REQUEST FOR PRE-QUALIFICATION OF GENERAL CONTRACTING SERVICES FOR

REQUEST FOR PRE-QUALIFICATION OF
GENERAL CONTRACTING SERVICES
FOR
REPLACEMENT OF CENTRAL AVE. BRIDGE
(STRUCTURE No. 124205)
WHICH CARRIES REGIONAL ROAD 124 (CENTRAL AVE.)
OVER THE CN RAILWAY
IN THE TOWN OF FORT ERIE
DOCUMENT NUMBER: 2014-RFPQ-08
ISSUE DATE: TUESDAY, NOVEMBER 04, 2014
CLOSING LOCATION:
CORPORATE SERVICES DEPARTMENT
THE REGIONAL MUNICIPALITY OF NIAGARA
CAMPBELL WEST BUILDING
2201 ST. DAVID’S ROAD
THOROLD, ONTARIO, L2V 4T7
ATTN: DAN AUGUSTINE, PURCHASING SERVICES
CLOSING DATE:
THURSDAY, NOVEMBER 20, 2014
2:00 P.M. LOCAL TIME
Document source: Request for Prequalification
Revised October 16, 2014
General Contractors – Replacement of Central Ave Bridge, Fort Erie
Document Number 2014-RFPQ-08
The Regional Municipality of Niagara
Table of Contents
TABLE OF CONTENTS
SECTION
DESCRIPTION
PAGE
1.0
INTRODUCTION
3
2.0
SUMMARY AND SCOPE OF WORK
3
3.0
PRE-QUALIFICATION PROCESS
11
4.0
MANDATORY & MINIMUM REQUIREMENTS
11
5.0
EVALUATION OF SUBMISSIONS
12
6.0
SUBMISSION REQUIREMENTS
16
7.0
RESERVED RIGHTS
17
8.0
NON-EXCLUSIVE
17
9.0
PURCHASING BY-LAW
18
10.0
DE-BRIEFING
18
11.0
LOBBYING RESTRICTIONS
18
12.0
FORM OF SUBMISSION
19
APPENDIX DESCRIPTION
A
KEY PLAN
B
ORIGINAL GENERAL ARRANGEMENT DRAWING
C
GENERAL ARRANGEMENT AND STAGING DRAWINGS
D
FORM A AND FORM B
E
PROPOSED SCHEDULE
2
The Regional Municipality of Niagara
General Information
1.0
General Contractors – Replacement of Central Ave Bridge, Fort Erie
Document Number 2014-RFPQ-08
INTRODUCTION
The Regional Municipality of Niagara (The Region) intends to pre-qualify contractors for
the following project:
Replacement of the Central Ave. Bridge (Structure No. 124205) which carries Regional
Road 124 (Central Ave.) over the CN Railway in the Town of Fort Erie. The construction
budget is estimated at $10,000,000 and is based on a winter/spring 2015 tentative start
date. The project must be substantially completed by April 2016 and complete by May
2016. Pre-qualified contractors are to receive tender documents in December 2014 /
January of 2015.
Request for Pre-qualification (RFPQ):
1. This call for RFPQ is open to all interested General Contractors who wish to be
considered for this project as detailed herein. Interested contractors should follow the
details of this document closely when responding to this request.
2. This Call for RFPQ outlines the scope of the required work, responsibilities of the
Proponents, requirements for the RFPQ submission, the selection process and related
conditions and drawings. The Region reserves the right, in its sole discretion, to
disqualify Proponents who fail to provide all mandatory information as required by this
Call for RFPQ.
3. The information contained in the Call for RFPQ is intended to provide interested parties
with a general overview of the work required. Nothing in this document should, in any
way, be construed to be a condition or term of the yet to be issued Request for Tender
document. The Region reserves the right, in its sole discretion, to change the scope or
conditions of the program and this procurement, in any manner, or to discontinue the
Call for RFPQ process completely.
2.0
SUMMARY AND SCOPE OF WORK
Niagara Region invites prequalification submissions from interested contractors for the
replacement of the Central Ave. Bridge (Structure No. 124205), which carries Regional
Road 124 (Central Ave.) over the CN Railway, in the Town of Fort Erie.
Background:
Central Avenue Bridge was originally constructed in 1953. Central Avenue Bridge
carries Regional Road 124 (Central Avenue North) over CN Rail (Mile 1.2 - Stamford
Subdivision) and Lewis Street, 250m north of Wintemute Street, in the Town of Fort Erie,
Ontario. (See Appendix ‘A’ – Project Location Map and Key Plan).
Central Avenue Bridge (Structure No. 124205) consists of a north slab on steel girder
structure, central steel through truss structure and a south steel pony truss structure.
The approach roadways consist of fill between reinforced concrete retaining walls.
3
The Regional Municipality of Niagara
General Information
General Contractors – Replacement of Central Ave Bridge, Fort Erie
Document Number 2014-RFPQ-08
The bridge supports two (2) 4.57m wide lanes of vehicular traffic and two (2) 1.22m wide
sidewalks, along both sides of the structure.
The structure also supports a 14” transite water main and a 6” inch gas main. It is unknown
if these utilities are currently in use.
The central through truss structure falls at a constant 1.8% grade from north to south. The
minimum clearance of the central through truss structure is 7.8m (25’6”) near the south pier.
The single span central steel through truss structure consists of parallel structural steel
through trusses, supporting deck beams at the panel points. Longitudinal stringers span
between the deck beams and support a 178mm (7”) thick reinforced concrete bridge deck.
127mm (5”) thick reinforced concrete sidewalks are supported by structural steel cantilevers
along the east and west exterior sides of the through truss superstructure. The central
through truss span is 61.0m. (See Appendix B – Original General Arrangement Drawing).
Recent Studies and Investigations
The Central Avenue Bridge structure was built between 1952 and 1955. Since then, various
rehabilitations and investigations have been performed on the bridge. Table 1, below,
summarizes the available information on Central Avenue Bridge since its inception.
Table 1: Available Information Pertaining to Central Avenue Bridge
Year
Description
Company
1953
Original Drawings, Sheets 1-22, dated
“Approved
Sept 1953”
Engineering Investigation Report – Deck &
Bearings
Rehabilitation Drawings (Contract RN 74-1)
C.R. Hagey
Engineering Co.
1973
1974
1975
1990
1993
1995
1997
1998
1999
2005
2006
Remedial Concrete Repairs (Contract RN
75-13)
Bridge Inspection Report (LCE for all
spans)
Inspection Report (Biannual Inspection)
Inspection Report (Biannual Inspection)
Bridge Inspection Report (LCE for steel
girder spans)
Rehabilitation Drawings (Contract RN 9807)
Inspection Report (Biannual Inspection)
Inspection Report (Biannual Inspection)
Rehabilitation/Replacement Analysis
Report for Central Avenue Bridge
4
De Leuw Cather,
Canada Ltd
De Leuw Cather,
Canada Ltd
Regional Municipality
of Niagara
Totten Sims Hubicki
Totten Sims Hubicki
McCormick Rankin
Corp.
Kerry T. Howe
Engineering Limited
Kerry T. Howe
Engineering Limited
ELLIS Engineering Inc.
ELLIS Engineering Inc.
ELLIS Engineering Inc.
The Regional Municipality of Niagara
General Information
General Contractors – Replacement of Central Ave Bridge, Fort Erie
Document Number 2014-RFPQ-08
2007
2009
Inspection Report (Biannual Inspection)
Inspection Report (Biannual Inspection)
ELLIS Engineering Inc.
ELLIS Engineering Inc.
2009
Structural Evaluation – Deteriorated Truss
Member in Central Avenue Bridge Through
Truss Report (Member U7L7)
2009 Structural Maintenance Program
(Removal of Pedestrian Access and Railing
Repairs)
Detailed (“Up-Close”) Visual Inspection of
Truss
Panel Points Report (Central Avenue
Bridge Through Truss)
Bridge Load Capacity Evaluation Report –
Central Ave. Through Truss Bridge (Str.
124205)
Inspection Report (Biannual Inspection)
ELLIS Engineering Inc.
Central Ave. Bridge (Structure Ni. 124205)
Municipal Class Environmental
Assessment – Environmental Study Report
AECOM
2009
2010
2011
2011
2013
ELLIS Engineering Inc.
ELLIS Engineering Inc.
ELLIS Engineering Inc.
ELLIS Engineering Inc.
The Central Avenue Bridge structure was rehabilitated in 1974 and 1975. The 1974
repairs included the complete replacement of the reinforced concrete deck and
sidewalks, replacement of the expansion joints, replacement of all expansion bearings,
miscellaneous substructure concrete rehabilitation, rehabilitation of the existing steel
handrails, and the installation of street lighting.
The 1975 repairs included the installation of drains into the retaining walls and concrete
rehabilitation of the retaining walls and north and south abutments. Following a 1997
Bridge Inspection Report – LCE for Steel Girder Spans (Kerry T. Howe Limited) the
structure was again rehabilitated in 1998. The 1998 repairs included replacement of the
expansion joints, full depth concrete rehabilitation at the ends of the bridge deck and
around the truss through holes and concrete patch repair rehabilitation of the various
substructure components (abutments and piers). An attempt was also made to shelter
the truss through holes to prevent excessive moisture from accumulating in the
connection crevices
In 2006, Ellis Engineering Inc. (EEI) completed a rehabilitation/replacement analysis of
Central Avenue Bridge. The analysis concluded that it would be economically
favourable to replace the structure in 6-10 years (from 2006). The recommended
alternative included replacing the existing structure with the following proposed structure:
 Remove the existing north slab on steel girder structure and replace it with a
reinforced earth approach.
 Remove the existing 61m (200’) single span central through truss structure and
replace it with a new 31m single span box girder structure with integral reinforced
earth abutments.
5
The Regional Municipality of Niagara
General Information
General Contractors – Replacement of Central Ave Bridge, Fort Erie
Document Number 2014-RFPQ-08
 Remove the existing 22.9m (75’) single span south pony truss structure and
replace it with a new 26m single span box girder structure with integral reinforced
earth abutments.
In June, 2009, Niagara Region retained EEI to perform a structural evaluation to assess
the structural capacity of a vertical through truss member L7 locally, at the location of
observed deterioration.
The 2009 structural evaluation concluded that the local compression capacity of vertical
through Truss member L7 was sufficient to carry CHBDC evaluation live loads and the
original design dead loads even in its current deteriorated state.
In accordance with the 2009 structural evaluation recommendations, an up close visual
inspection of the structure panel points was conducted by EEI on October 20 and 21,
2009. The results are summarized in the letter report titled “Detailed Visual Inspection of
Truss Panel Points – Central Avenue Through Truss Bridge”, dated March 12, 2010.
The report recommended a complete load capacity evaluation of the Central Avenue
through Truss Structure.
In 2010, Ellis Engineering Inc. (EEI) performed a Load Capacity Evaluation on the
through truss structure. During their assignment, Ellis Engineering Inc. reviewed the
1953 construction drawings produced by C.R. Hagey Engineering Company, the bridge
inspection report produced by Kerry T. Howe Engineering Ltd. In 1997 and the bridge
inspection report produced by Totten Sims Hubicki in 1990. During the 2010 Load
Capacity Evaluation, it became evident that there was a structural capacity issue with
multiple truss compression members (vertical members of the truss). It was determined
that the original design does not meet current design standards and loadings on the
bridge. As a result, EEI recommended that the Region immediately revise the bridge
load limit posting to 20 tonnes. This was completed on December 23, 2010, by Regional
staff.
Based on the importance of this bridge to the downtown core of the Town of Fort Erie,
the Region had requested Ellis Engineering Inc. to make a recommendation to
strengthen the existing structure until the existing structure can be rehabilitated or
replaced. Ellis Engineering Inc. made a recommendation to strengthen the vertical truss
members in order to reach a target load posting of 35 tonnes. The recommended load
limit posting for the through truss span of Central Avenue Bridge after strengthening was
posted as follows:



Level 1 – Single Unit Truck 19 Tonnes
Level 2 – Tractor and One Trailer 25 Tonnes
Level 3 – Tractor and more than one Trailer 35 Tonnes
Bridge Posting Summary
At the outset of the Load Capacity Evaluation performed by Ellis Engineering Inc.,
Central Avenue Bridge was posted as follows:
• Level 1 – 21 tonnes. (Single Unit Vehicle)
• Level 2 – 36 tonnes. (Tractor-trailer, Semi-trailer or Single Unit Vehicle-trailer)
• Level 3 – 47 tonnes. (Tractor with more than one trailer)
6
The Regional Municipality of Niagara
General Information
General Contractors – Replacement of Central Ave Bridge, Fort Erie
Document Number 2014-RFPQ-08
The existing load limit posting was determined by Totten Sims Hubicki Associates
Limited (TSH) in 1990. The load capacity evaluation completed by TSH determined that
the central through truss span stringers were the governing structural components
resulting in the load limit posting.
During the 2010/2011 Load Capacity Evaluation (EEI), it became evident that there was
a structural capacity issue with multiple truss compression members. The bridge posting
was subsequently revised to a 20 tonne limit.
Based on Emergency Structural Steel repairs recommended by EEI, the load limit
posting for the Central Avenue Bridge is as follows (March 2011):
• Level 1 – 19 tonnes. (Single Unit Vehicle)
• Level 2 – 25 tonnes. (Tractor-trailer, Semi-trailer or Single Unit Vehicle-trailer)
• Level 3 – 35 tonnes. (Tractor with more than one trailer)
Class EA Study Recommendations
The Municipal Class EA Study for the replacement of Central Ave Bridge was completed
by AECOM in May 2013. The study was conducted in accordance with the requirements
for a Schedule ‘C’ project stipulated in the Municipal Class EA document.
The Class EA study has recommended that the Central Ave. Bridge be replaced and
that traffic during construction be managed within the Central Ave. corridor. The
recommended design is a new three-span continuous steel girder bridge with a
composite concrete deck slab supported on two piers within the CN right-of-way. In
addition, in order to maintain traffic on this important link to the downtown Bridgeburg
business district the preferred alternative includes the use of rapid replacement
technology for the bridge replacement. The recommended construction/traffic staging
that was established during the Class EA phase is as follows:



Build a new superstructure on temporary piers beside the existing bridge with a
composite concrete deck and jack it laterally into place to retain the same
horizontal alignment of Regional Road 124 (Central Ave.).
Manage traffic on the Central Ave. corridor during the various stages of
construction.
During the jacking operation temporarily detour traffic via local roads.
The following is an overview of the design for the proposed Central Ave. Bridge
replacement based on the Class EA recommendations:

The proposed Central Ave. Bridge is a three span continuous steel girder bridge
consisting of the following:
o A 35 m southerly span over a slightly re-aligned Lewis Street.
o A 46.5 m span over the four currently operating CN main rail lines and CN
rail maintenance road, and
7
The Regional Municipality of Niagara
General Information
o







General Contractors – Replacement of Central Ave Bridge, Fort Erie
Document Number 2014-RFPQ-08
A 33.2 m northern span over the area of future potential CN main rail
tracks in the north section of the CN Rail ROW. The new north abutment
is 5.6 m south of the existing abutment.
Gateway structures located on the abutments at each end of the new bridge that
use cross braces over the roadway salvaged from the existing bridge.
