Prince of Wales Bridge Enhancements - Conversion to a Pedestrian and Cycling Bridge over the Ottawa River Preliminary, Detailed Design and Tender Documents, Construction Administration and Risk Management Strategies Request for Qualifications RFQ No. 27615-92533-Q01 Contents SECTION ONE – INFORMATION AND INSTRUCTIONS ............................................................................................. 3 1.1 Background ......................................................................................................................................................3 1.2 Availability of Document .................................................................................................................................3 1.3 Proposed Period of Contract(s) ........................................................................................................................3 1.4 Inquiries and Addenda .....................................................................................................................................3 1.5 Order of Precedence ........................................................................................................................................3 1.6 Rights Reserved ...............................................................................................................................................4 1.7 Proponent’s Investigations and Responsibilities ..............................................................................................4 1.8 Proposed Schedule of Events ...........................................................................................................................5 1.9 Disclosure of Information ................................................................................................................................5 1.10 No Lobbying .....................................................................................................................................................5 1.11 Municipal Freedom of Information and Protection of Privacy Act ..................................................................5 SECTION TWO – PROPOSAL SUBMISSION REQUIREMENTS .................................................................................... 6 2.1 Submission of Proposal ....................................................................................................................................6 2.2 Proposal Preparation and Submission Instructions .........................................................................................6 2.3 Number of Copies ............................................................................................................................................6 2.4 Proposal Content – General .............................................................................................................................6 2.5 Proposal Validity ..............................................................................................................................................7 SECTION THREE – EVALUATION AND SELECTION METHODOLOGY ......................................................................... 8 3.1 General Evaluation and Selection Methodology .............................................................................................8 3.2 Conduct of Evaluation......................................................................................................................................8 3.3 Evaluation Team ..............................................................................................................................................8 3.4 Steps in the Evaluation and Selection Process .................................................................................................8 3.5 Evaluation Strategy for Request for Proposal ..................................................................................................9 3.6 Step One – Evaluation against Rated Requirements (100 evaluation points) .................................................9 3.7 Step Two – Due Diligence ..............................................................................................................................10 3.8 Step Three – Selection of the Short Listed Proponent(s) ................................................................................10 3.9 Step Four – Debriefing ...................................................................................................................................10 ANNEX A – RATED REQUIREMENTS...................................................................................................................... 11 ANNEX B – TERMS OF REFERENCE ........................................................................................................................ 13 APPENDIX I – PROJECT DESCRIPTION FORM ........................................................................................................ 