D2. SCOPE OF WORK
D2.1 At WEWPCC, the Work to be done under the Contract shall consist of isolating one (1) of the three (3) sludge holding tanks at a time in coordination with plant staff such that the other two (2) tanks may be used as normal, and then for each tank, one at a time, the work includes:
(a) Scaffolding and formwork as required to perform the work below.
(b) Selective demolition of surface concrete within the tank.
(c) Cleaning the tank.
(d) Replacing the process pipe penetrations of the tank and adding new 200mm penetrations to be used for temporary tank ventilation requirements during construction.
(e) Structural upgrades and concrete and rebar installation and replacement.
(f) Instrumentation replacement.
(g) Surface preparation of the tank interior and pipe penetrations, and application of a protective liner by a certified applicator.
(h) Curing controls for concrete repairs and liner according to manufacturer’s requirements,
(i) For the middle tank, replacement of steel mud baskets in the truck bay floor drain and installation of a new stainless-steel pipe (complete with hangers) connection through the wall of the tank to a rainwater leader drainpipe leading to a sump pit below.
(j) Surface preparation and application of a fast-curing polyurethane cement floor coat on the top face (truck driving surface) of the top slab of the tanks such that the delay in truck loading does not cause tanks to over-fill. This must be coordinated with plant staff. This shall be done all at once rather than on a per-tank basis.
(k) Coordination with the Contract Administrator, Plant Staff, and Wintec (sludge trucking contractor) as required.
(l) Implementation of confined space safety controls and protocols for working within the sludge tanks.
(m) Being responsible for the site safety program and accommodating inspections by the Contract Administrator.
(n) Redline as-built markups.
D2.2 At SEWPCC, the Work to be done under the Contract shall consist of isolating two (2) of the three (3) sludge holding tanks at a time in coordination with plant staff and the below sequencing plan. For each tank, the work includes:
(a) The tank top slab has been delineated into three rehabilitation sections as shown on the drawings. Strategic rehabilitation sequencing of tanks must be followed.
(b) Scaffolding, shoring, and formwork as required to perform the work below.
(c) Selective demolition of concrete tanks according to the contract drawings.
(d) Demolition of the masonry block room above the tanks on the northeast corner of the main floor (only south and west walls need to be demolished as long as roof is adequately supported) and salvaging the equipment within for continued use, coordinating new location of equipment with Contract Administrator and plant staff.
(e) Salvaging other equipment and instrumentation on and in the tank top slab for re-installation including high-level float switches, ultrasonic level transducers, the Magikist Hot Water Pressure Washer with all ancillary equipment, and the exhaust fan and ducts at the northwest corner on the main floor. Salvage equipment for re-installation.
(f) Cleaning the concrete sludge holding tanks.
(g) Replacing the process pipe penetrations and ventilation duct penetrations of the tanks.
(h) Replacement hatches and removal of ladders.
(i) Structural upgrades and concrete and rebar installation and replacement according to contract drawings.
(j) Surface preparation of the tank interior and pipe penetrations, and application of a protective liner by a certified applicator.
(k) Curing controls for concrete and liner according to manufacturer’s requirements,
(l) Coordination with the Contract Administrator, Plant Staff, and Wintec (sludge trucking contractor) as required.
(m) Implementation of confined space controls and protocols for working within the sludge tanks.
(n) Re-construction and installation of masonry room above the sludge holding tanks and re-installation of all equipment within it.
(o) Re-installation of salvaged equipment above the tanks and instrumentation within the tanks, including high level float switches, ultrasonic level transducers, the Magikist Hot Water Pressure Washer with all ancillary equipment, and the exhaust fan and ducts at the northwest corner on the main floor.
(p) Being responsible for the site safety program and accommodating inspections by the Contract Administrator.
(q) Mechanical HVAC upgrades according to contract drawings. These upgrades may be completed separately from sludge holding tank rehabilitation work.
(r) Surface preparation and application of a polyurethane cement floor coat on the top face of the top slab of the tanks. This shall be done all at once rather than on a per-tank basis,
(s) Special Conditions:
(i) Contractor must take precautions to control debris and demolish tanks top slab in such a way as to mitigate risks to the tanks, pipework, or transfer pumps connected to the base of the tanks.
(ii) Construction sequence on drawing 1-0102-SGAD-DD53 must be followed to avoid compromising structural integrity of the tanks and surround building structural systems.
(iii) Interior tank walls are compromised. Contractor must install a protective barrier on Tank 2 north wall during Tank 2 and Tank 3 rehabilitation to prevent water jetting or other rehabilitation work until after Tank 1 is taken out of service.
(t) Redline as-built markups.
D2.3 The following shall apply to the Services:
(a) Universal Design Policy
http://clkapps.winnipeg.ca/DMIS/DocExt/ViewDoc.asp?DocumentTypeId=2&DocId=3604
D2.4 The Class 1 pre-bid cost estimate for the Work is $9,000,000.00 ($8,250,000.00 + $750,000.00 Cash Allowance for Additional Work).