Stage 1 - West Branch Ditch Bridge Replacement – Fort Henry National Historic Site of Canada

Solicitation number 5P468-23-0070/A

Publication date

Closing date and time 2023/07/04 14:00 EDT

Last amendment date


    Description

    5P468-23-0070/A Stage 1 - West Branch Ditch Bridge Replacement – Fort Henry National Historic Site of Canada

    BIDS RECEIVED BY FAX AND EMAIL WILL BE ACCEPTED AS OFFICIAL.
    PARKS CANADA IS NOT CURRENTLY ACCEPTING BIDS VIA SAP ARIBA, YOU MUST SUBMIT YOUR BID VIA FAX OR EMAIL AS INDICATED IN THE SOLICITATION DOCUMENT. BIDS RECEIVED IN-PERSON OR BY COURIER WILL NOT BE ACCEPTED.

    The only acceptable email address for responses to the bid solicitation is soumissionsami-bidsrpc@pc.gc.ca . Bids submitted by email directly to the Contracting Authority or to any email address other than soumissionsami-bidsrpc@pc.gc.ca will not be accepted.
    The only acceptable facsimile for responses to bid solicitations is 1-855-983-1808.

    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 ransmission 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.

    SPECIAL INSTRUCTIONS TO BIDDERS (SI)
    This is a two stage selection process. Bidders responding to this selection process are requested to submit a bid in two stages. This posting is the first stage (Stage One) of a two-stage solicitation process:
    the first stage will evaluate the qualifications of all interested suppliers;
    the second stage (Stage Two) will invite the qualified suppliers to provide a financial bid on the project based on the specifications and drawings. Upon award of contract in Stage Two the pre-qualification list will expire and will not be used in any other solicitation. The qualification list will expire within 180 days or upon award of a contract in Stage Two, whichever is earlier, and the prequalification list will not be used in any other solicitation.
    Following the evaluation of the submissions of Stage One, bidders will be advised of their qualification result and the status of the tender. Stage Two Bidders will be provided an INVITATION TO TENDER (ITT) for the financial evaluation in relation to the specifications and drawings.

    REQUIREMENT
    The existing FHNHS West Branch Bridge was constructed circa 1832 and serves as the main entry point to the site for visitors and operations. Throughout its lifecycle the structure has undergone changes to the design, character, and operations via rehabilitations. The 18m multi-span timber bridge has reached the end of its service life as determined by comprehensive detailed bridge inspections (CDI) and load limits on the bridge have been imposed.
    The intent of this project is to replace the existing end of life structure with a new vehicular bridge capable of providing emergency services access while maintaining cultural heritage. As part of bridge replacement, the existing heritage masonry will require rehabilitation. In addition to this, the approaches
    and entire north limits of the Fort Henry Access Road require reconstruction of the pavement surface.

    Replacement of the Existing Multi-Span Timber Bridge
    The existing 18m multi-span timber bridge will be replaced by a 21m multi-span steel bridge with wood cladding, decking, and railings. The steel uperstructure consists of stringers and diaphragms all of which is situated on elastomeric bearings. In order to limit ground disturbance at the site, the bridge will utilize 1.5m deep reinforced concrete pile caps with 14 micro-piles (< 5.0m long) per pile cap for the foundation, installed behind the existing masonry walls.

    Restoration of the Existing Heritage Masonry
    Restoration of the existing limestone heritage masonry walls will consist of repointing, stone repair, and stone replacement, and includes the existing ridge abutments, heritage access walls, and masonry swing bridge components. The masonry repair work will be completed following construction of the new
    bridge, to address existing defects and any potential new defects caused by the adjacent construction activities.

    Reconstruction of the Fort Henry Access Road
    Reconstruction of the Fort Henry Access Road is required as part of this project to provide improved access to the new structure. This includes the bridge approaches and entire north limit, approximately 6m in width and 300m in length. The newly placed asphalt will be consistent with the existing asphalt
    structure which is to be replaced like-for-like with minor grading of the granular road base as required.

    Temporary Access to FHNHS
    Due to the scope of construction work anticipated for the project, as well as the seasonal constraints associated with operations at FHNHS, a temporary pre-fabricated bridge will be required across the West Branch Ditch to provide access for pedestrians. The temporary bridge will span the ditch and be situated to the east of the existing bridge on temporary foundations bearing over fill soils over native material. Approaches to the temporary bridge, are required to be Accessibility of Ontario with Disabilities Act (AODA) compliant, and will also be constructed over native soils. The temporary bridge will not
    accommodate vehicle traffic into FHNHS, all vehicle access will be through the east entrance into the site.

    To assist with bonding and insurance requirements, this project is estimated at a value between
    $1,000,001 > $5,000,000, Taxes extra.

    PERIOD OF CONTRACT / DELIVERY DATE
    Contractor must perform and complete the Work no later than September 15th, 2024.

    OPTIONAL SITE VISIT
    It is recommended that the Bidder or a representative of the Bidder visit the work site. Arrangements have
    been made for the site visit to be held at 1 Fort Henry Drive, Kingston, ON, on June 20th, 2023.The site
    visit will begin at noon local time in park at Fort Henry visitor parking lot and walk to West Branch
    Bridge marked with blue X on the 5P468-23-0070/A ITQ Stage 1 Final.

    Bidders must communicate with the Contracting Authority annik.piche@pc.gc.ca no later than 24H before the optional site visit to confirm attendance and provide the name(s) of the person(s) who will attend. Bidders who do not confirm attendance, provide the name(s) of the person(s) who will attend, will not be allowed access to the site. Bidders will be requested to sign an attendance sheet. No alternative appointment will be given to bidders who do not attend or do not send a representative. Bidders who do not participate in the visit will not be precluded from submitting a bid. Any clarifications or changes to the bid solicitation resulting from the site visit will be included as an amendment to the bid solicitation.

    ENQUIRIES
    All enquiries of a technical and contractual nature are to be submitted to the Contracting Authority annik.piche@pc.gc.ca .
    Enquiries regarding this solicitation must be submitted in writing and should be received no later than 5 business 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.canadabuys.canada.ca/en/tender-opportunities. 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.

    Contract duration

    The estimated contract period will be 13 month(s), with a proposed start date of 2023/08/01.

    Trade agreements

    • Canadian Free Trade Agreement (CFTA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • None

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Businesses interested in partnering for this tender opportunity:
    Note: Information may not be available in both English and French. This is because the Official Languages Act does not apply.

    Contact information

    Contracting organization

    Organization
    Parks Canada
    Address

    3 Passage du Chien d'Or

    Québec, QC, G1R 3Z8
    Canada
    Contracting authority
    Annik Piché
    Phone
    (581) 398-3489
    Email
    annik.piche@pc.gc.ca
    Fax
    1-855-983-1808
    Address
    Québec, QC, G1R 3Z8
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    French
    5
    001
    English
    15
    001
    French
    3
    001
    English
    11
    001
    French
    8
    001
    English
    20

    Access the Getting started page for details on how to bid, and more.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Invitation to Qualify
    Language(s)
    English, French
    Region(s) of delivery
    Canada
    ,
    Ontario (except NCR)
    Region of opportunity
    Canada
    Contract duration
    13 month(s)
    Procurement method
    Competitive - Traditional
    Selection criteria
    Variations or combinations of the above methods

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: