The Scope of Work of this RFP generally consists of consulting engineering design and contract administration services to facilitate the following:
(a) Refurbishment of Primary Clarifier Travelling Bridge Collector Nos 1 and 2 running rail, cog rail and related drive system components.
(b) Structural remediation to the aluminum structure of Primary Clarifier Travelling Bridge Collector No 3.
(i) Technical specifications and design drawings for the structural remediation work on Primary Clarifier Travelling Bridge Collector No.3 will be completed outside of the scope of work of this RFP.
The City intends to provide the specifications and drawings at the time of contract award.
(ii) Scope of work of this RFP includes incorporating D7.1(b)(i) into a construction tender package and providing Contract Administration services in completing the structural remedial works. As Contract Administrator you will be responsible for coordinating the repairs with the contractor and Primary Clarifier No. 3 Repair Subconsultant, and ensuring final As-built drawings are provided to the City.
D7.2 The Services required under this Contract shall consist of the following phases and as outlined in D8 to D14 in accordance with the following:
(a) Project Management in accordance with D8;
(b) Preliminary Design Services in accordance with D9;
(c) Detailed Design Services in accordance with D10;
(d) Contract Administration Services in accordance with D11;
(e) Contract Administration Services (Primary Clarifier No. 3 Truss Repair) in accordance with D12;
(f) Commissioning Services in accordance with D13; and
(g) Post Construction Services in accordance with D14.
D7.2.1 Unless otherwise stated, Appendix R – Definition of Professional Consultant Services (Consulting Engineering Services) shall be applicable to the provision of Professional Engineering services for this Project.
D7.2.2 The Services required in the Contract shall be in accordance with the City’s Project Management Manual http://winnipeg.ca/infrastructure/asset-management-program/templates-manuals.stm#2 and templates http://winnipeg.ca/infrastructure/asset-management-program/templates-manuals.stm#4 . Notwithstanding the foregoing, the Consultant is being engaged by the City for its professional expertise; the Consultant shall bring to the Project Manager’s attention any aspect of the City’s Project Management Manual or templates which the Consultant is of the opinion is not consistent with good industry practice.
D7.2.3 The Scope of Services outlined in D7 to D14 provides a brief description of the Services and is only to be considered a guideline for Proposal preparation. The Consultant is encouraged to use their initiative when developing their Proposal to refine the Scope of Services activities and propose additional or alternative activities which they consider appropriate or beneficial to the Project.
The City of Winnipeg Supplemental Conditions
RFP No. 574-2020 Page 8 of 29
Template Version: eServices-RFP-Consulting20191201
D7.2.4 The travelling bridge components included in the Scope of Services for the Contract are those elements physically located above the normal top water line and not included in the SEWPCC Upgrading/Expansion project, specifically but not limited to:
(a) Structural - bridge structural members, joints, welds, previous repairs
(b) Mechanical - rails, rail soleplates, cog tracks, wheel assemblies, and bridge drive systems on Primary Clarifiers 1&2. (note: Similar refurbishment work was completed on Primary Clarifier 3 as part of Bid Opportunity 682-2018).
D7.2.5 Those travelling bridge components which are outside the scope of the Contract are those elements physically located below the normal water line or included under the SEWPCC Upgrading/Expansion project), specifically but not limited to:
(a) sludge and scum collector systems,
(b) primary sludge pumps,
(c) scum removal mechanism,
(d) scum hopper, and
(e) scum pumps
(f) control panel and automation, except for work necessary for the efficient construction and re-commissioning of the work within scope.
D7.2.6 Any additional condition assessments deemed necessary by the Consultant may be completed at any time of the year provided the work is planned, coordinated, and scheduled with WWD engineering and operations staff, does not cause undue disruptions to either the wastewater process or the BO 976-2016 contractor, and follow all health and safety regulations and plant safe work procedures.
D7.2.7 To minimize the risk of taking the plant out of compliance with the Environment Act Licence, any refurbishment or replacement work shall be undertaken and completed in typical dry weather flow periods of the year (i.e. Winter months of December to February inclusive). The initial construction sequence recommendation is to refurbish and commission Primary Clarifier Travelling Bridges Nos 1 and 2 and then proceed with the structural remedial work on Primary Clarifier Travelling Bridge Truss No. 3.