THE MANITOBA WATER SERVICES BOARD TENDER PROJECT NO.: 1292

Size: px
Start display at page:

Download "THE MANITOBA WATER SERVICES BOARD TENDER PROJECT NO.: 1292"

Transcription

1 THE MANITOBA WATER SERVICES BOARD TENDER PROJECT NO.: 1292 MANITOBA PARKS AND PROTECTED SPACES WEKUSKO FALLS CAMPGROUND WATER TREATMENT PLANT UPGRADES AE Project #: Page 1 of 5

2 Table of Contents TENDER DOCUMENTS NO. OF PAGES 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 3 Schedule of Prices Form No. MWSB 3B 1 Bid Bond and Agreement to Bond Form No. MWSB 3C 2 Irrevocable Standby Letter of Credit and Undertaking Form No. MWSB 3D 2 B. Tender Acceptance: Performance Bond Form No. MWSB 3E 2 Labour and Materials Payment Bond Form No. MWSB 3F 3 Irrevocable Standby Letter of Credit Form No. MWSB 3G 2 Bidder s Certification Form Form No. MWSB 3H 2 Subcontractor s Certification Form Form No. MWSB 3I 2 Page 1 of 4

3 SPECIFICATIONS The Manitoba Water Services Board STANDARD CONSTRUCTION SPECIFICATIONS* Sept *Note: Refer to MWSB Website: for updates to these Specifications. It is the responsibility of the holder of these Specifications to maintain the most recent update. SECTION TITLE REVISION DATE DIVISION 1 General NO. OF PAGES MWSB 1000 General Conditions Traffic Control MIT Work Zone Traffic Control Manual May DIVISION 2 Site Work Pipe Excavation, Bedding and Backfill Topsoil and Finish Grading Seeding Sewers Pressure Pipelines 34 APPENDIX Listing of Approved Products May Page 2 of 4

4 ASSOCIATED ENGINEERING SPECIFICATIONS SECTION TITLE NO. OF PAGES Section Certification Page... 1 Section Special Provisions Section Payment Procedures... 4 Section Submittal Procedures... 5 Section Disinfection, Hydrostatic and Pressure Testing... 4 Section Common Product Requirements... 5 Section PreStartUp, StartUp and Commissioning... 3 Section Closeout Submittals... 6 Section Operating and Maintenance Data... 3 Section Demonstration and Training... 2 Section Common Work Results For Plumbing... 8 Section Common Work Results For HVAC Section Common Work Results For Electrical Section Wires and Cables (01000 V)... 3 Section Control Panels... 8 Section Instruments... 4 Section Process Valves... 7 Section Plant Water Process Piping... 8 Section Water Treatment Equipment... 9 APPENDIX A RAW WATER DATA Page 3 of 4

5 Page 4 of 4

6 Table of Contents Instructions to Bidders 1. Project Information Project Specifications Work Site Viewing Test Hole Digs Submission Deadline and Address Inquiries Tender Addendums Tender Amendments (including amendments to Tender amounts only) Withdrawal of Tender Substitutes as Approved Equals Public Opening of Tenders Tender Submission Tender Form Schedule of Prices Bid Security Qualification of Bidders Irrevocable Tenders Cost of Tender Evaluation of Tenders Acceptance of Tender and Contract Award...10 Page 1 of 1

7 MWSB PART 1 INSTRUCTIONS TO BIDDERS 1. Project Information (a) The Manitoba Water Services Board (MWSB) is issuing this Request for Tenders on behalf of the Manitoba Parks and Protected Spaces for the following project: PROJECT NO.: 1292 PROJECT NAME: Wekusko Falls Campground (b) The following is a brief description of the Work required for the project: 1. The WTP structure will be by others and is expected to be complete by July 31, Supply and installation of new 240V service to WTP building. 3. Supply and installation of new water treatment equipment. 4. Supply and installation of integrated control panel that communicates and controls the systems in a logical manner as per the specifications. 5. Commissioning of water treatment package and training of water treatment plant staff in Summer of In Spring 2017, assist with reinstating equipment and recommissioning for startup. 7. In Fall 2017, assist with decommissioning the equipment for winter storage. 8. Supply and install new raw water intake consisting of pumps, screen, and piping. 9. Supply and install new distribution pumps. 10. Supply and install of new holding tank next to WTP. 11. Supply and installation of new mechanical equipment and electrical instrumentation and controls in the existing water treatment plant building. 12. Installation of site piping, including connections to existing underground infrastructure. Details of the scope of Work required for the project are set out in the project Specifications. (c) The Work Site is located at: Wekusko Falls Campground and Helitac Base (outside of Snow Lake) (d) The MWSB s Engineer is: Associated Engineering (Sask.) Ltd. Ken Anderson, P.Eng. Ph: (204) andersonk@ae.ca Page 1 of 11

8 MWSB PART 1 (e) The MWSB s Construction Manager is: 2. Project Specifications R.Lytle, C.E.T. (204) Robin.lytle@gov.mb.ca (a) The specifications are available for download from our website located at: Paper copies of documents are no longer available. The Documents, published in PDF format, are viewable and printable on our website. For each Bid Opportunity the documents are presented in such a way that a person can download individual documents or portions thereof if they do not require all of them. However, the bidder is cautioned that they are responsible for the contents of all documents. (b) The MWSB will keep a list of Bidders who have registered with the MWSB on tendered projects. The list of Bidders will be available upon request. 3. Work Site Viewing (a) (b) (c) (d) Work Site viewing is not mandatory. Although the Work Site viewing is not mandatory, the MWSB suggests Bidders view the Work Site. The Engineer will be available to answer questions during the tender period. There is no scheduled work site viewing, however, the Engineer can arrange for site access with local Parks staff if sufficient notice is given by Contractors wishing to see the site. Bidders are not entitled to rely on information received from the Engineer or other third parties at the site viewing unless MWSB has provided the information in writing in the form of an addendum. 4. Test Hole Digs (a) MWSB will not be conducting test hole digs. 5. Submission Deadline and Address (a) The Submission Deadline is the date and time specified in the Tender Form. Page 2 of 11

9 MWSB PART 1 (b) Tenders must be delivered to the following mailing address: The Manitoba Water Services Board Unit # 1A 2010 Currie Blvd. Brandon, MB R7B 4E7 (c) Faxed or ed 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 with Sections 6, 7, 8 and 9. (d) Tenders must be received no later than the Submission Deadline at the above address. Tenders received after the Submission Deadline will not be accepted and will be returned to the Bidder unopened. (e) (f) Tenders must consist of the components as further described in Section 12, and should be submitted in a sealed envelope or package, clearly marked on the outside with the name and address of the Bidder, Project No. and Project Name. It is solely the Bidder s responsibility to ensure that the Bidder s Tender is received at the designated location prior to the Submission Deadline. 6. Inquiries (a) (b) The MWSB will receive inquiries from Bidders by way of a formal process. All inquiries about the Work or the Tender Documents shall be directed, in writing by fax or by , at least five (5) business days before the Submission Deadline. Inquiries received after this date may not be answered. Written inquiries must be directed to: The MWSB s Engineer: Associated Engineering (Sask.) Ltd. Ken Anderson, P.Eng. Ph: (204) andersonk@ae.ca (c) (d) Bidders may confirm whether an inquiry has or has not been received by the foregoing deadline by phoning the Construction Manager at: (204) If the MWSB, in its sole discretion, determines that an inquiry will be of interest to all Bidders, it will be communicated in writing to all Bidders by way of addendum. The source of the inquiry will be kept confidential. Page 3 of 11

10 MWSB PART 1 7. Tender Addendums (a) (b) The Construction Manager may extend the Submission Deadline by issuing an addendum at any time before the Submission Deadline or before the date and time previously specified in any addendum extending the Submission Deadline. Where an error, discrepancy or omission in the Tender Documents has been found, or where the Construction Manager determines that the Tender Documents require clarification, the Construction Manager 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 have considered the effect of such addendum in formulating their Tender. Bidders must acknowledge having received each addendum in their Tender. Bidders should acknowledge having received each addendum and the date on which each was received, in the space provided in the Tender Form for this purpose. Failure to acknowledge receipt of an addendum may render a Tender nonresponsive in accordance with Section 19. If a Tender is submitted before an addendum is issued, the MWSB will accept a faxed acknowledgement, provided the acknowledgement is submitted before the Submission Deadline. Bidders who submit an acknowledgement by fax should confirm that the fax has been received by the MWSB by phoning The Manitoba Water Services Board at: (204) Tender Amendments (including amendments to Tender amounts only) (a) Bidders may amend Tenders submitted prior to the Submission Deadline (including amendments to the amounts in the Schedule of Prices) by submitting an amendment clearly identifying the change or by submitting a new Tender that clearly indicates that it is to replace the Tender previously submitted by the Bidder. (b) All amendments to 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: (c) (d) If Bidders wish to submit an amendment to the amount(s) in the Schedule of Prices only (without submitting a new Tender to replace the Tender previously submitted by the Bidder), and wish to submit the amendment by fax, the amendment to the amount(s) in the Schedule of Prices must not reveal 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. It will be solely the responsibility of the Bidder to ensure that any amendment is received Page 4 of 11

11 MWSB PART 1 prior to the Submission Deadline. (e) The MWSB will not accept responsibility for the content of amendments, or amendments that are, for any reason, not received, delayed, illegible or otherwise improperly received. The MWSB may disregard amendments that are improperly received. 9. Withdrawal of Tender (a) (b) Bidders may withdraw a Tender submitted in response to this Request for Tenders by submitting a request to withdraw in writing to the MWSB by no later than the Submission Deadline. 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: (c) It will be solely the responsibility of the Bidder to ensure that a request to withdraw is received prior to the Submission Deadline. 10. Substitutes as Approved Equals (a) (b) (c) (d) The Work is based on the Plant, Material or methods (including make, model or trade name or catalogue reference) specified in the Tender Documents. Substitutions as an approved equal shall only be allowed if application has been made to and prior approval has been granted by the Engineer in writing in accordance with this Section 10. Requests for approval of a substitute as an approved equal will not be considered unless received in writing by the Engineer at least five (5) business days before the Submission Deadline. Bidders shall ensure that any and all requests for approval of a substitute as an approved equal: (i) (ii) provide sufficient information and details to enable the Engineer to determine the acceptability of the Plant, Material or method as an approved equal; and certify that the substitute will fully perform the functions called for by the general design, be of equal or superior substance to that specified, is suited to the same use and capable of performing the same function as that specified and can be incorporated into the Work, strictly in accordance with the proposed construction Page 5 of 11

12 MWSB PART 1 schedule and the dates specified in the Tender Form for Substantial Performance. (e) (f) (g) (h) The Engineer, after assessing the request for approval of a substitute, may in their sole discretion grant approval for the use of a substitute as an approved equal or may refuse to grant approval of the substitute. The Engineer will provide a response in writing, at least two (2) business days prior to the Submission Deadline, only to the Bidder who requested approval of the substitute as an approved equal. The Bidder requesting and obtaining the approval of a substitute shall be entirely responsible for disseminating information regarding the approval to any person or persons they wish to inform. If the Engineer approves a substitute as an approved equal, any Bidder may use the approved equal in place of the specified item. The MWSB has published an Approved Products List to assist Bidders in determining whether a particular product will conform to the requirements of the Specifications or Drawings. A copy of the Approved Products List is available on the MWSB s website at If a particular product falls into a category included in the Approved Products List, only those specified approved products identified in the Approved Products List shall be permitted to be used. 11. Public Opening of Tenders (a) (b) (c) (d) Tenders shall be opened publicly at the address identified in Section 5(b) promptly after the Submission Deadline. Bidders or their authorized representatives may attend the opening. After a cursory review of the Tenders, the total Tender prices and names of Bidders, whose Tenders are considered at this time to be sufficiently compliant for the purposes of the public opening will be read 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 and will be rejected at this time. The MWSB will also confirm that the Tender Forms acknowledge receipt of all addenda issued. A Tender that has been considered compliant for the purposes of the public opening has not been evaluated sufficiently to determine whether it should be given a passing grade under Section 19. All Tenders for which the total Tender prices were read out will be formally evaluated after the public opening in accordance with Section 19. Page 6 of 11

13 MWSB PART 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 Engineer approving a substitute in accordance with Section 10 (if applicable). 13. Tender Form (a) (b) (c) The Bidder must complete the Tender Form (using Form No. MWSB 3A), making all required entries. No change shall be made in the wording of the Tender Form. The Tender Form must be signed and dated by the Bidder. The name and official capacity of the person(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) (ii) (iii) a unit price for each item for which a quantity is given; a lump sum price for each lump sum item given; and the total Tender price. (b) (c) (d) Prices shall be quoted in Canadian funds. The unit or lump sum prices quoted shall be all inclusive, and shall include: (i) the cost of the various items of Work as set forth in the Contract; (ii) the cost to furnish all Material (except as otherwise provided in the Contract); (iii) the cost to furnish all Plant, labour, transportation and incidentals necessary for the proper completion of the Work which the Contractor is required to do in accordance with the terms and conditions of the Contract; and (iv) all insurance, Worker's Compensation, vacation pay, custom duties, provincial sales tax, excise taxes (except the Federal Goods and Services Tax (G.S.T.) and all other charges, costs and assessments. G.S.T. shall be identified separately in the space provided in the Schedule of Prices. Bidders acknowledge that the quantities shown on the Schedule of Prices are estimates only. The MWSB will use the quantities for the purpose of comparing Tenders. The actual Page 7 of 11

14 MWSB PART 1 quantities may be considerably 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) (f) The quantities for which payment will be made will be based on the Work actually performed and completed by the Contractor, as measured and determined by the MWSB Engineer in accordance with the applicable Specifications, Measurement and Payment provisions and the General Conditions. The MWSB reserves the right to include an Extra Work Allowance in the Schedule of Prices in an amount specified by the MWSB. If an Extra Work Allowance is included, Bidders shall include it in the total Tender price. The Extra Work Allowance shall be used to account for payment for Changes in 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) (ii) a bid bond, in the amount of at least ten percent (10%) of the total Tender price, and an agreement to bond of a company registered to conduct business of a surety in the Province of Manitoba, in the form included at Form No. MWSB 3C; or an irrevocable standby letter of credit, in the amount of at least ten percent (10%) of the total Tender price, and undertaking issued by a bank or other financial institution registered to conduct business in the Province of Manitoba and drawn on a branch located in the Province of Manitoba, in the 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 website for a list of sureties, banks or other financial institutions that are 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 in writing. 16. Qualification of Bidders (a) As part of its evaluation of the Tenders, the Construction Manager may require Bidders to submit the following information: (i) proof that the Bidder is incorporated or otherwise properly registered to carry on business in Manitoba; Page 8 of 11

15 MWSB PART 1 (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 capable of performing the Work in accordance with the Contract; (iv) any other information requested by the MWSB. (b) (c) 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. Failure to provide the information requested by the Construction Manager within time frame set out in Section 16(b) may result in the Tender being considered nonresponsive in accordance with Section Irrevocable Tenders (a) (b) Tenders shall be irrevocable and open for acceptance for the time period specified on the Tender Form. The acceptance by the MWSB of any Tender shall not release the next lowest evaluated responsive Tender and this Bidder shall be bound by its Tender on such Work for the time period specified on the Tender Form. 18. Cost of Tender (a) Costs incurred in the preparation, presentation and submission of a Tender shall be borne entirely by the 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) (ii) the MWSB may reject a Tender as being nonresponsive if the Tender submission is incomplete, obscure or conditional, or contains additions, deletions, alterations or other irregularities. the MWSB shall reject a Tender from a Bidder who does not demonstrate in the Page 9 of 11

16 MWSB PART 1 Tender submission or in other information required to be submitted, that the Bidder is responsible and qualified. (c) (iii) arithmetical calculations in the Schedule of Prices will be checked. Addition errors will be corrected. If the unit price quoted for an item, when multiplied by the estimated quantities for that item does not result in the total price quoted for that item, the Bidder will be bound to supply the item at the unit price quoted and the MWSB will correct the multiplication error so that the total price quoted for that item equals the product of the unit price quoted and the estimated quantities. Tenders will be ranked on the basis of total Tender price quoted for the Work, as adjusted if necessary to account for arithmetical errors. 20. Acceptance of Tender and Contract Award (a) (b) If the MWSB decides to accept a Tender, it will accept the Tender from the Bidder who submitted the lowest evaluated responsive Tender. The MWSB has no obligation to accept any Tender, even where one or all of the Bidders have been determined to be responsive and qualified, and the Tenders are determined to be responsive. Without limiting the generality of the foregoing, the MWSB will have no obligation to accept a Tender where: (i) (ii) (iii) (iv) (v) (vi) the prices exceed the available funds for the Work; the prices are materially in excess of the prices received by the MWSB for similar work in the past; the prices are materially in excess of the MWSB s cost to perform the Work, or a significant portion thereof, with its own forces; the prices are unbalanced; or only one Tender is received; or 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 by preparing and forwarding to the Bidder an acceptance letter. (d) The MWSB s acceptance of a Tender is conditional upon the Bidder submitting the following documents within eight (8) calendar days after receiving the conditional acceptance letter: (i) (ii) (iii) (iv) (v) (vi) evidence of Insurance; evidence of Workers Compensation Board coverage; Performance Security; Bidder s Certification Form; evidence of COR, SECOR or COREL; Construction Schedule; and Page 10 of 11

17 MWSB PART 1 (vii) Site Safety Plan. See Insurance, Performance and Safety Requirements MWSB PART 2 for further instructions for the above documents. (e) (f) (g) (h) (i) 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. Once the Acceptance in the Tender Form has been signed by the MWSB, it shall constitute the binding Contract between the MWSB and the Bidder for the Work. As an alternative to the Acceptance in the Tender Form, the MWSB may forward three (3) copies of an agreement to the Bidder for the Bidder s signature at the same time as the MWSB sends the acceptance letter to the Bidder. In such an event, the Bidder shall sign and return all copies of the agreement to the MWSB within the eight (8) calendar day period stipulated in Section 20(d). The MWSB will, in due course, sign the copies of the agreement and return one fully signed copy for the Bidder's records. The Contract shall consist of all the documents described in GC:1.1(f) of the General Conditions. 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 bid security accompanying the Tender as liquidated damages, and the MWSB may accept the Tender of the next lowest evaluated responsive Bidder. The Bidder shall not start any work until the above noted conditions have been fulfilled and the MWSB has signed the Acceptance in the Tender Form or the agreement and authorized the commencement of the Work. Page 11 of 11

18 MWSB PART 2 INSURANCE, PERFORMANCE SECURITY AND SAFETY REQUIREMENTS In accordance with Section 20(d) of the Instructions to Bidders MWSB PART 1, the Bidder must provide the Construction Manager with the documents as described herein, within eight (8) calendar days after receiving the acceptance letter from the MWSB: 1. Insurance Insurance Requirements: Except as otherwise expressly provided in the Tender Documents, the Contractor shall, at the Contractor s expense, maintain the following insurance: (a) WrapUp Liability Insurance This policy shall provide for coverage against claims for personal injury, bodily injury or death, or damage to third party property as a result of the construction of the project, with minimum limits of coverage of $5,000,000. (Five Million Dollars) per occurrence. This policy shall be project specific (i.e. provide single project coverage), and provide coverage for the Contractor and all Subcontractors involved in the Work, as well as the MWSB, the Engineer and its 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; contingent employer s liability, and including shoring, blasting, excavating, underpinning, demolition, pile driving and caisson work, work below ground surface, tunneling and grading, as applicable. The coverage shall also include cross liability, premises and operations, blanket contractual, extended bodily injury, broad form property damage and nonowned automobile liability. (b) Builders Risk Insurance This policy shall provide for all risks coverage at full replacement cost for all property relating to the project (including any equipment supplied by the MWSB, and boiler and machinery insurance, as applicable) 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 the Work. This policy shall be in the joint names of the MWSB and the Engineer (if the Engineer is a third party consultant), the Contractor and all Subcontractors involved in the Work, and shall provide that, in the case of a loss or damage, payment shall be made to the MWSB and the Contractor, as their respective interests may appear. Page 1 of 5

19 MWSB PART 2 (c) Automobile Liability Insurance This insurance shall provide coverage for automobile public liability and property damage on all licensed 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 minimum limits of coverage of $2,000,000 (Two Million Dollars) per vehicle. (d) Contractor s Equipment Insurance The Contractor shall be responsible for insuring construction machinery and equipment used by the Contractor 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 of commencement of Work and shall be maintained until the day of issue of the Engineer s certification of Final Completion, and in the case of completed operations coverage and claimsmade based policies for a period of at least twentyfour (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 shall be given by the insurer to the MWSB in the event of any material change in, cancellation of, expiration of coverage or amendment restricting coverage specific to the Contract. Indemnification: The insurance coverage required shall in no way limit the Contractor s obligations under the Contract. Any additional coverage the Contractor may deem necessary to fulfill the Contractor s obligations 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 Insurance or certified copies of the WrapUp Liability, the Builders Risk and the Automobile Liability policies as evidence of the required insurance. 2. Workers Compensation Workers Compensation Board of Manitoba: The Contractor shall be registered with the Workers Compensation Board of Manitoba (even when such registration is not required by The Worker s Compensation Act (Manitoba). The Contractor shall maintain such coverage in good standing throughout the term of the Contract. Page 2 of 5

20 MWSB PART 2 Evidence of Workers Compensation Board Coverage: The Bidder shall provide a clearance letter from the Worker s Compensation Board of Manitoba as written evidence that the Bidder is registered and in good standing with the Workers Compensation Board of Manitoba. A clearance letter may be obtained online at the Worker s Compensation Board of Manitoba website at: The clearance 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 maintain performance 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 the form attached to the Tender Documents (Form No. MWSB 3E Performance Bond), in the amount of fifty percent (50%) of the Contract Price; and (b) a labour and materials payment bond of a company registered to conduct the business of surety in Manitoba, in the form attached to the Tender Documents (Form No. MWSB 3F Labour and Materials Payment Bond), in the amount of fifty percent (50%) of the Contract Price. OR (c) an original irrevocable standby letter of credit in the form attached to the Tender Documents (Form No. MWSB 3G Irrevocable Standby Letter of Credit), in the amount of fifty percent (50%) of the Contract Price. The irrevocable standby letter of credit shall be issued by a bank or other financial institution registered to conduct business in Manitoba, and shall be drawn on a branch located in Manitoba. Evidence of Performance Security: The Bidder shall provide the Construction Manager with the required performance bond and labour and material payment bond or irrevocable standby letter of credit as evidence of the required performance security. 4. Bidder s Certification Form In accordance with the Government of Manitoba s Tendering Requirements Policy, the Bidder shall provide Bidder s Certification Form Legislative and Safety Requirements (Form No. MWSB 3H). This form must be fully completed and signed and dated by the Bidder. Page 3 of 5

21 MWSB PART 2 5. COR, SECOR or COREL MWSB s Requirements: The Contractor shall have 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 Construction Safety Association COR program. Current registration in a COR safety program with either the Manitoba Heavy Construction Association or the Construction Safety Association 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 Manitoba Construction Association or the Construction Safety Association of Manitoba. Evidence of COR, SECOR or COREL: The Bidder shall provide a letter from the Manitoba Heavy Construction Association or the Construction Safety Association of Manitoba as written evidence that the Bidder 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 Construction Safety 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 the schedule. All dates and time periods in the construction schedule shall be consistent with the dates and time periods as specified in the Tender Form and the Special Provisions. 7. Site Safety Plan The Bidder shall prepare and submit a site safety plan that meets the requirements of The Workplace Safety and Health Act. This plan shall include but is not limited to all items listed below: (a) (b) Hazard/Risk Assessment Practices and Procedures, including planned site safety inspections and accident/incident investigation procedures; and Emergency Response Plan and Procedures. Page 4 of 5

22 MWSB PART 2 SUBCONTRACTOR DOCUMENTS The Bidder should note that if they are successful (and if they propose to subcontract any portion of the Work), the Bidder will also be required to submit the following subcontractor documents in accordance with the Government of Manitoba s Tendering Requirements Policy and Apprenticeship Training and Development Policy, as written evidence of compliance with these policies: (a) (b) 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 Subcontractor s Apprenticeship Policy Compliance Letter these letters must be obtained from Apprenticeship 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 directly participating 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 each of its Subcontractors to the Construction Manager before that Subcontractor begins work on the Work Site. Page 5 of 5

23 MWSB 3A Project No. MWSB 1292 THE MANITOBA WATER SERVICES BOARD T E N D E R F O R M Project Name Submission Deadline Bidder Wekusko Falls Campground Date: June 17, 2016 Time: Before 11:00 a.m. prevailing Brandon time Name of Bidder Street City Province Postal Code (mailing address if different) Street or P.O. Box City Province Postal Code Contact Person The Bidder hereby authorizes the following contact person to represent the Bidder for purposes of the Tender. Contact Person Title Telephone Number Facsimile Number Address: Definitions All capitalized terms used in the Contract shall have the meanings ascribed to them in the General Conditions unless the context otherwise requires. Page 1 of 4

24 MWSB 3A Offer Tender Documents Time Time to Complete the Work The Bidder hereby offers to perform the Work in accordance with the Contract for the price quoted by the Bidder, as set out in the Schedule of Prices. The Bidder agrees that the Tender Documents in their entirety shall be deemed to be incorporated in and shall form a part of this Tender notwithstanding that not all parts are necessarily attached to or accompany these Tender Documents. This Tender shall be open for acceptance, binding and irrevocable for a period of sixty (60) calendar days after the Submission Deadline. In accordance with GC:10 of the General Conditions, the Bidder agrees to achieve Substantial Performance: On or before: October 1, 2016 Liquidated Damages In accordance with GC:10.6 of the General Conditions, the Bidder acknowledges and agrees that if it fails to achieve Substantial Performance in accordance with the dates specified in the Contract, the Bidder will be required to pay the MWSB the following amounts per Working Day as liquidated damages for each and every Working Day which the failure continues: Liquidated Damages: $3,500 per working day. Addenda The Bidder certifies that the following addenda have been received and agrees that they shall be deemed to form a part of the Contract: No. Dated Page 2 of 4

25 MWSB 3A 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) Page 3 of 4

26 MWSB 3A 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# 1292 Project Name: Wekusko Falls Campground Project Description: The work involves the supply and installation of new water treatment equipment, process piping, mechanical systems, electrical and control systems, site civil piping and associated works. Name of Surety: and agrees that such acceptance shall constitute the binding Contract between the MWSB and the Contractor for the Work. The MWSB hereby confirms that the Contract Price for the Work is: $. The MWSB authorizes the Contractor to commence the Work on:, 20. Dated this day of, 20. FOR THE MANITOBA WATER SERVICES BOARD: Print Name and Title (seal) Signature Page 4 of 4

27 MWSB 3B SCHEDULE OF PRICES PROJECT NO. MWSB 1292 Item No. Description Unit Quantity Unit Price $0.00 Total Price $ Site Civil Works 1 LS mm HDPE water lines m mm HDPE water lines m Standpipe Connection 1 each 5.0 Raw Water Intake System 1 LS 6.0 Waterline Crossing Bridge Structure 1 LS 7.0 Process Mechanical Works 1 LS 8.0 Mechanical HVAC Works 1 LS 9.0 Electrical Works 1 LS 10.0 Commissioning & Training 1 LS 11.0 Spring 2017 Startup 1 LS 12.0 Fall 2017 Shutdown 1 LS SUBTOTAL EXTRA WORK ALLOWANCE $50, Subtotal *PST must be included in unit prices. GST (5%) TOTAL TENDER PRICE Name of Bidder Page 1 of 1

28 MWSB 3C KNOW ALL MEN BY THESE PRESENTS THAT: B I D B O N D of (Name of Bidder) (Place) (the Principal ) of (Name of Surety) (Place) (the Surety ) and as Surety, are held and firmly bound unto The Manitoba Water Services Board (the MWSB ) in the sum of ten percent (10%) of the total Tender price set out in the Tender hereinafter described, for the payment of which sum the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, 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# 1292 Project Name: Wekusko Falls Campground Project Description: The work involves the supply and installation of new water treatment equipment, process piping, mechanical systems, electrical and control systems, site civil piping and associated works. 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 if the said Tender is accepted, and the Principal, in accordance with the terms of the Tender, enters into a Contract with the MWSB and furnishes the required performance security for guaranteeing the faithful performance, labour and 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 DELIVERED in the presence of seal Principal seal Surety Page 1 of 3

29 MWSB 3C 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 SERVICES BOARD 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# 1292 Project Name: Wekusko Falls Campground Project Description: The work involves the supply and installation of new water treatment equipment, process piping, mechanical systems, electrical and control systems, site civil piping and associated works. In an amount equal to fifty percent (50%) of the Contract Price for the due and proper performance of the Work shown and described in the Request for Tenders, if our Principal s Tender is accepted by you, such Performance Bond 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 claimants of labour and materials used in the performance of the Work shown and described in the Request for Tenders, if our Principal s Tender is accepted by you, such Labour and Material Bond to be maintained and continue in full force 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 Material Bonds mentioned above are not required from our Principal within sixty (60) calendar days following the Submission Deadline. AND IT IS HEREBY DECLARED AND AGREED that the Surety shall be liable as Principal, and that nothing of any kind or matter whatsoever that will not discharge the Principal shall operate as a discharge or release of liability of the Surety, any law or usage relating to the liability of sureties to the contrary notwithstanding. Page 2 of 3

30 MWSB 3C SIGNED AND SEALED this day of, 20. (Name of Surety) By: (Seal) Page 3 of 3

31 MWSB 3D IRREVOCABLE STANDBY LETTER OF CREDIT AND UNDERTAKING Date Manitoba Water Services Board Unit # 1A 2010 Currie Boulevard Brandon, Manitoba R7B 4E7 RE: BID SECURITY TENDER FOR Project No.: MWSB# 1292 Project Name: Wekusko Falls Campground Project Description: The work involves the supply and installation of new water treatment equipment, process piping, mechanical systems, electrical and control systems, site civil piping and associated works. 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 the aggregate Canadian Dollars. This Standby Letter of Credit may be drawn on by you at any time and from time to time upon written demand for payment made upon us by you. It is understood that we are obligated under this Standby Letter of Credit for the payment of monies only and we hereby agree that we shall honour your demand for payment without inquiring whether you have a right as between yourself and our customer to make such demand and without recognizing any claim of our customer or objection by the customer to payment by us. Page 1 of 2

32 MWSB 3D The amount of this Standby Letter of Credit may be reduced from time to time only by amounts drawn upon it by you 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 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 at the end of the sixtieth (60 th ) calendar day after the Submission Deadline if our customer s Bid is not accepted, and if accepted, when our customer has entered into a Contract with you and has 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 the amount equal to fifty percent (50%) of the Contract Price for the due and proper performance of the Work shown and described in the Tender Documents, if our customer s Tender is accepted by you. Such Standby Letter of Credit shall be maintained and continue in full force and effect until the expiration of the warranty period. This Standby Letter 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 (1993 Revision), International Chamber of Commerce Publication Number 500. (Name of Bank or financial institution) Per: (Authorized Signing Officer) Per: (Authorized Signing Officer) Page 2 of 2

33 MWSB 3E 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 money of Canada to be paid to the MWSB or its successors or assigns, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS the Principal has entered into a written contract with the MWSB dated the day of, 20 for MWSB Tender for: Project No.: MWSB# 1292 Project Name: Wekusko Falls Campground Project Description: The work involves the supply and installation of new water treatment equipment, process piping, mechanical systems, electrical and control systems, site civil piping and associated works. 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 Contract and 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 Page 1 of 2

34 MWSB 3E (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, or any other Act or otherwise arising out of or in any way connected with the performance or nonperformance of the Contract or any part thereof during the term of the Contract and the warranty period provided for therein; THEN THIS OBLIGATION SHALL BE VOID, but otherwise shall remain in full force and effect. The Surety shall 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 of any kind of matter whatsoever that will not discharge the Principal shall operate as a discharge or release of liability of 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 DELIVERED in the presence of Witness seal Principal Witness seal Surety Page 2 of 2

35 MWSB 3F 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 and faithful performance of the Contract. KNOW ALL MEN BY THESE PRESENTS, that as principal (hereinafter called the Principal ), and, as surety (hereinafter called the Surety ), are held 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 Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. WHEREAS the Principal has entered into a written contract with the MWSB, dated the day of, 20 for Project No.: MWSB# 1292 Project Name: Wekusko Falls Campground Project Description: The work involves the supply and installation of new water treatment equipment, process piping, mechanical systems, electrical and control systems, site civil piping and associated works. 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 to all Claimants, for all labour and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void, otherwise it shall remain in full force and effect, subject, however, to the following conditions: (1) A Claimant for the purpose of this Bond is defined as one having a direct contract with the Principal for labour, material, or both, used or reasonably required for use in the performance of the Contract, labour and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the Contract provided that a person, firm or corporation who rents equipment to the Principal to be used in the Performance of the Contract under a contract which provides that all or any part of the rent is to be applied towards the purchase price thereof, shall only be a Claimant to the extent of the prevailing industrial rental value of such equipment for the period during which the equipment was used in the performance of the Contract. The prevailing industrial value of equipment shall be determinate, insofar as it is practical to do so, in accordance with and in the manner provided for in the latest revised edition of the publication of the Manitoba Heavy Construction Association titled Annual Directory and Equipment Rental Rates Guide published prior to the period during Page 1 of 3

36 MWSB 3F which the equipment was used in the performance of the Contract; (2) The Principal and the Surety, hereby jointly and severally agree with the MWSB, as Trustee, that every Claimant who has not been paid as provided for under the terms of their contract with the Principal before the expiration of a period of ninety (90) days after the date on which the last of such Claimant's work or labour was done or performed or materials were furnished by such Claimant, may as a beneficiary of the trust herein provided for, sue on this bond, prosecute the suit to final judgement for such sum or sums as may be justly due to such Claimant under the terms of their contract with the Principal, and have execution thereon. Provided that the MWSB is not obliged to do or take any act, action or proceeding against the Surety on behalf of the Claimants, or any of them, to enforce the provinces of this Bond. If any act, action or proceeding is taken either in the name of the MWSB or by joining the MWSB as a party to such proceeding, then such act, action or proceeding, shall be taken on the understanding and basis that the Claimants or any of them, who take such act, action or proceeding shall indemnify and save harmless the MWSB against all costs, charges and expenses or liabilities incurred thereon and any loss or damage resulting to 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 this bond. (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 to each 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 the MWSB, at any place where an office is regularly maintained for the transaction of business by such persons, or served in any manner in which legal process may be served in the Province of Manitoba. Such notice shall be given: (i) (ii) in respect of any claim for the amount or any portion of thereof, required to be held back from the Claimant by the Principal, under either the terms of the Claimant s contract with the Principal, or under The Builders Liens Act applicable to the Claimant s contract with the Principal, whichever is the greater, within one hundred and twenty (120) days after such Claimant should have been paid in full under the Claimant s contract with the Principal; in respect of any claim other than for the holdback, or portion thereof, referred to above, within one 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 made under the Claimant s contract with the Principal; Page 2 of 3

37 MWSB 3F (b) (c) after the expiration of one (1) year following the date on which the Principal ceased work on the Contract, including work performed under the guarantees provided in the Contract; and other than in a court of competent jurisdiction in the Province of Manitoba and not elsewhere, and the parties 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 or interest of any Claimant under this bond, who is not instrumental in bringing about or has not caused such change. (5) The amount of this bond shall be reduced by, and to the extent of any payment or payments made in good faith, and in accordance with the provisions hereof, inclusive of the payment by Surety of Builders Liens which may be filed on record against the subject matter of the Contract, whether or not claim for the amount of such lien be presented under and against this bond; (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 DELIVERED in the presence of Witness seal Principal Witness seal Surety Page 3 of 3

38 MWSB 3G IRREVOCABLE STANDBY LETTER OF CREDIT Date Manitoba Water Services Board Unit # 1A 2010 Currie Boulevard Brandon, Manitoba R7B 4E7 RE: PERFORMANCE SECURITY TENDER FOR Project No.: MWSB# 1292 Project Name: Wekusko Falls Campground Project Description: The work involves the supply and installation of new water treatment equipment, process piping, mechanical systems, electrical and control systems, site civil piping and associated works. 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 the aggregate Canadian Dollars. This Standby Letter of Credit may be drawn on by you at any time and from time to time upon written demand for payment made upon us by you. It is understood that we are obligated under this Standby Letter of Credit for the payment of monies only and we hereby agree that we shall honour your demand for payment without inquiring whether you have a right as between yourself and our customer to make such demand and without recognizing any claim of our customer or objection by the customer to payment by us. Page 1 of 2

39 MWSB 3G The amount of this Standby Letter of Credit may be reduced from time to time only by amounts drawn upon it by you 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 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 to year without amendment from the present or any future expiry date, unless at least 30 days prior to the present or any future expiry date, we notify you in writing that we elect not to consider this Standby Letter of Credit to be renewable 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 (1993 Revision), International Chamber of Commerce Publication Number 500. (Name of Bank or Financial Institution) Per: (Authorized Signing Officer) Per: (Authorized Signing Officer) Page 2 of 2

40 MWSB 3H 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 MWSB# 1292 Wekusko Falls Campground (the Work ): Trades 1. At all times during the Contract, it will abide by all applicable requirements of The Apprenticeship and Certification 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 and Certification 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 Apprenticeship and 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 Employment Standards and Wage Rates 3. At all times during the Contract, it will abide by all applicable requirements of The Employment Standards Code 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 of the 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 timetotime during the Contract to the 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 Safety and Health Act and regulations thereunder. Page 1 of 2

41 MWSB 3H 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 Federation of Construction Safety Associations COR program, by either the Manitoba Heavy Construction Association Safety Program or by the Construction Safety Association of Manitoba. The COR number is and was issued on (date). OR b. It has a valid Small Employer Certificate of Recognition (SECOR), issued in accordance with the Canadian Federation of Construction Safety Associations COR program, by either the Manitoba Heavy Construction Association or by the Construction Safety Association of Manitoba. The SECOR number is and was issued on (date). OR c. It has a current COR Equivalency Letter (COREL) issued in accordance with the Canadian Federation of Construction Safety Associations COR program, by either the Manitoba Heavy Construction Association or by the Construction Safety Association of Manitoba. The COREL is dated. Witness Signature of Bidder Date Page 2 of 2

42 MWSB 3I 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 #1292 Wekusko Falls Campground (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 and Certification 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 and Certification 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 Apprenticeship and Certification Act and under The Construction Industry Wages Act. Note to Subcontractor: For a list of trades, including compulsory certification trades and supervision ratios, please refer to the Government of Manitoba s website at Employment Standards and Wage Rates 3. At all times during the Contract, it will abide by all applicable requirements of The Employment Standards Code 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 Safety and Health Act and regulations thereunder. Page 1 of 2

43 MWSB 3I 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 Federation of Construction Safety Associations COR program, by either the Manitoba Heavy Construction Association Safety Program or by the Construction Safety Association of Manitoba. The COR number is and was issued on (date). OR b. It has a valid Small Employer Certificate of Recognition (SECOR), issued in accordance with the Canadian Federation of Construction Safety Associations COR program, by either the Manitoba Heavy Construction Association or by the Construction Safety Association of Manitoba. The SECOR number is and was issued on (date). OR c. It has a current COR Equivalency Letter (COREL) issued in accordance with the Canadian Federation of Construction Safety Associations COR program, by either the Manitoba Heavy Construction Association or by the Construction Safety Association of Manitoba. The COREL is dated. OR d. It is currently registered in a COR safety program with either the Manitoba Heavy Construction Association or by the Construction Safety Association of Manitoba. The date on which it registered is. In witness whereof, the Subcontractor has signed this Certification on the date noted below: Witness Signature of Subcontractor Date Page 2 of 2

44

45 Wekusko Falls Campground Section CERTIFICATION PAGE MWSB#:1292 AE#: Page 1 of 1 CONTRACT SPECIFICATIONS MANITOBA PARKS AND PROTECTED SPACES WEKUSKO FALLS CAMPGROUND WATER TREATMENT PLANT UPGRADES May 30, 2016 Member Nay 30, 2016 Prepared by Associated Engineering (Sask.) Ltd. CONFIDENTIALITY AND COPYRIGHT These documents are for the sole use of the Engineer, and of the Owner, Contractor, Subcontractors and Suppliers having a Contract for the execution of the Work covered in the Contract Documents, in whole or in part. The Contract Documents contain proprietary and confidential information that shall not be reproduced in any manner or disclosed to or discussed with any other parties without the express written permission of the Engineer. Information in these documents is to be considered the intellectual property of the Engineer in accordance with Canadian copyright law.

46 Wekusko Falls Campground Section SPECIAL PROVISIONS MWSB#:1292 AE#: Page 1 of 12 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 the Engineer in an appropriate fashion prior to submitting their bid. 1.2 BACKGROUND.1 MB Conservation currently operates two water systems at Wekusko Falls, one system to service the campground, and another to service the Helitac Base and DayUse area. Both systems only chlorinate the surface water; they are not compliant with current standards..2 The scope of this project is to replace both water systems with one new WTP at the Helitac Base. The old pump houses will be abandoned (not in this contract)..1 The existing systems must remain in operation during construction. Short shut downs are permitted for connections..2 There is a previous contract that was awarded for the construction of the WTP building Concrete foundation and Superstructure only, no electrical or mechanical work. With the exception that drainage plumbing is being placed in the concrete slab. It is the intent that this WTP building is completed by July 31, Ready for this contract to start work. 1.3 WORK COVERED BY CONTRACT DOCUMENTS.1 Work of this Contract comprises of the supply of all labour, materials, equipment, taxes, fees and incidentals, except as may be specifically specified herein, to complete the work as identified in the Plans and Specifications..1 The WTP structure will be by others and is expected to be complete by July 31, Supply new 240V electrical service to WTP from nearby power line. Coordinate with Utility..3 Supply and installation of new water treatment equipment..4 Supply and installation of integrated control panel that communicates and controls the systems in a logical manner as per the specifications..5 Supply and install new raw water intake consisting of pumps, screen, and piping..6 Supply and install new distribution pumps..7 Supply and install of new holding tank next to WTP..8 Supply and installation of new mechanical equipment and electrical instrumentation and controls in the existing water treatment plant building..9 Installation of site piping: raw water supply, backwash waste line, process waste line..10 Installation of approximately 580m of 50mm water lines (shallow bury) and 850m of 75mm water lines (shallow bury) to connect the two water systems.

47 Wekusko Falls Campground Section SPECIAL PROVISIONS MWSB#:1292 AE#: Page 2 of Install new water line across existing suspension bridge..12 Commissioning of water treatment package and training of water treatment plant staff in Fall of Assist with decommissioning the equipment for winter storage after performance testing..13 In Spring of 2017, assist with reinstating equipment and recommissioning for startup..14 In Fall of 2017, assist with shutting down equipment and refresher training for operators..2 The Owner reserves the right to delete items from the tendered work, prior to contract award, if the tender prices exceed the project budget. 1.4 HOURS OF WORK.1 Perform Work in conformity with all municipal bylaws with respect to noise control, hours of work, night work and holiday work..2 Obtain written permission of Engineer before undertaking holiday work or night work..3 Work hours to be nondisruptive to nearby campsites during peak occupancy of campground. 1.5 CONTRACTOR USE OF PREMISES.1 Refer to MWSB General Conditions..2 Contractor will be given one campsite for their use for the season..3 Contractor to restore any damage to their work areas when the project is completed to the satisfaction of the Engineer..4 The Contractor will be required to obtain and display Park Passes for their use at the start of the project. The Contractor shall be responsible for all passes required, for the project as well as the Warranty Period. It is the Contractor s responsibility to properly display and maintain the Passes. The Owner will not be responsible for any fines or violations for not displaying a Park Pass..5 Ascertain boundaries of Site within which work must be confined..6 Obtain written authorization from Owner to enter private lands which are the subject of easements or rightsofway obtained by Owner..7 Ascertain and abide by conditions pertaining to use of easements or rightsofway..8 Assume full responsibility for protection and safekeeping of products under this Contract..9 Obtain and pay for use of additional storage, access or work areas needed for operations under this Contract..10 Coordinate use of premises under direction of Engineer.

48 Wekusko Falls Campground Section SPECIAL PROVISIONS MWSB#:1292 AE#: Page 3 of EXISTING SERVICES.1 It is the intent that the two water systems remain in service providing pressurized chlorinated water to the distribution..1 The Contractor shall coordinate work to minimize service interruptions during peak campground occupancy..2 Shutdowns are limited to 4hours per day Monday Thursday, 10:00am 6:00pm. The Park staff will coordinate notification at washroom and shower facilities when the water service is offline..2 Notify Engineer and utility companies of intended interruption of services and obtain required permission..3 Where Work involves breaking into or connecting to existing services, give the Engineer 48 hours notice for necessary interruption of mechanical or electrical service throughout course of work. Minimize duration of interruptions. Carry out work at times as directed by governing authorities with minimum disturbance to pedestrian, vehicular traffic, and tenant operations..4 Provide alternative routes for personnel, pedestrian and vehicular traffic..5 Establish location and extent of service lines in area of work before starting Work. Notify Engineer of findings..6 Submit schedule to and obtain approval from Engineer for any shutdown or closure of active service or facility including power and communications services. Adhere to approved schedule and provide notice to affected parties..7 Provide temporary services to maintain critical building and tenant systems..8 Provide adequate bridging over trenches which cross sidewalks or roads to permit normal traffic..9 Where unknown services are encountered, immediately advise Engineer and confirm findings in writing..10 Protect, relocate or maintain existing active services. When inactive services are encountered, cap off in manner approved by authorities having jurisdiction..11 Record locations of maintained, rerouted and abandoned service lines. 1.7 PERFORMANCE TESTING.1 Period of time for continuous automatic operation for acceptance of commissioning is two (2) weeks with all systems operating continuously without fault and all process, mechanical, control and electrical equipment free of vibration, overloading or overheating and functioning in accordance with specified rates, methods and performance. 1.8 PROJECT MEETINGS.1 The Engineer and Owner will administer preconstruction meeting and progress meetings to be held at intervals of approximately once every two to three weeks.

49 Wekusko Falls Campground Section SPECIAL PROVISIONS MWSB#:1292 AE#: Page 4 of 12.2 Contractor's superintendent and senior representatives of major Subcontractors are to attend all meetings..1 Representatives of Contractor, Subcontractor and suppliers attending meetings shall be qualified and authorized to act on behalf of the party each represents..3 All meetings to take place on site..4 PRECONSTRUCTION MEETING.1 Within 15 days after award of Contract, request a meeting of parties in contract to discuss and resolve administrative procedures and responsibilities..2 Senior representatives of the Owner, Engineer, Contractor, and major Subcontractors will be in attendance..3 The Engineer will establish time and location of meeting and notify parties concerned minimum 5 days before meeting. 1.9 SCAFFOLDING.1 Scaffolding in accordance with CAN/CSAS HOISTING.1 Hoists and cranes to be operated by qualified operator CONSTRUCTION PARKING.1 Parking will be permitted on site as designated by Engineer and Owner..2 Provide and maintain adequate access to project site SECURITY.1 Contractor is responsible for securing the premises at the end of each work day LINES AND GRADES.1 The Engineer will establish bench marks and reference points or base lines to be used as a datum for all elevations and a reference for the location of the Works. The Contractor shall determine that all survey work is correct prior to starting construction. The Contractor shall construct the Work in accordance with the lines and grades shown on the plans or as modified by the Engineer..2 The Contractor shall exercise care in the preservation of bench marks, property pins and reference points or base lines set for his use. The Contractor shall pay for reestablishment if they are displaced or removed LAYOUT OF WORK.1 The Contractor shall be responsible for the true and proper layout of the Works and for the correctness of the position, levels, dimensions and alignments of all aspects of the Works.

50 Wekusko Falls Campground Section SPECIAL PROVISIONS MWSB#:1292 AE#: Page 5 of 12 He shall provide all required instruments and competent personnel for performing all layouts..2 Should any error appear or arise in position, levels, dimensions and/or alignments during the course of the Works, the Contractor shall promptly rectify such errors to the satisfaction of the Engineer, at the Contractor s expense..3 The Engineer shall be notified at least 24 hours prior to any Works being commenced in order to check and review all elevations, layouts, formwork, and bracing..4 The Engineer may check and review the elevations, layouts, dimensions, etc. only. The checking of the Work by the Engineer will not relieve the Contractor of any responsibility for the correctness of the Work. Should any structure or any part thereof be installed in any location other than that shown on the Drawings, then the error shall be rectified by the Contractor all at his own expense and to the satisfaction of, and in a manner specified by the Engineer..5 The Contractor shall supply, at his cost, a worker to assist the Engineer in the checking of elevations, layouts, formwork, and bracing, and for all quantity measurements or other items necessary..6 The Contractor shall carefully protect and preserve all benchmarks, stakes, and other items used in giving the basic data supplied by the Engineer. Any such benchmark or stakes removed or destroyed by the Contractor, without the consent of the Engineer, shall be replaced by the Engineer at the expense of the Contractor..7 If, in the opinion of the Engineer, the Contractor s method of setting lines and grades is inaccurate or insufficient, the Engineer will direct that more suitable methods be used to ensure that proper lines and grades are maintained CHECKING OF DIMENSIONS.1 Carefully check dimensions of structures shown on the Drawings before commencing work thereon. Notify the Engineer of any errors or discrepancies..2 Where equipment is to connect to piping, preliminary dimensions have been shown on the Drawings. These dimensions have not been taken from final Shop Drawings. Contractor to confirm all dimensions..3 Be aware of the equipment dimensions before ordering piping closure lengths and fittings..4 Be satisfied also that the location, size and length of anchor bolts are correct for each piece of equipment COMPLY WITH REGULATIONS.1 Manitoba Highways and Infrastructure.2 Canadian Transportation Agency.3 Manitoba Conservation and Water Stewardship

51 Wekusko Falls Campground Section SPECIAL PROVISIONS MWSB#:1292 AE#: Page 6 of 12.4 Manitoba Hydro.5 MTS.6 National Building Code.7 Manitoba Building Code.8 Occupational Health and Safety.9 Municipal ByLaw and Servicing Standards.10 Municipal Utilities 1.17 ENVIRONMENTAL PROCEDURES.1 Fires and burning of rubbish is not permitted on site..2 Provide Erosion and Sediment Control Plan identifying type and location of erosion and sediment controls provided. Ensure plan includes monitoring and reporting requirements to assure that control measures are in compliance with erosion and sediment control plan, Federal, Provincial, and Municipal laws and regulations..3 Storm Water Pollution Prevention Plan (SWPPP) to be substituted for erosion and sediment control plan if applicable to the work..4 Provide temporary drainage and pumping required to keep excavations and site free from excessive water..5 Ensure pumped water into waterways, sewer or drainage systems is free of suspended materials..6 Control disposal or runoff of water containing suspended materials or other harmful substances in accordance with local authority requirements..7 Do not bury rubbish and waste materials on site..8 Do not dispose of waste or volatile materials, such as mineral spirits, oil or paint thinner into waterways, storm or sanitary sewers..9 Protect trees and plants on site and adjacent properties as indicated..10 Wrap in burlap, trees and shrubs adjacent to construction work, storage areas and trucking lanes, and encase with protective wood framework from grade level to height of 2.0 m minimum..11 Protect roots of designated trees to dripline during excavation and site grading to prevent disturbance or damage. Avoid unnecessary traffic, dumping and storage of materials over root zones..12 Minimize stripping of topsoil and vegetation.

52 Wekusko Falls Campground Section SPECIAL PROVISIONS MWSB#:1292 AE#: Page 7 of Restrict tree removal to areas indicated or designated by Engineer JOB SITE DOCUMENTS.1 Maintain at job site, one copy each document as follows:.1 Contract Drawings.2 Specifications.3 Addenda.4 Reviewed Shop Drawings.5 List of Outstanding Shop Drawings.6 Change Orders.7 Other Modifications to Contract.8 Field Test Reports.9 Copy of Approved Work Schedule.10 Health and Safety Plan and Other Safety Related Documents.11 Other documents as specified 1.19 DRAWINGS AND SPECIFICATIONS FURNISHED.1 Owner Responsibilities:.1 Provide five (5) copies of 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 available to Engineer at any time PROJECT CLEANLINESS.1 Maintain Work in tidy condition, free from accumulation of waste products and debris..2 Remove waste materials from site at regularly scheduled times or dispose of as directed by Engineer. Do not burn waste materials on site..3 Clear snow and ice from access to building, bank/pile snow in designated areas only..4 Make arrangements with and obtain permits from authorities having jurisdiction for disposal of waste and debris..5 Provide onsite containers for collection of waste materials and debris..6 Provide and use clearly marked separate bins for recycling..7 Remove waste material and debris from site and deposit in waste container at end of each working day..8 Clean interior areas prior to start of finish work, and maintain areas free of dust and other contaminants during finishing operations.

53 Wekusko Falls Campground Section SPECIAL PROVISIONS MWSB#:1292 AE#: Page 8 of 12.9 Store volatile waste in covered metal containers, and remove from premises at end of each working day..10 Provide adequate ventilation during use of volatile or noxious substances. Use of building ventilation systems is not permitted for this purpose..11 Use only cleaning materials recommended by manufacturer of surface to be cleaned, and as recommended by cleaning material manufacturer..12 Schedule cleaning operations so that resulting dust, debris and other contaminants will not fall on wet, newly painted surfaces nor contaminate building systems SANITARY FACILITIES.1 The Contractor shall provide sanitary facilities for the workers on the project FINAL CLEANING.1 When Work is Substantially Performed, remove surplus products, tools, construction machinery, and equipment not required for performance of remaining Work..2 Remove waste products and debris other than that caused by others, and leave Work clean and suitable for occupancy..3 Prior to final review, remove surplus products, tools, construction machinery, and equipment..4 Remove waste products and debris..5 Remove waste materials from site at regularly scheduled times or dispose of as directed by Engineer. Do not burn waste materials on site..6 Make arrangements with and obtain permits from authorities having jurisdiction for disposal of waste and debris..7 Clean and polish glass, mirrors, hardware, wall tile, stainless steel, chrome, porcelain enamel, baked enamel, plastic laminate, and mechanical and electrical fixtures. Replace broken, scratched, or disfigured glass..8 Remove stains, spots, marks, and dirt from decorative work, electrical and mechanical fixtures, furniture fitments, walls, and floors..9 Clean lighting reflectors, lenses, and other lighting surfaces..10 Vacuum clean and dust building interiors, behind grilles, louvres, and screens..11 Wax, seal, shampoo, or prepare floor finishes, as recommended by manufacturer..12 Inspect finishes, fitments, and equipment and ensure specified workmanship and operation.

54 Wekusko Falls Campground Section SPECIAL PROVISIONS MWSB#:1292 AE#: Page 9 of Broom clean and wash exterior walks, steps, and surfaces; rake clean other surfaces of grounds..14 Remove dirt and other disfiguration from exterior surfaces..15 Clean and sweep roofs, gutters, areaways, and sunken wells..16 Sweep and wash clean paved areas..17 Clean equipment and fixtures to a sanitary condition; clean or replace filters of mechanical equipment..18 Clean roofs, downspouts, and drainage systems..19 Remove debris and surplus materials from crawl areas and other accessible concealed spaces..20 Remove snow and ice from access to building PROJECT CLOSEOUT PROCEDURES.1 For Manitoba Water Services Board Projects, The MWSB General Conditions take precedence over technical specification sections in other Divisions of this specification..2 Contractor's Inspection: Contractor and all Subcontractors shall conduct an inspection of Work, identify deficiencies and defects, and repair as required to conform to Contract Documents..1 Notify Engineer in writing of satisfactory completion of Contractor's Inspection and that corrections have been made by providing Engineer Contractor s known corrected deficiencies..2 Request Engineer's Inspection..3 Engineer's Inspection: Engineer and Contractor will perform inspection of Work to identify obvious defects or deficiencies. Contractor shall correct Work accordingly..4 Completion: submit written certificate that following have been performed:.1 Work has been completed and inspected for compliance with Contract Documents..2 Defects have been corrected and deficiencies have been completed..3 Equipment and systems have been tested, adjusted and balanced and are fully operational..4 Certificates required by local authorities, Fire Commissioner and Utility companies have been submitted..5 Operation of systems have been demonstrated to Owner's personnel..6 Work is complete and ready for Final Inspection..5 Final Inspection: when items noted above are completed, request final inspection of Work by Owner, Engineer, and Contractor. If Work is deemed incomplete by Owner and/or Engineer, complete outstanding items and request reinspection. Additional reinspections costs (time, travel, accommodations, etc.) are to be paid for by the Contractor.

55 Wekusko Falls Campground Section SPECIAL PROVISIONS MWSB#:1292 AE#: Page 10 of 12.6 Declaration of Substantial Performance: when Owner and Engineer consider deficiencies and defects have been corrected and it appears requirements of Contract have been substantially performed, Contractor is to make application for certificate of Substantial Performance..7 Commencement of Lien and Warranty Periods: date of Owner's acceptance of submitted declaration of Substantial Performance shall be date for commencement for warranty period and commencement of lien period unless required otherwise by lien statute of Place of Work..8 Final Payment: When Owner and Engineer consider final deficiencies and defects have been corrected and it appears requirements of Contract have been totally performed, Contractor make application for final payment. If Work is deemed incomplete by Owner and Engineer, complete outstanding items and request reinspection. Additional reinspections costs (time, travel, accommodations, etc.) are to be paid for by the Contractor..9 Payment of Holdbacks: After issuance of certificate of Substantial Performance of Work, submit an application for payment of holdback amount in accordance with General Conditions. Part 2 Products 2.1 HDPE SITE PIPING.1 All site piping to be HDPE pipe DR17 (700 kpa./ 100psi) per MWSB Specification Pressure Pipelines: Piping to be butt fused. All elbows, connectors, and fittings to be fused..3 Connection to existing piping shall be via couplers or electro fused joint..1 50mm and under coupler: Robar 1200 (include inserts) or equal.2 75mm and larger coupler: Robar 1406 (include inserts) or equal.4 All connections to valves, camlocks and appurtenances to be electrofused. No barbed fittings/couplings permitted. 2.2 WATER TREATMENT EQUIPMENT.1 Refer to Section for treatment system details. 2.3 WATER QUALITY TESTING EQUIPMENT.1 Supply (1) Turbidity Meter.1 Hach 2100Q.2 Supply (1) Colorimeter.1 Hach DR/890.2 Supply with: DPD Free Chlorine Reagent, Powder Pillows

56 Wekusko Falls Campground Section SPECIAL PROVISIONS MWSB#:1292 AE#: Page 11 of DPD Total Chlorine Reagent, Powder Pillows Low Range Manganese Reagent Set.4 All reagents must have a minimum 80% shelf life remaining upon completion of construction..3 Include calibration certificates. 2.4 TURBINE FLOW METERS (FE101 Raw Water; FE701 Distribution).1 Distribution flow meter: Neptune T10, readings in cubic metres.1 Complete with Basket Strainer..2 Connected with 150# flanges to PVC sh80 pipe..3 Piping to include PVC flanged spool piece. 2.5 PORTABLE DEHUMIDIFIER.1 Supply one (1) Dri Eaze 7000Xli to Site.1 Supply with spare filter 2.6 COMPRESSED AIR SYSTEM.1 Supply Compressed air system for winter blowout of lines:.1 Two stage compressor and tank with second receiver tank.1 Compressor: 80 gallon vertical tank Two stage pump 20 40psi, 5HP 240V.1 Complete with magnetic starter.2 Receiver Tank: 80 Gallon, Max Working Pressure 200 PSIG.2 System to include Filter separator, Chemical air dryer, oil removal filter, Pressure relief valve, Pressure regulator, Pressure sustaining valve, pressure gauge, 25m hose and quick couplings V plug to be provided next to the compressor.4 Manufacturers: Ingersoll Rand, Sanborn, Power Fist, or approved equivalent..5 CHEMICAL AIR DRYER.1 Cartridge type, with bypass and valve..6 COMBINATION FILTERREGULATOR.1 Factory assembled, heavyduty with mounting bracket and low pressure side relief valve..2 Maximum inlet pressure: 800 kpa..3 Operating temperature: minus 18 degrees C to plus 52 degrees C..4 Filter element: 40 micron. Bowls: polycarbonate..5 Pressure range in regulator: 34 kpa to 800 kpa..6 Gauge range: 0 kpa to 1100 kpa..7 COUPLERS/CONNECTORS.1 Industrial interchange series, fullbore..2 Maximum inlet pressure: 1700kPa.

57 Wekusko Falls Campground Section SPECIAL PROVISIONS MWSB#:1292 AE#: Page 12 of 12.3 Valve seat: moulded nylon..4 Body: zinc plated steel..5 Threads: NPT. 2.7 PROCESS WASTE TANK.1 Supply and install one (1) 4,540L ball holding tank with 100mm inlet connection. 2.8 STARTUP CHEMICALS.1 The Owner will provide startup chemical for chlorine..1 The contractor may be responsible for additional chemical costs if commissioning exceeds the allowable timeframe..2 The Contractor shall provide 50 bags (20kg) of quality water softener salt. Windsor System Saver II or equivalent. END OF SECTION

58 Wekusko Falls Campground Section PAYMENT PROCEDURES MWSB#:1292 AE#: Page 1 of 4 Part 1 General 1.1 REFERENCES.1 The General Conditions of the Contract and the other General Requirements of Division 1 attached hereto shall apply to and be part of this Section..2 MWSB General Conditions. 1.2 ITEMS COVERED BY CONTRACT PRICES.1 In addition to covering the cost of the various items of work for which the Contract Prices shall be held to cover, the Contract Lump Sum Prices shall cover the cost of furnishing all materials, plant, tools, equipment, labour, services, transportation, taxes, and incidentals necessary for the doing of all things essential in executing the work required of the Contractor under the terms of the Contract, Plans and Specifications, and the observing, performing and keeping of all the terms, covenants and conditions of the Contract, all of which shall be observed, performed and kept by the Contractor..2 Any item of work not specifically listed under Contract Lump Sum Prices shall be considered incidental to such other items as are listed. 1.3 MEASUREMENT.1 There shall be no measurement of quantity for purposes of payment under this Contract. 1.4 PAYMENT.1 Payment for work performed under the various Divisions (1 through 46 inclusive as applicable) of the Contract, shall be made at the respective Lump Sum Price breakdown for that Division. 1.5 SITE WORKS.1 METHOD OF MEASUREMENT SITE CIVIL WORKS shall not be measured..2 BASIS OF PAYMENT Payment for SITE WORKS shall be paid for at the Contract Lump Sum Price and shall include all work related to the supply installation of site piping for raw water and backwash waste, process waste tank and controls, restoration and finish grading and other site improvements MM HDPE WATER LINES.1 Payment for 50MM HDPE WATER LINES will be made at the unit price per linear metre for the specified pipe diameter shown in the bid form..2 Measurement for payment will be made horizontally along the centre line of the installed pipe from centretocentre of fittings or to the end of the pipe, whichever is applicable.

59 Wekusko Falls Campground Section PAYMENT PROCEDURES MWSB#:1292 AE#: Page 2 of 4.3 Payment will be full compensation for all labour, equipment, including fittings and materials required for the supply and installation of the pressure pipe including excavation, backfill, dewatering, thrust blocks, pressure and leakage testing, disinfection, flushing, surface restoration, seeding and all other related incidental work. Price includes connections to existing water lines, valves, FRP valve box, marker posts, MM HDPE WATER LINES.1 Payment for 75MM HDPE WATER LINES will be made at the unit price per linear metre for the specified pipe diameter shown in the bid form..2 Measurement for payment will be made horizontally along the centre line of the installed pipe from centretocentre of fittings or to the end of the pipe, whichever is applicable..3 Payment will be full compensation for all labour, equipment, including fittings and materials required for the supply and installation of the pressure pipe including excavation, backfill, dewatering, thrust blocks, pressure and leakage testing, disinfection, flushing, surface restoration, seeding and all other related incidental work. Price includes connections to existing water lines, valves, FRP valve box, marker posts, 1.8 STANDPIPE CONNECTION.1 METHOD OF MEASUREMENT STANDPIPE CONNECTION will be made at the unit price for the quantity shown in the bid form..2 BASIS OF PAYMENT Payment for STANDPIPE CONNECTION shall be paid for at the Unit Price for the supply and installation of each stand pipe including all labour and materials and restoration. 1.9 RAW WATER INTAKE SYSTEM.1 METHOD OF MEASUREMENT RAW WATER INTAKE SYSTEM shall not be measured..2 BASIS OF PAYMENT Payment for RAW WATER INTAKE SYSTEM shall be paid for at the Contract Lump Sum Price and shall include work related to the supply, construction and installation of all equipment, related to the raw water intake, pumps, screen, piping, connection to WTP, and all other related equipment and appurtenances BRIDGE STRUCTURE CROSSING.1 METHOD OF MEASUREMENT BRIDGE STRUCTURE CROSSING shall not be measured..2 BASIS OF PAYMENT Payment for BRIDGE STRUCTURE CROSSING shall be paid for at the Contract Lump Sum Price and shall include all work related to the supply and installation of the 100mm pipe sleeve under the suspension bridge. The 75mm water line will be paid for at the unit price stipulated in Section 1.6 above.

60 Wekusko Falls Campground Section PAYMENT PROCEDURES MWSB#:1292 AE#: Page 3 of PROCESS MECHANICAL WORKS.1 METHOD OF MEASUREMENT PROCESS MECHANICAL WORKS shall not be measured..2 BASIS OF PAYMENT Payment for PROCESS MECHANICAL WORKS shall be paid for at the Contract Lump Sum Price and shall include work related to the supply, construction and installation of all process treatment equipment, distribution pumps, process piping, plumbing fixtures and plumbing lines, and all other related treatment equipment and appurtenances MECHANICAL HVAC WORKS.1 METHOD OF MEASUREMENT MECHANICAL HVAC WORKS shall not be measured..2 BASIS OF PAYMENT Payment for MECHANICAL HVAC WORKS shall be paid for at the Contract Lump Sum Price and shall include work related to the supply, construction and installation of all ventilation fans, louvers, ducting and associated equipment ELECTRICAL WORKS.1 METHOD OF MEASUREMENT ELECTRICAL WORKS shall not be measured..2 BASIS OF PAYMENT Payment for ELECTRICAL WORKS shall be paid for at the Contract Lump Sum Price and shall include work related to the supply an installation of the new equipment and includes supply and install of new 240V service, all trenching and conductors, and required for new service and remote pumps. Work includes wiring and connecting all equipment provided by other trades COMMISSIONING AND TRAINING.1 METHOD OF MEASUREMENT COMMISSIONING AND TRAINING shall not be measured..2 BASIS OF PAYMENT Payment for COMMISSIONING AND TRAINING shall be paid for at the Contract Lump Sum Price and shall include all work related to the commissioning and training of the Owner s personnel on all equipment installed under this contract. Commissioning and training shall be by the appropriate equipment manufacturer s representatives approved by the Engineer..1 Commissioning is considered to be complete when all systems have been operating continuously for a period of two (2) weeks without fault and in accordance with the specified performance requirements. During this period, the Contractor shall visit the site regularly to ensure the system remains operating properly..3 Fall Shutdown:.1 With commissioning expected to occur at the end of the season, it is anticipated that the equipment will placed out of service after the performance testing. The Contract Lump Sum Price shall also include work related to the training the staff for

61 Wekusko Falls Campground Section PAYMENT PROCEDURES MWSB#:1292 AE#: Page 4 of SPRING 2017 STARTUP decommissioning and preparation of the treatment equipment for winter storage. Date of Fall Shutdown: September 15, METHOD OF MEASUREMENT SPRING 2017 STARTUP shall not be measured..2 BASIS OF PAYMENT Payment for SPRING 2017 STARTUP shall be paid for at the Contract Lump Sum Price and shall include all work related to the recommissioning of the treatment equipment for operation at the start of the 2017 camping season. Activities related to the Spring 2017 Startup shall be by the appropriate equipment manufacturer s representatives approved by the Engineer. Date of Spring Start Up: May 8, Not all manufacturers representatives are required for this trip. The Contractor may propose a qualified individual familiar with all equipment for this trip. The Owner and Engineer must approve this individual FALL 2017 SHUTDOWN.1 METHOD OF MEASUREMENT FALL 2017 SHUTDOWN shall not be measured..2 BASIS OF PAYMENT Payment for FALL 2017 SHUTDOWN shall be paid for at the Contract Lump Sum Price and shall include all work related to the refresher training and decommissioning and preparation of the treatment equipment for winter storage. Date of Fall Shutdown: September, Not all manufacturers representatives are required for this trip. The Contractor may propose a qualified individual familiar with all equipment for this trip. The Owner and Engineer must approve this individual EXTRA WORK.1 Payment for work classified as Extra Work shall be in accordance with the provisions of MWSB General Conditions Section 5 Changes in Work. Only the work approved by the Engineer during the progress of the work shall be included for payment under this item or work PROGRESS PAYMENTS.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 the Engineer determines to be due. If the Engineer amends the application, the Engineer will give notification in writing giving reasons for amendment. END OF SECTION

62 Wekusko Falls Campground Section SUBMITTAL PROCEDURES MWSB#:1292 AE#: Page 1 of 4 Part 1 General 1.1 RELATED REQUIREMENTS.1 Construction schedule.2 Shop drawings and product data.3 Samples.4 Operating and maintenance manuals.5 Record drawings.6 Progress photographs.7 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 to submit in ample time is not considered sufficient reason for an extension of Contract Time and no claim for extension by reason of such default will be allowed..2 All submissions must be in metric units. Where data is in imperial units, the correct metric equivalent shall also be shown on all submissions for Engineer review..3 At Engineer's request, prepare and submit schedule fixing the dates for submission and return of shop drawings, product data or samples..4 Do not proceed with Work affected by the submittal until review is complete..5 Review submittals prior to submission to Engineer. This review represents that necessary requirements have been determined and verified, or will be, and that each submittal has been checked and coordinated with the requirements of the Work and the Contract Documents. Submittals not stamped, signed, dated and identified as to the specific project will be returned without being examined and shall be considered rejected..6 Notify Engineer, in writing at time of submission, identifying deviations from requirements of Contract Documents and stating reasons for deviation..7 Verify that field measurements and affected adjacent Work are coordinated..8 Contractor's responsibility for errors and omissions in submission is not relieved by Engineer review of submittals..9 Contractor's responsibility for deviations in submission from requirements of Contract Documents is not relieved by Engineer review.

63 Wekusko Falls Campground Section SUBMITTAL PROCEDURES MWSB#:1292 AE#: Page 2 of 4.10 Keep one reviewed copy of each submission on Site. 1.3 CONSTRUCTION SCHEDULE / WORK PLAN.1 Refer to MWSB General Conditions, clause 4.40 and SHOP DRAWINGS AND PRODUCT DATA.1 Refer to MWSB General Conditions, clause Indicate materials, methods of construction and attachment or anchorage, erection diagrams, connections, wiring diagrams, panel layouts with bills of material, explanatory notes and other information necessary for completion of Work. Where articles or equipment attach or connect to other articles or equipment, indicate that such items have been coordinated, regardless of the Section under which the adjacent items will be supplied and installed. Indicate cross references to design drawings and specifications..3 Adjustments made on shop drawings by Engineer are not intended to change the Contract Amount. If adjustments affect the value of Work, state such in writing to Engineer prior to proceeding with Work..4 Make such changes in shop drawings as Engineer may require, consistent with Contract Documents. When resubmitting, notify Engineer in writing of any revisions other than those requested..5 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 representative certifying approval of submissions, verification of field measurements and compliance 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..4 Capacities..5 Performance characteristics..6 Standards..7 Operating weight..8 Wiring diagrams..9 Single line and schematic diagrams.

64 Wekusko Falls Campground Section SUBMITTAL PROCEDURES MWSB#:1292 AE#: Page 3 of 4.10 Relationship to adjacent work..6 Submittals will be returned with one or more of the following notations. Take action as noted:.1 "REVIEWED" Make and distribute additional copies as required for execution of Work..2 "REVISE & RESUBMIT" Make the necessary revisions and resubmit revised drawings for review. Show the drawing number of the first such revised drawing and show the latest revision number applicable to the drawing by adding a suffix to the drawing number as "REV. 1", "REV. 2", etc..3 "NOT REVIEWED" This notation indicates when Engineer has not reviewed the drawing. It may also be used in combination with the notation to revise and resubmit the drawing where Engineer lacks sufficient information to complete the review and requires resubmitting 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 revised drawing showing corrections made as a result of Engineer's notations on the shop drawings. This procedure will not relieve Contractor of responsibility for errors or omissions in the shop drawings or of responsibility for meeting all requirements of Contract..7 Use only those shop drawings on the work that bear the "REVIEWED" notation..8 Do not revise shop drawings marked "REVIEWED" unless resubmitted to Engineer for further review..9 Where more than one type of shop drawing has been specified for one item, e.g., wiring diagrams, layout details, and dimensional drawings, the shop drawings shall be submitted together, to enable Engineer to review the drawings as a package..10 Catalogue pages or drawings applicable to an entire family or range of equipment will not be accepted as shop drawings unless they are clearly marked to show the pertinent data for the particular materials..11 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..12 Indicate the tag number of instruments and valves and clearly show the features and details applicable to the equipment being supplied..13 Determine which shop drawings have, in addition to those drawings specifically mentioned in the Contract, design elements requiring the seal of a Professional Engineer registered in the Province or Territory where the work is located, in accordance with the applicable provincial or federal engineering acts or other governing legislation. Seal such drawings before submitting them for review. Submit for review engineering calculations signed by the registered Professional Engineer responsible for the shop drawing design elements..14 Owner may deduct, from payments due to Contractor, costs of additional engineering work incurred if correct shop drawings are not submitted after one review by Engineer.

65 Wekusko Falls Campground Section SUBMITTAL PROCEDURES MWSB#:1292 AE#: Page 4 of 4.15 Review by Engineer is for the sole purpose of ascertaining conformance with the general design concept. This review does not mean that Engineer approves the detail design inherent in the shop drawings, responsibility for which remains with Contractor, and such review does not relieve Contractor of the responsibility for errors or omissions in the shop drawings or of the responsibility for meeting all requirements of the Contract Documents. Contractor is responsible for dimensions to be confirmed and correlated at the jobsite, for information that pertains solely to fabrication processes or to techniques of construction and installation and for coordination of the work of all subtrades..16 Shop drawings for the following structural components shall bear the seal of a registered engineer of Manitoba:.1 Shoring.2 Structural steel/aluminum.3 Structural connection details.4 Concrete formwork and falsework as required by Engineer..5 PreEngineered Building Components. 1.5 CONTRACTOR'S RESPONSIBILITIES.1 Refer to MWSB General Conditions section SAMPLES.1 Submit for review samples in duplicate as requested in respective specification Sections. Label samples as to origin and intended use in Work..2 Deliver samples prepaid to Engineer's business address..3 Notify Engineer in writing, at the time of submission, of deviations in samples from requirements of Contract Documents..4 Adjustments made on samples by Engineer are not intended to change Contract Amount. If adjustments affect the value of Work, state such in writing to Engineer prior to proceeding with Work..5 Make changes in samples which Engineer may require, consistent with Contract Documents. 1.7 OPERATING AND MAINTENANCE MANUALS.1 Submit operating and maintenance manuals to Engineer, per Section RECORD DRAWINGS.1 Submit record drawings to Engineer, per Section , upon completion of Work and prior to final inspection. END OF SECTION

66 Wekusko Falls Campground Section DISINFECTION, HYDROSTATIC AND PRESSURE MWSB#:1292 AE#: TESTING Page 1 of 4 Part 1 General 1.1 SCOPE.1 This section refers to the disinfection, hydrostatic and pressure testing of all water retaining structures and piping (new and existing)..2 All new water retaining or carrying pipes and surge tanks shall be tested for leakage..3 Disinfect any equipment in contact with potable water..4 Disinfect and clean the existing potable water storage prior to putting the reservoir's cell back in service..5 All testing and disinfection shall be as specified herein or elsewhere in these specifications or as directed by the Engineer..6 The Contractor shall furnish the disinfecting chemicals, suitable temporary service connections, testing plugs or caps, pressure pumps, pipe connections, gauges, thrust supports, and all other required equipment and labour necessary for filling the structure, expelling air, and dewatering the structure without additional compensation..7 Coordinate with local utility personnel during testing and disinfection. Part 2 Products 2.1 WATER.1 All water used for the initial disinfection, hydrostatic and pressure testing shall be supplied by the Owner at no cost to the Contractor. However, all water required for retesting, following failure of their initial test, shall be supplied by the Contractor at their expense..2 The Contractor shall be responsible for the supply and installation of all temporary pipework, pumps and other equipment required to transport the water from the Owner's point of supply at the existing structure or piping to be tested..3 The Contractor shall provide the Owner and Engineer with at least 72 hours of notice of his requirement for water for testing..4 All water used for disinfection and pressure testing to be of potable quality as defined by the latest edition of the Guidelines for Canadian Drinking Water Quality. 2.2 CHLORINE.1 Chlorine used in disinfection shall be NSF certified, either hypochlorite solution or liquid chlorine conforming to the AWWA B300 and B301 Standard latest edition respectively.

67 Wekusko Falls Campground Section DISINFECTION, HYDROSTATIC AND PRESSURE MWSB#:1292 AE#: TESTING Page 2 of 4 Part 3 Execution 3.1 CLEANING.1 Prior to disinfection and/or hydrostatic or pressure testing, all water retaining structures, pipework and conduits shall be thoroughly cleaned. All dirt and loose material shall be removed..2 Cleaning shall include all necessary provisions to thoroughly wash down interior surfaces, and to remove all wash down water and solids from the pipe or structure..3 Any substance used for cleaning the reservoir needs to be NSF approved for use with potable water and submitted to Engineer for review..4 Leave all systems operating with work areas clean to the satisfaction of the Engineer. 3.2 DISINFECTION.1 Combine hydrostatic testing with disinfection procedure and submit details of proposed method to the Engineer..2 Disinfection shall be in accordance with:.1 AWWA C652, Disinfection of Water Storage Facilities..2 AWWA C653 Disinfection of Water Treatment Plants.3 AWWA C651, Disinfection of Water Mains.3 The Contractor shall provide a means of testing the concentration of the chlorine disinfection solution. 3.3 BACTERIOLOGICAL ANALYSES.1 After the 24Hour disinfection period and all chlorine solution has been thoroughly flushed, the bacteriological sampling and analysis of the replacement water may then be performed..2 Bacteriological sampling shall be made by the Contractor's competent person(s) in full accordance with AWWA C651 Section 7, Bacteriological Tests and under the supervision of the Engineer if instructed so..3 Analysis shall be performed by an independent commercial laboratory approved by the Engineer and paid for by the Contractor. All results shall be provided to the Engineer for review and records..4 Two consecutive sets of acceptable samples, taken at least 24Hours apart are required prior to placing the main into service. Failure of anyone of the bacteriological test samples shall require rechlorination and retesting by the Contractor..5 The work shall not be placed in service until the bacteriological requirements are met..6 Contractor shall pay for and coordinate sampling and delivery costs to the Accredited Laboratory.

68 Wekusko Falls Campground Section DISINFECTION, HYDROSTATIC AND PRESSURE MWSB#:1292 AE#: TESTING Page 3 of MIXING OF CHLORINE SOLUTION.1 Mixing of chlorine solutions shall conform to the manufacturer's instructions. Methods and procedures shall be subject to the approval of the Engineer. 3.5 DISPOSAL OF DISINFECTING AND TESTING WATER.1 Dispose of water used for spray disinfection and the initial testing of the reservoir into the surface drainage system at a rate, which will not cause hydraulic overloading. The Contractor is responsible for the necessary chemical to dechlorinate and equipment required for pumping the test water to the drain or into an existing sewage collection system. Disposal of disinfection waters to comply with Manitoba Conservation regulations. 3.6 INSTRUMENTATION PROTECTION.1 All instruments that have a maximum range of less than the hydrostatic or pneumatic test pressure shall be removed or isolated during the pressure test. On successful completion of the system test, the pressure shall be lowered and repressured if required to a pressure within the range of the instruments, and the isolated or removed instruments shall then be tested in accordance with other sections of these specifications. 3.7 PRESSURE TESTING OF PIPING.1 Refer to MWSB specifications. 3.8 HYDROSTATIC AND LEAKAGE TESTING.1 General.1 All NEW water retaining structures and chemical containment areas shall be subjected to hydrostatic testing upon completion. Existing structures will only be inspected at any new penetrations or connections for integrity of seal..2 Contractor shall perform a leakage test on the new process waste tank..3 Provide labour, equipment, and materials required to perform hydrostatic and leakage tests hereinafter described..4 All tests are to be witnessed by the Engineer..5 Repeat test until leakage is within the specified allowance..6 The Contractor shall mitigate any delays caused by repeated hydrostatic tests..7 The Contractor shall supply, install, and remove a suitably accurate liquid level measuring device for the purpose of test measurements. 3.9 DEFECTS AND REPAIRS.1 Defects disclosed in the work shall be made good and retested or the work replaced without additional cost to the Owner..2 Repairs to piping systems shall be made with new material. No caulking of screwed joints, cracks or holes will be accepted. Where it becomes necessary to replace pieces or pipe, such replacements shall be the same lengths as the defective pieces. Where repairs are required to PVC pipe, the pipe shall be replaced as far as the first detachable fitting in each direction

69 Wekusko Falls Campground Section DISINFECTION, HYDROSTATIC AND PRESSURE MWSB#:1292 AE#: TESTING Page 4 of 4 from the defect. Under no circumstances shall a new section of pipe be installed with solvent welded couplings..3 Tests shall be repeated after any work has been replaced if, in the judgement of the Engineer, it is necessary..4 All pressure testing shall be done in the presence of the Engineer. END OF SECTION

70 Wekusko Falls Campground Section COMMON PRODUCT REQUIREMENTS MWSB#:1292 AE#: Page 1 of 4 Part 1 General 1.1 QUALITY.1 Products, materials, equipment and articles incorporated in Work shall be new, not damaged or defective, and of best quality for purpose intended. If requested, furnish evidence as to type, source and quality of products provided..2 Procurement policy is to acquire, in cost effective manner, items containing highest percentage of recycled and recovered materials practicable consistent with maintaining satisfactory levels of competition. Make reasonable efforts to use recycled and recovered materials and in otherwise utilizing recycled and recovered materials in execution of work..3 Defective products, whenever identified prior to completion of Work, will be rejected, regardless of previous inspections. Inspection does not relieve responsibility, but is precaution against oversight or error. Remove and replace defective products at own expense and be responsible for delays and expenses caused by rejection..4 Should disputes arise as to quality or fitness of products, decision rests strictly with the Engineer based upon requirements of Contract Documents..5 Unless otherwise indicated in specifications, maintain uniformity of manufacture for any particular or like item throughout building..6 Permanent labels, trademarks and nameplates on products are not acceptable in prominent locations, except where required for operating instructions, or when located in mechanical or electrical rooms. 1.2 AVAILABILITY.1 Immediately upon signing Contract, review product delivery requirements and anticipate foreseeable supply delays for items. If delays in supply of products are foreseeable, notify the Engineer of such, in order that substitutions or other remedial action may be authorized in ample time to prevent delay in performance of Work..2 In event of failure to notify the Engineer at commencement of Work and should it subsequently appear that Work may be delayed for such reason, the Engineer reserves right to substitute more readily available products of similar character, at no increase in Contract Price or Contract Time. 1.3 STORAGE, HANDLING AND PROTECTION.1 Handle and store products in manner to prevent damage, adulteration, deterioration and soiling and in accordance with manufacturer's instructions when applicable..2 Store packaged or bundled products in original and undamaged condition with manufacturer's seal and labels intact. Do not remove from packaging or bundling until required in Work..3 Store products subject to damage from weather in weatherproof enclosures.

71 Wekusko Falls Campground Section COMMON PRODUCT REQUIREMENTS MWSB#:1292 AE#: Page 2 of 4.4 Store cementitious products clear of earth or concrete floors, and away from walls..5 Keep sand, when used for grout or mortar materials, clean and dry. Store sand on wooden platforms and cover with waterproof tarpaulins during inclement weather..6 Store sheet materials, lumber on flat, solid supports and keep clear of ground. Slope to shed moisture..7 Store and mix paints in heated and ventilated room. Remove oily rags and other combustible debris from site daily. Take every precaution necessary to prevent spontaneous combustion..8 Remove and replace damaged products at own expense and to satisfaction of the Engineer..9 Touchup damaged factory finished surfaces to the Engineer s satisfaction. Use touchup materials to match original. Do not paint over name plates. 1.4 TRANSPORTATION.1 Pay costs of transportation of products required in performance of Work..2 Transportation cost of products supplied by Owner will be paid for by Owner. Unload, handle and store such products. 1.5 MANUFACTURER'S INSTRUCTIONS.1 Unless otherwise indicated in specifications, install or erect products in accordance with manufacturer's instructions. Do not rely on labels or enclosures provided with products. Obtain written instructions directly from manufacturers..2 Notify the Engineer in writing, of conflicts between specifications and manufacturer's instructions, so that the Engineer will establish course of action..3 Improper installation or erection of products, due to failure in complying with these requirements, authorizes the Engineer to require removal and reinstallation at no increase in Contract Price or Contract Time. 1.6 QUALITY OF WORK.1 Ensure Quality of Work is of highest standard, executed by workers experienced and skilled in respective duties for which they are employed. Immediately notify the Engineer if required Work is such as to make it impractical to produce required results..2 Do not employ anyone unskilled in their required duties. the Engineer reserves right to require dismissal from site, workers deemed incompetent or careless..3 Decisions as to standard or fitness of Quality of Work in cases of dispute rest solely with the Engineer, whose decision is final.

72 Wekusko Falls Campground Section COMMON PRODUCT REQUIREMENTS MWSB#:1292 AE#: Page 3 of COORDINATION.1 Ensure cooperation of workers in laying out Work. Maintain efficient and continuous supervision..2 Be responsible for coordination and placement of openings, sleeves and accessories. 1.8 CONCEALMENT.1 In finished areas conceal pipes, ducts and wiring in floors, walls and ceilings, except where indicated otherwise..2 Before installation inform the Engineer if there is interference. Install as directed by the Engineer. 1.9 REMEDIAL WORK.1 Perform remedial work required to repair or replace parts or portions of Work identified as defective or unacceptable. Coordinate adjacent affected Work as required..2 Perform remedial work by specialists familiar with materials affected. Perform in a manner to neither damage nor put at risk any portion of Work LOCATION OF FIXTURES.1 Consider location of fixtures, outlets, and mechanical and electrical items indicated as approximate..2 Inform the Engineer of conflicting installation. Install as directed FASTENINGS.1 Provide metal fastenings and accessories in same texture, colour and finish as adjacent materials, unless indicated otherwise..2 Prevent electrolytic action between dissimilar metals and materials..3 Use noncorrosive hot dip galvanized steel fasteners and anchors for securing exterior work, unless stainless steel or other material is specifically requested in affected specification Section..4 Space anchors within individual load limit or shear capacity and ensure they provide positive permanent anchorage. Wood, or any other organic material plugs are not acceptable..5 Keep exposed fastenings to a minimum, space evenly and install neatly..6 Fastenings which cause spalling or cracking of material to which anchorage is made are not acceptable.

73 Wekusko Falls Campground Section COMMON PRODUCT REQUIREMENTS MWSB#:1292 AE#: Page 4 of FASTENINGS EQUIPMENT.1 Use fastenings of standard commercial sizes and patterns with material and finish suitable for service..2 Use heavy hexagon heads, semifinished unless otherwise specified. Use No. 304 stainless steel for exterior areas..3 Bolts may not project more than one diameter beyond nuts..4 Use plain type washers on equipment, sheet metal and soft gasket lock type washers where vibrations occur. Use resilient washers with stainless steel PROTECTION OF WORK IN PROGRESS.1 Prevent overloading of parts of building. Do not cut, drill or sleeve load bearing structural member, unless specifically indicated without written approval of the Engineer EXISTING UTILITIES.1 When breaking into or connecting to existing services or utilities, execute Work at times directed by local governing authorities, with minimum of disturbance to Work, and/or building occupants and pedestrian and vehicular traffic..2 Protect, relocate or maintain existing active services. When services are encountered, cap off in manner approved by authority having jurisdiction. Stake and record location of capped service PLANT EQUIPMENT COMPATIBILITY.1 All materials and equipment shall be suitable for installation in a water plant environment. (i.e. temperature, humidity, moist environment, submerged, etc.). Any and all problems incurred due to environmental factors shall be remedied by the contractor. No warranty provisions shall be voided due to plant environment. END OF SECTION

74 Wekusko Falls Campground Section PRESTARTUP, STARTUP AND COMMISSIONING MWSB#:1292 AE#: Page 1 of 3 Part 1. General 1.1 SCOPE OF WORK.1 This Section Applies to:.1 Raw Water Intake System and Pumps.2 Water Treatment Equipment.3 Distribution Pumps.4 Control Panel(s) 1.2 DEFINITIONS.1 PreStartUp: Prestartup consists of the nonoperating functions required to bring Work to a state of readiness for placing systems into service. It includes, but is not limited to; cleaning, leakage and pressure testing, cold alignment checks, disinfection, system flushing, lubrication of mechanical equipment, rotation checks and wiring loop checks. Contractor shall conduct inspections of all components and subcomponents and shall arrange for inspections of equipment installations by qualified equipment manufacturers representatives as required by Contract Documents. At this stage, deficiency lists are prepared and Contractor is to remedy outstanding incomplete or incorrect work in accordance with terms of Contract..2 StartUp: Once the equipment has completed the PreStartup Phase, then the system shall be started and tested. Both DryRun and WetRun tests are required. Contractor shall conduct performance tests of all equipment in conjunction with the manufacturers representatives as required by the Contract Documents and under the witness of Engineer. Deficiencies that are uncovered shall be corrected and retesting shall be conducted as required..3 Commissioning: Commissioning consists of placing all the various systems in Work into continuous operation in an orderly manner. Contractor is responsible for the commissioning activities and shall have equipment manufacturer representatives at the site, as well as qualified mechanical, electrical, control and instrumentation personnel available on call. Contractor may be assisted by Engineer relative to process considerations and by Owner s operations and maintenance staff. Commissioning is considered to be complete when all systems have been operating continuously for a period of two (2) weeks without fault and in accordance with the specified performance requirements. During this period, the Contractor shall visit the site regularly to ensure the system remains operating properly. 1.3 SAFETY.1 Ensure all requisite safety equipment, devices, detectors, materials and procedures are in place, tested and operational before commencing..2 Conform to requirements of all regulatory authorities having jurisdiction..3 Maintain communications with fire, police, environmental and health authorities.

75 Wekusko Falls Campground Section PRESTARTUP, STARTUP AND COMMISSIONING MWSB#:1292 AE#: Page 2 of ENVIRONMENTAL PROTECTION.1 Comply with all requirements of federal, provincial and local jurisdictions having authority. 1.5 PRESTARTUP.1 Identify all valves and pieces of equipment by Tag Numbers developed by Contractor. Submit Tag list to Engineer when all piping and equipment is installed..2 To extent practical, remove all scaffolding, debris, planks tools and other constructionrelated material..3 Remove all sand, silt, dirt and debris from tanks, channels, chambers, instrumentation and control panels and electrical panels and vacuum clean..4 Clean all surfaces of tanks and conduits, including walls, roofs, floors and columns with high pressure water jets or as specified in individual Sections..5 Clean interior of all pipes and fluidcarrying equipment, including pumps and inspect with Engineer present..6 Conduct leakage and pressure tests in accordance with individual Sections..7 Conduct disinfection procedures in accordance with requirements of individual Sections..8 Equipment Manufacturer s Representatives to inspect equipment in accordance with applicable individual Sections. Certify equipment has been properly installed and is ready to start..9 Request, in writing, a PreStartUp Inspection by Engineer. Once Engineer has conducted the PreStartUp Inspection and is satisfied that each piece of equipment has been properly checkedout, the Contractor may begin Startup. 1.6 STARTUP.1 Conduct workshop with Owner s Representatives and Engineer to identify and integrate activities of all parties in startup of Work. Prepare Startup Plan which includes the following:.1 Plan objectives..2 Facilities to be started..3 Sequence of events and startup schedule..4 Responsibilities of each party..5 List of individuals involved complete with contact telephone numbers..6 English language description of each systems intended means of operation..7 Initial operating conditions and parameters..8 Intended final operating conditions and parameters..9 Laboratory requirements and arrangements for outside testing services.

76 Wekusko Falls Campground Section PRESTARTUP, STARTUP AND COMMISSIONING MWSB#:1292 AE#: Page 3 of 3.10 Sampling and monitoring requirements..11 Contingency plans to respond to potential emergencies..12 Safety and environmental considerations..2 Develop Owner Training plan and implement..3 Provide Operating and Maintenance Manuals as required by individual Sections..4 Conduct Dry Run Tests for all equipment, witnessed by Engineer..5 Conduct Wet Run Tests for all equipment, witnessed by Engineer..6 Correct any deficiencies uncovered during testing. 1.7 COMMISSIONING.1 Assemble Contractor s commissioning team to respond to requests for assistance by Engineer or Owner. Team to consist of representatives of Contractor and Contractor s mechanical, electrical and instrumentation staff or subcontractors, as appropriate..2 Contractor s representative shall visit the site regularly during normal working hours for entire commissioning period. Contractor s commissioning team to be on call during normal working hours during commissioning and available within 24 hours notice during commissioning period. Contractor s representative and the commissioning team may be required to be at site outside of normal working hours during the commissioning period, at the discretion of Owner or Engineer and shall be available within 24 hours notice..3 Remove and clean or replace as required all permanent and temporary filters and strainers in pipeline systems; replace HVAC filters; dewater and clean sumps and leave process systems clean and filled with clean water, unless otherwise directed by Engineer..4 Period of time for continuous automatic operation for acceptance of commissioning is two (2) weeks with all systems operating continuously without fault and all process, mechanical, control and electrical equipment free of vibration, overloading or overheating and functioning in accordance with specified rates, methods and performance..5 Failure of any part of Work during the period of continuous automatic operation will require restart of that portion or system of Work, following rectification of the fault or failure..6 If it is necessary to suspend startup, commissioning or continuous operation during the commissioning period due to deficiencies or failure in any system, the full cost of interruption, callback, testing and resumption of startup, commissioning, or continuous operation shall be paid by Contractor. END OF SECTION

77 Wekusko Falls Campground Section CLOSEOUT SUBMITTALS MWSB#:1292 AE#: Page 1 of 6 Part 1 General 1.1 ADMINISTRATIVE REQUIREMENTS.1 Prewarranty Meeting:.1 Convene meeting one week prior to Substantial Performance to:.1 Verify Project requirements..2 Review manufacturer's installation instructions and warranty requirements..2 The Engineer will establish communication procedures for:.1 Notifying construction warranty defects..2 Determine priorities for type of defects..3 Determine reasonable response time..3 Contact information for bonded and licensed company for warranty work action: provide name, telephone number and address of company authorized for construction warranty work action..4 Ensure contact is located within local service area of warranted construction, is continuously available, and is responsive to inquiries for warranty work action. 1.2 ACTION AND INFORMATIONAL SUBMITTALS.1 Provide submittals in accordance with Section Submittal Procedures..2 Four weeks prior to the anticipated Substantial Performance of the Work, submit to the Engineer, two final copies of operating and maintenance manuals..3 Provide spare parts, maintenance materials and special tools of same quality and manufacture as products provided in Work..4 Provide evidence, if requested, for type, source and quality of products supplied..5 The Contract shall not be considered to be suitably complete for the purpose of issuing a Certificate of Substantial Completion until the above manuals have been completed and submitted to the satisfaction of the Engineer. 1.3 MANUAL FORMAT.1 Organize data as instructional manual per Section AS BUILT DOCUMENTS AND SAMPLES.1 Maintain, in addition to requirements in General Conditions, at site for Engineer one record copy of:.1 Contract Drawings..2 Specifications..3 Addenda..4 Change Orders and other modifications to Contract.

78 Wekusko Falls Campground Section CLOSEOUT SUBMITTALS MWSB#:1292 AE#: Page 2 of 6.5 Reviewed shop drawings, product data, and samples..6 Field test records..7 Inspection certificates..8 Manufacturer's certificates..2 Store record documents and samples in field office apart from documents used for construction..1 Provide files, racks, and secure storage..3 Label record documents and file in accordance with Section number listings in List of Contents of this Project Manual..1 Label each document "PROJECT RECORD" in neat, large, printed letters..4 Maintain record documents in clean, dry and legible condition..1 Do not use record documents for construction purposes..5 Keep record documents and samples available for inspection by the Engineer. 1.5 RECORDING INFORMATION ON PROJECT RECORD DOCUMENTS.1 Record information on set of black line opaque drawings..2 Use felt tip marking pens, maintaining separate colours for each major system, for recording information..3 Record information concurrently with construction progress..1 Do not conceal Work until required information is recorded..4 Contract Drawings and shop drawings: mark each item to record actual construction, including:.1 Measured depths of elements of foundation in relation to finish first floor datum..2 Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements..3 Measured locations of internal utilities and appurtenances, referenced to visible and accessible features of construction..4 Field changes of dimension and detail..5 Changes made by change orders..6 Details not on original Contract Drawings..7 References to related shop drawings and modifications..5 Specifications: mark each item to record actual construction, including:.1 Manufacturer, trade name, and catalogue number of each product actually installed, particularly optional items and substitute items..2 Changes made by Addenda and change orders..6 Other Documents: maintain manufacturer's certifications, inspection certifications, field test records, required by individual specifications sections.

79 Wekusko Falls Campground Section CLOSEOUT SUBMITTALS MWSB#:1292 AE#: Page 3 of 6.7 Provide digital photos, if requested, for site records. 1.6 EQUIPMENT AND SYSTEMS.1 For each item of equipment and each system include description of unit or system, and component parts..1 Give function, normal operation characteristics and limiting conditions..2 Include performance curves, with engineering data and tests, and complete nomenclature and commercial number of replaceable parts..2 Panel board circuit directories: provide electrical service characteristics, controls, and communications..3 Include installed colour coded wiring diagrams..4 Operating Procedures: include startup, breakin, and routine normal operating instructions and sequences..1 Include regulation, control, stopping, shutdown, and emergency instructions..2 Include summer, winter, and any special operating instructions..5 Maintenance Requirements: include routine procedures and guide for troubleshooting; disassembly, repair, and reassembly instructions; and alignment, adjusting, balancing, and checking instructions..6 Provide servicing and lubrication schedule, and list of lubricants required..7 Include manufacturer's printed operation and maintenance instructions..8 Include sequence of operation by controls manufacturer..9 Provide original manufacturer's parts list, illustrations, assembly drawings, and diagrams required for maintenance..10 Provide installed control diagrams by controls manufacturer..11 Provide Contractor's coordination drawings, with installed colour coded piping diagrams..12 Provide charts of valve tag numbers, with location and function of each valve, keyed to flow and control diagrams..13 Provide list of original manufacturer's spare parts, current prices, and recommended quantities to be maintained in storage..14 Include test and balancing reports..15 Include up to date calibration certificates for all instrumentation and water quality testing equipment..16 Underground and aboveground storage tank inspection documentation, registration, forms, decommissioning and removal.

80 Wekusko Falls Campground Section CLOSEOUT SUBMITTALS MWSB#:1292 AE#: Page 4 of 6.17 Additional requirements: as specified in individual specification sections. 1.7 MATERIALS AND FINISHES.1 Building products, applied materials, and finishes: include product data, with catalogue number, size, composition, and colour and texture designations..1 Provide information for reordering custom manufactured products..2 Instructions for cleaning agents and methods, precautions against detrimental agents and methods, and recommended schedule for cleaning and maintenance..3 Moistureprotection and weatherexposed products: include manufacturer's recommendations for cleaning agents and methods, precautions against detrimental agents and methods, and recommended schedule for cleaning and maintenance..4 Additional requirements: as specified in individual specifications sections. 1.8 MAINTENANCE MATERIALS.1 Spare Parts:.1 Provide spare parts, in quantities specified in individual specification sections..2 Provide items of same manufacture and quality as items in Work..3 Deliver to site; place and store..4 Receive and catalogue items..1 Submit inventory listing to Engineer..2 Include approved listings in Maintenance Manual..5 Obtain receipt for delivered products and submit prior to final payment..2 Extra Stock Materials:.1 Provide maintenance and extra materials, in quantities specified in individual specification sections..2 Provide items of same manufacture and quality as items in Work..3 Deliver to site; place and store..4 Receive and catalogue items..1 Submit inventory listing to Engineer..2 Include approved listings in Maintenance Manual..5 Obtain receipt for delivered products and submit prior to final payment..3 Special Tools:.1 Provide special tools, in quantities specified in individual specification section..2 Provide items with tags identifying their associated function and equipment..3 Deliver to site; place and store..4 Receive and catalogue items..1 Submit inventory listing to Engineer..2 Include approved listings in Maintenance Manual.

81 Wekusko Falls Campground Section CLOSEOUT SUBMITTALS MWSB#:1292 AE#: Page 5 of DELIVERY, STORAGE AND HANDLING.1 Store spare parts, maintenance materials, and special tools in manner to prevent damage or deterioration..2 Store in original and undamaged condition with manufacturer's seal and labels intact..3 Store components subject to damage from weather in weatherproof enclosures..4 Store paints and freezable materials in a heated and ventilated room..5 Remove and replace damaged products at own expense and for review by Engineer WARRANTIES AND BONDS.1 Develop warranty management plan to contain information relevant to Warranties..2 Submit warranty management plan, 30 days before planned prewarranty conference, to Engineer approval..3 Warranty management plan to include required actions and documents to assure that the Engineer receives warranties to which it is entitled..4 Provide plan in narrative form and contain sufficient detail to make it suitable for use by future maintenance and repair personnel..5 Except for items put into use with Owner's permission, leave date of beginning of time of warranty until Date of Substantial Performance is determined..6 Conduct joint 11 month warranty inspection, measured from time of acceptance, by Engineer..7 Include information contained in warranty management plan as follows:.1 Roles and responsibilities of personnel associated with warranty process, including points of contact and telephone numbers within the organizations of Contractors, subcontractors, manufacturers or suppliers involved..2 Listing and status of delivery of Certificates of Warranty for extended warranty items, to include HVAC balancing, pumps, motors, transformers, and treatment equipment..3 Provide list for each warranted equipment, item, feature of construction or system indicating:.1 Name of item..2 Model and serial numbers..3 Location where installed..4 Name and phone numbers of manufacturers or suppliers..5 Names, addresses and telephone numbers of sources of spare parts..6 Warranties and terms of warranty: include oneyear overall warranty of construction. Indicate items that have extended warranties and show separate warranty expiration dates.

82 Wekusko Falls Campground Section CLOSEOUT SUBMITTALS MWSB#:1292 AE#: Page 6 of 6.7 Crossreference to warranty certificates as applicable..8 Starting point and duration of warranty period..9 Summary of maintenance procedures required to continue warranty in force..10 CrossReference to specific pertinent Operation and Maintenance manuals..11 Organization, names and phone numbers of persons to call for warranty service..12 Typical response time and repair time expected for various warranted equipment..4 Contractor's plans for attendance at 11 month postconstruction warranty inspections..5 Procedure and status of tagging of equipment covered by extended warranties..6 Post copies of instructions near selected pieces of equipment where operation is critical for warranty and/or safety reasons..8 Respond in timely manner to oral or written notification of required construction warranty repair work..9 Written verification to follow oral instructions..1 Failure to respond will be cause for the Engineer to proceed with action against Contractor. END OF SECTION

83 Wekusko Falls Campground Section OPERATING AND MAINTENANCE DATA MWSB#:1292 AE#: Page 1 of 3 Part 1 General 1.1 REFERENCE.1 Refer to MWSB General Conditions, clause MANUAL.1 An organized compilation of operating and maintenance data including detailed technical information, documents and records describing operation and maintenance of individual products or systems as specified in individual sections of Divisions. 1.3 GENERAL.1 Submit a skeleton of the O & M Manual, including table of contents, section tabs, scale mockup of printing proposed for the binders and sample of proposed record drawing storage mechanism, to Engineer for approval before 90% of the work is approved for payment. No payment over 90% of the Contract value will be made until this is received..2 Submit the completed O & M Manuals before 95% of the work is approved for payment. No payment for any work will be made over 95% of the Contract value until completed O & M Manuals are received and accepted as satisfactory..3 The Contract shall not be considered to be suitably complete for the purpose of issuing a Certificate of Substantial Completion until the above manuals have been completed and submitted to the satisfaction of the Engineer..4 Submit 4 hard copies and 2 CD copies of Final Document. 1.4 CONTENTS.1 Arrange the material in volumes as described below. Provide a separate binder for each volume unless directed otherwise by Engineer. Where more than one binder is required to accommodate the documentation for a volume, increase or decrease the number of volumes and renumber as necessary..1 Volume 1 Operating Manual.2 Volume 2 Treatment Equipment Package.3 Volume 3 Mechanical Operations and Maintenance.4 Volume 4 Electrical and Instrumentation Operations.2 Permanently number each set..3 Letter the spine of the binder with the full identification title of the project and the front face with the following on the respective binders:.1 Full identification title of the project.2 Volume Number.3 Volume Title

84 Wekusko Falls Campground Section OPERATING AND MAINTENANCE DATA MWSB#:1292 AE#: Page 2 of 3.4 Owner's name.5 Number of Sets (e.g. 1 of 3).4 Arrange the binders according to the Construction Specifications Institute MASTERFORMAT Master List of Sections, Titles and Numbers, utilizing laminated mylar plastic divider tabs, colour coded according to section. Markings on the tabs are to be type written. Tab colours are to be as follows:.1 Division white.2 Sections orange.3 Subsections yellow.5 Make up each binder as follows:.1 Table of Contents details the titles of various divisions of the manual in the binder.2 Introduction to manual written explanation of the layout of the manual and intended use..6 Include separately the following:.1 Consultant: name, address, telephone and FAX numbers, name of Project Manager..2 Contractor: name, address, telephone and FAX numbers, name of Project Manager..3 Major SubContractors: name, address, telephone and FAX numbers of subcontractors included in that binder..7 Provide the following for each respective discipline..1 Division number xx:.1 Index information in that division in order of appearance in the specification..2 List of subcontractors and suppliers name, address, and telephone and FAX numbers.3 Specification section cross reference, and.4 Drawing List..8 Organize the various applicable sections under separate divider tabs labelled division/number as required by the project..9 Provide the information given below, where applicable, for each system and major piece of equipment. Refer to each piece of equipment by its name and tag number. Where manufacturer's literature covers several models or options, highlight the applicable information, using a nonfading marker, and cross out redundant information..1 Index of information in that section in order of appearance;.2 Description of system, components and technical data. Include interfaces, sequences, operations; characteristic changes for seasonal operation;.3 Maintenance and operating instructions including:.1 Installation instructions.2 Procedure for starting.3 Proper adjustment.4 Proper adjustment

85 Wekusko Falls Campground Section OPERATING AND MAINTENANCE DATA MWSB#:1292 AE#: Page 3 of 3.5 Procedure for operating.6 Procedure for shutdown.7 Safety precautions.8 List of electrical relay settings and control and alarm contact settings..4 Troubleshooting data;.5 Preventative maintenance program complete with:.1 Suggested check list sheets.2 List of points to be greased or oiled.3 Recommended type, grade and temperature range of lubricants.4 List of wear points to be inspected and/or adjusted regularly..5 Suggested schedule for lubrication and inspection.6 Schematic, single line, and wiring diagrams;.7 Valve tag list;.8 Recommended spare parts list;.9 Certification, guarantee, warranty;.10 Service representatives name, address and telephone number;.11 Suppliers for replacement parts name, address, and telephone numbers;.12 Test results; witness testing and commissioning, reports;.13 Test data for piping systems (degreasing, flushing, disinfection);.14 Hydrostatic or air tests performance;.15 Equipment alignment certificates;.16 Balancing data for air and water systems;.17 Inspection approval certificates for all types of systems; plumbing and piping, hot air and ventilating, electrical supervisory, etc..10 The material submitted in accordance with the contractual requirements for "AsConstructed Shop Drawings" is generally bulky and difficult to file in a binder. If requested by Engineer, provide copies of all "AsConstructed Shop Drawing" material in a single drawer legal size cardboard file cabinet. Arrange in accordance with the Construction Specifications Canada MASTER FORMAT. Identity any material located in the file cabinet as such in the appropriate location in the binders..11 At Engineer's discretion, provide the information in plastic map pockets in appropriate sections in the binders. END OF SECTION

86 Wekusko Falls Campground Section DEMONSTRATION AND TRAINING MWSB#:1292 AE#: Page 1 of 2 Part 1 General 1.1 ADMINISTRATIVE REQUIREMENTS.1 Refer to MWSB General Conditions, clause Demonstrate scheduled operation and maintenance of equipment and systems to Owner's personnel two weeks prior to date of final substantial performance..3 Owner: provide list of personnel to receive instructions, and coordinate their attendance at agreedupon times..4 Preparation:.1 Verify conditions for demonstration and instructions comply with requirements..2 Verify designated personnel are present..3 Ensure equipment has been inspected and put into operation..4 Ensure testing, adjusting, and balancing have been performed and equipment and systems are fully operational..5 Demonstration and Instructions:.1 Demonstrate startup, operation, control, adjustment, troubleshooting, servicing, and maintenance of each item of equipment at agreed upon times, at the equipment location..2 Instruct personnel in phases of operation and maintenance using operation and maintenance manuals as basis of instruction..3 Review contents of manual in detail to explain aspects of operation and maintenance..4 Prepare and insert additional data in operations and maintenance manuals when needed during instructions..6 Time Allocated for Instructions: ensure amount of time required for instruction of each item of equipment or system as follows: Item Equipment Duration.1 Water Treatment Equipment PreStart up 8 hours of instruction.2 WTP Startup and Commissioning Three (3) days (min. 8 hours per day) of instruction/assistance by the Engineer approved equipment representative.3 Electrical Controls 4 hours of instruction.4 Site Works (process waste, raw water intake) 4 hours of instruction Spring Start Up 4 hours of instruction Fall Shutdown 4 hours of instruction

87 Wekusko Falls Campground Section DEMONSTRATION AND TRAINING MWSB#:1292 AE#: Page 2 of ACTION AND INFORMATIONAL SUBMITTALS.1 Provide submittals in accordance with Section Submittal Procedures..2 Submit schedule of time and date for demonstration of each item of equipment and each system two weeks prior to designated dates, for Engineer's approval..3 Submit reports within two weeks after completion of demonstration, that demonstration and instructions have been satisfactorily completed..4 Give time and date of each demonstration, with list of persons present..5 Provide copies of completed operation and maintenance manuals for use in demonstrations and instructions. 1.3 QUALITY ASSURANCE.1 When specified in individual Sections requiring manufacturer to provide authorized representative to demonstrate operation of equipment and systems:.1 Instruct Owner's personnel..2 Provide written report that demonstration and instructions have been completed. END OF SECTION

88 Wekusko Falls Campground Section COMMON WORK RESULTS FOR PLUMBING MWSB#:1292 AE#: Page 1 of 8 Part 1 General 1.1 STANDARDS.1 All work to be carried out in accordance with, but not limited to, the following codes and standards deemed to be a part of this specification: 1.2 GENERAL.1 National Building Code.2 Relevant Plumbing codes.3 Canadian Standards Association.4 The American Society of Mechanical Engineers.5 American National Standards Institute.6 American Society for Testing and Materials.1 This section of the specifications refers to the installation of building mechanical equipment, piping, fittings, valves and all piping specialties and supporting devices provided under this contract within the building confines. 1.3 SUBMITTALS.1 Submit product data in accordance with Section Submittals. 1.4 OPERATION & MAINTENANCE DATA.1 Provide operation and maintenance data for incorporation into manual specified in Section Operating and Maintenance Data. 1.5 PLUMBING PIPE SIZES.1 Where the pipe size is not specified, provide pipe with the sizes required by the Plumbing Code. Small piping not described by the Plumbing Code or otherwise specified herein shall be 15 mm diameter. 1.6 PLUMBING JOINTS GENERAL.1 Connect piping using joints not readily disassembled only where shown and where otherwise specified. Provide joints which may be disassembled at the minimum, within 1.0 metre of any connection to equipment, on both sides of structural penetrations, within 0.6 metres of all threaded end valves..2 For stainless steel tubing, use stainless steel compression fittings..3 For schedule rated stainless steel pipe smaller than 75 mm in diameter, socketweld pipe. Where disassembly is required, use threaded unions..4 For thin wall or schedule rated stainless steel pipe equal to or greater than 75 mm in diameter, buttweld pipe unless otherwise shown or specified.

89 Wekusko Falls Campground Section COMMON WORK RESULTS FOR PLUMBING MWSB#:1292 AE#: Page 2 of 8.5 For copper or brass piping, use soldered couplings. Where disassembly is required, use compression unions..6 Where not shown or otherwise specified, use solvent weld joints for PVC piping. Provide flanges or unions where disassembly is required. 1.7 EQUIPMENT IDENTIFICATION.1 Identify equipment and valves with nameplates and labels as follows:.2 Nameplates:.1 Lamicoid 3 mm thick plastic engraving sheet, black face, white core, mechanically attached with selftapping screws. Nameplate Sizes Size 1 10 x 50 mm 1 line 3 mm high letters Size 2 12 x 70 mm 1 line 5 mm high letters Size 3 12 x 70 mm 2 lines 3 mm high letters Size 4 20 x 90 mm 1 line 8 mm high letters Size 5 20 x 90 mm 2 lines 5 mm high letters Size 6 25 x 100 mm 1 line 12 mm high letters Size 7 25 x 100 mm 2 lines 6 mm high letters.3 Labels:.1 Embossed plastic labels with 6 mm high letters unless specified otherwise..4 Wording on nameplates and labels to be approved by Engineer prior to manufacture..5 Allow for average of twentyfive (25) letters per nameplates and labels..6 Identification to be English..7 Identify equipment and valves with Size 3 labels engraved tag number and as directed by Engineer..8 Mechanically fasten labels to equipment stainless steel wire rope 3 mm diameter with aluminum swage sleeve permanently crimped..2 Rivet Part 2 Products 2.1 PLUMBING PIPING.1 Domestic hot, cold and recirculation systems, within building..1 Above ground: copper tube, hard drawn, type K: to ASTM B88M..2 Buried or embedded: copper tube, soft annealed, type K: to ASTM B88M, in long lengths and with no buried joints.

90 Wekusko Falls Campground Section COMMON WORK RESULTS FOR PLUMBING MWSB#:1292 AE#: Page 3 of 8.2 FITTINGS.3 JOINTS.1 Bronze pipe flanges and flanged fittings, Class 150: to ANSI/ASME B Cast bronze threaded fittings, Class 125: to ANSI/ASME B Cast copper, solder type: to ANSI/ASME B Wrought copper and copper alloy, solder type: to ANSI/ASME B NPS 2 and larger: roll grooved to CSA B Rubber gaskets, latexfree 1.6 mm thick: to AWWA C Bolts, nuts, hex head and washers: to ASTM A307, heavy series..3 Solder: 95/5 tin copper alloy..4 Teflon tape: for threaded joints..5 Grooved couplings: designed with angle bolt pads to provide rigid joint, complete with EPDM flush seal gasket..6 Dielectric connections between dissimilar metals: dielectric fitting to ASTM F492, complete with thermoplastic liner. 2.2 PLUMBING PIPING INSULATION.1 Plumbing piping to be insulated where shown on plans and where pipe sweat will drip in main walking paths..2 Joints to be sealed. Elbows, Tees and bends to have moulded pieces, sealed at ends..3 Standard of Acceptance:.1 Straight piping: Aerocel SSPT 12mm thickness, or equal..2 Fittings: Aerocel Aerofit 12mm thickness, or equal..3 Pipe support clamp locations: Aerocel AerofixU rigid load bearing sections at clamp locations..4 Do not install pipe insulation until pressure testing of piping is completed and approved by Engineer. 2.3 DWV PIPING.1 For buried and above ground DWV piping to:.1 CSA B CSA B CSA B Joints:.1 Solvent weld for PVC: to ASTM D Solvent weld for ABS: to ASTM D2235.

91 Wekusko Falls Campground Section COMMON WORK RESULTS FOR PLUMBING MWSB#:1292 AE#: Page 4 of DISSIMILAR METAL CONNECTIONS.1 Where dissimilar metals are to be connected, furnish dielectric fittings and/or isolating flanges. 2.5 BACK FLOW PREVENTERS.1 Backflow preventer shall conform to AWWA 511, CAN/CSA B64 SERIES, and other applicable standards..2 Unit shall be bronze construction and serviceable in line..3 Maximum operating pressure shall be 1.2 MPa (150 psi) and 60 o C (140 o F) operating temperature..4 Acceptable Material: Wilkins Model 975 L Series, or equivalent..5 Pipe discharge to terminate over nearest drain and/or service sink. 2.6 EMERGENCY EYE WASH STATION.1 Portable wall mount unit..1 Bradley Portable Eyewash Starter Kit, EWDS19921KIT 2.7 HOT WATER TANK.1 Complete with drain pan and pressure relief piping to drain..2 A.O. Smith DEL20S (20 gal), single phase, 240V 2.8 LAB SINK.1 Sink: Kindred LBS610PCB.2 Lab Faucet: Delta W NONFREEZE WALL HYDRANTS.1 Recessed with integral vacuum breaker, NPS 3/4 hose outlet, removable operating key. Polished bronze finish..1 Acceptable material: Zurn Model Z1320CL34EL, or approved equivalent. Refer to equipment schedules for details HOSE BIBBS AND SEDIMENT FAUCETS.1 Sediment faucet conforming to CAN/CSA B125 with a vacuum breaker having a hose outlet. Vacuum breaker to comply with CAN/CSA B64 SERIES..1 Acceptable material: Cambridge Brass 32W201 or 32W DOMESTIC PLUMBING BALL VALVES.1 NPS 2 and under:

92 Wekusko Falls Campground Section COMMON WORK RESULTS FOR PLUMBING MWSB#:1292 AE#: Page 5 of 8.1 Body and cap: Stainless Steel..2 Pressure rating: Class Connections: Screwed ends to ANSI B and with hexagonal shoulders..4 Stem: tamperproof ball drive..5 Stem packing nut: external to body..6 Ball and seat: replaceable stainless steel solid ball and teflon seats..7 Stem seal: TFE with external packing nut..8 Operator: removable lever handle WATER HAMMER ARRESTORS.1 Copper construction, bellows type: to Plumbing and Drainage Institute Standard PDIWH Acceptable material: Zurn Model Z1700, or approved equivalent VACUUM BREAKERS.1 Breakers: to CAN/CSA B64 SERIES, vacuum breaker atmospheric PRESSURE REGULATORS.1 Capacity: as indicated..1 Inlet pressure: 1034 kpa..2 Outlet pressure: 345 kpa..2 Up to NPS 1 1/2 bronze bodies, screwed: to ASTM B62..3 NPS 2 and over, semisteel bodies, Class 125, flanged: to ASTM A Semisteel spring chambers with bronze trim TRAP SEAL PRIMERS.1 Brass, with integral vacuum breaker, NPS 1/2 solder ends, NPS 1/2 drip line connection STRAINERS kpa, Y type with 20 mesh, monel, bronze or stainless steel removable screen mm dia. and under: bronze body, screwed ends, with bronze cap..1 Acceptable material: Spirax Sarco BT, or approved equivalent..3 65mm dia. and over: cast iron body, flanged ends, with bolted cap..1 Acceptable material: Spirax Sarco NF125, or approved equivalent ELECTRIC WATER HEATER.1 Heater shall be furnished with screwin heating elements composed of nichrome embedded in magnesium oxide and sealed in a stainless steel outer sheath of INCOLOY 800,

93 Wekusko Falls Campground Section COMMON WORK RESULTS FOR PLUMBING MWSB#:1292 AE#: Page 6 of 8 automatic temperature control and over temperature protector. Water heater shall have a working pressure rating of 1035 kpa (150 psi). Heater shall be completely factory assembled complete with glass lined steel tank, R16 rigid insulation, rigidlysupported magnesium anode rods for cathodic protection, hose threaded drain valve, an ASME rated temperature and pressure relief valve and a three (3) year limited warranty certificate. CSA approved and ULC listed panel..2 HWTxxx:.1 To CAN/CSA C22.2 and CAN/CSA C Refer to equipment schedule for details TRIM AND INSTRUMENTATION.1 Drain valve: NPS 1 with hose end..2 Thermometer: 100 mm dial type with red pointer and thermowell filled with conductive paste..3 Pressure gauge: 100 mm dial type with red pointer, syphon, and shutoff cock. Part 3 Execution 3.1 PIPING INSTALLATION.1 General:.1 Conform to the requirements of CSA CAN3Z662 code for pressure piping..2 Install straight, parallel and close to walls and ceilings, with specified pitch. Use standard fittings for direction changes..3 Provide thermal expansion loops as required..4 Ream ends of pipes and tubing before being made up..5 Support piping during construction to prevent abnormal stresses on the pipe works..2 Flushing and cleaning.3 Testing:.1 Flush after pressure test for a minimum of 30 minutes..2 Fill with solution of water and nonfoaming, phosphatefree detergent 3% solution by weight, suitable for flushing waterglycol systems. Circulate for minimum of 30 minutes..3 Refill system with clean water. Circulate for at least 30 minutes. Clean out strainer screens/baskets regularly. Then drain..4 Refill system with clean water. Circulate for at least 30 minutes. Clean out strainer screens/baskets regularly. Then drain..5 Drainage to include drain valves, dirt pockets, strainers, every low point in system..6 Reinstall strainer screens/baskets only after obtaining Engineer s approval..1 Advise Engineer prior to performance of pressure tests.

94 Wekusko Falls Campground Section COMMON WORK RESULTS FOR PLUMBING MWSB#:1292 AE#: Page 7 of 8.2 Insulate or conceal work only after approval and certification of tests by Engineer..3 Prior to tests, isolate equipment and other parts which are not designed to withstand test pressure or media..4 Bear costs for repairs or replacement, retesting, and making good..5 Provide report to Engineer. 3.2 VALVE INSTALLATION.1 Prevent dirt and debris from entering the valve internals. Protect valve seats against painting. Store valves with their handwheels, operator shafts and operators in an upright position..2 Valves to be installed by competent personnel and in strict accordance with the manufacturer's instructions. Prior to installation of valves inspect pipe and remove foreign debris or objects that may prevent valve closing. 3.3 SUPPORT REQUIREMENTS & INSTALLATION.1 Run all piping parallel to building lines in harmony with structural elements. Where practicable, hang water supply piping at same elevation on trapeze hangers. Install hangers to provide not less than 12 mm clear space between finished covering and adjacent work. Install press joint piping system in accordance with manufacturer's latest recommendations. Visibly mark both ends of pipe with proper insertion depths prior to assembly and installation..2 Do not secure piping or tubing directly against any building or equipment surface directly or indirectly exposed to freezing temperatures. Minimum 15 mm thick spacers to be used..3 Do not use perforated band iron, wire or chain as hangers. All hanger rods are to have machine thread, capable of vertical adjustment after pipe is erected..4 Hangers and supports for covered piping are not to injure or pierce insulation. 3.4 PROTECTION OF OPENINGS.1 Protect equipment and system openings from dirt, dust and other foreign materials..2 Thoroughly clean piping, ducts and equipment of dirt, cuttings, and other foreign substances prior to being put into operation. 3.5 ESCUTCHEONS AND PLATES.1 Install on pipes passing through finished walls, floors and ceilings..2 Use chrome or nickel plated brass, solid type with set screws for ceiling or wall mount..3 Inside diameter to fit around finished pipe. Outside diameter to cover opening or sleeve..4 Where sleeve extends above finished floor, escutcheons or plates to clear sleeve extension..5 Secure to pipe or finished surface but not to insulation.

95 Wekusko Falls Campground Section COMMON WORK RESULTS FOR PLUMBING MWSB#:1292 AE#: Page 8 of VIBRATION ISOLATION.1 Installation:.1 Install vibration isolation equipment in accordance with manufacturer's instructions and adjust mounting to level equipment..2 Ensure piping, ducting and electrical connections to isolated equipment do not reduce system flexibility and that piping and ducting passage through walls and floors do not transmit vibrations..3 Unless indicated otherwise, support piping connected to isolated equipment with spring mounts or spring hangers with 25 mm minimum static deflection as follows:.4 Up to 100 mm size: first 3 points of support; 150 mm to 200 mm size: first 4 points of support; 250 mm size and larger: first 6 points of support..5 First point of support to have static deflection of twice deflection of isolated equipment, but not more than 50 mm..6 Where isolation is bolted to the floor avoid short circuiting of sound pads by using vibration isolation washers..7 Block and shim level all bases so that ductwork and piping connections can be made to a rigid system at the operating level before isolator adjustment is made. Ensure that there is no physical contact between isolated equipment and building structure. 3.7 CUTTING AND PATCHING.1 Minimize cutting and patching required. Set sleeves and mark openings in concrete forms and masonry structure prior to the placement of concrete or masonry. 3.8 PRESSURE TESTING OF EQUIPMENT AND PIPEWORK.1 Advise Engineer 48 hours minimum prior to performance of pressure tests..2 Pipework: Test as specified in Specifications. Maintain specified test pressure without loss for 4 hours minimum unless specified for longer period of time..3 Prior to tests, isolate equipment and other parts which are not designed to withstand test pressure or media..4 Pay costs for repairs or replacement, retesting, and making good. Engineer to determine whether repair or replacement is appropriate..5 Insulate or conceal work only after approval and certification of tests by Engineer. END OF SECTION

96 Wekusko Falls Campground Section COMMON WORK RESULTS FOR HVAC MWSB#:1292 AE#: Page 1 of 10 Part 1 General 1.1 SUBMITTALS.1 Submittals: in accordance with Section Submittal Procedures..2 Shop drawings; submit drawings stamped and signed by professional engineer registered or licensed in the Province of Manitoba, Canada..3 Shop drawings to show:.1 Mounting arrangements..2 Operating and maintenance clearances..4 Shop drawings and product data sheets accompanied by:.1 Detailed drawings of bases, supports, and anchor bolts..2 Acoustical sound power data, where applicable..3 Points of operation on performance curves..4 Manufacturer to certify current model production..5 Certification of compliance to applicable codes..5 In addition to transmittal letter referred to in Section Submittal Procedures: use MCAC "Shop Drawing Submittal Title Sheet". Identify section and paragraph number..6 Closeout Submittals:.1 Provide operation and maintenance data for incorporation into manual specified in Section Operating and Maintenance Data..2 Operation and maintenance manual approved by, and final copies deposited with, Engineer before final inspection..3 Operation data to include:.1 Control schematics for systems including environmental controls..2 Description of systems and their controls..3 Description of operation of systems at various loads together with reset schedules and seasonal variances..4 Operation instruction for systems and component..5 Description of actions to be taken in event of equipment failure..6 Valves schedule and flow diagram..7 Colour coding chart..4 Maintenance data to include:.1 Servicing, maintenance, operation and troubleshooting instructions for each item of equipment..2 Data to include schedules of tasks, frequency, tools required and task time..5 Performance data to include:.1 Equipment manufacturer's performance datasheets with point of operation as left after commissioning is complete.

97 Wekusko Falls Campground Section COMMON WORK RESULTS FOR HVAC MWSB#:1292 AE#: Page 2 of 10.2 Equipment performance verification test results..3 Special performance data as specified..4 Testing, adjusting and balancing reports as specified in Section Testing, Adjusting and Balancing for HVAC..6 Approvals:.1 Submit two (2) copies of draft Operation and Maintenance Manual to Engineer for approval. Submission of individual data will not be accepted unless directed by Engineer..2 Make changes as required and resubmit as directed by Engineer..7 Additional data:.1 Prepare and insert into operation and maintenance manual additional data when need for it becomes apparent during specified demonstrations and instructions..8 Site records:.1 Engineer will provide one (1) set of reproducible mechanical drawings. Provide sets of white prints as required for each phase of work. Mark changes as work progresses and as changes occur. Include changes to existing mechanical systems, control systems and low voltage control wiring..2 Transfer information weekly to reproducibles, revising reproducibles to show work as actually installed..3 Use different colour waterproof ink for each service..4 Make available for reference purposes and inspection..9 Asbuilt drawings:.1 Prior to start of Testing, Adjusting and Balancing for HVAC, finalize production of asbuilt drawings..2 Identify each drawing in lower right hand corner in letters at least 12 mm high as follows: "AS BUILT DRAWINGS: THIS DRAWING HAS BEEN REVISED TO SHOW MECHANICAL SYSTEMS AS INSTALLED" (Signature of Contractor) (Date)..3 Submit to Engineer for approval and make corrections as directed..4 Perform testing, adjusting and balancing for HVAC using asbuilt drawings..5 Submit completed reproducible asbuilt drawings with Operating and Maintenance Manuals..10 Submit copies of asbuilt drawings for inclusion in final TAB report. 1.2 REFERENCES.1 Canadian Standards Association (CSA).1 CSA C22.2 No.46, Electric AirHeaters.

98 Wekusko Falls Campground Section COMMON WORK RESULTS FOR HVAC MWSB#:1292 AE#: Page 3 of 10 Part 2 Products 2.1 MULTILEAF DAMPERS.1 TAGS: MD001, MD002, MD003.1 Type: Opposed Blade.2 Blade Construction:.1 Material: extruded aluminum.2 Insulation: High density polyurethane foam.3 Type: interlocking blades.4 Blade Insulation: Blades are thermally broken..3 Spring: stainless steel.4 Frame Insulation: Polystyrene Insulation c/w thermal break.5 Frame & Blades: Extruded 6063T5 Aluminium.6 Seals: Santoprene Vinyl Blade and Jamb Seals.7 Bearings: Celcon inner bearing within a polycarbonate outer bearing..8 Axles: 3/8 Aluminium Square Bar.9 Mounting: exterior wall.10 Size: refer to drawings.11 Approved Manufactures:.1 Tamco.2 Ventex.3 WestVent.4 Ruskin.12 Control Dampers Actuators.1 On/Off damper actuator,.2 Power supply: 120V/1ph/60Hz.3 Power consumption:.1 Running: 6 W.2 Holding: 2.3 W.4 Electrical connection: 1/2" conduit connector.5 Electrical protection: auxiliary switches are double insulated.6 Overload protection: electronic throughout 0 to 95 rotation.7 Angle of rotation: 95, adjustable 35 to 95.8 Torque: 133 inlb [15 Nm] constant.9 Direction of rotation: reversible with CW/CCW mounting.10 Position indication: 0 to Ambient temperature: 30 C to +50 C (22 F to +122 F).12 Housing: NEMA type 2.13 Housing material: zinc coated metal.14 Noise level max: 45 db (A)

99 Wekusko Falls Campground Section COMMON WORK RESULTS FOR HVAC MWSB#:1292 AE#: Page 4 of 10.2 INSTALLATION.15 Approved Manufacturer:.1 Belimo.1 Install where indicated..2 Install in accordance with recommendations of SMACNA and manufacturer's instructions..3 Seal multiple damper modules with silicon sealant..4 Install access door adjacent to each damper..5 Ensure dampers are observable and accessible. 2.2 FIXED LOUVRES ALUMINUM.1 TAGS: IL001, IL002,.1 Depth: 150 mm (6 Inches).2 Frame Style: Channel Frame.3 Frame Thickness: 0.081" 6063T5 Extruded Aluminium.4 Blade Thickness: 0.081" 6063T5 Extruded Aluminium.5 Blade Centres: 89 mm (3 1/2 Inches).6 Blade Angle: refer to drawings.7 Blade Type: refer to drawings.8 Minimum Free Area Percentage: refer to drawings.9 Insect Screen: 18 x 14 Mesh.10 Paint Color: supply standard color sample to client.11 Size: refer to drawings.12 Approved Manufactures:.1 Ventex.2 WestVent.3 Ruskin.2 INSTALLATION.1 Install where indicated..2 In accordance with manufacturer's and SMACNA recommendations..3 Reinforce and brace as indicated..4 Anchor securely into opening. Seal with caulking around to ensure weather tightness. 2.3 EXHAUST FANS.1 TAG: EF001.1 Type: Wall Mount Belt Drive Exhaust Propeller Fan..2 Capacity: refer to drawings.3 Fan Wheel Assembly: centrifugal backward inclined design and constructed with aluminum, statically and dynamically balanced.

100 Wekusko Falls Campground Section COMMON WORK RESULTS FOR HVAC MWSB#:1292 AE#: Page 5 of 10.4 Housing:.1 Heavy Gauge Aluminum.2 Guard/motor mount.3 Vibration isolation.5 Motor:.1 TE enclosure.2 Permanently lubricated, heavyduty, ball bearings.3 Power Supply: 120 V/1ph/60Hz.4 Classification: Ordinary.5 Size: 1/4 Hp.6 Size: 914 mm (36 ) Outer Dia..7 Approved Manufacturers:.1 Cook.2 Twin City.3 Greenheck.2 TAG: EF002.1 Type: Ceiling Ventilator Exhaust Fan.2 Capacity: refer to drawings.3 Fan Assembly: centrifugal blower wheel.4 Housing:.1 Rugged steel housing.2 Metal grille.3 Aluminum wall cap.5 Motor:.1 TE enclosure.2 Permanently lubricated ball bearings.3 Power Supply: 120 V/1ph/60Hz.4 Classification: Ordinary.5 Size: Refer to drawings..6 Size: 200 mm x 216 mm x 146 mm (8 x 8 ½ x 5 ¾ ).7 Approved Manufacturers:.1 Cook.2 Twin City.3 Greenheck 2.4 THERMOSTAT.1 TAG: TS001 & TS002.1 Line voltage, wall mounted thermostat, for cooling with:.1 Full load rating: 6 A at 120 V.

101 Wekusko Falls Campground Section COMMON WORK RESULTS FOR HVAC MWSB#:1292 AE#: Page 6 of 10.2 Temperature setting range: 8ºC to 29ºC..3 Thermometer range: 8ºC to 29ºC..4 Markings in 5 degree increments..5 Adjustable differential..2 Approved Manufactures:.1 WhiteRodgers.2 Honeywell T ELECTRIC UNIT HEATERS.1 TAG: UH001, UH002.1 Unit heater: to CSA C22.2 No.46, horizontal discharge complete with adjustable louvers finished to match cabinet..2 Fan type unit heaters with builtin highheat limit protection..3 Fan motor: permanently lubricated ball bearing type. Builtin fan motor thermal overload protection. Builtin transformer to provide proper voltage for control circuit. Motor mounted in cold compartment..4 Fan delay purges heater of residual heat..5 Hangers: Ceiling hung..6 Elements: high quality nickelchromium wire encased in solidly packed magnesium oxide insulation..7 Metal tubular sheath fused with spiral steel fins..8 Factory installed disconnect switch with door interlock..9 Factory installed contactor..10 Factory installed transformer..11 Size: refer to drawings.12 Power: 600V/3ø/60 Hz.13 Control: builtin thermostat and contactor.14 Cabinet:.1 Steel, 0.8 mm thick..2 Hybrid polyester epoxy powder coat paint finish..15 Approved Manufacturer:.1 Dimplex, EU Series.2 Ouellet.3 Chromalox.4 CCI Thermal Technologies.16 INSTALLATION.1 Mounted unit heaters on side wall as indicated..2 Install thermostats in locations as indicated..3 Make power and control connections..17 FIELD QUALITY CONTROL

102 Wekusko Falls Campground Section COMMON WORK RESULTS FOR HVAC MWSB#:1292 AE#: Page 7 of BASEBOARD HEATERS.1 Perform tests in accordance with Division Test cutout protection when air movement is obstructed..3 Test fan delay switch to assure dissipation of heat after element shut down..4 Test unit cutoff when fan motor overload protection has operated..5 Ensure that heaters and controls operate correctly..1 Integral thermostat or as indicated..2 Voltage, phases and wattage as indicated..3 Stainless steel sheathed heating elements..4 Polyester powder coat. 2.7 GALVANIZED STEEL DUCT.1 Lock forming quality: to ASTM A653, Z90 zinc coating..2 Thickness, fabrication and reinforcement: to ASHRAE..3 Joints: to ASHRAE proprietary manufactured duct joint. 2.8 DUCT INSULATION.1 Mineral fibre: as specified includes glass fibre, rock wool, slag wool..2 Thermal conductivity ("k" factor) not to exceed specified values at 24 C mean temperature when tested in accordance with ASTM C TIAC Code C1: Rigid mineral fibre board to ASTM C612, with factory applied vapour retarder jacket to CGSB 51GP52MA (as scheduled in PART 3 of this Section)..4 TIAC Code C2: Mineral fibre blanket to ASTM C553 faced with factory applied vapour retarder jacket to CGSB 51GP52MA (as scheduled in PART 3 of this section)..1 Mineral fibre: to ASTM C Jacket: to CGSB 51GP52MA..3 Maximum "k" factor: to ASTM C DUCT JACKETS.1 Canvas: on concealed and exposed duct located in building interior gm/m 2 cotton, plain weave, treated with dilute fire retardant lagging adhesive to ASTM C Lagging adhesive: Compatible with insulation..3 Aluminum: on duct located on building exterior..1 To ASTM B209 with moisture barrier as scheduled in PART 3 of this Section..2 Thickness: 0.50 mm sheet..3 Finish: Stucco embossed.

103 Wekusko Falls Campground Section COMMON WORK RESULTS FOR HVAC MWSB#:1292 AE#: Page 8 of 10.4 Jacket banding and mechanical seals: 19 mm wide, 0.5 mm thick stainless steel DUCT INSULATION ACCESSORIES.1 Vapour retarder lap adhesive:.1 Water based, fire retardant type, compatible with insulation..2 Indoor Vapour Retarder Finish:.1 Vinyl emulsion type acrylic, compatible with insulation..3 Insulating Cement: hydraulic setting on mineral wool, to ASTM C Outdoor Vapour Retarder Mastic:.1 Vinyl emulsion type acrylic, compatible with insulation..2 Reinforcing fabric: Fibrous glass, untreated 305 g/m 2..5 Tape: selfadhesive, aluminum, reinforced, 50 mm wide minimum..6 Contact adhesive: quicksetting.7 Canvas adhesive: washable..8 Tie wire: 1.5 mm stainless steel..9 Banding: 12 mm wide, 0.5 mm thick stainless steel..10 Facing: 25 mm stainless steel hexagonal wire mesh stitched on one face of insulation..11 Fasteners: 4 mm diameter pins with 35 mm diameter clips, length to suit thickness of insulation ACCESS DOORS IN DUCTS.1 NonInsulated Ducts: sandwich construction of same material as duct, one sheet metal thickness heavier, minimum 0.6 mm thick complete with sheet metal angle frame..2 Insulated Ducts: sandwich construction of same material as duct, one sheet metal thickness heavier, minimum 0.6 mm thick complete with sheet metal angle frame and 25 mm thick rigid glass fibre insulation..3 Gaskets: neoprene..4 Hardware:.1 Up to 300 x 300 mm: two sash locks to 450 mm: four sash locks to 1000 mm: piano hinge and minimum two sash locks..4 Doors over 1000 mm: piano hinge and two handles operable from both sides..5 Hold open devices.

104 Wekusko Falls Campground Section COMMON WORK RESULTS FOR HVAC MWSB#:1292 AE#: Page 9 of 10 Part 3 Execution 3.1 FAN INSTALLATION.1 Install fans as indicated, complete with resilient mountings, flexible electrical leads and flexible connections..2 Provide sheaves and belts required for final air balance..3 Bearings and extension tubes to be easily accessible..4 Access doors and access panels to be easily accessible. 3.2 ELECTRIC HEATER INSTALLATION.1 Mount unit heaters as indicated..2 Install thermostats in locations as indicated..3 Make power and control connections. 3.3 DUCT INSULATION INSTALLATION.1 Install in accordance with TIAC National Standards..2 Apply materials in accordance with manufacturer s instructions and as indicated..3 Use two layers with staggered joints when required nominal thickness exceeds 75 mm..4 Maintain uninterrupted continuity and integrity of vapour retarder jacket and finishes..1 Hangers, supports to be outside vapour retarder jacket..5 Supports, Hangers in accordance with Section Hangers and Supports for HVAC Piping and Equipment..1 Apply high compressive strength insulation where insulation may be compressed by weight of ductwork..6 Fasteners: At 300 mm oc in horizontal and vertical directions, minimum two rows each side. 3.4 DUCTWORK INSULATION SCHEDULE.1 Insulation types and thicknesses: Conform to following table: Rectangular cold and dual temperature supply air ducts TIAC Code Vapour Retarder Thickness (mm) C1 Yes 50 Exhaust duct between dampers and louvres C1 no 25.2 Exposed round ducts 600 mm and larger, smaller sizes where subject to abuse:.1 Use TIAC code C1 insulation, scored to suit diameter of duct..1 Finishes: Conform to following table: TIAC Code

105 Wekusko Falls Campground Section COMMON WORK RESULTS FOR HVAC MWSB#:1292 AE#: Page 10 of 10 Rectangular Round Indoor, exposed within mechanical room CRF/1 CRD/2 3.5 SYSTEM CLEANING.1 Clean interior and exterior of all systems including strainers. Vacuum interior of ductwork and air handling units. 3.6 PROTECTION.1 Protect equipment and systems openings from dirt, dust, and other foreign materials with materials appropriate to system. END OF SECTION

106 Wekusko Falls Campground Section COMMON WORK RESULTS FOR ELECTRICAL MWSB#:1292 AE#: Page 1 of 21 Part 1 General 1.1 REFERENCES.1 The minimum standard of installation shall be to the Canadian Electrical Code 2015, the Manitoba Electrical Code 2015, the National Building Code 2010, the Manitoba Building Code 2010 and supplements, National Codes, Provincial Codes and Bulletins, and specifications herein..2 CAN/CSAC22.3 No. 106, Overhead Systems..3 CAN/CSAC22.3 No. 706, Underground Systems..4 CAN3C23583(R2006), Preferred Voltage Levels for AC Systems, 0 to 50,000 V..5 Manitoba Hydro.1 Manitoba Electrical Code.6 National Research Council of Canada.1 National Building Code.7 Government of Manitoba.1 Manitoba Building Code.8 Electrical and Electronic Manufacturer's Association of Canada (EEMAC).1 EEMAC 2Y1, Light Gray Colour for Indoor Switch Gear..9 Institute of Electrical and Electronics (IEEE)/National Electrical Safety Code Product Line (NESC) 1.2 SCOPE.1 IEEE SP1122, The Authoritative Dictionary of IEEE Standards Terms, 7th Edition..1 Work under this section includes but is not necessarily limited to the categories of the work itemized below for the Water Treatment Plant Building:.1 Coordination with Utilities..2 Power and distribution..3 Lighting..4 Wire and connect all equipment, including without limitation control panels, loose devices and loose instruments..5 Controls and instrumentation other than that supplied with equipment packages..6 Provide controls for HVAC and buildings systems..7 Carry out installation in a manner that accommodates ready installation of future works. Maximize open wall space and head room remaining after installation. Do not locate equipment or wiring runs that are likely to interfere with future works.

107 Wekusko Falls Campground Section COMMON WORK RESULTS FOR ELECTRICAL MWSB#:1292 AE#: Page 2 of 21.8 Review equipment specification information and equipment supply information in Section Special Provisions and Section Package Water Treatment Plant Equipment. 1.3 CODES AND STANDARDS.1 Carry out all work in accordance with these drawings and specifications, meet the latest regulations of Canadian Electrical Code and latest applicable Municipal and Provincial Codes and Regulations. In each and every instance of application, the Code, Regulation, Statute, Bylaw, or these contract documents having most stringent requirement applies. 1.4 PERMITS, FEES AND INSPECTION.1 Submit to Electrical Inspection Department and Supply Authority necessary number of drawings and specifications for examination and approval prior to commencement of work..2 Provide drawings and specifications required by Electrical Inspection Department and Supply Authority..3 Notify Engineer of changes required by Electrical Inspection Department prior to making changes..4 The electrical Contractor will obtain and pay for all permits required by laws and regulations..5 After completion of the work, the electrical Contractor will certify to the Owner that the inspection authority (MB Hydro) has inspected all work. Provide copies of electrical inspection reports to the Engineer. 1.5 DELIVERY AND STORAGE.1 Assume complete responsibility for maintaining all materials and equipment delivered to the site in new condition. Repair or replace damaged articles to the satisfaction of the Engineer. Make arrangements as necessary for proper storage and security of materials delivered to the site. 1.6 PLANS AND SPECIFICATIONS.1 The Contractor shall examine all Contract Documents including building, structural, civil, site, process, mechanical, and supplemental plans and specifications..2 The Contractor shall confirm equipment location, installation, and connection requirements prior to installation of plant or wireways. This shall be a complete coordination between the Contractor, the trades involved, and the equipment suppliers and manufacturers..3 Plans do not indicate all construction details. Any installation involving accurate measurements of the building shall be coordinated with construction plans and/or actual on site measurements..4 Plans and specifications are intended to supplement each other, and any information indicated on one and omitted on the other shall be assumed as included on both..5 The electrical contractor shall peruse the mechanical plans and specifications to confirm size and location of all motors, controls and other equipment in order to determine exact

108 Wekusko Falls Campground Section COMMON WORK RESULTS FOR ELECTRICAL MWSB#:1292 AE#: Page 3 of 21 electrical requirements of all mechanical equipment. Ensure that all electrical work noted on mechanical plans and specifications is included in the electrical contract bid price..6 In order to provide sufficient detail and clarity, the symbols used for various electrical devices, occupy more space on the plans, than the device actually occupies when installed. The contractor shall use common sense when placing devices, ensuring that devices are grouped wherever possible. Do not space devices along walls to coincide with the scale location of the electrical device symbol. Maintain 300 mm between receptacles and communication outlets..7 Any discrepancies in the plans and/or specifications shall be brought to the attention of the electrical consultant no later than seven (7) days prior to the closing date of the tender. Obtain ruling from the consultant before submitting bid, regarding any doubts as to the intent and meaning of the specifications and plans. Oral interpretations made to any bidder shall not effect a modification of any provision of the bid documents. 1.7 PROJECT RECORD DOCUMENTS.1 Indicate on record drawings, location of all buried services..2 Indicate accurately significant deviations from contract documents caused by site conditions and changes ordered by Engineer. 1.8 QUALIFICATIONS.1 Retain a qualified journeyman electrician with experience on related projects to continuously direct and monitor electrical work. 1.9 DEFECTIVE MATERIALS AND WORKMANSHIP.1 After the work is complete but before final payment, the contractor shall give to the owner a written guarantee that all materials and workmanship are in strict accordance with the plans and specifications and for a period of one year, from date of final acceptance at no charge to the owners, replace or repair any defects in material and workmanship not due, in the opinion of the Engineer, to misuse and neglect. This guarantee does not cancel or prejudice other longer guarantees. Part 2 Products 2.1 MATERIALS AND EQUIPMENT.1 Provide CSA, cul, or ULC certified, listed, and marked materials..2 Where CSA, cul, or ULC materials are not available, advise Contract Administrator in writing. Submit such materials to authority having jurisdiction for special approval before delivery to site. After installation, ensure that special approval stickers or marking are readily visible on materials, and place photos or photocopies in O&M Manuals..3 Factory assemble control panels and component assemblies.

109 Wekusko Falls Campground Section COMMON WORK RESULTS FOR ELECTRICAL MWSB#:1292 AE#: Page 4 of GENERAL.1 Provide materials and methods to suit the area of installation. Meet hazardous location, wet location, corrosive location, outdoor location, underground location, and other location requirements. Meet area classification requirements..2 Materials and equipment to be CSA certified. Where there is no alternative to supplying equipment, which is not CSA certified, obtain special approval from Inspection Authorities..3 Factory assemble control panels and component assemblies..4 Where equipment manufacturer has been identified in the bid, substitutions may only be subsequently permitted only where it can be shown that unusual or unforeseen circumstances will cause unacceptable delays in completion of the work. The onus will be on the Contractor to ensure that no delays are caused through the use of accepted alternates. 2.3 AREA CLASSIFICATIONS.1 Area classifications shall be as a minimum as defined in the applicable regulations, and as indicated on drawings. Follow the more stringent requirements of the above and as described here and elsewhere in the specifications,.1 In areas subject to dripping or splashing water or sprinklers: Provide drip shields as suitable. Provide sprinkler shields for ventilated or susceptible equipment to Code. Provide drip shields and sprinkler shields for other equipment where it is a readily available option and it will not interfere with sprinkler function, equipment function, or equipment enclosure performance. Drip shields and sprinkler shields shall be resistant to corrosion by suitable selection of material (e.g. stainless steel, FRP) or finish (e.g. factory primed and painted). Provide and arrange drip shields and sprinkler shields such that they do not give an objectionable finished appearance..1 NOT APPLICABLE..2 In process areas and similar areas: Use materials and methods suitable for a wet and humid Category 1 environment and longterm exposure to a mildly corrosive Category 2 environment (stainless steel, powder coated, or nonmetallic materials, sealed cable and conduit, sealed penetrations, sealed connections, etc.). Utilize NEMA 4X enclosures and equipment. NEMA 4, with reasonable corrosion resistance, acceptable where NEMA 4X not available. Nonventilated and weatherproof and corrosion resistant (inclusive), or equivalent, acceptable where NEMA 4/4X not available..1 WTP Process Area..3 In electrical rooms and similar areas: Use NEMA 12 gasketed nonventilated construction. Nonventilated weatherproof or equivalent acceptable where NEMA 12 gasketed nonventilated not available. Ventilated acceptable where there is no practicable alternative. Areas above ceilings shall generally be considered to be the same as adjacent areas they communicate with..1 WTP Electrical Room..4 Materials and methods outdoors shall be weatherproof, suitable for the location and temperatures, and shall be marked as UV resistant.

110 Wekusko Falls Campground Section COMMON WORK RESULTS FOR ELECTRICAL MWSB#:1292 AE#: Page 5 of 21.5 Provide wiring that is CSA listed for installation in wet locations where exposed, installed in buried conduit, or installed in conduit in slab. All such wiring shall meet these requirements including power, control, instrumentation, communication, and other wiring..6 Areas above ceilings shall generally be considered to be the same as the harshest adjacent area they communicate with..7 Supply and installation of plant shall exceed that indicated in the Contract Documents where necessary to conform to regulatory requirements. 2.4 PANELBOARDS.1 Panelboards: to CSA C22.2 No.29 and product of one manufacturer..1 Install circuit breakers in panelboards before shipment..2 In addition to CSA requirements manufacturer's nameplate must show the maximum fault current that panel including breakers is capable of withstanding..2 Interrupting capacity: V panelboards: bus and breakers rated for minimum 10 ka (RMS symmetrical), or greater where indicated..3 Sequence phase bussing with odd numbered breakers on left and even on right, with each breaker identified by permanent number identification as to circuit number and phase..4 Panelboards: mains, number of circuits, and number and size of branch circuit breakers as indicated..5 Copper or aluminum bus with neutral of same ampere rating as mains..6 Mains: bolton breaker where main breaker is indicated..7 Service entrance rated where so indicated or at service entrance location..8 Trim with concealed front bolts and hinges..9 Trim and door finish: baked grey enamel..10 Trim and door shall fit tight, secure, square, true, flat, and flush. Door, catches, latches, and locks shall operate smoothly and quietly. Equipment with poor fit or finish shall be rejected, removed from site, and replaced with new at no cost to Owner..11 Enclosure: CSA 12 gasketed nonventilated in general. CSA 1 acceptable where so specified, CSA 4 in category 1 areas and CSA 3 in weatherproof areas..12 Breakers:.1 Breakers with thermal and magnetic tripping in panelboards except as indicated otherwise..2 Main breaker: separately mounted on top or bottom of panel to suit cable entry. When mounted vertically, down position should open breaker..3 Mouldedcase circuit breakers, circuit breakers, groundfault circuitinterrupters: to CSA C22.2 No. 5.4 Bolton moulded case circuit breaker: quick make, quickbreak type, for manual and automatic operation..5 Commontrip breakers: with single handle for multipole applications.

111 Wekusko Falls Campground Section COMMON WORK RESULTS FOR ELECTRICAL MWSB#:1292 AE#: Page 6 of 21.6 Magnetic instantaneous trip elements in circuit breakers to operate only when value of current reaches setting..1 Trip settings on breakers with adjustable trips to range from 38 times current rating..7 Circuit breakers with interchangeable trips as indicated..8 No narrow or twin size breakers. Full size breakers only. 2.5 ELECTRIC UNIT COMPARTMENTS.1 Units EEMAC size 4 and smaller, circuit breaker units 225 A and smaller, plugin type with selfdisconnect. Guide rail supports for units to ensure that stabs make positive contact with vertical bus. Provision for units to be installed or removed, off load, while buses energized..2 Unit mounting:.1 Engaged position unit stabbed into vertical bus..2 Withdrawn position unit isolated from vertical bus but supported by structure. Terminal block accessible for electrical testing of starter..3 Provision for positive latching in either engaged or withdrawn position and padlocking in withdrawn position..4 Stabon connectors free floating silver plated clips, selfaligning, backed up with steel springs..3 External operating handle of circuit switch interlocked with door to prevent door opening with switch in "on" position. Provision for 3 padlocks to lock operating handle in "off" position and lock door closed. Provision for lockout tagging..4 Hinge unit doors on same side..5 Overload relays manually reset from front with door closed..6 Pushbuttons, switches, indicating lights, and displays mounted on door front. 2.6 ELECTRIC MOTORS, EQUIPMENT AND CONTROLS.1 Verify installation and coordination responsibilities related to motors, equipment and controls, as indicated..2 Provide wiring for HVAC and building mechanical systems..3 Provide controls including starters, drives, ON/OFF controls, speed controls, relaying, disconnect switches, and other appurtenances and incidentals. 2.7 WIRING TERMINATIONS.1 Ensure lugs, terminals, screws used for termination of wiring are suitable and marked for either copper or aluminum conductors. 2.8 FINISH.1 Shop finish metal enclosure surfaces by removal of rust and scale, cleaning, application of rust resistant primer inside and outside, and at least two coats of finish enamel..2 Paint all indoor switchgear and distribution enclosures light grey.

112 Wekusko Falls Campground Section COMMON WORK RESULTS FOR ELECTRICAL MWSB#:1292 AE#: Page 7 of 21.3 Clean and touch up surfaces of shop painted equipment scratched or marred during shipment or installation, to match original paint..4 Clean, prime and paint exposed hangers, racks, fastenings, etc. to prevent rusting. 2.9 EQUIPMENT IDENTIFICATION.1 Identify electrical equipment. Handpainted identification will not be accepted..2 Nameplates: lamacoid 3 mm thick plastic engraving sheet, matt white finish face, black core, mechanically attached with self tapping screws..3 Nameplate Sizes (metric) Size 1 10 x 50 mm 1 line 3 mm high letters Size 2 12 x 70 mm 1 line 5 mm high letters Size 3 12 x 70 mm 2 lines 3 mm high letters Size 4 19 x 90 mm 1 line 8 mm high letters Size 5 19 x 90 mm 2 lines 5 mm high letters Size 6 25 x 100 mm 1 line 13 mm high letters Size 7 25 x 100 mm 2 lines 65 mm high letters.4 All identification to be English..5 Allow for minimum of 25 letters per nameplate..6 Nameplates for terminal cabinets to indicate system and/or voltage characteristics..7 Labels: embossed plastic labels with 6 mm high letters unless specified otherwise..8 Wording on nameplates to be accepted by Consultant prior to manufacture..9 Nameplates for terminal cabinets and junction boxes to indicate system ie. power, controls, instrumentation, lighting, etc. For lighting circuits and small power 120 Volt circuits, list panel and circuit numbers on the name plate..10 Disconnects, starters and contactors: indicate equipment being controlled and voltage..11 Terminal cabinets and pull boxes: indicate system and voltage..12 Transformers: indicate capacity, primary and secondary voltages..13 Receptacles: Indicate panel and circuit number (eg. AB24, for circuit 24 in panel AB). Where voltage is other than 120 Volts, include voltage and phases on label (eg. 600V/3Phase)..14 Toggle switches for lighting and small loads: Indicate panel and circuit number as for receptacles. Indicate the load being switched where it is not immediately obvious (eg. roof mounted fan)..15 Junction / Pull Boxes: indicate the load, circuit number (if applicable) or tag number, as required..16 For all components not required to be labelled by division 23, provide lamicoids as above. Identify tag name complete with loop number.

113 Wekusko Falls Campground Section COMMON WORK RESULTS FOR ELECTRICAL MWSB#:1292 AE#: Page 8 of WIRING IDENTIFICATION.1 Provide permanent indelible identifying markings, either numbered or coloured plastic tapes, on both ends of phase conductors of feeders and branch circuit wiring. Make uniform phasetomain lug connection on all equipment, i.e. panelboard, starter, terminal blocks, disconnect switches..2 Maintain identification system at all junction boxes, splitters, cabinets and outlet boxes..3 Phase wiring to be red, black and blue. Neutral conductor to be white. Building ground to be green. Isolated ground to be green with orange tracer..4 Maintain phase sequence and colour coding throughout..5 Colour coding: to CSA C Use colour coded wires in communication cables, matched throughout system..7 Label all wires securely with circuit number or tag numbers in the control panel, junction boxes, and pull boxes CONDUIT IDENTIFICATION.1 Label pull boxes and other material components of a system providing information as to name and function. Use Size 2 label. Where concealed, identify all junction boxes with black felt marker indicating circuits and/or system; add a second label to the wall or ceiling surface adjacent..2 Colour code conduits, boxes and metallic sheathed cables..3 Code with plastic tape or paint at points where conduit or cable enters wall, ceiling, or floor, and at 15.0 m intervals..4 Colours: 25 mm wide prime colour and 20mm wide auxiliary colour. System Primary Color Auxiliary Color up to 250 V Yellow up to 600 V Yellow Green up to 5 kv Yellow Blue up to 15 kv Yellow Red Telephone Green Other Communication Systems Green Blue Fire Alarm Red Emergency Voice Red Blue Other Security Systems Red Yellow 2.12 WIRING TERMINATIONS.1 Lugs, terminals, and screw connectors used for termination of wiring must be suitable for conductor material used. Copper unless indicated otherwise MANUFACTURER S AND CSA LABELS.1 Manufacturer s nameplates and CSA labels to be visible and legible after equipment is installed.

114 Wekusko Falls Campground Section COMMON WORK RESULTS FOR ELECTRICAL MWSB#:1292 AE#: Page 9 of SUPPORTS.1 In Category 1 areas, Category 2 areas, process areas, wet areas, humid areas, corrosive areas, outdoor locations, and similar, channels, angels, brackets, rod, bolts, nuts, washers, screws and miscellaneous hardware for electrical item support shall be FRP except where otherwise indicated..2 In dry, ordinary areas supports shall be galvanized steel SWITCHES.1 15 A, 120 V, single pole, threeway, switches to: CSAC22.2 No.55 and CSAC22.2 No A, 347 V, single pole, threeway, switches to: CSAC22.2 No.55 and CSAC22.2 No Switches of one manufacturer throughout project..4 Manuallyoperated general purpose ac switches with following features:.1 Back and side wire terminals approved for No. 10 AWG wire..2 Silver alloy contacts..3 Urea or melamine molding for parts subject to carbon tracking..4 Suitable for back and side wiring..5 Toggle operated fully rated for tungsten filament and fluorescent lamps..6 Ivory toggle..5 Manufacturer: Hubbell or Approved Equal 2.16 RECEPTACLES.1 Duplex receptacles, CSA type 515 R, 125 V, 15 A, U ground, to: CSAC22.2 No.42 with following features:.1 Urea moulded housing to match existing. (Where applicable).2 Suitable for No. 10 AWG for back and side wiring..3 Breakoff links for use as split receptacles..4 Four side wiring screws..5 Triple wipe contacts and rivetted grounding contacts..2 Other receptacles with ampacity and voltage as indicated..3 Receptacles of one manufacturer throughout project..4 Isolated ground receptacles (IG) shall be similar to standard duplex with the exception of an additional isolated ground screw which is connected directly to the grounding contact. Receptacle to be identified on receptacle body as "isolated ground" receptacle..5 Ground fault circuit interrupter receptacle (GFCI) shall be complete with a circuitinterrupting device that detects leakage current to ground on the load side. To CSA Class A,UL 2003 standards..6 Receptacles on emergency power to be red..7 Receptacles to be specification grade.

115 Wekusko Falls Campground Section COMMON WORK RESULTS FOR ELECTRICAL MWSB#:1292 AE#: Page 10 of 21.8 NEMA 4X with whileinuse covers in wet and corrosive locations..9 Chemical metering pump receptacles:.1 Provide a doublegang outlet box for each chemical metering pump. The outlet shall have its receptacle split wired with the top controlled from an adjacent switch. This is available either for a mixer, or for manual operation of the pump COVER PLATES.1 Cover plates for wiring devices to: CSAC22.2 No Cover plates from one manufacturer throughout project..3 Stainless steel for wiring devices mounted in flushmounted metal outlet box and finished areas..4 Sheet steel utility box cover for wiring devices installed in surfacemounted utility boxes..5 Sheet metal cover plates for wiring devices mounted in surfacemounted FS or FD type conduit boxes..1 PVC cover plates for wiring devices in PVC boxes. In wet locations provide weatherproof PVC double lift spring loaded cover plates fastened to box with four fasteners..6 Weatherproof double lift springloaded cast aluminum cover plates, complete with gaskets for duplex receptacles as indicated. Plate shall fasten to box with four fasteners..7 Weatherproof springloaded cast aluminum cover plates complete with gaskets for single receptacles or switches. Plate shall fasten to box with four fasteners..8 NEMA 4X in wet and corrosive locations DISCONNECT SWITCHES.1 Fusible and nonfusible disconnect switch in CSA Enclosure, to suit location. Size as indicated. Rated for service entrance where used..2 Enclosures for installation in Category 1&2 areas, to be CSA 4X enclosures. Enclosures for outdoor locations shall be NEMA 3..3 Provision for padlocking in off switch position..4 Exterior mounted disconnect door to prevent opening when handle in ON position..5 Mechanically interlocked door to prevent opening when handle in ON position..6 Fuses: size as indicated, in accordance with Section Fuses Low Voltage..7 Fuseholders: to CSA C22.2 No.39 relocatable and suitable without adaptors, for type and size of fuse indicated..8 Quickmake, quickbreak action..9 ONOFF switch position indication on switch enclosure cover..10 Horsepower rated for motor applications..11 Solid neutral for 4wire, 3 phase and 3wire, 1 phase applications.

116 Wekusko Falls Campground Section COMMON WORK RESULTS FOR ELECTRICAL MWSB#:1292 AE#: Page 11 of SURGE PROTECTION DEVICE.1 Type 2 Surge Protection Device V, three phase, three wire protection..3 Protection shall be done for all modes (LG, LL)..4 Surge capacity: minimum 160kA per mode of surgepath protection.5 Voltage protection rating: 2500V LL.6 Operating temperature: 40C to 50C.7 Product: TPS ServiceTrack TKST160600NN 2.20 SPLITTERS.1 Construction: sheet metal enclosure, welded corners and formed hinged cover suitable for locking in closed position..2 Terminations: main and branch lugs or connection blocks to suit size and number of incoming and outgoing conductors..3 Spare Terminals: minimum three spare terminals or lugs on each connection or lug block sized less than 400 A JUNCTION AND PULL BOXES.1 Construction.1 Welded steel enclosure..2 PVC with gasketted cover in wet locations where PVC raceways are in use..2 Covers Flush Mounted: 25 mm minimum extension all around..3 Covers Surface Mounted: screwon flat covers in service areas..4 Covers Surface Mounted: screwon finished covers in finished areas CABINETS.1 Construction: welded sheet steel, hinged door, handle, latch, lock with 2 keys, and catch..2 Type T Terminal: surface mounting with return flange or flush mounting with overlapping sides, containing raised sheet steel panel backboard BARRIERS.1 Provide barriers in splitters, boxes, troughs, and cabinets to keep intrinsically safe, control, instrumentation, DC, low voltage, line voltage, communication wiring, and wiring from separately derived sources separate ENCLOSURES.1 Enclosures shall be suitable for the location in which they will be applied..1 NEMA 6P in wetwells and drywells, underground chambers, and locations subject to flooding. NEMA 4X in areas that are corrosive. NEMA 4 in wet locations. NEMA 3 in outdoor locations. NEMA 12 gasketed in ordinary areas.

117 Wekusko Falls Campground Section COMMON WORK RESULTS FOR ELECTRICAL MWSB#:1292 AE#: Page 12 of gauge steel in outdoor areas subject to vandalism or where subject to mechanical damage CABLES AND REELS.1 Provide cables on reels or coils..1 Mark or tag each cable and outside of each reel or coil, to indicate cable length, voltage rating, conductor size, and manufacturer's lot number and reel number..2 Each coil or reel of cable to contain only one continuous cable without splices..3 Identify cables for exclusively dc applications..4 Reel and mark shielded cables rated 2,001 volts and above CONDUITS.1 Rigid metal conduit: to CSA C22.2 No. 45, galvanized steel, hot dipped galvanized steel, aluminum threaded..2 Epoxy coated conduit: to CSA C22.2 No. 45, with zinc coating and corrosion resistant epoxy finish inside and outside..3 Electrical metallic tubing (EMT): to CSA C22.2 No. 83, with couplings..4 Rigid pvc conduit: to CSA C22.2 No Flexible metal conduit: to CSA C22.2 No. 56, liquidtight flexible metal..6 Flexible pvc conduit: to CAN/CSAC22.2 No CONDUIT FASTENINGS.1 One hole steel straps to secure surface conduits 50 mm and smaller..1 Two hole steel straps for conduits larger than 50 mm..2 Beam clamps to secure conduits to exposed steel work..3 Channel type supports for two or more conduits at 1.2 m on centre..4 Threaded rods, 7 mm diameter, to support suspended channels. Stainless steel in wet or corrosive locations CONDUIT FITTINGS.1 Fittings: to CAN/CSA C22.2 No. 18, manufactured for use with conduit specified. Coating: same as conduit..2 Provide factory "ells" where 90 degrees bends for 25 mm and larger conduits..3 Watertight connectors and couplings for EMT..1 Setscrews are not acceptable EXPANSION FITTINGS FOR RIGID CONDUIT.1 When installing PVC conduit where the temperature is greatly different than the expected normal, or where there is a great temperature difference expected, or where shifting or

118 Wekusko Falls Campground Section COMMON WORK RESULTS FOR ELECTRICAL MWSB#:1292 AE#: Page 13 of 21 settling of the ground, structures, pads, or supports may occur, provide expansion fittings to allow for later movement..2 Weatherproof expansion fittings with internal bonding assembly suitable for 200 mm linear expansion..3 Watertight expansion fittings with integral bonding jumper suitable for linear expansion and 19 mm deflection..4 Weatherproof expansion fittings for linear expansion at entry to panel SUPPORT CHANNELS.1 U shape, size min 41 x 41 mm, 2.5 mm thick, surface mounted, suspended, or set in poured concrete walls and ceilings..2 MATERIALS: All locations: utilize aluminum or 304 stainless steel materials..1 Do not mix materials of supports, fasteners, or equipment carried, such that galvanic corrosion can occur. 2.1 GROUNDING EQUIPMENT.1 Clamps for grounding of conductor: sized for connection to electrically conductive underground water, underground wastewater, or gas system pipe..2 Rods: copper clad steel, 19 mm dia by 3 m long. 6 m coupled rods shall each consist of two 3 m rods, coupled to 6 m length..3 Plate electrodes: copper, surface area 0.2 m 2, 1.6 mm thick..4 Ground conductors: bare stranded copper, soft annealed, minimum size 2/0 AWG or greater to Code or where so indicated..5 Grounding conductors: bare stranded copper, soft annealed, minimum size 2/0 AWG or greater to Code or where so indicated..6 Insulated grounding conductors: green, type RW90, or RWU90 underground..7 Noncorroding accessories necessary for grounding system, type, size, material as indicated, including but not necessarily limited to:.1 Grounding and bonding bushings..2 Protective type clamps..3 Bolted type conductor connectors..4 Thermit welded type conductor connectors..5 Bonding jumpers, straps..6 Pressure wire connectors. Part 3 Execution 3.1 INSTALLATION.1 Do complete installation to most stringent requirements of regulatory codes and standards, authority having jurisdiction, inspection authority, and Contract Documents.

119 Wekusko Falls Campground Section COMMON WORK RESULTS FOR ELECTRICAL MWSB#:1292 AE#: Page 14 of 21.2 Do overhead and underground systems in accordance with CSA C22.3 No. 1 and No Install all plant for ready accessibility to use, examine, maintain, repair, or remove and replace. Locate controls, displays, and instructions suitably..4 Arrange and pay for access hatches as required. Fire, smoke, and temperature rated in rated assemblies..5 Arrange and pay for cutting, patching, and finishing..6 Minimize penetration of vapor barrier. Provide permanent high quality products to maintain vapor barrier where penetrated. 3.2 LOCATION OF OUTLETS.1 Coordinate the roughin location of all outlets with general arrangement, structural and mechanical drawings. Ensure compatibility with finishes, accessories and devices by others..2 Coordinate the rough in for motors with other contractors to ensure compatibility..3 Location of outlets indicated may be changed by the Engineer at no extra cost or credit, providing distance does not exceed 3 meters and information is given before installation and construction commence..4 Make necessary adjustments when interior finish is completed..5 Do not install outlets backtoback in wall; allow minimum 150 mm horizontal clearance between boxes..6 Locate light switches on latch side of doors..7 Locate disconnect devices in mechanical and elevator machine rooms on latch side of floor. 3.3 MOUNTING HEIGHTS.1 Mounting heights of equipment are from finished floor to centreline of equipment unless specified or indicated otherwise..2 If mounting height of equipment is not indicated, verify before proceeding with installation..3 Install electrical equipment at the following heights unless indicated otherwise: Local switches: Wall receptacles: General process areas: Finished areas (office): Above top of continuous baseboard heater: Above top of counters or splash back: Panelboards: (to top of panel): Motor starters (loose): Emergency lighting units and receptacles: Exit signs: 1350 mm 1200 mm 400 mm 200 mm 175 mm 1800 mm 1200 mm mm, adjust to suit area mm, adjust to suit area.

120 Wekusko Falls Campground Section COMMON WORK RESULTS FOR ELECTRICAL MWSB#:1292 AE#: Page 15 of 21 Alarm lights (loose): Alarm horns (loose):.4 No operating device handle higher than 1700 mm in dwelling unit mm mm..5 Adjust heights as necessary to suit locations and regulations, coordinate with Consultant..6 Where a column, pipe or other obstruction will impede proper operation of an emergency light, alarm light or motion detector, offset device from wall or relocate to suit. 3.4 CONDUIT INSTALLATION GENERAL.1 Install conduits to conserve headroom in exposed locations and cause minimum interference in spaces through which they pass..2 Conceal conduits except in mechanical and electrical service rooms and unfinished areas..3 Use rigid hot dipped galvanized steel threaded conduit for service masts and service entrances, hazardous locations that are not corrosive, and where conduit is subject to mechanical injury..4 Use rigid aluminum threaded conduit in hazardous locations that are corrosive..5 Use electrical metallic tubing (EMT) in ordinary dry areas where not subject to mechanical injury..6 Use rigid pvc conduit underground and in wet and corrosive areas..7 Use flexible metal conduit for connection to recessed incandescent fixtures without prewired outlet box..8 Use liquid tight flexible metal conduit for connection to motors or vibrating equipment..9 Use explosion proof flexible connection for connection to explosion proof motors..10 Install conduit sealing fittings in hazardous areas..1 Fill with compound..11 Minimum conduit size: 21 mm..12 Bend conduit cold:.1 Replace conduit if kinked or flattened more than 1/10th of its original diameter..13 Mechanically bend steel conduit over 19 mm diameter..14 Field threads on rigid conduit must be of sufficient length to draw conduits up tight..15 Install fish cord in empty conduits..16 Run 225 mm spare conduits up to ceiling space and 2 25 mm spare conduits down to ceiling space from each flush panel..1 Terminate these conduits in 152 x 152 x 102 mm junction boxes in ceiling space or in case of an exposed concrete slab, terminate each conduit in flush concrete type box..17 Remove and replace blocked conduit sections..1 Do not use liquids to clean out conduits.

121 Wekusko Falls Campground Section COMMON WORK RESULTS FOR ELECTRICAL MWSB#:1292 AE#: Page 16 of Dry conduits out before installing wire..19 For power wiring conduit, provide space for up to four additional 12 AWG wires.20 For low voltage, control, and communication conduit, provide space for 30% additional wiring, or four 12 AWG wires, whichever is greater..21 Holes through exterior walls and roof to be flashed and made weatherproof..22 Make necessary arrangements for cutting of chases, drilling of holes and other structural work required to install electrical conduits, cables, pull boxes and outlet boxes..23 Coordinate with general contractor to insert sleeves where wiring passes through concrete walls and floors..24 Install cables, conduits and fittings neatly and closely to building structure..25 If plastic sleeves are used in fire rated walls or floors, remove before conduit installation and fire seal wall or floor with approved fire sealant..26 Install cables, conduits and fittings to be embedded or plastered over, neatly and close to building structure so furring can be kept to minimum..27 The electrical subtrade is required to coordinate all conduit, cable and equipment support installation with the mechanical subtrade. This is especially required where conduit and piping runs follow similar alignment..28 Installation of PVC conduit in the hot air flow from heating units is not allowed..29 Mixing of control/instrumentation cables with power/lighting cables in conduit is not acceptable. Maintain separation of control/instrumentation cables with other cables when installed in cable tray..30 Conduits and cables are to be installed complete with seals and arranged in a manner in which moisture may not migrate or accumulate..31 Tie wraps shall not be used as a means of support. Tie wraps may be used for management of armored cables that do not. 3.5 SURFACE CONDUITS.1 Run parallel or perpendicular to building lines..2 Locate conduits behind infrared or gas fired heaters with 1.5 m clearance..3 Run conduits in flanged portion of structural steel..4 Group conduits wherever possible on suspended or surface channels..5 Do not pass conduits through structural members except as indicated..6 Do not locate conduits less than 75 mm parallel to steam or hot water lines with minimum of 25 mm at crossovers. 3.6 CONCEALED CONDUITS.1 Run parallel or perpendicular to building lines..2 Do not install horizontal runs in masonry walls..3 Do not install conduits in terrazzo or concrete toppings.

122 Wekusko Falls Campground Section COMMON WORK RESULTS FOR ELECTRICAL MWSB#:1292 AE#: Page 17 of CONDUITS UNDERGROUND.1 Slope conduits to provide drainage..2 Waterproof joints (pvc excepted) with heavy coat of bituminous paint. 3.8 INSULATION RESISTANCE TESTING.1 Megger circuits, feeders and equipment up to 350V with a 500V instrument.2 Megger. circuits, feeders and equipment up to 600 V with a 1000V instrument.3 In all cases, ensure that resistance to ground is not less than required by code prior to energizing. 3.9 SUPPORT INSTALLATION.1 Secure equipment to masonry, tile and plaster surfaces with anchors..2 Secure equipment to poured concrete with expandable inserts..3 Secure equipment to hollow masonry walls or suspended ceilings with toggle bolts..4 Secure surface mounted equipment with twist clip fasteners to inverted T bar ceilings. Ensure that T bars are adequately supported to carry weight of equipment specified before installation..5 Support equipment, conduit or cables using clips, spring loaded bolts, cable clamps designed as accessories to basic channel members..6 Fasten exposed conduit or cables to building construction or support system using straps..1 Onehole steel straps to secure surface conduits and cables 50 mm and smaller..2 Twohole steel straps for conduits and cables larger than 50 mm..3 Beam clamps to secure conduit to exposed steel work..7 Suspended support systems..1 Support individual cable or conduit runs with 6 mm dia threaded rods and spring clips..2 Support 2 or more cables or conduits on channels supported by 6 mm dia threaded rod hangers where direct fastening to building construction is impractical..8 For surface mounting of two or more conduits use channels at 1.2 m on centre spacing..9 Provide metal brackets, frames, hangers, clamps and related types of support structures where indicated or as required to support conduit and cable runs..10 Ensure adequate support for raceways and cables dropped vertically to equipment where there is no wall support..11 Do not use wire lashing or perforated strap to support or secure raceways or cables..12 Do not use supports or equipment installed for other trades for conduit or cable support except with permission of other trade and approval of Consultant..13 Install fastenings and supports as required for each type of equipment cables and conduits, and in accordance with manufacturer's installation recommendations.

123 Wekusko Falls Campground Section COMMON WORK RESULTS FOR ELECTRICAL MWSB#:1292 AE#: Page 18 of CUTTING AND REPAIRING.1 Include all cutting for installation of material and equipment. Retain the services of appropriate tradesmen on this project. Provide supervision and direction and be fully responsible. Do not cut beams or other structural members without the written permission of the Engineer..2 Coordinate patching and painting of surfaces in areas to be finished by other trades. In areas where no finish is to be applied, assume responsibility for patching and painting of surfaces. Engage qualified tradesmen for all patching and painting. Patching and painting to be in accordance with the specifications governing this work to the satisfaction of the Engineer PAINTING.1 Paint all iron or steel structures fabricated and installed for supporting equipment after wirebrushing clean and applying one prime coat of paint. After all equipment is installed and all piping complete provide a touchup coat of enamel to matching the equipment being supported..2 Do not paint surfacemounted PVC conduit and boxes in process areas DRAWINGS AND SPECIFICATIONS.1 The drawings and specifications are intended to supplement each other and any detail mentioned on one and omitted on the other shall be treated as if included on both..2 The drawings do not show all construction details and any information involving accurate measurements of the building shall be taken from the building drawings or at the buildings UNDERGROUND WIRING, EXCAVATION, AND BACKFILL.1 Excavation.2 Wiring.1 Locate existing underground utilities and infrastructure prior to excavation..2 Utilize hydrovac and soft digging techniques near existing underground plant..3 Buried electrical shall generally be installed 1 m below grade..4 Maintain horizontal separation from buried pipes, equal to the vertical separation plus 1 m. Where pipes cross, do so on perpendicular..1 Provide sand bed extending 75 mm below wiring..2 Lay wiring maintaining 75 mm clearance from each side of trench to nearest cable. Do not pull cable into trench..3 Provide offsets for thermal action and minor earth movements. Offset cables 150 mm for each 60 m run, maintaining minimum cable separation and bending radius requirements..4 Underground splices not acceptable..5 Minimum permitted radius at cable bends for rubber, plastic or lead covered cables, 8 times diameter of cable; for metallic armoured cables, 12 times diameter of cables or in accordance with manufacturer's instructions.

124 Wekusko Falls Campground Section COMMON WORK RESULTS FOR ELECTRICAL MWSB#:1292 AE#: Page 19 of 21.6 Wiring separation:.7 Maintain 75 mm minimum separation between wiring of different circuits..8 Maintain 300 mm horizontal separation between low and high voltage wiring..9 When low voltage wiring crosses high voltage wiring maintain 300 mm vertical separation, with low voltage wiring in upper position..10 At crossover, maintain 75 mm minimum vertical separation between low voltage wiring, and 150 mm between high voltage wiring..11 Maintain 300 mm minimum lateral and vertical separation for fire alarm and control wiring when crossing other wiring, with fire alarm and control wiring in upper position..12 Install treated planks on lower wiring, 0.6 m in each direction at crossings..13 Provide sleeves for wiring where crossing under existing or proposed buildings, lanes, sidewalks, curbs, aprons, and similar..3 Cover and restoration.1 Provide sand cover over wiring, extending 75 mm above wiring..2 Provide continuous cover of 38 x 140 mm treated planks in areas such as lanes and sidewalks..3 Provide marking tape over wiring runs..4 Restore surface and subsurface to match conditions as found..5 Where there are subgrade or surface works in the area, restore excavations to meet new conditions..6 Patch surface in areas of asphalt, concrete, or other man made conditions..7 In areas of lanes, slabs, and other heavy duty use, backfill with 150 mm lifts of select granular, compacted to 98% or better standard proctor density..8 Meet surrounding surface and subsurface conditions where they are more stringent BREAKDOWN AND PRICES.1 After award of contract and at the request of the Engineer, prepare a detailed breakdown of the electrical works showing the material and labor contract value of each item..2 During the course of construction when requested, submit a price for the performance of additional work, broken down as prescribed by the Engineer, to show the quantity and price of the items of material required to carry out the work together with a separate listing of the labour charges for each item EXISTING CONDITIONS.1 Before submitting a tender examine the site and the local conditions affecting the work under this division and verify that the work can be satisfactorily carried out as shown on the plans without changes to the building. Examine also the mechanical drawings and specifications. Should the examination show the requirements for additional work beyond the scope of the drawings and specifications, advise the engineer at least seven days before tenders close. Failure to do so implies acceptance of existing conditions and that all allowances as may be necessary to complete the work are included in the tender.

125 Wekusko Falls Campground Section COMMON WORK RESULTS FOR ELECTRICAL MWSB#:1292 AE#: Page 20 of 21.2 Contractor is responsible to disconnect, remove, relocate, rewire, and reconnect existing electrical to allow cutting or coring of holes and openings, placement of equipment, modifications to the building and systems, works by trades, and works by Others..3 The Contractor shall generally keep systems in an operating condition except as accepted by Owner and Engineer..4 Arrange works such that they do not interfere with staff, equipment, or use of any space or system when working in existing areas..5 Carry out works such that no objectionable mess, noise, odour, contamination, or other interference with normal conditions occurs CLEANING.1 Clean construction materials from wiring devices, cover plates, outlets, cabinets, enclosures, tubs, etc..2 At time of final cleaning, clean all lighting reflectors, lenses, and other lighting surfaces that have been exposed to construction dust and dirt INSPECTION.1 Take immediate and direct action to respond to items on deficiency lists during the construction period and on completion of project ACCEPTANCE TESTING, FINAL COMMISSIONING.1 The Contractor and forces shall attend a full day final commissioning demonstration exercise with the Consultant. All works are to be tested, proved, and commissioned prior to meeting with Consultant. Test, prove, and commission systems in scenarios such as normal, abnormal, warn, alarm, trouble, equipment faults, error, manual intervention with process, loss and return of power, loss of communication, and other..2 Perform the requirements of individual specification sections..3 Assist other divisions of this contract by operating control devices and checking performance of the related electrical systems, as required for commissioning of that division s equipment..4 Operate all manual devices, whether mounted on a control panel or separately mounted. With device in off position (or stop button depressed), check that no other device can cause that equipment to run..5 Check all automatic sequences including processes, alternating sequences, safety lock out circuits and interlocks between equipment. Check all semiautomatic, emergency, and protective sequences. Operate all pressure switches, level switches, thermal switches, limit switches and similar devices to prove sequence of complete circuit. Force or simulate operation of devices to test systems in all abnormal conditions..6 Ensure all indications, alarms, and data read outs are operating properly and accurately..7 Test normal and abnormal conditions..8 Test and prove instrumentation, calibration, and mass balances. Cross check all readings. Compare signal level readings (e.g. 420 ma) versus displays. Produce commissioning sheets and record and submit results.

126 Wekusko Falls Campground Section COMMON WORK RESULTS FOR ELECTRICAL MWSB#:1292 AE#: Page 21 of 21.9 When all operations, sequences, devices, instrumentation, calibration, interlocks, devices, alarms, annunciation, communications, etc., are completed, tested, and proved, coordinate a final automation review. The Contractor shall be present and shall have on site the journeymen responsible for the works and having intimate knowledge of the works, the system integrator having intimate knowledge of the works, and any other party necessary to fully demonstrate to the Consultant all operations and all scenarios including simulation of faults or abnormal conditions. Allow for one full day on site minimum, or longer to suit the extent of the works to be reviewed..10 Should any of the systems not be functioning as intended at the time for the Consultant review the Contractor shall remedy. Should further trips be necessary to successfully review the system and documentation the Contractor shall bear all associated costs including reimbursement of the Consultant s time, overhead, expenses, and other costs..11 Have available onsite, one copy of the final version of the Operation and Maintenance Manual during acceptance testing and final commissioning as a reference document. Have available a set of marked record drawings and a set of specifications. Have available equipment installation manuals. Have available all completed commissioning demonstration reports and equipment data sheets. END OF SECTION

127 Wekusko Falls Campground Section WIRES AND CABLES (01000 V) MWSB#:1292 AE#: Page 1 of 3 Part 1 General 1.1 REFERENCES.1 CSA C22.2 No.0.3, Test Methods for Electrical Wires and Cables..2 CAN/CSAC22.2 No. 131, Type TECK 90 Cable. 1.2 PRODUCT DATA.1 Submit product data in accordance with Section Submittal Procedures. Part 2 Products 2.1 BUILDING WIRES.1 Copper conductors with 1000 V insulation of crosslinked thermosetting polyethylene material rated RW90 XLPE or RWU90 XLPE, jacketted. 2.2 TECK 90 CABLE.1 Cable: to CAN/CSAC22.2 No Conductors:.1 Grounding conductor: copper, size as indicated..2 Circuit conductors: copper, size as indicated..3 Insulation:.1 Ethylene propylene rubber EP..2 Chemically crosslinked thermosetting polyethylene rated type RW90, 1000 V for 600 V systems, minimum 600 V for 208 V (or lower) systems..4 Inner jacket: polyvinyl chloride material..5 Armour: flat interlocking aluminum..6 Overall covering: thermoplastic polyvinyl chloride, compliant to applicable Building Code classification for this project..7 Fastenings:.1 One hole aluminum straps to secure surface cables 50 mm and smaller. Two hole steel straps for cables larger than 50 mm..2 Threaded rods: 6 mm diameter to support suspended channels..8 Cables shall be hazardous location rated and marked..9 Cables shall be FT4 or FT6 rated and marked.

128 Wekusko Falls Campground Section WIRES AND CABLES (01000 V) MWSB#:1292 AE#: Page 2 of 3.10 Connectors:.1 Watertight, explosionproof approved for TECK cable. 2.3 ALUMINUM SHEATHED CABLE.1 Conductors: copper..2 Insulation: cross linked polyethylene.3 Sheath: aluminum applied to form continuous smooth corrugated seamless sheath..4 Outer jacket: thermoplastic applied over sheath and to be compliant to applicable Building Code classification for this project, wet locations..5 Type RA90 rated 1000 V. 2.4 CONDUCTORS.1 Conductors for all types of wires and cables shall be copper, soft annealed, 100% IACS conductivity..2 Wiring for line voltage circuits shall be minimum 12 AWG..3 For sizes larger than 10 AWG, stranded, concentric lay Class B, for typical applications..4 Size to prevent voltage drop greater than 2.5% (branch) or 4.5% (overall) allowing for present loading and load growth. Part 3 Execution 3.1 GENERAL CABLE INSTALLATION.1 Provide cable terminations..2 Color code wiring..3 Conductor length for parallel feeders to be identical..4 Wiring in walls: run vertically from above, to better facilitate future modifications. Horizontal wiring in walls to be avoided unless indicated. Wiring on walls: run vertically to maximize remaining wall space. Horizontal wiring on walls to be grouped and mounted high..5 Branch circuit wiring for surge suppression receptacles and permanently wired computer and electronic equipment shall have dedicated neutrals, shared neutrals shall not be permitted..6 Provide numbered wire collars for control wiring. Numbers to correspond to control shop drawing legend. Obtain wiring diagram for control wiring.

129 Wekusko Falls Campground Section WIRES AND CABLES (01000 V) MWSB#:1292 AE#: Page 3 of INSTALLATION OF TECK CABLE V.1 Use TECK cable in the following applications:.1 Connect motors and related equipment to the equipment disconnect..2 Direct buried in trenches where indicated on plans..3 Hazardous locations where RGS is not indicated..2 Terminate cables in accordance with Section Wire and Box Connectors ( V)..3 Ground sheaths of single conductor cables at one end only. 3.3 INSTALLATION OF ALUMINUM SHEATHED CABLE.1 Install only in rooms dedicated to electrical equipment and HVAC equipment..2 Install only in ordinary dry areas..3 Do not install in rooms with process equipment..4 Do not install in finished areas..5 Group cables wherever possible on channels. 3.4 INSTALLATION OF SINGLE CONDUCTOR CABLES.1 Do not encircle single conductor cables in ferrous metal. Provide nonferrous clips, fasteners, and hardware. Provide aluminum plates for entry to enclosures. Install with spacings for maximum ampacity, free air or underground burial. END OF SECTION

130 Wekusko Falls Campground Section CONTROL PANELS MWSB#:1292 AE#: Page 1 of 8 Part 1 General 1.1 REFERENCES.1 National Electrical Manufacturers Association (NEMA).1 NEMA ICS 12000(R2008), Industrial Control and Systems: General Requirements. 1.2 SCOPE OF WORK.1 Review all drawings and specs..2 The Treatment Control Panel MCP101 shall be provided by an approved integrator familiar with water treatment systems..3 The panel fabricator shall be CSA licensed to build service entrance rated industrial control panels..4 Assist in finalizing I/O with various equipment vendors..5 MCP101 shall control the overall process, shall communicate with and monitor distribution pump VFDs, shall monitor an alarm signal from the process waste water control panel, and shall do alarming. Communications with distribution pump VFDs shall be hardwired I/O as required for a complete operational system. 1.1 SYSTEM INTEGRATOR.1 Acceptable system integrators shall be Manco Controls, Celco Automation, Indus Automation, TriStar Automation, or approved equal. 1.2 DESCRIPTION OF CONTROL SYSTEM.1 Work of this Section consists of supply and installation of a complete functional control and instrumentation system..2 Refer to Section Special Provisions, and Section Packaged Water Treatment Plant Equipment for further requirements..3 The work includes, but is not limited to, the following:.1 Panel construction, operator devices and indications..2 Coordination of controls to work with all equipment, and interfacing between other panels..3 Training for plant operators as specified herein.

131 Wekusko Falls Campground Section CONTROL PANELS MWSB#:1292 AE#: Page 2 of 8.4 Treatment Control Panel MCP101.1 Reservoir Level and Treatment Start and Stop.1 Provide HOA selector switch for Treatment Run/ Off/ Auto and green Running PL..2 In Auto mode, treatment start and stop shall be controlled by water level in storage tanks.3 (LAH 573) HighHigh Water Level in storage tanks (level switch high high):.1 Alarm.4 (LSH 572) High Water Level in storage tanks (level switch):.1 Stop Treatment Process.5 (LSL 571) Low Water Level in storage tanks (level switch):.1 Start Treatment cycle..6 (LAL 570) LowLow Water Level in storage tanks (level switch low low):.1 Alarm.7 (LSL 574)Very Low Water Level in storage tanks (level switch very low):.2 Raw Water Pumps.1 Lock out distribution pumps. Connect interposing relay to very low level switch..2 Stop and inhibit distribution pump..3 Disable inhibit once sufficient water is replaced to LowLow Water Level. (Manual Reset not Required).1 Raw Water Pumps shall operate in an alternating DutyStandby arrangement..2 Provide mag starters with HOA selector switches, Running (green) and Overload (red) PLs..3 Provide ground fault current relaying for submersible pumps. Relay shall deenergize pump on the occurrence of a ground fault or ground leakage current. Max settings are 10 ma trip threshold and 2.7 s delay. Set for lower trip and delay thresholds to the extent that the circuit will allow without nuisance tripping. Trip does not need to be set less than 5 ma. See electrical code rule CEC In Auto mode, pumping shall operate.1 With treatment cycles..1 Start Duty pump when a treatment cycle starts..1 Low Pressure in Raw Water line will trigger Pump Starts. (45 psi adjustable).2 High Pressure in Raw Water line will trigger Pump Stop. (60 psi adjustable).3 NOTE: treatment will initiate low pressure situation by opening solenoid valve. Filter Backash will also trigger low pressure situation by demanding raw water.

132 Wekusko Falls Campground Section CONTROL PANELS MWSB#:1292 AE#: Page 3 of 8.5 Monitor raw water pressure for low pressure condition (30 psi adjustable)..3 UV System.1 If a low pressure condition exists continuously for 60 s, indicate Trouble Low Raw Water Pressure condition (amber PL)..1 Provide HOA selector switch for UV Reactor UV01 Run/ Off/ Auto and green Enabled PL. Wire Enable dry contact to UV01 Enable input. Provide relay input in MCP101 and wire UV01 status dry contact to MCP101 input..2 Provide HOA selector switch for UV Reactor UV02 Run/ Off/ Auto and green Enabled PL. Wire Enable dry contact to UV02 Enable input. Provide relay input in MCP101 and wire UV02 status dry contact to MCP101 input..3 Provide HOA selector switch for UV Reactor UV03 Run/ Off/ Auto and green Enabled PL. Wire Enable dry contact to UV03 Enable input. Provide relay input in MCP101 and wire UV03 status dry contact to MCP101 input..4 In Auto mode.1 UV Equipment failures will not inhibit treatment. They shall only register as a high priority alarm. Monitor UV equipment for Alarms, there is no process control..2 The reactors shall operate in Duty arrangement. Operator may select one two or three reactors in operation at one time, depending on flow requirement..3 The UV reactors would be manually powered off by Plant Operator. Not to be powered off by HOA switch..5 When a reactor is energized and there is no flow through it, periodic cooling is required to prevent an overtemperature shutdown..1 Once every 1020 minutes of no flow condition, a drain solenoid on the reactor will operate, allowing heated water to drain and new water to fill the reactor. This functionality shall be integral to the UV equipment..2 If a unit overheats it will power down..6 If a reactor fails, then alarm..4 Treatment Effluent Control Valve.1 A Solenoid Valve will function as an on/off flow valve between UV system and chlorine dosing..2 The valve shall be controlled in an Open/Close fashion and shall be operated via solenoid fail to close position..3 Provide HOA selector switch at control panel for valve Open/ Close/ Auto, and green PL for Open..4 In Auto mode, operate valve with treatment cycles..5 In Open Mode, open valve directly..5 Chemical Feed Systems.1 Start chemical feed systems when a treatment cycle begins.

133 Wekusko Falls Campground Section CONTROL PANELS MWSB#:1292 AE#: Page 4 of 8.2 Chlorine Feed Pumps to operate in an alternating Duty/Standby arrangement..3 Monitor chemical feed pumps for Fault signals. Alarm on one Fault and switch to Standby pump. On two faults (both pumps), alarm..4 Leave instructions and worksheets for operator to configure feed pumps for a desired mg / L dose rate..6 Monitor Distribution Pumping.1 Monitor DCP701 for pump fault status. Light red Fault PL and activate alarm..2 Monitor distribution Low Pressure status. Light red Low Distribution Pressure PL and activate alarm..7 Alarm Condition.1 Activate panel sounder..2 Energize outdoor alarm beacon Visual only outside. No audible..3 Silence audible sounder and deenergize beacon on press of Acknowledge pushbutton, until a further alarm occurs..4 Make visible indication at control panel (red LEDs and labels, or equivalent indication)..8 Warn Condition.1 Make visible indication at control panel (amber LEDs and labels, or equivalent indication)..9 Indication.1 Make visible indication of status at control panel (LEDs and labels, or equivalent indication) as indicated..10 Provide elapsed time meters for Raw Water Pumps..11 Provide spare auxiliary contacts on relays and overloads..12 Panel shall be sized to accommodate future equipment including: three 15A/2P or smaller circuit breakers; voice dialer; radio communication modem; 20% additional relays; increased power supplies and appurtenances to support the additions listed..5 Distribution Pumping.1 Pumps shall operate on pressure, controlled by DCP Connect PIT702 to DCP Connect PAL701 to MCP Heating and Ventilation.1 When Low Pressure is registered (30 psi adjustable), Alarm..1 Wire and connect equipment supplied by mechanical trade..2 Coordinate supply of control equipment prior to bid.

134 Wekusko Falls Campground Section CONTROL PANELS MWSB#:1292 AE#: Page 5 of SPARES.1 Supply the following spare parts: Miscellaneous fuses and renewables as recommended by panel builder. Minimum (12) fuses each kind and (12) LEDs each type and color, and (2) each kind for Relays. 1.4 SUBMITTALS.1 In addition to the requirements of Section Submittal Procedures, the Contractor shall provide the following as a minimum:.1 Dimensioned, referenced front of control panel layouts and general control panel arrangement drawings..2 Internal control panel layout drawings..3 Fully itemized and referenced panel wiring and termination drawings..4 Indicate terminals for field wiring by electrician, and field equipment terminals to be wired to each..5 Fully itemized instrument loop drawings for all analog process loops, digital, and motor control, to be generally in accordance with ISA5.4 format..6 Field tests such as wiring interconnections, device control outputs, analog, status and alarm inputs..7 Instrument calibration records..8 Bill of materials, including all components such as enclosure, relays, timers, counters, instrumentation components (analogue and digital), interface devices, power supplies. Part 2 Products 2.1 CONTROL PANELS.1 Control panels.1 Provide space and capacity in control panels for 20% additional equipment. Note however that this site features limited wall space so a smaller enclosure may be suitable. Coordinate dimensions with Electrical Contractor and notify Engineer..2 Wet location enclosures NEMA 4X..3 Hinged doors with latches..4 Main breaker disconnect devices with 22 kaic interrupt rating..5 Terminal blocks for all wiring..6 Power supplies..7 Wiring duct..8 Labeling..9 Set of panel drawings..10 Set of spare parts and renewable parts..11 Provide hand switches such that plant shall be manually operable..12 Provide all devices, hardware, and appurtenances for complete functional panels and systems..13 All operator interface devices shall be mounted on the doors.

135 Wekusko Falls Campground Section CONTROL PANELS MWSB#:1292 AE#: Page 6 of CONTROLS.14 Provide basic interfacing for plant operation, monitoring, alarming, and troubleshooting..15 Design of the panel and devices contained therein shall provide a proper working interface with all other plant..16 All devices, terminal blocks, etc. shall be mounted on the backpan, mounting of equipment on the sides of panel is not acceptable..1 All pumps shall be controlled for a programmable delay (5 to 60 seconds) on start following a power failure to prevent pump stutter and false starts. In multiple pump groups, the second and third pumps shall be further delayed to prevent simultaneous starts..2 All multiple pump groups shall be controlled in an alternating sequence unless otherwise noted..3 If HOA control for any pump is not in the "AUTO" position, that pump shall be skipped in the alternator sequence..4 Setpoints shall be adjustable..5 Where one pump of a multi pump group has an overload, fault, or is out of service, skip that pump in alternation sequences. On failure of a further pump, Alarm.6 Where a lone motor has an overload, fault, or is out of service, Alarm..7 On loss of power and restoration of power, delay then resume normal control sequence. 2.3 DEVICES.1 AC Control Relays.1 Control Relays: to CSA C22.2 No Relay Accessories.1 Standard contact cartridges: normallyopen convertible to normallyclosed in field..3 Solid State Timing Relays.1 Construction: electronic timing relay with solidstate timing circuit to operate output contact..2 Operation: ondelay or offdelay..3 Potentiometer: self contained to provide time interval adjustment..4 Supply voltage: 120 V or 24 V, AC or DC, 60 Hz..5 Temperature range: minus 20 degrees C to plus 60 degrees C..6 Output contact rating: maximum voltage 300 V AC or DC..4 Operator Control Stations.1 Enclosure: CSA Type 4, surface mounting:.5 Pushbuttons

136 Wekusko Falls Campground Section CONTROL PANELS MWSB#:1292 AE#: Page 7 of 8.1 Heavy duty, Oil tight. Operator flush type, with minimum 1NO and 1NC contacts rated at 240 V, 10 A, AC or DC, labels as indicated..6 Selector Switches.1 Maintained, labelled, 2 and 3 position, operators heavy duty oil tight, contact arrangement as indicated..7 Indicating Lights.1 Heavy duty, oil tight, full voltage, LED type, pushtotest, supply voltage: 120 VAC or 24 VAC or 24 VDC, lamp voltage: 120 VAC. Part 3 Execution 3.1 FABRICATION.1 Panel assembly, subcomponents, and all internal components shall be CSA or cul approved. Cabinet construction shall be performed by an established panel manufacturer who shall comply with all manufacturing standards and good practices, factory and Department of Labour regulations, and CSA or cul certification for the work..2 Local approvals for panel construction will not be accepted..3 Obtain from the component suppliers the manufacturer's wiring diagrams to determine the equipment terminals and record these terminal numbers on the wiring diagrams. 3.2 TESTING PREDELIVERY.1 The panel builder shall provide for the setup, testing and programming in their facility of the complete control system..2 The panel supplier shall provide any required services of a certified instrument technician to perform system commissioning and tests..3 The panel supplier shall supply all temporary services or components (i.e. data cable, fuses) for the purposes of these tests..4 Upon completion of the tests and prior to shipping, the Contractor shall furnish the Engineer with a certified copy of all tests performed and their results. Tests shall clearly describe all methods. 3.3 INSTALLATION.1 Supply, install, wire, and connect all control panels, stations, and devices..2 Locate all panels and secure to floor or walls as applicable..3 Install any components shipped loose according to supplied instructions..4 Commission all field wiring before terminating.

137 Wekusko Falls Campground Section CONTROL PANELS MWSB#:1292 AE#: Page 8 of 8.5 The Contractor shall coordinate with the panel builder and programmer to install the system, hardware and software. Panel builder or programmer assistance at installation shall be at no additional cost to the Owner. 3.4 INSTALLATION, ACCEPTANCE FIELD TESTING, FINAL COMMISSIONING.1 The Contractor shall provide the services of qualified instrument technicians to commission and demonstrate the operation of the control system..2 Where specialized vendor assistance may be required, the supplier and Contractor shall ensure this is available during proposed commissioning period and pay for all costs associated with this assistance..3 The Contractor shall complete instrument record sheets at the time of calibration and ensure all instruments meet specifications. The Contractor shall submit record sheets to the Engineer during construction / installation period..4 The Contractor shall confirm correctness of operation of all instrumentation and end devices..5 The Contractor shall have documented and certified, the mass balance for the entire system. Agreement between masses, volumes, flows, levels, pressures, and times shall also be documented using every available measure and excluding none..6 Prior to commencement of software commissioning, the Contractor shall ensure that all spare parts, expendables and test equipment pertinent to the equipment being tested are on site..7 Commissioning and startup shall include but not be limited to the following:.1 Process control strategy verification..2 Process sequence verification..3 Operator interface device verification down to final control devices..4 Motor lockouts.5 System power fail/restart testing to verify sequence operation..6 Verification of all trip, alarm and display functions..8 Commissioning shall be considered complete when, in the opinion of the Engineer, the control system hardware and software or designated portion has properly operated for fourteen (14) continuous days, 24 hours per day, without significant interruption..1 This 14 day period shall be in addition to any test or retest periods or operational demonstrations specified elsewhere..2 Excessive alarms may be considered significant interruption. Suppression of alarms may not be considered acceptable remediation. END OF SECTION

138 Wekusko Falls Campground Section INSTRUMENTS MWSB#:1292 AE#: Page 1 of 4 Part 1 General 1.1 REFERENCES.1 The manufacturer shall ensure product meets the latest standards. 1.2 SCOPE OF WORK.1 Scope of supply shown in drawings. Review all drawings including P&ID drawings. 1.3 SHOP DRAWINGS AND PRODUCT DATA.1 Submit shop drawings and product data. 1.4 OPERATION & MAINTENANCE DATA.1 Provide operation and maintenance data for incorporation into manual..2 Record instrument configuration parameters and include in manuals. Part 2 Products 2.1 EQUIPMENT SUPPLIER STANDARD INSTRUMENTS.1 Where the Treatment Equipment Supplier, Distribution Pumping Supplier, or Process Wastewater Tank Pump Supplier have standardized instruments that they use in their packages, which differ from those listed here, the standard instruments shall be acceptable in the packages they supply. 2.2 MAGNETIC FLOW METER.1 Provide flanged PVC spool piece for each size of magnetic flow meter installed..2 Magnetic flow meter suitable for use in raw water and distribution water applications. CSA 4X enclosure, hazardous location approval in hazardous locations. Size as indicated, review piping..3 Meter complete with flanges, liner approved for potable water, stainless steel electrodes (measuring, reference, and empty pipe detection), and stainless steel grounding rings..4 Power supply: 120 VAC or 24 VDC.5 Output: 4 20 ma flow, and three dry contacts for pulse output (total flow), empty pipe, flow meter fault. Meter shall have selectable low flow level below which flow is zeroed. Flow in both directions shall be provided..6 Provide a remote mounted transmitter and locate for easy access and viewing. Indicate instantaneous flow rate (L/s) and totalized flow (m 3 ). Provide cable length to suit, min 3 m extra length.

139 Wekusko Falls Campground Section INSTRUMENTS MWSB#:1292 AE#: Page 2 of 4.7 Accuracy: ± 0.2% of full scale value at 3 points, calibrated..8 AWWA Compliant..9 Standard of acceptance:.1 E&H Promag 53W, or Equal..10 All magnetic flow meters and associated equipment shall be a product of one manufacturer. 2.3 PRESSURE SWITCHES.1 Visible calibrated dial..2 On/off indication..3 Adjustable deadband..4 Hermetically sealed mercury switch..5 External switch setpoint adjustments via thumbscrews..6 Weatherproof enclosure suitable for wet location..7 Repeatability: +/ 1% of full operating range..8 Process connection: 1/4 male NPT..9 Electrical connection: 1/2 conduit hub..10 Circuit shall be SPDT. AC or DC, 4A@120V or 2A@240V..11 Vertical mounting..12 Adjustable operating range:.1 Low pressure adjustable down to 5 psig (or lower)..2 High pressure adjustable up to 150 psig (or higher)..3 Minimum deadband shall be 6 psig or less..13 Standard of acceptance: Dwyer Mercoid, DAW33 series. 2.4 LEVEL SWITCHES.1 Side weighted, suspended tilt switch..2 Mechanical snap switch action..3 Level switch casings and cable sheath of PVC compound to resist caking of process products on cable and switch casing..4 Designed for specific gravity of 0.95 to 1.10.

140 Wekusko Falls Campground Section INSTRUMENTS MWSB#:1292 AE#: Page 3 of 4.5 Switch rated 125 VAC, 10A; and 30, VDC, 5A.6 CSA approved.7 Standard of acceptance: Polylok SJE SignalMaster SPDT.1 Provide support rod and s.s. clamps. Part 3 Execution 3.1 INSTALLATION.1 Assemble and/or install all equipment in strict accordance with manufacturer s and supplier s instruction..2 Supply and install all instruments as shown on the drawings..3 Provide proper fastenings and supports..4 Any damage resulting from either failure to observe the installation instructions or as a result of proceeding with the work without complete knowledge of how it is to be done will be the Contractor's responsibility. Make equipment installation and connections by a qualified journeyman to the best standard..1 Carry out work to produce a neat, accurate, secure, functional installation..5 Repair at own expense, any damage done to the installation or materials while carrying out the work..6 Do not run 120 VAC power and 420 ma control signals in the same conduit. Install a ground wire in the conduit and bond instrument to ground. Connect shield drain wire to ground at one end only (in the control panel)..7 Scale analog outputs from instruments according to the Engineer s requirements. 3.2 SYSTEM DEMONSTRATIONS.1 Provide for field training and instructions as specified in Startup, and Commissioning. 3.3 CALIBRATION.1 Calibration shall be by an agency specializing in instrument calibration and familiar with wastewater pumping stations and all instrumentation used on site..2 The calibration agency shall provide and complete comprehensive calibration report forms indicating full instrument make and model numbers, instrument configurations and settings, and instruments performance during calibration..3 Calibrate instruments individually..4 Carry out manual tests to check instrument readings versus measurements made by other means, e.g. perform draw down and refill tests using tape measure and stop watch. Compare level results of level instrument against levels measured from tape measure.

141 Wekusko Falls Campground Section INSTRUMENTS MWSB#:1292 AE#: Page 4 of 4 Compare volume results of flow instrument against volumes calculated by flow estimates from draw down and refill tests. Compare volume flow rate results of flow instrument against volume flow rate results calculated from draw down and refill tests. Carry out such testing for as many instruments as practicable. Cross compare various results to confirm agreement and mass balance to the extent possible..5 For each variable ensure that it is consistent everywhere it is indicated throughout the system, e.g. compare flow meter local display against PLC value of flow, HMI value of flow, trend screen values of flow, and SCADA value of flow. Ensure units and scaling are in agreement and consistent..6 Coordinate units for engineering measurements with operators. Preference shall be SI metric in the most commonly used units (mm, m3, L, s, kpa) except where operators request otherwise..7 Instrumentation shall provide consistent, accurate, repeatable results to stated tolerances prior to being accepted. Calibration agent shall record successful performance for each instrument, on calibration forms. 3.4 WARRANTY.1 A written Supplier s Warranty shall be provided for the equipment specified in this section. The warranty shall be for a minimum period of one (1) year from the date of Substantial Performance. Such warranty shall cover all defects or failures of materials or workmanship which occur as the result of normal operation and service. END OF SECTION

142 Wekusko Falls Campground Section PROCESS VALVES MWSB#:1292 AE#: Page 1 of 7 Part 1 General 1.1 SUBMITTALS.1 Drawings to include:.1 Assembly drawings and material list.2 Details of all parts and principal dimensions..3 Details of the electrically driven operators, their electrical connections and power requirements..4 Electrical actuator wiring diagrams. 1.2 OPERATIONS AND MAINTENANCE DATA.1 Provide operation and maintenance data for incorporation into manual specified in Section Operating and Maintenance Data. 1.3 SHIPMENT, PROTECTION AND STORAGE.1 Deliver valves to site using loading methods which do not damage casings or coatings..2 Clearly tag valves, stating size, type, coatings and mating parts..3 Store on site until ready for incorporation in the work using methods recommended by manufacturer to prevent damage, undue stresses, or weathering..4 Labels:.1 Embossed plastic labels with 6 mm high letters unless specified otherwise. Part 2 Products 2.1 GENERAL.1 Provide valves of the same type, size range and service from a single manufacturer..2 Provide new, unused valves for the work..3 Valve materials to be free from defects or flaws, with true alignment and bores..4 Unless otherwise indicated, valves shall be the same size as the pipe run in which they are to be installed..5 Clearly mark valve bodies in raised lettering to indicate the valve type, rating, and where applicable, the direction of flow. Conform to MSS SP25..6 Valves to open counterclockwise.

143 Wekusko Falls Campground Section PROCESS VALVES MWSB#:1292 AE#: Page 2 of DRAWINGS.1 Isometric and floor plans may not show all valves in order to maintain clarity, refer to Process Flow Diagram for all valve references. 2.3 VALVE ENDS.1 In pipe runs less than 25 mm diameter provide valves with female threaded ends, unless indicated otherwise. Threads to conform to ANSI B Valves in pipe runs equal to or greater than 25 mm diameter to be flanged unless indicated otherwise..3 For cast iron body valves, drill flanges to Class 125 pattern conforming to ANSI B16.1. For steel body valves, flanges to be Class 150 pattern or Class 300 pattern conforming to ANSI B16.5 or as noted..4 Do not use grooved joint valve ends..5 Lug style body valves shall have tapped holes, suitable for the bolt spacing of the pipe flanges placed on either side..6 End flanges for gate valves to be integral with the gate valve body and be faced and drilled in accordance with ANSI B16.1, Class 125 flanges. 2.4 RAW WATER PUMP CHECK VALVES.1 To be used at Raw Water Pumps. CHV001, CHV002.2 Stainless Steel Threaded..3 Standard of Acceptance: Flowmatic 80SSa with inlet and outlet tap ports. 2.5 RAW WATER INLET CHECK VALVE.1 To be used on Raw Inlet inside WTP. CHV003.2 Standard of Acceptance: Sure Flow 0200CXF125IV 2.6 SILENT CHECK VALVES.1 To be used at Distribution Pump Discharge. CHV703, CHV704.2 Standard of Acceptance: ClaVal 580/581; Apco 300/600; Valmatic 1800/ Construction:.1 Body: Cast iron with integral seat..2 Wafer style or flanged globe style as specified.3 Pressure rating: class 125, WP = 860 kpa..4 Disc: bronze renewable rotating disc..5 Seat: BunaN

144 Wekusko Falls Campground Section PROCESS VALVES MWSB#:1292 AE#: Page 3 of BUTTERFLY VALVES.1 Use lug body unless otherwise specified as flanged..1 Compatible with ANSI Class 125/Class 150 flanges..2 Wafer style not acceptable..3 To be suitable for deadend service..2 Valves to be NSF61 Approved..3 Construction:.1 Body: factory coated cast iron ASTM A126, Class B.2 Coating: Thermoset Polyester Powder Coating..3 Disc: 316 Stainless steel, ASTM A743, CF8M.4 Stem: 316 Stainless steel, ASTM A276.5 Seat: EPDM. Seals shall be field replaceable without special tools..4 Operators:.1 50 mm 100 mm: Handles capable of locking in any of ten (10) positions 0 degrees to 90 degrees. Handle and release trigger ductile iron. Return spring and hinge pin: carbon steel. Latch plate and mounting hardware: cadmium plated carbon steel. Standard coating: black laquer..2 Over 100 mm: Manual enclosed gear operator..3 Provide and install on all manually operated valves over 100 mm diameter a geared, selflubricated, position indicated handwheel complete with adjustable travel adjustment. Units installed 2.5 metres or more above floor level shall be supplied with a chainwheel, of sufficient length to be accessible at 1.5 m reach from floor..5 Standard of acceptance:.1 Keystone AR2, or equivalent. 2.8 AIR RELIEF VALVE.1 Body: Cast iron.2 End conns: NPT.3 Stainless steel trim and float and BunaN seat with stainless steel flow diffuser screen..4 Rating: 1035 kpa (150 psi).5 Coating: Fusion bond epoxy ANSI/NSF 61 approved.6 Standard of acceptance:.1 Valmatic 100ST, 101ST, or equivalent. 2.9 COMBINATION AIR/VACUUM RELEASE VALVES.1 Unit shall be suitable for releasing air or relieving vacuum accumulated in the pipeline.

145 Wekusko Falls Campground Section PROCESS VALVES MWSB#:1292 AE#: Page 4 of 7.2 Pipe air/water vent discharge to drain with PVC piping..3 Construction:.1 Size: 25mm FLANGED connection.2 Body: factory coated cast iron ASTM A126, Class B.3 Trim: Stainless Steel.4 Seat: BunaN.4 Standard of acceptance:.1 ClaVal 36; Apco; Valmatic; Crispin SOLENOID VALVES.1 Solenoid valves shall be two, three, and four way, as required, general purpose, direct operated, with brass body, threaded joints, teflon seat, to open when energized by 1phase/60 Hz/ V current, to be CSA approved for air and water service to 1100 kpa..2 Standard of Acceptance: Asco, Skinner, ITT. Include electrical information and wiring diagrams in shop drawings, include solenoid actuating current and holding current..1 Model: 8221G013.1 SHALL BE SLOW CLOSING OPERATION STAINLESS STEEL BALL VALVES (BAV).1 Stainless steel ball valve stainless steel 316 body and ball, PTFE seat, stainless steel 316 handle..2 Standard of Acceptance:.1 Mueller GB3932TFP PVC BALL VALVES (BAV).1 PVC Ball Valve, NSF 61 Certified, with union connections.2 Standard of Acceptance:.1 Chemline Type 21 True Union Ball Valves.1 EPDM Seals.2 Teflon Seat.3 Teflon Seat 2.13 SAMPLE TAP BALL VALVES.1 PVC Chemline Labcock Valve LCTHx (1/4 threaded x 3/8 ID Hose.2 Supply 3.0m of 3/8 tubing roll for plant use.

146 Wekusko Falls Campground Section PROCESS VALVES MWSB#:1292 AE#: Page 5 of GATE VALVES (GAV) mm and smaller.1 Rating: 150 psi WOG.2 Hand wheel: Malleable Iron with stainless steel nut..3 Stem: Silicon Bronze.4 Packing Nut and Gland: Bronze.5 Packing: Aramid Fibres with Graphite.6 Bronze stuffing box, bonnet, body and wedge..7 End connections: NPT.8 Standard of acceptance:.1 Crane, Watts, Nibco 2.15 BRONZE GLOBE VALVES (GLV) mm and smaller.1 Rating: 150 psi WOG.2 Hand wheel: Malleable iron with stainless steel nut..3 Stem: Silicon Bronze.4 Packing Nut and Gland: Bronze.5 Packing: Aramid Fibers with Graphite.6 Bronze bonnet, union nut and body.7 Disc: Holder Bronze.8 Disc: PTFE.9 Disc Nut: Bronze w/ss Washer.10 End connections: NPT 2.16 FLOW CONTROL VALVES (Hand Wheel Operated).1 Standard of Acceptance Hayward Diaphragm Valve..1 Model: DAB1020UEEA 2.17 PRESSURE RELIEF VALVES.1 32mm and under: Threaded connection.2 Standard of Acceptance:.1 ClaVal MANUAL OPERATORS.1 Provide valves with manual operators unless specifically indicated otherwise..2 Lever operators on ball valves to be two position. Provide butterfly valves with 10 position latching levers except where used to balance air flows. Where used to balance air flows provide infinite position, screw down levers.

147 Wekusko Falls Campground Section PROCESS VALVES MWSB#:1292 AE#: Page 6 of 7.3 Gear operator to be worm gear type, equipped with a hand wheel and a visual indicator of the valve position. Equip operators with adjustable, selflocking mechanical stoplimiting devices designed to hold the valve in any intermediate position between full open and full closed to prevent overtravel of the disc/ball in the open and closed positions. Gear operators to be grease lubricated. Where gear operators are intended for direct bury or submergence, seal units with long life lubricant..4 Manual operators for butterfly and gate valves for buried service to include an AWWA operating nut and be gasketed and grease packed for submerged operation at water pressures to 700 kpa. Operators for exposed service to be gasketed for weatherproof service. Gear boxes to be placed above ground and liquid surfaces..5 Supply tee wrenches of steel, furnished with sockets to suit nut dimensions. Provide operating nuts to AWWA Standard..6 Operate each fully assembled valve at least three times in the shop to test the function of the operating mechanism and the general operation. Part 3 Execution 3.1 PREPARATION.1 Valve and piping arrangement indicated in the drawings is based on typical dimensions for valves of the specified type. Make the necessary modifications in piping to allow for discrepancies between valve dimensions shown and those supplied for the work..2 Field measure and check all equipment locations, pipe alignments, and structural installation prior to installation of valves. Ensure that valve locations and orientations provide suitable access to manual operators and that sufficient space and accessibility is available for pneumatic and electric actuators..3 Where conflicts are identified, inform the Engineer and initiate the necessary piping modifications at no cost to the Owner. 3.2 VALVE INSTALLATION.1 In horizontal pipe runs, other than in locations where space does not permit, mount all valves except for butterfly valves and trunnion ball valves with a vertical operating shaft with the actuator at the top. In no case install a valve with the operator shaft pointing down..2 Mount butterfly valves and trunnion ball valves with shaft in a horizontal orientation..3 Do not overtorque bolts to correct for misalignment when joining valves to pipe or fittings,.4 Support valves in position using temporary supports until valves are fixed in place..5 Permanently support valves to prevent transmission of loads to adjacent pipework and/or equipment.

148 Wekusko Falls Campground Section PROCESS VALVES MWSB#:1292 AE#: Page 7 of 7.6 Where valves are installed in PVC pipework greater than 100 mm diameter, support valves independently and brace against operating loads and torque to prevent transmission of stresses to adjacent pipework..7 Generally pipe supports and hangers are not shown unless for indication purposes only..8 Install gate valves in the closed position..9 Install valves which are bubble tight in one direction to seal in a direction opposite to normal flow unless otherwise noted or directed by the Engineer..10 Unless otherwise specified, install single seated ball valves and knife gate valves with the seat downstream. Install at tank connections with seat away from tank. Install on pump discharge and suction lines with seat adjacent to the pump..11 Install all valves in accordance with manufacturer's recommendations..12 Protect valves installed below grade with a shrink sleeve or polyethylene sheath attached to the pipe with tapewrap. 3.3 VALVE EXTENSIONS.1 Install valve stem extensions where necessary to provide clearance from insulation. 3.1 IDENTIFICATION TAGS.1 Fit each valve and control mechanism with lamacoid 3 mm thick plastic engraving sheet, coloured face, black or white core as directed. Attach the tag with stainless steel chain. Tags shall incorporate equipment name and number..2 Contractor to provide complete equipment and valve tag list to owner for mountable schedule. 3.2 VALVE TESTING.1 Operate valves under simulated and/or real process conditions to ensure operation as intended..2 Valves to be pressure tested in conjunction with the pipes in which the valves are installed. END OF SECTION

149 Wekusko Falls Campground Section PLANT WATER PROCESS PIPING MWSB#:1292 AE#: Page 1 of 8 Part 1 General 1.1 WORK DESCRIPTION.1 Supply and install all process and potable piping as specified herein and shown on the Contract Drawings..2 All process pipe shall be Schedule 80 PVC or Schedule 10 SS, or Schedule 40 SS, and as shown on Drawings. Flanges and unions shall be added at convenient locations for easy disassembling. Pipe shall be adequately restrained to mitigate against thrust and vibrations..1 Floor to ceiling supports recommended, or ladder frame securely anchored to floor..3 Process pipe shall have drains installed at all low points to facilitate draining the system at the end of the season..4 Process pipe shall have automatic air release vents installed at all high points..5 Process pipe shall have air connection blow off points to facilitate draining the system at the end of the season..6 All pipe supports and equipment stands to be stainless steel construction..7 Install sample taps at locations shown. Coordinate locations with Engineer. 1.2 SUBMITTALS.1 Provide as specified in Section Submittal Procedures. 1.3 OPERATING AND MAINTENANCE DATA.1 Provide operation and maintenance data for incorporation into manual specified in Section Operating and Maintenance Data. Part 2 Products 2.1 GENERAL.1 All pipe materials to be new, free from defects and conforming to applicable reference standards..2 All materials in contact with water to be NSF approved for potable water..3 Where any standard referenced has been superseded prior to bidding, the Contractor shall comply with the current standard.

150 Wekusko Falls Campground Section PLANT WATER PROCESS PIPING MWSB#:1292 AE#: Page 2 of POLYVINYL CHLORIDE (PVC) PIPE.1 All PVC Schedule 80 pipe shall be manufactured from a Type I, Grade I Polyvinyl Chloride (PVC) compound with a Cell Classification of per ASTM D1784. The pipe shall be manufactured in strict compliance to ASTM D1785 and D2665 (where applicable), consistently meeting and/or exceeding the Quality Assurance test requirements of these standards with regard to material, workmanship, burst pressure, flattening, and extrusion quality. Standard lengths of pipe sizes 6 and larger shall be bevelled each end by the pipe manufacturer. All pipe shall be stored indoors after production at the manufacturing site until shipped from factory. This pipe shall carry the NSF International seal of approval for potable water applications. The pipe shall also comply to CAN/CSA B137.0 and CAN/ CSA B137.3 for pressure pipe applications..2 Fittings: Moulded PVC fittings and connectors for socket welding connections: "Heavy Duty" for Schedule 80 pipe, CSA B.137.3, fibreglass reinforced. Slipon PVC flanges to Class 125 ANSI B16.1 dimensions; soft rubber gaskets..3 Stainless steel nuts, bolts & washers..4 Solvent Welding.1 For PVC solvent welded pipe, ends to be joined shall be square and free of sawbucks. All joints shall be wiped clean using methylethyl ketone..2 Solvent cement shall be applied to the outside of the pipe and the inside of the fitting in accordance with the manufacturer's recommendations. Use only the solvent cement supplied by the pipe manufacturer. Apply only when ambient temperature is above 10 C. 2.3 STAINLESS STEEL PIPE.1 Pipe shall be schedule 10 /304, unless otherwise specified..1 Dimensions to ASME/ANSI B Shall conform to AWWA C220, latest revision..3 Shall conform to ASTM A312, ASTM A Fittings shall be smooth flow type, 304 stainless steel..1 Dimensions to ASME/ANSI B Shall conform to AWWA C226, latest revision..3 Shall conform to ASTM A403, ASTM A Jointing shall be welded, stainless steel flanges, or rolled grooved joints (rigid), or stainless steel backup flanges..1 Contractor shall have the Engineer s approval to replace a flanged connection as shown in the plans with a welded joint..2 Slipon flanges and backup flanges to be 304 stainless steel, Class Dimensions to ANSI B16.5 rating..2 Gaskets to be Buna N..3 Shall conform to AWWA C2BB, latest revision

151 Wekusko Falls Campground Section PLANT WATER PROCESS PIPING MWSB#:1292 AE#: Page 3 of 8.4 Provide flatfaced flanges on each side of butterfly valves..5 Compatible flanges for mating to equipment or valves..4 Rolled grooved joints to conform to AWWA C FLANGES.1 Standard of acceptance: Stainless steel couplers..2 Grooved style flange adapters are not acceptable. Welded flanges are the standard..3 All connections shall be rigid, unless otherwise specified..1 Unless otherwise noted, make flanges on steel pipe, conforming to ANSI B Do not use slipon flanges that are attached to a pipe by means of set screws and gaskets..3 Temporary blind flanges may be carbon steel. 2.5 FITTINGS.1 For steel pipelines 75 mm in diameter or greater, fittings to conform to ANSI B16.9, ANSI B16.11 or ANSI B16.5. Provide fittings with a wall thickness equal to or greater than the pipe..2 Provide concentric reducers in vertical lines unless indicated otherwise..3 Provide long radius elbows unless otherwise shown. Provide smooth flow stainless steel elbows 350 mm and less, to ANSI B GASKETS.1 For flat faced flanges, use fullface gaskets. For raisedface flanges, use ring type gaskets. Conform to ASTM B Use gasket materials for flanged connections suitable for the temperature, pressure, and corrosivity of the fluid conveyed in the pipeline..2 Unless otherwise specified, minimum Gasket Material Thickness for full face gaskets:.1 75 to 250 mm pipe diameter; 1.6 mm thick..2 Greater than 250 mm pipe diameter; 3.2 mm thick..3 Unless otherwise specified, minimum gasket material thickness for raised face ring gaskets: 2.7 FASTENERS.1 75 to 100 mm pipe diameter; 1.6 mm thick..2 Greater than 100 mm pipe diameter; 3.2 mm thick..1 Threads: to ANSI B1.1, standard coarse thread series..1 Submerged, buried, encased service and in reservoir:.1 Studs and bolts: to ASTM A193, Gr.B8, C1.1, 304 S.S.

152 Wekusko Falls Campground Section PLANT WATER PROCESS PIPING MWSB#:1292 AE#: Page 4 of 8.2 Nuts: to ASTM A194, Gr.8, 304 S.S..3 Washers: flat, 304 S.S..2 General purpose: (Access Hatches).1 Studs and bolts: to ASTM A193, Gr. B7, zinc plated.2 Nuts: to ASTM A194 Gr. 2H, zinc plated.3 Washers: flat, zinc plated.3 Temporary: (Blind flange covers excluding Access Hatches).1 Studs, bolts and nuts: to ASTM A307 Grade A/B.2 Washers: flat 2.8 DISSIMILAR METAL CONNECTIONS.1 Where dissimilar metals are to be connected, furnish dielectric fittings and/or isolating flanges. 2.9 INTERIOR FINISHES.1 Do not shop coat the internal surface of stainless steel or plastic piping IDENTIFICATION.1 Label all piping according to the identification list which will be furnished by the Engineer..2 Labels shall include arrows indicating flow direction..3 Labels shall be white vinyl with black lettering..1 Text height shall be a minimum of one half the pipe diameter PROCESS AND PLUMBING PIPING INSULATION.1 All plumbing and WTP process piping to be insulated as shown in specific locations on plans..2 Standard of Acceptance:.1 Straight piping: Aerocel SSPT 12mm thickness, or equal..2 Fittings: Aerocel Aerofit 12mm thickness, or equal..3 Pipe support clamp locations: Aerocel AerofixU rigid load bearing sections at clamp locations..3 Do not install pipe insulation until pressure testing of piping is completed and approved by Engineer PRESSURE GAUGE.1 Dial: 63mm 100mm (2(4") ½ ).2 Case: Stainless Steel.3 Connection: 6 mm (1/4 ) NPT Bottom connection

153 Wekusko Falls Campground Section PLANT WATER PROCESS PIPING MWSB#:1292 AE#: Page 5 of 8.4 Bourdon Tube: 316L stainless steel, seamless drawn.5 Movement: 304 stainless steel.6 Gasket Materials: 63 mm (21/2 ) Buna N for case and block seal, 6 (150mm) EPDM.7 Fill Liquid: Glycerin.8 Protection: IP65 per UEC 529, UNI Welding: TIG.10 Overpressure Limit: 30% for pressures up to 4,147 kpa (600 psi), 15% for pressures over 4,147 kpa (600 psi).11 Working Pressure: Maximum 75% of full scale value Ambient/Process.12 Temperature: 40ºC to 65ºC (40ºF to 150ºF) Dry, 10ºC to 65ºC (14ºF to 150ºF) liquid filled..13 Accuracy: 6 (150mm) 1% ANSI/ASME Grade 1A.14 Range:.1 Pressure: 0830 kpa (0100 psi).15 Diaphragm Seal:.1 Upper Housing: AISI 316 stainless steel.2 Diaphragm/Wetted Parts: AISI 316L stainless steel, welded for ranges 30 psi (200kPa) and above.3 Fill Liquid: Silicone.4 Minimum Operating Pressure: 100 kpa (30 Hg Vacuum).5 Maximum Operating Pressure: kpa (2 500 psi).6 Nuts and Bolts: AISI 316 stainless steel are standard.7 Process Temperature: 45ºC to 150ºC (49ºF to 302º F).8 Upper Housing:.1 Gauge Connection: 1/4 NPT.2 Bleed port.9 Lower Housing:.1 Process Connection: 1/2 NPT.2 Flushing Connection: 1/4 NPT available.16 Standard of Acceptance:.1 Winters.2 Wika

154 Wekusko Falls Campground Section PLANT WATER PROCESS PIPING MWSB#:1292 AE#: Page 6 of 8 Part 3 Execution 3.1 PIPING INSTALLATION.1 General:.1 Conform to requirements of ANSI B31.3 and CSA B51 code for pressure piping..2 Install straight, parallel and close to walls and ceilings, with specified pitch. Use standard fittings for direction changes..3 Install groups of piping parallel to each other, spaced to permit application of insulation if required, identification, and service access, on suitable hangers..4 Install eccentric reducers in horizontal piping to permit drainage and eliminate air pockets..5 Where pipe sizes differ from connection sizes of equipment, install reducing fittings close to equipment. Reducing bushings are not permitted..6 Install flanged or welded nozzles, branch connections, welding outlets, adapters and taps, true and faced at right angles to the axis of the pipe. Do not extend connection inside of pipe..7 Support piping during construction to prevent abnormal stresses on the pipe works..8 Install pipe supports and hangers where indicated on the drawings or as required..9 Install flanges by aligning top two holes of flange with spirit level..2 Flanges Bolting to Valves:.1 Do not weld adjacent flanges on butterfly valves when the valve is in place..2 Remove valve prior to welding..3 Clean gasket surfaces, flange faces and butt welding connections..4 Protect connecting surfaces..3 Bolted Connections:.1 Clean pipe ends and gaskets..2 Lubricate gaskets with soapy water and bolts with thread lubricant..3 Tighten bolts progressively by crossover method and not in rotation around the joint..4 Tighten bolts to the torque recommended by the manufacturer..5 Use properly sized wrenches for bolt tightening to prevent rounding of nut and bolt heads. 3.2 PROCESS PIPE SUPPORT AND SPACING.1 Support locations and spacing shall generally be to provide for installation as shown on the Plans. All supports shall be galvanized or stainless steel or concrete support. Where not specifically shown, supports shall be installed at locations to be determined by the Contractor and reviewed by the Engineer, and in accordance with the following: Nominal Pipe Size (mm) Maximum Spacing (mm)

155 Wekusko Falls Campground Section PLANT WATER PROCESS PIPING MWSB#:1292 AE#: Page 7 of and up All pipe fittings shall be carefully aligned and supported before the joints are securely bolted in order to prevent excessive stresses in the pipes. Special care shall be taken to see that the pipe is not moved thereafter..3 Install concrete supporting piers for pipes placed near the floor level as per the Drawings. Piping shall be securely supported by brackets and/or hangers well fastened to inserts in walls and ceilings. Vertical pipes shall be supported by lateral struts secured to adjacent walls..4 Piping supports, hangers, braces, etc., shall be attached to steel structures by means of approved clamps, unless provision has been made for the fastening of such supports..5 Fastening by welding or drilling, unless specified in the Drawings, shall be permitted only with the written approval of the Engineer..6 The Contractor shall locate supports sufficiently close to prevent sagging, warping and vibration, also to avoid excess stresses from concentrated loads between supports..7 Piping shall be supported independently of valves. 3.3 PIPE THROUGH WALLS.1 Unless otherwise specified, pipes through floors and roofs of concrete or similar material shall be set in suitable openings. Suitable pipe connections shall be provided on both sides of the opening to permit ready dismantling of the pipelines with wall or floor sleeves, packed, as detailed on the Drawings..2 Suitable wall/floor pieces shall be furnished to eliminate leakage. The wall pieces shall be cast directly in the walls or floors as may be permitted by the Engineer. "Puddle collars" shall be an integral part of the casting..3 Install compressible rubber packing between cored hole and piping when pipes pass through cored holes in concrete walls or floors. Standard of Acceptance: Link Seal. 3.4 PROTECTION OF OPENINGS.1 Protect equipment and system openings from dirt, dust and other foreign materials..2 Thoroughly clean piping, ducts and equipment of dirt, cuttings, and other foreign substances prior to being put into operation.

156 Wekusko Falls Campground Section PLANT WATER PROCESS PIPING MWSB#:1292 AE#: Page 8 of EQUIPMENT PIPING CONNECTIONS.1 Where equipment connections are a different size from the piping serving it, all associated isolating valves and fittings to be the larger pipe size unless specifically indicated otherwise on the drawings. 3.6 JOINTS GENERAL.1 Connect piping using joints not readily disassembled only where shown and where not otherwise specified. Provide joints which may be disassembled at the minimum, within 1.0 metre of any connection to equipment, on both sides of structural penetrations, within 0.6 metres of all threaded end valves, and at the spacing specified..2 For stainless steel piping less than 75 mm in diameter, buttweld or use threaded couplings. Use unions where disassembly is required..3 For steel piping equal to or greater than 75 mm in diameter, where not specified or shown otherwise, buttweld according to CSA B51 or furnish slipon flanges, conforming to ANSI B16.5, Class 150. Unless indicated otherwise on the drawings or detail specifications, where disassembly is required, use flanges. END OF SECTION

157 Wekusko Falls Campground Section WATER TREATMENT EQUIPMENT MWSB#:1292 AE#: Page 1 of 9 Part 1 General 1.1 SCOPE OF WORK.1 The water treatment system is designed to be purchased as individual pieces to be assembled by the Contractor. There are no Packaged Treatment System Suppliers..1 The Contractor may choose to retain the services of a Packaged System Supplier, however, no alternatives to the equipment will be allowed unless approved in writing by the Engineer..2 At minimum the system will include: three multimedia filters, followed by five cartridge filtration units as indicated, three ion exchange units, three UV reactors, chlorination, and associated control valves and flow devices complete with a local control panel..2 It is the intent that an approved integrator will provide a Control Panel for all plant operations and alarms. Refer to Specifications..3 All wetted components to be NSF Certified for potable use. 1.2 ACTION AND INFORMATIONAL SUBMITTALS.1 Provide submittals in accordance with Section Submittal Procedures..2 Product Data:.1 Provide manufacturer's printed product literature and datasheets for water treatment plants, and include product characteristics, performance criteria, physical size, finish and limitations. 1.3 CLOSEOUT SUBMITTALS.1 Provide operation and maintenance data for incorporation into manual specified in Section Closeout Submittals..2 Provide instructions and exploded views of water treatment assemblies. 1.4 EXTRA MATERIALS.1 Provide spare parts in accordance with Section Closeout Submittals and this section..2 Deliver to Site upon completion of the Work of this Section..3 Store where directed by Engineer. 1.5 DELIVERY, STORAGE AND HANDLING.1 Deliver, store and handle in accordance with Section Common Product Requirements.

158 Wekusko Falls Campground Section WATER TREATMENT EQUIPMENT MWSB#:1292 AE#: Page 2 of 9.2 Deliver materials to site in original factory packaging, labelled with manufacturer's name, address. Part 2 Products 2.1 WATER TREATMENT PLANT EQUIPMENT.1 Capacity: 1.00 L/s..2 Provide complete treatment system as shown which will operate at constant rate, starts and stops automatically dependent upon water requirements..3 Contractor to provide Control Panel (MCP101) to operate raw water pumps, control valve, chemical feed systems, monitor alarms, and related equipment..4 Plant to reduce turbidity, UVT and total organic carbon from surface water source..1 System to include UV disinfection with 100% redundancy..5 Raw Water Quality: provided in Appendix A.6 Treatment Objectives: Parameter Units Treatment Objective ph TOC mg/l < 3.0 UVT objective > 50% Turbidity NTU <1.0 95% of the time UV Disinfection Minimum dose of 40 mj/cm 1.00 L/sec 4 log reduction of viruses; 6 log reduction of bacteria; 8 log reduction of cysts.1 As well as meet all other requirements of the current publication of the Guidelines for Canadian Drinking Water Quality..7 Plant to consist of: water control, chemical feed systems, multimedia filter (100% redundancy), cartridge filtration units, carbon block cartridges, OCR ion exchange (12 BV/hr) UV (100% redundancy)..8 Water control:.1 Rate control valve manually adjusted by Operators.2 Open/close Solenoid Valve will trigger treatment start by depressurizing raw water line..3 Treatment system to start and stop chemical feed systems..4 Refer to Control Panels for more control logic..5 Open Close of solenoid Valve will be controlled by level as measured by float switches in reservoir..6 Start and Stop of raw water pumps will be controlled by low and high pressure switches on raw water supply in plant..1 Raw water line will depressurize on:.1 Opening of solenoid valve (treatment start)

159 Wekusko Falls Campground Section WATER TREATMENT EQUIPMENT MWSB#:1292 AE#: Page 3 of MULTIMEDIA FILTERS.2 Opening of backwash valve on filters (filter backwash).3 Opening of regeneration valve on OCR units.4 Cooling water supply to UV units (slowly depressurizes line).5 Raw water sampling or flushing (depressurizes line).1 Vertical cylindrical FRP glass vessels, NSF rated..2 Capacity: 0.9 L/Sec Each filter.3 Run in parallel operation..4 Service: 120 V; 1 ph.5 Each Filter will have independent valve head..6 Standard of Acceptance:.1 Culligan HE DF16 (406mm x 1346mm), or equal. 2.3 CARTRIDGE FILTRATION.1 Valve Model: Clack, Fleck or Culligan.1 Harmsco Hurricane 170 Cartridge Filters to follow in series after multimedia filter..2 All cartridge filter housings and components are to be NSF rated..3 Housings:.1 Harmsco Hurricane HUR170FL (Standard 304SS materials).1 Five (5) required.2 Two (2) Pressure gauges to be supplied with each housing as indicated..3 Supply 2 spare Orings per vessel.4 Filters for each housing as follows:.1 5 Micron PP Plus; Model: Harmsco HC/ Micron PP Plus; Model: Harmsco HC/ Micron Absolute Poly Pleat; Model: Harmsco PPHC/ Two (2) Carbon Block Cartridge Filters; Model: HC/170AC5.5 Local Supplier Contact:.1 With manual adjustable bypass flow..1 EDA Environmental Brad Staerk PH: bstaerk@edaenv.ca 2.4 ORGANIC COLOUR REMOVAL FILTER ION EXCHANGE.1 Vertical cylindrical FRP glass vessels, NSF rated..2 Media: Purolite A860 is a Macroporous Type I strong base anion exchange resin with an acrylic matrix

160 Wekusko Falls Campground Section WATER TREATMENT EQUIPMENT MWSB#:1292 AE#: Page 4 of 9.3 Each Filter will have independent valve head..4 Design is for maximum 12 Bed volumes an hour at 1.0 L/sec m 3 of resin per vessel.5 Run in parallel operation..6 Service: 120 V; 1 ph.7 Standard of Acceptance:.1 Culligan HE 1.5 UF120 (406mm x 1651mm).1 Standard of Acceptance: Clack, Fleck or Culligan 2.5 UV DISINFECTION SYSTEM.1 Supply and install Three (3) UV PURE UPSTREAM UV systems..1 Each system complete with automatic shutoff valve, integrated purge valve, Transient voltage suppressor, and pipe insulation of incoming and outgoing piping per manufacturer s instructions..2 Supply One UPS unit for all three Reactors. Install on shelf next to UV units. Standard of Acceptance APC..3 UV inlet and outlet piping to be installed offset from UV reactor to prevent pipe sweat or leaks from dripping onto unit..4 NOTE: Raw Water Pressure Tank shall be located upstream of UV units..2 Install UV and Prefilters on a UHWDPE backer board for installation from floor to ceiling support struts. See plans..3 UV System shall come complete with UPS for the three units..1 TrippLite Model SU1000XLA.4 Local Supplier Contact:.1 EDA Environmental Brad Staerk PH: bstaerk@edaenv.ca.5 Training and Commissioning on startup shall be by local manufacturer s representatives. 2.6 CHLORINE FEED SYSTEM.1 Contractor to provide power and control wiring to feed pump location shown on plans. Contractor to install chlorine feed injection quill, isolation valve, and length of tubing in PVC conduit from injection location to feed pump location. Provide 1.0m of extra tubing coil at feed pump location..2 System shall accept a 420mA signal via Control Panel to start and stop chlorine pumps. The operators will manually set dosage rate..3 Feed Pumps:.1 Provide two (2) chemical feed pumps VAC 60 Hz power required

161 Wekusko Falls Campground Section WATER TREATMENT EQUIPMENT MWSB#:1292 AE#: Page 5 of 9.3 Pumping, piping, fittings and controls shall be complete systems as supplied by the manufacturer..4 All materials and equipment shall be suitable and compatible for the specific chemical application..5 Each chemical feed system shall deliver the specified chemical at the required capacity and concentration as noted to each point of application. If the equipment model noted for each system does not provide this performance, the contractor shall replace or repair at their costs. All work subject to the approval of the Engineer..6 All pumps shall be supplied complete with mounting stands, hardware, foot valves, suction and discharge piping/tubing, injection quill, calibration column, dust covers, couplers and fittings, power cord, and all required equipment for a fully functioning system. The complete system shall be panel mounted on stand as shown on plans..7 Standard of acceptance:.1 Grundfos DDA716, or equal..8 To be supplied with:.4 Accessories.1 Installation kit.2 One (1) spare parts kit..1 Shall be mounted on UHWDPE backboard on a 316 stainless stand and shall include:.1 Graduated cylinder.2 One (1) NEMA 4X terminal box for control signals.3 Two (2) control cables.4 One (1) lot of ball valves.5 Pressure Gauge on feed side (100mm face).6 Backpressure sustaining valve on feed side.7 Drains to source tank.5 Chemical Quill Injectors.8 Pressure relief to source tank.1 PVC, 13 mm threaded quill..2 Installed on a 50 mm branch tee fitting..3 Supplied with one backpressure valve per injection point.1 Chemline SB10 backpressure valve.4 Standard of Acceptance:.1 Injection Quill: SafTflo: EB125SP100BV, with Flexible Hose Assembly.2 Supply one spare quill..6 Training and Commissioning on startup shall be by local manufacturer s representatives. 2.7 RAW WATER INTAKE SYSTEM.1 Submersible Pumps:

162 Wekusko Falls Campground Section WATER TREATMENT EQUIPMENT MWSB#:1292 AE#: Page 6 of 9.1 Supply and install two (2) Grundfos Model: 25S HP, 230V, single phase, 60 Hz.2 Disconnect at WTP..3 Complete with motor starters in WTP.4 Capacity: m.2 Pumps will be installed inside sealed vessels with spacers as shown on plans..2 Intake Screen:.1 Supply and install a DFO Compliant Intake Screen.1 Model: SureFlo SC3..2 Material: Aluminum/Stainless Steel..3 Intake screen to be mounted on custom stainless stand. Maintain intake screen 450mm off of River bed. 2.8 RAW WATER HYDRO PNEUMATIC TANK.1 Supply and install one (1) Wellmate hydro pneumatic tank with plastic stand..1 Model: WM23.2 Construction: fibreglass shell and polyethylene liner. 2.9 DISTRIBUTION PUMPING SYSTEM.1 Distribution Pumps:.1 Supply and install two (2) Goulds esv Series Vertical MultiStage Centrifugal Pumps..1 Model # 10SV4GG4E60.2 5HP,230V single phase 60Hz, Nema Premium, Inverter Duty, TEFC Motor.3 Capacity: m Stainless Steel Impellers, Bowls, Shaft, and Casing.5 Cast Iron Suction and Discharge Base.6 Viton Elastomers.7 Carbon vs Silicon Carbide Mechanical Seal.8 50mm 150# Flanged Connections.2 Supply and Install one (1) Nothart Duplex Booster Pump Control Panel, Model # NES DB1/2x1/230/5/60 with:.1 Main disconnect switch (HP rated) c/w door interlocked handle.2 Thermomagnetic motor protectors (overload & short circuit protection).3 2 acrosstheline contactors (HP rated).4 One (1) control transformer c/w secondary fuse.5 "Power on", Run", "Low suction" and "No flow shut down" pilot lights.6 Two (2) "HandOffAuto" selector switches.7 Pump Run and Overload Alarm relays

163 Wekusko Falls Campground Section WATER TREATMENT EQUIPMENT MWSB#:1292 AE#: Page 7 of 9.8 One (1) automatic transfer to nonoperating pump in case of overload or short circuit.9 One (1) "P1AutoP2" selector switch for manual/automatic alternation with 7 day time clock.10 Discharge and Suction pressure transducers 0300 PSIG.11 One (1) Digital pressure interface low suction pressure shutoff.12 One (1) Digital pressure interface for second pump start/stop.13 No Flow Shutdown via pressure switch.14 No Flow Shutdown alarm relay.15 Adjustable minimum run timer.16 Provision for aquastat /solenoid circuit.17 NEMA / CSA 4 ASA 61 grey enclosure.18 Digital pressure interface:.1 Realtime pressure display.2 Cutin adjustment between 0 PSI to cutout setting.3 Cutout adjustment between cutin to 300 PSI (maximum transducer span) setting.4 Differential of full span of transducer.5 Selectable units (PSI,BAR,Feet).6 Display, cutin settings, cutout settings, precise to 1 PSI.3 Training and Commissioning on startup shall be by local manufacturer s representatives DISTRIBUTION HYDRO PNEUMATIC TANK.1 Hydro pneumatic tanks:.1 Supply and install one (3) Wellmate hydro pneumatic tanks with plastic stands..1 Model: WM23.2 Construction: fibreglass shell and polyethylene liner..2 One tank shall be installed in WTP and remaining two to be supplied loose to WTP for installation in remote buildings (by others) VERTICAL POTABLE WATER STORAGE TANKS.1 To be NSF rated..2 Supply and install three (4) 3,800 tanks mm diameter, 2200 mm tall with 450 mm access..1 Model: Polywest/Norwesco, or approved equal..3 Supplier to install two (2) 100 mm, one (1) 50mm flanged, one (1) 25mm connections per tank..1 One (1) 100mm flanged connection 200mm from floor to centerline at 0 o.2 One (1)100mm flanged connection close to top at 0 o for maximum use of tank volume

164 Wekusko Falls Campground Section WATER TREATMENT EQUIPMENT MWSB#:1292 AE#: Page 8 of 9.3 One (1) 50mm flanged connection at 180 o for overflow as close to top.4 One (1) 25mm threaded connection at 20 o as close to bottom for drainage.4 Each 100mm flanged connection shall be fitted with a flexible pipe connection to accommodate deflection of flange faces..1 Single sphere expansion joint with flanges with embedded nylon cord reinforcement and wire reinforced collars.2 Cover Elastomer: Neoprene. Tube Elastomer: BunaN.3 Standard of Acceptance: Tyco Type FSF.5 25mm threaded drain ports shall be easily accessible and fitted with locking stainless steel ball valve and hose connection with cap SPILL PALLETS:.1 Supply One (1) single drum, low profile spill pallets..2 All polyethylene construction..3 Approved Manufacturers:.1 PIG Poly Modular Spill Deck PIG # PAK 527 single.2 Enpac Low Profile Spill Pallet Part 3 Execution 3.1 APPLICATION.1 Manufacturer's Instructions: comply with manufacturer's written recommendations, including product technical bulletins, handling, storage and installation instructions, and datasheets. 3.2 INSTALLATION.1 System is to be shut down each fall for winter storage. Ensure all low points have drainage valves to empty all piping of water when shutting down for the season. Install air blow off ports as required to assist in purging all piping of water..2 System to be completely accessible for removal, modification and cleaning..3 Provide certificate, signed by manufacturer, stating that pipe system has been installed in accordance with manufacturer's recommendations..4 Water treatment piping:.1 Pitch 1:100 in direction of flow, without pockets, to low points..2 Install valved drains at bottom of risers and at low points in system..3 Minimize contamination by leaving pipe valves and fittings in sealed cartons until prior to their use and seal openings in piping system after installation..4 Use teflon tape only for threaded pipe. Do not use any form of thread lubricant.

165 Wekusko Falls Campground Section WATER TREATMENT EQUIPMENT MWSB#:1292 AE#: Page 9 of 9.5 Piping to include air connections for compressed air blow off at end of season. 3.3 SPARE PARTS.1 Provide the following spare parts with equipment..1 One (1) extra filter control valve for multimedia filters..2 One (1) extra filter control valve for OCR filters..3 One (1) spare parts kit for each filter control valve..4 One (1) change of media for each multi media filter..5 One (1) change of media for each OCR filter (20kg) bags of quality salt for ion exchange.7 Four (4) extra spare pleated cartridge filters: 5 micron HUR/170.8 Two (2) extra spare pleated cartridge filters: 0.35 micron HUR/170.9 Four (4) extra spare pleated cartridge filters: 1 micron absolute HUR/ Four (4) extra carbon blocks for HC/170AC5.11 Four (4) spare quartz sleeve for UV lamps..12 Four (4) spare bulbs for UV lamps..13 Two (2) spare ballasts for UV lamps..14 Two (2) spare wiper systems for UV lamps. END OF SECTION

166 Wekusko Falls Campground Section z Appendix A APPENDIX A MWSB#:1292 AE#: Page 1 of 1 APPENDIX A RAW WATERDATA

167 ANALYTICAL REPORT L CONTD... PAGE 2 of 6 20JUL11 11:47 (MT) Physical Tests (WATER) Analyte Unit ALS ID Sampled Date Sampled Time Sample ID Guide Guide Limit #1 Limit #2 L JUL11 10:30 WEKUSKO DAY USE 2 TREATED Colour, True Conductivity Langelier Index (4 C) Langelier Index (60 C) ph Total Dissolved Solids Transmittance, UV (254 nm) CU umhos/cm No Unit No Unit ph units mg/l % T Federal Guidelines for Canadian Drinking Water Quality (JUN, 2008) #1: GCDWQ Aesthetic Objective #2: GCDWQ Maximum and Interim Maximum Acceptable Concentrations Anions and Nutrients (WATER) Analyte Unit ALS ID Sampled Date Sampled Time Sample ID Guide Guide Limit #1 Limit #2 L JUL11 10:30 WEKUSKO DAY USE 2 TREATED Alkalinity, Total (as CaCO3) Ammonia as N Bicarbonate (HCO3) Carbonate (CO3) Chloride Fluoride Hardness (as CaCO3) Hydroxide (OH) Ion Balance Nitrate and Nitrite as N NitrateN NitriteN TDS (Calculated) Sulfate mg/l mg/l mg/l mg/l mg/l mg/l mg/l mg/l % mg/l mg/l mg/l mg/l mg/l Federal Guidelines for Canadian Drinking Water Quality (JUN, 2008) #1: GCDWQ Aesthetic Objective #2: GCDWQ Maximum and Interim Maximum Acceptable Concentrations < < < < < Organic / Inorganic Carbon (WATER) Analyte Unit ALS ID Sampled Date Sampled Time Sample ID Guide Guide Limit #1 Limit #2 L JUL11 10:30 WEKUSKO DAY USE 2 TREATED Total Carbon Total Inorganic Carbon Total Organic Carbon mg/l mg/l mg/l Federal Guidelines for Canadian Drinking Water Quality (JUN, 2008) #1: GCDWQ Aesthetic Objective #2: GCDWQ Maximum and Interim Maximum Acceptable Concentrations Detection Limit for result exceeds Guide Limit. Assessment against Guide Limit cannot be made. Analytical result for this parameter exceeds Guide Limit listed on this report.

168 ANALYTICAL REPORT L CONTD... PAGE 3 of 6 20JUL11 11:47 (MT) Total Metals (WATER) Analyte Unit ALS ID Sampled Date Sampled Time Sample ID Guide Guide Limit #1 Limit #2 L JUL11 10:30 WEKUSKO DAY USE 2 TREATED Aluminum (Al)Total mg/l Antimony (Sb)Total mg/l < Arsenic (As)Total mg/l Barium (Ba)Total mg/l Beryllium (Be)Total mg/l < Bismuth (Bi)Total mg/l < Boron (B)Total mg/l Cadmium (Cd)Total mg/l < Calcium (Ca)Total mg/l 17.5 Cesium (Cs)Total mg/l < Chromium (Cr)Total mg/l 0.05 < Cobalt (Co)Total mg/l < Copper (Cu)Total mg/l Iron (Fe)Total mg/l 0.3 <0.10 Lead (Pb)Total mg/l Lithium (Li)Total mg/l Magnesium (Mg)Total mg/l 8.76 Manganese (Mn)Total mg/l Molybdenum (Mo)Total mg/l < Nickel (Ni)Total mg/l < Phosphorus (P)Total mg/l <0.20 Potassium (K)Total mg/l 1.23 Rubidium (Rb)Total mg/l Selenium (Se)Total mg/l 0.01 < Silicon (Si)Total mg/l Silver (Ag)Total mg/l < Sodium (Na)Total mg/l Strontium (Sr)Total mg/l Tellurium (Te)Total mg/l < Thallium (Tl)Total mg/l < Thorium (Th)Total mg/l < Tin (Sn)Total mg/l < Titanium (Ti)Total mg/l Federal Guidelines for Canadian Drinking Water Quality (JUN, 2008) #1: GCDWQ Aesthetic Objective #2: GCDWQ Maximum and Interim Maximum Acceptable Concentrations Detection Limit for result exceeds Guide Limit. Assessment against Guide Limit cannot be made. Analytical result for this parameter exceeds Guide Limit listed on this report.

169 ANALYTICAL REPORT L CONTD... PAGE 4 of 6 20JUL11 11:47 (MT) Total Metals (WATER) Analyte Unit ALS ID Sampled Date Sampled Time Sample ID Guide Guide Limit #1 Limit #2 L JUL11 10:30 WEKUSKO DAY USE 2 TREATED Tungsten (W)Total mg/l < Uranium (U)Total mg/l 0.02 < Vanadium (V)Total mg/l Zinc (Zn)Total mg/l Zirconium (Zr)Total mg/l < Federal Guidelines for Canadian Drinking Water Quality (JUN, 2008) #1: GCDWQ Aesthetic Objective #2: GCDWQ Maximum and Interim Maximum Acceptable Concentrations Detection Limit for result exceeds Guide Limit. Assessment against Guide Limit cannot be made. Analytical result for this parameter exceeds Guide Limit listed on this report.

FORM A: BID (See B8) 1. Contract Title BEAUJOLAIS COULEE AND BALDRY CREEK FLOOD RESTORATION WORKS

FORM A: BID (See B8) 1. Contract Title BEAUJOLAIS COULEE AND BALDRY CREEK FLOOD RESTORATION WORKS Bid Opportunity No. 656-2011 Page 1 of 8 FORM A: BID (See B8) 1. Contract Title BEAUJOLAIS COULEE AND BALDRY CREEK FLOOD RESTORATION WORKS 2. Bidder Name of Bidder Usual Business Name of Bidder as it appears

More information

THE CORPORATION OF THE CITY OF BURLINGTON D1 - AGREEMENT

THE CORPORATION OF THE CITY OF BURLINGTON D1 - AGREEMENT Agreement 2006 Page 1 THE CORPORATION OF THE CITY OF BURLINGTON D1 - AGREEMENT THIS AGREEMENT made in triplicate this day of 20 THE CORPORATION OF THE CITY OF BURLINGTON (hereinafter called "the City")

More information

FORM A: BID (See B8) 1. Project Title 2006 COMBINED SEWER RENEWALS - CONTRACT 11

FORM A: BID (See B8) 1. Project Title 2006 COMBINED SEWER RENEWALS - CONTRACT 11 Bid Opportunity No. 638-2006 Page 1 of 20 Template Version: C120060615 FORM A: BID (See B8) 1. Project Title 2. Bidder Name of Bidder Street City Province Postal Code Facsimile Number (Mailing address

More information

SCHEDULE 14. Part 1 Performance Bond PERFORMANCE BOND NO.

SCHEDULE 14. Part 1 Performance Bond PERFORMANCE BOND NO. SCHEDULE 14 BONDS Part 1 Performance Bond PERFORMANCE BOND NO. $ KNOW ALL PERSONS BY THESE PRESENTS, that Contractor s Name as Principal ( the Principal ) and Surety / Insurance Company name and address,

More information

THE CITY OF WINNIPEG BID OPPORTUNITY BID OPPORTUNITY NO. 514-2016 NEWPCC BOILER #3 ASSESSMENT AND REPAIR

THE CITY OF WINNIPEG BID OPPORTUNITY BID OPPORTUNITY NO. 514-2016 NEWPCC BOILER #3 ASSESSMENT AND REPAIR THE CITY OF WINNIPEG BID OPPORTUNITY BID OPPORTUNITY NO. 514-2016 NEWPCC BOILER #3 ASSESSMENT AND REPAIR Bid Opportunity No. 514-2016 Table of Contents PART A - BID SUBMISSION TABLE OF CONTENTS Form A:

More information

THE CITY OF WINNIPEG BID OPPORTUNITY BID OPPORTUNITY NO. 407-2010

THE CITY OF WINNIPEG BID OPPORTUNITY BID OPPORTUNITY NO. 407-2010 THE CITY OF WINNIPEG BID OPPORTUNITY BID OPPORTUNITY NO. 407-2010 2010 ACTIVE TRANSPORATION INFRASTRUCTURE PROGRAM DAKOTA/DUNKIRK PATHWAY PHASE I WARDE AVENUE TO BISHOP GRANDIN BOULEVARD Bid Opportunity

More information

Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence

Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence Sealed request for quotes will be received by Brian Tocheri, CAO/Clerk at 341 10 th St. Hanover, Ontario, N4N 1P5 until 2:00 pm,

More information

Atrium Skylight Repair Carleton Lodge

Atrium Skylight Repair Carleton Lodge Requirement Period of Contract The successful bidder shall complete the work no later than 27 November 2015. Closing Date Quotations must be submitted no later than close of business day (11:59 pm) on

More information

THE CITY OF WINNIPEG BID OPPORTUNITY BID OPPORTUNITY NO. 233-2016 2016 WATERMAIN RENEWALS CONTRACT

THE CITY OF WINNIPEG BID OPPORTUNITY BID OPPORTUNITY NO. 233-2016 2016 WATERMAIN RENEWALS CONTRACT THE CITY OF WINNIPEG BID OPPORTUNITY BID OPPORTUNITY NO. 233-2016 2016 WATERMAIN RENEWALS CONTRACT 1 Bid Opportunity No. 233-2016 Table of Contents TABLE OF CONTENTS PART A - BID SUBMISSION Form A: Bid

More information

Section IX. Annex to the Particular Conditions - Contract Forms

Section IX. Annex to the Particular Conditions - Contract Forms Section IX. Annex to the Particular Conditions - Contract Forms Table of Forms Notification of Award Contract Agreement Performance Security Advance Payment Security Retention Money Security - 2 - Notification

More information

Canterbury Park Pool Chamber Replacement

Canterbury Park Pool Chamber Replacement Requirement Request For Quotation To provide services, equipment and materials to replace the Concrete Pool Service & Drainage vault at the Canterbury Park Pool located at 2185 Arch Street, Ottawa, ON

More information

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas Request For Proposal Furnish Schneider Business Park Signs Design Build Services For the Cibolo Economic Development Corporation Cibolo, Texas The City of Cibolo, Texas Economic Development Corporation

More information

SAMPLE 1. GC17 INDEMNIFICATION. (a) (i) (ii) -1-6sgc.doc

SAMPLE 1. GC17 INDEMNIFICATION. (a) (i) (ii) -1-6sgc.doc 1. GC17 INDEMNIFICATION Except as provided in the Contractor shall be liable for, and shall indemnify and hold harmless the Owner against all claims, demands, losses, costs, damages, actions, suits or

More information

BID BOND CITY OF EAST POINT, GEORGIA

BID BOND CITY OF EAST POINT, GEORGIA BID BOND CITY OF EAST POINT, GEORGIA BIDDER (Name and Address): SURETY (Name and Address of Principal Place of Business): OWNER (hereinafter referred to as the City (Name and Address): City of East Point

More information

PROJECT NO. 2733, RFP NO. 14-15/02. Peralta Community College District. 333 East 8th Street, Oakland, CA 94606. Questions

PROJECT NO. 2733, RFP NO. 14-15/02. Peralta Community College District. 333 East 8th Street, Oakland, CA 94606. Questions PROJECT NO. 2733, RFP NO. 14-15/02 Peralta Community College District 333 East 8th Street, Oakland, CA 94606 August 7, 2014 ADDENDUM No. 1 This addendum supersedes items of the original contract documents

More information

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1 388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation

More information

SUBCONTRACTOR LABOR AND MATERIAL PAYMENT BOND ("Bond") SURETY Address

SUBCONTRACTOR LABOR AND MATERIAL PAYMENT BOND (Bond) SURETY Address Bond # SUBCONTRACTOR LABOR AND MATERIAL PAYMENT BOND ("Bond") KNOW ALL PERSONS BY THESE PRESENTS; that SUBCONTRACTOR as Principal (the "Subcontractor"), and SURETY as Surety or Co-sureties (hereinafter

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION Requirement Interceptor Installation Cyrville Yard Period of Contract The successful bidder shall complete the work no later than 31 August 2015 Closing Date Quotations must be submitted no later than

More information

3. GC 25 WORKPLACE HEALTH, SAFETY AND COMPENSATION COMMISSION

3. GC 25 WORKPLACE HEALTH, SAFETY AND COMPENSATION COMMISSION 1. GC17 INDEMNIFICATION Except as provided in the Contractor shall be liable for, and shall indemnify and hold harmless the Owner against all claims, demands, losses, costs, damages, actions, suits or

More information

NC General Statutes - Chapter 44A Article 3 1

NC General Statutes - Chapter 44A Article 3 1 Article 3. Model Payment and Performance Bond. 44A-25. Definitions. Unless the context otherwise requires in this Article: (1) "Claimant" includes any individual, firm, partnership, association or corporation

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION Requirement The City of Ottawa, hereinafter referred to as the City, is requesting the submission of quotations for the completion of masonry restoration at the Nepean Creative Arts Centre located at 35

More information

THE CITY OF WINNIPEG BID OPPORTUNITY BID OPPORTUNITY NO. 598-2016 RECONSTRUCTION OF LAFLECHE TENNIS COURTS

THE CITY OF WINNIPEG BID OPPORTUNITY BID OPPORTUNITY NO. 598-2016 RECONSTRUCTION OF LAFLECHE TENNIS COURTS THE CITY OF WINNIPEG BID OPPORTUNITY BID OPPORTUNITY NO. 598-2016 RECONSTRUCTION OF LAFLECHE TENNIS COURTS Bid Opportunity No. 598-2016 Table of Contents PART A - BID SUBMISSION TABLE OF CONTENTS Form

More information

DEPARTMENT OF TRANSPORTATION AND INFRASTRUCTURE RENEWAL PAYMENT BOND. Bond Number: Contract Number: KNOW ALL PERSONS BY THESE PRESENTS, that we

DEPARTMENT OF TRANSPORTATION AND INFRASTRUCTURE RENEWAL PAYMENT BOND. Bond Number: Contract Number: KNOW ALL PERSONS BY THESE PRESENTS, that we DEPARTMENT OF TRANSPORTATION AND INFRASTRUCTURE RENEWAL PAYMENT BOND Bond Number: Contract Number: Amount: $ KNOW ALL PERSONS BY THESE PRESENTS, that we, as Principal (Contractor (hereinafter called the

More information

CITY OF FAIRFAX TELECOMMUNICATION FACILITY BONDING PACKAGE

CITY OF FAIRFAX TELECOMMUNICATION FACILITY BONDING PACKAGE CITY OF FAIRFAX TELECOMMUNICATION FACILITY BONDING PACKAGE CITY OF FAIRFAX TELECOMMUNICATION FACILITY BONDING PACKAGE CONTENTS Informational Letter City of Fairfax Telecommunications Code, Ordinance &

More information

CONSULTING SERVICES AGREEMENT THE CORPORATION OF THE CITY OF GUELPH, an Ontario municipality. ( City ) and. an Ontario. ( Consultant").

CONSULTING SERVICES AGREEMENT THE CORPORATION OF THE CITY OF GUELPH, an Ontario municipality. ( City ) and. an Ontario. ( Consultant). Page 1 of 13 CONSULTING SERVICES AGREEMENT This consulting services agreement is between: THE CORPORATION OF THE CITY OF GUELPH, an Ontario municipality ( City ) and, an Ontario ( Consultant"). The parties

More information

Test Bore, Monitoring Well, & Underground Storage Tank Decommissioning Permit Application Packet

Test Bore, Monitoring Well, & Underground Storage Tank Decommissioning Permit Application Packet Test Bore, Monitoring Well, & Underground Storage Tank Decommissioning Permit Application Packet This packet contains the requirements and forms needed to apply for a permit allowing test bore, monitoring

More information

FIGURE 20 BOND FORMS

FIGURE 20 BOND FORMS KNOW ALL MEN BY THESE PRESENTS: FIGURE 20 BOND FORMS A. PERFORMANCE/WARRANTY BOND THAT [Insert the legal name and address of Contractor for Subdivider/Developer], as Principal, hereinafter called the Contractor,

More information

HEALTH CONTRACTOR INSURED CONSTRUCTION PROJECTS

HEALTH CONTRACTOR INSURED CONSTRUCTION PROJECTS HEALTH CONTRACTOR INSURED CONSTRUCTION PROJECTS Insurance and Indemnification Clauses (to be included in Supplementary Conditions to the CCDC 2 2008 Contracts for Health projects with an Estimated Project

More information

HEALTH OWNER INSURED CONSTRUCTION PROJECTS

HEALTH OWNER INSURED CONSTRUCTION PROJECTS HEALTH OWNER INSURED CONSTRUCTION PROJECTS Insurance and Indemnification Clauses (to be included in Supplementary Conditions to the Design - Build Stipulated Price Contract 14-2000 for Health projects

More information

Kentucky Department of Education Version of Document A312 2010

Kentucky Department of Education Version of Document A312 2010 Kentucky Department of Education Version of Document A312 2010 Performance Bond CONTRACTOR: (Name, legal status and address) SURETY: (Name, legal status and principal place of business) OWNER: (Name, legal

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS ARTICLE 1 PROPOSAL REQUIREMENTS AND CONDITIONS 1.1 Contract Documents The documents that comprise the Contract Documents are set forth in the Agreement and the definition of "Contract

More information

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control City of Boulder, Colorado Request for Proposals RFQ #74-2012 The City of Boulder is soliciting Statements of Qualification and hourly billing rates from contractors with experience in General Scope of

More information

PERFORMANCE BOND INSTRUCTIONS (FEB 2015)

PERFORMANCE BOND INSTRUCTIONS (FEB 2015) PERFORMANCE BOND INSTRUCTIONS (FEB 2015) 1. Introduction a. Procurement Services Division has posted two distinct performance bond forms. One is an indemnity bond. The other is a completion bond. The nature

More information

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM 200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM

More information

1. Technical Offer Submission Sheet

1. Technical Offer Submission Sheet 8. Sample Forms SUMMARY Sample Form No. 1: 1. TECHNICAL OFFER SUBMISSION SHEET... 3 Sample Form No. 2: 2. PRICE OFFER SUBMISSION SHEET... 5 Sample Form No. 3: 3. BID SECURITY... 6 Sample Form No. 4: 4.

More information

COMMONWEALTH OF VIRGINIA STANDARD PERFORMANCE BOND

COMMONWEALTH OF VIRGINIA STANDARD PERFORMANCE BOND (Rev 03/02) Page 1 of 6 COMMONWEALTH OF VIRGINIA STANDARD PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That, the Contractor ( Principal ) whose principal place of business is located at and ( Surety

More information

Request for Quotation

Request for Quotation City of Richmond Business and Financial Services Department Request for Quotation Supply and Delivery of NETWORK SWITCHES Bidders are requested to respond to this Quotation call as instructed subject to

More information

Expedited Dispute Resolution Bond (P3 Form)

Expedited Dispute Resolution Bond (P3 Form) Expedited Dispute Resolution Bond (P3 Form) Bond No. KNOW ALL WHO SHALL SEE THESE PRESENTS: THAT WHEREAS, (the "Owner") has awarded to (the "Obligee"), a Public-Private Agreement (the PPA ) for a project

More information

SURETY. and Title: (Any additional signatures appear on the last page of this Performance Bond.)

SURETY. and Title: (Any additional signatures appear on the last page of this Performance Bond.) Performance Bond Document A312 2010 CONTRACTOR: (Name, legal status and address) SURETY: (Name, legal status and principal place of business) OWNER: (Name, legal status and address) CONSTRUCTION CONTRACT

More information

This page left blank intentionally

This page left blank intentionally ATTACHMENT 13 PERFORMANCE AND PAYMENT BONDS This page left blank intentionally RFP #0606-14 Attachment 13: Payment & Performance Bonds Page 1 of 8 PAYMENT BOND (CALIFORNIA PUBLIC WORK) KNOW ALL MEN BY

More information

ADVERTISEMENT FOR BIDDERS

ADVERTISEMENT FOR BIDDERS ADVERTISEMENT FOR BIDDERS Sealed Bids will be received by the City of Lookout Mountain, Georgia, 1214 Lulu Lake Road, Lookout Mountain, Georgia 30103, Attention: Brad Haven, City Manager until: for the

More information

AIA Document A310 TM 2010

AIA Document A310 TM 2010 AIA Document A310 TM 2010 Bid Bond CONTRACTOR: OWNER: «Lane County» «125 East Eighth Avenue BOND AMOUNT: $ PROJECT: (Name, location or address, and Project number, if any) «Lane County Adult Corrections

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL THE CITY OF WINNIPEG REQUEST FOR PROPOSAL RFP NO. 94-2015 REQUEST FOR PROPOSAL FOR THE DESIGN AND DIGITAL PRE-PRESS PRODUCTION OF THE CITY OF WINNIPEG ANNUAL REPORT AND COMPANION DOCUMENT (DETAILED FINANCIAL

More information

APPENDIX D CONTRACTUAL AGREEMENT (Sample) THE GOVERNMENT OF SASKATCHEWAN as represented by the Minister of Energy and Resources

APPENDIX D CONTRACTUAL AGREEMENT (Sample) THE GOVERNMENT OF SASKATCHEWAN as represented by the Minister of Energy and Resources APPENDIX D CONTRACTUAL AGREEMENT (Sample) THIS AGREEMENT made in duplicate, BETWEEN: THE GOVERNMENT OF SASKATCHEWAN as represented by the Minister of Energy and Resources (Hereinafter referred to as the

More information

INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000

INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000 Page 1 of 9 DOCUMENT 00850 INDEMNIFICATION AND INSURANCE REQUIREMENTS EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000 Indemnity The Contractor shall indemnify, defend, and hold

More information

SECTION 00900 PERFORMANCE BOND., hereinafter called PRINCIPAL, and

SECTION 00900 PERFORMANCE BOND., hereinafter called PRINCIPAL, and SECTION 00900 PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: THAT (Name or Contractor) a (Address of Contractor) (Corporation, Partnership, or Individual), hereinafter called PRINCIPAL, and (Name

More information

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID INVITATION TO BID Sealed bid proposals, plainly marked "Plumbing Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,

More information

STATE OF OKLAHOMA WORKERS COMPENSATION COURT 1915 NORTH STILES OKLAHOMA CITY, OKLAHOMA 73105-4904 SURETY BOND OF SELF-INSURER OF WORKERS COMPENSATION

STATE OF OKLAHOMA WORKERS COMPENSATION COURT 1915 NORTH STILES OKLAHOMA CITY, OKLAHOMA 73105-4904 SURETY BOND OF SELF-INSURER OF WORKERS COMPENSATION STATE OF OKLAHOMA WORKERS COMPENSATION COURT 1915 NORTH STILES OKLAHOMA CITY, OKLAHOMA 73105-4904 SURETY BOND OF SELF-INSURER OF WORKERS COMPENSATION IN THE MATTER OF THE PERMIT OF ) ) ) S U R E T Y B

More information

#5 Independent Contractor Form - With Insurance With Bonds

#5 Independent Contractor Form - With Insurance With Bonds #5 Independent Contractor Form - With Insurance With Bonds Proposed use: Contracts for smaller projects not involving street construction but important enough to require performance and require an avenue

More information

EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000

EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000 INSURANCE REQUIREMENTS F CONSTRUCTION CONTRACTS ABOVE $30,000 Indemnity To the fullest extent allowed by law, the Contractor shall indemnify, defend, and hold harmless the County of Santa Clara (hereinafter

More information

THE CITY OF WINNIPEG BID OPPORTUNITY BID OPPORTUNITY NO. 645-2013

THE CITY OF WINNIPEG BID OPPORTUNITY BID OPPORTUNITY NO. 645-2013 THE CITY OF WINNIPEG BID OPPORTUNITY BID OPPORTUNITY NO. 645-2013 REPLACEMENT OF VALVE CHAMBER AND ASSOCIATED WORKS AT ELDRIDGE AVENUE AND HANEY STREET Table of Contents Bid Opportunity No. 645-2013 Page

More information

Request for Quotation

Request for Quotation City of Richmond Business and Financial Services Department Request for Quotation Bidders are requested to respond to this Quotation call as instructed subject to the provisions contained herein. Name

More information

LREC/ZREC Requirements for the Forms and Methods of Providing Performance Assurance

LREC/ZREC Requirements for the Forms and Methods of Providing Performance Assurance LREC/ZREC Requirements for the Forms and Methods of Providing Performance Assurance NOTE: These requirements apply to Performance Assurance for Low Emission REC (LREC), Medium Zero Emission REC (Medium

More information

ARTICLE 11. INSURANCE AND BONDS

ARTICLE 11. INSURANCE AND BONDS Provide submittals to Architect / Engineer that are required by any governing body or other authorities. Upon receipt of the Contractor s list, the Architect will make an inspection to determine whether

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL THE CITY OF WINNIPEG REQUEST FOR PROPOSAL RFP NO. 220-2010 ICE PLANT REFURBISHMENT AT CENTURY ARENA 1377 CLARENCE AVENUE RFP No. 220-2010 Table of Contents TABLE OF CONTENTS PART A - PROPOSAL SUBMISSION

More information

Request for Proposal # 4545. Construction Management Services

Request for Proposal # 4545. Construction Management Services Request for Proposal # 4545 Construction Management Services Building Envelope Replacement Dunsmuir Hall Student Residence 3 University Crescent For Issue date: 02 February 2007 Closing Location: Malaspina

More information

INDEPENDENT CONTRACTOR SERVICES AGREEMENT

INDEPENDENT CONTRACTOR SERVICES AGREEMENT INDEPENDENT CONTRACTOR SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 2010, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal corporation, whose

More information

Upon receipt of a letter of intent to award a contract, Bidder shall provide Performance and Payment Bonds as outlined below.

Upon receipt of a letter of intent to award a contract, Bidder shall provide Performance and Payment Bonds as outlined below. Section 10 - Page 1 of 5 Bonding Requirements Performance Bond and Payment Bond Upon receipt of a letter of intent to award a contract, Bidder shall provide Performance and Payment Bonds as outlined below.

More information

PERFORMANCE BOND. That we, (operator name as established by Office of Conservation and address) (hereinafter called the Principal ), and

PERFORMANCE BOND. That we, (operator name as established by Office of Conservation and address) (hereinafter called the Principal ), and (Multiple Wells) Bond No. PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we, (operator name as established by Office of Conservation and address) (hereinafter called the Principal ), and (bonding

More information

REQUEST FOR QUOTATION for MUNICIPAL DRAIN MAINTENANCE WORK RFQ-DM NO. XXXXX. DRAIN NAME ~ XXX Drain

REQUEST FOR QUOTATION for MUNICIPAL DRAIN MAINTENANCE WORK RFQ-DM NO. XXXXX. DRAIN NAME ~ XXX Drain DEVELOPMENT SERVICES ENGINEERING DIVISION MUNICIPAL DRAIN SECTIONS Doc. ID No.: T4 Rev.0, April 2014 REQUEST FOR QUOTATION for MUNICIPAL DRAIN MAINTENANCE WORK RFQ-DM NO. XXXXX DRAIN NAME ~ XXX Drain OFFICIAL

More information

PERMIT BOND ONE LOCATION LIABILITY. KNOW ALL PERSONS BY THESE PRESENTS, that we,

PERMIT BOND ONE LOCATION LIABILITY. KNOW ALL PERSONS BY THESE PRESENTS, that we, PERMIT BOND ONE LOCATION LIABILITY KNOW ALL PERSONS BY THESE PRESENTS, that we, hereinafter referred to as the Principal, and hereinafter referred to as the (or Sureties ) are held and firmly bound to

More information

PAYMENT BOND. KNOW ALL MEN BY THESE PRESENTS that we,, as Principal (the Principal ), and, a corporation organized

PAYMENT BOND. KNOW ALL MEN BY THESE PRESENTS that we,, as Principal (the Principal ), and, a corporation organized PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS that we,, as Principal (the Principal ), and, a corporation organized and existing under laws of the of, with a principal office at, and authorized to do business

More information

SURETY BOND - SAMPLE FORM

SURETY BOND - SAMPLE FORM FORM-SI-BOND SURETY BOND - SAMPLE FORM OKLAHOMA WORKERS COMPENSATION COMMISSION 1915 N. STILES AVENUE OKLAHOMA CITY, OK 73105 SURETY BOND OF SELF-INSURER OF WORKERS COMPENSATION IN THE MATTER OF THE PERMIT

More information

COC-Insurance Requirements Page 1 of 9

COC-Insurance Requirements Page 1 of 9 CITY OF CONCORD INSURANCE AND INDEMNIFICATION REQUIREMENTS (The 1 st two pages provide basic insurance requirements information.) Insurance Required: See below Sample in Contract Limits of Coverage: Additional

More information

Village of Nakusp RFQ 2016-1 Source Protection Plan

Village of Nakusp RFQ 2016-1 Source Protection Plan RFQ 2016-1 Source Protection Plan The is requesting quotations from qualified professional consultants or firms to undertake a Source Protection Plan for the Village s surface water sources (Halfway Creek,

More information

REQUEST FOR PROPOSAL. 2013-RFP-20 Fleet Insurance Brokerage Services

REQUEST FOR PROPOSAL. 2013-RFP-20 Fleet Insurance Brokerage Services ISSUE DATE: NOVEMBER 25, 2013 REQUEST FOR PROPOSAL 2013-RFP-20 Fleet Insurance Brokerage Services Original and two (2) copies of a Proposal in an envelope plainly marked "2013-RFP-20 Fleet Insurance Brokerage

More information

SECTION 3 AWARD AND EXECUTION OF CONTRACT

SECTION 3 AWARD AND EXECUTION OF CONTRACT SECTION 3 AWARD AND EXECUTION OF CONTRACT 3.01 CONSIDERATION OF BIDS: After the Proposals are opened and read, the approximate estimated quantity of each item multiplied by the unit price bid for that

More information

CALIFORNIA TRANSPORTATION COMMISSION DESIGN-BUILD DEMONSTRATION PROGRAM STANDARD FORM OF PAYMENT AND PERFORMANCE BOND

CALIFORNIA TRANSPORTATION COMMISSION DESIGN-BUILD DEMONSTRATION PROGRAM STANDARD FORM OF PAYMENT AND PERFORMANCE BOND CALIFORNIA TRANSPORTATION COMMISSION WSSED BY DESIGN-BUILD DEMONSTRATION PROGRAM STANDARD FORM OF PAYMENT AND PERFORMANCE BOND FEB 2 4 2010 1.1. WHEREAS the Design-Build Demonstration Program was established

More information

DIVISION OF BANKING 1511 Pontiac Avenue, Bldg. 68-2 Cranston, Rhode Island 02920 UNIFORM DEBT-MANAGEMENT SERVICES ACT BOND

DIVISION OF BANKING 1511 Pontiac Avenue, Bldg. 68-2 Cranston, Rhode Island 02920 UNIFORM DEBT-MANAGEMENT SERVICES ACT BOND Bond Debt-Management Services Rev. 02/22/11 Bond Number DIVISION OF BANKING 1511 Pontiac Avenue, Bldg. 68-2 Cranston, Rhode Island 02920 UNIFORM DEBT-MANAGEMENT SERVICES ACT BOND WHEREAS application has

More information

EXHIBIT S - BOND SURETY FORMS

EXHIBIT S - BOND SURETY FORMS EXHIBIT S - BOND SURETY FORMS PERFORMANCE BOND 1. KNOW ALL MEN BY THESE PRESENTS, THAT: (name) (address) as Principal, hereinafter called Principal, and (surety name) (surety address) a corporation organized

More information

CONSULTANT AGREEMENT

CONSULTANT AGREEMENT Douglas County School District Re.1 Castle Rock, Colorado CONSULTANT AGREEMENT This agreement, dated effective as of is made and entered into by and between the Douglas County School District Re.1, Douglas

More information

Request for Proposal

Request for Proposal Request for Proposal Design, Build, Lease Rooftop Solar PV System RFP# 14-2015 Calabogie Community Rink, 574 Mill Street, Calabogie, Ontario Proposal Closing Date: September 25, 2015; 2:00 PM Local Time

More information

During the performance of this contract, the contractor, for itself, its assignees and successors in interest agrees as follows:

During the performance of this contract, the contractor, for itself, its assignees and successors in interest agrees as follows: CONTRACT FORM CONTRACT # This Contract, made and entered into this day of, 20, by and between the State of Nevada Department of Transportation, hereinafter called the Department, and (Contractor Name and

More information

Permit Number: Date Issued: Permit Fee: Invoice Number:

Permit Number: Date Issued: Permit Fee: Invoice Number: City of Burnaby Page 1 of 4 Encroachment Application and Permit Agreement (Testpit, Monitoring Well, Borehole or Vacuum-Hole Installation, Minor Excavation or other Non-Intrusive Work) Rev. 5-2013 Permit

More information

Bidding Documents. Procurement of Cloud-based Mobile CRM with Back-Office Services Education E-Governance PMU. Education & Literacy Department

Bidding Documents. Procurement of Cloud-based Mobile CRM with Back-Office Services Education E-Governance PMU. Education & Literacy Department Bidding Documents For Procurement of Cloud-based Mobile CRM with Back-Office Services Education E-Governance PMU Education & Literacy Department (FINANCIAL PROPOSAL) [F:PPRA BOOK (Azeem1)] Page 1 Part

More information

BID BOND. are held firmly bound unto the LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY, hereinafter called Metro, DOLLARS.

BID BOND. are held firmly bound unto the LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY, hereinafter called Metro, DOLLARS. KNOW ALL MEN BY THESE PRESENTS: THAT, and, as Principal are held firmly bound unto the LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY, hereinafter called Metro, as Surety in the sum of (use words)

More information

Request for Quotation (RFQ) Hydrilla management via benthic matting in Henrietta, NY. Re-Release Date: Monday, December 7, 2015

Request for Quotation (RFQ) Hydrilla management via benthic matting in Henrietta, NY. Re-Release Date: Monday, December 7, 2015 New York State Department of Environmental Conservation Division of Lands and Forests Invasive Species Coordination Unit 625 Broadway, Floor 5 Albany, NY 12233-4250 Request for Quotation (RFQ) Hydrilla

More information

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS NAME OF CONTRACTOR: RESPONSIBLE PRINCIPAL OF CONTRACTOR:, Vendor

More information

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule

More information

(House and Land) Approved by the Nova Scotia Real Estate Commission for use by Industry Members under the Real Estate Trading Act.

(House and Land) Approved by the Nova Scotia Real Estate Commission for use by Industry Members under the Real Estate Trading Act. AGREEMENT OF PURCHASE & SALE FOR TURN KEY NEW CONSTRUCTION (House and Land) Approved by the Nova Scotia Real Estate Commission for use by Industry Members under the Real Estate Trading Act The Buyer of

More information

INDEPENDENT CONTRACTORS AGREEMENT

INDEPENDENT CONTRACTORS AGREEMENT INDEPENDENT CONTRACTORS AGREEMENT THIS AGREEMENT entered into by and between (hereafter the Contractor ) and the Park District of Highland Park (hereafter Park District ). WHEREAS, Contractor will be performing

More information

December 1, 2015 December 31, 2016 (Option to Renew for One (1) Additional Year) RFP-F18-2015-05

December 1, 2015 December 31, 2016 (Option to Renew for One (1) Additional Year) RFP-F18-2015-05 Joint Request for Proposal For the Provision of By-law Enforcement and Property Standards Services For Township of Chatsworth Municipality of Grey Highlands Municipality of West Grey December 1, 2015 December

More information

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois INTERACTIVE WHITEBOARDS (SMARTBOARDS) AND DIGITAL PROJECTORS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School

More information

AIA Document A312 - Electronic Format. Performance Bond

AIA Document A312 - Electronic Format. Performance Bond AIA Document A312 - Electronic Format Performance Bond THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. AUTHENTICATION

More information

KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,

KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, SURETY BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, (Contractor's Name) as Principal, and, as Surety, are hereby held and firmly bound into City of Buckeye as OWNER in the penal sum of

More information

How To Write A Contract Between College And Independent Contractor

How To Write A Contract Between College And Independent Contractor Independent Contractor Agreement (Long Form) This Agreement is made between Babson College ("College"), a Massachusetts non-profit corporation with a principal place of business at 231 Forest Street, Babson

More information

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES The Trustees of the Governor William Stoughton Trust (hereinafter the Trustees ) issue this

More information

EDUCATION (K-12) OWNER INSURED CONSTRUCTION PROJECTS

EDUCATION (K-12) OWNER INSURED CONSTRUCTION PROJECTS EDUCATION (K-12) OWNER INSURED CONSTRUCTION PROJECTS Insurance and Indemnification Clauses (to be included in Supplementary Conditions to the CCDC 2 2008 Contracts for Education (K-12) projects insured

More information

BRITISH SOCCER CAMP A G R E E M E N T

BRITISH SOCCER CAMP A G R E E M E N T THE STATE OF TEXAS * COUNTY OF CORYELL * KNOW ALL MEN BY THESE PRESENTS: BRITISH SOCCER CAMP A G R E E M E N T This agreement is made and entered into this the 20th day of January, 2015 by and between

More information

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT Contract #: Total Obligation: AGREEMENT BETWEEN: The Georgia Department of Transportation s location identified in Paragraph 101A

More information

Payment Bond U.S. Department of Housing OMB Approval No. 0000-0000 and Urban Development (Exp. 00/00/00) Office of Housing

Payment Bond U.S. Department of Housing OMB Approval No. 0000-0000 and Urban Development (Exp. 00/00/00) Office of Housing 1 Payment Bond U.S. Department of Housing OMB Approval No. 0000-0000 and Urban Development (Exp. 00/00/00) Office of Housing Public Reporting Burden for this collection of information is estimated to average

More information

STANDARD CONTRACT EXECUTION FORMS

STANDARD CONTRACT EXECUTION FORMS THE BIDDING AND CONTRACT PROVISIONS Document Section 00 50 00 - Standard Contract Execution Forms (Standard Contract Set) STANDARD CONTRACT EXECUTION FORMS 1. EXECUTION OF THE AGREEMENT 1.1 Extraneous

More information

Bond Form Commentary and Comparison

Bond Form Commentary and Comparison Bond Form Commentary and Comparison AIA Document A310 2010, Bid Bond, and AIA Document A312 2010, Performance Bond and Payment Bond INTRODUCTION Since the first publication of The Standard Form of Bond

More information

LEGAL NOTICE - BIDS WANTED CARPET REMOVAL AND INSTALLATION AT THE POLICE DEPARTMENT

LEGAL NOTICE - BIDS WANTED CARPET REMOVAL AND INSTALLATION AT THE POLICE DEPARTMENT INFORMAL BID PACKAGE NO. 12-38 CITY OF BEVERLY HILLS PUBLIC WORKS & TRANSPORTATION - PROJECT ADMINISTRATION 345 FOOTHILL ROAD BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED CARPET REMOVAL AND

More information

ASSOCIATION OF AMHERST STUDENTS (AAS) Office of the Treasurer and Budgetary Committee

ASSOCIATION OF AMHERST STUDENTS (AAS) Office of the Treasurer and Budgetary Committee ASSOCIATION OF AMHERST STUDENTS (AAS) Office of the Treasurer and Budgetary Committee AGREEMENT FOR CONSULTING SERVICES This Agreement is made between the Association of Amherst Students (Association)

More information

Ohio Department of Transportation

Ohio Department of Transportation Ohio Department of Transportation 1980 West Broad Street, Columbus, Ohio 43223 Office of Contracts February 1, 2008 1525 DITMORE STROLL NEWARK, OH 43055 Re: Project Number 080088 Dear Contractor: This

More information

Independent Contractor Agreement. Name of Contractor: Address: Social Security or Tax I.D. Number:

Independent Contractor Agreement. Name of Contractor: Address: Social Security or Tax I.D. Number: HOFSTRA UNIVERSITY Name of Contractor: Address: Social Security or Tax I.D. Number: Independent Contractor Agreement THIS INDEPENDENT CONTRACTOR AGREEMENT (together with any attachments referred to below,

More information

LREC/ZREC Acceptable Forms and Methods of Providing Performance Assurance

LREC/ZREC Acceptable Forms and Methods of Providing Performance Assurance The United Illuminating Company LREC/ZREC Acceptable Forms and Methods of Providing Performance Assurance You are required to post 1 Performance Assurance in the amount specified on the Cover Sheet/Service

More information

Contract for Capital Purchase N [reference of the COMPANY]

Contract for Capital Purchase N [reference of the COMPANY] Contract for Capital Purchase N [reference of the COMPANY] Between [ ].... represented by the duly authorized persons designated on the signature page of the present CONTRACT, hereinafter referred to in

More information

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS Contracting for Independent Contractor services with the University of Utah may require completion of the following: Employee/Independent

More information