plessis road twinning and grade separation at cn redditt subdivision – contract 3

57
Plessis Road Twinning and Grade Separation at CN Redditt Subdivision – Contract 3 Bidders’ Conference – Bid Opp. No. 712-2013 December 4, 2013

Upload: kalia-dejesus

Post on 01-Jan-2016

33 views

Category:

Documents


0 download

DESCRIPTION

Plessis Road Twinning and Grade Separation at CN Redditt Subdivision – Contract 3. Bidders’ Conference – Bid Opp. No. 712-2013 December 4, 2013. Agenda. Safety Minute Team Introduction Part A – Bid Submission Part B – Bidding Procedures Part C – General Conditions - PowerPoint PPT Presentation

TRANSCRIPT

Plessis Road Twinning and Grade Separation at CN Redditt Subdivision – Contract 3

Bidders’ Conference – Bid Opp. No. 712-2013

December 4, 2013

Agenda

• Safety Minute

• Team Introduction

• Part A – Bid Submission

• Part B – Bidding Procedures

• Part C – General Conditions

• Part D – Supplemental Conditions

• Part E – Specifications & Appendices

• Other

• Questions

BID OPPORTUNITY #712-2013PART A

Bid Submission

• Offer shall be open for acceptance, binding and irrevocable for 60 days

• Form B – Electronic Form B provided on the City Website– Negative items in Section A, Section F and Section G

• Sections A and G have a reduction in length of caissons• Section F is the salvage value of the removed rail materials

• Bid Bond (10% of the Total Bid Price)

• Agreement to Bond (50% of the Contract Price)

• Standby Letter of Credit (50% of the Contract Price)

BID OPPORTUNITY #712-2013PART B

Bidding Procedures

• Submission Deadline December 20, 2013

• Site Investigation December 11, 2013 at 3:30 pm – CN Contractor Orientation Training required (meet at 2120 Dugald Rd)

• B12.3 Qualification – Bidder shall have successfully carried out at least three (3) deep excavations

in the Upper Carbonate Aquifer– Bidder shall employ key staff who have successfully carried out at least three

(3) deep excavations in the Upper Carbonate Aquifer

• B12.7 Rail Bidder Eligibility– The Bidder may be required to submit a letter confirming CN acceptance of

Bidder and any proposed subcontractors.

BID OPPORTUNITY #712-2013PART C

General Conditions

• The General Conditions for Construction (Revision 2006 12 15) are applicable to the Work of the Contract.

• The General Conditions for Construction are available on the Information Connection page at The City of Winnipeg, Corporate Finance, Materials Management Division website at http://www.winnipeg.ca/matmgt/gen_cond.stm

• A reference in the Bid Opportunity to a section, clause or subclause with the prefix “C” designates a section, clause or subclause in the General Conditions for Construction.

BID OPPORTUNITY #712-2013PART D

Contract Administrator

Barry Biswanger, P. Eng.

Senior Structural Engineer, Transportation

AECOM – 99 Commerce Drive, Winnipeg, MB R3P 0Y7

Telephone No. 204-928-7411

Facsimile No. 204-284-2040

Email: [email protected]

D2. Scope of Work• Roadway Construction

– Plessis Road Asphalt Pavement Reconstruction – Plessis Road Concrete Reconstruction – Overhead Sign Structure removal and installation

• Underpass Structures– Construction of a new 2-span Through Plate Girder (TPG) railway bridge

supported by rock-socketed caisson foundations – Steel sheet pile retaining walls

• Land Drainage Sewers

• Pumping Station

• Dry Pond

• Rail– Track construction, shoofly removal– Embankment Works

• Miscellaneous Underground Works

• Landscaping Works

• Active Transportation Pathways (ATP)

• Demolition

D11. Insurance

• City Provided Insurance– Wrap-up Liability Insurance ($25,000,000)

• Contractor responsible for deductibles up to $50,000 (max. of any one loss)

– Builder’s Risk Insurance (up to max. $35,000,000)• Contractor responsible for deductibles up to $50,000 (max. of any one loss)

– Project Specific Contractors Pollution Liability ($5,000,000 per occurrence)• CPL to remain in place during the performance of the Work and for 24 months after

completion

• Contractor/Sub-Contractor Provided Insurance– Commercial General Liability ($10,000,000)– Automobile Liability Insurance ($5,000,000)– Property Insurance for equipment and tools– Evidence of Insurance to carry out demolition operations– All deductibles shall be borne by Contractor/Sub-Contractor

D17. Environmental Protection Plan

• Prior to commencing construction activities or delivery of materials to Site

• Submit a comprehensive plan to address known or potential environmental issues – Appendix E provides test results from site samples

• Address Federal, Provincial, Municipal and CN requirements

• Erosion and sediment control plan, emergency response, hazardous material storage and disposal

D18. Work Practices on Asbestos-Cement Pipe• Contractor to provide proof of asbestos handling training or

certification

• Disposal of all asbestos waste materials at a disposal site licensed to accept asbestos

D19. Commencement

• Contractor to provide a Safe Work Plan, evidence of insurance, detailed prices, detailed work schedule, Environmental Protection Plan and all other items in D19.2

• Work on properties 1164, 1225 and 1249 Plessis Road shall not commence until the agreements are in place – anticipated for December 31, 2013

• Contractor is required to complete the CN Work Permit Application and provide proof of CN Contractor Safety Training (for all workers on-site)

• City intends to award this Contract by January 17, 2014.

D21. Schedule Restrictions

• CN Protecting Foreman– The Contractor is required to provide a qualified protecting foremen for the

Project.

• Privately Owned Forcemain Shutdowns– 150 mm forcemain in the Plessis Road south of Dugald Road is privately

owned. Schedule of the shutdown to be co-ordinated with the owner.

• Installation of sewer service pipe thru retaining wall structure– To be installed after the northwest retaining wall is constructed

D22. Work by Others

• Manitoba Telecom Services – Relocation/protection of existing lines;

• Shaw – Relocation/protection of existing lines;

• Shell Canada Products Limited – Relocation/protection of existing lines

• Anticipated completion date of March 14, 2014;

• Imperial Oil Limited – Relocation/protection of existing lines north and south of the valve station.

• South lines anticipated completion date of March 14, 2014;• North line anticipated completion date of March 14, 2014;

D22. Work by Others Cont’d

• Manitoba Hydro – Removal and relocation of existing hydro poles and street lighting;– Manitoba Hydro – Installation of new street lighting;– Manitoba Hydro – Relocation of a 12kV line and a 24 kV Feeder;

• CN Works– Fiber relocation – CN Signal and Communication Works;

• Signal and communication cable and train movement control signal installation;

• City of Winnipeg Traffic Services – Erection and maintenance of temporary traffic control signs. Supply and

installation of permanent traffic signs and bases;

• City of Winnipeg Traffic Signals – Removal/modification of existing traffic signals plant and installation of new

Traffic Signals plant;

D22. Work by Others Cont’d

• Contract 1 – Rail Shoofly Grade Preparation and Miscellaneous Wastewater Sewer,

Watermain and Land Drainage Works. • Work has commenced with an anticipated Total Performance Date of November 30,

2013; and

• Contract 2 – Shoofly Track Installation and Permanent Track Construction

• Work is expected to commence on January 2, 2014 with an anticipated Total Performance date of May 7, 2014.

• Phase I – Temporary Shoofly track construction for Contract 2 is anticipated to be complete March 14, 2014.

• Designated work areas on the southwest and northeast corners of Plessis Road and the CN Redditt Subdivision will be required for track assembly.

SEQUENCE OF WORK

D23. Sequence of Work – PHASE I Stage 1 - Pumping Station (Excavation)

Pumping Station & Shoofly(looking west)

D23. Sequence of Work – PHASE I Stage 1 - Pumping Station (Excavation)

D23. Sequence of Work – PHASE I Stage 1 - Pumping Station (Excavation)

PUMP TO525 mm LDS,DISCHARGEN SIDE OF

WEIR GRAVITY DISCHARGE TO DEEP POND

NORTH

D23. Sequence of Work – PHASE I Stage 1 - Pumping Station (Excavation)

• The 200 watermain located on the west side of Plessis Road can be temporarily relocated to accommodate construction.

• The 450 WWS, MTS, Shaw and Manitoba Hydro infrastructure west of the 200 watermain cannot be temporarily or permanently relocated.

