THE MANITOBA WATER SERVICES BOARD … 1 of 5 ae# 2017-4963 the manitoba water services board tender...

71
Page 1 of 5 AE# 2017-4963 THE MANITOBA WATER SERVICES BOARD TENDER PROJECT NO.: 1390 TOWN OF NIVERVILLE CONTRACT 1: RAW WATER PIPELINE

Transcript of THE MANITOBA WATER SERVICES BOARD … 1 of 5 ae# 2017-4963 the manitoba water services board tender...

Page 1 of 5

AE# 2017-4963

THE MANITOBA WATER SERVICES BOARD

TENDER

PROJECT NO.: 1390

TOWN OF NIVERVILLE

CONTRACT 1: RAW WATER PIPELINE

Page 2 of 4

Table of Contents

TENDER DOCUMENTS NO. OFPAGES

MWSB PART 1 Instructions to Bidders 13

MWSB PART 2 Insurance, Performance Security and Safety Requirements 5

MWSB PART 3 Tender Forms –including:

A. Tender Submission:

Tender Form - Form No. MWSB 3A 3Schedule of Prices - Form No. MWSB 3B 1Bid Bond and Agreement to Bond - Form No. MWSB 3C 2Irrevocable Standby Letter of Credit and Undertaking – Form No.MWSB 3D

2

B. Tender Acceptance:

Performance Bond - Form No. MWSB 3E 2Labour and Materials Payment Bond - Form No. MWSB 3F 3Irrevocable Standby Letter of Credit - Form No. MWSB 3G 2Bidder’s Certification Form - Form No. MWSB 3H 2Subcontractor’s Certification Form - Form No. MWSB 3I 2

Page 3 of 4

SPECIFICATIONS

The Manitoba Water Services BoardSTANDARD CONSTRUCTION SPECIFICATIONS* Sept. 2013

*Note: Refer to MWSB Website:http://www.mbwaterservicesboard.ca/standard-construction-specs.html

for updates to these Specifications.It is the responsibility of the holder of these Specifications to maintain the most recent update.

SECTION TITLE REVISIONDATE

NO. OFPAGES

DIVISION 1 – General

MWSB 1000 General ConditionsTraffic Control MIT Work Zone Traffic Control Manualhttp://www.gov.mb.ca/mit/contracts/workzone.html#manual

May 2015 37

DIVISION 2 - Site Work

021160 Clearing and Grubbing Latest 2022180 Pipe Excavation, Bedding and Backfill Latest 11024850 Topsoil and Finish Grading Latest 2024860 Seeding Latest 3027060 Pressure Pipelines Latest 34027070 Highway, Railway, Roadway and Utility Crossings Latest 7

APPENDIXListing of Approved Products Latest 44

Page 4 of 4

ASSOCIATED ENGINEERING SPECIFICATIONS

SECTION TITLE NO. OFPAGES

Section 00 00 05 - Certification Page ............................................................................................................ 1Section 01 00 10 - Special Provisions ........................................................................................................... 9Section 01 27 00 - Measurement and Payment .............................................................................................. 4Section 01 33 00 - Submittal Procedures .............................................................................................. 5Section 01 71 23 - Field Engineering ............................................................................................................ 2Section 02 12 00 - Existing Structures and Utility Works .............................................................................. 3Section 33 05 25 - Horizontal Directional Drilling ........................................................................................ 9

DRAWINGS

4963-01-G-001 Cover4963-01-C-001 Notes and Legend4963-01-C-101 Overall Site Plan4963-01-C-102 5th Avenue STA 0+000 to 0+5704963-01-C-103 5th Avenue STA 0+570 to 1+1604963-01-C-104 Crown Valley Road STA 1+160 to 2+2804963-01-C-105 Crown Valley Road STA 2+280 to 3+4604963-01-C-106 Crown Valley Road STA 3+460 to 4+6304963-01-C-107 Crown Valley Road STA 4+630 to 5+8004963-01-C-108 Crown Valley Road STA 5+800 to 6+9804963-01-C-109 Crown Valley Road STA 6+980 to 8+1404963-01-C-110 Crown Valley Road STA 8+140 to 9+3104963-01-C-111 Crown Valley Road STA 9+310 to 10+2804963-01-C-112 Willow Ridge Road STA 10+280 to 10+447.0044963-01-C-113 Tie In at WTP Site4963-01-C-301 Sections4963-01-C-501 Details

Page 1 of 1

Table of Contents – Instructions to Bidders1. Project Information ...................................................................................................................................... 12. Project Specifications .................................................................................................................................. 13. Work Site Viewing ...................................................................................................................................... 24. Test Hole Digs ............................................................................................................................................. 25. Submission Deadline and Address ............................................................................................................... 26. Inquiries ...................................................................................................................................................... 27. Tender Addendums ..................................................................................................................................... 38. Tender Amendments (including amendments to Tender amounts only) ........................................................ 39. Withdrawal of Tender .................................................................................................................................. 410. Substitutes as Approved Equals ................................................................................................................... 411. Public Opening of Tenders .......................................................................................................................... 512. Tender Submission ...................................................................................................................................... 613. Tender Form ................................................................................................................................................ 614. Schedule of Prices ....................................................................................................................................... 615. Bid Security................................................................................................................................................. 716. Qualification of Bidders ............................................................................................................................... 717. Irrevocable Tenders ..................................................................................................................................... 818. Cost of Tender ............................................................................................................................................. 819. Evaluation of Tenders .................................................................................................................................. 820. Acceptance of Tender and Contract Award .................................................................................................. 8

MWSB PART 1

Page 1 of 10

INSTRUCTIONS TO BIDDERS

1. Project Information

(a) The Manitoba Water Services Board (MWSB) is issuing this Request for Tenders on behalf of theTown of Neepawa for the following project:

PROJECT NO.: 1390

PROJECT NAME: Town of NivervilleContract 1: Raw Water Pipeline

(b) The following is a brief description of the Work required for the project:

Supply and install approximately 10.5 km of 350 mm diameter HDPE DR17 pipe generallyalong 5th Ave within the town of Niverville. Installation will continue along Crown Valley Roadup to Willow Ridge Road, connecting with two existing wells on route. The work will also includethe installation of two (2) new pitless adapters, and a new field access driveway.

Details of the scope of Work required for the project are set out in the project Specifications.

(c) The Work Site is located at:

Generally, in the town of Niverville and surrounding area.

(d) The MWSB’s Engineer is:

Associated Engineering (Sask.) Ltd.Desiree Pastorin, C.E.T.Ph: (204) [email protected]

(e) The MWSB’s Construction Manager is:

R.Lytle, C.E.T. – (204) [email protected]

2. Project Specifications

(a) The specifications are available for download from our website located at:

www.mbwaterservicesboard.ca

Paper copies of documents are no longer available. The Documents, published in PDF format, areviewable and printable on our website. For each Bid Opportunity the documents are presented in sucha way that a person can download individual documents or portions thereof if they do not require all ofthem. However, the bidder is cautioned that they are responsible for the contents of all documents.

MWSB PART 1

Page 2 of 10

(b) The MWSB will keep a list of Bidders who have registered with the MWSB on tendered projects. Thelist of Bidders will be available upon request.

3. Work Site Viewing

(a) Work Site viewing is not mandatory.

(b) The Engineer will be available at the following date and time to provide Bidders with access to theWork Site for viewing:

10:00 am on Monday September 18th, 2017Crown Valley Road at Claremont Drive

(c) Although the Work Site viewing is not mandatory, the MWSB suggests Bidders view the Work Site.

(d) Bidders are not entitled to rely on information received from the Engineer or other third parties at thesite viewing unless MWSB has provided the information in writing in the form of an addendum.

4. Test Hole Digs

(a) The Engineer will conduct test hole digs at the Work Site viewing.

5. Submission Deadline and Address

(a) The Submission Deadline is the date and time specified in the Tender Form.

(a) Tenders must be delivered to the following mailing address:

The Manitoba Water Services BoardUnit # 1A - 2010 Currie Blvd.Brandon, MB R7B 4E7

(c) Faxed or emailed Tenders will not be accepted. Only Tender inquiries, addendum acknowledgements,Tender amendments or requests to withdraw a Tender may be submitted by fax in accordance withSections 6, 7, 8 and 9.

(d) Tenders must be received no later than the Submission Deadline at the above address. Tendersreceived after the Submission Deadline will not be accepted and will be returned to the Bidderunopened.

(e) Tenders must consist of the components as further described in Section 12, and should be submittedin a sealed envelope or package, clearly marked on the outside with the name and address of theBidder, Project No. and Project Name.

(f) It is solely the Bidder’s responsibility to ensure that the Bidder’s Tender is received at the designatedlocation prior to the Submission Deadline.

6. Inquiries

(a) The MWSB will receive inquiries from Bidders by way of a formal process.

MWSB PART 1

Page 3 of 10

(b) All inquiries about the Work or the Tender Documents shall be directed, in writing by fax or by email,at least five (5) business days before the Submission Deadline. Inquiries received after this date maynot be answered. Written inquiries must be directed to:

The MWSB’s Engineer:

Associated Engineering (Sask.) Ltd.Desiree Pastorin, C.E.T.Ph: (204) [email protected]

(c) Bidders may confirm whether an inquiry has or has not been received by the foregoing deadline byphoning the Construction Manager at: (204) 726-6096.

(d) If the MWSB, in its sole discretion, determines that an inquiry will be of interest to all Bidders, it willbe communicated in writing to all Bidders by way of addendum. The source of the inquiry will bekept confidential.

7. Tender Addendums

(a) The Construction Manager may extend the Submission Deadline by issuing an addendum at any timebefore the Submission Deadline or before the date and time previously specified in any addendumextending the Submission Deadline.

(b) Where an error, discrepancy or omission in the Tender Documents has been found, or where theConstruction Manager determines that the Tender Documents require clarification, the ConstructionManager will issue an addendum that addresses the error, discrepancy, omission or ambiguity.

(c) Bidders are responsible for ensuring that they have received all addendums and that they haveconsidered the effect of such addendum in formulating their Tender. Bidders must acknowledgehaving received each addendum in their Tender. Bidders should acknowledge having received eachaddendum and the date on which each was received, in the space provided in the Tender Form for thispurpose. Failure to acknowledge receipt of an addendum may render a Tender non-responsive inaccordance with Section 19. If a Tender is submitted before an addendum is issued, the MWSB willaccept a faxed acknowledgement, provided the acknowledgement is submitted before the SubmissionDeadline. Bidders who submit an acknowledgement by fax should confirm that the fax has beenreceived by the MWSB by phoning The Manitoba Water Services Board at: (204) 726-6076

8. Tender Amendments (including amendments to Tender amounts only)

(a) Bidders may amend Tenders submitted prior to the Submission Deadline (including amendments tothe amounts in the Schedule of Prices) by submitting an amendment clearly identifying the change orby submitting a new Tender that clearly indicates that it is to replace the Tender previously submittedby the Bidder.

(b) All amendments to a submitted Tender must be in writing, submitted on the Bidder’s letterhead, signedby the person(s) who signed the Tender Form, and must be submitted to the MWSB by:

(i) mail or delivery at the address set out in Section 5(b); or

MWSB PART 1

Page 4 of 10

(ii) fax at: 204-726-6290.

(c) If Bidders wish to submit an amendment to the amount(s) in the Schedule of Prices only (withoutsubmitting a new Tender to replace the Tender previously submitted by the Bidder), and wish tosubmit the amendment by fax, the amendment to the amount(s) in the Schedule of Prices must notreveal the original amount(s) or the revised amount(s). The amendment must only state the amount(s)to be added or deducted from the original amount(s) in the Schedule of Prices.

(d) It will be solely the responsibility of the Bidder to ensure that any amendment is received prior to theSubmission Deadline.

(e) The MWSB will not accept responsibility for the content of amendments, or amendments that are, forany reason, not received, delayed, illegible or otherwise improperly received. The MWSB maydisregard amendments that are improperly received.

9. Withdrawal of Tender

(a) Bidders may withdraw a Tender submitted in response to this Request for Tenders by submitting arequest to withdraw in writing to the MWSB by no later than the Submission Deadline.

(b) All requests to withdraw a submitted Tender must be in writing, submitted on the Bidder’s letterhead,signed by the person(s) who signed the Tender Form, and must be submitted to the MWSB by:

(i) mail or delivery at the address set out in Section 5(b); or(ii) fax at: 204-726-6290.

(c) It will be solely the responsibility of the Bidder to ensure that a request to withdraw is received priorto the Submission Deadline.

10. Substitutes as Approved Equals

(a) The Work is based on the Plant, Material or methods (including make, model or trade name orcatalogue reference) specified in the Tender Documents.

(b) Substitutions as an “approved equal” shall only be allowed if application has been made to and priorapproval has been granted by the Engineer in writing in accordance with this Section 10.

(c) Requests for approval of a substitute as an approved equal will not be considered unless received inwriting by the Engineer at least five (5) business days before the Submission Deadline.

(d) Bidders shall ensure that any and all requests for approval of a substitute as an approved equal:

(i) provide sufficient information and details to enable the Engineer to determine the acceptabilityof the Plant, Material or method as an approved equal; and

MWSB PART 1

Page 5 of 10

(ii) certify that the substitute will fully perform the functions called for by the general design, beof equal or superior substance to that specified, is suited to the same use and capable ofperforming the same function as that specified and can be incorporated into the Work, strictlyin accordance with the proposed construction schedule and the dates specified in the TenderForm for Substantial Performance.

(e) The Engineer, after assessing the request for approval of a substitute, may in their sole discretion grantapproval for the use of a substitute as an approved equal or may refuse togrant approval of the substitute.

(f) The Engineer will provide a response in writing, at least two (2) business days prior to the SubmissionDeadline, only to the Bidder who requested approval of the substitute as an approved equal. TheBidder requesting and obtaining the approval of a substitute shall be entirely responsible fordisseminating information regarding the approval to any person or persons they wish to inform.

(g) If the Engineer approves a substitute as an approved equal, any Bidder may use the approved equal inplace of the specified item.

(h) The MWSB has published an “Approved Products List” to assist Bidders in determining whether aparticular product will conform to the requirements of the Specifications or Drawings. A copy of theApproved Products List is available on the MWSB’s website athttp://www.mbwaterservicesboard.ca/pubs/specs/listing-of-approved-products-rev.pdf. If a particularproduct falls into a category included in the Approved Products List, only those specified approvedproducts identified in the Approved Products List shall be permitted to be used.

11. Public Opening of Tenders

(a) Tenders shall be opened publicly at the address identified in Section 5(b) promptly after theSubmission Deadline.

(b) Bidders or their authorized representatives may attend the opening.

(c) After a cursory review of the Tenders, the total Tender prices and names of Bidders, whose Tendersare considered at this time to be sufficiently compliant for the purposes of the public opening will beread out. If bid security has been called for but the Tender is not accompanied by such bid security,the Tender will not be considered sufficiently compliant for the purposes of the public opening andwill be rejected at this time. The MWSB will also confirm that the Tender Forms acknowledge receiptof all addenda issued.

(d) A Tender that has been considered compliant for the purposes of the public opening has not beenevaluated sufficiently to determine whether it should be given a passing grade under Section 19. AllTenders for which the total Tender prices were read out will be formally evaluated after the publicopening in accordance with Section 19.

MWSB PART 1

Page 6 of 10

12. Tender Submission

(a) The Tender submission must consist of the following components:

(i) Tender Form – Form No. MWSB 3A;(ii) Schedule of Prices – Form No. MWSB 3B; and(iii) Bid Security:

(aa) Bid Bond and Agreement to Bond – Form No. MWSB 3C; or(bb) Irrevocable Standby Letter of Credit and Undertaking – Form No. MWSB 3D

(b) In addition to Section 12(a), the Bidder should include the written correspondence from the Engineerapproving a substitute in accordance with Section 10 (if applicable).

13. Tender Form

(a) The Bidder must complete the Tender Form (using Form No. MWSB 3A), making all required entries.

(b) No change shall be made in the wording of the Tender Form.

(c) The Tender Form must be signed and dated by the Bidder. The name and official capacity of theperson(s) signing the Tender Form must be printed below the signature(s).

14. Schedule of Prices

(a) Bidders must complete the Schedule of Prices (using Form No. MWSB 3B) by showing:

(i) a unit price for each item for which a quantity is given;(ii) a lump sum price for each lump sum item given; and(iii) the total Tender price.

(b) Prices shall be quoted in Canadian funds.

(c) The unit or lump sum prices quoted shall be all inclusive, and shall include: (i) the cost of the variousitems of Work as set forth in the Contract; (ii) the cost to furnish all Material (except as otherwiseprovided in the Contract); (iii) the cost to furnish all Plant, labour, transportation and incidentalsnecessary for the proper completion of the Work which the Contractor is required to do in accordancewith the terms and conditions of the Contract; and (iv) all insurance, Worker's Compensation, vacationpay, custom duties, provincial salestax, excise taxes (except the Federal Goods and Services Tax (G.S.T.) and all other charges, costs andassessments. G.S.T. shall be identified separately in the space provided in the Schedule of Prices.

(d) Bidders acknowledge that the quantities shown on the Schedule of Prices are estimates only. TheMWSB will use the quantities for the purpose of comparing Tenders. The actual quantities may beconsiderably greater or considerably less than the quantities shown on the Schedule of Prices.Separate prices must be submitted for each item set forth on the Schedule of Prices.

(e) The quantities for which payment will be made will be based on the Work actually performed andcompleted by the Contractor, as measured and determined by the MWSB Engineer in accordance withthe applicable Specifications, Measurement and Payment provisions and the General Conditions.

MWSB PART 1

Page 7 of 10

(f) The MWSB reserves the right to include an Extra Work Allowance in the Schedule of Prices in anamount specified by the MWSB. If an Extra Work Allowance is included, Bidders shall include it inthe total Tender price. The Extra Work Allowance shall be used to account for payment for Changesin the Work, if any, in accordance with GC:5.18 of the General Conditions.

15. Bid Security

(a) Bidders must provide bid security in the form of:

(i) a bid bond, in the amount of at least ten percent (10%) of the total Tender price, and anagreement to bond of a company registered to conduct business of a surety in the Province ofManitoba, in the form included at Form No. MWSB 3C; or

(ii) an irrevocable standby letter of credit, in the amount of at least ten percent (10%) of the totalTender price, and undertaking issued by a bank or other financial institution registered to conductbusiness in the Province of Manitoba and drawn on a branch located in the Province of Manitoba, inthe form included at Form No. MWSB 3D.

(b) Bidders are advised that a certified cheque is not an acceptable form of bid security.

(c) Bidders may review the Annual Report of the Superintendent of Insurance at websitehttp://www.gov.mb.ca/firb/reports.html for a list of sureties, banks or other financial institutions thatare registered to conduct business in the Province of Manitoba.

(d) The bid securities of the unsuccessful Bidders will not be returned to Bidders unless requested inwriting.

16. Qualification of Bidders

(a) As part of its evaluation of the Tenders, the Construction Manager may require Bidders to submit thefollowing information:

(i) proof that the Bidder is incorporated or otherwise properly registered to carry on business inManitoba;

(ii) proof that the Bidder is financially capable of carrying out the terms of the Contract;

(iii) proof that the Bidder has successfully carried out works of a similar nature or is fully capableof performing the Work in accordance with the Contract;

(iv) any other information requested by the MWSB.

(b) Bidders must be prepared to submit, within 3 business days of a request by the Construction Manager,proof satisfactory to the MWSB of the qualifications of the Bidder as listed above.

(c) Failure to provide the information requested by the Construction Manager within time frame set outin Section 16(b) may result in the Tender being considered non-responsive in accordance with Section19.

MWSB PART 1

Page 8 of 10

17. Irrevocable Tenders

(a) Tenders shall be irrevocable and open for acceptance for the time period specified on the TenderForm.

(b) The acceptance by the MWSB of any Tender shall not release the next lowest evaluated responsiveTender and this Bidder shall be bound by its Tender on such Work for the time period specified onthe Tender Form.

18. Cost of Tender

(a) Costs incurred in the preparation, presentation and submission of a Tender shall be borne entirely bythe Bidder.

19. Evaluation of Tenders

(a) Tenders will be evaluated based on the following evaluation criteria:

(i) compliance by the Bidder with the requirements of the Tender Documents pass / fail

(ii) qualifications of the Bidder pass / fail

(iii) total Tender price

(b) Further to Section 19(a):

(i) the MWSB may reject a Tender as being non-responsive if the Tender submission isincomplete, obscure or conditional, or contains additions, deletions, alterations or otherirregularities.

(ii) the MWSB shall reject a Tender from a Bidder who does not demonstrate in the Tendersubmission or in other information required to be submitted, that the Bidder is responsibleand qualified.

(iii) arithmetical calculations in the Schedule of Prices will be checked. Addition errors will becorrected. If the unit price quoted for an item, when multiplied by the estimated quantitiesfor that item does not result in the total price quoted for that item, the Bidder will be bound tosupply the item at the unit price quoted and the MWSB will correct the multiplication errorso that the total price quoted for that item equals the product of the unit price quoted and theestimated quantities.

(c) Tenders will be ranked on the basis of total Tender price quoted for the Work, as adjusted if necessaryto account for arithmetical errors.

20. Acceptance of Tender and Contract Award

(a) If the MWSB decides to accept a Tender, it will accept the Tender from the Bidder who submitted thelowest evaluated responsive Tender.

MWSB PART 1

Page 9 of 10

(b) The MWSB has no obligation to accept any Tender, even where one or all of the Bidders have beendetermined to be responsive and qualified, and the Tenders are determined to be responsive. Withoutlimiting the generality of the foregoing, the MWSB will have no obligation to accept a Tender where:

(i) the prices exceed the available funds for the Work;(ii) the prices are materially in excess of the prices received by the MWSB for similar work in the

past;(iii) the prices are materially in excess of the MWSB’s cost to perform the Work, or a significant

portion thereof, with its own forces;(iv) the prices are unbalanced; or(v) only one Tender is received; or(vi) in the judgment of the MWSB, the interests of the MWSB would best be served by not

accepting the Tender.

(c) If the MWSB’s decides to accept a Tender, the MWSB will signify its conditional acceptance bypreparing and forwarding to the Bidder an acceptance letter.

(d) The MWSB’s acceptance of a Tender is conditional upon the Bidder submitting the followingdocuments within eight (8) calendar days after receiving the conditional acceptance letter:

(i) evidence of Insurance;(ii) evidence of Workers Compensation Board coverage;(iii) Performance Security;(iv) Bidder’s Certification Form;(v) evidence of COR, SECOR or COREL;(vi) Construction Schedule; and(vii) Site Safety Plan.

See Insurance, Performance and Safety Requirements – MWSB PART 2 for further instructions forthe above documents.

(e) Subject to the foregoing conditions having been met, the MWSB will, in due course, sign the“Acceptance” in the Tender Form and return a fully signed copy to the Bidder for its records. Oncethe “Acceptance” in the Tender Form has been signed by the MWSB, it shall constitute the bindingContract between the MWSB and the Bidder for the Work.

(f) As an alternative to the “Acceptance” in the Tender Form, the MWSB may forward three (3) copiesof an agreement to the Bidder for the Bidder’s signature at the same time as the MWSB sends theacceptance letter to the Bidder. In such an event, the Bidder shall sign and return all copies of theagreement to the MWSB within the eight (8) calendar day period stipulated in Section 20(d). TheMWSB will, in due course, sign the copies of the agreement and return one fully signed copy for theBidder's records.

(g) The Contract shall consist of all the documents described in GC:1.1(f) of the General Conditions.

(h) If the Bidder fails to comply with the above noted conditions, the MWSB may, in its sole discretion,cancel its conditional acceptance. In such an event, the MWSB shall be entitled to retain the bidsecurity accompanying the Tender as liquidated damages, and the MWSB may accept the Tender ofthe next lowest evaluated responsive Bidder.

MWSB PART 1

Page 10 of 10

(i) The Bidder shall not start any work until the above noted conditions have been fulfilled and theMWSB has signed the “Acceptance” in the Tender Form or the agreement and authorized thecommencement of the Work.

MWSB PART 2

Page 1 of 4

INSURANCE, PERFORMANCE SECURITY AND SAFETY REQUIREMENTS

In accordance with Section 20(d) of the Instructions to Bidders – MWSB PART 1, the Bidder must provide theConstruction Manager with the documents as described herein, within eight (8) calendar days after receiving theacceptance letter from the MWSB:

1. Insurance

Insurance Requirements: Except as otherwise expressly provided in the Tender Documents, the Contractorshall, at the Contractor’s expense, maintain the following insurance:

(a) Wrap-Up Liability Insurance

This policy shall provide for coverage against claims for personal injury, bodily injury or death, ordamage to third party property as a result of the construction of the project, with minimum limits ofcoverage of $5,000,000. (Five Million Dollars) per occurrence.

This policy shall be project specific (i.e. provide single project coverage), and provide coverage forthe Contractor and all Subcontractors involved in the Work, as well as the MWSB, the Engineer andits subconsultants (if the Engineer is a third party consultant) and their officers, employees and agents.

This policy shall be endorsed as necessary to cover products; completed operations; contingentemployer’s liability, and including shoring, blasting, excavating, underpinning, demolition, piledriving and caisson work, work below ground surface, tunneling and grading, as applicable. Thecoverage shall also include cross liability, premises and operations, blanket contractual, extendedbodily injury, broad form property damage and non-owned automobile liability.

(b) Builders’ Risk Insurance

This policy shall provide for all risks coverage at full replacement cost for all property relating to theproject (including any equipment supplied by the MWSB, and boiler and machinery insurance, asapplicable) for an amount not less than the total estimated construction cost of the project.

This policy shall remain in effect until ten (10) calendar days after Substantial Performance of theWork.

This policy shall be in the joint names of the MWSB and the Engineer (if the Engineer is a third partyconsultant), the Contractor and all Subcontractors involved in the Work, and shall provide that, in thecase of a loss or damage, payment shall be made to the MWSB and the Contractor, as their respectiveinterests may appear.

(c) Automobile Liability Insurance

This insurance shall provide coverage for automobile public liability and property damage on alllicensed vehicles owned or operated by the Contractor, its Subcontractors, or any of their officers,employees or agents under the Contract and used in the performance of the Work, with minimumlimits of coverage of $2,000,000 (Two Million Dollars) per vehicle.

MWSB PART 2

Page 2 of 4

(d) Contractor’s Equipment Insurance

The Contractor shall be responsible for insuring construction machinery and equipment used by theContractor in the performance of the Work.

Insurers: The policies required shall be underwritten by insurers acceptable to the MWSB.

Period of Insurance: Unless otherwise stipulated, the policies shall be effective from the date ofcommencement of Work and shall be maintained until the day of issue of the Engineer’s certification ofFinal Completion, and in the case of completed operations coverage and claims-made based policies for aperiod of at least twenty-four (24) months following completion of all Work under the Contract.

Notification: The insurance policies must include a provision that thirty (30) days prior written notice shallbe given by the insurer to the MWSB in the event of any material change in, cancellation of, expiration ofcoverage or amendment restricting coverage specific to the Contract.

Indemnification: The insurance coverage required shall in no way limit the Contractor’s obligations underthe Contract. Any additional coverage the Contractor may deem necessary to fulfill the Contractor’sobligations under the Contract shall be at the Contractor’s own discretion and expense.

Evidence of Insurance: The Bidder shall provide the Construction Manager with Certificates of Insuranceor certified copies of the Wrap-Up Liability, the Builders’ Risk and the Automobile Liability policies asevidence of the required insurance.

2. Workers Compensation

Workers Compensation Board of Manitoba: The Contractor shall be registered with the WorkersCompensation Board of Manitoba (even when such registration is not required by The Worker’sCompensation Act (Manitoba). The Contractor shall maintain such coverage in good standing throughoutthe term of the Contract.

Evidence of Workers Compensation Board Coverage: The Bidder shall provide a clearance letter from theWorker’s Compensation Board of Manitoba as written evidence that the Bidder is registered and in goodstanding with the Workers Compensation Board of Manitoba. A clearance letter may be obtained online atthe Worker’s Compensation Board of Manitoba website at: http://www.wcb.mb.ca/clearances. Theclearance letter must be dated no earlier than the issue date of the Tender.

3. Performance Security

Obligation to Provide Performance Security: The Contractor shall, at its own expense, provide and maintainperformance security until the expiration of the warranty period in the form of:

(a) a performance bond of a company registered to conduct the business of a surety in Manitoba, in theform attached to the Tender Documents (Form No. MWSB 3E - Performance Bond), in the amount offifty percent (50%) of the Contract Price; and

(b) a labour and materials payment bond of a company registered to conduct the business of surety inManitoba, in the form attached to the Tender Documents (Form No. MWSB 3F - Labour and MaterialsPayment Bond), in the amount of fifty percent (50%) of the Contract Price.

MWSB PART 2

Page 3 of 4

OR

(c) an original irrevocable standby letter of credit in the form attached to the Tender Documents (FormNo. MWSB 3G - Irrevocable Standby Letter of Credit), in the amount of fifty percent (50%) of theContract Price. The irrevocable standby letter of credit shall be issued by a bank or other financialinstitution registered to conduct business in Manitoba, and shall be drawn on a branch located inManitoba.

Evidence of Performance Security: The Bidder shall provide the Construction Manager with the requiredperformance bond and labour and material payment bond or irrevocable standby letter of credit as evidenceof the required performance security.

4. Bidder’s Certification Form

In accordance with the Government of Manitoba’s Tendering Requirements Policy, the Bidder shall provideBidder’s Certification Form – Legislative and Safety Requirements (Form No. MWSB 3H).

This form must be fully completed and signed and dated by the Bidder.

5. COR, SECOR or COREL

MWSB’s Requirements: The Contractor shall have a valid Certificate of Recognition (COR), SmallEmployer Certificate of Recognition (SECOR) or COR Equivalency Letter (COREL) issued in accordancewith the Canadian Federation of Construction Safety Association COR program. Current registration in aCOR safety program with either the Manitoba Heavy Construction Association or the Construction SafetyAssociation of Manitoba is not sufficient for the Contractor.

Note: It is sufficient for a Subcontractor to be registered in a COR safety program with either the ManitobaConstruction Association or the Construction Safety Association of Manitoba.

Evidence of COR, SECOR or COREL: The Bidder shall provide a letter from the Manitoba HeavyConstruction Association or the Construction Safety Association of Manitoba as written evidence that theBidder has a valid Certificate of Recognition (COR), Small Employer Certificate of Recognition (SECOR)or COR Equivalency Letter (COREL) issued in accordance with the Canadian Federation of ConstructionSafety Association COR program. The letter must show the COR, SECOR or COREL expiry date.

6. Construction Schedule

The Bidder shall provide a construction schedule which outlines the Bidder’s plan for completing the Work.The Bidder should include details about the sequencing and timing of the major activities of the Work in theschedule.

All dates and time periods in the construction schedule shall be consistent with the dates and time periods asspecified in the Tender Form and the Special Provisions.

MWSB PART 2

Page 4 of 4

7. Site Safety Plan

The Bidder shall prepare and submit a site safety plan that meets the requirements of The Workplace Safetyand Health Act. This plan shall include but is not limited to all items listed below:

(a) Hazard/Risk Assessment Practices and Procedures, including planned site safety inspections andaccident/incident investigation procedures; and

(b) Emergency Response Plan and Procedures.

SUBCONTRACTOR DOCUMENTS

The Bidder should note that if they are successful (and if they propose to subcontract any portion of the Work), theBidder will also be required to submit the following subcontractor documents in accordance with the Governmentof Manitoba’s Tendering Requirements Policy and Apprenticeship Training and Development Policy, as writtenevidence of compliance with these policies:

(a) Subcontractor’s Certification Form – Legislative and Safety Requirements (Form No. MWSB 3I) –this form must be fully completed and signed and dated by the Subcontractor(s); and

(b) Subcontractor’s Apprenticeship Policy Compliance Letter – these letters must be obtained fromApprenticeship Manitoba at the address specified in Section 6 above.

The Bidder shall be responsible for obtaining these documents from each of its Subcontractors who will be directlyparticipating in any construction activities on the Work Site.

It is not required that the Bidder submit these Subcontractor documents within the time specified in Section 20(d)of –the Instructions to Bidders – MWSB PART 1. The Bidder, however, must provide these documents from eachof its Subcontractors to the Construction Manager before that Subcontractor begins work on the Work Site.

MWSB 3A

Page 1 of 3

THE MANITOBA WATER SERVICES BOARD

T E N D E R F O R M

Project No. MWSB 1390

Project Name Town of NivervilleContract 1: Raw Water Pipeline

Submission Deadline Date: September 22, 2017Time: Before 11:00 a.m. prevailing Brandon time

Bidder

(mailing address ifdifferent)

__________________________________________________________Name of Bidder

__________________________________________________________Street

__________________________________________________________City Province Postal Code

__________________________________________________________Street or P.O. Box

__________________________________________________________City Province Postal Code

Contact Person The Bidder hereby authorizes the following contact person to represent the Bidderfor purposes of the Tender.

__________________________________________________________Contact Person Title

__________________________________________________________Telephone Number Facsimile Number

___________________________________Email Address:

Definitions All capitalized terms used in the Contract shall have the meanings ascribed to themin the General Conditions unless the context otherwise requires.

Offer The Bidder hereby offers to perform the Work in accordance with theContract for the price quoted by the Bidder, as set out in the Schedule of Prices.

MWSB 3A

Page 2 of 3

Tender Documents The Bidder agrees that the Tender Documents in their entirety shall be deemed tobe incorporated in and shall form a part of this Tender notwithstanding that not allparts are necessarily attached to or accompany these Tender Documents.

Time This Tender shall be open for acceptance, binding and irrevocable for a period ofsixty (60) calendar days after the Submission Deadline.

Time to Complete theWork

In accordance with GC:10 of the General Conditions, the Bidder agrees to achieveSubstantial Performance:

On or before: March 1, 2018 and within 40 working days.

Liquidated Damages In accordance with GC:10.6 of the General Conditions, the Bidder acknowledgesand agrees that if it fails to achieve Substantial Performance in accordance with thedates specified in the Contract, the Bidder will be required to pay the MWSB thefollowing amounts per Working Day as liquidated damages for each and everyWorking Day which the failure continues:

Liquidated Damages: $1,500 per working day.

Addenda The Bidder certifies that the following addenda have been received and agrees thatthey shall be deemed to form a part of the Contract:

No. ___________ Dated ______________________

___________ ______________________

___________ ______________________

___________ ______________________

___________ ______________________

Signatures In witness whereof the Bidder or the Bidder’s authorized official or officials have

signed this _____ day of __________________, 20____.

_____________________________________________________(seal)Signature of Bidder or Bidder’s Authorized Official or Officials

__________________________________________________________(Print name and official capacity of individual whose signature appears above)

MWSB 3A

Page 3 of 3

ACCEPTANCE

The MWSB hereby accepts the above Tender submitted by the Bidder,

__________________________________________________ (hereinafter, called the “Contractor”) for(insert legal name of Bidder)

Project No.: MWSB # 1390

Project Name: Town of NivervilleContract 1: Raw Water Pipeline

Project Description: Supply and install approximately 10.5 km of 350 mm diameter HDPE DR17 pipegenerally along 5th Ave within the town of Niverville. Installation will continuealong Crown Valley Road up to Willow Ridge Road, connecting with two existingwells on route. The work will also include the installation of two (2) new pitlessadapters, and a new field access driveway.

Name of Surety:

and agrees that such acceptance shall constitute the binding Contract between the MWSB and the Contractor forthe Work.

The MWSB hereby confirms that the Contract Price for the Work is: $__________________________.

Dated this _________ day of ______________, 20 ____.

FOR THE MANITOBA WATER SERVICES BOARD:

____________________________________ ________________________________(seal)Print Name and Title Signature

MWSB 3B

Page 1 of 1

SCHEDULE OF PRICES - PROJECT NO. MWSB 1390

ItemNo. Description Approx.

Quantity Unit Unit Price$0.00

Total Price$0.00

1.0 RAW WATER PIPELINE

1.1 Pressure Pipeline

1.1.1 350 mm dia. HDPE DR17 Pipe 10,500 Lin. m.

1.2 Crossings

1.2.1 PTH 59 1 Each

1.3 Gate Valve

1.3.1 350 mm 4 Each

1.3.2 150 mm 2 Each

1.4 Flushout Assembly

1.4.1 350 mm Offline 2 Each

1.4.2 350 mm End of Line 1 Each

1.5 Field Approach

1.5.1 Field Approach 1 LS

1.6 Connections

1.6.1 Raw Water Well 2 LS

1.6.2 Existing Raw Water Line @ WTP Site 1 LS

1.7 Bedding Sand

1.7.1 Bedding Sand 1000 m3

EXTRA WORK ALLOWANCE $100,000.00

Sub-total

*PST must be included in unit prices. GST (5%)

TOTAL TENDER PRICE

_________________________Name of Bidder

MWSB 3C

Page 1 of 2

B I D B O N D

KNOW ALL MEN BY THESE PRESENTS THAT:

_______________________________________ of __________________________________________(Name of Bidder) (Place) (the “Principal”)

and_______________________________________ of __________________________________________(Name of Surety) (Place) (the “Surety”)

as Surety, are held and firmly bound unto The Manitoba Water Services Board (the “MWSB”) in the sum of tenpercent (10%) of the total Tender price set out in the Tender hereinafter described, for the payment of which sumthe Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly andseverally, firmly by these presents.

WHEREAS the Principal has submitted a Tender to the MWSB dated the _____ day of_____________, 20 ____,for

MWSB Tender for:Project No.: MWSB # 1390

Project Name: Town of NivervilleContract 1: Raw Water Pipeline

Project Description: Supply and install approximately 10.5 km of 350 mm diameter HDPE DR17 pipegenerally along 5th Ave within the town of Niverville. Installation will continuealong Crown Valley Road up to Willow Ridge Road, connecting with two existingwells on route. The work will also include the installation of two (2) new pitlessadapters, and a new field access driveway.

as more fully set out in the Specifications referred to in the Tender Documents.

NOW THEREFORE the condition of this obligation is such that if the Tender of the Principal is not accepted, or ifthe said Tender is accepted, and the Principal, in accordance with the terms of the Tender, enters into a Contractwith the MWSB and furnishes the required performance security for guaranteeing the faithful performance, labourand materials of the Contract, this obligation shall be void, but otherwise shall remain in full force and effect.

SIGNED, SEALED AND DELIVERED the ______ day of _____________, 20 ___.

SIGNED, SEALED AND DELIVEREDin the presence of

_______________________________________________________________

_______________________________sealPrincipal

____________________________ __________________________________

_______________________________sealSurety

MWSB 3C

Page 2 of 2

A G R E E M E N T T O B O N D (to be attached to and form part of Bid Bond)

The Surety on the attached Bid Bond hereby undertakes and agrees with THE MANITOBA WATER SERVICESBOARD to become bound as Surety for the Principal,

________________________________________ of _________________________________________(Name of Bidder) (Place)

the Bidder to you on _____________________, 20_______ for

MWSB Tender for:Project No.: MWSB # 1390

Project Name: Town of NivervilleContract 1: Raw Water Pipeline

Project Description: Supply and install approximately 10.5 km of 350 mm diameter HDPE DR17 pipegenerally along 5th Ave within the town of Niverville. Installation will continuealong Crown Valley Road up to Willow Ridge Road, connecting with two existingwells on route. The work will also include the installation of two (2) new pitlessadapters, and a new field access driveway.

In an amount equal to fifty percent (50%) of the Contract Price for the due and proper performance of the Workshown and described in the Request for Tenders, if our Principal’s Tender is accepted by you, such PerformanceBond to be maintained and continue in full force and effect until the expiration of the warranty period; and

In an amount equal to fifty percent (50%) of the Contract Price to be held in trust for the use and benefit of claimantsof labour and materials used in the performance of the Work shown and described in the Request for Tenders, ifour Principal’s Tender is accepted by you, such Labour and Material Bond to be maintained and continue in fullforce and effect until the expiration of the warranty period.

The Performance and Labour and Material Bonds shall be in the forms specified in the Tender Documents.

It is a condition that this Agreement to Bond shall become null and void if the Performance and Labour and MaterialBonds mentioned above are not required from our Principal within sixty (60) calendar days following theSubmission Deadline.

AND IT IS HEREBY DECLARED AND AGREED that the Surety shall be liable as Principal, and that nothing ofany kind or matter whatsoever that will not discharge the Principal shall operate as a discharge or release of liabilityof the Surety, any law or usage relating to the liability of sureties to the contrary notwithstanding.

SIGNED AND SEALED this ____________ day of _____________________, 20_________.

______________________________________(Name of Surety)

By: _____________________________ (Seal)

MWSB 3D

Page 1 of 2

IRREVOCABLE STANDBY LETTER OF CREDIT AND UNDERTAKING

__________________Date

Manitoba Water Services BoardUnit # 1A - 2010 Currie BoulevardBrandon, Manitoba R7B 4E7

RE: BID SECURITY – TENDER FOR

Project No.: MWSB # 1390

Project Name: Town of NivervilleContract 1: Raw Water Pipeline

Project Description: Supply and install approximately 10.5 km of 350 mm diameter HDPE DR17 pipegenerally along 5th Ave within the town of Niverville. Installation will continuealong Crown Valley Road up to Willow Ridge Road, connecting with two existingwells on route. The work will also include the installation of two (2) new pitlessadapters, and a new field access driveway.

Pursuant to the request of and for the account of the customer,

____________________________________________________________________________________(Name of Bidder)

____________________________________________________________________________________(Address of Bidder)

WE HEREBY ESTABLISH in your favour our irrevocable Standby Letter of Credit for a sum not exceeding in theaggregate

___________________________________________________________________________________

_____________________________________________________________________Canadian Dollars.

This Standby Letter of Credit may be drawn on by you at any time and from time to time upon written demand forpayment made upon us by you. It is understood that we are obligated under this Standby Letter of Credit for thepayment of monies only and we hereby agree that we shall honour your demand for payment without inquiringwhether you have a right as between yourself and our customer to make such demand and without recognizing anyclaim of our customer or objection by the customer to payment by us.

The amount of this Standby Letter of Credit may be reduced from time to time only by amounts drawn upon it byyou or by formal notice in writing to us by you if you desire such reduction or are willing that it be made.

Partial drawings are permitted.

MWSB 3D

Page 2 of 2

We engage with you that all demands for payment made within the terms and currency of this Standby Letter ofCredit will be duly honoured if presented to us at:

____________________________________________________________________________________(Address)

and we confirm and hereby undertake to ensure that all demands for payment will be duly honoured by us.

All demands for payment shall specifically state that they are drawn under this Standby Letter of Credit.

This Standby Letter of Credit will expire at the end of the sixtieth (60th) calendar day after the Submission Deadlineif our customer’s Bid is not accepted, and if accepted, when our customer has entered into a Contract with you andhas furnished the required performance security for guaranteeing the faithful performance of the Contract.

This Standby Letter of Credit may not be revoked or amended without your prior written approval.

WE HEREBY UNDERTAKE and agree to provide in your favour an irrevocable Standby Letter of Credit in theamount equal to fifty percent (50%) of the Contract Price for the due and proper performance of the Work shownand described in the Tender Documents, if our customer’s Tender is accepted by you. Such Standby Letter of Creditshall be maintained and continue in full force and effect until the expiration of the warranty period. This StandbyLetter of Credit shall be in the form specified in the Tender Documents.

This Standby Letter of Credit is subject to the Uniform Customs and Practice for Documentary Credits (1993Revision), International Chamber of Commerce Publication Number 500.

______________________________________ (Name of Bank or financial institution)

Per: ___________________________________ (Authorized Signing Officer)

Per: ___________________________________ (Authorized Signing Officer)

MWSB 3E

Page 1 of 2

P E R F O R M A N C E B O N D

BOND NO. _____________________________ $___________________________________

KNOW ALL MEN BY THESE PRESENTS THAT

_______________________________________ of __________________________________________(Name of Principal) (Place)

(the “Principal”)and

_______________________________________ of __________________________________________(Name of Surety) (Place)

(the “Surety”),are held and firmly bound unto The Manitoba Water Services Board (the “MWSB”) in the sum of____________________________________________________ Dollars ($________________), of lawful moneyof Canada to be paid to the MWSB or its successors or assigns, for the payment of which the Principal and theSurety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmlyby these presents.

WHEREAS the Principal has entered into a written contract with the MWSB dated the _____ day _________ of_________, 20 ___ for

Project No.: MWSB # 1390

Project Name: Town of NivervilleContract 1: Raw Water Pipeline

Project Description: Supply and install approximately 10.5 km of 350 mm diameter HDPE DR17 pipegenerally along 5th Ave within the town of Niverville. Installation will continuealong Crown Valley Road up to Willow Ridge Road, connecting with two existingwells on route. The work will also include the installation of two (2) new pitlessadapters, and a new field access driveway.

which is by reference made part hereof and is hereinafter referred to as the “Contract”.

NOW THEREFORE, the Condition of the above obligation is such that if the Principal shall:

(a) carry out and perform the Contract and every part in the manner and within the times set forth in the Contractand in accordance with the terms and conditions specified in the Contract;

(b) perform the Work in a good, proper workmanlike manner;(c) make all the payments whether to the MWSB or to others as provided;(d) in every respect comply with the obligations and perform the covenants contained in the Contract; and(e) indemnify and save harmless the MWSB against and from any and all loss, damages, costs, claims and

demands of every description as set forth in the Contract, and from all penalties, assessments, claims,actions for loss, damages or other compensation whether arising under The Workers Compensation Act, orany other Act or otherwise arising out of or in any way connected with the performance or non-performanceof the Contract or any part thereof during the term of the Contract and the warranty period provided for

MWSB 3E

Page 2 of 2

therein;

THEN THIS OBLIGATION SHALL BE VOID, but otherwise shall remain in full force and effect. The Suretyshall not, however, be liable for a greater sum than the sum specified above.

AND IT IS HEREBY DECLARED AND AGREED that the Surety shall be liable as Principal, and that nothing ofany kind of matter whatsoever that will not discharge the Principal shall operate as a discharge or release of liabilityof the Surety, any law or usage relating to the liability of sureties to the contrary notwithstanding.

IN WITNESS WHEREOF, the Principal and the Surety have signed and sealed this bond on this ____ day of______________, 20____.

SIGNED, SEALED AND DELIVEREDin the presence of

_______________________________ ___________________________sealWitness Principal

______________________________ ___________________________sealWitness Surety

MWSB 3F

Page 1 of 3

L A B O U R A N D M A T E R I A L P A Y M E N T B O N D

BOND NO. _____________________________ $___________________________________

Note: This Bond is issued simultaneously with another Bond in favour of the MWSB conditioned for the full andfaithful performance of the Contract.

KNOW ALL MEN BY THESE PRESENTS, that ___________________________________________ asprincipal (hereinafter called the “Principal”), and_____________________________________________________, as surety (hereinafter called the “Surety”), areheld and firmly bound unto The Manitoba Water Services Board, as the Trustee (hereinafter called the “MWSB”)for the use and benefit of the Claimants (as defined herein), and each of their heirs, executors, administrators,successors and assigns, in the sum of ____________________________________ Dollars ($_______________)of lawful money of Canada, for the payment of which sum, well and truly to be made, the Principal and the Suretybind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by thesepresents.

WHEREAS the Principal has entered into a written contract with the MWSB, dated the _____ day of____________, 20____ for

Project No.: MWSB # 1390

Project Name: Town of NivervilleContract 1: Raw Water Pipeline

Project Description: Supply and install approximately 10.5 km of 350 mm diameter HDPE DR17 pipegenerally along 5th Ave within the town of Niverville. Installation will continuealong Crown Valley Road up to Willow Ridge Road, connecting with two existingwells on route. The work will also include the installation of two (2) new pitlessadapters, and a new field access driveway.

which is by reference made part hereof and is hereinafter referred to as the “Contract”.

NOW THEREFORE the condition of this obligation is such that, if the Principal shall promptly make payment toall Claimants, for all labour and material used or reasonably required for use in the performance of the Contract,then this obligation shall be void, otherwise it shall remain in full force and effect, subject, however, to the followingconditions:

(1) A Claimant for the purpose of this Bond is defined as one having a direct contract with the Principal forlabour, material, or both, used or reasonably required for use in the performance of the Contract, labour andmaterial being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone serviceor rental of equipment directly applicable to the Contract provided that a person, firm or corporation whorents equipment to the Principal to be used in the Performance of the Contract under a contract whichprovides that all or any part of the rent is to be applied towards the purchase price thereof, shall only be aClaimant to the extent of the prevailing industrial rental value of such equipment for the period during whichthe equipment was used in the performance of the Contract. The prevailing industrial value of equipmentshall be determinate, insofar as it is practical to do so, in accordance with and in the manner provided for inthe latest revised edition of the publication of the Manitoba Heavy Construction Association titled “AnnualDirectory and Equipment Rental Rates Guide” published prior to the period during which the equipment was

MWSB 3F

Page 2 of 3

used in the performance of the Contract;

(2) The Principal and the Surety, hereby jointly and severally agree with the MWSB, as Trustee, that everyClaimant who has not been paid as provided for under the terms of their contract with the Principal beforethe expiration of a period of ninety (90) days after the date on which the last of such Claimant's work orlabour was done or performed or materials were furnished by such Claimant, may as a beneficiary of thetrust herein provided for, sue on this bond, prosecute the suit to final judgement for such sum or sums as maybe justly due to such Claimant under the terms of their contract with the Principal, and have executionthereon. Provided that the MWSB is not obliged to do or take any act, action or proceeding against theSurety on behalf of the Claimants, or any of them, to enforce the provinces of this Bond. If any act, actionor proceeding is taken either in the name of the MWSB or by joining the MWSB as a party to suchproceeding, then such act, action or proceeding, shall be taken on the understanding and basis that theClaimants or any of them, who take such act, action or proceeding shall indemnify and save harmless theMWSB against all costs, charges and expenses or liabilities incurred thereon and any loss or damage resultingto the MWSB by reason thereof. Provided still further that, subject to the foregoing terms and conditions,the Claimants, or any of them, may use the name of the MWSB to sue on and enforce the provisions of thisbond.

(3) 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 toeach of the Principal, the Surety and the MWSB, 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 theMWSB, at any place where an office is regularly maintained for the transaction of business by suchpersons, or served in any manner in which legal process may be served in the Province of Manitoba.Such notice shall be given:

(i) in respect of any claim for the amount or any portion of thereof, required to be held back fromthe Claimant by the Principal, under either the terms of the Claimant’s contract with thePrincipal, or under The Builders’ Liens Act applicable to the Claimant’s contract with thePrincipal, whichever is the greater, within one hundred and twenty (120) days after suchClaimant 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, withinone hundred and twenty (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 madeunder 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 theContract, including work performed under the guarantees provided in the Contract; and

(c) other than in a court of competent jurisdiction in the Province of Manitoba and not elsewhere, and theparties hereto agree to submit to the jurisdiction of such court.

(4) Any material change in the contract between the Principal and the MWSB shall not prejudice the rights orinterest of any Claimant under this bond, who is not instrumental in bringing about or has not caused suchchange.

(5) The amount of this bond shall be reduced by, and to the extent of any payment or payments made in good

MWSB 3F

Page 3 of 3

faith, and in accordance with the provisions hereof, inclusive of the payment by Surety of Builders’ Lienswhich may be filed on record against the subject matter of the Contract, whether or not claim for the amountof such lien be presented under and against this bond;

(6) The Surety shall not be liable for a greater sum than the specified penalty of this bond.

IN WITNESS WHEREOF, the Principal and the Surety have signed and sealed this bond on the ______ day of_______________, 20____.

SIGNED, SEALED AND DELIVEREDin the presence of

__________________________________ ___________________________sealWitness Principal

__________________________________ ___________________________sealWitness Surety

MWSB 3G

Page 1 of 2

IRREVOCABLE STANDBY LETTER OF CREDIT

__________________Date

Manitoba Water Services BoardUnit # 1A - 2010 Currie BoulevardBrandon, Manitoba R7B 4E7

RE: PERFORMANCE SECURITY – TENDER FOR

Project No.: MWSB # 1390

Project Name: Town of NivervilleContract 1: Raw Water Pipeline

Project Description: Supply and install approximately 10.5 km of 350 mm diameter HDPE DR17 pipegenerally along 5th Ave within the town of Niverville. Installation will continuealong Crown Valley Road up to Willow Ridge Road, connecting with two existingwells on route. The work will also include the installation of two (2) new pitlessadapters, and a new field access driveway.

Pursuant to the request of and for the account of the customer,

____________________________________________________________________________________(Name of Contractor)

____________________________________________________________________________________(Address of Contractor)

WE HEREBY ESTABLISH in your favour our irrevocable Standby Letter of Credit for a sum not exceeding in theaggregate

___________________________________________________________________________________

_____________________________________________________________________Canadian Dollars.

This Standby Letter of Credit may be drawn on by you at any time and from time to time upon written demand forpayment made upon us by you. It is understood that we are obligated under this Standby Letter of Credit for thepayment of monies only and we hereby agree that we shall honour your demand for payment without inquiringwhether you have a right as between yourself and our customer to make such demand and without recognizing anyclaim of our customer or objection by the customer to payment by us.

The amount of this Standby Letter of Credit may be reduced from time to time only by amounts drawn upon it byyou or by formal notice in writing to us by you if you desire such reduction or are willing that it be made.

Partial drawings are permitted.We engage with you that all demands for payment made within the terms and currency of this Standby Letter of

MWSB 3G

Page 2 of 2

Credit will be duly honoured if presented to us at:

____________________________________________________________________________________(Address)

and we confirm and hereby undertake to ensure that all demands for payment will be duly honoured by us.

All demands for payment shall specifically state that they are drawn under this Standby Letter of Credit.

This Standby Letter of Credit will expire on expiration of the warranty period.

It is a condition of this Standby Letter of Credit that it shall be deemed to be automatically extended from year toyear without amendment from the present or any future expiry date, unless at least 30 days prior to the present orany future expiry date, we notify you in writing that we elect not to consider this Standby Letter of Credit to berenewable for any additional period.

This Standby Letter of Credit may not be revoked or amended without your prior written approval.

This Standby Letter of Credit is subject to the Uniform Customs and Practice for Documentary Credits (1993Revision), International Chamber of Commerce Publication Number 500.

______________________________________ (Name of Bank or Financial Institution)

Per: ___________________________________ (Authorized Signing Officer)

Per: ___________________________________ (Authorized Signing Officer)

MWSB 3H

Page 1 of 2

BIDDER’S CERTIFICATION FORM -LEGISLATIVE AND SAFETY REQUIREMENTS

PART ONE

___________________________________________________________________________________________(Bidder to insert its name above)

declares and certifies that, if it is the successful Bidder and awarded a Contract for the work of

Tender #1390 – Town of Niverville, Contract 1: Raw Water Pipeline (the “Work”):

Trades

1. At all times during the Contract, it will abide by all applicable requirements of The Apprenticeship andCertification Act and the regulations thereunder.

2. Without limiting the generality of Item 1 above,

a. it will abide by the compulsory certification trade requirements as set out in The Apprenticeship andCertification Act and the applicable trade regulations under that Act; and

b. it will abide by supervision ratios as set out in applicable trade regulations under The Apprenticeshipand Certification Act and under The Construction Industry Wages Act.

Note to Bidder: For a list of trades, including compulsory certification trades and supervision ratios,please refer to the Government of Manitoba’s website at www.gov.mb.ca.

Employment Standards and Wage Rates

3. At all times during the Contract, it will abide by all applicable requirements of The Employment StandardsCode and The Construction Industry Wages Act and regulations thereunder.

4. If requested by the MWSB before the Contract is awarded, it will provide MWSB with a signed copy ofthe minimum wage rates applicable to the trades performing any part of the Work of this Tender.

5. It will post a copy of such minimum wage rates as are applicable from time-to-time during the Contract tothe trades performing any part of the Work of this Tender in a conspicuous place at the Site.

Workplace Safety and Health

6. At all times during the Contract, it will comply with all applicable requirements of The Workplace Safetyand Health Act and regulations thereunder.

MWSB 3H

Page 2 of 2

PART TWO

The Bidder further declares and certifies that (Bidder must choose one):

a. It has a valid Certificate of Recognition (COR) issued in accordance with the Canadian Federationof Construction Safety Associations COR program, by either the Manitoba Heavy ConstructionAssociation Safety Program or by the Construction Safety Association of Manitoba. The CORnumber is _______________________ and was issued on ____________________ (date).

OR

b. It has a valid Small Employer Certificate of Recognition (SECOR), issued in accordance with theCanadian Federation of Construction Safety Associations COR program, by either the ManitobaHeavy Construction Association or by the Construction Safety Association of Manitoba. TheSECOR number is _______________________ and was issued on ____________________ (date).

OR

c. It has a current COR Equivalency Letter (COREL) issued in accordance with the CanadianFederation of Construction Safety Associations COR program, by either the Manitoba HeavyConstruction Association or by the Construction Safety Association of Manitoba. The COREL isdated ____________________.

________________________________ ______________________________________Witness Signature of Bidder

______________________________________Date

MWSB 3I

Page 1 of 2

SUBCONTRACTOR’S CERTIFICATION FORM –LEGISLATIVE AND SAFETY REQUIREMENTS

PART ONE

____________________________________________________________________________________(Subcontractor to insert its name above)

is a Subcontractor of

____________________________________________________________________________________(insert Contractor’s name above)

with respect to Tender 1390 – Town of Niverville, Contract 1: Raw Water Pipeline (the “Work”):

The Subcontractor declares and certifies that:

Trades

1. At all times during the Contract, it will abide by all applicable requirements of The Apprenticeship andCertification Act and the regulations thereunder.

2. Without limiting the generality of Item 1 above,

a. it will abide by the compulsory certification trade requirements as set out in The Apprenticeship andCertification Act and the applicable trade regulations under that Act; and

b. it will abide by supervision ratios as set out in applicable trade regulations under The Apprenticeshipand Certification Act and under The Construction Industry Wages Act.

Note to Subcontractor: For a list of trades, including compulsory certification trades and supervisionratios, please refer to the Government of Manitoba’s website at www.gov.mb.ca.

Employment Standards and Wage Rates

3. At all times during the Contract, it will abide by all applicable requirements of The Employment StandardsCode and The Construction Industry Wages Act and regulations thereunder.

Workplace Safety and Health

4. At all times during the Contract, it will comply with all applicable requirements of The Workplace Safetyand Health Act and regulations thereunder.

MWSB 3I

Page 2 of 2

PART TWO

The Subcontractor further declares and certifies that (Subcontractor must choose one):

a. It has a valid Certificate of Recognition (COR) issued in accordance with the Canadian Federationof Construction Safety Associations COR program, by either the Manitoba Heavy ConstructionAssociation Safety Program or by the Construction Safety Association of Manitoba. The CORnumber is _______________________ and was issued on ____________________ (date).

OR

b. It has a valid Small Employer Certificate of Recognition (SECOR), issued in accordance with theCanadian Federation of Construction Safety Associations COR program, by either the ManitobaHeavy Construction Association or by the Construction Safety Association of Manitoba. TheSECOR number is _______________________ and was issued on ____________________ (date).

OR

c. It has a current COR Equivalency Letter (COREL) issued in accordance with the CanadianFederation of Construction Safety Associations COR program, by either the Manitoba HeavyConstruction Association or by the Construction Safety Association of Manitoba. The COREL isdated ____________________.

OR

d. It is currently registered in a COR safety program with either the Manitoba Heavy ConstructionAssociation or by the Construction Safety Association of Manitoba. The date on which itregistered is ____________________.

In witness whereof, the Subcontractor has signed this Certification on the date noted below:

________________________________ ______________________________________Witness Signature of Subcontractor

_________________________________Date

Town of Niverville Section 01 00 10Contract1: Raw Water Pipeline SPECIAL PROVISIONSMWSB#:1390 - AE#:2017-4963 Page 1 of 9

Part 1 General

1.1 ORDER OF PRECEDENCE

.1 Refer to MWSB General Conditions Section 1.

.2 In the event of a conflict, the contractor will endeavour to obtain clarification from theEngineer in an appropriate fashion prior to submitting their bid.

1.2 SUMMARY OF WORK.1 The Contractor shall supply all the necessary materials, products, labour, tools,

equipment, dewatering, services and all other things necessary for and incidental to thesatisfactory performance and completion of all work as shown on the Plans andhereinafter specified. The work shall include the following:

.1 Supply and install approximately 10.5 km of 350 mm diameter HDPE DR17 pipegenerally along 5th Ave, within the town of Niverville, and along Crown ValleyRoad up to Willow Ridge Road.

.2 Crossing of Highways, roads, utilities and waterways as required.

.3 Connections to two existing wells.

.4 Connections to existing 150 mm diameter raw water line at the existing WTP onthe corner of 5th Ave and Spruce Dr.

.5 All associated Works.

.6 Contract Method: Unit Price Contract

1.3 DRAWINGS AND SPECIFICATIONS FURNISHED

.1 Owner Responsibilities:

.1 Provide five (5) copies of 11x17 drawings and specifications to Contractor.

.2 Contractor Responsibilities:

.1 Pay for additional copies of drawings and specifications if required.

.2 Maintain at Site one complete set of drawings and specifications. Make availableto Engineer at any time.

1.4 DETAILED WORK SCHEDULE

.1 In addition to MWSB General Conditions, the Contractor shall provide the Owner with adetailed work schedule in the form of a Gantt Chart. The schedule shall include thefollowing activities as a minimum:

.1 Mobilization and Commencement Date;

.2 Delivery and Installation of watermain and associated materials related to works;

.3 Flushing and pressure testing;

.4 Disinfection

.5 Substantial Performance

.6 Final Completion

.2 WORK PLAN: Provide Work Plan for each key activity, such as tie-ins, shut-downs,testing, etc.. and as requested by Engineer, to show construction methodology andsequencing. Relate Work Plan to activities shown on Construction Schedule.

Town of Niverville Section 01 00 10Contract1: Raw Water Pipeline SPECIAL PROVISIONSMWSB#:1390 - AE#:2017-4963 Page 2 of 9

1.5 PROJECT MEETINGS

.1 The Engineer and Owner will administer preconstruction meeting and progress meetingsto be held at intervals as determined by the Engineer.

.2 Contractor's superintendent and senior representatives of major Subcontractors are toattend all meetings.

.1 Representatives of Contractor, Subcontractor and suppliers attending meetingsshall be qualified and authorized to act on behalf of the party each represents.

.3 All meetings to take place at the Town of Niverville Office.

.4 Preconstruction Meeting:

.1 Within 15 days after award of Contract, request a meeting of parties in contractto discuss and resolve administrative procedures and responsibilities.

.2 Senior representatives of the Owner, Engineer, Contractor, and majorSubcontractors will be in attendance.

.3 The Engineer will establish time and location of meeting and notify partiesconcerned minimum 5 days before meeting.

1.6 PERMITS LICENSES, REGULATIONS & ACTS.1 The Contractor shall be responsible for obtaining and paying, for any and all permits or

licenses as may be required for any portion of this contract. The Contractor shall complywith all Municipal and Provincial Government regulations as they apply to the work ofthis contract.

.2 The Owner will obtain construction permits required from:

.1 Manitoba Sustainable Development (Office of Drinking Water)

.2 Manitoba Infrastructure

1.7 EXISTING CONDITIONS

.1 Buried services:

.1 Before commencing work verify location of buried services on and adjacent tosite.

.2 Confirm locations of buried utilities by careful test excavations.

.3 Arrange with appropriate authority for relocation of buried services that interferewith execution of work: pay costs of relocating services.

.4 Size, depth and location of existing utilities and structures as indicated are forguidance only. Completeness and accuracy are not guaranteed.

.5 Maintain and protect from damage, water, sewer, gas, electric, telephone, andother utilities and structures encountered.

.6 Where utility lines or structures exist in area of excavation, obtain direction ofEngineer before removing or re-routing.

.7 Record location of maintained, re-routed, and abandoned underground lines.

.8 Confirm locations of recent excavations adjacent to area of excavation.

.9 Prior to beginning excavation Work, notify Consultant and authorities havingjurisdiction establish location and state of use of buried utilities and structures.

Town of Niverville Section 01 00 10Contract1: Raw Water Pipeline SPECIAL PROVISIONSMWSB#:1390 - AE#:2017-4963 Page 3 of 9

.2 Existing buildings and surface features:

.1 Conduct, with Engineer, condition survey of existing buildings, trees and otherplants, lawns, fencing, service poles, wires, rail tracks, pavement, survey benchmarks, and monuments which may be affected by Work.

.2 Protect existing buildings and surface features from damage while Work is inprogress. In event of damage, immediately make repair to approval of Engineer.

.3 Where required for excavation, cut roots or branches as approved by Engineer.

1.8 ENVIRONMENTAL PROCEDURES

.1 Fires and burning of rubbish is not permitted on site.

.2 Provide temporary drainage and pumping required to keep excavations and site free fromexcessive water.

.3 Ensure pumped water into waterways, sewer or drainage systems is free of suspendedmaterials.

.4 Control disposal or runoff of water containing suspended materials or other harmfulsubstances in accordance with local authority requirements.

.5 Do not bury rubbish and waste materials on site.

.6 Do not dispose of waste or volatile materials, such as mineral spirits, oil or paint thinnerinto waterways, storm or sanitary sewers.

.7 Protect trees and plants on site and adjacent properties as indicated.

.8 Wrap in burlap, trees and shrubs adjacent to construction work, storage areas andtrucking lanes, and encase with protective wood framework from grade level to height of2.0 m minimum.

.9 Protect roots of designated trees to dripline during excavation and site grading to preventdisturbance or damage. Avoid unnecessary traffic, dumping and storage of materials overroot zones.

.10 Minimize stripping of topsoil and vegetation.

.11 Restrict tree removal to areas indicated or designated by Engineer.

Part 2 Product

2.1 PIPE IDENTIFICATION

.1 High density Polyethylene pipe identification shall be placed on each length of pipe andshall include pipe size, manufacturer’s trademark or name, date of manufacture, series orDR rating, Canadian Standards Association, Water Quality Association (WQA), or NSFInternational Certification complete with certification trademark logo and the CSA;ASTM specification standard to which the pipe is certified.

2.2 PITLESS ADAPTER

.1 Supply and install pitless units on the new well casings as shown.

.2 The unit shall be suited for installation on the well casing complete with reducingbushing, flange connection, spool, discharge body, hold down and lift mechanism,electrical conduit cable seal well vent and other accessories.

Town of Niverville Section 01 00 10Contract1: Raw Water Pipeline SPECIAL PROVISIONSMWSB#:1390 - AE#:2017-4963 Page 4 of 9

.3 Casing shall be steel complete with a corrosion resistant coating, or full stainless steelconstruction.

.4 Unit shall be rated for a maximum discharge pressure of 300 psi.

.5 Hold down mechanism shall lock spools in place to prevent lifting and turning duringpump start.

.6 NSF 61 approved, or equivalent.

.7 Approved Product: Monitor PS Series Industrial Pitless Unit or approved equal.

2.3 FLUSHOUT ASSEMBLY

.1 Offline Flushout Assembly and End of Line Flushout Assembly shall be as per MWSBSpecification 027060 Pressure Pipelines unless otherwise specified.

.1 Exact location of flushout assembly and flushout valves may not be exactly asshown in the Plans. Engineer may adjust locations onsite to suit topography.

.2 At existing WTP site flushout, provide rip rap to the following dimensions:1.00/2.00 m wide X 8.00 m long X 0.30 m deep..1 At all other flushouts, provide rip rap as per MWSB specifications.

.3 As detailed in the drawings, install “Alternate Flushout Discharge” at the locationshown.

2.4 GATE VALVE.1 Gate Valve shall be shall be as per MWSB Specification 027060 Pressure Pipelines.

2.5 COUPLINGS AND ADAPTORS

.1 For coupling PVC to HDPE or HDPE to HDPE:

.1 Romac Alpha, ROBAR EBAA 3800 Series restrained coupling; or approvedequal..1 Inserts required for HDPE pipe.

2.6 FLANGED COUPLING ADAPTERS

.1 ROBAR 7906RFCA Flanged Coupler, or approved equal.

2.7 FLANGE GASKETS

.1 Flange gaskets cloth inserted, red rubber or other material conforming to the latest editionof AWWA C207 and approved for use with potable water.

.2 Ring type gaskets for raised face flanges.

.3 Full face gaskets for flat-faced surfaces.

.4 Gasket thickness as follows:

.1 100 mm to 600 mm – 1.6 mm thick

.2 750 mm to 1800 mm – 3.2 mm thick

Town of Niverville Section 01 00 10Contract1: Raw Water Pipeline SPECIAL PROVISIONSMWSB#:1390 - AE#:2017-4963 Page 5 of 9

2.8 EROSION CONTROL BLANKETS

.1 The blanket shall be machine fabricated mat consisting of 100% coconut fibre. Thecoconut fibre shall be evenly distributed over the entire area of the mat. The blanket shallbe covered on the top and bottom sides with polypropylene netting with mesh openingsof approximately 15.9 mm x 15.9 mm. The blanket width varies and the blanket shall besewn together with black UV stabilized polypropylene thread and shall have thefollowing properties:

.1 Coconut Fibre: 100% coconut fibre, 0.27 kg/m² min.

.2 Netting: Top and bottom sides, heavyweight UV stabilized polypropylene,approx. 14.6 kg/1000 m².

.3 Thread: Black UV stabilized polypropylene.

Part 3 Execution

3.1 MUNICIPAL ROAD CROSSINGS.1 Municipal Road Crossings shall be installed by means of trenchless technology in

accordance with the Plans and Specifications.

.2 Encasement pipes will not be required, unless noted as such.

.3 The Contractor may open cut crossings provided they obtain prior approval from theMunicipality. The Contractor shall be responsible for total site restoration to thesatisfaction of the Municipality, at no extra cost to the Contract.

3.2 HIGHWAY AND PROVINCIAL ROAD CROSSINGS.1 Pipe installed under all existing highways (PTH/PR) under the jurisdiction of the

Province shall be installed by means of trenchless technology.

.2 Encasement pipes will be required, in accordance with the Plans and Specifications.

3.3 PRIVATE DRIVEWAYS & APPROACHES

.1 Crossing of private driveways and approaches off of all existing highways (PTH/PR)shall be installed by means of trenchless technology in accordance with the Plans andSpecifications.

.2 The Contractor may open cut private driveways and approaches provided they obtainprior approval from the Municipality and Owner. The Contractor shall be responsible fortotal site restoration to pre-existing or better conditions, at no extra cost to the Contract.

3.4 CONNECTION TO EXISTING WATERMAINS

.1 Adhere to the scheduling stipulations for service interruptions contained in thesespecifications obtained from the Owner prior to connecting.

.2 Provide 48 hours written notice to the Engineer and all connected customers whose waterservice will be interrupted by the connection.

.3 Adhere to standard or special tie-in details contained in the contract documents andconfirm acceptability with the Engineer prior to proceeding.

Town of Niverville Section 01 00 10Contract1: Raw Water Pipeline SPECIAL PROVISIONSMWSB#:1390 - AE#:2017-4963 Page 6 of 9

.4 Make good at no expense to the Owner all damages resulting from an unsuccessfultie-in or failure of material installed to complete tie-in or damage to existing structures orworks caused during performance of the tie-in.

3.5 DEWATERING

.1 Keep excavations free of water while Work is in progress. All costs for dewatering shallbe incidental to the works.

.2 The Contractor shall dewater the trench so as to permit the proper laying of the pipe on afirm dry foundation. Drainage through watermains or sewer pipes shall not be permitted.The Contractor shall remove water by means of pumps and sand points and shall havesufficient pumping equipment available to maintain a dry and firm trench bottom.

.3 The water discharge from trenches shall be disposed of so that it will not damage thework or any private property. It shall be conveyed to natural drainage channels or tostorm sewers. If trench water is to be conveyed to a storm sewer the Contractor will berequired to remove all sand and mud by means of settling and no compensation shall beallowed therefore.

.4 The Contractor shall not hold any other party liable for control of leakage from otherservices whether existing or under construction.

.5 Where requested by Engineer, submit for his review details of proposed dewatering orheave prevention methods, such as dikes, well points, and sheet pile cut offs.

.6 Avoid excavation below groundwater table if quick condition or heave is likely to occur.Prevent piping or bottom heave of excavations by groundwater lowering, sheet pile cut-offs, or other means.

.7 Protect open excavations against flooding and damage due to surface run-off.

.8 Dispose of water in a manner not detrimental to public and private property, or anyportion of Work completed or under construction.

.9 When required, provide flocculation tanks, settling basins, or other treatment facilities toremove suspended solids or other materials before discharging to storm sewers, watercourses or drainage areas.

.10 All water encountered in the trench to be pumped or bailed out. Do not use pipe to drainwater unless approved by the Engineer.

3.6 REPLACEMENT OF UNSUITABLE BACKFILL MATERIAL

.1 The following materials shall be considered as being unsuitable backfill material, andshall not be used as backfill except with the written consent of the Engineer, frozenmaterial, wet silt, muskeg, roots, trees, topsoil, boulders larger than 150mm diameter, orpieces of blasted rock larger than 150 mm in their longest dimension.

.2 Unsuitable backfill material shall be replaced with one of the following;

.1 Surplus suitable material excavated under this contract

.2 Select granular material imported by the Contractor

.3 Sand imported by the Contractor

.3 The Engineer shall decide which of these materials is to be used.

Town of Niverville Section 01 00 10Contract1: Raw Water Pipeline SPECIAL PROVISIONSMWSB#:1390 - AE#:2017-4963 Page 7 of 9

3.7 UNSUITABLE SUPPORTING MATERIAL IN THE TRENCH BOTTOM

.1 If material such as silt, silty clay, muskeg or rock is encountered in any part of the trenchbottom and is considered unsatisfactory by the Engineer for the support of the pipe, theContractor shall make such further excavation as may be required and shall backfill theextra excavation with suitable compacted material.

.2 This material may be obtained as follows:

.1 Surplus suitable material excavated under this contract.

.2 Select granular material imported by the Contractor.

.3 Sand imported by the Contractor.

.3 The Engineer shall decide which of these materials is to be used.

3.8 FLUSHOUT ASSEMBLIES AND AIR RELEASE VALVES

.1 Flushout assemblies and air release valves shall be supplied and installed in accordancewith these Specifications at the locations shown on the Plans or as directed by theEngineer. The riser pipe shall be installed plumb.

3.9 MARKER POSTS

.1 The Contractor shall supply and install marker posts and affix Owner suppliedinformation stickers at the following locations:

.1 Curb Stops

.2 Gate valve installations

.3 Flushout installations

.4 Air release installations

.5 Provincial Road and PTH crossings

.6 Gas and oil pipeline crossings (utility pipeline)

.7 Waterway and drain crossings

3.10 CULVERTS

.1 The intent of this contract is to avoid damage or removal of existing culverts. If anexisting culvert must be removed to facilitate pipeline installation, it shall be done in amanner, which will minimize damage to the culvert. The salvage and reinstallation ofexisting culverts shall be considered incidental to the work in this contract. If theEngineer determines that a culvert is not salvageable, the Owner shall supply theContractor with a new culvert for reinstallation.

3.11 EROSION CONTROL

.1 Refer to Page 9 of 9, MWSB Specification Section 022010 Construction of Waterways;Silt Fence Details.

.2 There is no standard roll width and roll length for the erosion control blanket. Eachsupplier has its roll width and length standard. Blankets may have to be cut to size toconform to the area to be covered.

.3 Blanket Installation for Steep Slopes:

.1 First grade and smooth slope, apply fertilizer, seed and topsoil prior toinstallation of the blanket. The top edge of the blanket shall be anchored in a 150mm x 150 mm trench, then backfilled and compacted. Roll the blanket down the

Town of Niverville Section 01 00 10Contract1: Raw Water Pipeline SPECIAL PROVISIONSMWSB#:1390 - AE#:2017-4963 Page 8 of 9

slope. The edges of parallel blankets must be overlapped 50 mm and stapledevery 1.0 meter. End seams on side slopes shall be placed end over end (shinglestyle) with a 150 mm overlap and stapled through overlapped area approximately300 mm apart. The staple pattern of two staples per m² is recommended for theremainder of the blanket.

.4 Blanket installation for Channel Bottom

.1 First grade and smooth ditch bottom, apply fertilizer, seed and topsoil prior toinstalling the blanket. The top edge of the blanket shall be anchored in a 150 mmx 150 mm trench, then backfilled and compacted. Roll the center blanket in thedirection of the water flow on the bottom of the channel. End seams on centerblanket shall be placed end over end (shingle style) with a 150 mm overlap andstapled through overlapped area using a double row of staggered staples 100 mmapart. The full length edge of the blanket at top side of the slope must beanchored in a 150 mm x 150 mm trench, backfilled and compacted after stapling.The blankets on the side slopes must be overlapped 100 mm over the entireblanket and stapled. Then place a doubled staggered row of staples 100 mm apartover the entire width of the channel. The terminal end of the blanket must beanchored in a 150 mm x 150 mm trench, backfilled and compacted after stapling.A staple pattern of two staples per m² is recommended for the remainder of theblanket and if necessary, allow staples to secure the critical points along thechannel surface.

3.12 FLUSHING, HYDROSTATIC TESTING & DISINFECTION

.1 Shall be performed as outlined in MWSB Specification Section 027060 PressurePipelines.

3.13 WATER FOR TESTING

.1 Water for pressure testing the pipelines can be obtained from the Raw Water Well Site atno cost to the Contractor.

.1 Water required for retesting due to failures shall be paid for by the Contractor ata rate of $10.00/1000 imp gal.

3.14 CLEAN-UP.1 Maintain the Work in tidy condition, free from the accumulation of waste products and

debris, other than that caused by Owner or other contractors.

.2 Remove waste material and debris from the site and deposit in waste container at the endof each working day.

.3 Clean interior areas prior to start of finish work, maintain areas free of dust and othercontaminants during finishing operations.

.4 Promptly clean up any spillage that occurs on site roads, access roads or public roads, orother areas where construction vehicles are travelling.

.5 If Contractor is negligent in maintaining cleanliness of roads, Owner will arrange forcleaning to be done at Contractor's expense.

.6 Trenches shall be left in a neatly bladed condition. The trench shall be left moundedsufficiently to allow for the future settlement and consolidation of the excavated materialsused to backfill the trench, unless otherwise requested by the Engineer.

Town of Niverville Section 01 00 10Contract1: Raw Water Pipeline SPECIAL PROVISIONSMWSB#:1390 - AE#:2017-4963 Page 9 of 9

.7 Ditches shall be restored and maintained to original grade and conditions. The Contractorshall re-seed any ditches or waterway crossings complete with erosion control measuredas required, affected by construction as may be required by Provincial Authorities or asdirected by the Engineer.

.8 All trenches within Manitoba Infrastructure Right of Ways (R.O.W.’s) shall be seeded inaccordance with MWSB Specification Section 024860 Seeding.

.9 The Contractor shall restore and clean up construction areas as soon as possible afterpipeline installation including restoration and repair of fences.

END OF SECTION

Town of Niverville Section 01 27 00Contract 1: Raw Water Pipeline MEASUREMENT AND PAYMENTMWSB#:1390 - AE#:2017-4963 Page 1 of 4

Part 1 General

1.1 REFERENCES

.1 The MWSB General Conditions of the Contract and the other General Requirements ofDivision 1 attached hereto shall apply to and be part of this Section.

1.2 ITEMS COVERED BY CONTRACT PRICES

.1 In addition to covering the cost of the various items of work for which the Contract Pricesshall be held to cover, the Contract Prices shall cover the cost of furnishing all materials,plant, tools, equipment, labour, services, transportation, taxes, and incidentals necessaryfor the doing of all things essential in executing the work required of the Contractorunder the terms of the Contract, Plans and Specifications, and the observing, performingand keeping of all the terms, covenants and conditions of the Contract, all of which shallbe observed, performed and kept by the Contractor.

.2 Any item of work not specifically listed under Contract Unit Prices shall be consideredincidental to such other items as are listed.

1.3 MEASUREMENT FOR PAYMENT

.1 For each unit price item, the Engineer will calculate payment based on tendered unit priceand Engineer's determination of units of work item completed.

.2 For lump sum price items, the Engineer will calculate payment based on tendered priceand Engineer's estimate of percentage of work item completed.

.3 Method of measurement to be used for each work item is detailed.

.4 Where a method of measurement for payment for a work item is not specified, paymentfor that item will be deemed to be included in another pay item or other pay items.

1.4 EXTRA WORK

.1 Payment for work classified as Extra Work shall be in accordance with the provisions ofMWSB General Conditions Section 5 “Changes in Work”. Only the work approved bythe Engineer during the progress of the work shall be included for payment under thisitem or work.

1.5 PROGRESS PAYMENT.1 The Engineer will issue to the Owner, no later than 10 days after receipt of an application

for payment, certificate for payment in amount applied for or in such other amount as theEngineer determines to be due. If the Engineer amends the application, the Engineer willgive notification in writing giving reasons for amendment.

Town of Niverville Section 01 27 00Contract 1: Raw Water Pipeline MEASUREMENT AND PAYMENTMWSB#:1390 - AE#:2017-4963 Page 2 of 4

1.6 PAYMENT ITEMS.1 Pressure Pipelines

.1 Measurement for each class, size or method of installation of “PressurePipelines” installed as shown in the Plans and described in the SpecificationSection 010010, Special Provisions and MWSB Specification Section 027060shall be based on the number of lineal metres of new pipe supplied andacceptably installed, measured horizontally on the ground along the centre line ofthe installed pipeline with no consideration for variation of trench depth. Nodeductions will be made for the length through fittings, valves, etc.

.2 Payment for “Pressure Pipelines” shall be at the Contract Unit Price for eachclass and size of “Pressure Pipeline” measured as specified herein, which shall bepayment in full for those items as described in Specification Section 010010,Special Provisions and MWSB Specification Section 027060 and for items oroperations incidental to the work for which no price or prices or provisions forpayment are included in the Contract. All pipeline site preparation includingclearing and grubbing, topsoil, gravel, stripping and stock piling, excavation,dewatering, tunnelling, directional drilling, and appurtenances (tees, wyes,elbows, bends, crosses, and reducers), pipe bedding, backfill, thrust blocks,pressure and leakage testing, flushing, swabbing, clean-up, restoration works,seeding, removal and replacement of existing granular or backfilled surfaces andall other items not specifically listed in the Contract Unit prices shall be suppliedand installed by the Contractor and shall be considered incidental to the work.

.2 Crossings

.1 Measurement of each class and size of encased “Crossing” as shown in thesePlans and described in the Specifications shall be on the basis of the number ofeach class of crossing satisfactorily completed.

.2 Payment for each class and size of “Crossing” shall be at the Contract Price foreach class of Crossing measured as specified herein, which shall be payment infull for those operations incidental to the work for which no price or prices orprovisions for payment are included in the Contract and shall include; hydrovac(where required by utility or instructed by Engineer), dewatering, directionaldrilling, tunnelling and encasement pipe, spacers & end seals if required, anodesif required, thrust blocking, markers, surface restoration, flagmen and permits.

.3 Carrier pipe for encased crossings will be paid for at the unit prices describedunder “Pressure Pipelines” of this Section.

.3 Gate Valves

.1 Measurement for each type and size of “Gate Valve” shown in the Plans anddescribed in Section 010010, Special Provisions and MWSB SpecificationSection 027060 Pressure Pipelines shall be based on the actual number of eachtype and size supplied and acceptably installed.

.2 Payment for each type and size of “Gate Valve” will be made at the ContractLump Sum Price per size of gate valve as shown in the bid form which shall bepayment in full for those operations described in Section 010010, SpecialProvisions and MWSB Specification Section 027060 Pressure Pipelines. Alllabour, equipment, excavation, bedding, backfill, bracing, shoring, cribbing,couplings, lubricants, concrete block under valve, valve, valve stem, box cover

Town of Niverville Section 01 27 00Contract 1: Raw Water Pipeline MEASUREMENT AND PAYMENTMWSB#:1390 - AE#:2017-4963 Page 3 of 4

and stone disc, stainless steel nuts, bolts and washers, extensions, valve box,markers pressure and leakage testing, disinfection, flushing, surface restoration,seeding and all other related work shall be considered incidental to the work.

.4 Flushout Assembly

.1 Measurement for each type of "Flushout Assembly" as shown in the Plans anddescribed in Section 010010, Special Provisions and MWSB SpecificationSection 027060 shall be based on the actual number of each class and sizesupplied and acceptably installed

.2 Payment for “Flushout Assembly” will be made at the Contract Lump Sum Priceper type of flushout as shown in the bid form which shall be payment in full forthose operations described in Section 010010, Special Provisions and MWSBSpec Section 027060 Pressure Pipelines. All labour, equipment, and materialsrequired for the supply and installation of the flushout to final elevation, two (2)gate valves of pipeline diameter for Offline Flushouts and one (1) gate valve ofpipeline diameter for End of Line Flushouts, tee at the main, PVC lead, blindflange, stainless steel bolts/washers/nuts, excavation, backfill, dewatering, thrustblocks, rip rap, pressure and leakage testing, disinfection, flushing, surfacerestoration, markers, seeding and all other related work shall be consideredincidental to the work.

.5 Field Approach

.1 Measurement of “Field Approach” as shown in the Plans shall be based on theactual number of access drives installed.

.2 Payment shall be at the Contract Lump Sum Price for each “Field Approach” asspecified herein, which shall be payment in full for those operations described inthe plans and for those operations incidental to the work for which no price orprices or provisions for payment are included in the contract. Payment will befull compensation for all labour, equipment, and materials required for the supplyand installation of a field access at the approximate location shown on thedrawings and as directed determined by the Engineer and/or Owner. Price shallinclude all labour, equipment and materials required for earthworks, granular,and corrugated steel culvert pipe, dewatering, backfill, surface restoration,seeding, and all other related work shall be considered incidental to the work.

.6 Connections

.1 Measurement for each type and size of “Connection” as shown in the Plans anddescribed in the Specification Section 010010, Special Provisions and MWSBSpecification Section 027060 shall be based on the actual number of connectionsof each type or size of connection acceptably made.

.2 Payment shall be at the Contract Lump Sum Price for each “Connection” asspecified herein, which shall be payment in full for those operations described inMWSB Spec. Section 027060, Pressure Pipelines and as shown on the Plans andfor those operations incidental to the work for which no price or prices orprovisions for payment are included in the contract. Payment will be fullcompensation for all labour, equipment, and materials required for the supply andinstallation of all required fittings, locates, soft digging, excavation, dewatering,thrust blocks, backfill, surface restoration, seeding, flushing, pressure andleakage testing, and all other related work shall be considered incidental to thework.

Town of Niverville Section 01 27 00Contract 1: Raw Water Pipeline MEASUREMENT AND PAYMENTMWSB#:1390 - AE#:2017-4963 Page 4 of 4

.3 Raw Water Well Connections shall include supply and installation of pitlessadapters per drawings and specs.

.7 Bedding Sand

.1 Measurement for "Bedding Sand" shall be based on the actual volume of materialused for pipe bedding of open trench installation, where the excavated material isdeemed unsuitable by the resident engineer.

.2 Payment shall be at the Contract Unit Price per cubic metre, which shall bepayment in full for delivery, placement and compaction. All other related workshall be considered incidental.

END OF SECTION

Town of Niverville Section 01 33 00Contract 1: Raw Water Pipeline SUBMITTALSMWSB#:1390 - AE#:2017-4963 Page 1 of 5

Part 1 General

1.1 REQUIREMENTS INCLUDED

.1 Construction schedule

.2 Shop drawings and product data

.3 Record drawings

.4 Certificates

1.2 ADMINISTRATIVE.1 Provide to Engineer for review the submittals specified. Submit with reasonable

promptness and in an orderly sequence so as to not cause delay in the Work. Failure tosubmit in ample time is not considered sufficient reason for an extension of ContractTime and no claim for extension by reason of such default will be allowed.

.2 At Engineer's request, prepare and submit schedule fixing the dates for submission andreturn of shop drawings, product data or samples.

.3 Do not proceed with Work affected by the submittal until review is complete.

.4 Review submittals prior to submission to Engineer. This review represents that necessaryrequirements have been determined and verified, or will be, and that each submittal hasbeen checked and coordinated with the requirements of the Work and the ContractDocuments. Submittals not stamped, signed, dated and identified as to the specific projectwill be returned without being examined and shall be considered rejected.

.5 Notify Engineer, in writing at time of submission, identifying deviations fromrequirements of Contract Documents and stating reasons for deviation.

.6 Verify that field measurements and affected adjacent Work are coordinated.

.7 Contractor's responsibility for errors and omissions in submission is not relieved byEngineer review of submittals.

.8 Contractor's responsibility for deviations in submission from requirements of ContractDocuments is not relieved by Engineer review.

.9 Keep one reviewed copy of each submission on Site.

1.3 CONSTRUCTION SCHEDULE

.1 Prepare schedule in the form of a horizontal bar chart.

.2 Provide a separate bar for each trade or operation. Show proposed progress of allactivities for main work items and subtrades of Contract. Where applicable, indicatelabour, construction crews, plant and equipment to be employed. Show delivery dates ofmajor pieces of equipment.

Town of Niverville Section 01 33 00Contract 1: Raw Water Pipeline SUBMITTALSMWSB#:1390 - AE#:2017-4963 Page 2 of 5

.3 Provide horizontal time scale identifying the first work day of each week.

.4 Submit one copy of initial schedules within 15 days after award of Contract.

.5 Engineer will review schedule and return reviewed copy within 10 days after receipt.

.6 Resubmit finalized schedule within 7 days after return of reviewed copy.

.7 Distribute copies of the finalized schedule to:

.1 Job site office

.2 Subcontractors

.3 Engineer

.4 Owner

.5 Other concerned parties

.8 Instruct recipients to report to Contractor, within 10 days, any problems anticipated bythe timetable shown in the schedule.

.9 Revise and resubmit schedule and work plan within 5 days after notification by Engineerthat previously reviewed schedule is not being met. Show changes in operations proposedto complete construction work within Contract Time.

.10 If, during course of work, Contract Time is extended, correct construction schedule andwork plan to show revised commencement and completion dates of affected parts ofwork.

.11 No progress payment will be approved until receipt of a schedule acceptable to Engineer.

1.4 WORK PLAN

.1 Provide Work Plan for each key activity, as requested by Engineer, to show constructionmethods. Relate Work Plan to activities shown on Construction Schedule.

1.5 SHOP DRAWINGS AND PRODUCT DATA

.1 The term "shop drawings" means drawings, diagrams, illustrations, schedules,performance charts, brochures and other data which are to be provided by Contractor toillustrate details of a portion of Work.

.2 Detail all shop drawings using the metric system. Prepare to a drafting standardequivalent to Contract drawings.

.3 Indicate materials, methods of construction and attachment or anchorage, erectiondiagrams, connections, wiring diagrams, panel layouts with bills of material, explanatorynotes and other information necessary for completion of Work. Where articles orequipment attach or connect to other articles or equipment, indicate that such items havebeen coordinated, regardless of the Section under which the adjacent items will besupplied and installed. Indicate cross references to design drawings and specifications.

.4 Adjustments made on shop drawings by Engineer are not intended to change the ContractAmount. If adjustments affect the value of Work, state such in writing to Engineer priorto proceeding with Work.

Town of Niverville Section 01 33 00Contract 1: Raw Water Pipeline SUBMITTALSMWSB#:1390 - AE#:2017-4963 Page 3 of 5

.5 Make such changes in shop drawings as Engineer may require, consistent with ContractDocuments. When resubmitting, notify Engineer in writing of any revisions other thanthose requested.

.6 Engineer will supply a Shop Drawing Review Stamp. Stamp all transparencies and copiesof shop drawings submitted for review.

.7 Fill in the following information on the Shop Drawing Review Stamp on each shopdrawing prior to submitting the drawing to Engineer:

.1 MWSB #_______

.2 Date of submission.

.8 Maintain a complete Shop Drawing Record showing the review status of all shopdrawings on the work. Provide Engineer with a copy of this record on a monthly basis oras requested by Engineer.

.9 Submittal submissions:

.1 Submit shop drawings and other submittals to Engineer for review with aSubmittal Transmittal Form as provided by Engineer or in a form acceptable toEngineer.

.2 One original hard copy or an electronic file of the Submittal Transmittal Form (atContractor’s choice) will be provided to Contractor by Engineer. Makephotocopies of the form as needed for use on the project.

.3 For each submittal or submittal package, type or print the appropriate informationon the form to fully describe the submittal(s) being sent for review.

.4 Number each transmittal form in sequential order, for record and trackingpurposes.

.5 Sign the form in the space provided to acknowledge Contractor review of thesubmittal(s).

.6 Retain one photocopy of the form for filing and record purposes.

.7 Forward the form and the accompanying submittal(s) to Engineer.

.10 Submissions shall include:

.1 Date and revision dates.

.2 Project title and number.

.3 Name and address of:.1 Subcontractor..2 Supplier..3 Manufacturer.

.4 Apply shop drawing stamp, signed by Contractor’s authorized representativecertifying approval of submissions, verification of field measurements andcompliance with Contract Documents.

.5 Details of appropriate portions of Work as applicable:.1 Fabrication..2 Layout, showing dimensions, including identified field dimensions, and

clearances..3 Setting or erection details.

Town of Niverville Section 01 33 00Contract 1: Raw Water Pipeline SUBMITTALSMWSB#:1390 - AE#:2017-4963 Page 4 of 5

.4 Capacities.

.5 Performance characteristics.

.6 Standards.

.7 Operating weight.

.8 Wiring diagrams.

.9 Single line and schematic diagrams.

.10 Relationship to adjacent work.

.11 Submit electronic copies of product data sheets or brochures for requirements requestedin specification Sections and as Engineer may reasonably request where shop drawingswill not be prepared due to standardized manufacture of product.

.12 Submit electronic files of shop drawings for each requirement requested in specificationSections and as Engineer may reasonably request.

.13 Submittals will be returned with one or more of the following notations. Take action asnoted:

.1 "REVIEWED" - Make and distribute additional copies as required for executionof Work.

.2 "REVISE & RESUBMIT" - Make the necessary revisions and resubmit reviseddrawings for review. Show the drawing number of the first such revised drawingand show the latest revision number applicable to the drawing by adding a suffixto the drawing number as - "REV. 1", "REV. 2", etc.

.3 "NOT REVIEWED" - This notation indicates when Engineer has not reviewedthe drawing. It may also be used in combination with the notation to revise andresubmit the drawing where Engineer lacks sufficient information to completethe review and requires to resubmit the drawing for review after revision.

.4 Drawings will be marked "REVIEWED" together with the notation to "REVISE& RESUBMIT" when Engineer requires Contractor to resubmit a reviseddrawing showing corrections made as a result of Engineer's notations on the shopdrawings. This procedure will not relieve Contractor of responsibility for errorsor omissions in the shop drawings or of responsibility for meeting allrequirements of Contract.

.14 Use only those shop drawings on the work that bear the "REVIEWED" notation.

.15 Do not revise shop drawings marked "REVIEWED" unless resubmitted to Engineer forfurther review.

.16 Where more than one type of shop drawing has been specified for one item, e.g., wiringdiagrams, layout details, and dimensional drawings, the shop drawings shall be submittedtogether, to enable Engineer to review the drawings as a package.

.17 Catalogue pages or drawings applicable to an entire family or range of equipment will notbe accepted as shop drawings unless they are clearly marked to show the pertinent datafor the particular materials.

.18 Manufacturers' catalogues, manuals, or price lists will not be accepted as shop drawings.Such materials may be used as supplemental information to the shop drawings.

Town of Niverville Section 01 33 00Contract 1: Raw Water Pipeline SUBMITTALSMWSB#:1390 - AE#:2017-4963 Page 5 of 5

.19 Indicate the tag number of instruments and valves and clearly show the features anddetails applicable to the equipment being supplied.

.20 Determine which shop drawings have, in addition to those drawings specificallymentioned in the Contract, design elements requiring the seal of a Professional Engineerregistered in the Province or Territory where the work is located, in accordance with theapplicable provincial or federal engineering acts or other governing legislation. Seal suchdrawings before submitting them for review. Submit for review engineering calculationssigned by the registered Professional Engineer responsible for the shop drawing designelements.

.21 If upon review by Engineer, no errors or omissions are discovered or if only minorcorrections are made, copies will be returned and fabrication and installation of Workmay proceed. If shop drawings are rejected, noted copy will be returned and resubmissionof corrected shop drawings, through the same procedure indicated above, must beperformed before fabrication and installation of Work may proceed.

.22 Owner may deduct, from payments due to Contractor, costs of additional engineeringwork incurred if correct shop drawings are not submitted after one review by Engineer.

.23 Review by Engineer is for the sole purpose of ascertaining conformance with the generaldesign concept. This review does not mean that Engineer approves the detail designinherent in the shop drawings, responsibility for which remains with Contractor, and suchreview does not relieve Contractor of the responsibility for errors or omissions in theshop drawings or of the responsibility for meeting all requirements of the ContractDocuments. Contractor is responsible for dimensions to be confirmed and correlated atthe job-site, for information that pertains solely to fabrication processes or to techniquesof construction and installation and for coordination of the work of all sub-trades.

1.6 RECORD DRAWINGS

.1 Submit record drawings to Engineer, upon completion of Work and prior to finalinspection.

END OF SECTION

Town of Niverville Section 01 71 23Contract 1: Raw Water Pipeline FIELD ENGINEERINGMWSB#:1390 - AE#:2017-4963 Page 1 of 2

Part 1 General

1.1 WORK BY OWNER

.1 The owner will provide layout surveys for the construction of the work. Distance of eachlayout shall not be less than 4,000 metres and will only be done once. Any additionalsurveys or re-surveys, shall be paid for by the Contractor.

1.2 QUALIFICATIONS OF SURVEYOR.1 Qualified surveyor, acceptable to Owner.

1.3 SURVEY REFERENCE POINTS AND LEGAL SURVEY MARKERS

.1 Existing base horizontal and vertical control points are designated on drawings.

.2 Locate, confirm and protect control points and legal survey markers prior to starting sitework. Preserve permanent reference points during construction.

.3 Make no changes or relocations without prior written notice to Engineer.

.4 Report to Engineer when a reference point or legal survey marker is lost or destroyed, orrequires relocation because of necessary changes in grades or locations.

.5 Require surveyor to replace legal survey markers lost or destroyed as a result ofconstruction activities.

1.4 SUBSURFACE CONDITIONS

.1 Promptly notify Engineer in writing if subsurface conditions at Site differ materially fromthose indicated in Contract Documents, or a reasonable assumption of probableconditions based thereon.

.2 After prompt investigation, should Engineer determine that the conditions do differmaterially.

1.5 ENGINEER'S ASSISTANT AND STAKES.1 Provide Engineer with all stakes, flagging, writing instruments, batter boards, straight

edges, and other materials, with the exception of technical instruments and apparatus,required by Engineer to set out lines and levels for Work.

.2 Supply Engineer with competent worker(s), as required, to assist in the setting of linesand levels for Work.

Town of Niverville Section 01 71 23Contract 1: Raw Water Pipeline FIELD ENGINEERINGMWSB#:1390 - AE#:2017-4963 Page 2 of 2

1.6 EXISTING SURVEY MARKERS

.1 Replace legal survey markers, disturbed or removed by the construction operation, thatexisted at a horizontal distance of 1.5 m or more from the centreline of pipe beinginstalled. If it is necessary to remove or disturb existing legal survey markers that arewithin 1.5 m of the pipe centreline, notify Engineer before such removal or disturbanceand replacement will be at Owner's expense.

END OF SECTION

Town of Niverville Section 02 12 00Contract 1: Raw Water Pipeline EXISTING STRUCTURES AND UTILITY WORKSMWSB#:1390 - AE#:2017-4963 Page 1 of 3

Part 1 General

1.1 SCOPE

.1 This section refers to the location, protection, removal and replacement of existingstructures and utility works.

.2 Interpret existing structures as being all existing pipes, ducts, ditches or other worksforming a part of sewerage, drainage, water, telephone, electrical, gas or other utilitysystems as well as sidewalks, curbs, poles, fences, buildings and other manmade thingsthat may be encountered during construction.

1.2 MEASUREMENT FOR PAYMENT

.1 There will be no payment made for expense incurred as a result of the presence ofexisting structures and utilities.

Part 2 Products

2.1 SUPPLY.1 Supply all materials required for the specified location, protection, removal and

replacement of existing structures.

.2 Unless specified otherwise, materials supplied for replacement of existing structures willbe at least equal to those being replaced.

Part 3 Execution

3.1 BURIED UTILITIES

.1 The Contractor shall cross buried utilities in accordance with the requirements of theutility company. The Contractor shall be responsible for repairing any damages resultingfrom his work to the satisfaction of the utility company and the Engineer.

.2 The Contractor shall use hand tools to expose existing buried works. Compacted selectgranular backfill shall be used within three metres of any existing utility works and shallbe considered incidental to the work.

3.2 WORK ADJACENT TO EXISTING WORKS.1 The Contract may require the Contractor to work near existing structures; therefore, it

shall be the Contractor's responsibility to work with the Owner to establish locations ofexisting underground works (water lines, forcemains, sewer lines) which may lie alongthe proposed buried pipeline route. The Contractor shall take all precautions necessary toavoid damage to existing works. The Contractor shall co-ordinate the tie into watersystems with the Engineer and Owner a minimum of 48 hours prior to commencingconstruction.

3.3 WORK IN VICINITY OF OVERHEAD POWER LINES

.1 Request power company to relocate, de-energize or guard any energized conductor whereconstruction equipment may operate within 3 m of conductor.

Town of Niverville Section 02 12 00Contract 1: Raw Water Pipeline EXISTING STRUCTURES AND UTILITY WORKSMWSB#:1390 - AE#:2017-4963 Page 2 of 3

.2 Obtain power company approval prior to operating any equipment within 3 m ofenergized conductor.

.3 Where practical, avoid storage of metallic pipe sections under high voltage overheadpower lines.

.4 If pipe sections must be stored under power lines, protect personnel from effects ofinduced currents by grounding pipe sections at two (2) locations with AWG #2 copperground conductors and grounding rods.

3.4 LOCATION OF STRUCTURES

.1 Locate all existing surface and underground structures that may affect the work or may bedamaged during construction.

.2 Drawings or descriptions, verbal or otherwise, of existing structures, or their location, areintended only as an aid for the Contractor to locate these structures. Measurements andlocation of the existing underground structures shown on the drawings are not guaranteedto be accurate, and must be verified prior to proceeding with construction.

.3 On request from the Engineer, excavate and uncover underground structures for thepurpose of establishing line or grade for proposed installation of piping or other works.

3.5 PROTECTION OF STRUCTURES

.1 Unless authorization from the Engineer is received for their removal, protect allunderground and surface structures encountered during construction from any damage.

.2 The Contractor will repair or replace, at his expense, any structures damaged from hisconstruction operation, to a condition which is at least equal to that which existed prior toconstruction.

3.6 EMERGENCY SITUATIONS.1 In emergency situations resulting from the construction operation, where life or property

are endangered, immediately take whatever action is possible to eliminate the danger andnotify the appropriate authorities of the situation.

3.7 CURTAILMENT OF UTILITY SERVICE

.1 Where existing utilities such as water, sewer, electricity, telephone, and gas are servingthe public, plan and execute work such that there is no curtailment of service provided bythese utilities without prior receipt of approval of the authorities responsible for provisionand maintenance of these utilities. Obtain the above approvals from the recognizedauthorities controlling these utilities. If approval for such disruption of utility service isnot granted, it may be possible to establish temporary facilities to provide continuousutility service during the course of construction. Implement such temporary facilities onlyafter receiving the approval of the utility authority.

Town of Niverville Section 02 12 00Contract 1: Raw Water Pipeline EXISTING STRUCTURES AND UTILITY WORKSMWSB#:1390 - AE#:2017-4963 Page 3 of 3

3.8 SUPPORT OF STRUCTURES AND UTILITY WORKS

.1 Protect existing structures and utilities against damage from settlement by means ofsupports or compaction of backfill as approved by the Engineer. Where necessary,supports shall remain in place following backfill of excavations.

.2 Compact backfill which is placed under or adjacent to existing structures and utilitieswhich have been undermined during excavation in a manner which will prevent damageof the structure or utility from settlement. Backfill with approved crushed granularmaterial less than 50 mm in diameter.

3.9 DRAINAGE FACILITIES

.1 Keep clear of excavated material, at all times during construction, existing culverts,enclosed drains, flumes and ditches, and other drainage structures affected by the workbut left in place.

.2 When it is necessary to temporarily remove an existing drainage structure, providesuitable temporary ditches or other approved means of handling the drainage duringconstruction.

END OF SECTION

Town of Niverville Section 33 05 25Contract 1: Raw Water Pipeline HORIZONTAL DIRECTIONAL DRILLINGMWSB#:1390 - AE#:2017-4963 Page 1 of 9

Part 1 General

1.1 REFERENCES

.1 North American Society for Trenchless Technology – Horizontal Directional DrillingGood Practices Guidelines (Most Recent Edition)

1.2 WORK PROGRAM.1 As an alternative to open cut installation, the Contractor may choose to install part of or

all of the water supply main with a trenchless technology such as horizontal directionaldrilling, as described in this section.

1.3 GENERAL DESCRIPTION

.1 Horizontal directional drilling (HDD) is the installation of a pipeline by drilling a pilotbore from the entry pit to a predetermined exit location. The drilling head is thenreplaced with a reamer and the borehole is enlarged to a predetermined size. Oncecompleted the product pipeline is pulled into place.

.2 This Specification outlines the minimum requirements for the installation of HDDcrossings for pipeline systems. The Contractor shall ensure that the HDD requirementsset out in this Specification are complied with by the Contractor to the extent they areapplicable in the circumstance. Except as otherwise expressly provided herein; theContractor is responsible for implementing this Specification. The Contractor shall besolely responsible for ensuring that the Work is performed in strict compliance with allEnvironmental, Health, and Safety Laws.

1.4 DEFINITIONS

.1 Directional Drilling

.1 The installation of a pipe by drilling a pilot bore from the entry pit to a pre-determined exit location. The drilling head is then replaced with the reamer andthe drilling string is pulled back to the entry hole, enlarging the hole whilesimultaneously pulling the pipeline product into place.

.2 Horizontal Directional Drilling Rig:

.1 A mechanical drilling device used to create a horizontal borehole through whicha pipe or conduit is installed.

.3 Return and Spoils

.1 Drilling mud and cuttings collected in the entry and exit pits as well as any fluidwhich escapes from the borehole to the surface.

1.5 SUBMITTALS.1 Environmental Response Plan (ERP)

Town of Niverville Section 33 05 25Contract 1: Raw Water Pipeline HORIZONTAL DIRECTIONAL DRILLINGMWSB#:1390 - AE#:2017-4963 Page 2 of 9

.2 Drilling fluid management plan, including drilling fluid containment, recycling/transportand approve disposal site.

.3 Emergency procedures for inadvertently boring into a live power line, natural gas line,water line, sewer line, or fibre-optic cables. Procedures must comply with regulations.

.4 Method of dealing with inadvertent returns of surface seepage of drilling fluids andspoils.

.5 Schedule of work including installation sequence for projects requiring multiple reamsand borepaths

.6 Drawing of work site, including location and footprints of equipment, and the locationsof the entry, exit, and slurry containment pits. For each installation, indicate productlayout areas during pullback, identify potential conflicts with traffic, and indicateduration of any road closures required.

.7 Data from the product pipe manufacturer indicating the tensile strength and minimumbend radius.

1.6 CONSTRAINTS.1 All Horizontally Directionally Drilled (HDD) installations shall be performed in

accordance with the following codes, regulations and requirements as applicable:

.1 Provincial Environmental Regulatory Bodies

.2 Fisheries and Oceans Canada (DFO)

.3 Navigable Waters Protection Act

.4 Crossing / Proximity agreements of foreign pipelines

.5 Access routes to the right-of-way (ROW), work sites, staging areas, or toassociated areas

.6 Landowner / Shareholder agreements

.2 The Contractor shall review the Contract Documents and drawings to ensure workspace,right-of-ways., drill design, layout areas, and all other items pertaining to the HDD areacceptable for their equipment and set-up procedures.

.3 The Contractor shall be responsible for the directional drilling methodology andequipment. The Contractor shall confirm that the drill rigs and mud mixing systems willbe of sufficient capacity to successfully complete the installation considering theinstallation length, product type and diameter, and formation and ground water conditionsthat can be reasonably foreseen.

.4 If there is a conflict between Acts, Regulations, Laws, Codes and Standards, the moststringent requirement shall be met by the Contractor at the sole cost to the Contractor.

.5 Obtain all necessary permits or authorizations to conduct construction activities and todisturb ground near or across all existing buried utilities, pipelines, services, andconduits.

Town of Niverville Section 33 05 25Contract 1: Raw Water Pipeline HORIZONTAL DIRECTIONAL DRILLINGMWSB#:1390 - AE#:2017-4963 Page 3 of 9

.6 Schedule work to minimize interruption to existing services and local traffic.

Part 2 Products

2.1 Materials

.1 Pipe

.1 Test with water - testing with air is strictly prohibited. Only potable water shall be usedif the pipe is to transport potable water after its installation.

.2 Where possible and unless approved by the Engineer, the product pipe shall be fused,welded, or connected into one string prior to commencement of the pullback operation.

.3 Pipe shall conform to the Plans and MWSB Specification Section 027060 PressurePipelines.

.2 Equipment

.1 HDD materials, equipment, pipe, and personnel required to complete the work.

.2 The Contractor shall be responsible for the directional drilling method and equipment.The Contractor shall confirm that the drilling rig and mud mixing system have the capacityrequired to successfully complete the installation knowing the length of the crossing andproduct type and diameter, and considering ground and groundwater conditions that can bereasonably foreseen. This will also include all cold weather equipment as required and acomplete water pumping and drilling fluid recycling system for the entry and/or exit sides (ifrequired on exit);

.3 Operating range and degree of accuracy of proposed tracking system shall be adequate tomeet project conditions. Tracking and locating system should have appropriate operatingrange and degree of accuracy to meet project conditions. Tracking and steering equipmentshall allow for continuous monitoring of the drill head along the entire proposed alignment. Ifit is anticipated that the drill head may not be tracked along the entire length of theinstallation, this should be communicated to the Engineer prior to commencement ofconstruction.

.4 Drill rig must be equipped with an electrical strike safety package. Prior tocommencement of the pilot bore the rig’s electrical strike alert system must be tested. Thepackage should include warning sound alarm, grounding mats, and protective gear.

.5 An approved anchoring system for the drill rig such that the installation can proceed in asafe and effective manner throughout the Work without failure;

.6 Breakaway connector must be placed between reamer and pipe. Breakaway connector tobe set to manufacturer’s maximum recommended tensile strength.

.7 Flagging of the proposed pipeline between the proposed entry and exit location forreference;

.8 Barricades, warning signs, sack breakers and all materials for fluid containment on theworksite.

.9 A fence barrier around the entire worksite to prevent access by unauthorized personnel.

Town of Niverville Section 33 05 25Contract 1: Raw Water Pipeline HORIZONTAL DIRECTIONAL DRILLINGMWSB#:1390 - AE#:2017-4963 Page 4 of 9

.10 Frac-out containment equipment as described in the Environmental Response Plan(ERP);

Part 3 Execution

3.1 PRE-COMMENCEMENT

.1 All subsurface utilities within 25 m of the proposed drill path must be identified andlocation marked on the surface. Owners of subsurface utilities within 25 m of theproposed bore path must be notified of the impending work through the one-call programor directly if not a member of the service.

.2 The Contractor shall prepare all construction sites including removal of vegetation andtopsoil to a base level grade, containment berms, excavation of entry/exit pits, temporaryand permanent slurry containment pits, and installation of conductor barrels.

.3 Drill sites shall be constructed to prevent fluids from leaving the site.

.4 All utility crossings shall be exposed using hydro-excavation, hand excavation, oranother approved method to confirm depth. Contractor must acquire appropriate permitsto cross, expose, and backfill existing utilities.

.5 The proposed drill path shall be documented, including its horizontal and verticalalignments and the location of buried utilities and subsurface structures along the path.

.6 Exit and entry areas should be delineated using traffic cones, barricades, constructiontaping, flagging, fencing/hoarding or by some combination of these. If necessary,warning signs should be placed to indicate open excavation.

.7 All documents and plans as required in this Section shall be submitted and approved bythe Owner and Engineer prior to commencement of any work associated with the HDDunless otherwise authorized by the Engineer.

.8 Exit area should be suitable size to accommodate activities related to reamer and productpipe connection.

.9 Location must be identified for product pipe layout, as well as suitable space for pipefusion or coupling depending on product pipe material. This area may require delineationdepending on level of pedestrian and vehicular traffic at the discretion of the Engineer.

Town of Niverville Section 33 05 25Contract 1: Raw Water Pipeline HORIZONTAL DIRECTIONAL DRILLINGMWSB#:1390 - AE#:2017-4963 Page 5 of 9

3.2 INSTALLATION PROCEDURES.1 General

.1 Only trained operators should be permitted to operate the drilling equipment, andmanufacturer’s operating instructions and safety practice shall always befollowed.

.2 Provide any additional anchoring required for the drill rig such that theinstallation can proceed in a safe and effective manner.

.3 Drilling of the pilot bore should be performed in a manner that minimizes theover-stressing and straining of the drill stem as well as the product pipe on thebackream. Location of entry and exit pits are to be of sufficient size and locatedsuch to avoid a sudden radius change of the product pipe and the resultantexcessive deformation.

.4 Drilling mud pressure in the borehole should not exceed that which can besupported by the overburden to prevent heaving or hydraulic fracturing of the soil(“Frac-out”).

.5 If a drilled hole beneath an artificial surface must be abandoned the hole shall befilled with grout or bentonite to prevent future subsidence.

.6 All phases of the installation require the utilization of a properly formulateddrilling fluid. Drilling fluid properties, drilling fluid volumes, and rate ofpenetration must be matched to ground conditions to maintain proper circulation,borehole stability, and increase the chances of a successful installation.

.2 Reaming and Product Installation:

.1 The pilot bore shall be reamed to accommodate and permit the free sliding of theproduct inside the borehole.

.2 A swivel must be installed between the pulling head and reamer to preventrotation of the product during the installation.

.3 Pipe installation should be performed in a manner that minimizes the over-stressing and straining of the pipe. The Contractor shall use a breakawayconnector set to pipe manufacturer’s maximum recommended tensile strength.

.4 The product pipe must be properly positioned and supported to enter theborehole. Pipe rollers, skates or other protective devices shall be used for theinstallation of products 150 mm (6 inches) outside diameter or larger.

.5 Pullback and product installation should be completed without interruption, toreduce the risk of the product from becoming stuck in the borehole.

.6 During pullback or back-reaming the pipe or conduit must be sealed on both endswith a cap or lug to prevent water, drilling fluids and other foreign materials fromentering the pipe.

.7 Several reaming passes may be required to achieve the desired minimumborehole diameter for the installation of the product.

.8 During reaming and product installation, drilling fluid must be used, and propercirculation must be maintained.

.9 Drilling mud may be used during drilling and back-reaming operations, pendingthe approval of a fluids management plan.

Town of Niverville Section 33 05 25Contract 1: Raw Water Pipeline HORIZONTAL DIRECTIONAL DRILLINGMWSB#:1390 - AE#:2017-4963 Page 6 of 9

.10 Where possible and unless otherwise approved by the Engineer, the productpipeline will be fused, welded or connected into one string prior tocommencement of the pull-back operation.

.11 The Contractor shall avoid excessive reaming and pullback rates. The Contractorshall match pullback and reaming rates with downhole tooling and boreholecleaning ability of their equipment. Excessive backream rates and outrunninghole cleaning ability may result in surface heave and frac-outs. Under nocircumstances shall the pulling force on the product pipe exceed the maximumrecommended by the pipe manufacturer for the specific product and installationconditions.

.3 Drilling Fluids – Collection and Disposal Practices

.1 Precautions shall be taken to keep drilling fluids out of streets, manholes, sanitaryand storm sewers, and other drainage systems including streams and rivers.

.2 Fluid returns not contained by the entry or exit pits to be promptly cleaned up.

.3 Excess drilling mud slurry shall be contained in a lined pit or temporary holdingcontainer at the exit of entry points until recycled or removed from site. Entranceand exit pits shall be of sufficient size to contain the expected return of drillingmud and spoils.

.4 Recycling of drilling fluids is an acceptable alternative to disposal.

.5 If working in an area of contaminated ground, the circulated drilling fluid shallbe tested for contamination and disposed of in a manner that meets governmentrequirements.

.6 The contractor shall make a diligent effort to minimize the amount of drillingfluids and cuttings spilled during the drilling operation and shall clean up alldrilling mud overflows and spills.

.7 Contractor shall have in place a suitable emergency response plan to respond toinadvertent returns and frac-outs. This plan shall include a procedure, contactnumbers for appropriate regulatory agencies, materials and or equipment tocontain the drilling fluid, and materials and or equipment to collect and disposethe drilling fluid. Plan to be discussed with Engineer prior to commencement ofthe bore, and be scaled according to the size and risk associated with theinstallation.

.8 After product is installed, entry and exit pits shall be cleaned of drilling fluidsand cuttings, and backfilled with native material or select backfill in accordancewith the Contract Documents.

.9 The Contractor will manage all drill fluids (fluids and solids) from the site.

.10 The Contractor shall ensure that all proposed drilling fluids and/or additives arecompliant with all municipal landfill reclamation criteria’s.

.11 The Contractor shall be responsible for permanent disposal of all waste drillingfluids (liquids and solids) in conformance to all environmental regulations.Drilling fluids shall not be permitted to become contaminated with any substancethat would prevent the use of landspreading.

.12 Disposal cuttings and fluids shall be disposed of in strict compliance with theLocal Authorities having jurisdiction. Disposal of drilling cuttings and fluids

Town of Niverville Section 33 05 25Contract 1: Raw Water Pipeline HORIZONTAL DIRECTIONAL DRILLINGMWSB#:1390 - AE#:2017-4963 Page 7 of 9

shall be conducted in compliance with all relevant environmental regulations,landowner agreement, workspace agreements, and permit requirements.

.13 All costs associated with the management and disposal of drilling fluid andreturns are the sole responsibility of the Contractor.

.14 Recycling drilling fluids is an acceptable alternative to disposal.

.15 Excess drilling mud slurry shall be contained in a lined pit or containment pondat exit and entry points until recycled or removed from the site. Entrance andexit pits shall be of sufficient size to contain the expected return of drilling mudand spoils.

.16 When working in an area of contaminated ground, the slurry shall be tested forcontamination and disposed of in a manner that meets government requirements.

.17 The Contractor shall make a diligent effort to minimize the amount of drillingfluids and cuttings spilled during the drilling operation and shall clean-up alldrilling mud overflows or spills.

.18 Waste drill mud and cuttings shall be contained at the entry and exist points andprevented from entering surface water.

.19 Should long term erosion control measures be implemented, post constructionmonitoring shall be conducted to ensure effectiveness.

.20 Further erosion control measures shall be implemented as directed by theEngineer.

3.3 HORIZONTAL DIRECTIONAL DRILLING AND WORKING NEARWATERWAYS

.1 The Contractor shall note that dike and waterway crossings shall conform to therequirements of Department of Fisheries and Oceans, and authority having jurisdictionwhere applicable.

.2 All work adjacent to or crossing waterways including creeks and ditches draining into awaterway that is regulated by the Federal Department of Fisheries and Oceans (DFO).Contractor must implement Work in accordance with DFO guidelines and regulations.

.3 Mitigation Measures:

.1 All waterway crossings shall be directionally drilled.

.2 A minimum undisturbed buffer zone of 15 metres shall be maintained betweendirectional drill entry/exit areas and banks of waterway.

.3 Heavy equipment (caterpillars, tractors) shall not be allowed within the bufferzone.

.4 Enforce measures regarding fuelling or servicing equipment within 100 metre ofwaterway.

.5 Waste drill mud and cuttings shall be contained at the entry and exist points andprevented from entering surface water.

.6 Should long term erosion control measures be implemented, post constructionmonitoring shall be conducted to ensure effectiveness.

.7 Further erosion control measures shall be implemented as directed by theEngineer.

Town of Niverville Section 33 05 25Contract 1: Raw Water Pipeline HORIZONTAL DIRECTIONAL DRILLINGMWSB#:1390 - AE#:2017-4963 Page 8 of 9

3.4 ENVIRONMENTAL RESPONSE PLAN.1 To avoid or minimize the potential for drilling fluids and drill cuttings from entering

waterways because of a frac-out, at minimum the Contractor shall include the followingactions in their Environmental Response Plan:

.1 A record of drilling progress shall be maintained to determine the location of thedrill head relative to the point of entry.

.2 A record of drilling component usage (type and quantity) shall be maintainedthroughout each drilling operation.

.3 A record of drilling fluid volume used and returned shall be maintained to detectany significant fluid losses. Drilling fluid pump pressure will be continuouslymonitored. Abnormal loss of returned fluids or loss of fluid pressure that may beindicative of a frac-out shall be reported immediately to the Engineer.

.4 At waterway crossings where water clarity permits, a view of the stream bottom,an observer shall continuously check for signs of mud escapement to thewaterway.

3.5 LOSS OF FLUID AND FRAC-OUT RESPONSE

.1 The Contractor shall address the following actions in their Environmental Response Plan:

.1 If an abnormal loss of fluid, drop in pressure or visible plume is observedindicating a frac-out or possible frac-out, drilling is to stop immediately.

.2 The contractor shall notify the engineer, DFO, and authorities of jurisdiction ofthe frac-out condition or potential condition and decide on the appropriate actionas follows:

.3 Assign a person to visually monitor for the presence of muddy plume.

.4 Make adjustments to the mud mixture; add lost circulation material (LCM) to thedrilling fluid in an attempt to prevent further loss of fluid to the ground formationand/or waterway.

.5 Where conditions warrant and permit (i.e., shallow depth, clear water, low watervelocity, potentially sensitive habitat) and where a frac-out has been visuallydetected, attempt to isolate the fluid release using a large diameter stand pipesuch as a short piece of culvert.

.6 Under circumstances where a frac-out has occurred, and where conditions do notpermit containment and the prevention of drilling fluids release to the waterway,attempts to plug the fracture by pumping LCM are not to continue for more than10 minutes of pumping time.

.7 If the frac-out is not contained within this time, the Engineer shall halt anyfurther attempts until a course of action (either abandon directional drilling orfurther consultation with Engineer) is decided upon.

3.6 RECLAMATION

.1 Restore all disturbed areas to original contours.

.2 Install erosion control measures, as directed, and maintain until vegetation becomesestablished.

Town of Niverville Section 33 05 25Contract 1: Raw Water Pipeline HORIZONTAL DIRECTIONAL DRILLINGMWSB#:1390 - AE#:2017-4963 Page 9 of 9

3.7 RECORD OF CONSTRUCTION TO BE PROVIDED.1 Submissions within 14 days of completion:

.1 As-built information including pipe centerline in plain view and tabulation ofcoordinates referenced to the drill entry point and to the global survey systems;.1 Contractor shall indicate any horizontal or vertical deviations between

the specified minimum bury depth and the actual bore installation.Contractor to provide a set of as built drawings including both alignmentand profile constructed from actual field readings

.2 Drilling Fluid Disposal Report (location, permits, volumes, approvals, testing);

END OF SECTION