REHABILITATION LACHINE CANAL WALLS – CROWNING WALL REPAIRS AND REPLACEMENT (SECTORS 5.2; 6 & E – BASIN N°3)

Status Awarded

Contract number 5P201-17-5042 (45391310)

Solicitation number 5P201-17-5042

Publication date

Contract award date

Contract value

CAD 1,686,288.00

    Description

    This contract was awarded to:

    Construction DIMCO Inc.

    GENERAL DESCRIPTION OF WORK

    The Work covered by this contract includes the restoration of the Lachine Canal walls on the section(s) indicated in the Tender Form and on drawings. The restoration works can include one or more of the following activities, without

    limitation:

    .1 Replacement or rehabilitation of crowning walls (Retaining wall) and seats.

    .2 Any other repair details shown on drawings and proposed in the current contract.

    .3 Perform a detailed list of walls to be repaired or replaced. Validate precise dimensions, and profiles of walls subject to the current contract. Perform all required survey.

    .4 Provide detailed shop drawings, showing existing profiles of wall that must be repaired or replaced in addition to final profiles, Departmental Representative’s approval. Submitted profiles must be consistent with existing profiles.

    .5 Note all existing drains, pipes, scales, and railings in the work zone and locate them in the shop drawings. These items must be reinstalled or conserved as existing.

    .6 The Contractor is responsible for providing appropriate platforms and temporary supports, required to undertake work shown on the plans, specifications, and tender form. No additional fees will be allotted to the contractor if he must modify his access system during work.

    .7 Provide and install confinement chambers to allow concrete pouring in winter conditions.

    .8 The Contractor is responsible to provide, at his own expenses, all required shelters, and heating systems, to be able to perform work in winter conditions.

    .9 The Departmental Representative will film certain stages of work. By bidding on this contract, the Contractor is aware of this circumstance and can in no case oppose the films being recorded during the execution of

    work.

    .10 Perform landscaping work.

    OPTIONAL SITE VISIT

    It is recommended that the bidders attend the site visit at the designated date and time to examine the scope of the work required and the existing conditions. A maximum of two (2) representatives per bidder will be permitted to examine the sites.

    The site visit will be held on June 19, 2017 at 10:00 am (EDT).

    Meeting point: See ANNEX A, Location of the meeting plan for more details (corner of des Seigneurs Street and Canal Street, Montreal, Quebec).

    Bidders must communicate with the Contracting Authority no later than one open day before the scheduled visit to confirm attendance.

    Bidders who, for any reason, cannot attend at the specified date and time will not be given an alternative appointment to view the site and their proposals. NO EXCEPTIONS WILL BE MADE.

    CLOSING DATE AND TIME

    July 5, 2017 at 2 o’clock PM (EDT)

    National Parks Regulations require that all work is to be performed in accordance with the ordinances, laws, rules and regulations set out in the National Park Act.

    Bidders that consider themselves qualified to provide this Work and intend to submit bids on this project should obtain documents from the Government Electronic Tendering Service through the Government of Canada tendering service at www.buyandsell.gc.ca/tenders. Addenda, when issued, will be available from the Government of Canada tendering service. Bidders that elect to base their bids on documents obtained from other sources do so at their own risk. Late submissions will not be considered.

    Standard Terms and Conditions for this procurement are incorporated by reference into, and form part of the Tender and Contract Documents.

    PERIOD OF CONTRACT

    Contractor shall perform and complete the work 17 weeks following the contract award.

    INQUIRIES

    All inquiries of a technical and contractual nature are to be submitted to the Contracting Authority: Sylvie Lagacé, telephone: 418-648-5006 or by Email at sylvie.lagace@pc.gc.ca Inquiries are to be made in writing and should be received no less than five (5) calendar days prior to the closing date to allow sufficient time to respond.

    Bids submitted by facsimile to Parks Canada are NOT accepted.

    Parks Canada Quebec Waterways Unit provides procurement services to the public in either official language of Canada.

    The Crown retains the right to negotiate with suppliers on any procurement.

    Documents may be submitted in either official language of Canada.

    BID RECEIVING

    Submissions should be send by mail to the following address identified with reference number and title of the project:

    Parks Canada Agency

    Bid Receiving Unit

    3, passage du Chien-d ‘Or

    Quebec, QC G1R 3Z8

    Solicitation number: 5P201-17-5042.

    Business address
    8601 Henri-Bourassa Est
    Montréal, (Québec), H1E 1P4
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • 5133C - Waterways, Harbours, Dams and Other Water Works
    • 5139A - Construction Services, Not Elsewhere Specified
    • 5139D - General Marine Construction Work
    • 5154A - Concrete Work
    Contact information

    Contracting organization

    Organization
    Parks Canada
    Address
    30 Victoria Street
    Gatineau, Quebec, J8X 0B3
    Canada
    Contracting authority
    Lagacé, Sylvie
    Phone
    418-648-5006
    Address
    3, passage du Chien-d'Or
    Québec, QC, G1R 3Z8
    CA

    Buying organization(s)

    Organization
    Parks Canada
    Address
    30 Victoria Street
    Gatineau, Quebec, J8X 0B3
    Canada
    Date modified: