The Municipal District of Taber (MD) is seeking competitive quotations from general contractors to perform the construction for the Hays Wastewater Collection Replacement. The project involves the removal and replacement of an existing sewer line. The anticipated scope of services is as follows but not limited to: • Stripping and Site Preparation: Topsoil is to be stockpiled and replaced once the project has been completed. Contractor is to confirm pipe slopes and invert elevations with a preliminary survey prior to construction to ensure adequate connections to existing manholes and consistent slope on each pipe run. Contractor is to provide sketches confirming elevations and pipes slopes to the MD for review. • Excavation: Excavating the trench to the required depth, ensuring minimal disruption to surrounding infrastructure and property. Excavations side slopes are to conform with minimum standards indicated by OH&S. Any damage caused during excavation to existing manholes are to be assessed by the MD and repaired/replaced by the contractor at their expense. • Removal of Existing Line: Removing the existing sewer line, including any damaged or deteriorated sections. Construction is to be completed without interruption of wastewater services, successful contractor to provide a solution for rerouting wastewater to ensure continued operation after successful proponent has been awarded. Rerouting method/process must be approved by the MD. Pipe disposal will be provided at the Hays landfill which is less than 3km North of the project site. • Installation of New Line: Supply and Installing a new 250 mm SDR 35 PVC sewer line, utilizing high quality materials and adhering to industry best practices. PVC pipe and manhole connections to be submitted to the MD for approval. Pipe downstream of MH1O is recommended to be exposed via hydrovac to determine required elevation of new manholes tie in. During the installation of the new line, new ladder rungs may be required based on the current condition. New rungs are to be epoxy adhered at the same spacing as the existing rungs. The length of the sewer line is approximately 180m and depth ranges between 3.2m – 4.5m to be excavated between Manholes 1Q and 1O as seen on drawings provided. A 400 mm steel pipe casing must extend across the full width of the highway right-of-way (40m). The crossing beneath Highway 875 will need to be bored at the request of Alberta Transportation and Economic Corridors (ATEC) and as specified in the attached geotechnical report provided by J Lobbezoo Engineering & Consulting Services Ltd. The new pipe will be skewed slightly to accommodate drilling at a maximum of 2° skew to the north of the existing line as approved by the MD. A new manhole is to be installed to account for the skew of the pipe on the west side of Hwy 875. The existing tile pipe that will remain under the highway must be grouted to ensure the line will not collapse in the future; a provision should be included for this. • Backfilling and Restoration: Backfilling the trench with suitable material, compacting it to ensure stability, and restoring the site to its original condition with the exception of the landscaping and fencing. The MD will be responsible for seeding and replacing fencing within the project footprint. • Testing and Inspection: Conducting thorough testing and inspections (ie camera inspection) of the new sewer line to verify its functionality and compliance with relevant standards. Testing of backfill material compaction within the footprint of roads or highways is at the cost of the contractor and are to specifications provided. Test results are to be provided to the MD for records and to be forwarded upon receipt. While boring is being completed the contractor must complete and document twice daily a surface survey to ensure no settlement has occurred. The limits of detected settlement would be 15mm for a warning and 25mm would mean a stop work is necessary. • Permitting and Compliance: Obtaining necessary permits and complying with all applicable regulations throughout the project. Utility locates and/or damage to utilities lines are the contractor’s responsibility. The contractor shall be responsible for repairing or replacing any damage caused to utilities in the area. The MD will apply for the ATEC crossing agreement. Notification must be provided to landowners prior to construction if access is required. Reparation for any crop losses will need to be included as part of this contract. Landowner contact information will be shared with the successful proponents after bid. • Reporting: Provide monthly Progress Reports and invoice of work performed by the 1st of every month to the MD of Taber. Contractor is to provide a construction schedule prior to construction start and is to host biweekly meetings with respect to the progress of the project.
Information/Pre-bid Meeting
May 14, 2025 • 10:00 pm (MT)
Meeting Details
A site meeting will be held south of the Hays cemetery on Park Drive on Wednesday, May 14th, 2025 at 10am MST. It would be recommended that all potential proponents attend to meet the team and ask any questions.