SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, July 20 from 8:00 pm until 11:59 pm  (Eastern Time) 

Services for Pavement Renewals and Related Work on Sargent, Ellice & Corydon

Solicitation number 957-2023

Publication date

Closing date and time 2024/01/22 13:00 EST

Last amendment date


    Description
    Full Title: Professional Engineering Consulting Services for Pavement Renewals and Related Work on Sargent Avenue, Ellice Avenue and Corydon Avenue

    D4.          SCOPE OF SERVICES

    D4.1        The Project consists of 2 separate Regional Street Renewal Projects on Sargent Avenue, 
    Ellice Avenue and Corydon Avenue. Project 24-C-09, Corydon Avenue cannot be awarded until the 2024 
    Capital budget is approved by Council. The location limits, planned treatment, assumed number of 
    construction working days, and estimated budget for each project location are as follows:
    D4.2       The additional location specific scoping information provided below contain specific information or 
    issues, known to exist on Site at the time of issuance of this Request for Proposal. This 
    information is not meant to be exhaustive and not meant to take the place of investigations and
    due diligence required from successful consultants.

    D4.3        The specific utility and agency coordination identified below notwithstanding, the 
    successful Consultant(s) will be required to investigate and coordinate any utility requirements of 
    the Project.

    D4.4        Construction adjacent to schools will be avoided during the school year where possible, 
    and otherwise coordinated with the respective school division.

    D4.5        Construction for the Ellice Avenue location, project 24-C-08 shall occur in 2024. The 
    Consultant shall be ready to tender this project by June 1, 2024 to meet this schedule. 
    Construction tenders shall be ready to be submitted to Materials Management by December 1, 2024 for 
    Ellice  Avenue location in project 24-C-08 and project 24-C-09, Corydon Avenue.

    D4.6        The Consultant shall consider the following additional location specific scoping 
    information:
    (a)   Corydon Avenue
    (i)     Location limits and general scope;
    (i)     Westbound- Shaftesbury Boulevard to Kenaston Boulevard (Rehabilitation)
    (ii)     Eastbound- Tuxedo Avenue to Edgeland Boulevard (Mill and Fill), Edgeland Boulevard to 
    Kenaston Boulevard (Rehabilitation).
    (iii)     Construction anticipated in 2025.
    (ii)     Location Budget- Anticipated Capital Budget as $5,640,000.
    (iii)     Technical Scoping Information;
    (i)     Coordinate project limits with future Kenaston Boulevard widening project.
    (ii)     Coordinate with new high-rise building construction. They have planned lane closures at 
    this time to November of 2024.
    (iii)     Include multi use path from the southwest quandrant of Edgeland intersection, north 
    across Corydon and east on the northboulevard to Doncaster. The path is to continue north down 
    Doncaster to the Lockston alley and terminate. There is an existing half signal at Lockston and 
    Kenaston. The consultant is also to provide recommendations on enhancements on the Lockston alley 
    between the Lockston/Kenaston half signal to the end of the multi use path on Doncaster to improve 
    active transportation comfort and safety. For this change specifically identify stakeholders and 
    provide stakeholder information and updates.
    (iv)     The consultant also to include preliminary design and provide costs of future multi use 
    path on the south boulevard from Shafetsbury to Edgeland to work with proposed new and existing 
    multiuse paths.
    (v)     Consultant to demonstrate expierence and qualifications of active transportation design 
    included in this assignment.
    (vi)     Install Overhead Sign Structure with dual left turn lane designation signs for eastbound 
    Corydon at Tuxedo. Coordinate with Bridges Division.
    (vii)     Consider smart channel Northeast corner of Tuxedo. Close entrance to Grenfell. Make 
    existing right-in-only on Tuxedo into right-in / right-out. For this change specifically identify 
    stakeholders and provide stakeholder information and updates.
    (viii)     Review approaches with new condo development near the Northeast corner of Tuxedo. Review 
    with mall owner/management company that internal circulation is working with median openings. 
    Modify median island geometry just east of Southport
    (ix)     At Doncaster, modify approach geometry. Transportation to provide T Drawing during 
    Preliminary Design.
    (x)     At Edgeland, construct bulb out on Northwest corner. Transportation to provide T Drawing 
    during Preliminary Design.
    (xi)     Coordinate and review all bus stops with Transit and include new articulated bus stops as 
    required.
    (xii)     Coordinate with Traffic Signals Division for required renewals and work.
    (xiii)     The City will assign an independent consultant to perform a road safety audit of the 
    Preliminary Design. The consultant is to provide a written response to the audit and address the 
    issues as required. There will be no additional fees for revisions to the design resulting from the 
    safety audit. Coordinate with Transportation Division.
    (xiv)     Assist the City to develop a project webpage on the City’s Webpage. Consultant to provide 
    materials and coordinate as necessary.
    (b)   Sargent Avenue
    (i)     Location limits and general scope;
    (i)     Erin Street to Empress Street (Rehabilitation)
    (ii)     Construction anticipated in 2025.
    (ii)     Location Budget- Anticipated in 2024 and 2025 Capital Budget as $3,808,450.00.
    (iii)     Technical Scoping Information;
    (i)     Coordinate project limits with future Empress project.
    (ii)     Water and Waste is planning to renew the existing Cast Iron watermain in 2024. Coordinate 
    with Water and Waste Department.
    (iii)     Feedermain on Sargent Avenue. Coordinate with Water and Waste Department.
    (iv)     Coordinate with Canadian Pacific Kansas City and Burlington Northern Santa Fe Railroad 
    Companies for road rehabilitation including sidewalks through both rail crossings. May require 
    concrete panel railway crossing adjustment/renewal.
    (v)     Box culvert recently renewed coordinate with Bridges Department.
    (vi)     On the west railway approach, the crossing light is not visible (obstructed by Manitoba 
    Hydro pole) throughout the Stopping Sight Distance (SSD) to vehicles approaching the crossing. 
    Relocate Manitoba Hydro pole to clear the view to the crossing light. Coordinate with Manitoba 
    Hydro.
    (vii)     Coordinate and review all bus stops with Transit and include new articulated bus stops as 
    required. Also coordinate comfort station loop at Valour intersection to reduce radius at Northeast 
    corner if possible.
    (viii)     Coordinate with Traffic Signals Division for required renewals and work.
    (ix)     Coordinate with West End Biz.
    (x)     Assist the City to develop a project webpage on the City’s Webpage. Consultant to provide 
    materials and coordinate as necessary.
    (c)    Ellice Avenue
    (i)     Location limits and general scope;
    (i)     Erin Street to Empress Street (Minor Rehabilitation)
    (ii)     Construction anticipated in 2024.
    (ii)     Location Budget- Anticipated in 2024 2025 Capital Budget as $2,646,550.00.
    (iii)     Technical Scoping Information;
    (i)     Coordinate project limits with future Empress project.
    (ii)     Coordinate with Canadian Pacific Kansas City and Burlington Northern Santa Fe Railroad 
    Companies for road rehabilitation including sidewalks through both rail crossings. May require 
    railway crossing adjustment/renewals.
    (iii)     Box culvert recently renewed, coordinate with Bridges Department.
    (iv)     Coordinate and review all bus stops with Transit and include new articulated bus stops as 
    required. Also coordinate comfort station loop at Valour intersection to reduce radius at Northeast 
    corner if possible.
    (v)     Coordinate with Traffic Signals Division for required renewals and work.
    (vi)     Coordinate with West End Biz.
    (vii)     Assist the City to develop a project webpage on the City’s Webpage. Consultant to provide 
    materials and coordinate as necessary.

    D4.7        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.
    D4.7.1             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 Consulting Contract Administrator’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.

    D4.8        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.
    D4.8.1             Notwithstanding C11, Fees for Subconsultants engaged to perform services in D4.8 
    shall be payable as invoiced by the Subconsultant, plus an allowed handling fee of 5%.
    D4.8.2             Consultant Fees for supervision of Subconsultants required to perform any 
    services in D4.8 shall be included in the Consultant’s fees.

    D4.9        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 Consulting Contract Administrator for review of 
    tree protection, removals and plantings for all locations.

    D4.10      The Project locations/limits and technical scope is subject to final approval of the 
    Consulting Contract Administrator.
    D4.10.1           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.

    D4.11      Where applicable, the following shall apply to the Services:
    (a)   City of Winnipeg’s Accessibility Design Standards (2015) and Universal Design Policy at: 
    https://legacy.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

    D4.12      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

    D4.13      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.

    D4.14      The Consultant will be responsible for project reporting and support to the City’s 
    Consulting Contract Administrator 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






     

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

      Contract duration

      The estimated contract period will be 0 month(s), with a proposed start date of 2025/10/31.

      Trade agreements

      • Canadian Free Trade Agreement (CFTA)
      • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
      • Please refer to tender description or tender documents

      Partner with another business

      The functionality to add your company name to the list of interested businesses is temporarily unavailable.

      This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

      Contact information

      Contracting organization

      Organization
      The City of Winnipeg
      Address
      185 King Street
      Winnipeg, Manitoba, R3B 1J1
      Canada
      Contracting authority
      Suzanne Bird
      Phone
      204-986-7507
      Email
      sbird@winnipeg.ca
      Address
      204-986-7507
      Bidding details

      Full details for this tender opportunity are available on a third-party site

      Click on the button below to be directed to this website. Note that on the third-party site you may need an account to view and/or bid on this tender. Information on any fees or additional costs to access the full details is outlined in the Description tab of this tender opportunity.

      Eligibility and terms and conditions

      Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

      Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

      Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

      Summary information

      Language(s)
      English
      Procurement method
      Competitive – Open Bidding

      Support for small and medium businesses

      If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

      Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

       

      Date modified: