Foundation & Tower Replacement

Solicitation number FP802-180098

Publication date

Closing date and time 2018/08/31 14:00 EDT


    Description

    SCOPE OF WORK:

    .1 

    .1Mobilize to site with a work barge of appropriate size and certification;

    .2Clearing of rubble to expose bedrock.

    .1CCG staff will be on site to determine appropriate location for new tower.

    .3Install one [1] new concrete pier;

    .1Bidder shall assume water depth of 0.915 m for bidding purposes.

    .4Scheduling of concrete testing by CCG acquired third party firm.

    .5Transportation and installation of one [1] new CCG supplied aid to navigation (AtoN) tower;

    .6Salvage and return of the existing tower, complete with all appurtenances to CCG Base Parry Sound;

    .7Demolish and dispose of existing piers; and

    .8Demobilize.

    .2 

    .1Supply one [1] ATON tower;

    .1Tower is to be transported to site from staging location by contractor.

    .2Supply and installation of lantern, battery and solar panel onto new ATON tower.

    .3 

    .1Mandatory Technical Criteria:

    .1Each vessel used by the bidder for this contract must be registered in Canada in the Small Vessel Register (SVR) or the Canadian Register of Vessels (CRV)

    .2Deadline:

    .1With bid.

    .3Deliverables:

    .1Copy of registration certificate; and

    .2Picture of the vessel with its Official Number visible

    .4 

    .1Dewatering Plan (if relevant):

    .1Deadline:

    .1With Construction Plan

    .2Deliverables:

    .1Cofferdam and/or other relevant drawings

    1. Drawings must detail:
      1. Plan, elevation and relevant section views of the proposed installation;
      2. Any pertinent commentary concerning construction and implementation of dewatering plan.

    .2Summary Report (if necessary):

    1. The summary report shall contain all additional technical references and requirements not otherwise detailed within the engineered drawings.

    .2Foundation Construction Plan:

    .1Deadline:

    .1With Construction Plan

    .2Deliverables:

    .1Provide high level summary of mix properties and admixtures to demonstrate compliance with CCG criteria and STEM foundation design;

    .2Provide MSDS, (pre-mixed products only).

    .3Concrete placement methods and curing procedures, detail:

    1. Source of concrete, including mix plan;
    2. Shop drawings for formwork and false-work;
    3. Placement methods and procedures to control consolidation/segregation;
      1. If dewatering will not occur, tremie concrete pour details must be provided to CCG.
    4. Location of necessary cold joints;
    5. Finishing procedures;
    6. Mill test certificates for rebar, piles or any other steel used in the foundations;
    7. Curing methods and schedule;
    8. Strength requirements for structural stability (removal of forms);
    9. Clean-up procedures;
    10. Mitigation measures to account for hot or cold temperatures where reasonably anticipated during the construction period.

    .3As-built and Quality Control

    .1Deadline:

    .128 days following completion of construction activities

    .2Deliverables:

    .1Red-lined drawings showing all changes from the sealed design drawings (if any);

    1. Drawing or sketch indicating the position of the constructed pier relative to the former installation, detail:
      1. Height of former pier, bedrock to top of foundation;
      2. Difference in elevation from top of former pier to top of new pier;
      3. Highest high water mark of indicated former pier, relative to bedrock grade;
      4. Height of new pier, bedrock to top of foundation;
      5. Water level above bedrock for new pier;
      6. Horizontal offsets to the center of new pier (north, south, east, & west) relative to former pier.

    .2Concrete test results.

    Part 2055000 METAL WORK

    .1Submittals

    .1Submittals shall be forwarded to Coast Guard in accordance with the provisions of section 013530.

    .2Drilling Plan:

    .1Deadline:

    .1 With Construction Plan.

    .2Deliverables:

    1. Description of the equipment that will be utilized to drill into bedrock;
    2. Description of the methods that will be implemented to stabilize the drilling equipment, and to ensure verticality of holes;
    3. Description of how epoxying activities will occur;
    4. Provide material specifications for the epoxy adhesive to be used;
    5. Provide cut-sheets for the reinforcing bars to be used;
    6. Describe how works will be undertaken to mitigate impacts on the surrounding watercourse.

    .3As Built Drawings:

    .1Deadline:

    1. 28 Calendar days following the acceptance of the works.

    .2Mandatory Technical Criteria

    .1Each vessel used by the bidder for this contract must be registered in Canada in the Small Vessel Register (SVR) or the Canadian Register of Vessels (CRV). Proof of registration as well as a picture of the vessel with its Official Number visible shall be submitted with bid.

    .2The operator of any vessel used by the bidder for this contract that is less than or equal to 5 Gross Tons must have a valid Small Vessel Operator Proficiency (SVOP) certificate. Proof of valid certificate must be submitted with bid.

    .3The operator of any vessel used by the bidder for this contract that is more than 5 Gross Tons or is a tug must have a valid Limited Master <60 GT certificate. Proof of valid certificate must be submitted with bid.

    FAMILIARIZATION WITH SITE

    Before submitting a bid, it is recommended that bidders visit the site and its surroundings to review and verify the form, nature and extent of the work, materials needed for the completion of the work, the means of access to the site, severity, exposure and uncertainty of weather, any accommodations they may require, and in general shall obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their bid or costs to do the work. No allowance shall be made subsequently in this connection on account of error or negligence to properly observe and determine the conditions that will apply.

    Contractors, bidders or those they invite to site are to review specification Section 01 35 30 - Health and Safety Requirements before visiting site. Take all appropriate safety measures for any visit to site, either before or after acceptance of bid.

    Bidders that wish to visit the site must send an email to Beverly.shawana@dfo-mpo.gc.ca and provide the following information:

    a. Business name

    b. Business address

    c. Business phone number

    d. Bidder’s representative name

    e. Bidder’s representative email address

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Agreement on Internal Trade (AIT)

    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.

    Contact information

    Contracting organization

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Contracting authority
    Shawana, Beverly
    Phone
    613-407-3861
    Email
    beverly.shawana@dfo-mpo.gc.ca
    Address
    200 Kent Street
    Ottawa, ON, K1A 0E6
    CA

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    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.

    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
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    Region of opportunity
    Ontario (except NCR)
    Procurement method
    Competitive – Open Bidding

    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: