Design-Build of Wetland Walkway Replacement, Pukaskwa National Park

Status Awarded

Contract number 5P201-20-0119

Solicitation number 5P201-20-0119/A

Publication date

Contract award date


    Description

    This contract was awarded to:

    Nor Col EZ Dock

    IMPORTANT NOTICE TO BIDDERS

    BIDS RECEIVED BY EMAIL AND FAX WILL BE ACCEPTED AS

    OFFICIAL.

    BIDS RECEIVED IN-PERSON OR BY COURIER WILL NOT BE ACCEPTED.

    The only acceptable email address for responses to bid solicitations is pc.soumissionsest-bidseast.pc@canada.ca. Bids submitted by email directly to the Contracting Authority or to any email address other than pc.soumissionsest-bidseast.pc@canada.ca may not be accepted.

    The only acceptable facsimile for responses to bid solicitations is 1-877-558-2349.

    The maximum email file size that Parks Canada is capable of receiving is 15 megabytes.

    The Bidder is responsible for any failure attributable to the transmission or receipt of the emailed bid due to file size.

    The Bidder should be cognisant of the size of the email as a whole, and not only the attachments. Please take into consideration that some attachments, when sent, may be resized during the email transfer. If the email size is too large, the Bidder should send the bid in multiple emails properly labeled with the solicitation number, project name, and indicate how many emails are included (ex. 1 of 2).

    Emails with links to bid documents will not be accepted. Bid documents must be sent as email attachments.

    TWO-SUBMISSION BID

    This Bid shall be submitted following a “two-submission” procedure. Refer to SI04 of the Special Instructions to Bidders.

    CONTRACTOR SELECTION / MANDATORY AND RATED EVALUATION CRITERIA INCLUDING AN ABORIGINAL BENEFIT PLAN

    The Contractor should ensure provision of specific and agreed upon benefits for Indigenous

    People and Indigenous Firms in the Area of the Contract.

    This Invitation to Tender contains bid criteria in order to provide socioeconomic benefits to

    aboriginal communities within the region covered by the contract located at the Pukaskwa

    National Park.

    Pukaskwa National Park falls within the traditional territory of the Anishinaabeg

    and within The Robinson Superior Treaty area. There are also Métis groups with ancestral lands

    in the area – Red Sky Métis Independent Nation, Jackfish Métis Association

    REQUIREMENT

    Parks Canada Agency (PCA) is inviting qualified Design-Build (D-B) bidders for the design, supply and install of a floating walkway in the Pukaskwa National Park.

    The objective of this project is to have a replacement walkway installed which is able to cope with changing water levels, lots of foot traffic, and changing seasons. The replacement should require minimal maintenance, and have an annual inspection plan which can be carried out by on-site maintenance staff. The replacement will be ecologically friendly and have no long term impacts on the ecological integrity of the wetland in which it will be situated. 

    The objective of this RFP is to retain an individual Contractor or Joint Venture to provide the complete design-build work for the design, supply and install of floating docks as outlined in the Terms of Reference.

    To assist with bonding and insurance requirements, this project is estimated at a value between $250,001 > $500,000, taxes extra.

    Period of Contract / DELIVERY DATE

    The Bidder agrees to complete the work as follow:

    • Detailed Design Complete no later than June 7, 2021;
    • Fabricated Material Delivery to site no later than June 30, 2021;
    • Construction Completion no later than August 31, 2021; and
    • Warranty review no later than August 31, 2022.

    SECURITY REQUIREMENT

    There is no security requirement associated with this bid solicitation.

    BIDDERS CONFERENCE

    An optional bidders' conference will be held on March 2, 2021 via teleconference. The conference call will begin at 9:30 AM EST local time.

    Join from the meeting link

    https://canada.webex.com/canada/j.php?MTID=me97b28697c2d882a5816a06f84ad5366

    Join by meeting number

    Meeting number (access code): 179 730 9719

    Meeting password: 5JXshdjA@79

    Tap to join from a mobile device (attendees only)
    1-855-288-0982,,1797309719## Canada Toll Free
    +1-438-797-4001,,1797309719## Canada (Montreal) 
    Join by phone 
    1-855-288-0982 Canada Toll Free 
    +1-438-797-4001 Canada (Montreal)

    Global call-in numbers | Toll-free calling restrictions
     
    Join from a video system or application
    Dial
    1797309719@canada.webex.com 
    You can also dial 173.243.2.68 and enter your meeting number.

    Join using Microsoft Lync or Microsoft Skype for Business

    Dial 1797309719.canada@lync.webex.com

    The scope of the requirement outlined in the bid solicitation will be reviewed during the conference and questions will be answered. It is recommended that bidders who intend to submit a bid attend or send a representative.

    Bidders are requested to communicate with the Contracting Authority before the conference to confirm attendance.

    Any clarifications or changes to the bid solicitation resulting from the bidders' conference will be included as an amendment to the bid solicitation. Bidders who do not attend will not be precluded from submitting a bid.

    The Bidders’ conference is optional but if you wish to attend, the Bidders are obligated to communicate with the Contracting Authority at christine.piche2@canada.ca confirm their attendance to the conference. Bidders should provide, in writing, to the Contracting Authority, the name(s) of the person(s) who will be attending and a list of issues they wish to table.

    ENQUIRIES

    All enquiries of a technical and contractual nature are to be submitted to the Contracting Authority.

    Enquiries regarding this bid must be submitted in writing and should be received no later than five (5) business/calendar days prior to the date set for solicitation closing to allow sufficient time to provide a response. Enquiries received after that time may result in an answer NOT being provided.

    INFORMATION:

    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.

    The Crown retains the right to negotiate with suppliers on any procurement.
    Documents may be submitted in either official language of Canada. Parks Canada has made every effort to provide equivalent documents in both official languages, however, if you find any discrepancies between the English and French documents, please notify the contract officer listed in this opportunity as soon as possible so that we can rectify the situation.

    Business address
    G-Kru Enterprises Ltd.
    50 North Colonization Road
    Gimli, MB, R0C 1B0
    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
    Contact information

    Contracting organization

    Organization
    Parks Canada
    Address
    30 Victoria Street
    Gatineau, Quebec, J8X 0B3
    Canada
    Contracting authority
    Piche, Christine
    Phone
    873-355-8841
    Address
    gatineau, QC,

    Buying organization(s)

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