97
CITY OF SURREY Finance Department Purchasing Section TENDER DOCUMENTS for: Title: Bear Creek Bridge No. 2 Reference No.: 1220-020-2018-004 Issue date: May 3, 2018

TENDER DOCUMENTS for: Title: Bear Creek Bridge No. 2 ... 1220-020-2018-004 - Bear Creek Bridg… · Bear Creek Tributary, including the associated pathway. This site is approximately

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

CITY OF SURREY

Finance Department Purchasing Section

TENDER DOCUMENTS for:

Title: Bear Creek Bridge No. 2 Reference No.: 1220-020-2018-004

Issue date: May 3, 2018

INVITATION TO TENDERERS

Contract: CONTRACT No. 1220-020-2018-004

Bear Creek Bridge No. 2

The Owner invites tenders for:

Tenders are invited for works under Contract No. 1220-020-2018-004 involving the construction of a 21.9 m long pedestrian bridge over Bear Creek Tributary, including the associated pathway. This site is approximately 40 m west of 140th Street on 8200 block.

Contract Documents are available at:

This tender is being issued electronically through the BC Bid website www.bcbid.gov.bc.ca (the BC Bid Website) and the Owner’s website at www.surrey.ca (the “Owner’s Website”) where any interested party may download the tender documents. No registration tracking or other recording of tender document holders will be performed by the Owner. All addenda, or further information, that will form part of this tender will also be issued electronically. It is the sole responsibility of the Tenderer to check the BC Bid Website and the Owner’s Website regularly to check for updates.

The Contract is based on the MMCD Platinum Edition and the owner’s supplementary MMCD (updated July 11, 2016).

Tenders are scheduled to close: Tender Closing Time:

11:00 a.m. local time

Tender Closing Date: Thursday May 17, 2018 NAME OF OWNER’S REPRESENTATIVE

Tenders should be submitted in a sealed package, marked on the outside with “Tenders for Surrey Contract No. 1220-020-2018-004 Bear Creek Bridge No.2” and must be delivered to the Owner at the office of: Purchasing Manager, at the following location: Surrey City Hall Finance Department – Purchasing Section Reception/Information Desk, 5th Floor West 13450-104 Avenue, Surrey, B.C. Canada V3T 1V8.

Richard D. Oppelt, Purchasing Manager – [email protected]

TABLE OF CONTENTS Section A Instructions to Tenderers Part 1 (IT-Part 1) Section B Form of Tender (FT), including Appendix 1 – Schedule of Quantities & Prices Appendix 2 – Preliminary Construction Schedule Appendix 3 – Experience of Superintendent Appendix 4 – Comparable Work Experience Appendix 5 – Subcontractor’s Experience Section C Form of Agreement (FA) Schedule 1 – Schedule of Contract Documents Schedule 2 – List of Contract Drawings (may be bound separately) Section D Supplementary General Conditions (Project) (SGCP) Supplementary Specifications (Project) (SSP) Section E Sample Documents

Appendix A. Bid Bond Appendix B. Letter of Credit Format

Appendix C. Agreement to Bond Appendix D. Performance Bond Appendix E. Certificate of Insurance Appendix F. Prime Contractor Designation Appendix G. Contractor Health & Safety Expectations Appendix H. Labour and Material Payment Bond Appendix I. Notice of Certificate of Completion Appendix J. Certificate of Completion

Section F Geotechnical Investigation Report Section G Environmental Documents

SECTION A

Instructions to Tenderers - Part I

UNIT PRICE CONTRACT INSTRUCTIONS TO TENDERERS PART I

IT – PART I

PAGE 1 OF 4

(TO BE READ WITH “INSTRUCTIONS TO TENDERERS - PART II” CONTAINED IN THE EDITION OF THE PUBLICATION “MASTER MUNICIPAL CONSTRUCTION DOCUMENTS 2009” SPECIFIED IN ARTICLE 2.2 BELOW)

Owner: City of Surrey

Contract: Bear Creek Bridge No.2

Reference No. 1220-020-2018-004

1.0 Introduction 1.1

These Instructions apply to and govern the preparation of tenders for this Contract. The Contract is generally for the following work: The construction of a 21.9 m long pedestrian bridge over Bear Creek Tributary, including the associated pathway. This site is approximately 40 m west of 140th Street on 8200 block.

1.2 Direct all inquiries regarding the Contract, to: Richard D. Oppelt, Purchasing Manager

Business

E-mail: [email protected]

Inquiries should be made no later than 7 business days before Closing Time. Inquiries received after the Tender Closing Date will not receive a response. 2.0 Tender

Documents 2.1 The tender documents which a Tenderer should review to prepare

a tender consist of all of the Contract Documents listed in Schedule 1 entitled “Schedule of Contract Documents”. Schedule 1 is attached to the Agreement which is included as part of the tender package. The Contract Documents include the drawings listed in Schedule 2 to the Agreement, entitled “List of Contract Drawings”.

2.2 A portion of the Contract Documents are included by reference. Copies of these documents have not been included with the tender package. These documents are the Instructions to Tenderers - Part II, General Conditions, Specifications and Standard Detail Drawings. They are those contained in the publication entitled “Master Municipal Construction Documents - General Conditions, Specifications and Standard Detail Drawings” and the latest edition (updated July 11, 2016) of “City of Surrey Supplementary Master Municipal Construction Documents- Supplementary General Conditions, Supplementary Specifications and Supplementary Standard Drawings. Refer to Schedule 1 to the Agreement or, if not specified in Schedule 1, then the applicable edition shall be the most recent edition as of the date of the Tender Closing Date. All sections of this publication are by reference included in the Contract Documents.

2.3 Any additional information made available to tenderers prior to the

UNIT PRICE CONTRACT INSTRUCTIONS TO TENDERERS PART I

IT – PART I

PAGE 2 OF 4

Tender Closing Time by the Owner or representative of the Owner, such as geotechnical reports or as-built plans, which is not expressly included in Schedule 1 or Schedule 2 to the Agreement, is not included in the Contract Documents. Such additional information is made available only for the assistance of tenderers who must make their own judgment about its reliability, accuracy, completeness and relevance to the Contract, and neither the Owner nor any representative of the Owner gives any guarantee or representation that the additional information is reliable, accurate, complete or relevant.

3.0 Submission of Tenders

3.1 Tenders should be submitted in a sealed envelope, marked on the outside with the above Contract Title and Reference No., and must be received at Surrey City Hall, Finance Department, Purchasing Section, 5th Floor West, Main Reception Desk, 13450-104 Avenue, Surrey, B.C. Canada V3T 1V8:

on or before

Tender Closing Time: 11:00 a.m. (local time) Tender Closing Date: Thursday, May 17, 2018 3.2 Late tenders will not be accepted or considered, and will be

returned unopened.

3.3 Tenders will not be opened in public.

4.0 Additional Instructions to Tenderers

4.1 In submitting a tender, the tenderer represents and warrants that: (a) prior to submitting the tender, the Tenderer has disclosed to

the Owner in writing any actual or potential conflict of interest; (b) the Tenderer has not and will not offer or provide any gifts or

personal benefit to any elected or appointed representative or employee of the Owner;

(c) except as disclosed in writing by the Tenderer, no elected or

appointed representative or employee of the Owner: i) has any interest in the Tenderer by way of ownership or

management, or ii) has or is entitled to have any interest in the Contract or any

benefit arising therefrom; and (d) the Tenderer has not and will not solicit or lobby any

individual elected or appointed representative or employee of the Owner in regard to the award of the Contract.

As a condition precedent to award of Contract, the successful Tenderer must have or obtain a business license from the Owner.

UNIT PRICE CONTRACT INSTRUCTIONS TO TENDERERS PART I

IT – PART I

PAGE 3 OF 4

4.2

Amendment to 5.1 of the Instructions to Tenderers-Part II, by deleting the first sentence and replacing with: “A tender should be on the Form of Tender as provided and be signed by the authorized signatory(s) as follows:”

4.3

Amendment to 5.3 of the Instructions to Tenderers - Part II , by deleting the first sentence and substituting it with: “A tender should include the following Appendices:”

4.4

Amendment to 5.3 of the Instructions to Tenderers - Part II, by adding the following: “5.3.6 Tenderers that do not have an operational base in Lower Mainland, British Columbia, should submit in their tender a

memorandum outlining the operational strategy of operating in Lower Mainland.”

4.5

Amendment to 15.1 of the Instructions to Tenderers – Part II, by deleting the paragraph after 15.1.3, and replacing with: “In exercising its absolute discretion the Owner will have regard to the information provided by the tenderer, and may also have regard to any information obtained by the Owner, as well as from any other person, firm or corporation. In exercising this discretion the Owner may consider, but is not limited to, the following criteria: (a) the proven experience of the tenderer, and any listed

Superintendent or Subcontractors to do the Work; (b) the tenderer's history on other projects including with

respect to quality of work, changes in the work, force account work, and the contract administration costs of the Owner;

(c) the tenderer's ability to complete the Work within the Preliminary Construction Schedule including timeliness in completing deficient Work;

(d) maintenance costs, availability of parts and service, warranty and compatibility with existing equipment and/or conditions; and

(e) the tenderer's ability to work effectively with the Owner, its consultants and representatives, and the public.

In no event shall the Owner be liable for the tenderer's costs of preparing a tender. The Owner may, in its absolute discretion, not award to a tenderer if the tenderer, or any officer or director of a corporate tenderer, is or has been engaged, either directly or indirectly through another corporation or legal entity, in a legal action against the Owner and its elected and appointed officers and employees or any of them, or if the Owner has initiated legal action against any officers or directors of the tenderer in relation to any other contract services or matter.

UNIT PRICE CONTRACT INSTRUCTIONS TO TENDERERS PART I

IT – PART I

PAGE 4 OF 4

For purposes of this section, the words “legal action” includes, without limitation, mediation, arbitration, hearing before an administrative tribunal or lawsuit filed in any court.”

4.6

Amendment to 15.0 of the Instructions to Tenderers - Part II, add the following: “15.5 The Owner need not necessarily accept the tender with the

lowest Tender Price, or any tender, and the Owner reserves the right to reject any and all Tenders at any time, or cancel the ITT process, without further explanation and to accept any tender the Owner considers to be in any way advantageous to it. The Owner’s acceptance of any Tender is contingent on having sufficient funding for the Work and a Contract with the Tenderer.

15.6 The Owner and its representatives, agents, Contract

Administrators and advisors will not be liable to any Tenderer for any claims, whether for costs, expenses, losses, damages, or loss of anticipated profits, or for any other matter whatsoever, incurred by a Tenderer in preparing and submitting a tender, or participating in negotiations for a final Contract, or other activity related to or arising out of this ITT, including in the event the Owner accepts a non-compliant tender or otherwise breaches the terms of this ITT.”

SECTION B

FORM OF TENDER

UNIT PRICE CONTRACT

FORM OF TENDER

FT PAGE 1 OF 13

FOR USE WHEN UNIT PRICES FORM THE BASIS OF PAYMENT - TO BE USED ONLY WITH THE GENERAL CONDITIONS AND OTHER STANDARD DOCUMENTS OF THE UNIT PRICE MASTER MUNICIPAL CONSTRUCTION DOCUMENTS.

Owner:

City of Surrey

Contract:

BEAR CREEK BRIDGE No.2 Reference No.

1220-020-2018-004

To Owner:

WE, THE UNDERSIGNED: 1.1 have received and carefully reviewed all of the Contract Documents, including the Instructions to Tenderers, the specified edition of the “Master Municipal Construction Documents - General Conditions, Specifications and Standard Detail Drawings” and the following Addenda:

( ADDENDA, IF ANY )

1.2 have full knowledge of the Place of the Work, and the Work required; and

1.3 have complied with the Instructions to Tenderers; and

ACCORDINGLY WE HEREBY OFFER

2.1 to perform and complete all of the Work and to provide all the labour, equipment and material all as set out in the Contract Documents, in strict compliance with the Contract Documents; and

2.2 to achieve Substantial Performance of the Work on or before July 31, 2018; and

2.3 to do the Work for the price, which is the sum of the products of the actual quantities incorporated into the Work and the appropriate unit prices set out in Appendix 1, the “Schedule of Quantities and Prices”, plus any lump sums or specific prices and adjustment amounts as provided by the Contract Documents. For the purposes of tender comparison, our offer is to complete the Work for the “Tender Price” as set out on Appendix 1 of this Form of Tender. Our Tender Price is based on the estimated quantities listed in the Schedule of Quantities and Prices, and excludes GST.

WE CONFIRM: 3.1 that we understand and agree that the quantities as listed in the Schedule of Quantities and Prices are estimated, and that the actual quantities will vary.

WE CONFIRM: 4.1 that the following appendices are attached to and form a part of this tender:

4.1.1 the appendices as required by paragraph 5.3 of the Instructions to Tenderers – Part II;

4.1.2 the Bid Security as required by paragraph 5.2 of the Instructions to Tenderers – Part II; and

4.1.3 the Agreement to Bond – Performance, and Labour and Materials Payment filled and signed.

UNIT PRICE CONTRACT

FORM OF TENDER

FT PAGE 2 OF 13

WE AGREE: 5.1 that this tender will be irrevocable and open for acceptance by the Owner for a period of 60 calendar days from the day following the Tender Closing Date and Time, even if the tender of another Tenderer is accepted by the Owner. If within this period the Owner delivers a written notice (“Notice of Award”) by which the Owner accepts our tender we will:

5.1.1 within 10 Days of receipt of the written Notice of Award deliver to the Owner:

(a) a Performance Bond and a Labour and Material Payment Bond, each in the amount of 50% of the Contract Price, covering the performance of the Work including the Contractor’s obligations during the Maintenance Period, issued by a surety licensed to carry on the business of suretyship in the province of British Columbia, and in a form acceptable to the Owner;

(b) a Baseline Construction Schedule, as provided by GC 4.6.1;

(c) a “clearance letter” indicating that the Tenderer is in Worksafe BC compliance; and

(d) a copy of the insurance policies as specified in SGC 24 indicating that all such insurance coverage is in place and;

5.1.2 within 5 Days of receipt of written “Notice to Proceed”, or such longer time as may be otherwise specified in the Notice to Proceed, commence the Work; and

5.1.3 sign the Contract Documents as required by GC 2.1.2.

WE AGREE: 6.1 that, if we receive written Notice of Award of this Contract and, contrary to

paragraph 5 of this Form of Tender, we:

6.1.1 fail or refuse to deliver the documents as specified by paragraph 5.1.1 of this Form of Tender; or

6.1.2 fail or refuse to commence the Work as required by the Notice to Proceed,

then such failure or refusal will be deemed to be a refusal by us to enter into the Contract and the Owner may, on written notice to us, award the Contract to another party. We further agree that, as full compensation on account of damages suffered by the Owner because of such failure or refusal, the Bid Security shall be forfeited to the Owner, in an amount equal to the lesser of:

6.1.3 the face value of the Bid Security; and

6.1.4 the amount by which our Tender Price is less than the amount for which the Owner contracts with another party to perform the Work.

OUR ADDRESS IS AS FOLLOWS:

Business Phone:

UNIT PRICE CONTRACT

FORM OF TENDER

FT PAGE 3 OF 13

Business Fax:

Business E-mail:

Attention:

This Tender is executed this _______ day of _____________, 20 ______.

Contractor: (FULL LEGAL NAME OF CORPORATION, PARTNERSHIP OR INDIVIDUAL)

(AUTHORIZED SIGNATORY)

(AUTHORIZED SIGNATORY)

UNIT PRICE CONTRACT

APPENDIX 1 SCHEDULE OF QUANTITIES AND PRICES

FT PAGE 4 OF 13

(See paragraph 5.3.1 of the Instructions to Tenderers – Part II) (All prices and Quotations including the Contract Price shall include all Taxes, except for GST. GST shall be shown separately.)

Contract No.: 1220-020-2018-004

Schedule of Quantities and Prices – Summary Sheet

Item Title Amount 1 DIV 01 GENERAL REQUIREMENTS $

2 DIV 03 CONCRETE $

3 DIV 05 METALS $

4 DIV 06 WOODS, PLASTICS & COMPOSITES $

5 DIV 13 SPECIAL CONSTRUCTION $

6 DIV 31 EARTHWORKS $

7 DIV 32 ROADS AND SITE IMPROVEMENTS $

Tender Price: $

GST : $

Tender Price, including GST: $

UNIT PRICE CONTRACT

APPENDIX 1 SCHEDULE OF QUANTITIES AND PRICES

FT PAGE 5 OF 13

Item No.

Section Specification Title Unit Quantity Unit Price Amount

DIV 01 GENERAL REQUIREMENTS

01 33 01 Project Record Documents

1.01 Project Record Documents Incidental

01 34 00S Start-Up, Testing and Commissioning

1.02 (Refer to SSP) Start-Up, Testing and Commissioning Incidental

01 51 01 Temporary Utilities and Lighting

1.03 Temporary Utilities and Lighting Incidental

01 52 01 Temporary Structures

1.04 Temporary Structures Lump Sum 1

01 53 01 Temporary Facilities

1.05 Temporary Facilities Incidental

01 55 00 Traffic Control, Vehicle Access and Parking

1.06 (Refer to SS) Traffic Control, Vehicle Access and Parking Lump Sum 1

01 57 01 Environmental Protection

1.07 (Refer to SS) Environmental Protection Lump Sum 1

01 58 01 Project Identification

1.08 Project Identification Incidental

DIV 01 SUBTOTAL $

UNIT PRICE CONTRACT

APPENDIX 1 SCHEDULE OF QUANTITIES AND PRICES

FT PAGE 6 OF 13

Item No.

Section Specification Title Unit Quantity Unit Price Amount

DIV 03 CONCRETE

03 22 00S Concrete Reinforcement

3.01 Concrete Reinforcement Incidental

03 41 00S Precast Structural Concrete

3.02 Precast Concrete Footing Each 4

3.03 Precast Concrete Cap Each 2

DIV 03 SUBTOTAL $

Item No.

Section Specification Title Unit Quantity Unit Price Amount

DIV 05 METALS

05 12 33S Structural Steel for Bridge

5.01 Steel Elements of Substructure Lump Sum 1

DIV 05 SUBTOTAL $

Item No.

Section Specification Title Unit Quantity Unit Price Amount

DIV 06 WOODS, PLASTICS AND COMPOSITES

06 05 73S Wood Treatment

6.01 Wood Treatment Incidental

06 15 00S Wood Decking

6.02 Wood Decking Lump Sum 1

DIV 06 SUBTOTAL $

UNIT PRICE CONTRACT

APPENDIX 1 SCHEDULE OF QUANTITIES AND PRICES

FT PAGE 7 OF 13

Item No.

Section Specification Title Unit Quantity Unit Price Amount

DIV 13 SPECIAL CONSTRUCTION

13 34 24S Prefabricated Bridge

13.01 Prefabricated Bridge Lump Sum 1

DIV 13 SUBTOTAL $

UNIT PRICE CONTRACT

APPENDIX 1 SCHEDULE OF QUANTITIES AND PRICES

FT PAGE 8 OF 13

Item No.

Section Specification Title Unit Quantity Unit Price Amount

DIV 31 EARTHWORKS

31 11 01 Clearing and Grubbing

31.01 Clearing and Grubbing Square Metre 140

31 11 41 Shrub and Tree Preservation

31.02 (Refer to SS) Preservation of Existing Tress and Shrubs Incidental

31 15 60 Dust Control

31.03 Dust Control Incidental

31 22 01 Site Grading (Landscaping)

31.04 Site Grading Incidental

31 24 13 Roadway Excavation, Embankment and Compaction

31.05 Common Excavation Off site Disposal

Cubic Metre 130

31.06 Imported Embankment Fill Cubic Metre 130

31 32 19 Geosynthetics

31.07 Geosynthetics Incidental

31 37 10 Riprap

31.08 Riprap Lump Sum 1

DIV 31 SUBTOTAL $

UNIT PRICE CONTRACT

APPENDIX 1 SCHEDULE OF QUANTITIES AND PRICES

FT PAGE 9 OF 13

Item No.

Section Specification Title Unit Quantity Unit Price Amount

DIV 32 ROADS AND SITE IMPROVEMENTS

32 11 16.1 Granular Subbase

32.01 Granular Subbase Tonne 70

32 11 23 Granular Base

32.02 Granular Base Tonne 21

32 92 19 Hydraulic Seeding

32.03 Top Soil and Hydro Seeding Square metre 80

Miscellaneous Items

32.04 Split Rail Fence Metre 120

DIV 32 SUBTOTAL $

UNIT PRICE CONTRACT

APPENDIX 2 PRELIMINARY CONSTRUCTION SCHEDULE

FT PAGE 10 OF 13

(See paragraph 5.3.2 of the Instructions to Tenderers – Part II)

Bear Creek Bridge No. 2

Tenderer’s should provide an estimated schedule, with major item descriptions and time indicating a commitment to perform the Contract within the time specified (use the spaces provided and/or attach additional pages, if necessary).

ACTIVITY Time from Notice to Proceed in Days

(Insert the following milestone dates) 5 10 15 20 25 30 35 40 45 50

Anticipated Notice to Proceed <<insert date>>

Substantial Performance Completion Date: _____________________ Proposed Disposal Site: _____________________________________________________________

UNIT PRICE CONTRACT

APPENDIX 3

EXPERIENCE OF SUPERINTENDENT

FT PAGE 11 OF 13

(Reference MMCD Instructions to Tenderers – Part II, Item 5.3.3 Bear Creek Bridge No.2

(TITLE OF CONTRACT)

Proposed Project Superintendent Name: ____________________________________________________

List of Project Experience:

Dates: Project Name: Responsibility:

References:

Dates: Project Name: Responsibility:

References:

Dates: Project Name: Responsibility:

References:

Dates: Project Name: Responsibility:

References:

UNIT PRICE CONTRACT

APPENDIX 4

CONTRACTOR’S COMPARABLE WORK EXPERIENCE

FT PAGE 12 OF 13

(See paragraph 5.3.4 of the Instructions to Tenderers – Part II)

PROJECT OWNER / CONTACT NAME

PHONE WORK

DESCRIPTION & YEAR COMPLETED VALUE ($)

Owner / Contract

Phone ( )

Owner / Contract

Phone ( ) ( )

Owner / Contract

Phone ( ) ( )

Owner / Contract

Phone ( ) ( )

Owner / Contract

Phone ( ) ( )

Owner / Contract

Phone ( ) ( )

Owner / Contract

Phone ( ) ( )

Owner / Contract

Phone ( ) ( )

Owner / Contract

Phone ( ) ( )

Owner / Contract

Phone ( ) ( )

Owner / Contract

Phone ( ) ( )

Owner / Contract

Phone ( ) ( )

UNIT PRICE CONTRACT

APPENDIX 5

SUBCONTRACTOR’S EXPERIENCE

FT Page 13 of 13

(See paragraph 5.3.5 of the Instructions to Tenderers – Part II)

TENDER DIVISION TRADE

SUBCONTRACTOR NAME (Full Legal Name of Company)

PHONE NUMBER

SECTION C

FORM OF AGREEMENT

UNIT PRICE CONTRACT FORM OF AGREEMENT

FA PAGE 1 OF 6

(FOR USE WHEN UNIT PRICES FORM THE BASIS OF PAYMENT – TO BE USED ONLY WITH THE GENERAL CONDITIONS AND OTHER STANDARD DOCUMENTS OF THE UNIT PRICE MASTER MUNICIPAL CONSTRUCTION DOCUMENTS.)

BETWEEN OWNER AND CONTRACTOR

This agreement (the “Agreement”) is made in duplicate this

______ day of ___________, 20_____.

Contract: Bear Creek Bridge No.2

Reference No. 1220-020-2018-004

BETWEEN:

The City of Surrey

( NAME OF OWNER )

(the “Owner”)

AND:

( NAME AND OFFICE ADDRESS OF CONTRACTOR )

(the “Contractor”)

The Owner and the Contractor agree as follows:

Article 1 The Work - Start/Completion Dates

1.1 The Contractor will perform all Work and provide all labour, equipment and material and do all things strictly as required by the Contract Documents.

1.2 The Contractor will commence the Work in accordance with the Notice to Proceed. The Contractor will proceed with the Work diligently, will perform the Work generally in accordance with the construction schedules as required by the Contract Documents and will achieve Substantial Performance of the Work on or before July 31, 2018 Days from the Notice to Proceed date subject to the provisions of the Contract Documents for adjustments to the Contract Time.

1.3 Time shall be of the essence of the Contract.

UNIT PRICE CONTRACT FORM OF AGREEMENT

FA PAGE 2 OF 6

Article 2 Contract Documents

2.1 The “Contract Documents” consist of the documents listed or referred to in Schedule 1, entitled “Schedule of Contract Documents”, which is attached and forms a part of this Agreement, and includes any and all additional and amending documents issued in accordance with the provisions of the Contract Documents. All of the Contract Documents shall constitute the entire Contract between the Owner and the Contractor.

2.2 The Contract supersedes all prior negotiations, representations or agreements, whether written or oral, and the Contract may be amended only in strict accordance with the provisions of the Contract Documents.

Article 3 Contract Price 3.1 The price for the Work (“Contract Price”) shall be the sum in Canadian

dollars of the following

1.1.1 the product of the actual quantities of the items of Work listed in the Schedule of Quantities and Prices which are incorporated into or made necessary by the Work and the unit prices listed in the Schedule of Quantities and Prices; plus

1.1.2 all lump sums, if any, as listed in the Schedule of Quantities and Prices, for items relating to or incorporated into the Work; plus

1.1.3 any adjustments, including any payments owing on account of Changes and agreed to Extra Work, approved in accordance with the provisions of the Contract Documents.

3.2 The Contract Price shall be the entire compensation owing to the Contractor for the Work and this compensation shall cover and include all profit and all costs of supervision, labour, material, equipment, overhead, financing, and all other costs and expenses whatsoever incurred in performing the Work.

Article 4 Payment 4.1 Subject to applicable legislation and the provisions of the Contract

Documents, the Owner shall make payments to the Contractor.

4.2 At the substantial performance, a holdback will be made from the monthly progress payment to the Contractor. The holdback shall be the lesser of $30,000 or 5% of the total Contract value including any change orders. This holdback shall be released upon the submission, by the Contractor, of sufficient field data, to the Contract Administrator, for the creation of as-constructed drawings. The sufficiency of data will solely be determined by the Contract Administrator before instructing the Owner, in writing, for the release of this holdback.

Article 5 Rights and Remedies

5.1 The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law.

5.2 Except as specifically set out in the Contract Documents, no action or failure to act by the Owner, Contract Administrator or Contractor shall constitute a waiver of any of the parties’ rights or duties afforded under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach under the Contract.

UNIT PRICE CONTRACT FORM OF AGREEMENT

FA PAGE 3 OF 6

Article 6 Notices 6.1 Communications among the Owner, the Contract Administrator and the Contractor, including all written notices required by the Contract Documents, may be delivered by hand, or by fax, or by pre-paid registered mail to the addresses as set out below:

The Owner:

City of Surrey - Finance Department (Purchasing Section)

13450-104th Avenue

Surrey, BC

V3T 1V8

Attention: Richard D. Oppelt, Purchasing Manager

Business Fax: 604-599-0956

Business Email: [email protected]

The Contractor:

Attention: __________________________________________________ Business Fax: Business Email:

The Contract Administrator:

Attention: __________________________________________________ Business Fax: Business Email:

6.2 A communication or notice that is addressed as above shall be considered to have been received

6.2.1 immediately upon delivery, if delivered by hand; 6.2.2 immediately upon transmission if sent or received by email or fax; or

UNIT PRICE CONTRACT FORM OF AGREEMENT

FA PAGE 4 OF 6

6.2.3 after 5 Days from date of posting if sent by registered mail.

6.3 The Owner or the Contractor may, at any time, change its address for notice by giving written notice to the other at the address then applicable. Similarly if the Contract Administrator changes its address for notice then the Owner will give or cause to be given written notice to the Contractor.

Article 7 General 7.1 This Contract shall be construed according to the laws of British Columbia.

7.2 The Contractor shall not, without the express written consent of the Owner, assign this Contract, or any portion of this Contract.

7.3 The headings included in the Contract Documents are for convenience only and do not form part of this Contract and will not be used to interpret, define or limit the scope or intent of this Contract or any of the provisions of the Contract Documents.

7.4 A word in the Contract Documents in the singular includes the plural and, in each case, vice versa.

7.5 This agreement shall enure to the benefit of and be binding upon the parties and their successors, executors, administrators and assigns.

IN WITNESS WHEREOF the parties hereto have executed this Agreement the day

and year first written above.

Contractor:

(FULL LEGAL NAME OF CORPORATION, PARTNERSHIP OR INDIVIDUAL) (AUTHORIZED SIGNATORY) (SIGN & PRINT NAME) (AUTHORIZED SIGNATORY) (SIGN & PRINT NAME)

Owner:

City of Surrey (AUTHORIZED SIGNATORY) (SIGN, PRINT NAME & POSITION) (AUTHORIZED SIGNATORY) (SIGN, PRINT NAME & POSITION)

UNIT PRICE CONTRACT FORM OF AGREEMENT

FA PAGE 5 OF 6

SCHEDULE 1 – SCHEDULE OF CONTRACT DOCUMENTS The following is an exact and complete list of the Contract Documents, as referred to in Article 2.1 of the Agreement.

NOTE: The documents noted with “*” are contained in the “Master Municipal Construction Documents - General Conditions, Specifications and Standard Detail Drawings”, Platinum edition dated 2009, and the documents noted with “**” are contained in the City of Surrey Supplementary Master Municipal Construction Documents, edition dated January, 2016 (Updated July 11, 2016). All sections of this publication are included in the Contract Documents.

8.1 Agreement, including Schedules

8.2 Addenda, if any;

8.3 Supplementary General Conditions, Project;

8.4 Supplementary General Conditions**;

8.5 General Conditions*;

8.6 Supplementary Specifications, Project;

8.7 Supplementary Specifications**;

8.8 Specifications*;

8.9 Supplementary Standard Detail Drawings**;

8.10 Standard Detail Drawings*;

8.11 Executed Form of Tender, including all Appendices and Form of Agreement;

8.12 Contract Drawings listed in Schedule 2 to the Agreement –”List of Contract Drawings”;

8.13 Instructions To Tenderers - Part I; and

8.14 Instructions to Tenderers - Part II*.

UNIT PRICE CONTRACT FORM OF AGREEMENT

FA PAGE 6 OF 6

(COMPLETE LISTING OF ALL DRAWINGS, PLANS AND SKETCHES WHICH ARE TO FORM A PART OF THE CONTRACT, OTHER THAN STANDARD DETAIL DRAWINGS AND SUPPLEMENTARY STANDARD DETAIL DRAWINGS.)

Schedule 2: List of Contract Drawings

TITLE DRAWING NO. DATE REVISION NO.

REVISION DATE

COVER SHEET AND DRAWING INDEX 2223-03-300 0 April 16, 2018

GENERAL NOTES 2223-03-301 0 April 16, 2018

SITE PLAN & PROFILE 2223-03-302 0 April 16, 2018

GENERAL ARRANGEMENT 2223-03-303 0 April 16, 2018

ABUTMENT DETAILS 2223-03-304 0 April 16, 2018

TEST HOLE INFORMATION 2223-03-305 0 April 16, 2018

SECTION D

SUPPLEMENTARY GENERAL CONDITIONS (PROJECT)

AND

SUPPLEMENTARY SPECIFICATIONS

(PROJECT)

UNIT PRICE CONTRACT

SUPPLEMENTARY GENERAL CONDITIONS (PROJECT)

SGCP PAGE 1 OF 1

SUPPLEMENTARY GENERAL CONDITIONS (PROJECT)

SGC# Paragraph# Title Action

SGC 4.6

4.6.9

Hours of Work

Append to SGC 4.6.8: The Contractor hours of work shall be restricted between 9:00pm and 6:00am on all Work Days.

SGC 4.17 4.17.1 Survey Layout

and As-Constructed Information

Add SGC 4.17.1: The Contractor is responsible for all survey required for construction layout and for record drawings associated with this Contract.

SGC 4.17 4.17.2

Survey Layout and As-

Constructed Information

Add SGC 4.17.2: The Contractor shall be responsible for recording of all field survey information pertaining to the as-constructed drawings, including locations and elevations of all items constructed. The Contractor shall provide, at no charge, a completed set of legible, marked-up as-constructed prints to the Contract Administrator on completion of the Work. The Contractor shall provide any additional information as requested to enable the Contract Administrator to prepare and submit as-constructed drawings to the Owner for their records.

SGC 4.6

4.6.9

Hours of Work

Append to SGC 4.6.8: The Contractor hours of work shall be restricted between 9:00pm and 6:00am on all Work Days.

UNIT PRICE CONTRACT

SUPPLEMENTARY SPECIFICATIONS (PROJECT)

SSP PAGE 1 OF 3

SUPPLEMENTARY SPECIFICATIONS (PROJECT)

Section Title SSP

01 53 01 Temporary Facilities Delete Paragraph 1.3.1 and replace with: Provide temporary drainage and pumping facilities to keep excavations and site free from standing water.

01 55 00 Traffic Control, Vehicle Access and Parking

Delete Paragraph 1.2.1 and replace with: Provide and maintain temporary access roads at locations approved by the Contract Administrator. Contractor shall repair any damage caused to existing pathways or other facilities. Delete Paragraph 1.5.1 and 1.5.2 and replace with: Payment for all work performed under these Sections will be incidental to payment for work described in other Sections unless shown otherwise in the Schedule of Quantities and Prices.

03 20 00S

Concrete Reinforcing

Add Supplementary Specification.

03 41 00S

Precast Structural Concrete

Add Supplementary Specification.

05 12 33S Structural Steel for Bridges

Add Supplementary Specification.

06 05 73S Wood Treatment Add Supplementary Specification.

06 15 00S Wood Decking Add Supplementary Specification.

13 34 24S Prefabricated Bridge Add Supplementary Specification.

31 05 17 Aggregates and Granular Materials

Add Paragraph 2.13: 2.13 SGSB 2.13.1 Crushed rock material meeting the following gradation requirements. Sieve Designation Percent Passing 75 mm 100 19 mm 15 – 100 9.5 mm 0 – 100 0.6 mm 0 – 100 0.3 mm 0 – 15 0.075 mm 0 – 5

UNIT PRICE CONTRACT

SUPPLEMENTARY SPECIFICATIONS (PROJECT)

SSP PAGE 2 OF 3

31 11 01 Clearing and Grubbing

Delete Paragraph 1.4.2 and replace with: Payment for all clearing and grubbing items will be based on the areas to be cleared and grubbed as shown on Contract Drawings or as directed by Contract Administrator.

31 11 41 Shrub and Tree Preservation

Delete Paragraph 1.3.1 and replace with: Payment for all work performed under these Sections will be incidental to payment for work described in other Sections unless shown otherwise in the Schedule of Quantities and Prices.

31 22 01 Site Grading Delete Paragraph 1.4.1 through 1.4.8 and replace with: Payment for all work performed under these Sections will be incidental to payment for work described in other Sections unless shown otherwise in the Schedule of Quantities and Prices. No distinction shall be made between topsoil stripping; rough grading; specified fill materials; removal and disposal of soft or unsuitable subgrade material; preparation of compaction; loading, hauling from stockpile and re-use of excavated material; and, off-site disposal of surplus material.

31 24 13 Roadway Excavation, Embankment and Compaction

Delete Paragraph 1.8.2 and replace with: Payment for all items under Section 31 22 01 – Site Grading will be treated as common excavation under this Section. No distinction shall be made between topsoil stripping; rough grading; specified fill materials; removal and disposal of soft or unsuitable subgrade material; preparation of compaction; loading, hauling from stockpile and re-use of excavated material; and, off-site disposal of surplus material. Delete Paragraph 1.8.5 and replace with: Payment for common excavation includes removal of existing pavements, curbs and gutters, sidewalks, utilities strips, driveways, pipes and conduits which are removed as part of the operation for common excavation. Delete Paragraph 1.8.7 and replace with: Payment for imported embankment fill will be based on weigh tickets provided to Contract Administrator as loads are delivered to site and incorporated into the work and includes compaction. Payment shall include the supply, placement and compaction of SGSB End Fill to the extents shown on the Contract Drawings.

UNIT PRICE CONTRACT

SUPPLEMENTARY SPECIFICATIONS (PROJECT)

SSP PAGE 3 OF 3

31 32 19

Geosynthetics Delete Paragraph 1.6.1 and replace with: Payment for all work performed under these Sections will be incidental to payment for work described in other Sections unless shown otherwise in the Schedule of Quantities and Prices.

31 37 10 Riprap Delete Paragraph 1.4.1 and replace with: No measurement will be made for riprap placed and payment will be on a lump sum basis. Delete Paragraph 2.1 and replace with: Riprap .1 Hard, durable quarry stone, free from seams, cracks or other structural defects, with specific gravity not less than 2.65, to meet following mass and size distributions: Class of Rock Gradation Percentage Smaller Riprap (kg) Than Given Rock Mass (kg) 15% 50% 85% Class 10 1 10 30 Class of Approximate Average Dimension (mm) Riprap (kg) 15% 50% 85% Class 10 90 195 280

City of Surrey 03 20 00S Bear Creek Bridge No. 2 CONCRETE REINFORCING 2017-09/162223 Page 1 of 3

Part 1 General

1.1 PRICE AND PAYMENT PROCEDURES

.1 Measurement and Payment:

.1 No measurement will be made under this Section. .1 Include reinforcement costs in items of concrete work in

Section 03 41 00S – Precast Structural Concrete.

1.2 REFERENCES

.1 CSA International

.1 CSA-A23.1/A23.2, Concrete Materials and Methods of Concrete Construction/Test Methods and Standard Practices for Concrete.

.2 CAN/CSA-A23.3, Design of Concrete Structures.

.3 CSA-G30.18, Carbon Steel Bars for Concrete Reinforcement.

.2 Reinforcing Steel Institute of Canada (RSIC)

.1 RSIC, Reinforcing Steel Manual of Standard Practice.

1.3 ACTION AND INFORMATIONAL SUBMITTALS

.1 Submit shop drawings in accordance with GC 5.

.2 Prepare reinforcement drawings in accordance with RSIC Manual of Standard Practice.

.3 Shop Drawings:

.1 Indicate placing of reinforcement and: .1 Bar bending details. .2 Lists. .3 Quantities of reinforcement. .4 Sizes, spacings, locations of reinforcement and mechanical splices if

approved by Contract Administrator, with identifying code marks to permit correct placement without reference to structural drawings.

.2 Detail lap lengths and bar development lengths to CAN/CSA-A23.3, unless otherwise indicated.

1.4 QUALITY ASSURANCE

.1 Submit in accordance with Clause 2.3 - SOURCE QUALITY CONTROL.

.1 Mill Test Report: provide Contract Administrator with certified copy of mill test report of reinforcing steel, minimum four (4) weeks prior to beginning reinforcing work.

.2 Upon request submit in writing to Contract Administrator proposed source of reinforcement material to be supplied.

City of Surrey 03 20 00S Bear Creek Bridge No. 2 CONCRETE REINFORCING 2017-09/162223 Page 2 of 3 1.5 DELIVERY, STORAGE AND HANDLING

.1 Deliver, store and handle materials in accordance with manufacturer's written instructions.

.2 Delivery and Acceptance Requirements: deliver materials to site in original factory packaging, labelled with manufacturer's name and address.

.3 Storage and Handling Requirements:

.1 Store materials off ground and in accordance with manufacturer's recommendations in clean, dry and well-ventilated area.

.2 Replace defective or damaged materials with new.

Part 2 Products

2.1 MATERIALS

.1 Substitute different size bars only if permitted in writing by Contract Administrator.

.2 Reinforcing steel: billet steel, grade 400, deformed bars to CSA-G30.18, unless indicated otherwise.

.3 Chairs, bolsters, bar supports, spacers: to CSA-A23.1/A23.2.

.4 Mechanical splices: subject to approval of Contract Administrator.

2.2 FABRICATION

.1 Fabricate reinforcing steel in accordance with CSA-A23.1/A23.2.

.2 Obtain Contract Administrator written approval for locations of reinforcement splices other than those shown on placing drawings.

.3 Welding of reinforcement is not permitted.

.4 Ship bundles of bar reinforcement, clearly identified in accordance with bar bending details and lists.

2.3 SOURCE QUALITY CONTROL

.1 Provide Contract Administrator with certified copy of mill test report of reinforcing steel, showing physical and chemical analysis, minimum four (4) weeks prior to beginning reinforcing work.

.2 Upon request inform Contract Administrator of proposed source of material to be supplied.

Part 3 Execution

3.1 FIELD BENDING

.1 Do not field bend reinforcement except where indicated or authorized by Contract Administrator.

.2 When field bending is authorized, bend without heat, applying slow and steady pressure.

City of Surrey 03 20 00S Bear Creek Bridge No. 2 CONCRETE REINFORCING 2017-09/162223 Page 3 of 3

.3 Replace bars, which develop cracks or splits.

3.2 PLACING REINFORCEMENT

.1 Place reinforcing steel as indicated on placing drawings in accordance with CSA-A23.1/A23.2.

.2 Prior to placing concrete, obtain Contract Administrator approval of reinforcing material and placement.

.3 Ensure cover to reinforcement is maintained during concrete pour.

3.3 CLEANING

.1 Progress Cleaning: leave Work area clean at end of each day.

.2 Final Cleaning: upon completion remove surplus materials, rubbish, tools and equipment.

END OF SECTION

City of Surrey 03 41 00S Bear Creek Bridge No. 2 PRECAST STRUCTURAL CONCRETE 2017-09/162223 Page 1 of 4

Part 1 General

1.1 PRICE AND PAYMENT PROCEDURES

.1 Precast elements will include cost, supply, delivery, storage and erection of anchor bolts, removal and patching of erection devices and field grouting.

1.2 REFERENCES

.1 ASTM International

.1 ASTM A123 / A123M, Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products.

.2 ASTM A193 Standard Specification for Alloy-Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications

.2 Canadian Standards Association (CSA International).

.1 CSA-A23.1/A23.2, Concrete Materials and Methods of Concrete. Construction/Methods of Test and Standard Practices for Concrete.

.2 CSA-A23.4, Precast Concrete - Materials and Construction.

.3 CAN/CSA-A3000, Cementitious Materials Compendium (Consists of A3001, A3002, A3003, A3004 and A3005).

.4 CAN/CSA-G30.18, Billet-Steel Bars for Concrete Reinforcement.

.5 CAN/CSA-G40.20/G40.21, General Requirements for Rolled or Welded Structural Quality Steel/Structural Quality Steel.

.6 CAN/CSA-S6, Canadian Highway Bridge Design Code.

.7 CSA-W47.1, Certification of Companies for Fusion Welding for Steel.

.8 CAN/CSA W48, Filler Metals and Allied Materials for Metal Arc Welding (Developed in co-operation with the Canadian Welding Bureau).

.9 CSA-W59, Welded Steel Construction (Metal Arc Welding) (Metric version).

1.3 PERFORMANCE REQUIREMENTS

.1 Tolerance of precast elements to CSA-A23.4.

1.4 ACTION AND INFORMATIONAL SUBMITTALS

.1 Submit shop drawings in accordance with GC 5.

.2 Submit shop drawings in accordance with CSA-A23.4 and include following items:

.1 Details of members, reinforcement and their connections.

.2 Finishing schedules.

.3 Methods of handling and erection.

.4 Openings, sleeves, inserts and related reinforcement.

.3 Submit electronic copy of shop drawings for typical precast elements and connections for review by Contract Administrator four (4) weeks prior to manufacture.

City of Surrey 03 41 00S Bear Creek Bridge No. 2 PRECAST STRUCTURAL CONCRETE 2017-09/162223 Page 2 of 4 1.5 QUALITY ASSURANCE

.1 Quality Control Plan: submit written report, as described in Clause 3.2 – VERIFICATION, to Contract Administrator verifying compliance that concrete provided meets performance requirements of concrete as established in Part 2 – PRODUCTS.

1.6 QUALIFICATIONS

.1 Precast concrete manufacturer to be certified in accordance with CSA's certification procedures for precast concrete plants prior to submitting tender and to specifically verify as part of tender that plant is currently certified in appropriate category, Structural.

.2 Only precast elements fabricated in such certified plants to be acceptable to Contract Administrator and plant certification to be maintained for duration of fabrication and erection until warranty expires.

.3 Welding companies certified to CSA-W47.1.

1.7 DELIVERY, STORAGE AND HANDLING

.1 Deliver, handle and store precast units according to manufacturer's instructions.

.2 Protect unit corners from contacting earth to prevent from staining.

Part 2 Products

2.1 MATERIALS

.1 Cement to CAN/CSA-A3001, Type GU.

.2 Supplementary cementing materials: to CAN/CSA A3001.

.3 Water: to CSA-A23.1/A23.2.

.4 Reinforcing steel: to CAN/CSA-G30.18.

.5 Hardware and miscellaneous materials: to CSA-A23.1/A23.2.

.6 Forms: to CSA-A23.4.

.7 Embedded plates: to CAN/CSA-G40.21 Type 350A galvanized after fabrication.

.8 Anchor rods: to ASTM A193 Grade B7

.9 Welding electrodes: to CSA W48.

.10 Galvanizing: hot dipped galvanizing with minimum zinc coating of 610 g/m2 to ASTM A123 / A123M.

2.2 MIXES

.1 Concrete:

Ensure concrete supplier meets performance criteria as established below and provide verification of compliance as described in Clause 3.2 – VERIFICATION.

.1 Provide concrete mix to meet following hard state requirements: .1 Exposure class: C-1.

City of Surrey 03 41 00S Bear Creek Bridge No. 2 PRECAST STRUCTURAL CONCRETE 2017-09/162223 Page 3 of 4

.2 Minimum compressive strength at 28 days: 35 MPa.

.3 Nominal size of coarse aggregate: 19 mm.

.4 Surface texture: steel trowel finish.

.2 Grout:

.1 Minimum compressive strength: 40 MPa.

2.3 MANUFACTURED UNITS

.1 Manufacture units in accordance with CSA-A23.4.

.2 Mark each precast unit to correspond to identification mark on shop drawings for location with date cast on part of unit not be exposed.

.3 Provide hardware suitable for handling elements.

.4 Galvanize anchor rods after fabrication and touch up with zinc-rich primer if damaged.

2.4 FINISHES

.1 Finish units as shown on the drawings and to CSA-A23.4.

2.5 SOURCE QUALITY CONTROL

.1 Provide Contract Administrator with certified copies of quality control tests as specified in CSA-A23.4.

.2 Provide records from in-house quality control programme based upon plant certification requirements to Contract Administrator for inspection and review.

.3 Provide Contract Administrator with certified copy of mill test report of reinforcing steel supplied, showing physical and chemical analysis.

.4 Precast plants should keep complete records of supply source of concrete material and steel reinforcement, and provide to Contract Administrator for review upon request.

Part 3 Execution

3.1 ERECTION

.1 Do precast concrete work in accordance with CAN/CSA-S6.

.2 Do welding in accordance with CSA-W59 for welding to steel structures.

.3 Erect precast elements within allowable tolerances as indicated.

.4 Non-cumulative erection tolerances in accordance with CSA-A23-4.

.5 Set elevations and alignment between units to within allowable tolerances before connecting units.

.6 Grout underside of unit bearing plates with shrinkage compensating grout.

.7 Fasten precast units in place as indicated on reviewed shop drawings.

.8 Secure bolts by tack-welding nut to bolt.

.9 Uniformly tighten bolted connections with torque indicated.

City of Surrey 03 41 00S Bear Creek Bridge No. 2 PRECAST STRUCTURAL CONCRETE 2017-09/162223 Page 4 of 4

.10 Do not weld or secure bearing plates at sliding joints.

.11 Clean field welds with wire brush and touch-up galvanized finish with zinc-rich primer.

3.2 VERIFICATION

.1 Quality Control Plan: ensure concrete supplier meets performance criteria of concrete as established in Clause 2.2 –MIXES and provide verification of compliance as described in Clause 1.5 – QUALITY ASSURANCE.

END OF SECTION

City of Surrey 05 12 33S Bear Creek Bridge No.2 STRUCTURAL STEEL FOR BRIDGES 2017-09/162223 Page 1 of 3

Part 1 General

1.1 PRICE AND PAYMENT PROCEDURES

.1 Include materials and work required under this section in lump sum price tender for structural steel for bridges:

.1 Ensure lump sum price includes field weld, field paint and additional field splices.

1.2 REFERENCES

.1 ASTM International

.1 ASTM A108, Standard Specification for Steel Bars, Carbon and Alloy, Cold Finished

.2 CSA International

.1 CSA G40.20/G40.21, General Requirements for Rolled or Welded Structural Quality Steel/Structural Quality Steel.

.2 CAN/CSA S6, Canadian Highway Bridge Design Code.

.3 CSA W47.1, Certification of Companies for Fusion Welding of Steel.

.4 CSA W48, Filler Metals and Allied Materials for Metal Arc Welding.

.5 CSA W59, Welded Steel Construction (Metal Arc Welding).

.6 CSA W178.1, Qualification Code for Welding Inspection Organizations.

.7 CSA W178.2, Qualification Code for Welding Inspectors.

1.3 ACTION AND INFORMATIONAL SUBMITTALS

.1 Submit shop details and welding procedures to Contract Administrator in accordance with GC5.

.2 Welding procedures: to CSA W47.1.

.3 Welding: to CSA W59.

.4 Make data sheets and repair procedures available for review by the Contract Administrator.

.5 Provide Contract Administrator prior to fabrication with electronic copy of steel producer certificates.

1.4 DELIVERY, STORAGE, AND HANDLING

.1 Provide protective blocking for lifting, transportation and storing.

.1 Exercise care during fabrication, transportation and erection so as not to damage structural steel.

.2 Ensure that no portion of steel comes into contact with ground.

.3 Provide Contract Administrator with delivery schedules minimum seven (7) days prior to shipping.

City of Surrey 05 12 33S Bear Creek Bridge No.2 STRUCTURAL STEEL FOR BRIDGES 2017-09/162223 Page 2 of 3 1.5 QUALITY ASSURANCE

.1 Provide suitable facilities and cooperate with Contract Administrator in carrying out inspection and tests required.

Part 2 Products

2.1 MATERIALS

.1 Structural steel: to CSA G40.20/G40.21, grade and types as indicated. Obtain approval of Contract Administrator for substitution of size and grade of steel members or components. Use only new steel. Acceptance of material by inspector will not preclude rejection if subsequently found defective.

.2 Studs to ASTM A108

.3 Selection, supply, and storage of electrodes and fluxes: CSA W59 Clause 5.

.4 Use only controlled hydrogen (CH) designation electrodes for flux-cored welding process.

.5 For corrosion-resistant steels, use weld metal with corrosion resistance and colour similar to that of base metal.

2.2 SOURCE QUALITY CONTROL

.1 Retain independent inspection company certified to W178.1 to complete in-plant fabrication inspection. The inspection company will:

.1 Verify that correct materials are used.

.2 Complete non-destructive weld testing.

.2 Perform, as a minimum, non-destructive weld testing as follows:

.1 Visual inspection of all welds.

.2 Magnetic particle inspection of all fillet welds

Part 3 Execution

3.1 EXAMINATION

.1 Verification of Conditions: verify conditions of substrates previously installed under other Sections or Contracts are acceptable for structural steel installation in accordance with manufacturer's written instructions.

.1 Inform Contract Administrator of unacceptable conditions immediately upon discovery.

.2 Proceed with installation only after unacceptable conditions have been remedied and after receipt of written approval to proceed from Contract Administrator.

3.2 PREPARATION

.1 Clean steel surfaces as directed by Contract Administrator when staining or defacing occurs.

City of Surrey 05 12 33S Bear Creek Bridge No.2 STRUCTURAL STEEL FOR BRIDGES 2017-09/162223 Page 3 of 3 3.3 INSTALLATION

.1 Do fabrication and erection of structural steel in accordance with CAN/CSA S6.

.2 Comply with the best practices for steel bridge fabrication with particular attention to the appearance of parts exposed to view.

.3 Do welding in accordance with CSA W59, except where specified otherwise.

.1 Do welding in shop unless otherwise permitted by Contract Administrator.

.2 Weld only at locations indicated.

.4 Plates:

.1 Unless otherwise shown on the Drawings, cut steel plates for main members and splice plates so that primary direction of rolling is parallel to direction of tensile or compressive stress.

.2 Oxygen cut structural steel using cutting machine, except that hand-guided cutting is permitted for copes, blocks, and similar cuts where machine cutting is impracticable. Re-entrant corners are to be free from notches and have a fillet of the largest practical radius, but not less than 25 mm. The quality and repair of the cut edges are to comply with Clause 5 of CSA W59.

.5 Finish: members true to line, free from twists, bends, open joints, sharp corners and sharp edges.

.6 Mark members in accordance with CSA G40.20/G40.21.

.1 Do not use die stamping.

.2 Place marking at locations hidden when viewed from exterior after erection when steel is to be left in unpainted condition.

3.4 ERECTION

.1 Lift and place components using appropriate lifting equipment, temporary bracing, guys or stiffening devices to prevent overloading or instability. Obtain approval to provide additional permanent material to ensure that the member capacities are not exceeded during erection.

.2 Remove temporary bracing or guys when no longer required for the stability unless otherwise approved.

.3 Erect bridge to the proper alignment on plan and in elevation; account for specified dead load camber.

.4 Company undertaking field welding: certified to Division 2 or 3 of CSA W47.1.

.5 Do not tack weld attachments unless subsequently incorporated into welds shown on drawings.

.6 Protect against rust staining by water runoff from bridge.

END OF SECTION

City of Surrey 06 05 73S Bear Creek Bridge No.2 WOOD TREATMENT 2017-09/162223 Page 1 of 2

Part 1 General

1.1 PRICE AND PAYMENT PROCEDURES

.1 Measurement and Payment:

.1 No measurement will be made under this Section. .1 Include wood treatment costs under items in Section 06 15 00S – Wood

Decking.

1.2 REFERENCES

.1 American Wood-Preservers' Association (AWPA)

.1 AWPA M2, Standard for Inspection of Treated Wood Products.

.2 AWPA M4, Standard for the Care of Preservative-Treated Wood Products.

.2 Canadian Standards Association (CSA International)

.1 CSA O80 Series, Wood Preservation.

.2 CSA O80.27-1.1, This Standard covers the fire-retardant treatment of Douglas Fir, hardwood, softwood, and Poplar plywood by pressure processes.

.3 CSA O80.201, This Standard covers hydrocarbon solvents for preparing solutions of preservatives.

.3 National Lumber Grades Authority (NLGA)

.1 Standard Grading Rules for Canadian Lumber.

1.3 ACTION AND INFORMATIONAL SUBMITTALS

.1 Submit in accordance with GC 5.

.2 Quality assurance submittals:

.1 Submit certificates.

.2 For products treated with preservative by pressure impregnation, submit following information certified by authorized signing officer of treatment plant: .1 Information listed in AWPA M2 and revisions specified in CSA O80

Series, Supplementary Requirement to AWPA M2 applicable to specified treatment.

.2 Moisture content after drying following treatment with water-borne preservative.

.3 Acceptable types of paint, stain, and clear finishes that may be used over treated materials to be finished after treatment.

1.4 QUALITY ASSURANCE

.1 Plant inspection of products treated with preservative by pressure impregnation will be carried out by designated testing laboratory to AWPA M2, and revisions specified in CSA O80 Series, Supplementary Requirements to AWPA M2.

City of Surrey 06 05 73S Bear Creek Bridge No.2 WOOD TREATMENT 2017-09/162223 Page 2 of 2 Part 2 Products

2.1 MATERIALS

.1 Preservative: to CSA-O80 Series, ACZA as indicated.

Part 3 Execution

3.1 APPLICATION: PRESERVATIVE

.1 Treat timber elements to CSA O80 Series using ACZA preservative to obtain minimum net retention of 6.4 kg/m3of wood.

END OF SECTION

City of Surrey 06 15 00S Bear Creek Bridge No.2 WOOD DECKING 2017-09/162223 Page 1 of 2

Part 1 General

1.1 PRICE AND PAYMENT PROCEDURES

.1 Include materials and work required under this section in lump sum price tender for supply and install treated timber deck, including:

.1 Wood treatment.

.2 Wood decking planks, ties, posts, and rails.

1.2 REFERENCES

.1 ASTM International

.1 ASTM A653/A653M, Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process.

.2 CSA International

.1 CSA B111, Wire Nails, Spikes and Staples.

.2 CAN/CSA O80 Series, Wood Preservation.

.3 CSA O86 Consolidation, Engineering Design in Wood.

.4 CAN/CSA-Z809, Sustainable Forest Management.

.3 National Lumber Grades Authority (NLGA)

.1 Standard Grading Rules for Canadian Lumber.

1.3 ACTION AND INFORMATIONAL SUBMITTALS

.1 Submit in accordance with GC 5.

.2 Product Data:

.1 Submit manufacturer's instructions, printed product literature and data sheets for treated wood decking and include product characteristics, performance criteria, physical size, finish and limitations.

.3 Shop Drawings:

.4 Certifications: submit certificates signed by manufacturer certifying materials comply with specified performance characteristics and physical properties.

1.4 QUALITY ASSURANCE

.1 Lumber identification: by grade stamp of an agency certified by Canadian Lumber Standards Accreditation Board.

.2 Sustainable Standards Certification:

.1 Certified Wood: submit listing of wood products and materials used in accordance with CAN/CSA-Z809.

City of Surrey 06 15 00S Bear Creek Bridge No.2 WOOD DECKING 2017-09/162223 Page 2 of 2 1.5 DELIVERY, STORAGE AND HANDLING

.1 Deliver, store and handle materials in accordance with manufacturer's written instructions.

.2 Delivery and Acceptance Requirements: deliver materials to site in original factory packaging, labelled with manufacturer's name and address.

.3 Storage and Handling Requirements:

.1 Store materials off ground and in accordance with manufacturer's recommendations in clean, dry and well-ventilated area.

.2 Store and protect wood decking from nicks, scratches and blemishes.

.3 Replace defective or damaged materials with new.

Part 2 Products

2.1 MATERIALS

.1 Wood decking: to NLGA Standard Grading Rules for Canadian Lumber.

.2 Hardware: to CSA B111, hot dipped galvanized finish.

.3 Wood preservative: to Section 06 05 73S – Wood Treatment.

Part 3 Execution

3.1 INSTALLATION

.1 Do wood deck work to CSA O86 except where specified otherwise.

.2 Apply preservative to end cuts of pressure treated lumber.

3.2 PROTECTION

.1 Protect installed products and components from damage during construction.

.2 Repair damage to adjacent materials caused by wood decking installation.

END OF SECTION

City of Surrey 13 34 24S Bear Creek Bridge No. 2 PREFABRICATED BRIDGE 2017-09/162223 Page 1 of 6

Part 1 General

1.1 PRICE AND PAYMENT PROCEDURES

.1 Include all work required under this section in lump sum price tender for prefabricated bridge.

.1 The lump sum price will be full compensation for design, fabrication, delivery and installation of the prefabricated bridge, and for all labour, equipment, tools and incidental materials necessary to complete the work.

.2 The lump sum price in the Tender Form shall include the design, fabrication, delivery and installation of all bearing assemblies, and miscellaneous items as identified in this specification and on the drawings.

.2 No measurement will be made under this Section for wood decking.

.1 Include timber decking costs in Section 06 15 00S – Wood Decking.

1.2 REFERENCES

.1 ASTM International

.1 ASTM A123 / A123M, Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products.

.2 ASTM F3125, Standard Specification for High Strength Structural Bolts, Steel and Alloy Steel, Heat Treated, 120 ksi (830 MPa) and 150 ksi (1040 MPa) Minimum Tensile Strength., Inch and Metric Dimensions

.2 CSA International

.1 CSA G40.20/G40.21, General Requirements for Rolled or Welded Structural Quality Steel/Structural Quality Steel.

.2 CAN/CSA S6, Canadian Highway Bridge Design Code.

.3 CSA W47.1, Certification of Companies for Fusion Welding of Steel.

.4 CSA W48, Filler Metals and Allied Materials for Metal Arc Welding.

.5 CSA W59, Welded Steel Construction (Metal Arc Welding).

.6 CSA W178.1, Qualification Code for Welding Inspection Organizations.

.7 CSA W178.2, Qualification Code for Welding Inspectors.

1.3 ACTION AND INFORMATIONAL SUBMITTALS

.1 Submit in accordance with GC 5.

.2 Product Data:

.1 Submit manufacturer's instructions, printed product literature and data sheets for all bridge components and include product characteristics, performance criteria, physical size, finish and limitations.

City of Surrey 13 34 24S Bear Creek Bridge No. 2 PREFABRICATED BRIDGE 2017-09/162223 Page 2 of 6

.3 Shop Drawings:

.1 Submit fabrication drawings and design calculations, both of which shall be stamped and signed by a Professional Engineer registered in the Province of British Columbia, Canada.

.2 Fabrication drawings and design calculations shall be submitted for review a minimum of fourteen (14) days prior to commencing fabrication.

.3 Review of the drawings does not relieve the Contractor of his responsibility for errors, omissions and accurate fabrication according to the drawings.

.4 Indicate, where applicable, following information: .1 Layout of work. .2 Sizes and details of components. .3 Anchorage details. .4 Dimensional characteristics. .5 Finishes. .6 Structural data including live load, wind load and snow load, dead load

precamber and live load deflections. .5 Submit for review erection procedure, including erection drawings, description of

erection method and sequence of erection, a minimum of fourteen (14) days prior to bridge delivery. Erection procedure shall be stamped and signed by a Professional Engineer registered in the Province of British Columbia, Canada. .1 Indicate proposed method of erection, including erection sequence,

weights and lifting points of members, and location and lifting capacities of cranes on erection procedure drawings and calculations.

.2 Show details of temporary bracing and bents to be used during construction.

.3 Provide calculations to show that members and supports are not overloaded during erection.

1.4 QUALITY ASSURANCE

.1 The fabricator shall have a quality management plan in place to monitor the fabrication of the steel bridge. The fabricator shall submit to the Contract Administrator the quality management plan for review at least fourteen (14) days prior to starting fabrication of the bridge.

.2 Quality Control and Quality Assurance documentation shall be supplied to the Contract Administrator following the completion of fabrication.

1.5 DELIVERY, STORAGE AND HANDLING

.1 Deliver, store and handle materials in accordance with manufacturer's written instructions.

.2 Storage and Handling Requirements:

.1 Store materials off ground in clean, dry and well-ventilated area.

.2 Store and protect prefabricated bridge from nicks, scratches and blemishes.

.3 Replace defective or damaged materials with new.

City of Surrey 13 34 24S Bear Creek Bridge No. 2 PREFABRICATED BRIDGE 2017-09/162223 Page 3 of 6 1.6 WARRANTY

.1 For Work of this Section 13 34 24S – Prefabricated Bridge, the warranty period is extended to 24 months.

.1 The bridge manufacturer shall warrant their structure to be free of design, material and workmanship defects.

.2 This warranty shall not cover defects in the bridge caused by abuse, misuse, overloading, accident, improper maintenance, alteration or any other cause not the result of defective materials or workmanship.

.3 Repair or replacement shall be the exclusive remedy for defects under this warranty.

Part 2 Products

2.1 MATERIALS

.1 Structural steel shall conform to the requirements of CAN/CSA-G40.21-M.

.2 All structural steel shall be Type W.

.3 Welding electrodes to CSA W48.

.4 Structural Bolts: ASTM F3125 Grade A325/A 325M complete with compatible nuts and washers. All bolts, nuts and washers to be galvanized.

.5 Hot dip galvanizing: to ASTM A123 / A123M, minimum zinc coating of 600 g/m2.

2.2 DESIGN CRITERIA

.1 Design shall meet the requirements of CSA S6.

.2 Design Load:

.1 Dead Load

.2 Live load: 4 kPa.

.3 Snow, rain and wind loading.

.4 Railing loads.

.5 These loads may be applied in total, or in part, singularly or simultaneously, and design must allow for worst possible condition.

.3 The bridge shall be capable of accommodating 25 mm differential settlement between any two footings.

.4 The bridge design shall include precamber for dead load.

.5 Bridge field splices shall be designed by the bridge manufacturer.

.6 The bridge shall be a Pratt truss bridge as depicted on the drawings.

.7 The bridge shall be designed and fabricated with an accommodation for future jacking of the bridge off the cap for bearing replacement or installation of steel shims.

.8 The bridge deck shall consist of treated timber planks in accordance with Section 06 05 73S – Wood Treatment and Section 06 15 00S – Wood Decking.

City of Surrey 13 34 24S Bear Creek Bridge No. 2 PREFABRICATED BRIDGE 2017-09/162223 Page 4 of 6

.9 Fabricator is responsible for the design, fabrication, delivery and installation of bearing assemblies in accordance with CAN/CSA S6.

Part 3 Execution

3.1 BRIDGE FABRICATION

.1 The bridge shall be fabricated at a plant certified by the Canadian Welding Bureau to CSA W47.1, Divisions 1 or 2 and shall be fabricated in accordance with CSA S6.

.2 All welding shall conform to CSA W59.

.3 All exposed ends of HSS members shall be capped and seal welded.

.4 All bolt holes shall be fabricated by drilling full size or by sub-drilling and reaming. All holes shall be deburred to provide an acceptable faying surface.

.5 Structural bolts shall be tightened by turn-of-nut method. After installation, exposed surfaces of the bolts, nuts and washers shall be cleaned to remove traces of oil.

.6 Upon completion, all surfaces shall be blast cleaned to remove all foreign matter and mill scale except for slight shadows, streaks or discolorations caused by rust stain or mill scale oxide binder.

3.2 QUALITY CONTROL

.1 Quality Objectives:

.1 Completed products shall fully conform to the governing codes and specifications.

.2 The Quality Control Program to be fully integrated into the ongoing manufacturing activities of the fabricator.

.3 The operations of the Quality Control Program shall protect the interests of the Owner with respect to scheduled delivery date and contracted price.

.2 The Quality Control Program ensures that the product meets the quality requirements of the contract, is delivered on time and is produced in a cost-effective manner. The Quality Control Program applies to all stages of the work.

.3 Appoint a Quality Control Manager with the following defined responsibilities in resolving quality matters and who reports to a senior management level:

.1 Document the successful completion of each stage as it progresses through fabrication and erection.

.2 Document quality control review of all design submissions by the fabricator including, but not limited to, geometry checks, drafting checks, engineering checks and concept reviews.

.3 Maintain records of all materials used in the completed product to ensure traceability.

.4 Identify and report nonconforming components.

.5 Initiate or recommend disposition of nonconforming components.

.6 Verify corrections.

City of Surrey 13 34 24S Bear Creek Bridge No. 2 PREFABRICATED BRIDGE 2017-09/162223 Page 5 of 6

.7 Retain and pay for a certified independent inspection company to complete in-plant fabrication inspection. The inspection company will: .1 Verify that the correct materials are incorporated into the structure. .2 Complete all non-destructive weld testing. .3 Upon completion of the fabrication, provide a report summarizing the

work and all inspections completed.

.4 The Contract Administrator, at their discretion, may complete independent quality assurance inspection(s). Provide suitable access to allow these inspection(s) to be completed including moving and supporting components as required. The Contract Administrator will attempt to schedule these inspections so as not to interfere with the progress of the work. Cost of re-inspection after defects are repaired to be borne by the Contractor

.1 The Contract Administrator 's quality assurance inspection(s) will not absolve the Contractor of its responsibility for the quality control of the Work nor for completing the Work in accordance with the requirements of the Contract.

.5 Welding inspectors to be certified to CSA W178.2.

.6 Perform, as a minimum, the following non-destructive testing of welds:

.1 Visual inspection of all welds.

.2 Radiographic or ultrasonic inspection of all groove welds

.3 Magnetic particle inspection of all fillet welds

.7 In the fabricator's plant, the specification and grade of steel used for main components are to be identified by use of suitable markings or recognized colour coding. Keep records to identify the heat number of the material and the corresponding mill test report for all components.

3.3 MANUFACTURER’S INSTRUCTIONS

.1 Contractor to comply with bridge manufacturer’s written recommendation or specifications, including handling, storage and erection instructions.

3.4 INSTALLATION

.1 Bridge installation shall be in accordance with reviewed erection procedure and fabricator’s written instructions. Ensure work of this Section is done under continuous supervision of qualified superintendent experienced and competent in work similar to work of this Section.

3.5 BEARINGS

.1 Bearings shall be elastomeric bearings.

3.6 ANCHOR RODS

.1 The Contractor shall coordinate the installation of the anchor rods with precast concrete supplier.

City of Surrey 13 34 24S Bear Creek Bridge No. 2 PREFABRICATED BRIDGE 2017-09/162223 Page 6 of 6

.2 Information as to bridge support reactions and anchor bolt locations will be supplied by the bridge manufacturer to the Contract Administrator at the time of shop drawing submittal.

3.7 PROTECTION

.1 Protect finished surfaces with strippable coatings, strippable wrappers, plywood or sheet materials as required before acceptance of Work.

.2 Protect installed products and components from damage during construction.

END OF SECTION

SECTION E

SAMPLES OF BOND, AGREEMENT TO BOND AND INSURANCE

Appendix A: Bid Bond Appendix B. Letter of Credit Format Appendix C. Agreement to Bond - Performance and Labour

and Materials Payment Appendix D. Performance Bond Appendix E. Certificate of Insurance Appendix F. Prime Contractor Designation Appendix G. Contractor Health & Safety Expectation Appendix H. Labour and Material Payment Bond Appendix I. Notice of Certificate of Completion Appendix J. Certificate of Completion

APPENDIX A

BID BOND No.__________________________ $_______________________________________ KNOW ALL MEN BY THESE PRESENTS THAT ____________________________________________

____________________________as Principal hereinafter called the Principal, and _____________________

__________________a corporation created and existing under the laws of _________________________ and

duly authorized to transact the business of Suretyship in _______________________________________ as

Surety, hereinafter called the Surety, are held and firmly bound unto _________________________________

_________ as Obligee hereinafter called the Obligee, in the amount of ______________________________

________________________ Dollars ($___________________) lawful money of Canada, for the payment of

which sum, well and truly to be made, the Principal and the Surety bind themselves, their heirs, executors,

administrators, successors, and assigned, jointly and severally, firmly by these presents.

WHEREAS, the Principal has submitted a written tender to the Obligee, dated the _________ day of

_____________ 20 _____ for ________________________________________________________________

_________________________________________________________________________________________

_______________________________________________________________________________________

NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if the aforesaid Principal shall have the tender accepted within sixty (60) days from the closing date of tender, and the said Principal will, within the time required, enter into a formal contract and give the specified security to secure the performance of the terms and conditions of Contract, then his obligation shall be null and void; otherwise the Principal and the Surety will pay unto the Obligee the difference in money between the amount of the bid of the said Principal and the amount for which the Obligee legally contracts with another party to perform the work if the latter amount is in excess of the former. The Principal and the Surety shall not be liable for a greater sum than the specified penalty of this Bond. Any suit under this Bond must be instituted before the expiration of six months from the date of Bond. IN WITNESS WHEREOF, the Principal and the Surety have Signed and Sealed this Bond this ____________ day of _____________________________, 20____. SIGNED AND SEALED ( in the presence of ( (________________________________________________(Seal) Principal ( ( (________________________________________________(Seal) Surety

APPENDIX B

LETTER OF CREDIT FORMAT

(TO BE ON BANK LETTERHEAD) ____________ day of ___________________ , A.D., 20______ City of Surrey 13450-104 Avenue Surrey, BC V3T 1V8 Dear Sirs: IRREVOCABLE COMMERCIAL LETTER OF CREDIT NO. ________________________ We hereby authorize you to draw on (NAME OF BANK), (ADDRESS OF BANK), Province of British Columbia, for account of (NAME OF TENDERER), up to an aggregate amount of $____________ available by drafts at sight for 100% of value: 1. Drawings are to be made in writing to (NAME OF BANK) .......................................................... 2. Partial drawings may be made. 3. The Bank will not inquire as to whether or not The City has a right to make demand

on this Letter of Credit. 4. This Letter of Credit is irrevocable up to the expiry date. DRAFTS MUST BE DRAWN AND NEGOTIATED NOT LATER THAN ____________ day of _________________________ , A.D., 20 _______ The drafts drawn under this Credit are to be endorsed hereon and shall state on their face that they are drawn under (NAME OF BANK), (ADDRESS OF BANK), Vancouver, B.C., Letter of Credit No. Yours truly, Manager On Behalf of (NAME OF BANK)

APPENDIX C

Agreement to Bond

Performance and Labour and Materials Payment For the CITY OF SURREY We, the undersigned, hereby agree to become bound as surety for ____________________________________________________________________________ ____________________________________________________________________________ in a Performance Bond totaling fifty percent (50%) of the Contract Price, and in a Labour and Materials Payment Bond totaling fifty percent (50%) of the Contract price, and conforming to the Instruments of Contract attached hereto, for the full and due performance of the works shown as described herein, if the Tender for ______________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ is accepted by the City of Surrey. It is a condition of this Agreement that if the above mentioned Tender is accepted, application for the above mentioned Bonds must be completed with the undersigned within eight (8) Days of acceptance of the tender related thereto, otherwise this Agreement shall be null and void. DATED this day of , 20 . __________________________________ Name of Bonding Company BY: __________________________________ Signature of Authorized Person Signing for Company (Company Seal) __________________________________ Position

APPENDIX D

Form of Performance Bond

BOND NO. __________________ KNOW THEREFORE ALL MEN BY THESE PRESENTS THAT _______________________ (hereinafter called the “Principal”) and ______________________________________________ a corporation created and existing under the laws of ___________________ and whose principal office for Canada is located in the ________________________________ (hereinafter called the “Surety”) are held and firmly bound unto the City of Surrey (hereinafter called the “Obligee”) in the amount of $_______________, lawful money of Canada, for the payment of which sum, well and truly to be made, the Principal and the Surety bind themselves and their respective heirs, legal representatives, successors and assigns, jointly and severally, firmly by these presents. WHEREAS the Principal has entered into a contract with the Obligee dated the _______ day of __________________, 200____, for Contract No. ______________ which by reference hereto is made a part hereof as fully to all intents and purposes as though recited in full herein and which contract as amended, supplemented, modified or restated from time to time is hereinafter called the “Contract”. NOW THEREFORE, the condition of the foregoing obligation is such that, if the Principal shall well and truly observe and perform all the obligations of the Contract on the part of the Principal to be observed and performed, then this obligation shall be void but otherwise shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Obligee. Whenever the Principal shall be, and declared by the Obligee to be in default under the Contract, the Surety shall: (a) if the work is not taken out of the Principal’s hands, remedy the default of the Principal; (b) if the work is taken out of the Principal’s hands and the Obligee directs the Surety to

undertake the completion of the work, complete the work in accordance with the Contract provided that if a contract is entered into for the completion of the work:

(i) such contract shall be between the Surety and the completing contractor; and

(ii) the selection of the completing contractor shall be subject to the approval of the

Obligee;

APPENDIX D

(c) if the work is taken out of the Principal’s hands and the Obligee does not direct the Surety to undertake completion of the work, assume financial responsibility for the costs of completion and be liable for and pay the costs of completion of the Contract.

No action shall be instituted by the Obligee herein against the Surety pursuant to these presents after the expiration of three (3) years from the date upon which final payment under the Contract is made. The Surety shall be liable as principal and nothing of any kind or matter whatsoever shall operate as a discharge or release of the liability of the Surety notwithstanding any law or usage relating to the liability of sureties to the contrary, until all obligations of the Contract have been observed and performed. In witness whereof, the Principal and Surety have hereunto affixed their corporate seals and caused their presents to be signed by their duly authorized officers. DATED THIS ___________ day of ___________________________, 200___. _____________________________________ Name - Surety c/s _____________________________________ Signature and Signing Authority _____________________________________ Name - Principal c/s _____________________________________ Signature and Signing Authority

APPENDIX E CERTIFICATE OF INSURANCE (EXAMPLE)

This certifies that policies of insurance as described below have been issued to the Insured named below and are in full force and effect at this time. It is understood and agreed that thirty (30) days' written notice of any cancellation or change in applicable limit of any of the policies listed below, with the exception of ICBC, will be given to the holder of this certificate.

NOTE: PROOF OF INSURANCE WILL BE ACCEPTED ON THIS FORM ONLY. INSURANCE COMPANIES MUST BE LICENSED TO OPERATE IN CANADA. This Certificate is issued to: City of Surrey, 13450 104 Avenue, Surrey, B.C. V3T1V8 Insured: Name: Address: Broker: Name: Broker’s Name: Address: Phone: Location, Project No. and nature of contract, permit, lease, license or operation to which this Certificate applies:

Type of Insurance Company and Policy

Number Policy Term yyyy/mm/dd

Limits of Liability/Amount

Section 1 Commercial General Liability

Wrap-up Umbrella Liability Excess Liability

Sudden & Accidental Pollution

$ 2,000,000 $ 20,000,000 (adjacent to Kinder Morgan

Pipeline)

From: To:

Bodily Injury, Death & Property Damage $ Per Occurrence $ Aggregate $ Deductible $ Umbrella Liability $ Excess Liability

MINIMUM $5,000,000 MINIMUM $10,000,000

Section 2 Automobile Liability (owned or leased vehicles)

From: To:

Bodily Injury & Property Damage $ Limit

MINIMUM $3,000,000 Section 3

Professional Liability

From: To:

$ Each Claim $ Aggregate $ Deductible

MINIMUM $2,000,000 Section 4

Builder’s Risk From:

To:

$ Limit $ Deductible

MINIMUM: CONSTRUCTION VALUE Section 5 Contractor’s Equipment Insurance

From: To:

$ Limit

Section 6

Boiler & Machinery Insurance

From: To:

$ Limit $ Extra Expense Limit $ Deductible

MINIMUM: CONSTRUCTION VALUE

Particulars of Wrap-up/Commercial General Liability Insurance (Sections 1 & 2): X indicates that the coverage is included. City of Surrey as Additional Insured Contract Administrator as Additional Insured Premises & Operations Broad Form Products & Completed Operations Owners & Contractors Protective Blanket Contractual Cross Liability/Severability of Interests Employees as additional insured

Attached Machinery Broad Form Property Damage Non-Owned Automobile Contingent Employer’s Personal Injury Incidental Medical Malpractice 24 months Completed Operations Elevator & Hoist Liability Operation of Attached Equipment

Removal or weakening of support of property, building or land whether the support is natural or otherwise

Work below ground level over 3 meters (XCU extension)

Use of explosives for blasting Vibration from pile driving or caisson work Shoring, blasting, excavation, underpinning, demolition, debris removal, tunneling and grading (as applicable)

Particulars of Professional Liability Insurance (Sections 3): X indicates that the coverage is included. 24 Months Maintenance Period Insures all professionals on the project

Particulars of Property Insurance (Sections 4,5 & 6): X indicates that the coverage is included

Builder’s Risk (All Risks) Flood & Earthquake 30 Days Testing & Commissioning

Breach of Conditions Clause City as First Loss Payee to extent of its

Materials On & Off Site & In Transit insurable interest

It is understood and agreed any deductible or reimbursement clause contained in the policy shall be the sole responsibility of the Named Insured. Authorized to Sign on Behalf of Insured Date Signed

Authorized to Sign on Behalf of Insurers & Broker Stamp Date Signed

PRIME CONTRACTOR DESIGNATION

LETTER OF UNDERSTANDING

As per the requirements of the Workers’ Compensation Act Part 3, Division 3, Section 118 (1-3), which states:

Coordination of multiple-employer workplaces

118 (1) In this section: “multiple-employer workplace” means a workplace where workers of 2 or more employers are working at the same time: “prime contractor” means, in relation to a multiple-employer workplace,

(a) the directing contractor, employer or other person who enters into a written agreement with the owner of that workplace to be the prime contractor for the purposes of this Part, or

(b) if there is no agreement referred to in paragraph (a), the owner of the workplace.

(2) The prime contractor of a multiple-employer workplace must

(a) ensure that the activities of employers, workers and other persons at the workplace relating to occupational health and safety are coordinated, and

(b) do everything that is reasonably practicable to establish and maintain a system or process that will ensure compliance with this Part and the regulation in respect to the workplace.

(3) Each employer of workers at a multiple-employer workplace must give to the prime contractor the name of the person the employer has designated to supervise the employer’s workers at that workplace.

By signing this Agreement, the Contractor accepts all responsibilities of a prime contractor as outlined in the Workers’ Compensation Act, and WorksafeBC OH&S Regulation.

As a Contractor signing this Prime Contractor Designation form with the City of Surrey (the “owner"), you are agreeing that your company, management staff, supervisory staff and workers will comply with the Workers’ Compensation Board (WCB) Occupational Health and Safety Regulation and the Workers’ Compensation (WC) Act.

Any WorksafeBC OH&S violation by the prime contractor may be considered a breach of contract resulting in possible termination or suspension of the agreement and/or any other actions deemed appropriate at the discretion of the City.

Any penalties, sanctions or additional costs levied against the City, as a result of the actions of the prime contractor are the responsibility of the prime contractor.

The Contractor acknowledges having read and understood the information above.

By signing this Prime Contractor Designation form, the Contractor agrees as a representative of the firm noted below, to accept all responsibilities of the prime contractor for this project.

The Contractor understands and accepts the responsibilities of the prime contractor designation in accordance with the Workers’ Compensation Act while contracted by the City of Surrey for project and will abide by all Workers’ Compensation Board Regulation requirements.

Project File No.: 1220-020-2018-004

Project Title and Site Location: ____________________________________________________________

Prime Contractor Name: __________________________________________________________________

Prime Contractor Address: __________________________________________________________________

Telephone/Fax Numbers: Phone: ___________________ Fax: ____________________________________

Name of Person in Charge of Project: _____________________________________________________

Name of Person Responsible for Coordinating Health & Safety Activities: _______________________________ Phone: ___________________________________________________

Prime Contractor Signature: _________________________ Date: ___________________________________

Please return a signed copy of this memo to the City of Surrey, Finance Department, Purchasing Section, 13450 – 104 Avenue, Surrey, British Columbia, V3T 1V8

If you have any questions, please contact the City of Surrey, Manager Occupational Health & Safety at 604-591-4658.

APPENDIX F

APPENDIX G

CONTRACTOR HEALTH & SAFETY EXPECTATIONS RESPONSIBILITY OF CONTRACTOR(S) The City of Surrey strives to maintain a safe work environment for employees and contractors and insists upon the enforcement of safe practices and procedures in all premises and in all work activities. It is essential that all contractors and their employees and sub-contractor(s) perform in the same manner. It is every employers and contractors responsibility to ensure that staff and public are protected from workplace hazards. As a contractor to the City of Surrey, you are expected to conform to the requirements of the Workers’ Compensation Act, the WCB Occupational Health and Safety Regulation and to all federal, provincial and local laws and regulations. The City of Surrey Building Owner, Project Manager, and the Manager, Occupational Health & Safety or designate have the authority to order an unsafe act to cease or to have an unsafe piece of equipment removed from the premises or, in extreme situations, to shut down a job entirely. Any City of Surrey Employee that observes a safety infraction by a contractor performing work for the City of Surrey should bring it to the attention of a manager immediately or Occupational Health & Safety (604-591-4131). The following information is provided as typical City of Surrey requirements, but does not relieve the contractor from complying with all applicable local, provincial and federal laws, regulations and bylaws. PERSONNEL 1. You are expected to inform your employees of any potential hazard in the workplace and advise of

appropriate action to be taken should a hazard be found or a fire or accident occur. 2. Contractors will restrict persons invited on the premises to employees only. No families or friends are

permitted. 3. The contractor will advise the City of any on-site accidents involving the contractor’s employees, or

injuries to others caused by the contractor’s business. SAFETY MANAGEMENT SYSTEM 1. Contractors will ensure their employees utilize proper safety equipment and clothing as required for

job site activities. 2. Contractors must follow and have on site proper written safe work procedures for hazardous work,

e.g. Fall protection, confined space entry, hotwork, lockout, excavations and shoring, traffic management, etc.

3. Contractor must Identify workplace risk and implement suitable controls. 4. Contractor must provide safety training and education to staff and have training records available for

review. 5. Contractor must have a health & safety program for its workers and sub-contractors 6. Contractor will provide appropriate First-Aid coverage for their workers and subcontractors. 7. Contractor must forward a weekly work task list prior to work commencement. 8. The qualified safety coordinator must participate in the City of Surrey OHS Orientation or attend the

Prime Contractor’s Orientation.

WORK AREAS –City Facilities No work by contractors shall occur in any area without prior consent of the City of Surrey Manager, Civic Facilities or his designated representative. Work during normal business hours of the City shall not create undue noise, smells or otherwise unduly disturb the work of City of Surrey staff or the public. If an activity requires that a disturbance is likely, the contractor shall whenever possible only do that work outside normal business hours. All activities that create a hazard (i.e. work from a ladder, removal of a floor tile, emission of VOC’s, etc.) to persons outside the contractor’s supervision shall have warning devices, delineation or barriers, sealed spaces, etc. as would normally be required to protect any person from that hazard. SAFETY ATTITUDE Your safety record and attitude are important criteria used to judge your qualification for future bidding on solicitations with the City of Surrey. You can help ensure employee safety and your eligibility for future business with the City if you exhibit and practice a “Safe Work - Safe City” attitude. The City of Surrey is concerned about the health, safety and wellbeing of all employees and contractors. It is essential we maintain a healthy, safe and productive work environment. All Employees & Contractors: It is everyone responsibility to: know and comply with WCB regulations and follow established safe work procedures immediately report any work related injury to his/her supervisor; and to

the city representative not remain on the work site while his/her ability to work is in any way

impaired report unsafe acts and conditions to their supervisor correct unsafe conditions immediately whenever it is possible to do so take reasonable care to protect your health & safety and the health and safety of other persons who

may be affected by your act’s or omissions at work An employee must refuse to work if continuing to do so would endanger the health and safety of the employee, fellow employees or others. The worker must immediately report the circumstances of the unsafe condition to his or her supervisor or manager. If the unsafe condition is not remedied or the issue is not resolved the Manager, Occupational Health & Safety must be contacted.

A common sense approach usually resolves the issue.

GENERAL RULES 1. For all secured worksites, contracted workers are required to sign in and sign out each day 2. (Access cards may be issued – a worker may need to provide an Identification document (i.e. Driver’s

License) in exchange). 3. Personal protective equipment, as determined by the City, through consultation with the Contractors Health

and Safety Representatives must be worn when and where required. (Hard Hats, Safety Footwear, Safety Vests and Safety Glasses must be worn on active construction sites. Hearing Protection must be worn when noise levels are above 85dBA.)

4. Horseplay, gambling and the use of alcohol or narcotics will not be tolerated. 5. No Smoking within 7.5M of a City owned buildings door exits, windows and vents. 6. Report ALL injuries to your supervisor immediately and notify the City’s site representative. 7. Report any unsafe conditions, including someone under the influence or hazards, which may allow an injury

to occur to you, a fellow worker, or others on the worksite. 8. Report any property damage, regardless of how minor. 9. Restricted and controlled products will be labeled, used and stored in accordance with the associated

regulations, e.g. WHMIS. Follow all procedural instructions when using or handling hazardous materials/controlled products and ensure that all containers of hazardous/controlled product materials are properly labelled and stored in designated areas.

