MANDATORY PRE-TENDER MEETING
Before tendering, the Tenderer shall be deemed to have made a careful examination of the Site to satisfy itself as to the working conditions, the nature and extent of the Work, risks associated therewith, the obstacles or difficulties that may be encountered, and any other matters and things necessary to a proper understanding of the Work, the Site, and the conditions under which the Contract and/or the Work will be performed.
A Mandatory pre-tender meeting will be held February 12, 2018 at 9:00AM at 1315 Notre Dame Ave, Winnipeg, MB in the Weston Room (Main Floor). All Tenderers attending the pre-tender meeting shall confirm attendance with:
Ms. Keri Malcolm
E-mail: kmalcolm@hydro.mb.ca
Tenderers shall report to the front desk to obtain a visitors badge prior to the meeting.
The Tenderers’ representatives are requested to print their company names and their own names and affix their signatures on Manitoba Hydro’s pre-tender meeting sign-in sheet as evidence that they attended the pre-tender meeting.
If the Tenderer requires additional information or explanation relating to the Work, the Tenderer shall apply for the same to Manitoba Hydro.
The Tenderer shall be solely responsible for any errors, omissions or misunderstandings resulting from the Tenderer’s failure to make a thorough examination of the Site and obtain such information.
NOTE: Failure to attend the mandatory pre-tender meeting will disqualify a Tenderer from further participation in this procurement process.
SCOPE OF THE WORK
The Work shall consist in all that is required for natural gas station upgrades at various locations throughout southern Manitoba.
Descriptions of the ITEMS of the Work listed below are provided as a general overview. Refer to the balance of the Request for Quotation and Contract for more detailed information. The Work and any ITEM forming part of the Work shall also, in all respects, comply with the terms and conditions of the Contract.
The Work is divided into four (4) ITEMS:
ITEM 100: GS-018 LANDMARK
The scope of Work for GS-018 located on the east side of PR 206, 1.5 miles north of the town of Landmark along PR 210 (SW 35-8-5E) includes but is not limited to the following:
(a) For the supply of various materials as indicated on the Bill of Materials (BOM);
(b) Fabrication and testing of regulating station;
(c) Removal and disposal of regulation station building;
(d) Supply and installation of temporary by-pass;
(e) Abandon and remove existing station equipment and piping;
(f) Installation of regulation station equipment and piping;
(g) Supply and installation of new regulation station building including electrical wiring, fixtures and carbon steel grate;
(h) Installation of cathodic protection and anodes;
(i) Assist the Purchaser with energization activities and maintain all open excavations;
(j) The supply, placement and compaction of aggregate including all material testing and reporting;
(k) Restoration and final clean-up of the work site.
ITEM 200: GS-008 GIMLI
The scope of Work for GS-008 located south of Fourth St. south on the west side of the CPR ROW along PTH 9 (NE8-19-4E) includes but is not limited to the following:
(a) For the supply of various materials as indicated on the Bill of Materials (BOM);
(b) Fabrication and testing of regulating station;
(c) Removal and disposal of existing instrumentation building and existing storage shed;
(d) Installation and removal of temporary by-pass;
(e) Abandon and remove existing station equipment and piping;
(f) Installation of new station piping and valve assembly;
(g) Supply and installation of new regulation station building including installation of wood pole (supplied by Purchaser) and electrical wiring, and fixtures;
(h) Installation of cathodic protection checkpoints and anodes;
(i) Assist the Purchaser with energization activities and maintain all open excavations;
(j) The supply, placement and compaction of aggregate including all material testing and reporting;
(k) Restoration and final clean-up of the work site.
ITEM 300: GS-120 MINNEDOSA
The scope of Work for GS-120 located on the south side of Ninth Ave. SE at First St. SE, south end of the town of Minnedosa (NW 35-14-18W) includes but is not limited to the following:
(a) For the supply of various materials as indicated on the Bill of Materials (BOM);
(b) Fabrication and testing of regulating station;
(c) Removal and disposal of existing regulation station building and existing concrete foundation/piles/beams/supports;
(d) Supply and installation of temporary by-pass;
(e) Abandon and remove existing station equipment and piping;
(f) Installation of regulation station equipment and piping;
(g) Supply and installation of new regulation station building including electrical wiring, and fixtures;
(h) Installation of cathodic protection and anodes;
(i) Assist the Purchaser with energization activities and maintain all open excavations;
(j) The supply, placement and compaction of aggregate including all material testing and reporting;
(k) Restoration and final clean-up of the work site.
ITEM 400: RS-018 McDERMOT AVE.
The supply of various materials, installation of fittings, decommissioning, abandonment, removal of metal covers and concrete walls, and final restoration of station RS-018 located at the intersection of McDermot Ave. and Furby St., Winnipeg, Manitoba.
The Contractor shall obtain all working easements and coordinate with adjacent landowners for ITEM 400.
NOTES:
i) All fabrication of assemblies and piping shall be done in Manitoba to facilitate inspection and Non-Destructive Examination (NDE) by the Purchaser.
ii) The Purchaser will disconnect all building power and communications and salvage any equipment prior to the removal of the existing building(s).
iii) Wood pole to be provided by the Purchaser for ITEM 200.
WORK SCHEDULE
The Purchaser expects to award a Purchase Order on or about March 23, 2018.
The mobilization date must be mutually agreed to by the Purchaser and Contractor. If the Contractor mobilizes to commence the work ahead of the authorized date, no compensation for delay or crew downtime will be allocated or allowed.
The Contractor shall provide a minimum of three (3) working days when notifying the Purchaser for tapping / stopping activities, non-destructive examination and compaction testing.
In carrying out the Work, the Contractor shall have reasonable latitude to organize the sequence of the Work, provided that the various stages of the Work are completed by the specified date(s) or the date(s) proposed by the Contractor and accepted by the Purchaser.
The Work is expected to proceed as indicated:
ITEM 100: GS-018 LANDMARK (approximate schedule date)
Installation Start Date: June 1, 2018
Completion Date: June 29, 2018
ITEM 200: GS-008 GIMLI (approximate schedule date)
Installation Start Date: July 2, 2018
Completion Date: July 31, 2018
ITEM 300: GS-120 MINNEDOSA (approximate schedule date)
Installation Start Date: August 1, 2018
Completion Date: September 14, 2018
ITEM 400: RS-018 McDERMOT AVE. (approximate schedule date)
Installation Start Date: September 3, 2018
Completion Date: October 1, 2018
*NOTES:
1. Fabrication work may commence prior to the installation dates. Fabrication schedule shall be agreed to by both the Contractor and Purchaser.
2. The Purchaser will require approximately four (4) days (may not be consecutive) at each Work site for stopping/tapping/flaring/purging activities for ITEM 100, ITEM 200 and ITEM 300. The Purchaser will require approximately three (3) days (may not be consecutive) for stopping/tapping/flaring/purging activities for ITEM 400. During this time, the Contractor shall be responsible for maintaining any open excavations, supply of nitrogen and any other activities that the Purchaser may require during the energization of the system. The Contractor shall plan its work activities accordingly to minimize downtime. There will be no extra compensation paid to the Contractor for any delays during this period. The costs shall be incorporated into the unit prices proposed by the Contractor and accepted by the Purchaser for the Work.
3. Non-Destructive Examination (NDE) of welds will be completed by a Third Party provided by the Purchaser. As per Manitoba Hydro Standard 621.01, magnetic particle inspection shall be completed for all welds on in-service piping following the completion of the welding and again a minimum of 48 hours after the completion of the welding. The Contractor shall plan its work activities accordingly to minimize downtime. There will be no extra compensation paid to the Contractor for any delays during this period. The costs shall be incorporated into the unit prices proposed by the Contractor and accepted by the Purchaser for the Work.
4. Long Lead Materials:
• Ball valves are expected to be received on or about April 6, 2018.
• Plug valves are expected to be received on or about April 20, 2018.
Should the material be delayed further than indicated above, the Purchaser and Contractor will mutually agree on a revised schedule. The Purchaser reserves the right to defer all or part of the Work due to material delays. There will be no extra compensation paid to the Contractor for any material delays.
--------------------------------------------------------
For more information contact
Keri Malcolm, Buyer
Supply Chain Management Procurement Dept.
360 Portage Avenue (2)
Winnipeg MB R3C 0G8
Email: kmalcolm@hydro.mb.ca
Competitive Procurement Strategy
Request for Quotation, Binding
Bids will be opened privately
Pass/Fail Criteria:
All proposals must meet all of the following criteria, in Manitoba Hydro’s determination, in order to proceed to the second stage of the evaluation process:
- Attendance of the Mandatory Site Visit
- Ability to meet schedule
- Experience