agreements on the part of the County, hereinafter contained and the prices hereinafter mentioned, the Contractor for himself, his executors, administrators and assigns, covenants and agrees with the County 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:

CONTRACT NO. C201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 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 County on or before June 1, 2022.

It is mutually agreed that the attached RFQ and bond of the Contractor, together with the plans, specifications and any special provisions herein designated and ref erred 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 County that all just claims for labour and materials and for damages in connection with the work have been paid, the County 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 and amounts stipulated in the Contractor's attached RFQ.

1.1.1 The Contractor has furnished the following security for the due fulfillment of the contract in accordance with the provisions concerning Security in Part 4, item 4.2.8 of the RFQ:

The Contractor has furnished, and the County accepts a Performance Security as follows:

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 16 of 67

and a Labour and Material Payment Security as follows:

OR The Contractor has furnished a security deposit in the form of a ______in the amount of $______, that has been deposited with the County.

1.1.2 The attached RFQ and securities of the Contractor, together with the plans, general conditions, 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.

1.1.3 For all purposes of or incidental to the contract, the Contractor's physical and postal address shall be deemed to be:

SIGNED, SEALED, AND DELIVERED BY THE CONTRACTOR IN THE PRESENCE OF:

Witness Contractor

Date Date

REVIEWED BY THE DIRECTOR OF ENGINEERING SERVICES

Director, Engineering Services Date

SIGNED BY THE GENERAL MANAGER OF OPERATIONS SERVICES AND THE SEAL OF PARKLAND COUNTY AFFIXED:

General Manager, Operations Services Date

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 17 of 67

APPENDIX B – QUOTATION FORM

1. Respondent Information Please fill out the following form, and name one person to be the contact for this RFQ response and for any clarifications or amendments that might be necessary. Full Legal Name of Respondent: Any Other Relevant Name under Which the Respondent Carries on Business: Street Address: City, Province/State: Postal Code: Phone Number: Fax Number: Company Website (If Any): RFQ Contact Person and Title: RFQ Contact Phone: RFQ Contact Facsimile: RFQ Contact E-mail:

2. Acknowledgement of Terms of Reference and Governing Law The respondent acknowledges that this RFQ process will be governed by the specific Terms of Reference and Governing Law set out in this RFQ, and that, among other things, the Terms of Reference and Governing Law confirm that this procurement process does not constitute a formal legally binding bidding process, and that there will be no legal relationship or obligations created until Parkland County accepts the respondent’s offer in writing.

3. Ability to Provide Deliverables The respondent has carefully examined this RFQ and has a clear and comprehensive knowledge of the Deliverables required. The respondent represents and warrants its ability to provide the Deliverables in accordance with the requirements of the RFQ for the pricing set out below and has provided a list of any subcontractors to be used to complete the proposed contract.

4. Non-binding Price Estimates

Respondents provide pricing for the total price of ______($______) excluding GST, as defined on the Appendix C – Rate Bid Form.

The respondent confirms that the pricing information provided is accurate. The respondent acknowledges that any inaccurate, misleading or incomplete information, including withdrawn or altered pricing, could adversely impact the acceptance of its quotation or its eligibility for future work.

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 18 of 67

The respondent acknowledges that the pricing is provided in Canadian dollars and includes all applicable duties and taxes except for Goods and Services Tax (GST), which should be itemized separately, all labour and material costs, all travel and carriage costs, all insurance costs, all costs of delivery to Parkland County, all costs of installation and set-up, including any pre-delivery inspection charges and all other overhead, including any fees or other charges required by law.

5. Addenda The respondent is deemed to have read and accepted all addenda issued by Parkland County prior to the Deadline for Issuing Addenda. The onus remains on respondents to make any necessary amendments to their quotations based on the addenda. The respondent is requested to confirm that it has received all addenda by listing the addenda numbers or, if no addenda were issued, by writing the word “None” on the following line: ______. Respondents who fail to complete this section will be deemed to have received all posted addenda.

6. Conflict of Interest Prior to completing this portion of the Quotation Form, respondents should refer to the following definition of Conflict of Interest:

“Conflict of Interest” includes, but is not limited to, any situation or circumstance where

(a) in relation to the bidding process, the respondent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage, including but not limited to (i) having, or having access to, information in the preparation of its quotation that is confidential and not available to other respondents, (ii) communicating with any person with a view to influencing preferred treatment in the RFQ process, or (iii) engaging in conduct that compromises, or could be seen to compromise, the integrity of the open and competitive RFQ process and render that process non-competitive and unfair; or (b) in relation to the performance of its contractual obligations contemplated in the contract that is the subject of this procurement, the respondent’s other commitments, relationships or financial interests (i) could, or could be seen to, exercise an improper influence over the objective, unbiased and impartial exercise of its independent judgement, or (ii) could, or could be seen to, compromise, impair or be incompatible with the effective performance of its contractual obligations.

If the box below is left blank, the respondent will be deemed to declare that (a) there was no Conflict of Interest in preparing its quotation; and (b) there is no foreseeable Conflict of Interest in performing the contractual obligations contemplated in the RFQ.

Otherwise, if the statement below applies, check the box.

 The respondent declares that there is an actual or potential Conflict of Interest relating to the preparation of its quotation, and/or the respondent foresees an actual or potential Conflict of Interest in performing the contractual obligations contemplated in the RFQ.

If the respondent declares an actual or potential Conflict of Interest by marking the box above, the respondent must set out below details of the actual or potential Conflict of Interest, and

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 19 of 67 must explain why the respondent believes that the Conflict of Interest should not result in disqualification form the RFQ process:

The following individuals, as employees, advisers, or in any other capacity (a) participated in the preparation of our quotation; AND (b) were employees of Parkland County and have ceased that employment within 12 months prior to the submission deadline:

Name of Individual: Job Classification: Department: Last Date of Employment with Parkland County: Name of Last Supervisor with Parkland County: Brief Description of Individual’s Job Functions:

Brief Description of Nature of Individual’s Participation in the Preparation of the Submission:

(Repeat above for each identified individual)

The respondent agrees that, upon request, the respondent shall provide Parkland County with additional information from each individual identified above in the form prescribed by Parkland County.

7. Confidential Information of Respondent A respondent should identify any information in its quotation or any accompanying documentation supplied in confidence for which confidentiality is to be maintained by Parkland County. The confidentiality of such information will be maintained by Parkland County, except as otherwise required by law or by order of a court or tribunal. Respondents are advised that their quotations will, as necessary, be disclosed on a confidential basis, to Parkland County’s advisers retained for the purpose of evaluating or participating in the evaluation of their quotations. If a respondent has any questions about the collection and use of personal information pursuant to this RFQ, questions are to be submitted to Parkland County Contact.

Signature of Witness Signature of Respondent Representative

Name of Witness Respondent Representative Name and Title

Date: ______I have authority to bind the respondent

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 20 of 67

APPENDIX C – RATE BID FORM

1. Instructions on How to Complete Pricing Form Rates shall be provided in Canadian funds, inclusive of all applicable duties and taxes except for Goods and Services Tax (GST), which should be itemized separately.

Rates quoted by the Respondent shall be all-inclusive and shall include all labour and material costs, all travel and carriage costs, all insurance costs, all costs of delivery to the County, all costs of installation and set-up, including any pre-delivery inspection charges, and all other overhead, including any fees or other charges required by law.

The abbreviations shown in the pricing form are defined below: HCS - Standard Specifications for Highway Construction – Edition 16, 2019 BCS - Standard Specifications for Bridge Construction – Edition 17, 2020 GCS - General Specification, Specification Amendments and Supplemental Specifications for Highway and Bridge Construction - Edition 16, 2019

2. Evaluation of Pricing Pricing will be evaluated based on the total price for the works.

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 21 of 67

3. Pricing Form Request for Quotation No. Q201124EN

Item Estimated Description Unit Price Total Bid No. Quantity

Mobilization 1 lump sum $ ______1 (GCS 1.2.9) lump sum

Site Occupancy – Bridge ______$ 1,250.00 $ ______2 Construction days per day (GCS 1.2.41.9)

Lane Closure For Bridge ______$ 1,250.00 $ ______3 Construction (Special days per day Provisions) (GCS 1.2.42.5) Traffic Accommodation for Bridge Construction (Special 1 lump sum $ ______4 Provisions) lump sum (HCS 7.1.12)

Total Suspended Solids (TSS) 16 $______$ ______5 Testing (Special Provisions) day per day

Demolition and Disposal of Bridge Structure (Special 1 lump sum $ ______6 Provisions) lump sum (BCS 21.4.1)

Excavation – Structural 1 lump sum $ ______7 (BCS 1.6.1) lump sum

Excavation – Channel 1 lump sum $ ______8 (BCS 1.6.1) lump sum

Backfill (Special Provisions) 1 lump sum $ ______9 (BCS 2.4) lump sum

Supply of Piling – Plain Steel H- 497 $______$ ______10 Pile (HP310x94) m per metre (BCS 3.6.1)

Supply of Piling – Galvanized 261 $______$ ______11 Steel H-Pile (HP310x94) m per metre (BCS 3.6.1)

Pile Set-up (Driven Piles) – H- 52 $______$ ______12 Pile piles per pile (BCS 3.6.1)

Pile Driving – H-Pile 758 $______$ ______13 (BCS 3.6.1) m per metre

Construction of Abutments 1 lump sum $ ______14 (Special Provisions) lump sum

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 22 of 67

Construction of Piers (Special 1 lump sum $ ______15 Provisions) lump sum

Precast Concrete Units – Supply - 510 mm deep Type SL (8 m 16 $______$ ______16 long) girders per girder (BCS 7.4)

Precast Concrete Units – Supply - 510 mm deep Type SL (14 m 8 $______$ ______17 long) girders per girder (BCS 7.4)

Precast Concrete Units - 1 lump sum $ ______18 Delivery lump sum (BCS 7.4)

Precast Concrete Units - 1 lump sum $ ______19 Erection lump sum (BCS 7.4)

Concrete (Class C) – Supply 12 $______$ ______20 and Place (Special Provisions) m3 per cubic metre (BCS 4.27.1)

Plain Reinforcing Steel – Supply 1450 $______$ ______21 (Special Provisions) kg per kilogram (BCS 5.6)

Reinforcing Steel – Place 1450 $______$ ______22 (BCS 5.6) kg per kilogram

Waterproofing 330 $______$ ______23 (BCS 16.5) m2 per square metre

Asphalt Concrete Pavement – 63 $______$ ______24 Mix Typ e M1 (PG 52-34) tonne per tonne (BCS 17.7.2)

Heavy Rock Riprap (Class 1) 400 $______$ ______25 (BCS 10.7) m3 per cubic metre

Bridgerail – Supply and Install 1 lump sum $ ______26 (BCS 12.4) lump sum

Guardrail – Supply and Install 1 lump sum $ ______27 (BCS 14.5) lump sum

Miscellaneous Iron 1 lump sum $ ______28 (BCS 13.5) (Special Provisions) lump sum

Erosion Control Barrier (Fibre 100 $______$ ______29 Roll) m per metre (HCS 6.5.6)

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 23 of 67

Erosion Control Soil Covering – 1100 $______$ ______30 Supply and Install (Type C) m2 per square metre (HCS 6.5.6)(Special Provisions)

Remove and Dispose of Existing 0.5 $______$ ______31 Fence km per kilometre (HCS 2.12.5)

Temporary Fencing (Special 200 $______$ ______32 Provisions) m per metre

New Fence – Supply and Install 0.5 $______$ ______33 (Class B) km per kilometre (HCS 2.12.5)

Roadway Work 1 lump sum $ ______34 (Special Provisions) lump sum

TOTAL PRICE $______

PROVISIONAL ITEMS Electronic Variable Message 8 $______$ ______P1 Boards weeks per week (Special Provisions)

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 24 of 67

4. Bid Amendment Form I, ______, the undersigned, modify the unit price (Legal Name of Bidder) schedule for our quote as shown in the following table:

UNIT PRICE SCHEDULE CHANGES Replaces previous Unit Price Schedule Changes

ITEM Description Estimated Unit Net Change to NO. Quantity Price(a) Total Bid [List bid items that require change to Changes + or - estimated quantity] + or - ______day ______day

ITEM Description Estimated Unit Net Change to Total NO. [List bid items that require change to Quantity(b) Price Bid(d) unit price or lump sum] Changes(c) + or – + or –

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

(a) For estimated quantity items state the unit price as it appears in the unit price schedule. (b) For unit price or lump sum items state the estimated quantity as it appears in the unit price schedule. (c) For lump sum items leave “Unit Price Changes + or –’’ column blank. (d) For lump sum items enter + or - the change amount in the “Net Change to Total Bid + or -’’. Each Bidder shall ascertain before tender submission that it has obtained all addenda issued by LEX3 Engineering Inc. and by signing the Bid 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.

______Authorized Signature

______Date

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 25 of 67

APPENDIX D – CONTRACTOR QUESTIONNAIRE FORM

1. Corporate Profile, Demonstrated Experience and References

1.1 Registered Name Provide the registered name of the respondent

1.2 Date and Location Company Established Provide the date and location company established Date: Location:

1.3 Parent Company Provide the following information for the respondent’s parent company Name: Address: Phone Number: Fax Number: Website Address: Subsidiaries:

1.4 Parent Company Relationship Provide details of the authoritative and fiscal relationship between the respondent company, the parent company and affiliated companies:

Is the parent company willing to provide a letter of guarantee of financial responsibility for any work awarded to the respondent? Yes ☐ No ☐

1.5 Ownership Check whether respondent’s company is publicly or privately owned

Publicly owned ☐ Privately owned ☐

1.6 Type of Company Check the appropriate type of company

Proprietorship ☐ Limited Company ☐ Partnership ☐ Corporation ☐ Other ☐

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 26 of 67

If other, provide details:

1.7 Goods and Services Tax (GST) Registration Number Provide company’s GST registration number

GST Registration Number

1.8 Company Officers Provide the following information for all company officers Years with Title Name Company

1.9 Core Businesses If applicable, list the other core businesses that the respondent is involved in, in descending priority. Attach additional sheets as required Other Core Business No. of Years in the Business

1.10 Years of Experience State the number of years’ experience providing similar services to the project. Years of Experience

1.11 Relevant Experience and References List relevant bridge file projects that demonstrate the respondent’s experience in the last three (3) years. Relevant experience provided should include the personnel listed in 1.13 below. Attach additional sheets as required.

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 27 of 67

Project Reference One Client / Company Name: Representative for the Phone No. Client: Email Address: Project Location: Nature / Scope of Work: Contract Dollar Value: Date and Length of Project: Provide the names of Project Staff:

Project Reference Two Client / Company Name: Representative for the Phone No. Client: Email Address: Project Location: Nature / Scope of Work: Contract Dollar Value: Date and Length of Project: Provide the names of Project Staff:

Project Reference Three Client / Company Name: Representative for the Phone No. Client: Email Address: Project Location: Nature / Scope of Work: Contract Dollar Value: Date and Length of Project: Provide the names of Project Staff:

1.12 Management Structure Provide an organizational chart of key staff that would be assigned to the project. The organizational chart must include at minimum the Project Managers, Site Superintendents, and key Foremen. This organizational chart is to indicate the on and off-site personnel and their roles and areas or levels of responsibility.

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 28 of 67

1.13 Key Personnel Identify all key personnel and their alternates and their proposed position for this project. Personnel Position Description Hourly Rate

1.14 Staff Resumes / Training / Certification Attach resumes for all key personnel, and their alternates, that are listed in the organizational chart requested above. All key personnel such as Project Manager, Site Superintendents, and key Foremen, assigned to these projects shall have a minimum of five (5) years’ experience in related type of construction. The key personnel should have held a similar role at the same level of responsibility on at least one (1) project of a similar scope and magnitude.

1.15 Subcontractors If the respondent is utilising a list of subcontractors, provide a breakdown of roles and responsibilities to be assigned to subcontractors. Include past experience with identified subcontractors.

Subcontractor Name: Roles and Responsibilities to be Assigned: Past Project Experience with Subcontractor: Subcontractor Name: Roles and Responsibilities to be Assigned: Past Project Experience with Subcontractor: (Repeat above for each identified subcontractor)

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 29 of 67

2. Proposed Construction Methodology and Scheduling Respondents must attach the proposed methodology outlining the respondents understanding of the project, key issues/challenges and overall approach to deal with the construction activities as well as a proposed approach to mitigate risks identified. This should include but is not limited to: (a) Minimize disruption to traffic; (b) Providing safe movement for workers, motorists and pedestrians; (c) Work site management plan including laydown areas, construction zones, and project phasing; and (d) Work plan and project schedule, including a Gantt Chart (or similar) that identifies the level of resources for each activity with contingency that meets the project schedule as indicated in Section 4.2.8 – Construction Schedule (e) Contractor’s plan for mitigating the following risks, and any others they identify: • Ensuring RR 70 is open to traffic as required in Section 4.2.8 • Utility coordination • Working at the time of year proposed by the Contractor’s schedule • Detour management/maintenance

Additionally, respondents are to attach a proposed project schedule including a Gantt chart (or similar) that identifies the level of resources for each activity, with contingency, that meets the project schedule as indicated in the Part 4 – RFQ Particulars.

3. Safety and Environmental

In addition to the mandatory COR certification required in Part 2, Section 2.2.2 (a), respondents are to provide the following documentation:

3.1 Prime Contractor Certification Unless otherwise stated in the Supplementary General Conditions, the Contractor is assigned the role of Prime Contractor pursuant to s. 3 of the Occupational Health and Safety Act, R.S.A. 2000, c. O‐2 for the Work Site and is responsible for ensuring compliance with all Applicable Laws relating to saf ety by all employers and employees on the Work Site. Such Certification shall be possessed by one (1) Key Project Team member. Respondents are to attach a copy of the Prime Contractor Certificate.

3.2 Health and Safety Manual Provide details of respondent’s health and saf ety program inclusive of program to train seasonal staff. Attach additional sheets as required. A copy of the respondent’s safety manual should be attached.

3.3 Regulatory Warnings, Stop‐Work Orders or Citations Provide incident and resolution details of any health, saf ety or environment‐related regulatory warnings, stop‐work orders or citations issued to the respondent within the last three (3) years. Attach additional sheets as required.

3.4 WCB Employer Report Card and Clearance Letter Respondents are to attach a copy of both their WCB Employer Report Card and a current WCB Clearance Letter. For companies based outside of Alberta or Canada, provide details of equivalent Workers’ Compensation Authority that addresses worker saf ety and f ormula/rating used for home office location.

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 30 of 67

3.5 Proof of Insurability Respondents shall carry Insurance policies in accordance with the minimum requirements and limits set out in AT General Specification 1.2.10, Insurance. Proof of insurance is to be included in the respondent’s submission.

3.6 Relevant ECO Plan Example from a Previous Project Provide a recent ECO Plan used in a project of similar scope. If the respondent is unable to provide a recent ECO plan of similar scope, an ECO Plan specific to this project will be accepted. A copy of the respondent’s ECO Plan should be attached.

3.7 Submission Requirements Checklist for Appendix D In addition to the mandatory documents required in Section 2.2 Mandatory Requirements of this RFQ, the following documents are to be attached to the respondent’s submission:

Reference Title Attached

Appendix D Contractor Questionnaire (Completed) ☐

Section 1.12 Organization Chart ☐

Section 1.14 Resumes for Key Personnel ☐

Section 2 Proposed Construction Methodology and Scheduling ☐

Section 2 Gantt Chart (or similar) ☐

Section 3.1 Prime Contractor Certificate ☐

Section 3.2 Health and Safety Manual ☐

Section 3.4 WCB Employer Report Card ☐

WCB Clearance Letter ☐

Section 3.5 Proof of Insurability ☐

Section 3.6 Sample ECO Plan ☐

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 31 of 67

APPENDIX E – SPECIAL PROVISIONS

1 Special Provisions Any reference to the Contract in Section 4.3 Special Provisions shall apply to this RFQ, and to the Contract between Parkland County and the successful Contractor.

1.1 Standard Specifications, Specification Amendments and Typical Drawings

1.1.1 Use of Alberta Transportation Documents The Work within this project is intended to conform to Alberta Transportation specifications, drawings, plans, and other documents. Any references to Alberta Infrastructure, Alberta Infrastructure and Transportation, Alberta Transportation and Utilities, Alberta Transportation, or the Department shall be replaced with Parkland County

1.1.2 Standard Specifications for Highway and Bridge Construction Work

1.1.2.1 General The standard specifications for highway and bridge construction work, which shall form part of the Contract, are published in the following Alberta Transportation manuals:

− General Specifications and Specification Amendments for Highway and Bridge Construction (GCS)– Edition 16, 2019;

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

− Standard Specifications for Bridge Construction (BCS) – Edition 17, 2020.

1.1.2.2 Contract Type In accordance with the General Specifications Sections 1.2.39, ADJUSTMENT OF COMPLETION DATES, 1.2.40, FAILURE TO COMPLETE ON TIME, and 1.2.43, SEASONAL OR PROLONGED SHUTDOWN, this Contract will be considered a:

Bridge Only Contract

1.1.3 Additional Specifications and Typical Drawings The following additional Specifications and typical drawings, which form part of the Contract, are available for viewing and/or download from Alberta Transportation’s web site at the links shown below:

− Typical minimum requirements for traffic accommodation and construction zone temporary signing are included in the manual entitled “Traffic Accommodation in Work Zones Manual, 2nd Edition, 2018”. https://www.alberta.ca/traffic-accommodation- in-work-zones.aspx It may be necessary for the Contractor to modify these drawings and/or develop new drawings to address non-typical situations when developing the Traffic Accommodation Strategy in accordance with Standard Specifications for Highway Construction Section 7.1, Traffic Accommodation and Temporary Signing. Typical minimum requirements for pavement markings are included in Alberta Transportation manual titled “Alberta Highway Pavement Marking Guide, 2nd Edition”.https://open.alberta.ca/dataset/highway-pavement-marking-guide-2nd-edition

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 32 of 67

− Drawings showing the typical minimum requirements for permanent highway signage. https://www.alberta.ca/traffic-control-manuals-and-guidelines.aspx − Drawings showing the typical minimum requirements for barriers. https://www.alberta.ca/standard-drawings-listing-active-individual-files.aspx − Typical minimum requirements for erosion and sediment control devices. https://www.alberta.ca/geotechnical-and-erosion-control.aspx − Typical minimum requirements for highway street lighting devices are included in Parkland County manual entitled “Highway Lighting Guide – 2003”. https://www.alberta.ca/traffic-control-manuals-and-guidelines.aspx − All other typical plans and drawings are available at the following link: https://www.alberta.ca/cb-6-highway-standard-plates-active.aspx Hard copy versions of select manuals are available for purchase from: Alberta Transportation Telephone: (780) 415-1068 Strategic Procurement Branch Suite 310, 3rd Floor, Twin Atria Building 4999 – 98 Ave. Edmonton, AB, T6B 2X3

Contractors are advised that, from time to time, 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 Alberta Transportation’s web site. Contractors are further advised that any drawing revisions and/or new drawings that are posted on Alberta Transportation’s web site as of five (5) calendar days prior to the date set for receiving tenders, will apply to this project. Any standard drawings that are not available on Alberta Transportation’s web site will be included in the Contract documents.

1.1.4 Specification Amendments The Specification Amendments listed in the following table are contained in the "General Specifications and Specification Amendments for Highway and Bridge Construction - Edition 16, 2019". Items that are marked with an "X" apply to the RFQ and the Contract, and items that are not so marked do not apply. The Contractor is advised that the applicable Specification Amendments amend the RFQ and Contract and some contain revisions to the payment clauses for the Specifications amended.

X AMENDMENTS TO SPECIFICATIONS DESIGNATION GENERAL DESCRIPTION SECTION 1 – GENERAL SPECIFICATIONS AMC_C125.2 Priority Line Painting for Site Occupancy X AMC_C125.3 Non-Priority Line Painting for Site Occupancy AMC_S53.1 Construction Staking and Survey Majority by Contractor AMC_S53.2 Construction Staking and Survey Majority by Consultant X AMC_S53.3 Construction Staking and Survey for Bridge Construction AMC_C230 Diesel Fuel Cost Adjustment SECTION 3 – SURFACING

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 33 of 67

X AMENDMENTS TO SPECIFICATIONS DESIGNATION GENERAL DESCRIPTION AMC_S116 Tolerances for Surface Finish X AMC_S201 Acceptance Testing for Contracts with Small Quantities (less than 1000 tonnes) of Asphalt Concrete Pavement (ACP) SECTION 5 – MATERIALS AMC_S9.4 Supply of Aggregate – With Option X AMC_S9.5 Supply of Aggregate – No Option AMC_S9.6 Supply of Aggregate – Designated Source AMC_C218 Interim Supply of Materials BRIDGE CONSTRUCTION SPECIFICATIONS X AMC_B020 Site Offices for Bridge Construction not required AMC_B219 Course of Construction Insurance is optional

1.2 Contract Information Documents

Contract Information Documents including, but not limited to, geotechnical reports, miscellaneous documents, and reference drawings that may have been provided to the Contractor, or made available to the Contractor for viewing during the RFQ posting period are not to 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 are not to be considered accurate, complete or appropriate, and they are made available solely for the purpose of providing the respondent with access to the information available to Parkland County and the Consultant.

1.3 Consultant

The Consultant, as defined in Section 1.1.7, Consultant, of the “General Specifications and Specification Amendments for Highway and Bridge Construction - Edition 16, 2019”; and as referenced in the specifications, will be:

LEX3 Engineering Inc. Telephone: (403) 340-1117 Suite 403, 4909-49th St Red Deer, AB, T4N 1V1

1.4 Bonus and Penalty Assessment Notwithstanding the standard clauses of the General Specifications, Specification Amendments and Supplemental Specifications for Highway and Bridge Construction - Edition 16, 2019, no bonuses or penalties will be calculated or assessed as part of the Contract with the exception of Damages for Delay as described in Section 1.2.40 of the GCS and penalties pertaining to Section 4.3.5.6 Control of Clubroot. Liquidated damages shall be assessed at a rate of $3,000 per calendar day beyond the substantial completion date stipulated in section 4.2.8. Liquidated damages shall also be assessed during the Road Open Period described in Section 4.2.8 of Part 4 if at least single lane traffic is not provided. The rate assessed shall start at $5,000 per calendar day starting on June 12th, 2021, and will increase to $15,000 per calendar day, starting on June 25th, 2021.

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 34 of 67

1.5 Environmental Management

1.5.1 General The Contractor shall ensure effective implementation of his Environmental Construction Operations (ECO) Plan by meeting the requirements of Subsection 1.2.16.3, Environmental Management, of the General Specifications, by adhering to the recommendations provided in the Fisheries Report, included in Appendix G – Contract Information Documents, by training staff and sub-contractors, assigning responsibilities, incorporating procedures and by regular reporting at project meetings. On a daily basis the Contractor shall inspect and record condition of environmental measures proposed in his ECO Plan and these records shall be forwarded to the Consultant on a weekly basis. Any deficiencies shall be rectified as they are discovered.

Should site conditions change and the Contractor foresees difficulties in meeting the special provisions and conditions of their ECO Plan or an event occurs that breaches these it is the Contractor’s responsibility to inform the Consultant as soon as possible and to react to be in compliance.

The Contractor is advised that no deleterious substances (including but not limited to sediment, debris, petroleum products) shall be allowed to enter the tributary to Sturgeon River or any other body of water whether flowing or static. Refueling, and hazardous material storage areas shall be at minimum 100 m from any water body. Construction equipment shall not travel outside of the highway right of way until the Contractor has written permission from the registered land owner and/or Public Lands and specifically authorized by the Consultant. Vegetation clearing should be avoided and work on native prairie areas shall be avoided.

Following construction, any disturbed areas shall be re-contoured, top-soiled and seeded. Erosion and sediment control (ESC) devices shall remain in place until the vegetation has been fully established. The inclusion of permanent erosion control measures in this document does not in any way relieve the Contractor of his responsibilities under General Specification 1.2.16.

All costs associated with adhering to the requirements of the applicable environmental regulations including, but not limited to, sediment monitoring programs and control measures, and scheduling constraints will be considered incidental to the Work, and no separate or additional payment will be made.

1.5.2 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.

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 35 of 67

1.5.3 Burning

Burning will not be permitted under this Contract.

1.5.4 Campsites

Campsites will not be permitted under this Contract.

1.5.5 Control of Weeds and Pests

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

The Contractor shall include provisions for the handling of invasive aquatic plant and fish species identified by the Wildlife Specialist in their ECO plan.

All cost associated with weed and pest control will be considered incidental to the Work, and no separate or additional payment will be made.

1.5.6 Decontamination of Construction Equipment Used Within the Bed or Banks of Waterbodies

Whirling disease is a fish disease that affects the salmonid family of fish, which include trout and mountain whitefish. The disease is caused by a parasite that affects the cartilage of the fish head, spine and gills. A marked "whirling" swimming behaviour may be observed in fish as the parasite invades cartilage and impairs the nervous system. While not harmful to humans, whirling disease can cause high levels of mortality to fish. The disease can be transmitted from infected locations to other waterbodies by the movement of infected water or sediment on gear, equipment, watercraft or vehicles.

The tributary to Sturgeon River is known to be located within a “Yellow Zone” area, posing a High to Moderate Risk of contamination. The Government of Alberta is committed to preventing the spread of whirling disease in Alberta beyond the infected watersheds. In addition to whirling disease, this process will minimize the spread of other fish diseases and aquatic invasive species, such as zebra mussels.

To prevent the spread of Whirling Disease, the following requirements must be followed:

• The Contractor shall ensure that machinery arrives on Site in a clean condition and is free of invasive aquatic species (e.g., Myxobolus cerebralis – whirling disease) and dirt, Noxious Weeds or Prohibited Noxious weeds

• The Contractor’s ECO Plan shall address Alberta Environment and Park’s (AEP) Decontamination Protocol for Work in or Near Water (the Decontamination Protocol) in order to meet regulatory approval conditions. The protocol can be found at the following website: https://www.alberta.ca/stop-whirling-disease.aspx.

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 36 of 67

• For construction equipment the Contractor shall follow the Decontamination Protocol including APPENDIX F: DECONTAMINATION INSTRUCTIONS FOR INDUSTRIAL AND CONSTRUCTION OPERATIONS.

• The Contractor shall follow the Decontamination Protocol at the Stop the Spread of Whirling Disease website (https://www.alberta.ca/stop-whirling-disease.aspx) that is applicable to all other non-construction related equipment (i.e., personal gear, turbidity monitoring equipment, etc.) with respect to the AEP Risk Zone the Project is occurring within.

• The Contractor shall document and track their decontamination efforts by completing the decontamination record template found in the Decontamination Protocol (APPENDIX I: DECONTAMINATION RECORD TEMPLATE) and make available to the Consultant upon request.

1.5.6.1 Payment for Decontamination of Equipment

All costs associated with complying with decontamination protocols and reporting will be considered incidental to the Work, and no separate or additional payment will be made.

1.5.7 Control of Clubroot

1.5.7.1 General

Clubroot, caused by Plasmodiophora brassicae, is a serious disease of cruciferous crops (i.e. mustards, canola, etc.) which can result in reduced to severe yield losses. Clubroot was declared a pest under Alberta's Agricultural Pests Act in April 2007. Enforcement of the Act is the responsibility of the Agricultural Service Board located in each municipality.

The Contractor shall carry out his operations in accordance with the following Provisions and the Best Management Practices outlined in the Alberta Clubroot Management Plan which is available on-line at the following location: http://www1.agric.gov.ab.ca/$Department/deptdocs.nsf/all/agdex11519

Additionally, the Contractor is required to wash all heavy and earth moving equipment prior to mobilization to site, and submit an equipment wash log (including serial numbers) to the Consultant. The Consultant may inspect the equipment upon mobilization to site. Soil disturbance work shall not commence until all necessary documentation has been submitted and accepted by the Consultant. Failure to comply may result in a penalty of $10,000.

1.5.7.2 ECO Plan Requirements

As part of the ECO Plan, the Contractor shall detail his proposed Clubroot control measures for soil disturbance work at locations involving Clubroot infected soils. Details shall include proposed equipment cleaning procedures as well as any control measures recommended by the County representative

Soil disturbance work shall not commence until the Contractor's ECO Plan has been reviewed and accepted by the Consultant.

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 37 of 67

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.

1.5.8 Migratory and Non-Migratory Birds

The Contractor is advised that the yearly migratory and non-migratory bird nesting period and wildlife protection period for this location is from March 15 to August 30.

Further to the requirements of General Specification Section 1.2.16.5, Work Subject to the Migratory Birds Convention Act, the Species at Risk Act, and the Alberta Wildlife Act is subject to the following conditions and requirements as they relate to the possible nesting of barn swallows (Hirundo rusticaon).

The Consultant has conducted a site visit of the structure, and at the time there were no existing barn swallow nests at the site. Upon award, the Contractor shall monitor the structure for signs of nesting activity until completion of the Work, or until the potential nesting period has ended; whichever occurs first. If barn swallow nesting activities are observed during the potential nesting period, the Contractor is required to remove partially completed nests (“foundations”) daily and implement additional measures as necessary to deter further nesting activities. Proposed nesting deterrence measures shall be approved for use by the Consultant prior to implementation.

The Contractor is advised that swallow nests can be completed in as little as three days, and that any substantially completed nests that are in a form usable to the bird will be considered active/ a “nest.” Once active, disturbance of these nests will not be permitted until it has been determined by a Wildlife Specialist that the nests are no longer active or as advised by the Canadian Wildlife Service.

All costs associated with monitoring the structure for signs of nesting activity will be considered incidental to the Work and no separate or additional payments will be made.

1.5.9 Wildlife Disturbance Avoidance

Further to the requirements of Section 1.2.16.5, Work Subject to the Migratory Birds Convention Act, the Species at Risk Act, and the Alberta Wildlife Act, the Contractor must conduct the pre-disturbance survey in the event vegetation clearing and/or other disturbances are necessary or likely to be required to carry out the Work. The Contractor is advised that the pre-disturbance survey results are valid for a specified period of time, as indicated by the Wildlife Specialist, and must be completed prior to commencing construction.

The Contractor shall have no claim against Parkland County for any inconvenience or delay resulting from these requirements.

1.5.10 Care of Water

The Contractor should be aware that there may be sudden changes in water levels and peaks in flow rates as a result of rainfall or various other factors taking place in the stream’s watershed. A Care of Water (C.O.W.) Plan is required to address response measures which the Contractor will take. The Contractor shall submit his Care of Water Plan to the Consultant within 14 days after contract award. No work will be permitted until the Care of Water Plan has been reviewed and accepted by the Consultant.

The Contractor shall design, construct and maintain temporary works to accommodate the continuous flow of the creek and to isolate the work area from stream flow during construction.

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 38 of 67

Downstream flows shall be maintained at all times throughout construction. Isolation berms shall be constructed of non-erodible materials and shall be protected from erosion and stream attack throughout construction. Isolation berms, shall be removed and reclaimed upon completion of the construction of the new structure. The Contractor shall design his isolation techniques to minimize sediment generation, and avoid trapping fish.

A fisheries assessment has been conducted by Pisces Environmental Consulting Services Ltd, who have indicated that due to the anticipated construction schedule, instream work is likely required within the Restricted Activity Period (RAP) which is April 16 to June 30. This is acceptable as, so long as all the mitigation measures in section 10.0 of their report are followed. If full isolation is implemented, it must not remain in place for longer than fourteen consecutive days. If partial isolation is used, the channel cannot be blocked by more than two- thirds (2/3) of the channel width.

All costs associated with accommodating water will be considered incidental to the work and no separate payment will be made.

The Contractor shall be required to modify his water accommodation methods at no extra cost to Parkland County, at the Consultant’s discretion.

The Contractor is advised that a beaver dam was observed onsite, approximately 9 m downstream of the bridge, during a site visit by the Consultant. If beaver dam(s) are found and removal is required for riprap installation, payment for beaver dam removal will be made in accordance with Section 1.2.33.2, Extra Work, of Specification 1.2, General. The Contractor is responsible for scheduling this Work to ensure the beaver dam is not rebuilt prior to completing their scope of work as outlined in the Contract. If the beaver dam is rebuilt prior to installation of the riprap, the Contractor will be required to remove it at their own cost.

If beaver dam(s) are located near site, but not within the extents of riprap placement, the Contractor may elect to remove the beaver dam(s) at their own cost and no separate payment will be made.

Any beaver dams that are removed are to be gradually removed by hand or machinery outside of the Restricted Activity Period for instream work, and follow the Department of Fisheries and Oceans (DFO) “Measures to Avoid Causing Harm to Fish and Fish Habitat”, provided at the following link: http://www.dfo-mpo.gc.ca/pnw-ppe/measures-mesures/measures-mesures-eng.html

The turbidity requirements outlined in Section 1.5.11 of the Special Provisions apply to this Work. The Contractor is to monitor the Total Suspended Solids (TSS) as described and st age the work to comply with the requirements outlined in Section 1.5.11. The woody debris is to be removed from site and properly disposed of.

1.5.11 Turbidity

The Contractor is advised that turbidity monitoring is required on all projects, in accordance with the following sections.

1.5.11.1 Definitions

Instream Construction Activity Any planned instream construction activity below the high water mark that has the potential to result in additional turbidity in the watercourse. This would

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 39 of 67

include the installation and removal of isolation measures (i.e., cofferdams, berms, silt curtains, etc.), placing of riprap in the water, bank excavation, etc.

Isolated Construction Activity Any planned construction activity that occurs when working in-stream within a stable site isolation measure (i.e., coffer dams, berms, silt curtains, etc.).

Site Isolation The placement, erecting or installation of a system whose function is to assure sediment produced from construction activities is contained to the isolated work site.

Visually Conspicuous Plume A plume of suspended solids that can be visually observed in the watercourse.

Accidental Occurrence Any situation, beyond the Contractor’s control, that results in elevated turbidity levels in excess of the specified compliance limits. This would include situations like the unexpected breaching of a cofferdam due to flood conditions exceeding the design levels.

1.5.11.2 Sampling and Testing

The Contractor is responsible for all sampling and testing of Total Suspended Solids (TSS) as specified herein.

Prior to the start of Construction, the Contractor shall utilize a Qualified Aquatic Environment Specialist (QAES) to determine the normally occurring linear relationship between Total Suspended Solids (TSS) and turbidity in the watercourse as per the Conversion Relationship between Nephelometric Turbidity Units (NTU) into mg/L for Alberta Transportations’ Turbidity Specification. The conversion relationship may be found at the following link: https://www.alberta.ca/assets/documents/tr-conversion-of-nephelometric-turbidity-units.pdf

Laboratory results and the linear relationship will be sent to the Consultant for review prior to initiating the program. During construction, the Contractor shall: − Measure suspended solids in NTU accurate to within 2% of the calibration solution of the equipment; − Convert NTU into mg/L to establish the relationship specific to the site; and − Measure upstream and downstream NTU levels within a maximum period of 30 minutes of each other, or as directed by the Department, unless there is a sediment release (see monitoring frequency below).

The Consultant shall be afforded full access to facilities for random quality assurance inspection. The results of the Consultant’s quality assurance testing will serve to monitor the Contractor’s quality control program.

1.5.11.3 Sampling Frequency

Sampling shall occur from 30 minutes prior to daily construction activities until 30 minutes after construction activities have been completed. All sampling information shall be compiled

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 40 of 67 in a daily report. The frequency of total suspended solid sampling by the Contractor shall be in accordance with the following:

Table 1 Sampling Frequency Site Condition Sampling Frequency • During construction hours, sample at a minimum of once every hour at all compliance transects. • If an exceedance or plume is observed, sampling shall Instream Construction Activities and be done within the plume until TSS levels have returned Accidental Occurrences to acceptable background levels for two consecutive sampling events. • No sampling events shall occur during Accidental Occurrences until it is safe to do so.

• When the Contractor is working within site isolation samples will be taken at all transects at three hour intervals, during construction hours.

Isolated Construction Activities • If sample results have not exceeded 5 mg/L above background levels for five consecutive active construction days, the sample frequency may be reduced to a minimum of twice per day, as directed by the Consultant.

1.5.11.4 Compliance Monitoring

Compliance monitoring is dependent on the type of the watercourse. There are five types of watercourses: − Systems such as lakes, reservoirs and wetlands where velocities are less than 0.5 m/s; − Watercourses where the wetted width is less than 3 m; − Watercourses where the wetted width is between 3 m and 10 m; − Watercourses where the wetted width is between 10 m and 50 m, and; − Watercourses where the wetted width is greater than 50 m.

Table 2 summarizes the compliance monitoring locations for each watercourse. For watercourses water depth less than 1 m, one measurement will be taken at 50% of the depth for each sample point along the transect. For watercourses greater than 1 m deep, two (2) measurements will be taken at 20% and 80% of water depth at each sample point along the transect and the results averaged.

Table 2 Compliance Monitoring Locations Sample Points Along Watercourse Type Number of Transects Transect Systems such as lakes, Transect 1: the lesser of 5 m, or the 5 m intervals around the reservoirs and wetlands where maximum surface dimension of the circumference of the velocities are less than 0.5 m/s. waterbody. turbidity barrier. Transect 2: 20 m from Transect 1 (dependent on the size of the waterbody. Transect 3: 20 m from Transect 2 (dependent on the size of the waterbody.)

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 41 of 67

Wetted width <= 3 m Background: upstream of the work area 50% of wetted width at each transect Transect 1: 1 stream width from work area Transect 2: 2 stream widths from work area Transect 3: 3 stream widths from work area Wetted width > 3 m and <=10 m Background: upstream of the work area 33% and 67% of wetted width at each transect Transect 1: 1 stream width from work area Transect 2: 2 stream widths from work area Transect 3: 3 stream widths from work area Wetted width > 10 m and <=50 m Background: upstream of the work area 25%, 50%, and 75% of wetted width at each Transect 1: 30 m downstream from work transect area Transect 2: 60 m downstream from work area Transect 3: 90 m downstream from work area Wetted width greater than 50 m Background: upstream of the work area 25%, 50%, and 75% of wetted width transect Transect 1: 50 m downstream from work area Transect 2: 125 m downstream from work area Transect 3: 225 m downstream from work area

1.5.11.5 Visual Plume Monitoring

In the event that a visually conspicuous plume is observed, the Contractor shall immediately cease all Work, undertake mitigation measures, contact the Consultant, and promptly initiate a plume TSS monitoring program in accordance with the following: − All Work that may have a direct or indirect effect on water quality will cease during all plume occurrences. − A sample must be taken from the middle of the plume and as close to the source of the plume as possible (within safety limits). − Monitoring will be done at all transects, and the plume sampling point, as often as feasible (a minimum of an hourly basis) and will continue until two consecutive monitoring events show no compliance exceedances.

1.5.11.6 Compliance Criteria

Criteria are set by the current versions of the Environmental Quality Guidelines for Alberta Surf ace Waters, which are based on the Canadian Council of Ministers of the Environment. Following completion of each TSS monitoring event, the Contractor will know if the construction activities are within compliance limits as defined below in Table 3. This will be accomplished as follows:

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 42 of 67

− The results for each of the upstream sample points will be averaged to determine a background TSS (mg/L) for each event. − The average TSS concentration (mg/L) shall be calculated for each of the downstream transects (cross sections). The average value for each transect will be compared to the background TSS concentration (mg/L). If the result for any transect exceeds the limits in Table 3, the project is not in compliance. The average value for any transect is calculated as the arithmetic average of the sample points in that transect. − Any differences will be compared with the TSS Compliance Criteria to determine if the construction works (i.e. isolated or instream construction activities) are within compliance. The Contractor’s operations shall utilize equipment, labour, and procedures that ensure that the levels of suspended solids are maintained below the following levels:

Table 3 Maximum Allowable Increase of Total Suspended Solids Site Conditions Exceedance Levels (TSS in Excess of Normal (Background TSS) Background Levels) • A maximum instantaneous increase of 25 mg/L over background levels at any time. TSS < 25 mg/L • An average increase of >5 mg/L over background levels for greater than 24 hours.

• A maximum instantaneous increase of 25 mg/L from TSS 25 mg/L – 250 mg/L background levels at any time.

• Maximum instantaneous increases of 10% of TSS > 250mg/L background levels at any time.

The Contractor shall notify the Consultant at least 48 hours (2 calendar days) prior to the start of any Instream Construction Activity.

In the event of a measurement is over the Exceedance Levels listed in Table 3, or an Accidental Occurrence that results in a visually conspicuous plume of sediment, the Contractor shall cease all Work that may have a direct or indirect impact on water quality and immediately initiate mitigation actions. The Contractor shall immediately notify the Consultant and call the Alberta Energy and Environment Response line at 1-800-222-6514.

If an exceedance occurs during Isolated Construction Activity and a reduced sampling program is in effect, the sampling frequency must be reset to the requirements, as listed in Table 1, where the sampling frequency is to return to three hour intervals during construction hours.

1.5.11.7 Record Keeping

A detailed record of the sampling completed for the TSS monitoring program during Instream Construction Activity and Isolated Construction Activity shall be kept by the Contractor and reported to the Consultant in a weekly summary format. The Contractor shall ensure that daily sampling records are up-to-date and kept onsite at all times during the period in which the monitoring program is in effect. Upon completion of the Construction Activities, the Contractor shall also forward a final report containing all sampling and testing data to the Consultant. The weekly summary report shall include at a minimum:

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 43 of 67

− Brief description of the works and types of construction activities completed during the sampling period. − Date and time of each sample. − Weather conditions at the time of each sample. − Changes of depth of flow at the upstream transect. − Documentation of daily NTU instrument calibrations. − Both turbidity (NTU) and TSS (mg/L) for each sample taken. − The daily average value (mg/L TSS) of the upstream background samples. − The daily average value (mg/L TSS) for each downstream transect (all three sites per transect combined). − Documentation of all non-compliance instances, including the level of exceedance, the duration of exceedance, the mitigation measures taken, verification of the reporting of the exceedance and any related communications with regulators regarding the exceedance event, and future measures to be taken to avoid or control further exceedances. − Description of events or circumstances that may have prevented or hindered completion of the TSS monitoring program.

1.5.11.8 Payment Payment for sampling, testing and reporting of TSS for Instream Construction Activity and Isolated Construction Activity will be made at the unit price bid per day for ‘Total Suspended Solids (TSS) Testing’, for each day that testing is mandated. Payment will be full compensation for all testing as required to establish the linear relationship between TSS and NTU as well as for each 24 hr. period; including labour, equipment, tools and incidentals necessary to complete the work to the satisfaction of the Consultant.

All costs associated with sampling, testing and reporting of TSS associated with Accidental Occurrences will be considered incidental to the Work, and no separate or additional payment will be made.

1.5.12 Fish Capture and Release

A Fish Capture and Release will be required if any section of the creek will be isolated due to construction activities. The Contractor shall acquire the services of a Qualified Aquatic Environmental Specialist (QAES) as defined in Alberta Environment and Park’s (AEP’s) Code of Practice for Watercourse Crossings to perform the Fish Capture and Release. The requirements of Specification 6.15, Fish Capture and Release, of the Standard Specifications for Highway Construction shall apply.

1.6 Environmental Permits and Approvals

1.6.1 General The Contractor is advised that the watercourse at this location is considered to be a Class “C” waterbody, with a Restricted Activity Period (RAP) from April 16 to June 30.

Work shall be carried out in compliance with the Special Provisions contained herein, the conditions, requirements and restrictions of the latest edition of the Alberta Environment Water

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 44 of 67

Act “Code of Practice for Watercourse Crossings” the Department of Fisheries and Oceans’ Fisheries Act “Measures to Avoid Harm”, all mitigation measures and/or compensation measures described in the Environmental Information referenced herein. In case of conflict, the most stringent requirements shall apply.

1.6.2 Department of Fisheries and Oceans (DFO)

A Request for Review submission to the Department of Fisheries and Oceans (DFO) is not required for this site, as Pisces Environmental Consulting Services Ltd. has identified the project as low risk for causing the death of fish or the harmful alteration, disturbance or destruction of fish habitat (HADD). However, the Contractor must follow all the mitigation measures as per section 10.0 of Pisces’ report for working within the RAP from April 16 to June 30.

1.6.3 Alberta Environment and Parks (AEP)

The Contractor is advised that the required 14-day notification under the Code of Practice will be submitted to Alberta Environment and Parks by the Consultant after the Contract is awarded and the Contractor has completed an ECO plan acceptable to the Consultant. The Contractor shall keep a copy of this notification on site at all times.

The Contractor is advised that there is a temporary graminoid marsh (MG-II) wetland on the northeast side of the bridge structure, in accordance with Alberta Environment and Parks (AEP) Wetland Policy. A Wetland Disturbance application, including a completed Wetland Assessment and Impact Form (WAIF), has been approved, and Parkland County has paid the in-lieu replacement fees for the permanent loss of the wetland area. The Contractor shall make every effort to minimize the construction footprint. Associated costs will be considered incidental to the Work, and no separate or additional payment will be made

1.6.4 Transport Canada (TC)

The watercourse is not listed under the Canadian Navigable Waters Act and is not deemed navigable through Alberta Transportation’s opted-out Bridge Navigation Assessment. The Work may proceed without any additional conditions.

1.6.5 Alberta Culture, Multiculturalism and Status of Women

Pursuant to Section 31 of the Historical Resources Act (HRA), the Contractor shall notify the Consultant immediately in the event that any paleontological or historical resources are discovered during the course of construction. Pursuant to information from the appropriate governing body, it may be necessary for the Department to issue further instructions regarding the documentation of these resources.

An HRA Letter of Clearance from the Ministry of Alberta Culture, Multiculturalism and Status of Women will be provided to the Contractor prior to Contract signing.

1.7 Work in the Vicinity of Utilities

1.7.1 General

The Contractor's attention is drawn to Section 1.2.15, Safeguarding Utility and Railway Installations, of the General Specifications.

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 45 of 67

The Contractor shall submit a locate request with Alberta OneCall prior to commencing construction. The Contractor is responsible for confirming the presence and location of utilities, as well as obtaining the appropriate permit/agreement with the respective utility companies. It is noted that the agreement process may take longer than thirty (30) days.

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 and their representatives are as follows:

ATCO GAS Emergency:1-800-511-3447 Land Administration Telephone: 1-888-420-3464 10035 – 105 Street Edmonton, Alberta Email: [email protected]

Trans Mountain Emergency:1-888-876-6711 2755 Broadmoor Blvd. Telephone: 780-449-5906 , Alberta Email: [email protected]

AltaLink Telephone: 403-267-3400 Head Office 2611 – 3rd Avenue S.E. , Alberta Email: [email protected]

FortisAlberta Inc. Telephone: 403-310-9473 Service Centre 320 17 Avenue SW Calgary, Alberta Email: [email protected]

EQUS REA Ltd. Telephone: 1-888-627-4011 North Area Office 4804 41 Street Onoway, Alberta Email: [email protected]

Telus Communications Ltd. Emergency: 611 10035 – 102 Street, 10th f loor Edmonton, Alberta Email: [email protected]

Ste. Anne Natural Gas Co-op Ltd. Telephone: 780-967-2246 2321 Township Road 545 Onoway, Alberta [email protected]

1.7.2 Buried Pipelines ATCO Gas

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 46 of 67

A high pressure natural gas pipeline owned by ATCO GAS runs within the work area. The pipeline crosses the road within its 20 m wide ATCO Gas utility ROW, approximately 130 m north of the existing bridge, however the Contractor is responsible for confirming the location. Work within 30 m of ATCO Gas’ ROW will require a Crossing Agreement and an ATCO Field Representative on-site at the start of construction. It is recommended that arrangements with ATCO Gas be made as early as possible; requests for contract extensions or delay claims as a result of ATCO Gas being unable to visit the site/issue an agreement on short notice will not be entertained. All associated costs will be considered incidental to the Work, and no separate or additional payment will be made. Trans Mountain There is a Trans Mountain oil pipeline that runs near the work area. The pipeline crosses the road within the 20 m wide Trans Mountain utility ROW, approximately 160 m north of the existing bridge, however the Contractor is responsible for confirming the location. As the roadwork is within 30 m of the Trans Mountain utility ROW, a Proximity Agreement will be required and a Trans Mountain Field Inspector will need to be on-site at the start of construction to issue any Field Permits that may apply. Additionally, the new Trans Mountain Expansion Pipeline construction may occur near the existing Trans Mountain pipeline in August/September 2021. The Contractor shall coordinate construction activities with Trans Mountain as required. It is recommended that arrangements with Trans Mountain be made as early as possible; requests for contract extensions or delay claims as a result of Trans Mountain being unable to visit the site/issue a permit on short notice will not be entertained. All associated costs will be considered incidental to the Work, and no separate or additional payment will be made. Ste. Anne Natural gas Co-op Ltd. There is a low pressure buried gas line that crosses Range Road 70 approximately 120 m north of the crossing. A Crossing Agreement will be required for working near the gas line. Based on preliminary discussion with a field inspector, this low pressure line is currently abandoned, however the Contractor is responsible for confirming. There is a metal building approximately 135 m north of the bridge, on the east side of Range Road 70; there are two Ste. Anne high pressure gas lines located at this building, travelling northeast and southeast into the field, respectively. The Contractor shall keep all Work to the west of this metal building. It is recommended that arrangements with Ste. Anne be made as early as possible; requests for contract extensions or delay claims as a result of Ste. Anne being unable to issue an agreement on short notice will not be entertained. All associated costs will be considered incidental to the Work, and no separate or additional payment will be made.

1.7.3 Overhead/Underground Power Lines AltaLink There are overhead power lines that cross Range Road 70, approximately 110 m north of the existing bridge. AltaLink owns a 15 m wide utility ROW at the location of the overhead power line crossing, as well as another 10 m wide utility ROW approximately 140 m north of the existing bridge. As the roadwork will occur directly below the power lines, the Contractor shall obtain a Work Agreement with AltaLink prior to construction. It is recommended that arrangements with AltaLink be made as early as possible; requests for contract extensions or delay claims as a result of AtlaLink being unable to visit the site/issue a permit on short notice will not be entertained. All associated costs will be considered incidental to the Work, and no separate or additional payment will be made.

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 47 of 67

EQUS REA

Overhead power line(s) are present along the east side of Range Road 70, approximately 15 m from the centerline of the road. EQUS REA owns these power lines starting near the AltaLink ROW (approx. STA 0+634) and continues south. It is noted that one pole will be impacted by construction activities. Based on the Drawings, the sideslope fills will impact this pole. Additionally, the wires may hang low over the Work area. Any Work completed within 6 m of power lines requires EQUS REA to visit the site and provide an Overhead Line Orientation to the Contractor.

There is an underground power line owned by EQUS REA attached to the first power pole north of the creek and continues travelling north. The underground line is approximately 11 m from the existing shoulder of the road. Work within 7 m of the underground power line will require an Underground Field Permit, and work within 3 m requires exposing the line with hydrovac.

EQUS has indicated that the pole and underground power line will require relocation during construction. The Contractor shall coordinate with EQUS to allow this work to be completed.

The actual location of the pole, overhead power line, and underground power line with respect to the Work shall be determined by the Contactor. The Contractor is responsible to contact EQUS REA. It is recommended that arrangements with EQUS REA be made as early as possible; requests for contract extensions or delay claims as a result of EQUS REA being unable to visit the site/issue a permit on short notice will not be entertained. All associated costs will be considered incidental to the Work, and no separate or additional payment will be made. FortisAlberta FortisAlberta overhead power lines run along the east side of Range Road 70, starting north of the Altalink ROW (approx. STA 0+634) and continues north. Any Work completed within 7 m of power lines requires FortisAlberta to visit the site and provide an Overhead Line Orientation to the Contractor. It is not anticipated that the FortisAlberta lines will be impacted by Work, however, the Contractor is responsible to contact and confirm with FortisAlberta. It is recommended that arrangements with FortisAlberta be made as early as possible; requests for contract extensions or delay claims as a result of FortisAlberta being unable to visit the site on short notice will not be entertained. All associated costs will be considered incidental to the Work, and no separate or additional payment will be made.

1.7.4 Buried Telephone Cable

A Telus telephone cable runs through the Work and will be impacted during construction. The utility runs on the west side, parallel to Range Road 70, varying between 7 m to 9 m from the centerline of the road. The cable is currently buried below the creek, west of the bridge. In order to complete the Work, a temporary relocation of the line will be required. The temporary telephone line will remain in place until the work on this Contract is substantially complete.

The Contractor is responsible for contacting Telus and coordinating this Work. Telus has advised they require at least six weeks’ notice to visit the site and arrange to relocate the telephone line. It is recommended that arrangements with Telus be made as early as possible; requests for contract extensions or delay claims as a result of Telus being unable to visit the site on short notice will not be entertained. All associated costs will be considered incidental to the Work, and no separate or additional payment will be made.

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 48 of 67

1.8 Land Agreements

The existing right of way is approximately 20 m wide at the site, as shown on the Drawings. The Contractor is advised that Parkland County holds the necessary agreements with the affected landowners. The Individual Ownership Plan Drawings are included in Appendix F, Plans, Drawings and Permits. The Contractor shall keep all equipment and materials within the areas shown.

The Contractor shall be responsible for obtaining any additional right of way easements, beyond that which have already been obtained, if required for construction. Written copies of any such agreements shall be submitted to the Consultant prior to construction.

All costs associated with securing additional right of way easements are considered incidental, and no separate or additional payment will be made.

1.9 Traffic Accommodation for Bridge Construction

1.9.1 General

Traffic accommodation shall be in accordance with Specification 7.1 "Traffic Accommodations and Temporary Signing" of the Standard Specifications for Highway Construction, the Alberta Transportation “Traffic Accommodation in Work Zones” manual (2nd Edition, 2018), the Provisions contained herein, and as directed by the Consultant.

The Contractor is advised that the traffic counts for this section of Range Road 70 recorded in 2017 was 400 vehicles per day (ASDT).

The Contractor shall submit a Traffic Accommodation Strategy (TAS) which shall include traffic accommodation and coordination strategies for various phases of the Work for review by the Consultant and acceptance by Parkland County, and Alberta Transportation. The Contractor shall submit the Traffic Accommodation Strategy, including all site-specific drawings to the Consultant at least 14 days prior to the preconstruction meeting. As the detour utilizes Provincial Highways, the Contractor is advised that the Traffic Accommodation Strategy will be subject to review by the Alberta Transportation Regional Safety Coordinator. No work will be permitted until the Traffic Accommodation Strategy has been reviewed and accepted by the Consultant and County.

The Contractor's Traffic Accommodation Strategy shall include provisions for the following: - Range Road 70 will be closed to traffic for the duration of the Work. Traffic will be detoured while the Work is taking place. - The Contractor is responsible to provide signage for the detour. The detour signage shall be indicated in the Traffic Accommodation Strategy, and in accordance with the Alberta Transportation Sign Catalogue, available on Alberta Transportation’s website. - A procedure for notification of stakeholders during construction activity, specifically at times when the Traffic Accommodation Strategy is being initiated or adjusted. An incomplete list of stakeholders includes, Alberta Transportation, Parkland County Project Managers, Parkland County Project Consultant, Emergency Services, Representatives of Trestle Creek Operations team (TBD), Utility operators and others as identified. Prior to construction this list is to be confirmed by Parkland County.

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 49 of 67

1.9.2 Local Road Detour

It is expected that Range Road 70 at the site shall be closed to public traffic during construction and the Contractor will provide a Local Road Detour. The Contractor shall supply and install detour signage along the designated detour route for the work at BF 09254. The designated detour route is as follows: - Range Rd 70 between BF 09254 and Highway 16 - Highway 16 between Range Rd 70 and Range Rd 71 - Range Rd 71 between Highway 16 and Township Rd 532 - Township Rd 532 between Range Rd 71 and Range Rd 70 - Range Rd 70 between Township Rd 532 and BF 9254

Local access to residents along Range Road 70 shall be maintained throughout construction.

Once the detour is implemented, the Contractor is required to put advanced warning signs on Highway 16. Two signs will be required (eastbound traffic and westbound traffic). The advanced warning signs shall be wooden signs on two posts with minimum dimensions of 1.22 m high and 2.44 m wide. The signs shall have a minimum of 5 lines. Letters shall be a minimum of 130 mm wide and 200 mm high. Wording on the sign shall be as follows, with the applicable lengths and dates entered:

RANGE ROAD 70 CLOSED

FOR TRESTLE CREEK GOLF/RESORT

USE RANGE ROAD 71

The signs shall be placed in a level position 5 metres from the edge of the nearest driving lane. Placement of the sign on the shoulder will not be permitted. Alternative types of signs may be used upon approval by the Consultant.

The Contractor shall be responsible for the maintenance of the detour and any repair which may be required as a result of his operations. The Contractor will be responsible for daily inspection of the detour throughout the construction and determining whether maintenance, repair, or dust control will be required on the detour roads.

The Contractor shall use calcium chloride or an approved equivalent to control dust. It is expected that the Contractor place dust control on Twp Rd 532 for the entire length adjacent to the Trestle Creek Golf Resort, and over a minimum length of 125 m at each residence along the route, centered in front of the residence, or as directed by the Consultant or advised by the landowner. The placement of the calcium chloride treatment does not negate the Contractor’s responsibilities for maintaining the detour route and providing dust control to a reasonable level. The Consultant may direct the Contractor to maintain, repair, or control dust on the detour at any time as required. The Contractor shall inspect the condition of the detour roads jointly with the Consultant and Parkland County to document its condition prior to opening the detour route, as well as following the removal of the detour. The Contractor shall perform any repairs or maintenance

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 50 of 67 required to return the detour route to the pre-existing condition, to the satisfaction of the Consultant. No additional payment will be made for detour road maintenance or repairs required to satisfy this condition. 1.9.3 Electronic Variable Message Boards (Provisional) Electronic variable message boards may be required to be installed on Hwy 16. If required, the Contractor shall install two electronic (2) variable message boards to advise motorists of the upcoming detour. The message boards shall be located to provide the travelling public with adequate advanced warning at the following locations: - One sign east of Range Road 70, advising westbound traffic - One sign west of Range Road 71, advising eastbound traffic The message boards shall contain a suitable message which will be approved by the Consultant and Parkland County prior to installation. Sign lettering and intensity shall be sufficient to be easily read by motorists travelling at the posted highway speed. The message boards shall be continuously operated on a 24-hour basis from the time of installation until project completion. The message boards shall be relocated and updated as required and determined by the Consultant and Parkland County. Changes to the messaging requested by Parkland County and/or Consultant shall be immediately implemented and shall be considered incidental to the work.

1.9.3.4 Measurement and Payment

Payment shall be made at the unit price bid for “Electronic Variable Message Boards” and will be considered full compensation for all labour, materials, equipment, tools and incidentals necessary to complete the Work to the satisfaction of the Consultant.

1.9.4 Pre-Construction Advertising

The Contractor is required to advertise the construction a minimum of 7 days in advance of commencement of the Work. Signs for the work on BF 09254 will be required on the following intersections: - One sign at the intersection of Range Road 70 and Highway 16 - One sign at the intersection of Range Road 70 and Township Rd 532 The mechanism for advertising shall be wooden signs on two posts with minimum dimensions of 1.22 m high and 2.44 m wide. The signs shall have a minimum of 5 lines. Letters shall be a minimum of 130 mm wide and 200 mm high. Wording on the sign shall be as follows, with the applicable lengths and dates entered:

RANGE ROAD 70 CLOSED FOR BRIDGE CONSTRUCTION NEXT 1.6 KM (MONTH) (DAY) - (MONTH) (DAY) PLEASE USE DETOUR

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 51 of 67

The signs shall be placed in a level position 5 metres from the edge of the nearest driving lane. Placement of the sign on the shoulder will not be permitted. Alternative types of signs may be used upon approval by the Consultant.

The Contractor shall revise the dates on the pre-construction advertising signs as required based on any changes in the construction schedule. Signs shall be installed at all road closure locations.

1.9.5 Public Notification

The Contractor shall prepare a Public Notice for advertising on the Parkland County website and Trestle Creek Golf Course website. The Contractor shall provide a draft copy of the Public Notice to the Consultant for review and submission to Parkland County at least one week prior to public distribution.

The Public Notice shall identify the Contractor, provide Contractor’s contact information, proposed construction schedule, road closure dates, hours of work, and proposed detours.

The Contractor shall notify all landowners in writing of any work occurring on a road adjacent to their property. Written notices are to be provided to the landowners a minimum 14 days prior to commencement of the Work. A copy of this notice shall be provided to the Consultant prior to distribution to the landowners.

1.9.6 Lane Closure for Bridge Construction

For the purposes of this Contract, contrary to the provisions provided in Section 1.2.42 of the GCS, the assessment of Calendar Days for Lane Closure shall be calculated based on any closure when at least single-lane alternating traffic is not provided at the bridge site on RR 70.

The single-lane alternating traffic plan must adhere to the following:

- Design speed of 30 km/hr;

- Minimum clear roadway width shall be 4.0 m

- Provisions and maintenance of all necessary traffic control measures including signing, flagging, lighting and warning lights. As single-lane alternating traffic is permitted, the Contractor shall provide flaggers or electronic warning signals to facilitate safe traffic flow in both directions at all times.

- Sufficient number of concrete F Type barriers (New Jersey Barriers) interlocked together interlocked together at a 20 degree or less impact angle.

1.9.7 Measurement and Payment

Payment shall be made at the lump sum bid for “Traffic Accommodation for Bridge Construction” and in accordance with Section 7.1.12, Traffic Accommodation for Bridge Construction, Payment, of the Standard Specifications for Highway Construction.

Traffic accommodation and temporary construction signing is the sole responsibility of the Contractor.

Unless otherwise stated, all costs including, but not limited to, the preparation and implementation of the Traffic Accommodation Strategy; the supply, installation, maintenance and removal of all traffic control devices and temporary construction signing; the daily

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 52 of 67 recording of temporary construction signing; pre-construction advertising; public notification; the provision of flag persons; gravel surfacing; detour design, construction, dust abatement, maintenance, and removal; local road detour preparation, maintenance and restoration, dust abatement; and all labour, materials, equipment, tools, and incidentals necessary to complete the Work to the satisfaction of the Consultant will be considered incidental to the Work and no separate or additional payment will be made.

1.10 Demolition and Disposal of Bridge Structures

This Contract includes the removal and disposal of the existing three-span bridge structure. The existing structure is a 25.5 m three-span bridge, as follows: − W-beam bridgerail on steel posts. − Six Type ‘HC’ interior stringers, and two Type ‘HC’ curb stringers. Appropriate drawings are listed under Reference Drawings in the Plans, Drawings and Permits Section of this Document. − Creosote-treated timber pile cap and timber pile substructure.

As-built or construction documentation of the existing structure was not found. While the Consultant made every effort to collect and present complete details concerning the existing structure, no responsibility will be assumed by the County or Consultant for the correctness and completeness of its information, and the Contractor shall have no claim on that account. The Contractor is advised that contrary to the Specifications, the Contractor is not required to submit a detailed demolition and disposal plan to the Consultant for review. The demolition and disposal plan will be discussed with the Contractor at the pre-construction meeting.

The Contractor is advised that adjacent landowners or County residents may request the existing girders for personal use. Once removed, the girders are the property of the Contractor and he is not obligated to provide them to others. However, if the Contractor elects to do so, a written agreement for the transfer of the girders shall be prepared by the Contractor for review and approval by the Consultant. An executed agreement for the transfer of the girders shall be provided to the Consultant.

1.11 Backfill

All backfilling operations shall be conducted in accordance with Section 2 of the Standard Specification of Bridge Construction. At no time will placement of backfill onto frozen substrate be permissible. All backfill materials shall be in a thawed state when placed and compacted. Should temperatures fall below 0°C, use of alternative fill that is not susceptible to freezing (such as low fine, or clear stone fills), preventative measures (such as heating and hoarding), shall be used. Should backfilling or compaction activities be scheduled for, or continue later than October 15, 2021, the Contractor shall submit to the Consultant a written plan of their mitigating procedures.

The Contractor may assume that all material excavated from the site will be suitable for re- use as backfill, however, additional non-granular material will need to be imported from a source of their choosing outside of the right of way. The estimated excavation and backfill quantities are shown on the Drawings, however, the Contractor shall satisfy themselves of the actual quantity required to complete the Work prior to submitting their quote.

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 53 of 67

1.12 Construction of Abutments The construction of the two abutments includes but is not limited to the supply and installation of the following materials as shown on the drawings: − Galvanized steel pile caps, stiffeners and stoppers; − 7.0 mm SPCS for the backwalls and wingwalls; − Geotextile; − Neoprene pads; and − Dowels.

1.12.1 Measurement and Payment

Payment for "Construction of Abutments" shall be made at the lump sum price bid, which price shall include full compensation for all materials, labour, equipment, tools and incidentals necessary to complete the Work.

1.13 Construction of Piers The construction of the two piers includes, but is not limited to the supply and installation of the following materials as shown on the drawings: − Galvanized steel pile caps and stiffeners; − Galvanized HSS bracing and connections; − Galvanized HSS round nose plates; − Asphalt impregnated fibre board; − Neoprene pads; and, − Dowels.

1.13.1 Measurement and Payment

Payment for "Construction of Piers" shall be made at the lump sum price bid, which price shall include full compensation for all materials, labour, equipment, tools and incidentals necessary to complete the Work.

1.14 Concrete (Class C) – Supply and Place Contrary to Section 4.4 of the Standard Specification of Bridge Construction, the approach slab concrete shall be Class C, rather than Class HPC.

1.15 Plain Reinforcing Steel – Supply Approach slab reinforcing steel shall be plain reinforcing steel rather than corrosion resistant steel as shown on Drawing S-1837-12.

1.16 Miscellaneous Iron The following items shall be included under Miscellaneous Iron: − Two (2) bridge plaques as shown on the Drawing S-1847-17

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 54 of 67

The items shall be supplied in accordance with Section 13, Miscellaneous Iron, of the Standard Specifications of Bridge Construction, and as directed by the Consultant.

1.17 Erosion Control Soil Covering (Type C) The Contractor shall install Type C erosion control soil covering as shown on the Drawings, and as directed by the Consultant. Additionally, The Contractor shall install Type C soil covering in the SW ditch, extending to the crest of the hill, approximately 150 m south of the bridge.

1.18 Temporary Fencing

The Contractor shall erect, maintain, and remove such temporary fences in the east ROW for landowners in NW 18-53-6 W5M to prevent livestock or other animals from straying upon the right-of-way or adjoining property. The Contractor shall at all times ensure the fences are free of breaches to prevent escape of livestock or other animals.

1.18.1 Measurement and Payment

Payment shall be made at the unit price bid for “Temporary Fencing” and will be considered full compensation for all labour, materials, equipment, tools and incidentals necessary to complete the Work to the satisfaction of the Consultant.

1.19 Roadway Work

Roadway work shall be carried out in accordance with the applicable sections of the Standard Specifications for Bridge Construction, Standard Specifications for Highway Construction, the Drawings, the Special Provisions contained herein, and as directed by the Consultant. Roadway Work shall include, but not be limited to the following:

− Clearing of trees, including trees larger than 100 mm diameter, and vegetation as required to construct the sideslopes to the extents shown on the Drawings. − Stripping and stockpiling of existing topsoil from disturbed areas of the existing embankment for reuse on the newly constructed embankment slopes, berms and disturbed areas resulting from the Contractor’s operations. The Contractor shall denude slopes of the topsoil on an as required basis to coincide with staged construction operations. Repair and/or reconstruction of any portions of Range Road 70 disturbed as a result of the Contractor’s operations (including any disturbed areas outside of the construction limits). − Raising the road embankment and extending the sideslopes over the extents indicated on the Contract Drawings. This shall include all associated excavation and supply and placement of backfill materials. − The Contractor shall supply all borrow material required for this project from source(s) from outside of the right of way of their choosing. Copies of any and all borrow agreements shall be provided to the Consultant prior to commencing work at the borrow source. Any agreement shall clearly define the Contractor as the pit operator, and, as such, the Contractor shall be responsible for all pit operations and reclamation.

− The existing road surface shall be removed to a depth sufficient to allow for the placement of the new subgrade, granular base course, prime coat, and asphalt

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 55 of 67

concrete pavement. The approximate extents of paving, and the tie-in detail are shown on the Drawings.

− Additional non-granular material will need to be imported from a source of the Contractor’s choosing outside of the right of way. The estimated roadwork quantities are shown on the Drawings, however, the Contractor shall satisfy themselves of the actual quantity required to complete the Work prior to submitting their quote. − The completed roadway structure shall consist of the following:

o Compacted subgrade; o 350 mm Des. 2 Cl. 25 granular base course; o Tack coat placed over the exposed granular surface; o 100 mm Type M1 Asphalt Mix using a PG 52-34 asphalt cement binder; o Application of a 1.2 m wide strip of tack coat, centered overtop of the joint between the new and existing pavement.

Compaction testing shall be performed on the subgrade, the granular base course (Des. 2 Cl. 25). Testing shall also be performed on the asphalt. The Contractor is responsible for arranging and coordinating all necessary material testing.

Additionally, the Contractor is advised that paving on the bridge deck and approach slabs is not included within the scope of “Roadway Work”. Bridge paving shall be performed in accordance with Section 17 of the Standard Specifications for Bridge Construction and payment will be made at the unit price bid for “Asphalt Concrete Pavement – Mix Type M1 (PG52-34).” Work within the out-to-out bridge fills, as indicated on the Drawings, is generally considered bridge-related work and is accounted for within those bid items.

Paving outside of the bridge extents shall be performed in accordance with Section 3.50 of the Standard Specifications for Bridge Construction, and payment will be made at the lump sum price bid for “Roadway Work”.

− Sideslope improvements to provide 3:1 sideslopes behind the guardrail, 4:1 sideslopes elsewhere within the limits of construction, and then taper to existing sideslopes over the limits shown on the Drawings. This shall include all topsoil stripping, trimming of excavated material, replacement of topsoil, placement of additional topsoil, spreading, and harrowing. The Contractor is advised that the toes of slopes are intended to remain within the existing right-of-way extents.

− Additional erosion control in the ditch SW of the bridge is required, as shown on the Drawings. The Contractor shall ditch and place erosion control in accordance with the details provided. It is expected that this will be required to extend to the top of the hill to the south of the bridge, beyond the limits of roadway work. This will be measured and paid for with the unit price item “Erosion Control Soil Covering – Supply and Install (Type C)” − Tie the existing access into the raised road profile as shown on the Drawings. The access is located at Station 0+634.060. The width of the access shall generally match the existing; the road profile increase shall be achieved using Des. 2 Cl. 25 granular material.

− The Contractor shall place delineated guideposts at the end of the FLEAT impact

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 56 of 67

attenuator end treatments as per Alberta Transportation’s Product List and Manufacturer Specifications. The appropriate sideslope transitions and improvements along and behind the terminal will be required as shown on Drawing RDG-B1.5 (applicable drawings included herein).

− Line painting conforming to the existing conditions (ie. solid line) and in accordance with the “Alberta Highway Pavement Marking Guide, 2nd Edition, issued March 2003” and Standard Specifications for Highway Construction.

1.19.1 Permanent Signs All permanent sign work shall be done in accordance with Section 7.7, “Permanent Highway Signing”, of the Standard Specifications for Highway Construction. The Contractor shall supply and mount the signs on new posts as shown on the Drawings; as directed by the Consultant; and in accordance with Section 5.18, “Supply of Permanent Highway Signs, Posts and Bases” of the Standard Specifications for Highway Construction. The Contractor shall remove and dispose of existing two (2) WA-7 “30 km/hr speed advisory” signs, one (1) WA-23 “road narrows” sign, three (3) WA-24 “narrow structure” sign and four (4) sign posts, located northwest and southeast of the bridge. The Contractor shall notify the Consultant once the signs are removed.

Stationing Location Sign Supply of Install Supply and Comments Size Signs, Signs – Install (cm x Aluminum Less than Posts – 100 cm) (m2) 1 m2 (sign) mm x 150 mm (post) Right- 45 X 45 0.20 1 1 WA-7 Station hand-side (Speed 0+080 of driving Advisory 55 lane km/h) Right- 45 X 45 0.20 1 1 WA-7 Station hand-side (Speed 0+830 of driving Advisory 55 lane km/h) Totals: 2 2

1.19.2 Measurement and Payment

Payment for this Work will be made at the lump sum price bid for "Roadway Work" and will be considered full compensation for all labour, materials, equipment, tools and incidentals necessary to complete the Work to the satisfaction of the Consultant.

1.20 Seeding The Contractor shall seed all areas disturbed by his operations in accordance with Section 2.20 of the Standard Specification for Highway Construction, and as directed by the Consultant. The Contractor shall prepare all disturbed areas to receive seeding by spreading all salvaged topsoil at a uniform thickness, free of lumps and deleterious material, in accordance with Section 2.6 of the Standard Specifications for Highway Construction, and harrowing the slopes. In the event that there is insufficient topsoil available on site, the Contractor shall supply topsoil such that it is placed to a minimum thickness of 70 mm. The Contractor shall make every effort to salvage existing topsoil and keep it separate from other materials on site. The Contractor shall familiarize himself with the site and make a reasonable

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 57 of 67 assumption as to the quantity of topsoil available, importing supplemental topsoil as required to place it to the 70 mm thickness. Extra costs of additional topsoil will not be entertained. Unless otherwise directed by the Consultant, grass seed shall be Canada #1 certified seed meeting the requirements of the “Canadian Seeds Act”, and shall be of the following composition: Seed Mixture (Parkland County Roadside Mix) Percentage by Dry Common Name Weight Meadow Brome 40% Timothy 20% Creeping Red Fescue 20% Perennial Rye Mix 20% Application Rate Seed Drill 30 kg/ha Broadcaster 60 kg/ha Hydro Seeder 125 kg/ha

The mixture shall comply with federal and provincial seed laws and have a minimum germination of 75% and a minimum purity of 97%. Seed certificates must be supplied and approved by the Consultant prior to planting.

1.20.1 Measurement and Payment

All costs related to the preparation of the disturbed areas, including import of additional topsoil (if required), and estimation of seeding areas will be considered incidental to the Work, and no separate or additional payment will be made.

1.21 Estimated Quantities Although many of the bid items are lump sum, estimated quantities of materials are shown on Drawing 51798-P for the Contractor’s convenience. The Contractor shall confirm the estimated quantities for his own purpose. Furthermore, the Contractor shall have no claim on the Owner and the Consultant in the event quantity estimates are not accurate.

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 58 of 67

APPENDIX F – PLANS, DRAWING AND PERMITS

1 Plans, Drawings and Permits

1.1 Separate Drawings

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

DRAWING NO. DESCRIPTION Tributary to Sturgeon River Bridge on Rge Rd 70, 9 km W of Gainford - 51798-P General Layout Tributary to Sturgeon River Bridge on Rge Rd 70, 9 km W of Gainford - 51799-P Information - Sheet 1 Tributary to Sturgeon River Bridge on Rge Rd 70, 9 km W of Gainford - 51800-P Information - Sheet 2 Tributary to Sturgeon River Bridge on Rge Rd 70, 9 km W of Gainford - 51801-P Information - Sheet 3

Contractors are advised that drawings issued for the RFQ are photocopy reproductions and, due to file conversion and/or reproduction variations, scaling off of these drawings must not be relied upon as accurate.

1.2 Standard Bridge Drawings The following standard bridge drawings apply to the work in the tender documents and the Contract. These drawings may be viewed or downloaded from Alberta Transportation’s website at the following location: https://www.alberta.ca/bridges-and-structures- standard-and-typical-detail-drawings.aspx

DRAWING NO. Description S-1852-17 Standard Concrete Sealer Surface Treatment for Standard Bridges S-1850-17 Standard Steel Pile Details S-1847-17 Standard Identification Plaques and Benchmark Tablet S-1797-17 TL-2 Thrie Beam Bridgerail on 75 mm High Curb S-1838-17 Standard Waterproofing System for Deck and Abutments – Sheet 1 S-1839-17 Standard Waterproofing System for Deck and Abutments – Sheet 2 S-1840-17 Standard Waterproofing System for Deck and Abutments – Sheet 3 S-1820-12 Prestressed Concrete 8m SLW-510 Interior Girder S-1821-12 Prestressed Concrete 8m SLW-510 Exterior Girder S-1822-12 Prestressed Concrete 8m SLW-510 Interior and Exterior Girder Layouts S-1823-12 Prestressed Concrete 14m SLW0510 Skewed Girder Reinforcement S-1832-12 Prestressed Concrete 14m SLW-510 Interior Girder S-1833-12 Prestressed Concrete 14m SLW-510 Exterior Girder S-1834-12 Prestressed Concrete 14m SLW-510 Interior and Exterior Girder Layouts S-1835-12 Prestressed Concrete 14m SLW0510 Skewed Girder Reinforcement S-1836-12 Prestressed Concrete SLW-510 Details Sheet 1 S-1837-12 Prestressed Concrete SLW-510 Details Sheet 2 S-1753-08 SL Precast Girder Bridges with Steel Substructures Sheet 1 S-1754-08 SL Precast Girder Bridges with Steel Substructures Sheet 2

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 59 of 67

DRAWING NO. Description S-1755-08 SL Precast Girder Bridges with Steel Substructures Sheet 3 S-1756-08 SL Precast Girder Bridges with Steel Substructures Sheet 4 S-1793-08 SL Precast Girder Bridges with High Backwall Steel Abutments - Sheet 1 S-1794-08 SL Precast Girder Bridges with High Backwall Steel Abutments - Sheet 2 S-1795-08 SL Precast Girder Bridges with High Backwall Steel Abutments - Sheet 3 S-1796-08 SL Precast Girder Bridges with High Backwall Steel Abutments - Sheet 4

1.3 Reference Drawings

The following reference drawings are provided for information purposes only and do not form part of the tender documents or the Contract. Electronic (.PDF) copies of these documents may be viewed and/or downloaded, free of charge, from the following website:

- Alberta Transportation’s Non-Current Archived Standard and Typical Detail Drawings at http://www.transportation.alberta.ca/4738.htm

DRAWING NO. DESCRIPTION S-781 Precast Concrete 28 ft Span Type ‘HC’ Interior Stringer S-783 Precast Concrete 28 ft Span Type ‘HC’ Curb Stringer

1.4 Standard Drawings In addition to the drawings referenced in the Standard Specifications, the following standard drawings apply to the work in the tender documents and the Contract. These drawings are available on Alberta Transportation’s website.

DRAWING NO. DESCRIPTION Highway Standard Plates CB6 Standards CB6-2.12M2 Class “B” Fence CB6-3.4.M16 Asphaltic Concrete Pavement and Granular Base Course CB6-3.50.M1 Typical Cross-Section for Asphaltic Concrete Pavement Standard Drawings of Traffic Barriers TEB-3.01 Strong Post W-Beam Guardrail Hardware Wood Spacer Block and Post TEB-3.02 W-Beam Guardrail Hardware Rail Detail TEB-3.05 W-Beam Guardrail Hardware Terminal Connector TEB-3.06 W-Beam Guardrail Hardware Bolt, Nut and Washer TEB-3.09 Strong Post W-Beam Blocked-Out Guardrail Typical Strong Post W-Beam or Modified Thrie Beam Guardrail TEB 3.16a Placement at Bridge Approaches (Two-Lane Highway) RDG-B1.5 W-Beam Strong Post TL-3 Fleat 350 Energy Absorbing Terminal TEB-3.51 Guide Post Delineation for Guardrail Other Alberta Transportation Signs WA-7 Advisory Speed TCS-A-110 Lateral Sign Placement (Single Post)

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 60 of 67

1.5 Location Plan

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 61 of 67

1.7 Individual Ownership Plan Included as separate documents

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 62 of 67

APPENDIX G – CONTRACT INFORMATION DOCUMENTS

1 Contract Information Documents

1.1 Environmental Risk Assessment

The “Environmental Risk Assessment, Bridge Replacement at BF 09254 Carrying Range Road 70 over a tributary to Sturgeon River, 6 km West of Gainf ord”, prepared by LEX3 Engineering Inc. (November 2020)

1.2 Fisheries Assessment The “Assessment of the Fisheries Resources and Habitat of an Unnamed Tributary to Isle Lake (BF09254) for a Proposed Crossing Replacement Project southeast of Entwistle, Alberta Located in NW 18-53-06 W5M.” prepared by Pisces Environmental Consulting Services Ltd. (October 2020), is attached separately.

1.3 Environmental Evaluation

The “09254 Wetland Presence and Wetland Assessment and Impact Form (WAIF)”, prepared by Solstice Environmental Management (October 2020), is attached separately.

1.4 Geotechnical/Soils Information

The “Geotechnical Investigation Report, BF 09254 Bridge Replacement, Range Road 70 – Approx. 550 m South of Hwy 16, Parkland County, AB”, prepared by Wood Environment and Infrastructure Solutions (July 2020), Edmonton, Alberta, File No. EA16425, is attached separately.

1.5 Site Photos The site photolog dated April 2020, prepared by LEX3 Engineering Inc. is attached separately.

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 63 of 67

APPENDIX H – CONTRACT ADMINISTRATION FORMS

1. Extra Work Order/Change Order Form

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 64 of 67

2. Request for Payment Form

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 65 of 67

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 66 of 67

3. Statutory Declaration Form

RFQ No. Q201124EN – Tributary to Sturgeon River Bridge Construction at BF 09254 Page 67 of 67