10. Obey all posted signs and notices. Do not venture into areas that you are not authorized to enter. 11. Always use the correct posture when lifting and get assistance if the weight is excessive. 12. Do not work within the limits of approach to high voltage equipment. 13. If working at heights greater than 10 feet a Fall Protection system must be in place. The appropriate Fall

Protection equipment must be worn at all times. 14. Housekeeping (Orderliness and good housekeeping are basic requirements and must be maintained at all

times): a) Aisles are to be kept clear at all times. b) Individual work areas are to be kept clean and tidy. c) All materials, tools, products and equipment are to be kept in their designated areas. d) Liquid spills are to be cleaned up immediately to prevent slips and falls. e) Accumulation of oily rags, combustible refuse or similar fire hazards will not be tolerated.

15. Fire Prevention: a) Become familiar with Surroundings and emergency exit. b) Ensure aisles and exits are not blocked at any time. c) Anytime a fire extinguisher is used, report it immediately to your supervisor, so that it can be recharged. 16. Equipment Operation (Any equipment, which could create a hazard, must be maintained in good

condition): a) Equipment must not be repaired, adjusted or operated unless by a "competent person" who understand the

safe operating procedures. b) Always be aware of the use and location of the "EMERGENCY STOP" button, if equipment is so equipped,

before using the equipment. c) Loose clothing, jewelry and long hair must be secured to prevent becoming entangled with equipment. d) The Operator must check all safety devices on equipment before operation. e) All equipment must be turned off and the appropriate "lock-out" procedure followed, prior to repairs,

cleaning, adjustment or lubrication. f) Radio/Walkman/I-pod Head phones are not allowed to be worn during regular work operations. g) All ladders must be of an approved type and length. Unacceptable ladders must be removed immediately

from the premises. h) All vehicles and equipment on City property must be kept in safe mechanical condition at all times, and be

operated only by persons with a valid driver’s license and/or proper training and qualifications. i) Contractors will not operate any equipment, valves, switches, etc., which are part of the City’s operation,

unless specific permission is received from the Department Representative.

17. Ground Disturbance –Every time you dig in the ground, with a shovel or mechanized equipment, you run the risk of loss of life or damage to property if you hit any of the many buried cables, conduits, gas or oil pipelines and/or other underground facilities that serve our city, BC One Call Must be called and a ticket obtained prior to commencing any ground disturbance activities.

Issued By:

Date:

Distributed:

Occupational Health & Safety Section - Contractor Coordination Program

Revised: January 14, 2015 Original: August 15, 2014

Via Email & Posted on Intranet: January 16, 2015: August 15, 2014

This document does not replace the Workers’ Compensation Act or WorkSafeBC OH&S regulation. Each individual Contractor must have specific health and safety safe work rules and procedures that apply to their work tasks. Each Contractor must comply with the Workers’ Compensation Act and WorkSafeBC Occupational Health & Safety Regulation and to all federal, provincial and local laws and regulations. If a contractor is unable to comply they must bring this to the attention of their qualified safety representative and to the Prime Contractor safety representative immediately.

Authorized Signature: _________________________________________

Name: _________________________________________ (Please Print)

Date: _________________________________________

APPENDIX H

Form of Labour And Material Payment Bond BOND NO. __________________ KNOW THEREFORE ALL MEN BY THESE PRESENTS THAT _______________________ (hereinafter called the “Principal”) and ______________________________________________ a corporation created and existing under the laws of ___________________ and whose principal office for Canada is located in the ________________________________ (hereinafter called the “Surety”) are held and firmly bound unto the City of Surrey (hereinafter called the “Obligee”) in the amount of $_______________, lawful money of Canada, for the payment of which sum, well and truly to be made, the Principal and the Surety bind themselves and their respective heirs, legal representatives, successors and assigns, jointly and severally, firmly by these presents. WHEREAS the Principal has entered into a contract with the Obligee dated the _______ day of __________________, 200____, for Contract No. ______________ which by reference hereto is made a part hereof as fully to all intents and purposes as though recited in full herein and which contract as amended, supplemented, modified or restated from time to time is hereinafter called the “Contract”. NOW THEREFORE, the condition of the foregoing obligation is such that, if the Principal shall make payment to all Claimants for all labour and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void but otherwise shall remain in full force and effect. A Claimant for the purpose of this Bond is defined as one having a direct contract with the Principal for labour, material, or both, used or reasonably required for use in the performance of the Contract, labour and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment directly applicable to the Contract provided that a person, firm or corporation who rents equipment to the Principal to be used in the performance of the Contract under a contract which provides that all or any part of the rent is to be applied towards the purchase price thereof, shall only be a Claimant to the extent of the prevailing industrial rental value of such equipment for the period during which the equipment was used in the performance of the Contract. The prevailing industrial rental value of equipment shall be determined, insofar as it is practical to do so, in accordance with and in the manner provided for in the latest revised edition of the “Equipment Rental Rate Guide” of the Ministry of Transportation and Highways, B.C., published prior to the period during which the equipment was used in the performance of the Contract. The Principal and the Surety, hereby jointly and severally agree with the Obligee, as Trustee, that every Claimant who has not been paid as provided for under the terms of its contract with the Principal, before the expiration of a period of 90 days after the date on which the last of such Claimant’s work or labour was done or performed or materials were furnished by such Claimant, may as a beneficiary of the trust herein provided for, sue on this Bond, prosecute the suit to final judgment for such sum or sums as may be justly due to such Claimant under the terms of its

contract with the Principal and have execution thereon. Provided that the Obligee is not obliged to do or take any act, action or proceeding against the Surety on behalf of the Claimants, or any of them, to enforce the provisions of this Bond. If any act, action or proceeding is taken either in the name of the Obligee or by joining the Obligee as a party to such proceeding, then such act, action or proceeding, shall be taken on the understanding and basis that the Claimants or any of them, who take such act, action or proceeding shall indemnify and save harmless the Obligee against all costs, charges and expenses or liabilities incurred thereon and any loss or damage resulting to the Obligee by reason thereof. No suit or action shall be commenced hereunder by any Claimant: (a) unless such Claimant shall have given written notice within the time limits hereinafter set

forth to each of the Principal, the Surety and the Obligee, stating with substantial accuracy the amount claimed. Such notice shall be served by mailing the same by registered mail to the Principal, the Surety and the Obligee, at any place where an office is regularly maintained for the transaction of business by such persons or served in any manner in which legal process may be served in the Province or other part of Canada in which the subject matter of the Contract is located. Such notice shall be given:

(i) in respect of any claim for the amount or any portion thereof, required to be held

back, from the Claimant by the Principal, under either the terms of the Claimant’s contract with the Principal, or under construction lien legislation applicable to the Claimant’s contract with the Principal, whichever is the greater, within 120 days after such Claimant should have been paid in full under the Claimant’s contract with the Principal;

(ii) in respect of any claim other than for the holdback, or portion thereof, referred to above, within 120 days after the date upon which such Claimant did, or performed, the last of the work or labour or furnished the last of the materials for which such claim is made under the Claimant’s contract with the Principal;

(b) after the expiration of one (1) year following the date on which the Principal ceased work

on the Contract, including work performed under the guarantees provided in the Contract; (c) other than in a Court of competent jurisdiction in the Province of British Columbia, or

District of Canada in which the subject matter of the Contract, or any part thereof, is situated and not elsewhere, and the parties hereto agree to submit to the jurisdiction of such Court.

Any material change in the contract between the Principal and the Obligee shall not prejudice the rights or interest of any Claimant under this Bond, who is not instrumental in bringing about or has not caused such change. The amount of this Bond shall be reduced by, and to the extent of any payment or payments made in good faith, and in accordance with the provisions hereof, inclusive of the payment by the Surety of construction liens which may be filed on record against the subject matter of the

Contract, whether or not claim for the amount of such lien be presented under and against this Bond. The Surety shall be liable as principal and nothing of any kind or matter whatsoever shall operate as a discharge or release of the liability of the Surety notwithstanding any law or usage relating to the liability of sureties to the contrary. In witness whereof, the Principal and Surety have hereunto affixed their corporate seals and caused their presents to be signed by their duly authorized officers. DATED THIS ___________ day of ___________________________, 200___. _____________________________________ Name - Surety c/s _____________________________________ Signature and Signing Authority _____________________________________ Name - Principal c/s _____________________________________ Signature and Signing Authority

APPENDIX I Form 2

Builders Lien Act (Section 7 (4))

Notice of Certification of Completion

NOTICE: Re __________________________________________________________________ [Name or popular description of project] Take notice that on _______________________ [date] a certificate of completion, or court order

to that effect, was issued with respect to a contract (or subcontract) between

___________________ [owner, contractor or subcontractor]

and

___________________ [contractor or subcontractor]

in connection with an improvement on land described as follows:

for the provision of [brief, general description of work done under contract or subcontract]:

all persons entitled to claim a lien under the Builders Lien Act and who performed work or

supplied material in connection with or under the contract are warned that the time to file a claim

of lien may be abridged and section 20 of the Act should be consulted.

APPENDIX J Form 3

Builders Lien Act (Section 7 (10))

Certificate of Completion

I _______________________ [name of payment certifier], of ___________________ [address],

British Columbia certify that, for the purposes of the Builders Lien Act, the following contract or

subcontract was completed on _____________________ [month, day, year].

Street address or other description of the land affected by the improvement:

______________________________________________________________________________

Brief description of the improvement: _______________________________________________

______________________________________________________________________________

Brief description of the contract or subcontract, including the date of the contract and the names

of the parties to it: ______________________________________________________________

______________________________________________________________________________

Signed:__________________________ [signature of payment certifier] _____________ [month,

day, year].

SECTION F

GEOTECHNICAL INVESTIGATION REPORT (INFORMATION PURPOSE ONLY)

WSP Canada Inc. 150 12791 Clarke Place Richmond, BC V6V 2H9 Phone: +1 604-278-1411 Fax: +1 604-278-1042 www.wspgroup.com

Date: April 27, 2017 WSP File No: 171-03475-00 Associated Engineering Ltd. Suite 300 - 4940 Canada Way Burnaby, BC V5G 4M5 Attention: Mr. Matt Friderichs, P.Eng. Subject: Geotechnical Report Bear Creek Tributary Pedestrian Bridge 8200 Block 140th Street, Bear Creek Park, Surrey, BC 1.0 INTRODUCTION AND PROJECT DESCRIPTION WSP Canada Inc. (WSP) provides herein this geotechnical report for a proposed pedestrian bridge over a tributary of Bear Creek near the 8200 Block of 140th Street in Surrey, BC. Based on information provided by Associated Engineering (BC) Ltd. (AEL), we understand the project will be comprised of the following:

A pedestrian bridge over a tributary creek of Bear Creek is proposed at a site located about 30 m west of the 8200 block of 140th Street. The bridge will be a metal structure about 2 m in width and will span about 22 to 25 m from the top of the east creek bank to the top of the western creek bank. The attached Figure 1 illustrates the proposed bridge location.

The existing grades at the proposed east and west abutment locations are about 4.4 m above the creek bed level based on the survey drawings provided by AEL.

The bridge site is generally undeveloped park land vegetated with grasses, brush and sparsely spaced trees. The depth of water in the creek was less than 0.3 m at the time of the geotechnical field work. 2.0 SOIL CONDITIONS The Geological Society of Canada Subsurface Geology Map 1484A indicates the surficial soils at the proposed bridge site are raised beach sand deposits. Nearby areas are indicated to be underlain by raised marine deposits chiefly comprised of stoney silt. Within the Bear Creek lowland area, relatively recent creek deposits such as sands and gravels would be expected to occur. Glaciated soil deposits that have been highly compressed by ice sheets during the last glaciation (i.e. glaciated soil deposits) are shown to occur near the ground surface about 200 m south of the project site.

Page 2 of 6 WSP File No: 171-03475-00 Date: April 27, 2017

WSP advanced two test holes on March 22, 2017 at the locations shown on the attached test hole location plan (Figure 1). Test hole (AH-1) located near the east abutment was advanced to 12 m below the ground surface using a track-mounted auger drill rig. Test HA-1 located near the west abutment was advanced with a hand-auger to a depth of 1.7 m below the ground surface. Soil samples were collected from the auger flights and returned to WSP’s laboratory for moisture content determinations and classification. A dynamic cone penetrometer test (DCPT) was carried out adjacent to AH- 1 to approximately estimate the relative compactness of sandy soil or the stiffness of fine-grained silt and clay soil. The DCPT blow counts per 0.3 m are recorded on the test hole logs. Test hole logs summarizing the soil conditions are attached. The following summarizes the soil stratigraphy:

1. Fill or Disturbed Native Soils: HA-1 encountered fill comprised of sand and gravel and silt to 0.6 m below the existing ground surface. AH- 1 encountered fill and/or disturbed native soils comprised of silt, clayey silt and silt with some organics to a depth of 3.3 m below the ground surface.

2. Stiff Silty Clay (Native): A native deposit of firm to stiff silty clay was

encountered below the fill or disturbed soils extending to the base of HA-1 at 1.7 m below the ground surface. At AH-1, the stiff silty clay deposit extended from 3.3 m to 5.2 m below the ground surface. This deposit is inferred to represent raised marine deposits that are moderately consolidated due to desiccation effects from being above the seasonal low groundwater table.

3. Soft Silty Clay (Native): A native deposit of soft to firm silty clay was encountered below the stiff silty clay extending at AH-1 to 11.0 m below the ground surface. These soils are inferred to represent raised marine deposits that are near normally consolidated (i.e. have not been pre-compressed or over-consolidated from past geological processes).

4. Very Dense Sandy Silt: AH-1 encountered a deposit of very dense sandy silt at 11.0 m below the ground surface that extended to the base of the test hole at 13.7 m below the ground surface. These soils are inferred to represent glaciated soil deposits that are highly over-consolidated.

The test holes did not encounter groundwater seepage. WSP estimates that near surface perched groundwater conditions likely occur during periods of extended rainfalls given the fine-grained nature of the soil encountered by the test holes.

Page 3 of 6 WSP File No: 171-03475-00 Date: April 27, 2017

3.0 BRIDGE ABUTMENTS 3.1. SEISMIC DESIGN Soils subject to liquefaction in the event of a 2014 Canadian Highway Bridge Design Code design earthquake event were not encountered by the test holes. It is judged that the seismic site class is Site Class E per Table 1 of Section 4.4.3 of the 2014 Canadian Highway Bridge Design Code. The existing natural creek banks are relatively steep and will be subject to ground movements in the event of a 2014 Canadian Highway Bridge Design Code design earthquake event. Recommendations for offsetting abutment foundations beyond the zone of significant slope deformations (i.e. 100 mm) are outlined in Section 3.3. However, the bridge should be inspected by a Structural Consultant after a significant earthquake to confirm it is capable of supporting the design loading. 3.2. ABUTMENT FOUNDATIONS The discussion and recommendations in this section are based on the following bridge loadings. WSP should be contacted to review the recommendations provided in this report if abutment loading will exceed these values:

Factored load of less than 200 kN per abutment

Unfactored load of less than 150 kN per abutment

Sustained loads of less than 100 kN per abutment.

It is judged that the proposed abutment loads can be supported on spread footings founded within the stiff, moderately over-consolidated silty clay deposit provided the applied service pressures are maintained relatively low to limit foundation settlements to tolerable magnitudes. The stiff silty clay and structural fill will act as a “crust” to support and dissipate loads over the soft and more compressible clayey silt that occurs at depth. It is recommended that the spread footings be situated below a 3Horizontal:1Vertical line taken up from the design scour elevation of the creek bank as discussed in Section 3.3. Existing fill, disturbed soil and organic-rich soil will need to be stripped to expose the stiff silty clay subgrade as directed by WSP. The test holes indicate that the stripping depth below the ground surface may be in the order of 1.5 m at the west abutment 3.3 m at the east abutment. Accordingly, structural fill may be required to restore the stripped grade to the underside of foundation level. Stripping should extend a horizontal distance beyond the foundation outline equivalent to the structural fill thickness. Structural fill should be well graded 75 mm minus sand and gravel.

Page 4 of 6 WSP File No: 171-03475-00 Date: April 27, 2017

A minimum 150 mm thick base layer of 19 mm minus road base should be provided over the geotechnical engineer approved subgrade for protection against disturbance during forming. Subgrade that becomes disturbed or frozen should be stripped. The base layer should be compacted to 95% Standard Proctor Maximum Dry density and graded to level tolerances as specified by AEL. The Serviceability Limit State (SLS) bearing resistance for settlement should be taken as 100 kPa based on post-construction settlement of 25 mm total. The Ultimate Limit State (ULS) factored bearing resistance may be taken as 200 kPa. A Factored Friction Coefficient of 0.4 is considered to be available between a concrete foundation and a base layer of 19 mm crushed gravel. The underside of the foundation should be located a minimum 0.45 m below finished exterior grade for frost protection. 3.3. CREEK BANK CONSIDERATIONS The proposed abutment foundations are situated near the crest of creek banks that are approximately 4.4 m above the current creek bed. The lower 1 m of the east creek bank is near vertical and then slopes at about 30 to 35 degrees. The lower 1 m of the west creek bank is sloped at about 45 degrees and then slopes at 25 to 30 degrees. Accordingly, it appears that the lower portion of both creek banks are undergoing erosion at the proposed pedestrian bridge site resulting in over-steeped creek banks. To provide for stability of the abutment foundation, WSP recommends that the proposed abutment foundation be set below a 3H:1V line taken upwards from the design creek scour elevation. Furthermore, WSP recommends that finished grades should not be raised more than 0.3 m above existing grade within 6 m of the top of creek back as placement of fill to raise grade will decrease the stability of the creek bank. If creek scour exceeding the design extent occurs or if signs of creek bank instability, such as ground cracking or settlement, are observed within 3 m of the abutment foundation, a geotechnical consultant should be retained to reassess the stability of the abutment foundation. 3.4. LATERAL EARTH PRESSURES Abutment walls up to 2 m in height can be designed for 20 kPa unfactored uniform horizontal earth pressure for both static loading conditions and seismic loading conditions.

Page 5 of 6 WSP File No: 171-03475-00 Date: April 27, 2017

The factored passive earth pressure resistance provided by compacted granular backfill around the perimeter of the abutment foundations for resisting lateral loads may be taken as equivalent to a fluid pressure of 0 kPa at the ground surface and increasing uniformly by 36 kPa per meter depth below the ground surface. A factored coefficient of friction of 0.35 is available between pre-cast concrete spread footings and the 19 mm minus base layer. Backfill for abutments should be comprised of clean sand compacted to 95% Standard Proctor Density to provide the active and passive earth pressures outlined above. 3.5. GEOTECHNICAL DRAWING REVIEW AND FIELD REVIEWS WSP should be provided with Civil and Structural drawings when available and prior to Tendering so that we can assess if the drawings follow the intent of this geotechnical report or if additional recommendations are appropriate. WSP should be retained to provide geotechnical field review during construction in order to verify that the intent of our recommendations are being followed and that the soil conditions encountered are consistent with our design assumptions. The following is the scope of field review services that are anticipated:

Bulk excavations for abutment foundations to confirm necessary stripping depths to expose suitable foundation subgrade.

Foundation subgrade review prior to placing gravel protection/base layers or concrete.

Density testing of structural fill and base layers.

Review of quality control compaction testing performed by the Contractor on abutment backfill to assess conformance with the geotechnical recommendations.

4.0 CLOSURE This geotechnical report has been prepared by WSP Canada Inc. exclusively for Associated Engineering Ltd. and their appointed agents. The report reflects our judgement in light of the information provided to use at the time that it was prepared. Any use of the report by third parties, or any reliance on or decisions made based on it, are the responsibility of such third parties. WSP Canada Inc. does not accept responsibility for damages suffered, if any, by a third party as a result of their use of this report. The attached Terms of Reference are an integral part of this geotechnical report.

Page 6 of 6 WSP File No: 171-03475-00 Date: April 27, 2017

Contractors should make their own interpretation of the soil logs and the site conditions for the purposes of bidding and performing work on the site. Yours truly, [Original signed by: Steven J. Case, P.Eng. / Chelsea F. Lynn, P.Eng. Steven J. Case, P.Eng. Reviewed by: Chelsea F. Lynn, P.Eng. Geotechnical Group Lead, Richmond Manager, Richmond Geotechnical SJC/mg Encl.: Terms of Reference Drawing No.1 Test Hole Logs AH-01 and HA-01

Version 5 – January 4, 2016 Page 1 of 2

TERMS OF REFERENCE FOR GEOTECHNICAL REPORTS ISSUED BY WSP CANADA INC.

1. STANDARD OF CARE

WSP Canada Inc. (“WSP”) prepared and issued this geotechnical report (the “Report”) for its client (the “Client”) in accordance with generally-accepted engineering consulting practices for the geotechnical discipline. No other warranty, expressed or implied, is made. Unless specifically stated in the Report, the Report does not address environmental issues. The terms of reference for geotechnical reports issued by WSP (the “Terms of Reference”) contained in the present document provide additional information and caution related to standard of care and the use of the Report. The Client should read and familiarize itself with these Terms of Reference.

2. COMPLETENESS OF THE REPORT

All documents, records, drawings, correspondence, data, files and deliverables, whether hard copy, electronic or otherwise, generated as part of the services for the Client are inherent components of the Report and, collectively, form the instruments of professional services (the “Instruments of Professional Services”). The Report is of a summary nature and is not intended to stand alone without reference to the instructions given to WSP by the Client, the communications between WSP and the Client, and to any other reports, writings, proposals or documents prepared by WSP for the Client relative to the specific site described in the Report, all of which constitute the Report. TO PROPERLY UNDERSTAND THE INFORMATION, OBSERVATIONS, FINDINGS, SUGGESTIONS, RECOMMENDATIONS AND OPINIONS CONTAINED IN THE REPORT, REFERENCE MUST BE MADE TO THE WHOLE OF THE REPORT. WSP CANNOT BE RESPONSIBLE FOR USE BY ANY PARTY OF PORTIONS OF THE REPORT WITHOUT REFERENCE TO THE WHOLE REPORT AND ITS VARIOUS COMPONENTS.

3. BASIS OF THE REPORT

WSP prepared the Report for the Client for the specific site, development, building, design or building assessment objectives and purpose that the Client described to WSP. The applicability and reliability of any of the information, observations, findings, suggestions, recommendations and opinions contained in the Report are only valid to the extent that there was no material alteration to or variation from any of the said descriptions provided by the Client to WSP unless the Client specifically requested WSP to review and revise the Report in light of such alteration or variation.

4. USE OF THE REPORT

The information, observations, findings, suggestions, recommendations and opinions contained in the Report, or any component forming the Report, are for the sole use and benefit of the Client and the team of consultants selected by the Client for the specific project that the Report was provided. NO OTHER PARTY MAY USE OR RELY UPON THE REPORT OR ANY PORTION OR COMPONENT WITHOUT THE WRITTEN CONSENT OF WSP. WSP will consent to any reasonable request by the Client to approve the use of this Report by other parties designated by the Client as the “Approved Users”. As a condition for the consent of WSP to approve the use of the Report by an Approved User, the Client must provide a copy of these Terms of Reference to that Approved User and the Client must obtain written confirmation from that Approved User that the Approved User will comply with these Terms of Reference, such written confirmation to be provided separately by each Approved User prior to beginning use of the Report. The Client will provide WSP with a copy of the written confirmation from an Approved User when it becomes available to the Client, and in any case, within two weeks of the Client receiving such written confirmation. The Report and all its components remain the copyright property of WSP and WSP authorises only the Client and the Approved Users to make copies of the Report, but only in such quantities as are reasonably necessary for the use of the Report by the Client and the Approved Users. The Client and the Approved Users may not give, lend, sell or otherwise disseminate or make the Report, or any portion thereof, available to any party without the written permission of WSP. Any use which a third party makes of the Report, or any portion of the Report, is the sole responsibility of such third parties. WSP accepts no responsibility for damages suffered by any third party resulting from the use of the Report. The Client and the Approved Users acknowledge and agree to indemnify and hold harmless WSP, its officers, directors, employees, agents, representatives or sub-consultants, or any or all of them, against any claim of any nature whatsoever brought against WSP by any third parties, whether in contract or in tort, arising or related to the use of contents of the Report.

Version 5 – January 4, 2016 Page 2 of 2

TERMS OF REFERENCE FOR GEOTECHNICAL REPORTS ISSUED BY WSP CANADA INC. (continued)

5. INTERPRETATION OF THE REPORT

a. Nature and Exactness of Descriptions: The classification and identification of soils, rocks and geological units, as well as engineering assessments and estimates have been based on investigations performed in accordance with the standards set out in Paragraph 1 above. The classification and identification of these items are judgmental in nature and even comprehensive sampling and testing programs, implemented with the appropriate equipment by experienced personnel, may fail to locate some conditions. All investigations or assessments utilizing the standards of Paragraph 1 involve an inherent risk that some conditions will not be detected and all documents or records summarizing such investigations will be based on assumptions of what exists between the actual points sampled. Actual conditions may vary significantly between the points investigated and all persons making use of such documents or records should be aware of, and accept, this risk. Some conditions are subject to changes over time and the parties making use of the Report should be aware of this possibility and understand that the Report only presents the conditions at the sampled points at the time of sampling. Where special concerns exist, or when the Client has special considerations or requirements, the Client must disclose them to WSP so that additional or special investigations may be undertaken, which would not otherwise be within the scope of investigations made by WSP or the purposes of the Report.

b. Reliance on information: The evaluation and conclusions contained in the Report have been prepared on the basis of conditions in evidence at the time of site investigation and field review and on the basis of information provided to WSP. WSP has relied in good faith upon representations, information and instructions provided by the Client and others concerning the site. Accordingly, WSP cannot accept responsibility for any deficiency, misstatement or inaccuracy contained in the report as a result of misstatements, omissions, misrepresentations or fraudulent acts of persons providing information.

c. Additional Involvement by WSP: To avoid misunderstandings, WSP should be retained to assist other professionals to explain relevant engineering findings and to review the geotechnical aspects of the plans, drawings and specifications of other professionals relative to the engineering issues pertaining to the geotechnical consulting services provided by WSP. To ensure compliance and consistency with the applicable building codes, legislation, regulations, guidelines and generally-accepted practices, WSP should also be retained to provide field review services during the performance of any related work. Where applicable, it is understood that such field review services must meet or exceed the minimum necessary requirements to ascertain that the work being carried out is in general conformity with the recommendations made by WSP. Any reduction from the level of services recommended by WSP will result in WSP providing qualified opinions regarding adequacy of the work.

6. ALTERNATE REPORT FORMAT When WSP submits both electronic and hard copy versions of the Instruments of Professional Services, the Client agrees that only the signed and sealed hard copy versions shall be considered final and legally binding upon WSP. The hard copy versions submitted by WSP shall be the original documents for record and working purposes, and, in the event of a dispute or discrepancy, the hard copy versions shall govern over the electronic versions; furthermore, the Client agrees and waives all future right of dispute that the original hard copy signed and sealed versions of the Instruments of Professional Services maintained or retained, or both, by WSP shall be deemed to be the overall originals for the Project. The Client agrees that the electronic file and hard copy versions of Instruments of Professional Services shall not, under any circumstances, no matter who owns or uses them, be altered by any party except WSP. The Client warrants that the Instruments of Professional Services will be used only and exactly as submitted by WSP. The Client recognizes and agrees that WSP prepared and submitted electronic files using specific software or hardware systems, or both. WSP makes no representation about the compatibility of these files with the current or future software and hardware systems of the Client, the Approved Users or any other party. The Client further agrees that WSP is under no obligation, unless otherwise expressly specified, to provide the Client, the Approved Users and any other party, or any or all of them, with specific software and hardware systems that are compatible with any electronic submitted by WSP. The Client further agrees that should the Client, an Approved User or a third party require WSP to provide specific software or hardware systems, or both, compatible with the electronic files prepared and submitted by WSP, for any reason whatsoever included but not restricted to an order from a court, then the Client will pay WSP for all reasonable costs related to the provision of the specific software or hardware systems, or both. The Client further agrees to indemnify and hold harmless WSP, its officers, directors, employees, agents, representative or sub-consultant, or any or all of them, against any claim or any nature whatsoever brought against WSP, whether in contract or in tort, arising or related to the provision or use or any specific software or hardware provided by WSP.

AutoCAD SHX Text
140 STREET
AutoCAD SHX Text
AH-1
AutoCAD SHX Text
HA-1
AutoCAD SHX Text
REV
AutoCAD SHX Text
NOTE: THIS DRAWING IS THE SOLE PROPERTY OF WSP CANADA INC. AND CANNOT BE USED OR DUPLICATED IN ANY WAY WITHOUT EXPRESS WRITTEN PERMISSION
AutoCAD SHX Text
Tel: 604 278-1411
AutoCAD SHX Text
Fax: 604 278-1042
AutoCAD SHX Text
WSP Canada Inc.
AutoCAD SHX Text
Richmond, B.C.
AutoCAD SHX Text
150-12791 Clarke Place
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
REVIEWED
AutoCAD SHX Text
FILE NUMBER
AutoCAD SHX Text
DRAWING NUMBER
AutoCAD SHX Text
REVISIONS/ISSUE
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
DATE
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
DATE
AutoCAD SHX Text
TEST HOLE LOCATION PLAN
AutoCAD SHX Text
BEAR CREEK TRIBUTARY PEDESTRIAN BRIDGE
AutoCAD SHX Text
8200 BLOCK 140 STREET
AutoCAD SHX Text
SURREY, BC
AutoCAD SHX Text
ASSOCIATED ENGINEERING
AutoCAD SHX Text
KTD
AutoCAD SHX Text
SJC
AutoCAD SHX Text
1:400
AutoCAD SHX Text
APR 2017
AutoCAD SHX Text
171-03475-00
AutoCAD SHX Text
1
AutoCAD SHX Text
-
AutoCAD SHX Text
PROJECT:
AutoCAD SHX Text
CLIENT:
AutoCAD SHX Text
LEGEND
AutoCAD SHX Text
APPROXIMATE LOCATION OF MACHINE AUGER HOLE
AutoCAD SHX Text
APPROXIMATE LOCATION OF HAND AUGER HOLE
AutoCAD SHX Text
Base plan referenced from Associated Engineering drawing '2223-00-s-rp-brdg-plan-bear2-Model.pdf', received Mar. 8, 2017.

FILL - loose brown forest duff (4" thick) overloose grey 3" minus crushed Gravel (5" thick)FILL - firm to stiff brown Silt, some sand,some organics, trace to some clay, trace gravelFILL - stiff grey brown clayey Silt, some sand,some gravelFILL - firm dark brown Silt, some organics/wood,some gravel, trace sanddisturbed firm grey brown clayey SILT, some sand,trace organics, trace gravelstiff grey clayey SILT, trace sand, trace gravelvery stiff to stiff mottled grey brown clayey SILT,trace gravel

soft to firm brown grey clayey SILT, some gravel

soft grey silty CLAY, trace sand, trace gravel

dense to very dense grey sandy SILT, some gravel,trace to some clay

Bottom of hole at 45.0 feet.

G

GG

GG

G

G

G

G

G

ST

G

G

G

G

G

G

G

Mar 222017

P1

AH-1Pg 1 of 1

Depth

Type: Type of SamplerSPT : 2 in. standardST : ShelbyG : GrabCORE

SOIL CLASSIFICATION IN ACCORDANCE WITH THE CANADIANFOUNDATION ENGINEERING MANUAL 4TH EDITION 2006.

Solid Stem Auger / DCPT

Checked by: SJC

Date Drilled: 22/03/2017Logged by: EBG

Liquid Limit (%)Plastic Limit (%)

Moisture Content (%) Ground Water Level Shear strength in kPa (Torvane)PP Pocket Penetrometer (compressive strength in kPa) Shear strength in kPa(Unconfined) Shear strength in kPa (Field vane) Remolded strength in kPa Percent Passing # 200 sieve

WSP Canada Inc.

(m)

2

4

6

8

10

12

14

16

18

(ft)

5

10

15

20

25

30

35

40

45

50

55

60

65

Bear Creek Tributary BridgeAssociated Engineering8200 Block 140 Street

Surrey BC

THIS LOG IS THE SOLE PROPERTY OF WSP CANADA INC.AND CANNOT BE USED OR DUPLICATED IN

ANY WAY WITHOUT EXPRESS WRITTEN PERMISSION.

Drill Method:

THIS LOG IS FOR GEOTECHNICAL PURPOSES ONLY

C: Condition of SampleGoodDisturbedNo Recovery

N: Number of BlowsWH : Weight of HammerWR : Weight of RodStandard Penetration Test : ASTM D1586Hammer Type: Trip Hammer

Project No: 171-03475-00

Description

#150 - 12791 Clarke PlaceRichmond, B.C., V6V 2H9Tel: +1 604-278-1411Fax: +1 604-278-1042www.wspgroup.com

1 LO

G P

ER

PA

GE

27/

4/17

Type

/S

ampl

e #

NC10 20 30 40 50 60 70 80 90W

ater

Leve

l

DYNAMIC CONE PENETRATION TEST

PP = 95.8kPa

= 112.8kPa

FILL - loose brown organic Silt, some sand,some gravel, some rootletsFILL - firm grey brown clayey Silt,some sand to sandy, trace organics, trace gravelfirm to stiff mottled grey brown clayey SILT,some gravel, trace sandstiff grey sandy SILT, some gravel

Bottom of hole at 5.5 feet.

GGGGGGGGG

HA-1Pg 1 of 1

Depth

Type: Type of SamplerSPT : 2 in. standardST : ShelbyG : GrabCORE

SOIL CLASSIFICATION IN ACCORDANCE WITH THE CANADIANFOUNDATION ENGINEERING MANUAL 4TH EDITION 2006.

Hand Auger

Checked by: SJC

Date Drilled: 22/03/2017Logged by: EBG

Liquid Limit (%)Plastic Limit (%)

Moisture Content (%) Ground Water Level Shear strength in kPa (Torvane)PP Pocket Penetrometer (compressive strength in kPa) Shear strength in kPa(Unconfined) Shear strength in kPa (Field vane) Remolded strength in kPa Percent Passing # 200 sieve

WSP Canada Inc.

(m)

2

4

6

8

10

12

14

16

18

(ft)

5

10

15

20

25

30

35

40

45

50

55

60

65

Bear Creek Tributary BridgeAssociated Engineering8200 Block 140 Street

Surrey BC

THIS LOG IS THE SOLE PROPERTY OF WSP CANADA INC.AND CANNOT BE USED OR DUPLICATED IN

ANY WAY WITHOUT EXPRESS WRITTEN PERMISSION.

Drill Method:

THIS LOG IS FOR GEOTECHNICAL PURPOSES ONLY

C: Condition of SampleGoodDisturbedNo Recovery

N: Number of BlowsWH : Weight of HammerWR : Weight of RodStandard Penetration Test : ASTM D1586Hammer Type:

Project No: 171-03475-00

Description

#150 - 12791 Clarke PlaceRichmond, B.C., V6V 2H9Tel: +1 604-278-1411Fax: +1 604-278-1042www.wspgroup.com

1 LO

G P

ER

PA

GE

27/

4/17

Type

/S

ampl

e #

NC10 20 30 40 50 60 70 80 90W

ater

Leve

l

DYNAMIC CONE PENETRATION TEST

SECTION G

ENVIRONMENTAL DOCUMENTS

A. Erosion and Sediment Control (ESC) Plan B. Notification for Changes In and About a Stream

City of Surrey

Figure 1 March 21, 2018

Mahood (Bear) CreekBridge No.2

ESC Plan

Inset A

ââââ

ââ

ââââ

ââ

ââ

"

""""

"

"

"" " " "

Abutm ent area bac kfill shall b e top-d ressed with am inim um 150m m o f 3P topso il and stab ilized withBo nd ed Fib er Matrix (BFM) hyd raulic ero sio n c o ntro lpro d uct (HECP) applied at a rate o f 4000kg/ha and alo w-gro w rec lam atio n seed m ix applied at a rate o f

Bear

Cree

kTr

ibuta

ry

Existing Vegetation Boundary

ENKONPrepared b y:

Enviro nm ental Ltd.

E

Legend

Waterc o urseT o p o f BankCo nto ur (0.25m)Existing Vegetatio n Bo und ary

ESC Measures

" S ilt Fenc eââ Wire Bac ked S ilt Fenc e

Slope Model0 - 33%>33%

140St.

Install wire-bac k silt fenc ing at ~2m o ffset fro m lim it o f fo und atio n cut lim its

Perim eter Co ntro l Installatio n Detail:Environmental Monitoring Requirements 1.) Regular enviro nm ental m o nito ring shall b e c o nd ucted b y a qualified enviro nm ental m o nito r.

2.) Enviro nm ental m o nito ring shall b e c o m pleted o n a weekly basis and /o r fo llo wing significant rain events. S ignificant rain events will b e c o nsid ered rainfall equal to o r in exc ess o f 25m m in 24/hr.

3.) Enviro nm ental m o nito ring sum m ary reports shall b e d istributed to representatives o f the pro ject team o n a maxim um b i-weekly basis.

4.) Enviro nm ental m o nito ring reports shall b e sub m itted to City o f S urrey Enviro nm ental S ervic es staff (esc b [email protected]) o n a maxim um b i-weekly basis.

5.) Enviro nm ental m o nito ring and sum mary reporting shall c o ntinue thro ugh to c o m pletio n o f final d isturb ed surfac es treatm ent.

Monitoring Criteria: a.) S ite d isc harge water quality m o nito ring shall b e c o m pleted based o n upstream (c o ntro l) and d o wnstream lo catio ns. b). Adaptive m o nito ring will b e im plem ented as required sub ject to review o f site runo ff c o nd itio ns. c). Direct inspectio ns o f the c hannel b o und aries will b e required to ensure that no sed im ent transfers o r material intro d uctio n o c c urs b eyo nd the perim eter c o ntro l silt fenc ing and m id-slo pe wire-bac ked silt fenc ing d efining brid ge fo o ting excavatio n lim its. d.) Mo nito ring shall review the fo llo wing key ES C b m p's and pro vid e rec o m m end atio ns to ad d ress d efic ienc ies (inc lud ing tim elines): Ac c ess/egress po ints Visib le trac king to o ffsite paved surfac es Co mplianc e with vehic le use restrictio ns Co mplianc e with vegetatio n retentio n areas Integrity o f fo rmal perim eter c o ntro ls Integrity/c o verage o f tempo rary d isturb ed surfac e protectio n T em po rary sto c kpile protectio n Germ inatio n o f seed fo llo wing applicatio n.

Water Quality Criteria: T he water quality criteria fo r site d isc harge and /o r pro ject influenc es o n d o wnstream water quality shall b e d ictated b y the requirem ents o f the City o f S urrey ES C b ylaw 2006 No. 16138 (Ero sio n & S ed im ent Co ntro l Bylaw): Water d isc harging fro m a site d uring no rmal weather c o nd itio ns shall no t b e m o re than 65 NT U . In-situ m o nito ring c o nfirm ing d isc harge > 65 NT U will b e c o llected and sub m itted fo r lab o ratory analysis. Water d isc harging fro m a site shall no t exc eed 75m g/L T S S .

ES C Notes & S pec ificatio ns 1. Vegetatio n c learing lim its shall b e restricted to excavatio n cut lim its plus 1m must b e appro ved b y City o f S urrey Parks representative.

2. All d isturb ed surfac es ab o ve top o f bank shall b e re-grad ed and surfac ed with 150m m o f 3P topso il and stab ilized with a b o nd ed fib er matrix HECP applied at a rate o f 3000kg/ha with a lo w gro w rec lamatio n seed m ix applied at a rate o f 112 kg/ha.

3. All d isturb ed areas shall b e surveyed upo n pro ject c o m pletio n to support riparian area restoratio n plantings per City o f S urrey ‘Restoratio n Prescriptio ns fo r Munic ipal Detentio n Po nd s and Riparian Areas’ (June 2009).

4. T em po rary sto c kpiles and spo il material shall b e c o vered with well sec ured and anc ho red 6m il po lyethylene tarps prio r to fo recast rain events.

5. Interim d isturb ed surfac es o utsid e active wo rk areas shall b e stab ilized with straw m ulc h applied at a rate o f 4500kg/ha.

Page 1 of 5

Note: The tracking number assigned to your Notification Form is: 100239015 , Date Received on : Feb 15, 2018 12:27:55 PM

Please maintain a record of this tracking number for reference in any future correspondence about your proposal and any relatedfollow-up.

Re: Notice to Habitat Officer / Changes in and about a Stream under Part 3 Water Sustainability Regulation

Your Notification to a Habitat Officer under the Water Regulation (Part 3 of the regulation) regarding your proposal to make changes inand about a stream of the kind described in section 39 of the regulation, has been received.

Please Note: Only changes in and about a stream of the kind listed in the Water Sustainability Regulation (Part 3 "Changes in and Abouta Stream") can proceed on notification and in accordance with requirements of the regulation including any terms and conditionsspecified by a Habitat Officer. An approval under the Water Sustainability Act for the change is otherwise required if the changeproposed is not of the kind listed in section 39 of the regulation.

Under the provisions of the regulation, the Habitat Officer has 45 days following receipt by the Ministry of this notification to requestadditional information from you and to specify additional terms and conditions specific to your proposal, if warranted. A person makinga change in and about a stream under this regulation, other than under section 39(1)(o) to (s) or 39(2) or 39(5), must then make thatchange in accordance with the regulation and any terms and conditions specified by the Habitat Officer (including those furtherdescribed in #1-17 below or as specified subsequently within 45 days of Habitat Officer receipt of this notice).

Therefore, if you have not heard back from the Habitat Officer within 45 days of our receipt of your notice providing you with astatement of any additional terms and conditions specified by the Habitat Officer with respect to your proposal, you may proceed withthe proposed changes in and about a stream but must satisfy the requirements of Part 3 of the regulation and also comply with thefollowing terms and conditions in making those changes:

1. Any work associated with the proposed changes in and about a stream must not cause stream channel instability or increase the riskof sedimentation into the stream.

2. During work onsite, erosion and sediment control materials must be available onsite at all times and must be installed ifsedimentation is likely to occur into the stream. A contingency plan must be developed outlining the measures to be taken by workerswhen carrying out any work to control erosion and sediment.

3. Soil disturbance must not occur in heavy rain conditions and any soil removed must be placed in a location that ensures that sedimentor debris does not enter the stream.

4. Within a work area, water that contains sediment must be pumped to a vegetated area away from the stream where it can seep intothe ground, or to a settling pond that is sufficiently far from the stream to allow sediment to settle out before the water returns to thestream.

5. The disturbance of stream bank vegetation must not occur or be minimized as much as possible.

Page 2 of 5

6. Any areas that are disturbed during the work (such as exposed soil) must be promptly restored at a minimum to the pre-disturbancecondition.Note: Guidance is provided in the Enhancement Section of the Best Management Practices Instream Works

7. If possible, work must be conducted on, and equipment located and operated from, dry land (no water present) and the worksite mustbe isolated from flowing water.

8. Any equipment used in conducting work must be in good mechanical condition and, when operating in close proximity to the wettedperimeter of a stream, the operator must prevent entry of any substance, sediment, debris or material (e.g., hydrocarbons, silt) into thestream so as to prevent harm to fish, wildlife or the aquatic ecosystem of a stream. Note that Section 46 of the Water Sustainability Actprohibits the introduction of foreign matter into a stream. Failure to comply may result in a remediation order and it is also an offence todo so.

9. The original rate of water flow in the stream (existing prior to commencing work) must be maintained upstream and downstream ofthe worksite during all phases of instream activity associated with the work.

10. When work requires de-watering or isolation of the worksite in the stream, a permit for the salvage of fish and wildlife must beobtained prior to commencing work. All required salvage permits must be obtained from FrontCounter BC :http://www.frontcounterbc.gov.bc.ca/. Any salvage must be carried out by a qualified environmental professional (such as an R.P.Bio.).

11. Following de-watering or isolation of the worksite, stream flow must be returned gradually to the de-watered or isolated area withinthe stream and not in a single sudden rush so as to avoid erosion of the stream channel and sediment delivery to the stream.

12. The stream channel width must not change as a result of the work.

13. Any materials, such as riprap or gabion rock, placed within the stream must be clean and not contain substances that could beharmful to fish, wildlife or the aquatic ecosystem of the stream.

14. Any areas disturbed as part of the work must be restored as close as possible to their pre-disturbance condition. Any soil exposed atthe worksite must be promptly re-vegetated.

15. Subject to section 16 and 17 below, the work must be completed during the timing window for the stream in respect of which thechanges are proposed. The applicable timing window (by region and/or by stream) are specified in the following links (see below) andare designed to protect fish, wildlife or the aquatic ecosystem of a stream. To determine the timing window, please select the relevantregion from the map:http://www.frontcounterbc.ca/pdf/RegionMap.pdfand then determine the applicable timing window:*Regional Timing Windows:http://www2.gov.bc.ca/gov/content/environment/air-land-water/water/water-licensing-rights/working-around-water/regional-terms-conditions-timing-windows< <for that region and for the stream where the proposed changes will be made.For projects proposed to take place outside these timing windows, please see section 16 and 17 below

16. In addition to the timing windows specified in section 15 above, work may be carried out during the following times provided theserequirements are met when the changes are carried out:

Page 3 of 5

i. If the stream channel is naturally dry (no flow) or frozen to the bottom at the worksite and the instream work / activity associated withthe proposed change will not adversely impact fish, wildlife or the aquatic ecosystem of the stream (e.g. not result in any substance,sediment, debris or other material entering or leaching into the stream that would adversely affect fish, wildlife or the aquaticecosystem),

ii. In the construction of a winter crossing, the stream channel is frozen to the bottom at the worksite and related work does notadversely impact the stream channel (including stream bed and banks), or fish, wildlife or the aquatic ecosystem of the stream, orimpede their passage (in both directions) in the stream.

17. If your work is proposed outside of the timing window (as described in section 15 above), you must retain a qualified environmentalprofessional (such as an R.P. Bio.). The professional will be responsible for providing a written technical rational that assesses andaddresses the risks of the proposed changes in and about a stream, including proposing site specific mitigation (e.g. an Erosion ControlPlan that identifies contingency measures and emergency procedures related to the proposal) and onsite monitoring of theirimplementation. This document must be submitted to the Habitat Officer via Front Counter B.C. with reference to your file number(shown on top of this document).In proceeding outside the timing window in accordance with recommendations by your qualified environmental professional, you mustcomply with any measures specified by that professional to prevent impacts on the stream channel (including stream bed and banks) orfish, wildlife or the aquatic ecosystem of the stream, as well as any Habitat Officer terms and conditions specified in the confirmation ofreceipt of your original Notice.

In summary, you must meet the terms and conditions described above, as well as any additional terms and conditions specified by theHabitat Officer in respect of your proposal within 45 days of the Ministry's receipt of your notice, if any were specified. In addition, youmust also meet any other requirements of the regulation, as are described in Part 3 of the Water Sustainability Regulation found athttp://www.bclaws.ca/

Also, for assistance to the public, the Province has developed clear guidance/practices, also referred to as best management practices,for working around water and for designing and implementing different types of changes in and about a stream, particularly in respectof instream works. This information in combination with the terms and conditions described above, including any additional HabitatOfficer terms and conditions specified, if all followed, will help ensure that your changes in and about a stream will be compliant withthe regulation and related legislation, as well as minimizing impacts on the environment (including related fish, wildlife and the aquaticecosystem) in the stream and stream channel.

Follow the links and website directions (see below) to review the provincial guidance/practices provided for your proposed works.Please be advised that these documents may contain information which may be the subject of change due to amendments to thefederal Fisheries Act and/or to related processes by Fisheries and Oceans Canada (DFO). Current up-to-date information on DFO processand legislation can be found at : http://www.dfo-mpo.gc.ca/pnw-ppe/index-eng.html

Province of BC Guidance / Practices:

Best Management Practices (BMP's) for Instream Works. When using this guide go to the list of "Guidebook Chapters" and select theappropriated chapters to match the specific activities relevant to your proposal for changes in and about a stream.

*Region specific BMP's for Instream Works links directly to other specific BMP pages for particular streams and regions (e.g. Shuswapand Mara foreshore guidelines): http://www.env.gov.bc.ca/wld/instreamworks/index.htm#* Standards and Best ManagementPractices for InstreamWorks:http://www2.gov.bc.ca/assets/gov/environment/air-land-water/water/water-rights/standards_bp_instream_work.pdf*Instream works: http://www.env.gov.bc.ca/wld/instreamworks/index.htm

*User's Guide to Working In and Around Water : http://www.env.gov.bc.ca/wsd/water_rights/cabinet/working_around_water.pdf

* Water Licences and Approvals:http://www2.gov.bc.ca/gov/content/environment/air-land-water/water/water-licensing-rights/working-around-water<<* Apply for aChange Approval or Submit Notification of Instream work:

Page 4 of 5

http://www2.gov.bc.ca/gov/content/environment/air-land-water/water/water-licensing-rights/water-licences-approvals/apply-for-a-change-approval-or-submit-notification-of-instream-work<<*Exemption from approval or notification:http://www2.gov.bc.ca/gov/content/environment/air-land-water/water/water-licensing-rights/working-around-water/exemptions-from-approval-or-notification

Final Note: It is the responsibility of persons intending to carry out changes in and about a stream, as described under Part 3 of theWater Sustainability Regulation:

* To ensure that all sections of the Notice form are properly completed;

* To comply with federal, provincial and municipal enactments, including but not limited to the Water Sustainability Act (and itsregulations), Fisheries Act (Canada), Wildlife Act (BC) or the Navigation Protection Act (Canada), as well as local government bylaws andregulations, as may be applicable to proposed changes and related works or activities; and

* To obtain the approval of the landowner for proposed changes and related works or activities intended to take place on private landor premises or to use any privately owner works, before proceeding.

Please be advised that, in the event of non-compliance with the requirements of the regulation (including habitat officer terms andconditions), it is the responsibility of persons carrying out changes in and about a stream:

* To report non-compliance with the regulation within 72 hours and then to take measures to remedy the non-compliance, as may bespecified by a Water Sustainability Act Engineer, as well as to comply with any additional terms and conditions specified by the HabitatOfficer; and

* To report damage to an aquatic ecosystem within 72 hours to a Habitat Officer and then to restore and repair the habitat to the statethat existed before the damage was caused or as directed by the Habitat Officer.

For information, the Ministry may undertake review and inspection of specific changes in and about a stream and related works andactivities to confirm compliance with:

* The requirements of the regulation

* Habitat Officer terms and conditions, including those listed in this document or any later specified by the Habitat Officer,

* Any site specific measures and mitigations specified by a qualified environmental professional for in-stream projects carried outoutside accepted timing windows, and

* Any other applicable enactments

In cases of demonstrated non-compliance with legal requirements, compliance and enforcement actions may subsequently beundertaken by the Ministry where circumstances warrant.

For further information, please consult the Ministry websites listed above, as well as:http://www2.gov.bc.ca/gov/content/environment/air-land-water/water/water-licensing-rights/working-around-water

Please contact FrontCounter B.C. with any questions regarding these requirements

Protection of Privacy: The collection, use and disclosure of personalinformation by the provincial government is governed by the Freedom of Information an Protection ofPrivacy Act<. Additional authoritiesare provided in the Water SustainabilityAct<. Note that, in providing this Noticeto the Ministry, you are consenting to the collection, use and disclosure ofany personal information provided by you in the Notice. See Sections 12 and 38 (3) of the WaterSustainability Regulation. Note: UnderSection 44(1) of the regulation, “timing window”, in relation to a stream,

Page 5 of 5

means a period of the calendar year, specified by a habitat officer, duringwhich changes in and about a stream can be made without causing a significantharm to fish, wildlife or the aquatic ecosystem of the stream. These were previously know as “least risk”timing windows. As noted above, pleaseselect the relevant region from this map (first link below) and then determinethe applicable timing window for that region using the second link for RegionalTiming Windows:http://www.frontcounterbc.ca/pdf/RegionMap.pdf*Regional Timing Window:http://www2.gov.bc.ca/gov/content/environment/air-land-water/water/water-licensing-rights/working-around-water/regional-terms-conditions-timing-windows<<

Thank You

Ron Diederichs, Habitat Officer West Coast Region

Kristina Robbins, Habitat Officer South Coast Region

Lora Nield, Habitat Officer Thompson Okanagan Region

Mike Knapik, Habitat Officer Kootenay Boundary Region

Robbin Hoffos, Habitat Officer Cariboo RegionJocelyn Campbell, Habitat Officer Skeena Region

James Jacklin, Habitat Officer Omineca Region

Joelle Scheck, Habitat Officer North East Region