Services for Bishop Grandin Boulevard (Abinojii Mikanah) Pavement Renewals

Numéro de sollicitation 572-2023

Date de publication

Date et heure de clôture 2023/08/31 13:00 HAE

Date de la dernière modification


    Description
    Full Title: Professional Consulting Services for Bishop Grandin Boulevard (Abinojii Mikanah) Pavement Renewals

    D4.          SCOPE OF SERVICES

    The Project consists of Regional Street Renewals on Bishop Grandin Boulevard (Abinojii Mikanah). 
    The location limits, planned treatment, assumed number of construction working days, and estimated 
    budget for each project location are as follows:

    D4.1        The Consultant shall consider the following additional scoping information:
    (a)   Feeder main under St. Mary’s Road, aqueduct and feeder main under Bishop Grandin Boulevard 
    (Abinojii Mikanah) right-of-way. Coordinate with Water & Waste department as required.
    (b)   Coordinate with Bridges Branch for all overhead sign structure locations and pedestrian 
    underpass.
    (c)    Coordinate with Traffic Signals Branch for all affected traffic signal locations.
    (d)   Bus stops on Bishop Grandin Boulevard (Abinojii Mikanah) to be constructed for 60ft 
    articulated buses. Assume minimal disruption to transfers at St. Mary’s Avenue and Dakota Street 
    during construction. Coordinate with Transit as required.
    (e)   Consider the following design elements and coordinate with Transportation Division as 
    required:
    (i)     Shoulders to be paved, 3.0m wide adjacent to through lanes;
    (ii)     Remove curb and gutter adjacent to through lanes at various locations;
    (iii)     Upgrade all locations with multi-use path (MUP) crossings. Consultant to work with 
    Transportation to determine design for all MUP crossings at signalized intersections. Consider 
    smart channels.
    (i)     Conduct an In-Service Road Safety Review (ISRSR) of existing conditions within the Roadway 
    Improvements Study area to inform the functional and preliminary design.
    (iv)     The inside east bound left at Bishop Grandin Boulevard (Abinojii Mikanah) and St. Mary’s 
    Avenue could be increased approximately 100m. The inside west bound left could be increased 
    approximately 60m.
    (v)     Ensure that all bus bay turn-ins meet best practice design.
    (vi)     Side mounted advance sign for St Mary's Rd is in the bus bay, this causes confusion and 
    vehicles turning into bus bay thinking it leads to St Mary's. Relocate the sign to after the bus 
    bay/bridge.
    (vii)     East bound overhead sign structure and associated roadside safety equipment at Bishop 
    Grandin Boulevard (Abinojii Mikanah) and St. Mary’s Avenue should be relocated further back 
    (location to be coordinated with traffic management) and changed to overhead guide signs for east 
    bound left (white text on green background).
    (viii)     West bound left at Bishop Grandin Boulevard (Abinojii Mikanah) requires overhead sign 
    structure. Overhead sign structure and associated roadside safety equipment should be relocated 
    further back (location to be coordinated with traffic management). West bound left signs should be 
    changed to guide signs (white text on green background).
    (ix)     Formalize east bound at right-in/right-out mall entrance to be three lanes and adjust 
    right-in/right-out island geometry and pavement markings to suit.
    (x)     The inside east bound left at Bishop Grandin Boulevard (Abinojii Mikanah) and St. Anne’s 
    Road could be increased approximately 50m. Consider feasibility of changing east bound right to 
    smart channel. T-Drawing available for Smart Channel upon request if required. East bound left 
    signs on sign structure to be changed to guide signs rather than regulatory signs.
    (xi)     Coordinate with any recommendations from inner ring road study if available.

    D4.2        The Services required under this Contract shall consist of Professional Consulting 
    Services in accordance with the following:
    (a)   Preliminary Design Services as outlined in D5;
    (b)   Detailed Design Services as outlined in D6;
    (i)     Design and specification development;
    (ii)     Drawing preparation;
    (iii)     Procurement process.
    (c)    Contract Administration Services as outlined in D7;
    (d)   Post Construction Services as outlined in D8.
    D4.2.1             The Services required 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.

    D4.3        Within the Project phases in D4, the Consultant may be required – depending upon 
    location and technical scope of services – to conduct site investigation services, materials 
    testing services, geotechnical services, Underground Structures acquisitions, pipeline loading 
    assessments, ground-penetrating radar inspections, and/or closed-circuit television (CCTV) sewer 
    inspection and sewer assessment.
    D4.3.1             Notwithstanding C11, Fees for Subconsultants engaged to perform services in D4.3 
    shall be payable as invoiced by the Subconsultant, plus an allowed handling fee of 5%.
    D4.3.2             Consultant Fees for supervision of Subconsultants required to perform any 
    services in D4.3 shall be included in the Consultant’s fees.

    D4.4        The Consultant will coordinate their activities with (including but not limited to):
    (a)   City of Winnipeg (various departments and branches), including but not limited to Public 
    Works Engineering, Parks and Open Spaces, Traffic Signals, Traffic Services, Traffic Management, 
    Street Lighting, Underground Structures, Streets Maintenance, Transportation Planning Division, 
    Transit Department, Planning Property & Development Department, Real Estate, Urban Design, 
    Insurance, Legal Services, and Materials Management;
    (b)   The Water and Waste Department and/or their representative(s), for the renewal or abandonment 
    of the water mains, for the televising and renewal or abandonment of the sewer mains, water and 
    sewer repairs, new infrastructure as well as insulating water services for Concrete 
    Reconstructions;
    (c)    Public information preparation/coordination during construction;
    (d)   Identify and coordinate as applicable with development projects, events, festivals;
    (e)   Coordinating with individual fronting businesses and residences, in advance of and during 
    construction;
    (f)    Coordinate access with schools and daycares within the project limits, construction should 
    occur while school is not in session;
    (g)   The Winnipeg Parking Authority;
    (h)   Winnipeg Transit regarding the impact of the Project on their operations and bus stops;
    (i)     Any and all Utilities or agencies having infrastructure in the Project area, or that may be 
    impacted by the Project; and
    (j)     City of Winnipeg Forestry Branch and the Project Manager for review of tree protection, 
    removals and plantings for all locations.

    D4.5        The Project locations/limits and technical scope is subject to final approval of the 
    Project Manager.
    D4.5.1             Substitutions and/or deletions may occur within the consulting assignment and 
    may result in an adjustment in Fees as per B8, Work already completed for work identified in the 
    consulting assignment prior to the notification of adjustment in the consulting assignment will be 
    paid at hourly rates identified in the proposal for the actual time completed prior to 
    notification. There will be no financial compensation if there is a reduction in the consulting
    assignment.

    D4.6        Where applicable, the following shall apply to the Services:
    (a)   City of Winnipeg’s Accessibility Design Standards (2015) and Universal Design Policy at: 
    www.winnipeg.ca/ppd/Universal_Design.stm;
    (b)   the most current edition of The City of Winnipeg Standard Construction Specifications City of 
    Winnipeg Standard Construction Specifications;
    (c)    City of Winnipeg’s Project Management Manual, also at LINK;
    (d)   City of Winnipeg’s Tree Planting Details and Specifications Downtown Area and Regional 
    Streets, also at http://winnipeg.ca/publicworks/parksOpenSpace/UrbanForestry/default.stm;
    (e)   City of Winnipeg’s Tree Removal Guidelines, also at 
    http://winnipeg.ca/publicworks/parksOpenSpace/UrbanForestry/default.stm;
    (f)    City of Winnipeg’s 2012 Draft Updated Transportation Standards Manual (previous version 
    February 1991);
    (g)   Manual for the Production of Construction Drawings – City of Winnipeg (November 1984);
    (h)   Winnipeg Pedestrian and Cycling Strategies (adopted July 15, 2015) Winnipeg Pedestrian and 
    Cycling Strategies;
    (i)     The most recent version of the Manual of Temporary Traffic Control on City Streets, at: 
    https://legacy.winnipeg.ca/publicworks/trafficControl/manual-temporary-traffic-control.stm
    (j)     Appropriate geometric standards set by the Transportation Association of Canada (TAC);
    (k)    Current and best practices in pedestrian and cycling infrastructure design;
    (l)     Street Renewal Definitions 
    https://www.winnipeg.ca/publicworks/construction/roadway/roadRenewalDefinitions.stm#u ndefined
    D4.7        The following documents are to be considered, where applicable:
    (a)   OurWinnipeg (adopted July 20, 2011); 
    https://legacy.winnipeg.ca/interhom/cityhall/ourwinnipeg/default.stm
    (b)   OurWinnipeg Sustainable Transportation Strategy (adopted July 20, 2011); 
    https://legacy.winnipeg.ca/interhom/cityhall/ourwinnipeg/default.stm
    (c)    Winnipeg Transportation Master Plan (adopted November 16, 2011). 
    https://winnipeg.ca/publicworks/transportation/transportationmasterplan.stm
    D4.8        Unless otherwise specified below, Appendix A – Definition of Professional Consultant 
    Services
    – Engineering – Public Works shall be applicable to the provision of Professional Engineering 
    services for this Project.

