5P201-17-5088
Solicitation number Rehabilitation walls repairs and replacement of the crowning walls and seat repairs (Areas 13.1, 13.2, 13.3, 13.4, 13.5 and 13.6 - Reach N°4)
Publication date
Closing date and time 2017/09/19 14:00 EDT
Last amendment date
Description
GENERAL DESCRIPTION OF WORK
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.
Validate the alignment starting from the bas of existing crowning wall.
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, for the
Departmental Representative’s approval. Submitted profiles must be
consistent with existing profiles;
.5 Note all existing drains, pipes, scales, bollards 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;
.11 A navigation corridor will have to be put in place on the encroachment
line in the canal (ref plan 8#24) Contractor must install navigation buoy
at the end of each work zone and an additional on in the middle. The
navigation buoys must be all green on the port (left) side when moving
upstream direction and red on the starboard (right) side when moving
upstream direction. In addition to the navigation buoys, security buoys
(yellow) must be put in place to maintain a cable up flow. Installation of
buoys must be in accordance with Transport Canada regulation.
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.
There will be a site visit scheduled on September 5, 2017 at 10:00 am (EDT).
See ANNEX A, Meeting location plan for more détails.
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
September 19, 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
The Contractor shall perform and complete all work within twenty six (26) 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: 5P201-17-5088.
Contract duration
Refer to the description above for full details.
Trade agreements
-
Agreement on Internal Trade (AIT)
Contact information
Contracting organization
- Organization
-
Parks Canada
- Address
-
30 Victoria StreetGatineau, Quebec, J8X 0B3Canada
- Contracting authority
- Lagacé, Sylvie
- Phone
- 418-648-5006
- Email
- Sylvie.Lagace@pc.gc.ca
- Fax
- 418-649-6971
- Address
-
3, passage du Chien-d'OrQuébec, QC, G1R 3Z8CA
Buying organization(s)
- Organization
-
Parks Canada
- Address
-
30 Victoria StreetGatineau, Quebec, J8X 0B3Canada
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.
Access the Getting started page for details on how to bid, and more.