• 2-200 mm diameter wells have been installed in close proximity to the Pumping Station and can be used to monitor the groundwater outside of the excavation to verify the aquifer has not been significantly impacted by the Pumping Station excavation and construction works– Monitoring to observe groundwater level changes and to determine if the

water quality of the aquifer has been impacted– Contractor to have a plan for means to control/mitigate turbid groundwater

release in the aquifer from the Pumping Station excavation shoring installation and other activities related to Pumping Station construction

D23. Sequence of Work – PHASE IStage 2 - Miscellaneous Underground Works

D23. Sequence of Work – PHASE I Stage 3 - Underpass Land Drainage Sewers Construction

Sequence of Work – PHASE I Stage 4 - Other LDS Construction

D23. Sequence of Work – PHASE IIStage 1 - Underpass Substructure and Retaining Walls

PierUpper Retaining Wall (Typ.)

TPG SpansAbutment (Typ.)

Lower Retaining Wall (Typ.)

D23. Sequence of Work – PHASE II Stage 1 - Underpass Substructure and Retaining Walls

Restricted Construction Zone for Oil Lines

Upper Retaining Wall (Typ.)

Lower Retaining Wall (Typ.)

Restricted Construction Zone for Rail Shoofly

D23. Sequence of Work – PHASE IIStage 1 - Underpass Substructure and Retaining Walls

• Excavate for abutment and pier construction to limits noted on drawings;

• Construct rock-socketed caissons, abutments and pier cap;

• Install steel sheet piles for upper and lower retaining walls under proposed girders/superstructure; and

• Install sheet piles north of structure with exception of in restricted construction zone north of the bridge

Restricted Construction Zone

RestrictedConstruction Zone

D23. Sequence of Work – PHASE IIStage 2 – Dry Pond Construction Prior to Rail Shoofly Decommissioning

D23. Sequence of Work – PHASE III Stage A1 - Plessis Road Asphalt Reconstruction – Dugald Road to Approx. 300m South

D23. Sequence of Work – PHASE IIIStage B1 - Plessis Road Concrete Reconstruction – 390m south of Kernaghan Avenue to Pandora Avenue W

D23. Sequence of Work – PHASE IIIStage A2 - Plessis Road Asphalt Reconstruction – Dugald Road to Approx. 300m South

D23. Sequence of Work – PHASE III Stage B2 - Plessis Road Concrete Reconstruction – 390m south of Kernaghan Avenue to Pandora Avenue W

D23. Sequence of Work – PHASE IIIStage 3 - Dugald Road Rehabilitation and Plessis Road Concrete Reconstruction – 100m north of Dugald Road

DUGALD ROAD

D23. Sequence of Work – PHASE IVStage 1 - Underpass Superstructures and Retaining Walls

• Install superstructure (bearings, steel TPG spans, trainman’s walkway, waterproofing); and

• Install sheet piles in restricted constructed zone north of bridge after oil lines have been relocated by others.

D23. Sequence of Work – PHASE IV Stage 2 - Rail Construction

D23. Sequence of Work – PHASE VStage 1 - Rail Removal

Rail Shoofly to be removed (looking west)at the Underpass Location

D23. Sequence of Work – PHASE VStage 2 – Retaining Walls and Excavation

• Install steel sheetpiles south of bridge structure; and

• Excavate beneath bridge structure and at shoofly location to subgrade.

D23. Sequence of Work – PHASE VStage 3 – Dry Pond Construction after Rail Shoofly Decommissioning

• Prepare site for fill material;

• Place suitable site material; and

• Excavate surplus site material.

D23. Sequence of Work – PHASE V Stage C1 – Underpass Roadway Reconstruction

D23. Sequence of Work – PHASE VI Stage C2 – Underpass Roadway Reconstruction

D23. Sequence of Work – PHASE VIStage 2 – Miscellaneous Structural Works

• Construct concrete cladding on upper and lower retaining walls;

• Construct drainage, median slab, traffic barriers, concrete caps, and sidewalk/ATP slabs;

• Install “Welcome to Transcona” signs; and

• Install pedestrian handrails and chain link fence.

D23. Sequence of Work – PHASE VIStage 2 – Miscellaneous Structural Works

D23. Sequence of Work – PHASE VIStage 2 – Miscellaneous Structural Works

D23. Sequence of Work – PHASE VIStage 3 - Landscaping Works

D23. Sequence of Work – PHASE VI Stage 4 – Miscellaneous RemovalsStage 5 – Site Restoration

PART DCONTINUED

D24. Building Canada Fund – Major Infrastructure Component

• Funding is being provided to the City of Winnipeg by the Government of Canada (“Canada”) and The Province of Manitoba (“Manitoba”). As required by the City’s funding agreements with Canada and Manitoba, the Contractor must:– Establish and maintain for a period of at least six (6) years following the date

of substantial completion proper and accurate financial accounts and records;

– Permit The City, Manitoba, Canada, the Auditor General of Canada, to inspect the terms of the Contract and any records and accounts respecting the Project, and to have free access to the Project sites and any documentation relevant for the purpose of audit;

– Permit the City, Canada and/or Manitoba and its agents, and their respective authorized representatives, to monitor the Work and to inspect and audit the accounting and other records relating to the Work for a period of six (6) years following June 30, 2015;

D24. Building Canada Fund – Major Infrastructure Component Cont’d

– Indemnify and save Manitoba and its Ministers, officers, employees and agents harmless from and against all claims and demands, losses, costs, damages, actions, suit or other proceedings brought or pursued in any manner in respect of any matter caused by the Contractor or arising from the contract or from the goods or services provided, or required to be provided, by the Contractor, except those resulting from the negligence of any of Manitoba’s Ministers, officers, servants, employees or agents;

– Respect and comply with all applicable legislation and standards, whether federal, provincial or municipal, including (without limitation) labour, environmental, and human rights legislation;

D25. Critical Stages

• Critical Stage 1 – Phase I, Stage 1 as described in D23.1.2 shall be completed by September 30, 2014. Commissioning of Pumping Station is required to provide an adequate test period during non-winter conditions.

• Critical Stage 2 - Phase IV, Stage 2 as described in D23.1.5 shall be completed by September 30, 2014. The opening of the permanent track shall occur when the track is approved by CN for operations and the bridge has been approved by the Contract Administrator and CN.

• Critical Stage 3 – Phase I through Phase V as described in D23 (with the exception of the northbound lanes and sidewalk from 100m north of Dugald Road to 390m south of Kernaghan Avenue) shall be completed and open to traffic by December 31, 2014.

D26. Substantial PerformanceD27. Total Performance

• Substantial Performance - September 1, 2015

• Total Performance – September 30, 2015

• Liquidated Damages– Critical Stage 1 – Five thousand dollars ($5,000)– Critical Stage 2 – Five thousand dollars ($5,000)– Critical Stage 3 – Five thousand dollars ($5,000)– Substantial Performance – Five thousand dollars ($5,000)– Total Performance – Five thousand dollars ($5,000)

• Warranty– 2 year warranty beginning on the date of Total Performance

D31. Prime Contractor

• Contract 1 shall be all underground utility works and the construction of the rail embankments up to the top of the sub-ballast until the date of Total Performance of Bid Opportunity No. 342-2013, Contract 2 shall be the supply and installation of ballast and all track material for the shoofly track construction and the permanent track works and Contract 3 will be all other works relating to the underpass construction.

• Further to C6.26, the Prime Contractor shall serve as and will have the duties of the Prime Contractor in accordance with The Workplace Safety and Health Act (Manitoba) as follows:– Contractor for Contract 2: from the commencement of the Work of

Contract 2 until the commencement on Site of the Work of Contract 3.– Contractor for Contract 3: upon commencement on Site of the Work of

Contract 3.• The time and date of the commencement on Site of the Work of Contract 3 shall

be the time and date determined by the Contract Administrator and stated in a notice to the contractors.

BID OPPORTUNITY #712-2013PART E & APPENDICES

Part E & Appendices

• Pumping Station specifications are in NMS format

• APPENDIX A: Geotechnical Information

• APPENDIX B: CN Safety Requirements and Work Permit Form

• APPENDIX C: Continuous Welding Rail Thermal Expansion

• APPENDIX D: CN Crushed Ballast Material Specification

• APPENDIX E: ALS Environmental Analytical Report

• APPENDIX F: W.L. Gibbons and Associates Groundwater Report

• APPENDIX G: Bournais Drive and Rougeau Avenue Speed Table Locations

OTHER

Other

• Addendum to be issued shortly– Including the presentation and Q&A notes– Including rail items removed from Contract 1 and Contract 2– General Revisions to specifications and drawings

• Drawings included in the presentation are for discussion purposes only, revisions to Contract drawings, if required, will be provided by addendum

• Contractors are reminded that information discussed at the Bidder’s Conference is not to be relied upon for bidding purposes, until it is included in an addendum

• If clarifications and/or interpretation are desired, please request in writing to the Contract Administrator

QUESTIONS