Loading...
HomeMy WebLinkAboutOES 25-10 Report To Council PICKERING Report Number: OES 25-10 Date: September 13, 2010 186 From: Everett Buntsma Director, Operations & Emergency Services Subject: Request for Proposal No. RFP-1-2010 - Consulting Services for the Replacement of Whitevale Bridge - File: A-1440 Recommendation: 1. That Report OES 25-10 of the Director, Operations & Emergency Services regarding RFP-1-2010 for consulting services to undertake a Class Environmental Assessment and Detail Design for the replacement of the Whitevale Bridge be received; 2. That the proposal No. RFP-1-2010 submitted by SRM Associates dated August 17, 2010 in the amount $400,285 (HST included) and a net cost of $360,469 be accepted; 3. That the total net project cost of $380,820, consisting of consulting, permit fees and a contingency be approved as Phase I; 4. That Council authorize the Director, Corporate Services & Treasurer to revise the financing approved in the 2009 Capital Budget and finance Phase I, being consulting services for a Class Environmental Assessment, Detail Design by a draw of $380,820 from the Federal Gas Tax Reserve Fund; 5. That Council endorse in principal Phase II of this project, being the complete replacement of the Whitevale Bridge and recommend it as a priority project for the new Council in the 2011 Capital Budget; 6. That Council endorse staff's action to restrict the bridge to one lane of traffic and the load be reduced to ten tons; and 7. That the appropriate officials be authorized to take the necessary actions to give effect thereto. Executive Summary: In 2009, funds were budgeted in the Roads Capital Account to hire a consultant for the Detail design to rehabilitate the existing bridge deck. However, this assignment was not initiated and the funds were carried over to 2010. In March 2010, Engineering Services initiated the City wide Municipal Structure Inspections, awarding IFQ-18-2010 to Keystone Bridge Management Corporation. The Report OES 25-10 September 13, 2010 Subject: Request for Proposal No. RFP-1-2010 187 Consulting Services for the Replacement of Whitevale Bridge Page 2 City was advised recently by Keystone that the Whitevale Bridge was in extremely poor condition. Keystone also recommended that the bridge be replaced rather than rehabilitated due to shear cracks in the existing abutments. Requests for Proposals were invited from Fifteen (15) firms, of which five (5) responded by the closing date of August 17, 2010. All five proposals received were deemed compliant and evaluated in accordance with the criteria contained in the Terms of Reference, and scored them accordingly. The proposal from SRM Associates received the highest scoring and best meets the needs of the City. Staff recommend that Council accept the recommendation of the Evaluation Committee and authorize staff to undertake the project. Financial Implications: 1. Approved Source of Funds Item Account Code Source of Funds Budget Required 2009 Roads Invest Ontario Grant $60,000 Capital Bridge Federal Gas Tax Replacement Reserve Fund $380,820 Total $60,000 $380,820 2. Estimated Project Costing RFP-1-2010 $354,234 Approvals & Permits 10,000 Contingency 10,000 Net $374,234 HST (13%) 48,650 Total Gross Cost $422,884 HST Rebate (11.24%) 42 064 Total Net Project Cost $380,820 3. Project Cost under (over) approved funds ($320,820) The 2009 Capital Budget included $60,000 for the design of bridge repairs to be funded by the Invest in Ontario Grant. Staff have since learned that repairs are no longer feasible and the entire bridge will need to be replaced. We have also learned that this CORP0227-07/01 revised Report OES 25-10 September 13, 2010 Subject: Request for Proposal No. RFP-1-2010 1 8 Consulting Services for the Replacement of Whitevale Bridge Page 3 revised project will now qualify for Federal Gas Tax Funding (FGT). Staff are recommending that this phase of the project be entirely funded by FGT. The future construction cost will be funded either by debt, FGT or a combination of both funding sources. In addition, staff will also examine or utilize any government grant funding opportunities such as COMRIF if and when available for this project. Sustainability Implications: The Whitevale Bridge replacement and associated geometric roadworks will provide for safe and improved traffic flow in this area, enhancing the quality of life for the residents and commuters traveling over this bridge. The new bridge design will include sidewalks on both sides and will investigate the feasibility of including bike lanes to promote environmental sustainability and reduce potential C02 emissions. The new bridge will have an estimated life expectancy of 60 years before rehabilitation is required. The net result of this will be lower maintenance costs for the next several years. Background: In July of 2008, the Hamlet of Whitevale experienced a severe rain storm which caused erosion to the banks around the existing bridge structure. The consulting firm of AECOM was hired to inspect the damage and make ' recommendations for the repairs. It was determined at that time that a temporary repair was required for the North West abutment of the structure. In the fall of 2008, a contractor was hired to install a steel H beam support for the abutment. The erosion repairs to the existing banks were carried out by City's Operations staff. In 2009, funds were budgeted in the Roads Capital Account to hire a consultant for the Detail design to rehabilitate the existing bridge deck. However, this assignment was not initiated and the funds were carried over to 2010. In March 2010, Engineering Services initiated the City wide Municipal Structure inspections, awarding IFQ-18-2010 to Keystone Bridge Management Corporation. The City was advised recently by Keystone that the Whitevale Bridge was in extremely poor condition and should be restricted to one lane of traffic and that the load posted should be reduced to 10 tonnes immediately. Keystone also recommended that the bridge be replaced rather than rehabilitated due to shear cracks in the existing abutments. CORP0227-07/01 revised Report OES 25-10 September 13, 2010 189 Subject: Request for Proposal No. RFP-1-2010 Consulting Services for the Replacement of Whitevale Bridge Page 4 Staff initiated a request for proposals to undertake the Municipal Class Environmental Assessment and detail design for a bridge replacement in lieu of a request for proposals to design bridge deck rehabilitation. The scope and associated cost for the new requirement is substantially more than what was originally contemplated and approved in the budget, but was necessary due to the critical state of the bridge. As a result of our proposal call, proposals were received from the following five companies: • Trow Associates Inc. • SRM Associates • SNC Lavalin • Stantec • AECOM The closing date for the request for proposals was August 17, 2010. On August 31, 2010 an Evaluation Committee consisting of the ;Division Head, Engineering Services, Supervisor, Engineering & Capital Works and a Supply & Services representative reviewed the proposals against the criteria outlined in the Terms of Reference. The proposal from SRM Associates received the highest average score and the Evaluation Committee recommends it be considered for acceptance. The end product of this exercise is to recommend a consultant to undertake the Municipal Class Environmental Assessment (Schedule B), the Detail Design and Approvals and Contract Administration for the Whitevale Bridge Replacement Project. The cost associated with the construction of the replacement bridge will be identified in the 2011 Capital budget to be done after the Environmental Assessment, Detail Design and approvals are complete. Upon careful examination of all proposals, staff recommend that Council accept the recommendation of the Evaluation Committee to accept the proposal No. RFP-1-2010 provided by SRM Associates in the amount of $400,285 (HST included) and a Net Project Cost of $380,820, including a contingency be approved. Attachments: 1. Supply & Services Memo dated August 17, 2010 CORP0227-07/01 revised Report OES 25-10 September 13, 2010 Subject: Request for Proposal No. RFP-1-2010 190 Consulting Services for the Replacement of Whitevale Bridge Page 5 Pre ared By: Approved/E orsed arrW Selsky Everett duflisma Supervisor Director Engineering & Ca ital Works Operations & Emergency Services Vera A. Felgemach , Gillis Paterson C.P.P., CPPO, CPPB, C.P.M., CMM III Director Manager Corporate Services & easurer Supply & Services f Richar . Holborn, P. Eng. Division Head Engineering Services DS:md Copy: Chief Administrative Officer Recommended fo h consideration of Pickering C' Co cil -7( tio10 Tony Prevede , ng. Chief Administrative Officer CORP0227-07/01 revised cial n~ ATTACHMENT#-_ - TO REPORT# 1 91 ,4, 1 of /S7 PICKERING Memo To: Richard Holborn August 17, 2010 Division Head, Municipal Property & Engineering From: Jim Gill Buyer RECEIVED Copy: Supervisor, Engineering & Capital Works Co-ordinato.r, Health & Safety AUG 19 2010 Subject: Request for Proposal No. RFP-1-2010 CITY OF PICKERING ENGINEERING SERVICES Consulting Services for the Replacement of Whitevale Bridge Closing: Tuesday, August 17, 2010, 12:00pm (local time) r ' - File: F-5300-001 Request for Proposals were invited from Fifteen (15.) firms of which five (5) responded by the official closing date and time. Seven (7) written enquiries were received by the posted deadline of 12:00pm local time Thursday, August 5, 2010 and one (1) addendum was issued. ..A preliminary review to ensure the Essential Submission Requirements as stated on page three (3) of the Terms of Reference appear in each submission has been undertaken. This compliance checklist is to be used in evaluating the overall completeness and quality of submission. Each item is to be reviewed more closely by committee members and scored to reflect each item's relevance and value. Please refer to Terms of Reference - Evaluation of Submissions, Page 5 for instructions on how proposals are to be evaluated by committee members. The Health & Safety documentation received with the submissions has been provided to the Co- ordinator, Health & Safety to review and will provide a score out of a possible 3 points for each submission. The Health & Safety review scores will be combined with the remaining scores during the committee review to assist in determining the total average scores for each submission. Attachments are as follows: 1. Preliminary Compliance Checklist 2. Evaluation form (to be used by Evaluation Committee Members) 3. Copy of Terms of Reference 4. Copy of the proposals received Please co-ordinate an appropriate date and time to arrange a meeting for the evaluation. committee. Each member should review the submissions carefully according to the criteria contained in the Terms of Reference before the meeting time. Please do not disclose any information to enquiring bidders during this time - they will be advised of the outcome in due course. Please direct enquiries to Supply & Services. if you require further information, please contact me. 192 ATTACHMENT# r 1C3REPORT#0ES ;75-10 JG/jg Attachments of August 17, 2010 Page 2 RFP-1-2010 ATTACHMENT#_(- TORE PORT #-aE5-d--5 -10 193 3 of ~s Citq a REQUEST FOR PROPOSAL Consulting Services for the Replacement of Whitevale Bridge No. RFP-1-2010 ATTACHMENT# TO REPORT#_~~5 -/d Request for Proposal No. RFP-1-2010 Consulting Services for the Replacement of Whitevale Bridge. ci -rte INFORMATION TO BIDDERS 194 DELIVERY, CLOSING DATE, TIME AND LOCATION 1. One original and 4 (four} copies of the bidders submission shall be provided by the closing date and time, and each shall be no more than.five letter size pages printed "double-sided". 2. Each submission shall be printed double-side, corner "stapled" or "clipped". No other. form of binding (cerlox, heated plastic spine, vinyl, 3 ring binders or similar) to be used. . 3. All submissions will be prepared at no cost. to the City and will become the property of the City. 4. Submissions shall be sealed, clearly marked with the bidder's company name and clearly. marked as to content - RFP-1-2010, Consulting Services for the Replacement of Whitevale Bridge and shall be delivered only to Supply & Services, 2nd Floor, Pickering Civic Complex, One The Esplanade, Pickering, Ontario L1V 6K7, before 12:00 p.m. local time: Tuesday, August 17, 2010 5. Bids will be deemed to have been received. whena City representative has stamped the. envelope with the time and date of receipt with the time clock located at the Corporate Services counter. The time clock located at the Corporate Services counter is the official time piece. Bids not received at the Corporate Services counter will not be considered. 6. The bidder is responsible for delivering the proposal before the closing date and time and assumes the risk of and all means of delivery be it by hand, postal service or courier. 7. Bids submitted by facsimile or electronic delivery, secure site or otherwise, will not be considered. 8. Bids received after the official closing time are considered LATE, will not be accepted and will be returned unopened to the bidder. 9. Where a bid does not bear the Consultant or company name and/or address and it is received late by the City, the City is required to open the envelope or carton only for the purpose of returning the submission. 10. Submissions will be opened by a member of Supply & Services as soon as practicable following the closing date and time, which is not a public opening. Only the company names of submissions received by the closing date and time will be made available to enquiries. This is only a list of company names responding to the proposal and is not deemed to indicate compliance with submission requirements. 11. Proposals shall be irrevocable and valid for acceptance by the City of Pickering for a period of .one hundred and twenty (120) days from the proposal closing date. Page 2 of 12 ATTACHMENT# TO REPORT# 6ES~ Request for Proposal No. RFP-1-2010 consulting Services for the Replacement of Whitevale Bridge of =ifE: 195 12. The City, its elected officials, employees and agents will not be responsible for any liabilities, costs, expenses, loss or damage incurred, sustained or suffered by any. person or business prior or subsequent to, or by reason of the acceptance, or non-acceptance by the City of any submission, or by reason of any delay in the acceptance of any submission. 13. In the receipt of proposals, no obligation is incurred by the City to accept the lowest, highest or any proposal. 14. Should a dispute arise from the terms and conditions outlined herein, regarding meaning, intent or ambiguity, the decision of the City shall be final. ESSENTIAL SUBMISSION REQUIREMENTS 15. The submission of a proposal will be considered. presumptive evidence that the bidder has carefully examined the City's requirements, investigated and is fully informed of all conditions which may be encountered and may affect the delivery of the services, quality and volume of work to be performed outlined within the Terms of Reference. 16, Proposal is to include the following essential documentation and be organized and presented, in the order outlined below, in an indexed format. Proposals which do not include essential documentation, are incomplete or assembled not in accordance with instructions will adversely affect its evaluation by way of scoring reductions and could include not considering the proposal at all. 17. Work Plan and Project Schedule The proposal shall include a Comprehensive Work Plan and Project Schedule including work tasks identified in Item No. 36, personnel assigned to each task, schedule of activities and budget requirements, milestones, projected dates for draft and final deliveries, and timing for meetings with City staff, public and/or agency consultation meetings. Consultants are encouraged to suggest and identify modifications and. revisions within their proposal to the work tasks identified in Item 36 that they believe would provide additional value to the project and will lead to the enhancement of the final product. The Project Schedule.is exempt from the page count referred to in Item 1 and is acceptable. to be printed on 11 x 17 paper size for clarity. 18. Qualifications of Personnel Resume(s) for each of the personnel assigned to the project and a description of roles of each of the personnel in carrying out the scope of services required. Detailed resumes are excluded from page count referred to in Item 1. I Page 3 of 12 ATTACHMENT# TOP.EPORT#~ 1O Request for Proposal No. RFP-1-2010 ~a Consulting Services for the Replacement of Whitevale Bridge 19. References 196' Provide three references including contact information from municipal / government clients which include a description of the work performed and the outcomes. 20. Professional Fees Per diem and hourly fees shall be stated for each person. Time for each personnel assigned, by individual task, within each stream of work, with fees totalled per task and stream of work. Rates and details.of disbursements shall be stated, as applicable. Any price escalations or adjustments related to.Part 6 -.Contract Administration & Field Inspection shall be limited to 2012 Part 6 hourly fees and disbursements only. All increases shall be stated separately as a percent increase to unit prices, extended appropriately and included in a Budget Matrix as applicable. Harmonized Sales Tax. (HST) will be applicable to the work. The Budget Matrix is exempt from the page count referred to in Item 1 and is acceptable to be printed on 11 x 17 paper size for clarity. -.21. Company Experience description of company experience in undertaking projects having similar complexity, scope and importance, of similar value, and lessons learned from similar completed projects that will be applied to this project. 22. Insurance, Health & Safety;' Addenda, Conflict of Interest (a) Proof of insurance or letter from. l insurance Agent/Broker confirming the bidder can be insured for .Commercial General Liability Insurance Coverage, Automobile Liability Insurance Coverage, Property Damage and Professional Liability, each of less than Two Million Dollars ($2,000,000). (b) A copy of the current Clearance Certificate issued by Workplace Safety & Insurance' Board. (c) A copy of the current Workplace Injury Summary Report issued by Workplace Safety & Insurance. Board (in lieu of the WISR, a copy of the current CAD 7, NEER, or MAP reports may be submitted); and (d) Acknowledge City's Health & Safety Regulations and Accessibility Regulations (attached); (e) Statement to acknowledge. Addenda received. If no Addenda has been issued by the City and therefore, not received, a statement to that effect shall be included. Page 4'of 12 i ' Request for Proposal No. RFP-I-2010 ATTACHMENT# Consulting Services for the Replacement of Whitevale Bridge 01 atement to confirm that there is no actual or potential conflicts of interest that 197 St would preclude involvement on this project; .and that we will be notified in the event a specific task creates an actual or potential conflict of interest that may preclude involvement in a particular component of the project. (a) to (f) excluded from the page count referred to in Item 1. EVALUATION OF SUBMISSIONS 23. Submissions will be evaluated according to the following criteria: Relative Value/100 a Overall completeness and quality of submission 10 b Qualifications of personnel, and quality of references 10 C. Work plan and project schedule, modifications or enhancements 15 to project approach d. Professional Fees 25 e. Relevant company experience in undertaking projects of similar 35 complexity, scope, importance and value and lessons learned to be applied to this project f. Insurance, health & safety, accessibility, addenda, conflict of 5 interest documentation 24. Submissions will be reviewed by an Evaluation Committee consisting of City Staff and evaluated according to the criteria described above. The Evaluation Committee will rank the submissions lowest to highest score and develop a short-list of up to 2 highest scoring proposals for consideration. An interview may be requested of the 2 consultants by the Evaluation Committee to tabulate a combined average score (proposal score and interview score) to recommend the highest scoring consultant. for consideration. . The Evaluation Committee may recommend the highest scoring proposal for consideration without undertaking the interview process. The score or ranking by the Evaluation Committee for any or all proposals/interview will not be disclosed on enquiry. 25. Unsatisfactory references known to a member of the Evaluation Committee or unsatisfactory previous work experience may result in the. Consultant's proposal not being considered. 26. The City reserves the right to: • accept a proposal in whole or in part; • expand the number of Consultants for consideration, as recommended by the evaluation committee; • not consider, not accept or reject any or all submissions; • waive omissions, notwithstanding essential items; or • cancel or amend this call. Page 5of12 Request for Proposal No. RFP-1-201( ATTACHMENT# / TOREPORT#4~525_ Consulting Services for the Replacement of Whitevale Bridge i in so or doing the best interests of the City will be served and no liability shall accrue to. the City from such undertakings and all decisions derived therefrom. 198 27. Professional fees must include all operating, overhead, and incidental costs and the Consultant must be satisfied as to the total requirements of this request for proposal. 28. All invoices will precisely indicate the tasks for which work has been completed as well as the remaining percentage of a task or tasks to be.done. 29. Any representation or solicitation to the City, its elected officials, employees or agents with respect to the proponent's. submission will disqualify the submission. The City, its elected officials, employees and agents will not be responsible for any liabilities, costs, expenses, loss or damage incurred, sustained or suffered by any proponent,, prior or subsequent to, or by reason of the acceptance, or non acceptance by the City of any submission, or by reason of any delay in the acceptance of any submission. 30. Any representation or solicitation to the City, its elected officials, employees or agents with respect to the proponent's submission will disqualify the submission. The City, its elected officials, employees and agents will not be responsible for any liabilities, costs, expenses, loss or damage incurred, sustained or suffered by any proponent, prior or subsequent to, or by reason of the acceptance, or non- acceptance by the City of any submission, or by reason of any delay in the acceptance of any submission: 31. Disclosure of information submitted is subject to the Municipal Freedom of Information and Protection of Privacy Act. To prevent the release of information the proponent must state the information is submitted in confidence and indicate the nature of the confidential information and what harm would result from the release. Enquiries 32. All enquiries are to be made in writing by facsimile 905.420.5313 to the.atte.ntion of Supply & Services before 2:00 pm local time Thursday, August 5, 2010. Both the questions and answers will be distributed to all bidders within approximately 2 days by way of written ADDENDUM without stating the source(s) of the enquiry. 33. All addenda must be acknowledged in the proposal as instructed. 34. Acceptance of a proposal is subject to budget approval and requisite approvals. BACKGROUND 35. In. 2010 the City of Pickering hired the consulting firm of Keystone Bridge Management to undertake the Municipal Bridge. Appraisal for the City's bridges and culverts. During the appraisal of the bridges it was noted that the Whitevale Bridge No.5001 was deficient and in needs to be replaced. The existing Whitevale.Bridge is a two span (16 metre) continuous concrete bridge; of T-beam and slab . construction, with a concrete deck and asphalt wearing surface. The bridge Page 6 of 12 Request for Proposal No. RFP-1 -2010 ATTA1' Mr-N1Ttt j r rRFR(' T# AG7jo~YQ Consulting Services for the Replacement of Whitevale R ridge 9 between concrete curbs and . 19 9 prmtdegta -roadw accommodates ay width of 8.6metres two lanes of vehicular traffic. Approaches are paved with asphalt. In the fall of 2008 a temporary repair to the. bridge. was undertaken..A contractor was hired to install a structural steel support for the concrete T-Beam at the North West Abutment. Subject to requisite and budget approvals, tendering the construction of the new bridge is projected to begin in early 2011 with Administration & Field Inspection tasks expected to begin in late 2011 or 2012. SUBJECT SITE The subject site as shown in the below map is located on Whitevale Road, 012 km East of Byron Street, located in the Hamlet of Whitevale, Ontario. "ITEVA E O o 0 GLAD TONE S_T EET SUB EC'T' CHUR HWIN STREET AR A J J h- WHITEVA FA ROAD 7 Z t- > H 0 V) L o © o 0 m H U 0 O a M n D J Q _33 U Z 27 O F- J J 0 Q 0 SCOPE OF SERVICES 36. Task 1 -Topographical Survey and Data Collection The City requires a Topographical Survey of the area in the vicinity of the bridge to. be replaced: • Data Collection and. Review - Collect, review and analyse all existing plans, reports etc. relevant to the bridge and approaches . and conduct site visits as required; • Traffic Control -.Vendor will provide all traffic protection and control for the survey and inspection work; Page 7 of 12 Request for Proposal No. RFP-1-2010 ATTAChMENT# : L 'FO REPORT##JJ~aS'ID Consulting Services for the Replacement of Whitevale Bridge (C) of The City does not have drawings of the existing bridge. .200 Task 2 - Environmental Assessment The consultant shall all work necessary to satisfy the requirements of the Municipal Class EA process for the bridge replacement. This shall include but not limited to: • Assemble and submit the necessary information required to coordinate the project with external agencies and acquire the necessary approvals from external agencies as required; • Develop structure alternatives including preparation of construction cost estimates and identification of benefits; Evaluate alternatives and recommend a preferred concept for approval by the City; • Conduct one (1) Public Meeting including preparation of advertisements, booking of the venue, preparation of all presentation materials and preparation of a summary report for the Public Meeting; • Prepare a summary report at the conclusion of the EA process for the. bridge documenting the EA process. Task 3 - Preliminary and Detailed Design Prepare a preliminary design report documenting existing conditions, alternatives for the bridge replacement and recommendation for detailed design. o Existing topographical features including utility verifications and elevations required; • Preparation of a natural heritage inventory of the site and the identification/development of mitigation measures;. Review any necessary stream enhancements to be undertaken as part of the structure repairs; • Detail design, permit approvals from the appropriate authorities having jurisdiction; Provide a detour plan in the event the structure must be closed and traffic detoured during construction. Task 4 - Preparation of Tendering Documents The Consultant shall prepare contract documents for the bridge replacement needs and must include, but is not limited to the following items: • Detail design construction drawings; • Quantity materials lists, and specifications;. • Preparation of detail quantity and costs estimates, and sundry . engineering; Page 8 of 12 Request for Proposal No. RFP-1-2010 ATTACHMENT#U REPORT f(, 0 Consulting Services for the Replacement of Whitevale Bridge of 201 • Provision for one complete set of tendering documents using the City's standard template for preparation of tenders; • One complete set of reproducible documents and one complete set of documents in digital format including a AutoCAD file format for the drawings; • Advice, consultation and assistance to the City in the advertising, tendering inquiries, receiving and evaluation of bids, and awarding of a contract for construction. Task 5 - Soils and Geotechnical. Investigations The consultant will engage a qualified sub-consultant for soils and geotechnical investigations as required to complete the design of the structure foundation. Copies of the geotechnical report shall be submitted to the City. Task 6 - Contract Administration & Field Inspection Administrative Services Review and checking of proposed construction methods as warranted , to ensure that the contra.ctor's work complies with the design requirements; Consideration and advice respecting alternative construction methods or materials proposed by the contractor and the preparation of change orders; • Modification of the design as. required to provide for unexpected field conditions; • Checking and review of shop drawings where required; • Attendance at site meetings and preparation of regular site meeting reports; • Processing of progress and final payment certificates for contract work, and general follow up of construction with respect to progress costs, schedules, and apportionment of project costs; • Preparation and submission to the City of revised Contract Drawings showing the "as constructed" project (in both written and digital format); obtain warranties, guarantees and certification of contract completion. Inspection • Assignment of the necessary full-time staff to adequately control the accuracy and quality of the contract work to ensure compliance with the plans and specifications, and to perform such field inspections as necessary, and the provision off construction administration services;. • Co-ordination with materials testing firm to confirm quality of materials. The materials testing firm selected by the consultant will be responsible for casting of testing cylinders, air tests, etc. Costs to be borne by the consultant and shall include the coordination of testing, review of test results, but not the actual testing costs; • Calculation of progress payment certificate quantities for the work, including the compilation of job diaries, records, and reports substantiating payment certificates both during construction and upon completion of the project wo rk; • Investigate report on, and advise on unusual circumstances, which may develop during the construction stages; . Page 9 of 12 ATTACH MENT# j..'OI',P(JRT#6aS-!Z? Request for Proposal No. . RFP-1 -2010 Consulting Services for the Replacement of Whitevale Bridge 122- of • Undertake final inspections of the work at the conclusion of construction works, and at the end of the maintenance period, as required for fin10 2 acceptance of the project by the. City and others involved, including structural engineer to certify complete bridge. DELIVERABLES 37. The following deliverables will be required for the project: a) Preliminary Design Report; b) Approved drawings and tender documents; c) Approvals from all external agencies to allow construction to proceed; d) Provide a detour plan in the event the structure must be closed and traffic detoured during construction; e) EA Summary Report documenting the Class EA process; f) One set of reproducible hard copy (mylar) and a reproducible digital copy; g) A Work Plan for all portions of the contract including a detailed description of all task to be performed, staff responsible for each task, activities and time tables for completing the work; and h) As built drawings for the new bridge. 38.. All documents shall become the property of the City of Pickering and the City shall be the sole copyright holder of these documents. INFORMATION PROVIDED 39. The following information will be provided to the successful consultant. • Municipal Bridge Appraisal Form for 2010 (as prepared by Keystone Bridge Management) Page 10 of 12 Request for Proposal No. RFP-1-2010 ATTACHMENT#_._I ) O REPOR t ~ :~-5-D Consulting Services for the Replacement of Whitevale Bridge 203 4A-dF4'_A-N'Q SAFETY REGULATIONS 1. (a) The City is the "owner" throughout the term of this contract. (b) The Company is the "employer" throughout the term of this contract, 2. The company certifies that it, its employees, its subcontractors and their employees, (a) are aware of their respective duties and obligations under the Occupational Health and Safety Act, as amended from time to time, and all Regulations thereunder (the Act); and (b) have sufficient knowledge and training to perform all matters required pursuant to this contract/quotation safely and in compliance with the Act. (c) are covered by WSIB. 3. In the performance of all matters required pursuant to this contract/quotation, the company shall, (a) act safely and comply in all respects with the Act, and (b) ensure that its employees, its subcontractors and their employees act safely and comply in all respects with the Act. 4. The company shall rectify any unsafe act or practice and any non-compliance with the Act at its expense immediately upon being notified by any person of the existence of such act, practice or non-compliance. 5. The company shall permit representatives, of the City on site at anytime or times for the purpose of inspection to determine compliance with this contract/quotation. 6. No act or omission by any representative of the City shall be deemed to be an assumption of any of the duties or obligations of the company or any of its subcontractors under the Act. 7. The company shall indemnify and save harmless the City, (a) from any loss, inconvenience, damage or cost to the City, which may result from the company or any of its employees, its subcontractors or their employees failing to act safely or to comply in all respects with the Act in the performance of any matters required pursuant to this contract/quotation; and (b) against any action or claim, and costs related thereto, brought against the City, by any person arising out of any unsafe act or practice or any non-compliance with the Act by the company or any of its employees, its subcontractors or their employees in the performance of any matter required pursuant to this contract/quotation. (c) from any and all charges, fines, penalties, and costs that may be incurred or paid by the City if the City (or any of its council members or employees) shall be made a party to any charge under the Act in relation to any violation of the Act arising out of this contract/quotation. a. The company shall abide by the Workplace Safety & Insurance Board Act, as amended from time to time and all Regulations. thereunder. CONDITION OF WORK SITE 9. The company shall remove and legally dispose of debris, packaging and waste materials frequently, or as directed by the City, in accordance with all governmental regulations applicable to. such activities. LIABILITY 10. The company agrees to at all times defend, fully indemnify and save harmless the City from all actions, suits, claims and demands, losses, costs, charges and expenses arising by reason of injury. or death to any .person or any property or charges brought or made against or incurred by the City from or relating to the work performed or to be performed herein. Acknowledged: Date: Company Signature Print Name Page 11 of 12 TO REPOP.T ATTACHMENT#_ - Request for Proposal No. RFP-1-2010 Consulting Services for the Replacement of Whitevale Bridge ACCESSIBILITY REGULATIONS FOR CONTRACTED SERVICES 204 In accordance with Ontario Regulation 429/07, Accessibility Standards for Customer Service Section. 6, every provider of goods and services shall ensure that every person who deals with members of the public or participates in the developing of the service providers' policies, practices and procedures governing the provision of goods and services to members of the public, shall be trained on the following: 1. How to interact and communicate with persons with various types of disability 2. How to interact with persons with disabilities who use assistive devices or require the assistance of a guide animal, or a support person 3. How to use equipment that is available on the premises, that may help in the provision of goods or services 4. What to do if a person with a particular type of disability is having difficulty accessing the provider's goods or services 5. Information on the policies, practices and procedures governing the provision of goods and services to people with disabilities can be found on the Ministry of Community & Social Services website. The following link provides access to the training module: www.mcss.gov.on.ca/mcss/serve-ability/HTML-Eng/screen0l.html Contracted employees, third party employees, agents and others who deal with members of the public on behalf of the City of Pickering must meet the requirements of Ontario Regulation 429/07 with regard to training. A document describing the training policy, a summary of the contents of the training and details of training dates and attendees. must be submitted to the City of Pickering upon request. I acknowledge that the training module has been completed accordingly. . Acknowledged By Company Name Date :Authorized Official Title Name (please print) Signature . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . : . . . . Page 12 of 12 ATTACHMENT#_j !:t PIEPORT# 6~cp5 f c) 205 of N C y E . E 0 U m o 00 U ~ N O O O O O fC ° O ~ _T v d a) N N co C N (D U d a) U ~ L m d w C O j f0 Q N ~y C U al C a) y al N 1= Q U C U v CyC O G ~ d V T ~ N D C fC 0 •O C - 'O Q1 C_ a a',~, ~.E u m- :s m E a In 0 O C -Y N N V O t5 07 m 0` U N D O C •O y 7 d CL 'n cL 'a t5 y m m E ag o-> c c3 Y ch L, an d C 6 d y °'o E CL a°i a c y ° j2 m- ql °•v > •y C v y 'N o C w m w N IA C O U C j O. y U m O N N C C O C L O E CL 0 m u E ~n N a N U u m m d.. LL CL E n E o m U C C w N C Co O _ O C1 C~ y_O C C U O ~ ~ v N a V II N o d a C C _ O ~ O N y m X > N 7 'E O Z W O E c 3 cc a u m Q t ~ ,rn W t a) > E w E m 0 U to y (D. Z O a ie R 54 O E 0 Z N y i E Q v Q o 3 ¢ ar o U V c 0 W (n Fes- N m fA Q