    D4.9        The Consultant will be responsible for project reporting and support to the City’s 
    Project Manager for project reporting in accordance with the City of Winnipeg’s Project Management 
    Manual and templates at http://winnipeg.ca/infrastructure/asset-management- 
    program/templates-manuals.stm#2

    D4.10      The funds available for this Contract are $700,000.





     

      Bidding and Documents are available on http://www.merx.com. Fees may apply; See https://www.merx.com/public/pricing for more information.

      Durée du contrat

      La durée estimée du contrat sera de 0 mois, avec une date de début proposée du 2024/10/31.

      Accords commerciaux

      • Accord de libre-échange canadien (ALEC)
      • Accord économique et commercial global (AECG) entre le Canada et l’Union européenne (UE)
      • Veuillez consulter la description ou les documents de l'appel d'offres

      Former un partenariat avec une autre entreprise

      La fonctionnalité permettant d'ajouter le nom de votre entreprise à la liste des entreprises intéressées est temporairement indisponible.

      Cette liste ne remplace pas et n'affecte pas les procédures de l'appel d'offres pour ce processus d'achat. Les entreprises doivent tout de même répondre aux demandes de soumissions et concurrencer en fonction des critères établis. Pour plus d'informations, veuillez lire les conditions d'utilisation.

      Coordonnées

      Organisation contractante

      Organisation
      The City of Winnipeg
      Adresse
      185 King Street
      Winnipeg, Manitoba, R3B 1J1
      Canada
      Autorité contractante
      Suzanne Bird
      Numéro de téléphone
      204-986-7507
      Adresse courriel
      sbird@winnipeg.ca
      Détails de l'offre

      Les détails complets de cette occasion de marché sont disponibles sur un site tiers

      Cliquez sur le bouton ci-dessous pour vous rendre vers ce site Web. Le site tiers pourrait exiger la création d’un compte personnel pour consulter l’occasion de marché ou pour soumissionner. Les informations reliées aux frais encourus pour accéder aux détails complets sont indiqués sous l’onglet Description.

      Admissibilité et conditions d’utilisation

      Les occasions de marché du gouvernement du Canada, ainsi que les avis d’attribution, les documents de sollicitations et autres documents sont disponibles sans frais sur AchatsCanada, sans devoir s’inscrire.

      Les informations peuvent être disponibles sur une autre source avant d'être disponibles sur AchatsCanada. Vous avez peut-être reçu ces informations via un distributeur tiers. Le gouvernement du Canada n'est pas responsable des avis d'appel d'offres ou des documents et pièces jointes qui ne sont pas accédés directement à partir d’AchatsCanada.canada.ca.

      Les appel d'offres ou avis d'attribution du gouvernement du Canada sont titulaire d’une licence du gouvernement ouvert - Canada qui régit son utilisation. Les documents de sollicitation et / ou les pièces jointes à l'appel d'offres sont protégés par le droit d'auteur. Veuillez consulter les conditions d’utilisation pour obtenir plus d'information.

      Détails

      Langue(s)
      Anglais
      Méthode d'approvisionnement
      Concurrentielle – Invitation ouverte à soumissionner

      Soutien aux petites et moyennes entreprises

      Si vous avez des questions concernant cette occasion de marché, veuillez communiquer avec l'agent de négociation des contrats, dont les coordonnées se trouvent sous l'onglet Coordonnées.

      Consultez notre page de soutien si vous avez besoin d'aide ou si vous avez des questions sur le processus d'approvisionnement du gouvernement, y compris sur la façon de soumissionner ou de s'inscrire dans SAP Ariba. Vous pouvez également contacter Soutien en approvisionnement Canada, qui dispose de bureaux à travers le Canada.

      Date de modification: