19
Page 1 of 11 Tender – Granville Ferry Forcemain Support Replacement Issued: 2020-08-19 Document ID: ANNAP-MO20-06 Part 1 – Introduction Throughout this document, the terms Bidder and Tenderer are used interchangeably. 1.1 Background The Municipality of The County of Annapolis (hereafter referred to as “the Municipality”) seeks submissions from qualified Bidders to install replacement forcemain supports as per the included requirements at the Annapolis Tidal Gate Bridge in Granville Ferry, NS. Supports will be supplied by the Municipality, to be installed by the successful Bidder. 1.2 Objective The existing forcemain supports at the Annapolis Tidal Gate Bridge in Granville Ferry, NS have reached the end of their service life and require replacement. The existing supports are to be removed as part of this project following the installation of the replacements. The Municipality is seeking a Bidder who can install forcemain hangers, pipe straps and pipe protection shields as specified in a timely and cost-effective manner while providing best value to the Municipality. Safety protocols will be of primary importance given the location of the installation and shall be in accordance with the requirements of Nova Scotia Power Inc. (NSPI), Nova Scotia Transportation and Infrastructure Renewal (NSTIR) and industry best practices. A site visit will be held on September 3 rd , 2020 at 2:00PM. This will be the only site visit and it is the responsibility of the Bidder to attend if they have any questions about the existing conditions of the work site and the work to be performed. The Municipality reserves the right to disqualify any bidder who does not attend the site visit.

Part 1 – Introduction · Part 1 – Introduction Throughout this document, the terms Bidder and Tenderer are used interchangeably. 1.1 Background The Municipality of The County

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Part 1 – Introduction · Part 1 – Introduction Throughout this document, the terms Bidder and Tenderer are used interchangeably. 1.1 Background The Municipality of The County

Page 1 of 11

Tender – Granville Ferry Forcemain Support

Replacement

Issued: 2020-08-19

Document ID: ANNAP-MO20-06

Part 1 – Introduction

Throughout this document, the terms Bidder and Tenderer are used interchangeably.

1.1 Background The Municipality of The County of Annapolis (hereafter referred to as “the Municipality”) seeks submissions from qualified Bidders to install replacement forcemain supports as per the included requirements at the Annapolis Tidal Gate Bridge in Granville Ferry, NS. Supports will be supplied by the Municipality, to be installed by the successful Bidder.

1.2 Objective The existing forcemain supports at the Annapolis Tidal Gate Bridge in Granville Ferry, NS have reached the end of their service life and require replacement. The existing supports are to be removed as part of this project following the installation of the replacements. The Municipality is seeking a Bidder who can install forcemain hangers, pipe straps and pipe protection shields as specified in a timely and cost-effective manner while providing best value to the Municipality. Safety protocols will be of primary importance given the location of the installation and shall be in accordance with the requirements of Nova Scotia Power Inc. (NSPI), Nova Scotia Transportation and Infrastructure Renewal (NSTIR) and industry best practices. A site visit will be held on September 3rd, 2020 at 2:00PM. This will be the only site visit and it is the responsibility of the Bidder to attend if they have any questions about the existing conditions of the work site and the work to be performed. The Municipality reserves the right to disqualify any bidder who does not attend the site visit.

Page 2: Part 1 – Introduction · Part 1 – Introduction Throughout this document, the terms Bidder and Tenderer are used interchangeably. 1.1 Background The Municipality of The County

Page 2 of 11

Tender – Granville Ferry Forcemain Support

Replacement

Issued: 2020-08-19

Document ID: ANNAP-MO20-06

Part 2 – General Instructions

2.1 Delivery of Tenders

i. Due to Covid-19 precautions, submissions for this project will only be received by email and are to be addressed to [email protected] and CLEARLY MARKED as follows:

Email subject line: Tender – Granville Ferry Forcemain Support Replacement

“Read Receipt” must be turned on, which will be acknowledged by staff upon opening of the email submission. The entire bid document is to be saved and submitted as a single PDF document.

2.2 Tender Submission Guidelines

i. Tenders will be received until tender close at 2:00p.m. local time, September 10th, 2020. ii. Late Tenders may not be accepted and may remain unopened. iii. Tenders will be opened within one business day of tender closing. Opening will not be public. iv. Submissions shall at a minimum include a completed copy of Part 4 – Form of Tender and

Appendix A – Acknowledgement of Addenda provided within these tender documents. v. All expenses incurred by the Bidder in responding to the Tender are the Bidder’s sole

responsibility and the Municipality shall not be liable under any circumstances for all or any such expenses, whether direct, indirect or consequential.

vi. The final contract documents between The Municipality and the successful Bidder together with any attachments thereto, shall be the only documents which establish the contractual obligation of each party to the other and independently.

2.3 Multiple Tenders

i. Multiple Tenders will be accepted from the same Bidder and should be submitted separately as outlined in Part 2.2 – Tender Submission Guidelines.

2.4 Clarification and Addenda

i. All questions concerning this Tender shall be directed to: Adam Boland, CET Hatch Ltd. [email protected]

ii. Any attempt by the Bidder, its employees, agents, contractors, or representatives to contact members of Municipal Council or Municipal staff not identified in this clause may result in disqualification of its bid.

iii. Bidders must notify The Municipality not less than 4 working days before Tender closing of omissions, errors or ambiguities found in the Call for Tenders. If the Municipality considers that correction, explanation or interpretation is necessary a written addendum will be posted in the procurement section of the Municipality’s website located at the following address: https://www.annapoliscounty.ca/government/tender Addenda will be posted no later than 48 hours before Tender Closing.

Page 3: Part 1 – Introduction · Part 1 – Introduction Throughout this document, the terms Bidder and Tenderer are used interchangeably. 1.1 Background The Municipality of The County

Page 3 of 11

Tender – Granville Ferry Forcemain Support

Replacement

Issued: 2020-08-19

Document ID: ANNAP-MO20-06

iv. The Municipality will not maintain a distribution list; Bidders shall be responsible to review the website for any addenda that have been issued.

v. The Municipality reserves the right to amend this Call for Tenders at any time before the closing date and will issue a written addendum in the event of a change.

vi. All addenda will form part of this Call for Tenders. vii. Any changes to this Call for Tenders shall be stated in writing by Addenda. Verbal statements

made by Municipal staff or their representatives shall not be binding.

2.5 Amendment or Withdrawal of Tender

i. Tenders may be amended or withdrawn by email if the amendment or notice of withdrawal is received prior to the closing.

ii. Amendments or withdrawals must be clearly labeled “Amendment/Withdrawal of Tender – Granville Ferry Forcemain Support Replacement” and follow all submission guidelines outlined in Part 2.2 – Tender Submission Guidelines.

iii. Amendments to individual unit prices shall be the only acceptable price amendments. iv. Amendments shall not disclose either original or revised total price.

2.6 Notification of Tender Acceptance

i. Only the successful Bidder(s) will be notified by phone. All other bidders will receive written

notification by email or post within three (3) weeks of the closing date.

2.7 Tender Validity

i. All Tenders shall be and shall remain irrevocable for a period of sixty (60) days unless withdrawn prior to the closing date or for such additional time as may be mutually agreed upon in writing.

2.8 Freedom of Information & Protection of Privacy

i. By submitting a Tender the Bidder agrees to public disclosure of its contents subject to the provisions of Part XX of the Municipal Government Act relating to Freedom of Information and Protection of Privacy. Anything submitted in the Tender that the Bidder considers “personal information” or “confidential information” of a proprietary nature should be marked confidential and will be subject to appropriate consideration under the Municipal Government Act as noted above.

2.9 Reservation of Rights/Privilege

i. This Call for Tenders neither expresses nor implies any obligation on the part of the respective municipal unit to enter into a contract with any party submitting a Tender or Tenders.

ii. The Municipality reserves the right to suspend or cancel this Call for Tenders at any time for any reason without penalty.

iii. The Municipality reserves the right to suspend or cancel any contract arising from this Tender on the basis of poor performance.

iv. The Municipality has included evaluation criteria within this document to be used as a guideline for Bidders (see Part 3.6 – Evaluation of Tenders). The Municipality reserves the right to deviate from the evaluation criteria where it is in the best interests of the Municipality.

Page 4: Part 1 – Introduction · Part 1 – Introduction Throughout this document, the terms Bidder and Tenderer are used interchangeably. 1.1 Background The Municipality of The County

Page 4 of 11

Tender – Granville Ferry Forcemain Support

Replacement

Issued: 2020-08-19

Document ID: ANNAP-MO20-06

Without limiting the generality of the foregoing, decisions to deviate from the evaluation criteria may be made based on budgetary and/or service delivery considerations.

v. The Municipality reserves the right to reject any or all Tenders, and to not accept the lowest price.

vi. The Municipality reserves the right to accept and award any Tender or portion of any Tender that may be considered to be in the best interests of the Municipality.

vii. The Municipality reserves the right to waive formality, informality or technicality in any Tender. This includes the right to accept a Tender that is not strictly compliant with the instructions in the Call for Tenders document.

viii. The Municipality reserves the right to interpret any and all aspects of this Call for Tenders as may be most favourable to the Municipality.

ix. The Municipality shall not be bound by trade or custom in dealing with or evaluating the responses to this Call for Tenders.

x. In submitting a Tender, the Bidder has accepted the reservation of rights/privilege as set out herein and agrees to be bound by the same.

Page 5: Part 1 – Introduction · Part 1 – Introduction Throughout this document, the terms Bidder and Tenderer are used interchangeably. 1.1 Background The Municipality of The County

Page 5 of 11

Tender – Granville Ferry Forcemain Support

Replacement

Issued: 2020-08-19

Document ID: ANNAP-MO20-06

Part 3 – General Conditions 3.1 Schedule

i. The Successful Bidder shall enter into a contract within seven (7) days of award notification. ii. The resulting contract shall commence on the date the contract is executed and finish on

October 16th, 2020 unless an extension is agreed to in writing by both parties.

3.2 Existing Conditions

i. Each Bidder shall satisfy themselves as to the exact nature and existing conditions of the work site and the work to be performed as it relates to the Annapolis Tidal Gate Bridge in Granville Ferry, NS, the existing forcemain, required access and safety measures, etc. Failure to do so does not relieve the Bidder of its obligation to carry out the work identified in this Call for Tender.

ii. No plea of ignorance as a result of failure to make all necessary examinations will be accepted as the basis for any claims for extra compensation or an extension of time.

iii. A site visit will be held on September 3rd, 2020 at 2:00PM. This will be the only site visit and it is the responsibility of the Bidder to attend if they have any questions about the existing conditions of the work site and the work to be performed. The Municipality reserves the right to disqualify any bidder who does not attend the site visit.

3.3 Regulations, Laws, & By-Laws

i. The Bidder shall comply with all applicable Federal, Provincial, and Municipal regulations, laws, or by-laws including but not limited to the Workers’ Compensation Act, the Occupational Health and Safety Act, and the Motor Vehicle Act.

ii. The Bidder shall ensure all work is in compliance with any other authorities having jurisdiction, including but not limited to Nova Scotia Power, Nova Scotia Department of Environment, and Nova Scotia Department of Transportation and Infrastructure Renewal.

iii. The Bidder is responsible for obtaining any and all permits or licenses that may be required for this work.

3.4 Indemnity Requirements

i. The successful Bidder shall be required to indemnify and hold the respective municipal units

(The Municipality of The County of Annapolis) harmless against all liability and expenses,

including solicitor’s fees, howsoever arising or incurred, alleging damage to property, injury

to, or death of, any person arising out of or attributable to the Bidders performance of the

contract awarded.

ii. Any work to be performed by the Bidder under this contract shall remain at its risk; and the Bidder shall replace, at its expense, all property damaged/destroyed by any cause whatsoever during the course of the work.

Page 6: Part 1 – Introduction · Part 1 – Introduction Throughout this document, the terms Bidder and Tenderer are used interchangeably. 1.1 Background The Municipality of The County

Page 6 of 11

Tender – Granville Ferry Forcemain Support

Replacement

Issued: 2020-08-19

Document ID: ANNAP-MO20-06

3.5 Tender Format

i. Tender shall be inclusive of all material intended to be considered and evaluated as part of the Bid unless explicitly stated as being supplied by the Municipality.

ii. Tenders shall be clear and concise, foregoing any information not directly related to the work as outlined in Part 5 – Description of Work.

3.6 Evaluation of Tenders

i. Selection of the successful Bidder shall be based on the following point system:

Category Points

a) References 15 b) Experience 15 c) Total Price 70

a) References will be scored a maximum of 5 points for each positive commercial or

institutional reference provided, up to a maximum of 15 points.

b) Experience will be scored a maximum of 5 points each for reference project similar in scope and complexity up to a maximum of 15 points.

c) Total Price will be scored according to the following formula:

Price Score = LTP/TP x PW Where: LTP = Lowest Total Price among all tenderers TP = Total Price of Tenderer PW = Point Weighting (70 points)

ii. Municipal Staff will evaluate and score all tenders received as per the criteria set in Part 3.6 –

Evaluation of Bids. The bidder who receives the highest score will be recommended to the Chief Administrative Officer unless in the Municipality’s opinion another Bidder is more suitable as outlined in Part 2.9 – Reservation of Rights/Privilege

3.7 Municipality of Annapolis Preference

i. The Municipality of the County of Annapolis recognizes the importance of buying locally and using local suppliers as much as possible. This factor will always be taken into account when evaluating effectiveness and efficiency and may impact the evaluation of tenders. For details on the Municipality of the County of Annapolis Preference, refer to Section 22 of the Municipality’s Purchasing & Tendering Policy, which is located on the Municipality’s website:

https://www.annapoliscounty.ca/legislative-services/policies1

Page 7: Part 1 – Introduction · Part 1 – Introduction Throughout this document, the terms Bidder and Tenderer are used interchangeably. 1.1 Background The Municipality of The County

Page 7 of 11

Tender – Granville Ferry Forcemain Support

Replacement

Issued: 2020-08-19

Document ID: ANNAP-MO20-06

Part 4 – Form of Tender 4.1 Salutation:

i. To: Municipality of the County of Annapolis (the “Municipality”)

271 Granville Street, PO Box 609 Bridgetown, Nova Scotia B0S 1C0

ii. For: ANNAP-MO20-06 – Granville Ferry Forcemain Support Replacement

iii. From:

Contact Name

Company Name

(the “Tenderer”)

Address

Phone Number

4.2 Tenderer Declares:

i. That this tender is made without collusion or fraud. ii. That the scope of work for this project is understood. iii. That they have familiarized themselves with all local and existing conditions. iv. That all service conditions are understood. v. That Part 1 – Information to Tenderers through Part 5 – Specifications inclusive and all

published Addenda were carefully examined vi. That all the above were taken into consideration in preparation of this Tender.

4.3 Tenderer Agrees

i. To enter into a contract to supply all labour, material (unless noted as being supplied by the

Municipality), and equipment to carry out the work specified, within seven (7) days of receiving a contract award notice.

ii. That this Tender is irrevocable from the time of Tender Closing and is valid for acceptance for sixty (60) days from the time of tender closing.

iii. That measurement and payment for items listed in Part 4.4 – Schedule of Quantities and Prices hereunder shall be in accordance with the corresponding items in Part 5 – Specifications.

iv. That Part 1 – Introduction through Part 5 – Specifications inclusive shall form part of the final agreement

v. To supply with the tender a current copy of its comprehensive liability insurance coverage of no less than two million dollars ($2,000,000) per claim, in the joint names of the tenderer and the Municipality of the County of Annapolis.

vi. To supply with the tender a current copy of its letter of good standing from the Worker’s Compensation Board

vii. To supply with the tender proof of automobile insurance for any and all vehicles to be used in performance of the contract.

viii. That failure to meet any of these requirements may disqualify its bid.

Page 8: Part 1 – Introduction · Part 1 – Introduction Throughout this document, the terms Bidder and Tenderer are used interchangeably. 1.1 Background The Municipality of The County

Page 8 of 11

Tender – Granville Ferry Forcemain Support

Replacement

Issued: 2020-08-19

Document ID: ANNAP-MO20-06

4.4 Schedule of Quantities and Prices

Item No

Item Description Unit of

Measure Estimated Quantity

Unit Price Extended

Price

1 Forcemain Support Installation LS 1

Subtotal

Add HST (15%)

Total Price

Tenderer’s HST Registration Number

4.5 Measurement of Quantities

i. Quantities shown in Part 4.4 – Schedule of Quantities and Prices are to be inclusive of all labour and materials (unless noted as being supplied by the Municipality) required to complete the work as described in Part 5 – Specifications.

ii. Quantities shown in Part 4.4 – Schedule of Quantities and Prices are estimates only. Final invoicing shall be based on actual work completed and equipment installed.

4.6 Payment Units

i. Payment units shall be defined as follows:

a. The Contractor shall be paid in a lump sum upon completion of the work. b. Any additional work outside the described scope must be approved, in writing, by an

authorized agent of the Municipality.

4.7 References (commercial or institutional) – Name, Organization & Contact Number

i.

ii.

iii.

4.8 Experience (similar projects) – Brief Description

i.

ii.

iii.

Page 9: Part 1 – Introduction · Part 1 – Introduction Throughout this document, the terms Bidder and Tenderer are used interchangeably. 1.1 Background The Municipality of The County

Page 9 of 11

Tender – Granville Ferry Forcemain Support

Replacement

Issued: 2020-08-19

Document ID: ANNAP-MO20-06

4.9 Signature

Dated This Day of 20

Name of Firm Tendering

Witness Signature of Signing Officer

Name and Title (printed)

Witness Signature of Signing Officer

Name and Title (printed)

Company Address

Telephone No.

Fax No.

NOTE: Tenders submitted by or on behalf of any corporation must be signed in the name of such a Corporation by a duly authorized officer or agent.

Page 10: Part 1 – Introduction · Part 1 – Introduction Throughout this document, the terms Bidder and Tenderer are used interchangeably. 1.1 Background The Municipality of The County

Page 10 of 11

Tender – Granville Ferry Forcemain Support

Replacement

Issued: 2020-08-19

Document ID: ANNAP-MO20-06

Part 5 – Specifications

5.1 General Information

i. The Bidder shall: a. Have sufficient resources to complete the work on or before October 16th, 2020. b. Warrant that it possesses the experience, knowledge, skill, ability and capacity to

complete the work in a safe and efficient manner. c. Include a list of commercial or institutional references. d. Include a list of previous installations they have completed of similar scope and

complexity. 5.2 Scope of Work - Forcemain Hanger Installation

i. The Bidder shall install replacement forcemain supports as per the following requirements at

the Annapolis Tidal Gate Bridge in Granville Ferry, NS; - 16 forcemain support brackets are to be installed on the Annapolis Tidal Gate Bridge

in Granville Ferry, NS, generally at the midpoint of existing supports, but no less that 1.8m apart. Brackets to be attached using Hilti anchor rods with a minimum 150mm embedment;

- At each support bracket, a pipe protection shield shall be installed under the pipe, resting on the support bracket and fastened to the pipe using two hose type clamps;

- At each support bracket, a pipe strap shall be installed over the pipe and secured to the support bracket;

- The forcemain shall remain in its existing location and properly supported at all times; - Existing support brackets are to be removed and disposed of by the Bidder following

the installation of new support brackets.

Materials to be supplied by Municipality include and are limited to; - 16x pipe support brackets; - 16x pipe straps c/w nuts and bolts for attachment to brackets; - 16x pipe shields (see below for material to be supplied by Bidder); - 32x 3/8” Hilti Anchor rods & 8x PKGS of Hilti HIT-ICE 10OZ. Note: Bidder is to supply band clamps to secure pipe shields to pipe prior to support installation. Each shield to have two band clamps, therefore 32 clamps total.

As a reference, the new hot dipped galvanized brackets are 3" x 3" x 1/4" angles, with a 2 1/2" x 2 1/2" x 1/4" angle brace. Main members are 400mm long. Each bracket has 2 drilled holes for the installation of Hilti anchors into the existing concrete of the Annapolis Tidal Gate Bridge and 2 drilled holes for the pipe straps which consist of steel bands. Pipe shields are min. 12” long and cover a minimum of 1/3rd of the pipe circumference. Due to the location of the proposed work, the Bidder will require;

- A good understanding of the scope and timing of this work as it relates to working around the tides and the operation/permitting of the gates. This will be discussed at a site orientation with the Successful Bidder to be facilitated by Nov Scotia Power Inc.

- Submittal of a comprehensive safety plan for approval prior to any work beginning.

Page 11: Part 1 – Introduction · Part 1 – Introduction Throughout this document, the terms Bidder and Tenderer are used interchangeably. 1.1 Background The Municipality of The County

Page 11 of 11

Tender – Granville Ferry Forcemain Support

Replacement

Issued: 2020-08-19

Document ID: ANNAP-MO20-06

5.3 Exclusions

i. Supply of materials listed as being supplied by Municipality in section 5.2 is not included in scope.

5.4 Fees

i. The Bidder shall include Section 4 – Form of Tender (see 4.4 Schedule of Quantities and Prices) as part of this solicitation response. The pricing section should provide a lump sum price to install (including all labour, freight, extra material, equipment, and other costs) for each of tender item.

5.5 Additional Information

i. Refer to attached Design Memo and Material Specification prepared by Hatch (5/19/2020) for

additional information related to existing conditions, replacement brackets and General Construction Notes.

Page 12: Part 1 – Introduction · Part 1 – Introduction Throughout this document, the terms Bidder and Tenderer are used interchangeably. 1.1 Background The Municipality of The County

Tender – Granville Ferry Forcemain Support

Replacement

Issued: 2020-08-19

Document ID: ANNAP-MO20-06

Appendix A – Acknowledgement of Addenda

Instructions: Please acknowledge receipt of all addenda issued in relation to this solicitation by completing this Acknowledgement of Addenda Form. All fields must be completed and an authorized agent of the Bidder must sign and date this form. Failure to acknowledge addenda may result in disqualification. Acknowledgement: I hereby acknowledge receipt and acceptance of all Addenda (No. through ) issued with relation to this solicitation and have made the necessary revisions to my bid. (Name of Company)

(Printed Name) (Signature)

(Title) (Date)

Page 13: Part 1 – Introduction · Part 1 – Introduction Throughout this document, the terms Bidder and Tenderer are used interchangeably. 1.1 Background The Municipality of The County

If you disagree with any information contained herein, please advise immediately.

H-362333-SPE-0006, Rev. 1

Page 1

© Hatch 2020 All rights reserved, including all rights relating to the use of this document or its contents.

Design Memo and Material Specifications H-362333

5/19/2020

To: Stephen McInnis From: Hatch Limited (Hatch)

Municipality of the County of Annapolis Granville Ferry Forcemain

Support Replacement Details

1. Introduction

In Granville Ferry, Annapolis County, there is a force main that is supported by braced steel

members that are anchored into the side of a bridge deck. The bridge spans across very

turbulent sea water, and the corrosive environment has deteriorated the existing supports.

Hatch was engaged by Annapolis County to provide a replacement design for the supports. A

site visit was conducted on Wednesday, March 11th to assess the structure condition and

take some site measurements.

1.1 Site Findings and Design Assumptions

Below is a brief list of findings from the site inspection, discussions with NSTIR, and

information provided.

• The bridge deck is one uniform concrete structure, and the sidewalk which is integral with

the deck was measured to be approximately 1800 mm from the outer edge of the bridge.

This was later confirmed to be 6’-6” (~2000 mm) in drawings of the existing structure (see

Figure 1)

Figure 1 – Concrete Cross Section at Bracket Location

Page 14: Part 1 – Introduction · Part 1 – Introduction Throughout this document, the terms Bidder and Tenderer are used interchangeably. 1.1 Background The Municipality of The County

H-362333-SPE-0006, Rev. 1

Page 2 of 7

© Hatch 2020 All rights reserved, including all rights relating to the use of this document or its contents.

• The ownership of the bridge varies based on its depth. The County owns the top 400 mm

of the deck, and below that becomes the jurisdiction of NSPI due to embedded

infrastructure. As such, design should be limited to the top 400 mm of the deck if

possible. Coordination with NSPI should be part of the designed solution in order to

ensure the satisfaction of all parties.

• Existing supports are made of members which appear to be 76 x 76 angles, and are

composed of a vertical member anchored to the bridge deck with a main "cantilever"

member at its top. There is a diagonal brace between the vertical member and the

cantilever. See Figure 2 for a photo showing typical brackets.

Figure 2 – Existing Forcemain Support Brackets

• The force main is 200 mm diameter PVC with insulation, and is assumed to be filled with

water for the purposes of bracket analysis. An acting load of 10% of the water weight will

be applied horizontally to approximate the effects of moving liquid through the pipe.

• Steel supports are typically spaced 1800 mm, though some were measured slightly

higher. A spacing of 1800 mm will be assumed for the purposes of analysis and

specification of new support brackets.

The nature of the site did not allow for precise measurements of all elements. As such, some

additional assumptions have been made regarding the design, stated below.

• Condition of concrete looked good, but will conservatively be considered as "cracked" for

the purposes of anchor design.

• Grade of concrete is unknown, and will be assumed conservatively to be 25 MPa.

• Dimensions of concrete cross section for the purposes of anchor design are based on the

cross section shown in Figure 1, rather than measured site dimensions (field verification

was unobtainable during visit).

Page 15: Part 1 – Introduction · Part 1 – Introduction Throughout this document, the terms Bidder and Tenderer are used interchangeably. 1.1 Background The Municipality of The County

H-362333-SPE-0006, Rev. 1

Page 3 of 7

© Hatch 2020 All rights reserved, including all rights relating to the use of this document or its contents.

• Insulation details are unknown. 50 mm insulation with a 20 gauge galvanized jacket was

assumed for the purposes of this design.

2. Replacement Design

As a broad statement for the new construction, all material for the new bracket construction

and anchorage, as well as pipe guides should be galvanized. Typically stainless steel would

be suitable or even preferred for this application given the proximity to turbulent saltwater, but

assuming that the jacket on the force main is galvanized, contact with stainless steel would

induce undesirable galvanic activity between the jacket and the new supports.

In the interest of staying close to the original design, 76 x 76 x 6.4 angles were used for the

primary members, with a 51 x 51 x 6.4 angle brace. A STAAD model was constructed for

analysis using angle lengths based on pipe guide requirements for a 200 mm PVC pipe with

50 mm of insulation and a jacket. As such, the length of angle required for support is

approximately 400 mm as a minimum.

In order to include a 45 degree diagonal brace to the main support member, the vertical

member also needs to be 400 mm long as a minimum. The length of the brace can be

fabricated to end slightly within the 400 mm minimum lengths (similar to the existing brackets)

without significant impact on the structure. See Figure 3 below for a rough render and

dimensions of the support bracket as described.

Figure 3 – Support Bracket STAAD Render and Dimensions

Design loads within the structural model were based on the water filled, insulated PVC force

main supported every 1800 mm. Lateral loads for water movement through the pipe and wind

on the frame were also applied.

STAAD output indicated that the selected member sizes would be adequate to resist the

applied loading, and the 76 mm wide flanges provide sufficient base material for all drilled

holes needed for anchorage and pipe guides.

Page 16: Part 1 – Introduction · Part 1 – Introduction Throughout this document, the terms Bidder and Tenderer are used interchangeably. 1.1 Background The Municipality of The County

H-362333-SPE-0006, Rev. 1

Page 4 of 7

© Hatch 2020 All rights reserved, including all rights relating to the use of this document or its contents.

2.1 Anchor Design

Reactions from the STAAD model as well as alternate hand calculated reactions were used

for the design of new Hilti adhesive anchors. HIT-ICE adhesive was selected based on the

application conditions and location. The condition of the concrete was conservatively set as

cracked, with a compressive strength of 25 MPa.

Relevant edge distances for anchor strength reduction factors were based on the provided

drawings. It was assumed that anchors would be a minimum of 150 mm from any concrete

edge, and that two anchors would be used for each support with a minimum spacing of 250

mm. It was determined that 3/8” Galvanized Hilti HAS Rods using HIT-ICE adhesive at an

150 mm embedment are suited for the loading imposed by the brackets.

2.2 Other Project Considerations

The task in question is potentially related to the ongoing Broadband project within the

municipality. The question was raised as to whether the supports could hold and added cable

tray for use in running broadband fiber across the water.

Loading for a 150 mm wide cable tray was added to the STAAD model on an extension of the

main support member and it was determined that if this is the preferred course of action, the

bracket is suitable for this addition. See Figure 4 below for a rough render of this modification

to the bracket.

Figure 4 – STAAD Render of Support Bracket with Extension for Cable Tray

2.3 Pipe Straps and Shield Plates

Pipe straps, with similar function as the existing conditions (Figure 2), will be required for

installation at each bracket. New shield plates (minimum 300 mm long and minimum 1/3 of

the pipe circumference wide), between the bottom of the pipe insulation and top angle

member of the brackets, to distribute the loading of the pipe are also required for each

bracket. The straps, shield plates and all other appurtenances required for their installation

shall be hot dipped galvanized finish.

The following figures provide a visual of two acceptable products for the straps and one for

the pipe shield. All products shown are fabricated by “Taylor Pipe Supports” and reference

Page 17: Part 1 – Introduction · Part 1 – Introduction Throughout this document, the terms Bidder and Tenderer are used interchangeably. 1.1 Background The Municipality of The County

H-362333-SPE-0006, Rev. 1

Page 5 of 7

© Hatch 2020 All rights reserved, including all rights relating to the use of this document or its contents.

their catalogue “Pipe Support Products” dated April 2019. Install straps and shields as per

manufacturer’s specifications. Threaded rod, or bolts, sized to fit the appropriate drilled holes

in the brackets, with nuts and washers for steel connections are required.

Figure 5 – #46 Hold Down Clamp

Figure 6 – #14Z Standard U-Bolt

Figure 7 – #69 Protection Shield

As the straps themselves will not be subject to significant lateral loading, there is a range of

options available to the contractor to provide the function specified. The contractor may

choose to provide shop drawings for review and with the engineer’s written approval, proceed

with said option.

Page 18: Part 1 – Introduction · Part 1 – Introduction Throughout this document, the terms Bidder and Tenderer are used interchangeably. 1.1 Background The Municipality of The County

H-362333-SPE-0006, Rev. 1

Page 6 of 7

© Hatch 2020 All rights reserved, including all rights relating to the use of this document or its contents.

3. Recommendations

New support brackets shall be hot dipped galvanized steel and spaced no more than 1800

mm (6 ft) from each other.

The main support members are 76 x 76 x 6.4 angles, with a 51 x 51 x 6.4 angle brace. Main

members are 400 mm long as a minimum to accommodate pipe guide requirements for a

force main of this size, with an optional extension to the main member to accommodate cable

tray for future works.

Anchorage for the brackets consists of 3/8” Hilti Galvanized HAS Rods, using HIT-ICE

adhesive at an embedment of 150 mm. Two anchors are to be used at each bracket, to be

spaced 250 mm from each other as a minimum, and anchors should be a minimum of 150

mm from any concrete edge. Anchors shall be installed by a Hilti certified installer under

proper install conditions for the adhesive and anchor specified.

Pipe strap and shield are to be installed at each bracket location. Refer to Section 2.3 for

additional details.

4. Tender Form and Payment

DESCRIPTION COMMENTS MATERIAL UNITESTIMATED

QUANTITY

TOTAL

ESTIMATED

QUANTITY

NOTES PRICE

1 Support Bracket Without cable tray each 16• 16

• Spaced at 1800 mm

.1 L76x76x6.4 Primary members Hot Dipped Galvanized m 0.8 12.8

.2 L51x51x6.4 Brace member Hot Dipped Galvanized m 0.57 9.12

.3 3/8" Hilti HAS-V-36 HDG Anchors Hot Dipped Galvanized each 2 32• 150 mm

embedment

.4 HIT-ICE Adhesive ml 61.6 985.6

.5 Pipe straps Hot Dipped Galvanized each 1 16• Includes required

connections

.6 Pipe shields Hot Dipped Galvanized each 1 16

1 Support Bracket With cable tray each 16• 16

• Spaced at 1800 mm

.1 L76x76x6.4 Primary members Hot Dipped Galvanized m 1.1 17.6

.2 L51x51x6.4 Brace member Hot Dipped Galvanized m 0.57 9.12

.3 3/8" Hilti HAS-V-36 HDG Anchors Hot Dipped Galvanized each 2 32• 150 mm

embedment

.4 HIT-ICE Adhesive ml 61.6 985.6

.5 Pipe straps Hot Dipped Galvanized each 1 16• Includes required

connections

.6 Pipe shields Hot Dipped Galvanized each 1 16

2 Cable Tray Hot Dipped Galvanized

OPTION 1

OPTION 2

ITEM

NO.

Page 19: Part 1 – Introduction · Part 1 – Introduction Throughout this document, the terms Bidder and Tenderer are used interchangeably. 1.1 Background The Municipality of The County

H-362333-SPE-0006, Rev. 1

Page 7 of 7

© Hatch 2020 All rights reserved, including all rights relating to the use of this document or its contents.

5. General Construction Notes

• ALL STRUCTURAL STEEL WORK TO BE IN ACCORDANCE WITH CAN/CSA S16.1,

LATEST EDITION.

• ALL STRUCTURAL STEEL TO MEET THE REQUIREMENTS OF CAN/CSA

G40.20/G40.21. STEEL GRADE TO BE 300W FOR ANGLES.

• ALL STRUCTURAL STEEL BRACKETS TO BE WELDED IN ACCORDANCE WITH CSA

W59, LATEST EDITION.

• SUBMIT FABRICATION DRAWINGS INCLUDING CONNECTION DETAILS TO DESIGN

ENGINEER FOR APPROVAL.

• ALL STRUCTURAL STEEL BRACKETS TO BE HOT DIPPED GALVANIZED. TOUCH

UP ALL GALVANIZING DAMAGED DURING INSTALLATION OR REMOVED FOR ANY

FIELD DRILLING/CUTTING/WELDING WITH AN APPROVED COLD GALVANIZING

COMPOUND. WHERE POSSIBLE, SHOP DRILL HOLES PRIOR TO GALVANIZING.

• HILTI ANCHORS TO BE INSTALLED BY A CERTIFIED INSTALLER, FOLLOWING

MANUFACTURERS SPECIFICATIONS.

• ALL HILTI ANCHORS TO BE GALVANIZED.

• ADHESIVE FOR HILTI ANCHORS SHALL BE HILTI HIT-ICE.

• ALL REQUIRED PIPE GUIDES/COLLARS TO BE GALVANIZED.

• IF CONCRETE AT INSTALL LOCATION IS IN POOR CONDITION OR OTHERWISE

COMPROMISED, CONSULT DESIGN ENGINEER FOR RECOMMENDATIONS PRIOR

TO INSTALLATION.

• DESIGN AND CONSTRUCTION TO CANADIAN HIGHWAY BRIDGE DESIGN CODE

CAN/CSA S6-19.

END OF REPORT