18 Page 3 of 18 RFQ No. 27615-92533-Q01 Request for Qualifications Prince of Wales Bridge Enhancement SECTION ONE – INFORMATION AND INSTRUCTIONS 1.1 Background The City of Ottawa, hereinafter referred to as the City is seeking proposals for professional engineering services as described in the Terms of Reference attached as Annex “B”. The project consists of converting the Prince of Wales Brides from a rail facility to a pedestrian and cycling link over the Ottawa River . It will also include converting the railway line on Lemieux Island to a pedestrian and cycling facility consistent with the Prince of Wales Bridges to the north and south. The project when complete will be an interprovincial pedestrian and cycling facility linking Ottawa, Ontario to Gatineau, Quebec. 1.2 Availability of Document Copies of this Request for Qualification are available from the MERX Distribution Unit, telephone 1-800964-6379 or via the Internet at www.merx.com. MERX is the official and sole distributor of this Request for Qualification and any addenda. If a Proponent obtains this document by means other than through MERX, the accuracy of the document and receipt of any addenda are the sole responsibility of the Proponent. The City relies on the electronic MERX advertisement to provide public notice of this business opportunity and is not obligated to notify past or present suppliers in any other manner. 1.3 Proposed Period of Contract(s) The proposed period of contract is from date of award to 31 August 2017. 1.4 Inquiries and Addenda 1.4.1 Inquiries: All inquiries and questions regarding this RFQ must be directed to the Contracting Authority specified herein. Inquiries and questions must be provided, in writing (by email) no later than the date outlined in article 1.8 – Proposed Schedule of Events. The Contracting Authority will provide answers to inquiries to all Proponents by written addenda throughout the question and answer period without naming the source of the inquiry. The final addendum will be released no later than the date outlined in article 1.8 – Proposed Schedule of Events. It is the responsibility of the Proponents to confirm that the Contracting Authority has received their inquiries. 1.4.2 1.4.3 Contracting Authority: Anthony Casimiri Supply Branch, Finance Department 100 Constellation Drive 4th Floor, West Tower Ottawa, ON K2G 6J8 Telephone: 613-580-2424 ext. 21064 E-mail: Anthony.Casimiri@ottawa.ca Project Authority: Senior Project Manager, Municipal Design & Construction (West). 1.5 Order of Precedence 1.5.1 The documents listed below form part of this Request for Qualification and will be incorporated into any resulting contract. If there is a discrepancy between the wording of one document and the wording of any other document which appears on the list, the wording of the document which first appears on the list shall prevail. Page 4 of 18 RFQ No. 27615-92533-Q01 Request for Qualifications Prince of Wales Bridge Enhancement Description REQUEST FOR QUALIFICATIONS ANNEX A – RATED REQUIREMENTS ANNEX B – TERMS OF REFERENCE 1.6 Rights Reserved 1.6.1 This RFQ does not commit the City to award a contract or to pay any costs incurred by a Proponent in the preparation of a Proposal, or to attend meetings with City staff. 1.6.2 All Proposals received become property of the City. 1.6.3 The City of Ottawa further reserves the right to do any or all of the following at its sole and absolute discretion: 1.6.3.1 Reject any Proposal due to any element of it being non-compliant or non-responsive to the requirements set out in this RFQ. 1.6.3.2 Request clarification of any aspect of any or all Proposals received. 1.6.3.3 Pursue its own investigations concerning a Proponent’s legal status and/or financial viability. 1.6.3.4 Terminate the RFQ process at any time prior to or subsequent to the closing date, and issue a new RFQ for the same or a modified requirement. 1.6.3.5 Terminate the RFQ process at any time prior to or subsequent to the closing date, and not issue a new RFQ. 1.6.3.6 Disqualify a Proposal on the basis of evidence of conflict of interest or collusion as disclosed by a Proposal or through any other information discovered by the City. 1.7 Proponent’s Investigations and Responsibilities 1.7.1 By submitting a Proposal in response to this RFQ, the Proponent shall have certified to the City that: 1.7.1.1 It has carefully examined the RFQ documents and has a clear understanding of the Prince of Wales Bridge Enhancements - Conversion to a Pedestrian and Cycling Bridge over the Ottawa River; Preliminary, Detailed Design and Tender Documents and Risk Management Strategies required by the City as described in this RFQ. 1.7.1.2 It is in good standing with its creditors and financial institutions and is financially able to perform and meet any and all duties, liabilities and obligations as may be required of it under any agreement/contract resulting from this RFQ. 1.7.1.3 It has put forth all of its comments and/or questions with respect to this RFQ over the period that inquiries were allowed for and affirms its agreement that the City has adequately responded to these concerns or questions in one matter or another either through direct response or through published Addenda. Page 5 of 18 RFQ No. 27615-92533-Q01 Request for Qualifications Prince of Wales Bridge Enhancement 1.8 Proposed Schedule of Events 1.8.1 The following dates could be subject to change at the City’s sole discretion. Event Date and Local Time RFQ release date 29 January 2015 Deadline to submit questions to RFQ 10 February 2015 Last day for issuance of Addenda 12 February 2015 RFQ closing date 19 February 2015 1.9 Disclosure of Information 1.9.1 Proponents must not disclose any details pertaining to their RFQ Submission to anyone not specifically involved in their submission without prior written approval of the City. 1.9.2 Proponents shall not issue a news release or other public announcement pertaining to details of the RFQ, their RFQ Submission, or the selection process, without the prior written approval of the City. 1.10 No Lobbying 1.10.1 Proponents and/or Team Members and advisors must not engage in any form of political or other lobbying whatsoever with respect to the Prince of Wales Bridge Enhancements - Conversion to a Pedestrian and Cycling Bridge over the Ottawa River; Preliminary, Detailed Design and Tender Documents, Construction Administration and Risk Management Strategies or seek to influence the outcome of the RFQ process. In the event of any such lobbying, the City, at its sole discretion may at any time disqualify a Proponent or reject any submission by a Proponent without further consideration. All correspondence or communication by Proponents must be directed to the Contracting Authority. 1.11 Municipal Freedom of Information and Protection of Privacy Act 1.11.1 The City is subject to the Municipal Freedom of Information and Protection of Privacy Act, R.S.O. 1990, c.M.56, as amended (“MFIPPA”) with respect to, and protection of, information under its custody and control. Accordingly, all documents provided to the City by a proponent pursuant to this RFQ may be available to the public unless the party submitting the information requests that it be treated as confidential. All information is subject to MFIPPA and may be subject to release under the Act, notwithstanding the Contractor’s request to keep the information confidential. Page 6 of 18 RFQ No. 27615-92533-Q01 Request for Qualifications Prince of Wales Bridge Enhancement SECTION TWO – PROPOSAL SUBMISSION REQUIREMENTS 2.1 Submission of Proposal 2.1.1 All Proposals submitted in response to this solicitation shall be delivered and addressed to the following: City of Ottawa Supply Branch 100 Constellation Drive 4th Floor West Tower Ottawa, Ontario K2G 6J8 Title: Prince of Wales Bridge Enhancements - Conversion to a Pedestrian and Cycling Bridge over the Ottawa River; Preliminary, Detailed Design and Tender Documents and Risk Management Strategies 2.1.2 Proposals shall be received NO LATER THAN 3:00 P.M. LOCAL TIME ON 19 February 2015. Proposals received after the above due date and time will not be considered, and will be returned, unopened, to the Proponent. 2.2 Proposal Preparation and Submission Instructions 2.2.1 Proposals should be divided into one (1) section: Section 1: Rated Requirements submission 2.3 Number of Copies 2.3.1 Proponents are requested to submit, in a separate sealed package, the following copies of their Rated Requirement Responses. 2.3.1.1 One (1) original paper copy (marked “Master Copy”), signed and dated. The copy identified as the Master Copy shall take precedence should there be any discrepancy amongst the proposal sets. 2.3.1.2 Four (4) paper copies (marked as “Copy”). 2.3.1.3 One (1) electronic copy (to be provided on one (1) USB Flash Drive). 2.3.2 Each copy should clearly identify the Proponent’s name, the RFQ Title, RFQ Number, and the RFQ due date. 2.4 Proposal Content – General 2.4.1 Legal Name and Status The proposal shall state the correct legal name and legal status of the proposing entity and the correct mailing address. 2.4.2 Proponent Contact The name, telephone number along with the email address of the representative who may be contacted for clarification or other matters relating to the proposal should be provided. 2.4.3 Content Your proposal should not exceed five (5) 8.5” X 11” single sided pages in 10-point font (Times New Roman), including one (1) spreadsheet which can be submitted in 11” X 17” format and will count as one (1) page. Any documentation exceeding the maximum five (5) pages may not be considered. Résumés should be attached to the Content of Submission in the form of appendices, which will not count towards the page limit listed above. Any other supplemental documentation that does not respond directly to the Terms of Reference and Evaluation Criteria, such as corporate literature, Page 7 of 18 RFQ No. 27615-92533-Q01 Request for Qualifications Prince of Wales Bridge Enhancement should be submitted on CD or DVD. The City will not consider supplemental documentation submitted on CD or DVD in the evaluation of submissions. The proposal should be clear, concise, and should include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the requirement but rather should provide convincing rationale to address how the Proponent intends to meet the stated requirements. Proponents shall assume that the evaluation team has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the proposal. Proposals should be submitted in a professional format, including a table of contents. Proposals should address the RFQ using the same numbering system as set forth in this RFQ. Proposals should include the use of accurate reference tabs, if necessary. 2.5 Proposal Validity 2.5.1 Proposals shall remain valid and open for acceptance by the City for a period of ninety (90) calendar days, following the closing date for receipt of proposals. Page 8 of 18 RFQ No. 27615-92533-Q01 Request for Qualifications Prince of Wales Bridge Enhancement SECTION THREE – EVALUATION AND SELECTION METHODOLOGY 3.1 General Evaluation and Selection Methodology 3.1.1 Proposals will be evaluated in accordance with the rated requirements identified below. Proponents are required to address these requirements in sufficient depth in their Proposals to permit a full evaluation of their Proposal. The onus is on the Proponent to demonstrate that it meets the requirements specified in this solicitation. 3.1.2 The City of Ottawa will evaluate the Proposal only on the documentation provided as part of the Proposal. References in a Proposal to additional information not submitted with the Proposal, such as website addresses where additional information can be found, will not be considered in the evaluation of the Proposal. 3.1.3 Assessment of Proposal submissions will commence after the RFQ closing date. 3.2 Conduct of Evaluation 3.2.1 In conducting its evaluation of Proponents’ Proposals, the City of Ottawa may, but will have no obligation to do the following: 3.2.2 Seek clarification or verification from Proponents regarding any or all information provided by them with respect to the solicitation; 3.2.3 Contact any or all references supplied by Proponents to verify and validate any information submitted by them; 3.2.4 Request, before award of any contract, specific information with respect to Proponent’s legal status; 3.2.5 Interview, at the sole cost of the Proponents, any Proponents and/or any or all of the resources proposed by Proponents to fulfill the requirement of the solicitation. 3.2.6 Proponents will have the number of days specified in the request by the Contracting Authority to comply with any request related to any of the above items. Failure to comply with the request may result in the proposal being declared non-responsive. 3.3 Evaluation Team 3.3.1 An evaluation team comprised of City Staff, facilitated by Supply Branch, will review all proposals received and score the proposals using a “consensus” approach. The City reserves the right to engage professional external or internal consultants to assist it with the evaluation process. 3.4 Steps in the Evaluation and Selection Process 3.4.1 By submitting a proposal, the Proponent agrees to be bound by the process set out in this solicitation regarding the conduct of this solicitation and the evaluation of proposals. 3.4.2 While there are several steps identified, the fact the City has proceeded to a later step shall not necessarily mean that the City has conclusively determined that the Proponent has passed all of the preceding steps. The City reserves the right to conduct steps of the evaluation in parallel or concurrently. Page 9 of 18 RFQ No. 27615-92533-Q01 Request for Qualifications Prince of Wales Bridge Enhancement Step Evaluation Stage Description Weighting 1 Evaluation against Rated Requirements 100 evaluation points 2 Due Diligence N/A 3 Selection of the Short Listed Proponent(s) N/A 4 Debriefing N/A Total points available 100 evaluation points 3.5 Evaluation Strategy for Request for Proposal 3.5.1 The evaluation strategy for the stage two Request for Proposals will consist of 80 points for rated technical criteria and 20 points for the financial proposal. Financial points will be awarded to proposals that achieve a minimum pass grade on the rated technical criteria. The City’s Cost Saving Strategy initiative will be applied to this competitive process. 3.6 Step One – Evaluation against Rated Requirements (100 evaluation points) 3.6.1 Proposals will be evaluated and scored in accordance with the rated requirements of this RFQ and the following Scoring Guide: Percentage of possible score 100% 85% 70% Rating Criteria Response demonstrates Full Compliance Response demonstrates substantive compliance Response is satisfactory 50% Response is less than satisfactory 0% Not Responsive, Not Relevant or Not Discussed. Description The City has determined that the Proponent’s response to the rated requirement has been fully satisfied. For example, all specified factors of the requirement have been addressed in persuasive detail. The City has determined that the Proponent’s response to the rated requirement is substantively compliant. For example, most specified factors of the requirement have been addressed to varying degrees with some addressed minimally. The City has determined that the Proponent’s response to the rated requirement is satisfactory. For example, most specified factors of the requirement have been addressed minimal or nominally The City has determined that the Proponent’s response to the rated requirement is unsatisfactory. For example, the response does not address any of the specified factors of the requirement, or the Proponent did not provide any substantiating documentation or evidence in support of its response. A requirement has not been responded to. Page 10 of 18 RFQ No. 27615-92533-Q01 Request for Qualifications Prince of Wales Bridge Enhancement 3.6.2 A summary of the Rated Requirements is provided below: Item No. R.1 R.1.1 R.1.2 Rated Requirement Experience and Qualifications of the Respondent Firm Company Profile Knowledge of Local Conditions Points 5 5 10 R.2 R.2.1 R.2.2 R.2.3 Relevant Project Experience Project Example No. 1 Project Example No. 2 Project Example No. 3 45 15 15 15 R.3 R.3.1 R.3.2 Experience and Qualifications of Key Team Members Project Manager Key Team Members TOTAL 45 15 30 100 3.7 Step Two – Due Diligence 3.7.1 The City, at its sole discretion, may conduct a due diligence phase to review the certainty, reasonableness and comprehensiveness of a Proponent’s Proposal. The City may seek clarification of any of the elements contained in the Proposal and contact the people named as the project references in order to confirm the information provided. Proponents are expected to cooperate in providing clarification on any of the components of their Proposal. Proposals that fail to satisfy the due diligence phase will not be given any further consideration. 3.7.2 Proponents may be required, and shall diligently do so if requested by the City, to furnish supplemental information concerning their Proposals. Generally, diligently shall mean within forty-eight (48) hours of such notice being given by the City. 3.8 Step Three – Selection of the Short Listed Proponent(s) 3.8.1 This RFQ is the first stage of a two-stage process. This stage involves the short-listing of the most qualified Respondents. The City will select up to four (4) submissions starting from the highest scoring Respondent. Submissions receiving less than 70% will not form part of the selection process for Stage Two. 3.8.2 See article 3.6.2 – Steps in t he Evaluation and Selection Process for the breakdown of the points for the basis of selection. 3.9 Step Four – Debriefing 3.9.1 Proponents are entitled to request a debriefing from the City of how their submission was evaluated. Debriefing sessions will be scheduled by the Contracting Authority following Step Three of the evaluation process. Debriefing sessions shall be conducted for the sole purpose of providing constructive and instructive feedback to a Proponent. A debriefing session will only involve a review of how the City considered and evaluated a particular Proponent’s proposal and will not include disclosure of any aspect of the City’s evaluation of other proposals received from other Proponents. Page 11 of 18 RFQ No. 27615-92533-Q01 Annex A Rated Requirements ANNEX A – RATED REQUIREMENTS R.1. Experience and Qualifications of the Respondent Firm: (15 points) R.1.1 Company Profile – 5 points Describe the Respondent’s relevant corporate experience, including that of team members and specialized sub consultants for both design and construction administration components of this project. R.1.2 – Knowledge of Local Conditions – 10 points Describe the Respondent’s knowledge of local conditions which will influence both the design and construction phases of this project. R.2 Relevant Project Experience: (45 points) R.2.1 – R.2.3 Project Examples - 15 points for each project Describe three (3) projects that demonstrate the Respondent’s relevant experience and success in completing projects of similar scope and magnitude for regarding the design and construction of a new large bridge structure or the rehabilitation of large bridge structure (both rail and/or vehicular), the seismic retrofitting of piers, and the design and construction of pedestrian and cycling facilities on new or existing bridge facilities. The City reserves the right to verify all information provided. The City will only evaluate three (3) examples. If more than three (3) project examples are provided, only the first three (3) will be evaluated. Proponents should complete the Form provided in Appendix 1 – Project Description Form, to respond to this Rated requirement. R.3 Experience and Qualifications of Key Team Members (45 points) R.3.1. Project Manager - 15 points Identify the proposed Project Manager, and describe two (2) recent project examples that demonstrate the proposed Project Manager’s relevant project management experience regarding the design and construction of a new large bridge structure or the rehabilitation of large bridge structures (both rail and/or vehicular), the seismic retrofitting of piers and the design and construction of pedestrian and cycling facilities on new or existing bridge facilities. Table C2 – Project Manager: Name Role Relevant Qualifications Years of Relevant Experience Experience Managing Work of a Similar Scope and Magnitude Page 12 of 18 RFQ No. 27615-92533-Q01 Annex A Rated Requirements R.3.2 – Key Team Members – 30 points Perspective Proponents should identify, in a separate table, the relevant experience and qualifications of its key team members. Proponents should ensure that all relevant job classifications are documented. The Table Below indicates the format in which the Key Team Member information should be provided. Table C3 – Key Team Members: Name Proposed Role/Responsibility Relevant Qualifications Years of Relevant Experience Areas of Relevant Experience Examples of Relevant Project Experience Page 13 of 18 RFQ No. 27615-92533-Q01 Annex B Terms of Reference ANNEX B – TERMS OF REFERENCE 1. Project Title: Prince of Wales (POW) Bridges Enhancements (SN 011970 and SN 011971) – Conversion to Pedestrian and Cycling Bridges over the Ottawa River, Preliminary and Detailed Design, Tender Package , Risk Management and Scheduling Expertise and Construction Administration and Inspection Services 2. Limits: The Prince of Wales Bridges comprise an interprovincial railway crossing linking Ottawa, Ontario to Gatineau, Quebec via Lemieux Island. The crossing consists of two structures across the Ottawa River, the Prince of Wales Bridge North (SN 011971) spanning from Gatineau to Lemieux Island and the Prince of Wales Bridge South (SN 011970) between Lemieux Island and Ottawa. Both structures consist of open-deck Pratt steel through-truss spans: the North structure has seven spans totaling 366.6 m and the South structure has six spans totaling 288.8 m. The substructure consists of masonry piers and abutments founded on bedrock. The superstructure was re-constructed in 1926 on existing masonry piers and abutments which were built between 1879 and 1881. 3. General Project Description: The project consists of converting the Prince of Wales Bridges from a rail facility to a pedestrian and cycling link over the Ottawa River. It will also include converting the railway line on Lemieux Island to a pedestrian and cycling facility consistent with the Prince of Wales Bridges to the north and south. The project when complete will be a pedestrian and cycling facility linking Ottawa, Ontario to Gatineau, Quebec. The following are the fundamental components of the preliminary and detailed designs and tender package: a. b. c. d. e. f. g. h. i. j. k. Removal of tracks from the existing north and south bridges and conversion to a multi-use pathway (inactive railway) Connecting the multi use pathway of the north and south bridges to the adjacent land masses that being the Ottawa River recreational multi use pathway (National Capital Commission – NCC) on the south side of the Ottawa River and the Voyageur recreational multi use pathway (National Capital Commission – NCC) and constructing a multi use pathway across Lemieux Island to connect to the north and south bridges Lighting the multi use pathway on the north and south bridges, the multi use pathway connections (NCC) and the multi use pathway connection on Lemieux Island Design railing for the multi use pathway on the north and south bridges Evaluate the safety requirement for fencing to prevent users from climbing over the railing onto the trusses and design accordingly. Design for the new construction of expansion joints at piers and abutments Design for the maintenance to the existing structure at the abutments at each end of both the north and south bridges Design for the maintenance to the existing structure at the masonry piers, i.e. masonry repairs to the piers repairs to the piers Pier strengthening which takes into consideration the new use of the north and south bridges as a pedestrian and cycling facility The bridge festive lighting which considers the architectural and aesthetic view of the north and south bridges over the Ottawa River in the Nation’s Capital A preliminary and detailed design which considers the presence of an important utility duct on the north and south bridges contained within a CP Railway easement. 4. Background Work Completed to Date The following reports will be made available to all proponents by contacting the Contracting Authority:    Draft Prince of Wales Bridge North and South Enhancements, Functional Design Report, MMM Group, October 2014 Prince of Wales CPR Bridge Structural Analysis dated January 2005, Harmer Podolak Engineering Consultants Inc. including Appendix A, B, C and D). Prince of Wales CPR Bridges, Below Water Pier and Abutment Renewal Options Report Page 14 of 18 RFQ No. 27615-92533-Q01 Annex B Terms of Reference    dated May 2005, Harmer Podolak Engineering Consultants Inc. Prince of Wales CP Rail Bridges, Substructure Inspection Final Report, HP Engineering Consultants Inc. dated December 2004 Prince of Wales Bridge North (SN 011970-2) MRC, Condition Assessment, Structural Evaluation and Renewal Options Report, dated June 2011 Prince of Wales Bridge South, (SN 011970-1), MRC, Condition Assessment, Structural Evaluation and Renewal Options Analysis Report, dated July 2011 5. Major Partners and Stakeholders are listed but not limited to:            The National Capital Commission The Province of Quebec - Ministry of the Environment Hydro Quebec STO – Société de Transport de l’Outaouais Capital Railway/OC Transpo City of Ottawa - Street Lighting, Public Works , Environmental Services, Infrastructure Services Department, Design and Construction Services & Asset Management, Planning, Growth and Management Department, Rail Implementation Office, Forestry and Parks, Recreation and Cultural Services Department Rideau Valley Conservation Authority Department of Fisheries and Oceans Transport Canada and the Canadian Transportation Agency (CTA), Canadian Pacific Railway and CGI (Quebec Rail Operator) Utility Companies (Videotron, etc.) 6. Design Standards, Specifications, Guidelines and Regulations: The following reference documents apply to this project but are not necessarily limited to:  AREMA Manual for Railway Engineering  Canadian Highway Bridge Design Code CAN/CSA-S6-06 and Exceptions to the Canadian Highway Bridge Design Code CAN/CSA-S6-00 for Ontario – June 2002 Standards for Bridges, O.Reg. 104/97 TAC Design Guidelines City of Ottawa’s Standard Tender Documents for Unit Price Contracts, Vol. 1 & 2 (latest edition) The City of Ottawa Pedestrian and Cycling Guidelines     Ontario Manuals and Guidelines    Ontario Provincial Standards (OPSS and OPSD) Structural Manual, Ministry of Transportation Bridge Office June 2002 Ontario Traffic Manual Temporary Conditions, Book 7 (latest edition) Ontario Acts and Regulations     Drainage Act, R.S.P/, 1990, D17 Environmental Protection Act, R.S.S. 1990 c. E 19 Occupational Health and Safety Act, R.S.S. 1990.C.O.1 The Endangered Species Act, 2007 7. Target Completion Dates: It is intended that the consultant selection process will be completed by the middle of April 2015 and is subject to the approval of the 2015 Capital Budget. The preliminary and detailed design and tender package must be Page 15 of 18 RFQ No. 27615-92533-Q01 Annex B Terms of Reference completed by 15 December 2015. All necessary applications to the approval agencies must also be completed on or before 15 December 2015. The construction of this facility is to be completed by 15 December 2016. 8. Information / Services to be provided by the City The City will provide the 1000 scale base mapping, 2011 for the purposes of this project. 9. Special Requirements Engineering Licences: The proponent must have both Ontario engineering and Quebec engineering licences due to the nature of the work. 10. Disciplines Involved: * Structural Design (Bridges, Expansion Joints, Deck, Piers and Abutments) * Environmental Engineering * Municipal Engineering for Pathways/Cycling/Pedestrians * Railway Engineering * Architecture * Hydrology and Hydraulic Engineering * Electrical/Illumination (for pathways and structure illumination) * Geotechnical Engineering * Landscape Architecture/Streetscape Design * Drainage and Storm Water Management * Arborist/Forestry * Construction Administration and Construction Inspection * Risk Management Strategies * All other disciplines required to satisfy any approvals listed above. 11. Major Objectives and Deliverables The purpose of this assignment is to complete the preliminary design, detailed design and obtain all required approvals for this project, and prepare tender documents in order to allow the City to proceed with construction. In general, the scope of work will be comprised of the following tasks: * * * * * * * * * * * Submit to the City a copy of their Quality Management System (document control, peer review, design checks) Collect and review all background drawings and information; Review the requirements of the Canadian Environmental Assessment Act and complete a Canadian Environmental Effects Assessment (CEEA) for submission to the NCC Compile all documentation required to enable the City to successfully apply for a Federal Land Use and Design Approval and the Land Access permit. Submit the necessary applications for these approvals. Review the requirements of the Quebec Environmental Assessment Act and make any necessary applications. Review the requirements of the Endangered Species Act or Federal Species at Risk Act, and the Migratory Birds Convention Act and make the necessary field investigations and submissions. Carry out a Contaminant Overview Study of Phase I ESA and provide any necessary recommendations. The study may provide recommendations for further investigations such as a Phase II ESA. Any in water work would require a Request for Review and submission to the Department of Fisheries and Oceans (DFO). Make the necessary submission. Carry out an application to the Rideau Valley Conservation Authority if there is any alteration to the Ottawa River shoreline. Consult with the Federal Department of Transportation to conform to the Navigation Protection Act (NPA). Consultant to produce all background reports/investigation to allow the successful Contractor to complete and successfully apply for a Permit to Take Water. Please note the City will NOT take out the Permit to Take Water in their name. Page 16 of 18 RFQ No. 27615-92533-Q01 Annex B Terms of Reference * * * * * * * * * * * * * * * * * * * * * * Consultant to site verify survey for accuracy and pick up any missing information required in order to complete the full design/tender documents. This includes total station/GPS pickup of all critical features including but not limited to all surface iron, utility poles, entrance profiles, , utility information, , pathways. Consult with the various adjacent property owners such as the STO, the City of Gatineau, Hydro Quebec and the National Capital Commission and understand the property requirements for the completion of this project. Provide all sketches (hardcopy and CAD) required to assist the City real estate group to complete any land acquisition/easement transactions. Consultant to organize, invite and chair a utility co-ordination meeting. All utilities in the area to be identified and invited. The deliverable required resulting from this meeting is a plan to accommodate the utilities in the project area. This shall be shown as a milestone on the consultant schedule. Carry out utility circulation at preliminary and detailed design stages. Coordination with outside agencies/utilities including the NCC, MOE, DFO, RVCA etc. Co-ordinate with Hydro Ottawa and Hydro Quebec to co-ordinate the multi- use pathway lighting and bridge lighting. Co-ordinate with the City street lighting group and incorporate into tender documents all necessary pathway lighting design requirements for the bridges, Lemieux Island pathway and connecting to the existing pathway systems to the north and south of the Ottawa River. Consultant to propose a pathway lighting scheme for the Prince of Wales bridges, the Lemieux Island pathway and NCC pathway connections on both north and south sides of the Ottawa River. Consultant to propose a bridge lighting scheme for approval of the City. The design shall be undertaken by the Consultant. Consultant to investigate the use of LED technology and provide a design recommendation (including lifecycle cost benefit analysis). The lighting of the bridge will be influenced by the requirements of the National Capital Commission and will have a festive lighting theme that will be taken into account. This may require initiative by the consultant in obtaining information and approvals by and for City departments and National Capital Commission. Undertake the structural analysis for the deck placement, expansion joints at piers, pier strengthening and repair of the abutments. Review the MMM Group Structural Evaluation Memorandum dated July 22, 2014 undertaken during the functional design. Review the MMM Group (Formerly McCormick Rankin) 2011 condition assessment, structural evaluation and renewal option analysis both of which recommended maintenance repairs including but not limited to, localized structural steel repairs, bearing maintenance/repairs, masonry stone replacement and re-pointing of mortar joints to keep the bridge in a service condition for the proposed pathway use. Review the MMM Group Seismic Evaluation Memorandum dated October 17, 2014 which recommended the installation of steel reinforcement to reduce the seismic risk in preventing collapse of the masonry substructure. Undertake a borehole drilling exercise of the piers to determine their composition and structural integrity. At a minimum, the borehole is to extend through the pier and extend a minimum 3m into the founding material (soil/rock). Carry out an assessment of the Ottawa River water levels for the purposes of potential in water work and dewatering work during construction Carry out a hydrologic assessment to verify the soffit elevation as per the Canadian Highway Bridge Design Code. Undertake a geotechnical investigation. The geotechnical investigation shall be completed and must take into account all requirements of the pier strengthening, multi use pathway connections and abutment repairs. Provide within the construction documents any critical construction sequences that are unique to the structure itself. Prepare a lifecycle renewal cost estimate for the entire bridge for the proposed pedestrian-use option based on the results of the attached engineering reports. Prepare and present a report to Transportation Committee and City Council if required; Prepare and present a report to Transport Canada regarding the status of the rail line on the north and south bridges. Prepare a communication plan in both official languages. Page 17 of 18 RFQ No. 27615-92533-Q01 Annex B Terms of Reference * * * * * * * * * * * * * Prepare material for, attend and minute the Technical Advisory Committees,(TAC) , Public Advisory Committees (PAC) and public Open House meetings.; Work with the local ward Councillors, business community, community associations, other City divisions, and other levels of Government to meet their needs/requirements. Prepare exhibits and displays for and attend public consultation meetings. Prepare preliminary design and detailed design drawings for the project using MicroStation. The City will provide the consultant with a full 3D 1:250 scale model in MicroStation format with the attached Polaris property line detail and ownership information. Prepare a full design within the INROADS environment. Consultant to provide all digital and hardcopy files of cross sections (1:100 horizontal and 1:50 vertical, every 20 m and every 10 m in rock), entrance profiles, DTM, template library, preference files and quantity calculations signed off by two competent individuals (see Quality management system) Prepare tender documents. Recommend a traffic management strategy (pedestrians) for the existing pathways on either side of the bridges during construction and phases for construction. Prepare a suggested staging plan if required. Propose a construction schedule for the entire study area while considering the proposed schedule for capital projects in the vicinity. Provide schedule review to meet the opening of this facility for the 1 July 2017, the Canadian Sesquicentennial Celebration, 2017. Provide cost estimates for construction at 30%, 50 %, 75% and 100%. Participate in a three day Value Engineering and constructability review exercise. Participate in a full technical peer review at a minimum 75% completion and respond accordingly. Provide risk management to assess risk and provide risk mitigation strategies throughout this project. Provide construction administration and construction inspection services throughout the construction of this project. Page 18 of 18 RFQ No. 27615-92533-Q01 Appendix I Project Description Form APPENDIX I – PROJECT DESCRIPTION FORM a) Project Title: b) Client Name and Location: c) Project Overview: d) Proponent’s Role/Responsibilities (indicating whether prime or sub-consultants): e) Project Complexity, identifying any unique relevant issues successfully addressed: f) Methodology: g) Budget: (indicate if project was over or under budget) h) Duration of the Contract (from/to): i) Name and contact information of client reference: Contact Name: ____________________________ Title: Telephone No: ____________________________ E-mail Address: _____________________________ Note: Please provide a separate sheet for each project example.