Northern bridge is replaced with a single new span in order to maintain flexibility
for future CN expansion within the CN ROW.
Based on the current horizontal clearance standards and depending on the skew
of the tracks:
o The central span will accommodate up to six tracks or up to five tracks
plus a CN maintenance road,
o The south span will accommodate Lewis Street plus up to three tracks or
Lewis Street plus up to two tracks and a CN Rail maintenance haul road,
o The north span will accommodate up to four tracks plus a CN Rail
maintenance road.
Improved horizontal flexibility for track arrangement under north bridge because
the current three span bridge is replaced with a single span structure;
A new bridge centerline that follows the existing roadway centerline;
A single pier in the CN Rail ROW to minimize impacts to CN Rail property and
operations; and
Clearances over the CN Rail lines and Lewis Street that exceed CN Rail and
Niagara Region standards and requirements.
The following is an overview of the associated roadway and approach roadway design:
1. Courtwright Street



Conversion of Courtwright Street east of Central Ave. to two-way from oneway traffic at a signalized intersection that accommodates all turning
movements;
Lowering the grade of Courtwright Street by approximately 1 m and
reconstructing approximately 86 m of roadway along Courtwright Street
including retaining walls where required; and
Possible lowering of the existing watermain and utilities within the limits of
Courtwright Street.
2. Regional Road 124 (Central Avenue)



A 50 km/h posted speed;
A rebuilt two lane roadway 320 m in length with a 10.6 m pavement width (3.5
m lanes and 1.8 m wide clear zone for pedestrian and cyclists).
Reduced vertical road profile over Central Ave. Bridge.
3. Lewis Street

Slight Northerly re-alignment of Lewis Street and replacement of the sidewalk
under the bridge.
8
The Regional Municipality of Niagara
General Information
General Contractors – Replacement of Central Ave Bridge, Fort Erie
Document Number 2014-RFPQ-08
PROJECT SCOPE
The project includes but is not limited to the following major tasks:
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
Environmental protection
Temporary works associated with bridge and project construction
Environmental protection of adjacent lands
Traffic management (Construction Staging and Detours)
Maintenance of traffic on the existing bridge (Construction Staging)
Cut-over of traffic to new bridge
Protection of CN Railway lands and property
Excavation and dewatering of foundations
Reinforced concrete footings
Reinforced concrete abutments
Retaining walls
Structural steel girders
Reinforced concrete decks
Reinforced concrete sidewalks
Reinforced Concrete barriers
Waterproofing and paving
Expansion joints
Approach slabs (Precast)
Clearing and grubbing
Roadway and related excavation
Roadway construction
Lighting and Electrical works
Landscaping
Drainage
Utilities and services
Site restoration works
Heritage features
Demolition and removal of existing bridge
Rapid Bridge Replacement Technology
The proposed Central Ave. Bridge is a new three-span continuous steel girder bridge with a
composite concrete deck slab supported on two piers within the CN right-of-way. The Central
Ave. Bridge replacement project is a challenging project. As the only truck crossing of the CN
corridor in Fort Erie, it is a vital link to the local community and provides a unique linkage for
commercial traffic.
To meet the requirements of the Class EA and maintain traffic during construction of the new
bridge the project has been designed to replace the bridge using a rapid bridge replacement
technique. This will allow the new bridge to be constructed on the original alignment and will
allow traffic to be maintained on the existing structure until the new structure is in service.
Staging of the work will be in accordance with the detailed staging plans (see Appendix C for
General Arrangement Drawing and Staging Plans.).
9
The Regional Municipality of Niagara
General Information
General Contractors – Replacement of Central Ave Bridge, Fort Erie
Document Number 2014-RFPQ-08
PROJECT CHALLENGES AND CONSTRAINTS
The Central Avenue Bridge Project is an undertaking which includes a number of special
features of which the contractor should be aware. These include the following:

Special care and skill is a necessary requirement for the successful fabrication and
erection of the structural steel girders.

The bridge is intended to be replaced using a rapid bridge replacement technique in
order to enable traffic to be maintained on the crossing to the maximum extent
possible throughout construction. This involves maintaining traffic on the existing
bridge in various stages; transferring traffic to the new bridge in various stages;
demolishing the existing bridge and completing the works. The staging shall be
carried out in conformance with the detailed staging drawings shown in Appendix C.
During the project and various stages both vehicular and pedestrian traffic will need
to be detoured.

The bridge crosses a CN Railway adjacent to an international crossing between
Canada and the United States of America. Close coordination with Canadian
National Railways (CN) will be required. As well the contractor will need to adhere to
the working times and restraints in the contract when it comes to working in and
around CN lands.

There are existing utilities in and around the construction site. This will require the
contractor to closely coordinate the construction activities with the protection and or
relocation of the utilities being affected. Examples of know utilities include the
following:
350mm diameter watermain attached to the west side of the existing
structure.
Street lights mounted on existing utility poles. Hydro (Canadian Niagara
Power CNP) will be re-located out of the road corridor prior to the bridge
replacement project.
Cogeco, Activo Inc. will be temporarily relocated during construction and
permanently placed on the existing bridge in a duct hanger system.
Municipal services including storm and sanitary services will be affected at
Courtwight Street and at Lewis Street. Coordination with the Town of Fort
Erie will be required.
Significant coordination with Bell Canada will be required due to the large
amount of Bell telephone plant within the project area.

The project is enhanced by the consideration of a number of heritage features which
are to be built into the fabric of the bridge, by a lighting system which is
architecturally compatible with the bridge and by landscaping and finishing
components including handrails, and traffic barriers intended to provide an
architecturally-outstanding overall completed bridge crossing.
10
The Regional Municipality of Niagara
General Information

General Contractors – Replacement of Central Ave Bridge, Fort Erie
Document Number 2014-RFPQ-08
The schedule of the project is as follows (See Appendix E – Construction Schedule):
Contract Tender
Contract Award
Commence Construction
Completion
3.0
December 2014 / January 2015
January 2015
January / February 2015
May 2016
PRE-QUALIFICATION PROCESS
The purpose of this call for RFPQ is to obtain submissions from interested general
contractors to determine who are qualified, based on the criteria developed by The
Region to undertake the work. The Region intends to short list a minimum of four (4)
contractors. Only those contractors that have been short listed will be invited to submit a
bid for the replacement of the Central Ave. Bridge.
In making their submissions, all contractors must submit a letter of commitment stating
their intention to be pre-qualified for the project as outlined herein and, if short-listed, to
partake in the bid process.
In the event that any applicant has questions as to any terms, conditions or provisions of
this call for pre-qualification, or the meaning or interpretation thereof, they may request
information or clarification by submitting such requests, in writing, by fax or by e-mail to
the following:
Dan Augustine, Purchasing Services
Email: [email protected]
Telephone: 905-6895-4225, extension 3470
Fax: 905-682-8521
4.0
MANDATORY & MINIMUM REQUIREMENTS
This Call for RFPQ has been designed to elicit pertinent data that will be used in
evaluating each Proponent’s ability and qualifications. This process is intended to
provide properly qualified contractors for services deemed critical to project completion
and to protect The Region’s interest. The Proponent’s RFPQ must use the format
identified in the following sections of this document. The format has been designed to
facilitate efficient evaluation of the RFPQ’s.
In the event that the Proponent has questions as to any terms, conditions or provisions
of this Call for RFPQ, or the meaning or interpretation thereof, the Proponent may
request information or clarification by submitting such requests, in writing, by fax or by email to the following: [email protected]
The Pre-qualification submission for this project must include the following mandatory
information:
11
The Regional Municipality of Niagara
General Information
General Contractors – Replacement of Central Ave Bridge, Fort Erie
Document Number 2014-RFPQ-08
1. Legal name and address of the company, including legal form of company.
2. A commitment letter clearly stating the intent of the contractor to be pre-qualified and, if
short-listed, to participate in the formal tendering process.
3. Company profile including number of employees, number of years in business. (Form A
– Capability of Contractor, see Appendix D)
4. Summary of similar projects previously or currently undertaken and experience and
qualifications of key employees, including description of the work undertaken, date
undertaken, client name and address, references, including address and telephone
number and project title. 5. The current standard construction document CCDC-11
1996ER2006 Contractor’s Qualification Statement.
5. Resumes of key personnel including, as a minimum, project manager, together with their
qualifications, availability and experience on similar work. (Form B – Named Office and
Site Personnel).
6. A letter from a recognized surety licenced to practice in Ontario, stating that the required
bonding for the project is available. The short-listed general contractors will be required
to submit with their formal tender, a bid deposit in the form of a certified cheque, bank
draft, or bid bond, in a form approved by the Region of Niagara, in the amount of (5%) of
estimated contract value, and an agreement to bond in the amount of 100%
performance bond and 100% labour and material payment bond.
7. Current workplace safety and insurance board clearance certificate.
8. Other pertinent data deemed important by the proponent.
5.0
EVALUATION OF SUBMISSIONS
The evaluation of the RFPQ submission will be based on the contractor’s ability to
complete the projects on time, within budget with a minimum of risk and to perform in
accordance with the drawings. This will be based on the proponent’s submission which
will be evaluated by the Region using the information submitted by each proponent. The
Region reserves the right to use its own judgment in rating each of the submissions with
the objective of minimizing risks. The Region will discuss the submissions with those not
successful upon request.
The ranking will be carried out on the following criteria listed below. Each item will be
scored out of a total of 10 with the least positive score 1 and best qualified score of 10.
The total will be multiplied by a weighting factor as indicated and reflecting the relative
importance of the criteria item. The total scores will be added together and the highest
scoring proponents may be short-listed.
Points for the rankings will be awarded on the following basis.
12
General Contractors – Replacement of Central Ave Bridge, Fort Erie
Document Number 2014-RFPQ-08
The Regional Municipality of Niagara
General Information
5 A.
CAPABILITY OF CONTRACTOR (35 points)
Evaluation Criteria
Available
Points
What are we looking for:
 Contractor’s corporation profile, annual construction
value in the past 5 years.
A1. Company Resources
20 pts
 Contractor’s workforce, equipment and other
resources required for carrying out similar contracts.
 Contractor’s proposed office and site personnel for
this contract and their experience.
A2. Statement on
Commitment
5 pts.
 Contractor’s ability and commitment to provide
adequate resources to this contract to meet the
schedule requirements. Night and weekend work
may be necessary.
A3. Statement on Bonding
capacity
5 pts.
 Ability to secure minimum 100% bonding
requirements (estimated project budget $10 Million)
5 pts.
 Ability to commit to the financial requirements and to
obtain required insurance in accordance with
Niagara Region’s requirements
A4. Statement on
Financial & Insurance
Capacity
Total for Section A
35 pts.
13
The Regional Municipality of Niagara
General Information
5 B.
General Contractors – Replacement of Central Ave Bridge, Fort Erie
Document Number 2014-RFPQ-08
EXPERIENCE – CONTRACTS OF COMPARABLE SIZE AND NATURE (45 points)
Evaluation Criteria
B1. Comparable Bridge
Rehabilitation
Contracts
Available
Points
20 pts.
What are we looking for:
 Similar structural rehabilitation/replacement contracts
completed in the past 10 years.
 Similar road contracts (over $5 million) for the
Region or other municipalities, provincial and federal
agencies in the past 10 years.
 Contractor’s/subcontractor’s experience in significant
steel bridges in the past 10 years.
 Contractor’s/subcontractor’s experience in using
Rapid Bridge Replacement Technologies.
 Contractor’s/subcontractor’s experience in working
with Canadian National Railways (CNR) and/or other
Railroad Authorities.
B2. Project Control
15 pts.
 Evidence of satisfactory protection for works and the
public.
 Contractor’s past experience on environmental
protection to meet all regulatory requirements
including MOE, MNR, DFO, NPCA, and other
stakeholder agencies.
 Evidence that contractor has exercised effective
control on schedule and budget for past contracts of
similar size and complexity.
 Contractor’s past experience on working within/on
CNR R.O.W. and project controls put in place to
protect the R.O.W.
B3. Past Performance on
similar contracts
10 pts.
 Record of past performance on similar contracts.
 Completed appraisals for similar projects from other
jurisdictions with reference information including the
owner’s project manager and contract administrator.
Total for Section B
45 pts.
14
General Contractors – Replacement of Central Ave Bridge, Fort Erie
Document Number 2014-RFPQ-08
The Regional Municipality of Niagara
General Information
5 C.
SUBMISSION REQUIREMENTS FOR THE PROPOSED WORK (20 points)
Evaluation Criteria
Available
Points
What are we looking for:
C1. Qualification
submission related to
Construction Bridge
Engineers and
Construction
Specialists
15 pts.
 A Specialist Erection Engineer that is a professional
engineer eligible to be licensed in the Province of
Ontario having a minimum of five years of relevant
experience in the design and construction of Rapid
Bridge Replacement techniques and erection
strategies.
 A Specialist Demolition Engineer that is a
professional engineer eligible to be licensed in the
Province of Ontario having a minimum of five years
of relevant experience in the demolition of steel
truss bridges.
 Experience related to the completion of staging
related to complex projects.
 A professional Engineer licensed in Ontario for the
design of temporary works.
 Experience of contractor/subcontractor in dealing
with bridge demolition projects.
C2 Claims/Legal Actions
5 pts
 History of previous or existing claims or legal
actions with Niagara Region or other municipalities,
provincial or federal agencies.
C3. Project Control
5 pts.
 Contractor’s proposed measures to monitor
progress and to ensure the contract remains on
schedule
 Contractor’s proposed measures for environmental
protection over the CN R.O.W as well as protection
of the public and Utilities.
 QA/QC procedures.
Total for Section C
25 pts.
A minimum of three (3) persons will review all submissions independently and the
average of the rankings will be used for overall total score.
Specific mandatory information must be included with the submission and failure to
include such information, may, at the discretion of the Region, cause the submission to
be declared informal. In that event, the submission may be rejected.
15
The Regional Municipality of Niagara
General Information
6.0
General Contractors – Replacement of Central Ave Bridge, Fort Erie
Document Number 2014-RFPQ-08
SUBMISSION REQUIREMENTS
The proponent shall submit one (1) original and three (3) copies of the RFPQ. Each
submission shall have a minimum font size of 12 and are to be no more than twenty-four
(24) pages, exclusive of covering letter, resumes and references.
RFPQ’s are to be submitted in packages with the following information clearly marked on
the outside of the package:
1. Name of Proponent.
2. Title Prequalification Call for General Contracting Services for the Replacement of
Central Ave. Bridge (Structure No. 124205) in the Town of Fort Erie.
Content of Submission
General contractors are requested to submit a qualification submission, which
includes the following sections indicated and containing no more than twenty-four
(24) single sided pages exclusive of covering letter, resumes, and references. The
qualification submission should provide sufficient information to judge qualifications
of the general contractors to complete the project described herein.
General contractors should submit their qualification submission as follows:
1.
2.
3.
4.
5.
Table of Contents
Form of Submission
Commitment Letter
Capability of Contractor Form “A”
Contractors Experience
(CCDC 11-1996ER2006)
6. Named Office and Site Personnel(2)
Completion of Form “B”
Total Pages
1
1
1
3
16
2
____
24
The following information may be provided as appendices in the contractor’s submission:
1. Contractor’s reference letters
2. Resumes of named personnel
The Region may, in its sole discretion, disqualify Proponents who fail, in the opinion of
the Region, to meet the requirements of the Call for RFPQ.
The Region reserves the right to revise this Call for RFPQ prior to the due date.
Revisions shall be emailed and/or faxed to all potential proponents who have received
this RFPQ document. The Region reserves the right to extend the date by which the
RFPQ’s are due.
Date and Place for Receiving Submissions
Submissions will be received by the Purchasing Office, Corporate Services Department,
Attention Dan Augustine, Regional Municipality of Niagara, Campbell West, 2201 St.
David’s Road, P.O. Box 1042, Thorold, Ontario, L2V 4T7, until 2:00 p.m. local time,
November 20, 2014.
16
The Regional Municipality of Niagara
General Information
General Contractors – Replacement of Central Ave Bridge, Fort Erie
Document Number 2014-RFPQ-08
Submissions received after 2:00 p.m. local time will be returned unopened.
No further information will be made available at that time.
Niagara Region will not, under any circumstances, reimburse any Proponent for any
costs associated with the preparation of the RFPQ.
7.0
RESERVED RIGHTS
In addition to any other right expressed or implied in this Request for Prequalification, the Region reserves the right to:
a) make public the names of any or all applicants and members of a applicant's
team;
b) request written clarification of any element of any Pre-qualification from any
applicant and incorporate an applicant’s response to that request into the
applicant’s Pre-qualification;
c) clarify or verify with any Applicant or with a third party any information set out
in a Pre-qualification;
d) check references other than those provided by any applicant;
e) disqualify or invalidate any Pre-qualification that contains material
misrepresentations or any other materially inaccurate or misleading
information;
f) make changes, including substantial changes, to this Request for Prequalification provided that those changes are issued by way of addenda;
g) if a single Pre-qualification is received, reject the Pre-qualification of the sole
Applicant and cancel this RFPQ process or enter into direct negotiations with
the sole Applicant.
8.0
NON-EXCLUSIVE
Any contract awarded as a result of this Request for Pre-qualification will be nonexclusive. The Region may in its sole discretion, purchase the same or similar services
from any one of the pre-qualified respondents or other sources.
The Region reserves the right to award by project, or part thereof, groups of project, or
parts thereof, or all items, and to award contracts to one or more pre-qualified
respondents; to reject any and all offers in whole or in part; to waive technical defects,
irregularities and omissions if, in so doing, the best interests of The Region will be
served.
The Region reserves the right to accept or reject any or all submissions received.
The Region has the unilateral and exclusive right to change the dates, schedule,
deadlines, process and requirements described in this Request for Pre-qualification; to
change the limits and scope of the Request for Pre-qualification; to cancel this Request
for Pre-qualification; to abandon this process; or to elect not to proceed with the
proposed Engineering Services for any reason whatsoever, without incurring any liability
for costs and damages incurred by any respondent.
17
The Regional Municipality of Niagara
General Information
9.0
General Contractors – Replacement of Central Ave Bridge, Fort Erie
Document Number 2014-RFPQ-08
PURCHASING BY-LAW
Submissions will be solicited, received, evaluated, accepted and processed in
accordance with the Region’s Purchasing By-law as amended from time to time. The
Purchasing By-Law can be viewed on the Region’s website, www.niagararegion.ca.
10.0
DE-BRIEFING
After the RFPQ process is complete, an unsuccessful applicant may request a debriefing
session to discuss their submission. The applicant may contact the Purchasing
representative, as specified in the bid document. The project representatives will
conduct a debriefing, by telephone, for the purpose of explaining the evaluation process,
discussing the applicant’s submission and its ranking, and explaining why the applicant’s
submission was not selected. Only the submission of the unsuccessful applicant will be
reviewed.
11.0
LOBBYING RESTRICTIONS
(a)
Suppliers, their staff members, or anyone involved in preparing Bids shall not engage in
any form of political or other lobbying whatsoever or seek to influence the outcome of the
purchasing process or subsequent Award. This restriction extends to all of the
Corporation’s staff and members of Council.
The Corporation may reject any Bid by a Supplier that engages in such lobbying, without
further consideration, and may terminate that Supplier’s right to continue in the
purchasing process.
During a Bid Solicitation process, all communications shall be made through Purchasing
Services. No Supplier or person acting on behalf of a Supplier or group of Suppliers,
shall contact any elected official, consultant or any employee of the Corporation to
attempt to seek information or to influence the Award.
Elected officials shall refer any inquiries about a Bid Solicitation process to the
Commissioner of Corporate Services.
(b)
(c)
(d)
18
The Regional Municipality of Niagara
Form of Submission
General Contractors – Replacement of Central Ave Bridge, Fort Erie
Document Number 2014-RFPQ-08
12.0 FORM OF SUBMISSION
I/We the undersigned, having carefully examined all Sections of this Request for
Pre-qualification do hereby affirm the acceptance of the requirements.
COMPANY:
CONTACT NAME:
(Must Show Correct Legal Company Name)
ADDRESS:
(please print)
SIGNATURE:
(I/We have the authority to bind the
Corporation)
TITLE:
WITNESS:
POSTAL CODE:
SIGNATURE:
TELEPHONE NUMBER:
TITLE:
FAX NUMBER:
DATE:
E-MAIL ADDRESS (Must supply if available):
19
APPENDIX A – KEY PLAN
~
1,\migari
Qo\~~s
IBf,doe St
suoam"ow1
Pat1<
GlmOfe Rd
liD-
Tim·
\ill
21
;1m
illY
G•tTisOn Rd
'iiJ
~ - 'ill" Garrison Rd
'iii
TOWN 0F
1
i
~
~
~
lf(JRT~RIE'
~- ·
II
f
!a
illY
I
KEY PLAN
Niagara
PUBLIC WORKS
CENTRAL AVENUE BRIDGE
STRUCTURE No. 124205
REGIONAL ROAD 124 (CENTRAL AVENUE)
BRIDGE O'JER CNR RAILWAY
APPENDIX A
APPENDIX B – ORIGINAL GENERAL ARRANGEMENT DRAWING
22
APPENDIX C – GENERAL ARRANGEMENT AND STAGING DRAWINGS
23
24
APPENDIX D – FORM A AND FORM B
REQUEST FOR QUALIFICATIONS
CENTRAL AVENUE BRIDGE REPLACEMENT (STRUCTURE No. 124205)
Appendix D – Form A
Capability of Contractor
Introduction of the Firm (Contractor)
Address
Telephone
Fax
If Corporation
Year of Incorporation
Federal
or Provincial
Name of Province
If Registered
Provinces and Dates
If Partnership
Dated of Establishment
If Firm Owned by Individual
Date of Establishment
Name, Titles and Addresses of Firm Officers, Partners, Individual Owner
25
REQUEST FOR QUALIFICATIONS
CENTRAL AVENUE BRIDGE REPLACEMENT (STRUCTURE No. 124205)
Approximate annual values of bridge construction work in Canada for the past five years
2009
2010
2011
2012
2013
Financial References
Bank
Name
Address
Name, Title, Telephone Number of Contact Person
Insurance
Name
Address
Name, Title, Telephone Number of Contact Person
Bonding Company
Name
Address
Name, Title, Telephone Number of Contact Person
Value of largest completed project for which bonding was provided in the
last five years $
26
REQUEST FOR QUALIFICATIONS
CENTRAL AVENUE BRIDGE REPLACEMENT (STRUCTURE No. 124205)
Appendix D – Form B
Office & Site Personnel, Engineers
List below key office and site personnel who would be associated with the project and briefly
identify in one paragraph relevant experience to work on this project. List the Professional
Engineering for design of temporary work and the Specialist Engineer in charge of the jacking
operation. Attach resume of qualifications and experience of those named below in an
appendix.
Name
Present Position
Years
with
Company
27
Relevant Experience
APPENDIX E – PROPOSED SCHEDULE
28
~f
li
~i
II:
!:;
•
::.
(/1
~
~ (/1
t:
:::
~ "'
II
...'
I
I
II
If
n
rq
i' •
~ ~
~
~
1
i i
.n
~
H
1
I I
~ ~
Cll
lr
=:!
:.
01
(/1"'
'%
(II
= ::
(II
(/1
.
'
"
""
"
f! HUll
.r
'tu1i t ~ ' ~ 111f r H
Hi.i
JIiIll [j I• fHI'
tqP ~ . I I i!liil
. •r-·1
i·;i '1
H
~
i!t I I.Ht~ .J I• !J
i
I f ' Ii
f i H !
p i
Ip I
i ~ i
i
1!1
ol"' "' "'
••
r.
J·r·
f
i
I
~
•
~
~
i
J
j i
l
ii
~
1
i
i f
i
• ~l
•
i i
l
I
~
~
i
i"
"
J~ F •
i
i
~
~
f
.
~
;;
:::;
""
= ............. ... .. - -
" " '
" '
" " ... " " ~.,.
Jl
H Jf j
i.. H
p
h·l·
j!
J
. . 'J' fi f .r
H
~
·IIJ!
I" i
j! i
c.l
mJ HfJII
diJ
II .
if ~
• f t jhti
J.... J
jl
t
l
~
i
i
l
s
li.
f
i
I
~
I• ,
{
I
I
s
a
• li. i
~ •
,.
-
i
:::C
~
"'li
j! IIqhi I IhI i
'I
''
"' ... "' "' ... "" ...
i
u ·i'
I
l
i
•
i
I
~
•
i
-
f
i
I I
s s
~ ~
i i'
~
i
--
i
tt
j
j
p
I'
qJ
..
f •
-. '
! f
I I t
f I !
~ !
i f
~i
H
~ ~
i
i
1
I
~~
i
h
!
1
H
•r
.
.~
~
h
~
§
H
~
~
,_-
H
If
~~
~
~
;a
§
~
~~
s
dl
!l
;i
••
I
ll
i
.~
;,
i
~
Jf
~I
•~
~·
f
11
H
I
" "
~~-
H
I'
I
~
~
Iif
••
!I
!,•
h
~
~
~
!I
h
~
~
~
~.
sj
~
~~
i
~i
,ll
!
~
29