Port aux Basques – MCTS Snow Removal and Ice Control

Solicitation number 30001323

Publication date

Closing date and time 2021/12/14 13:00 EST


    Description

    STATEMENT OF WORK

    Contract Title

    Port-aux-Basques - MCTS Snow Clearing & Ice Control.

    Contract Period & Hours of Work

    Snow clearing and Ice control to be carried out Twenty-four (24) hours a day, seven (7) days a week. The work should be completed prior to shift change at 7:30 am and again prior to 7:30 pm to ensure the main doorways are free of snow & ice. Contractor is also required to conduct regular inspections of the premises to ensure that snow and de-icing activities are undertaken in addition to the shift change time frames. The quoted rates will be in effect for the entire period of time.

     Location of Work

    .1 Port-aux-Basques MCTS Centre (Old)

    49 Stadium Road

    Channel Port-aux-Basques, NL

    A0M 1C0

    Geographical Coordinates: Latitude = 47.57194, Longitude = -59.13250

    .2 Port-aux-Basques MCTS Centre (New)

    312 Grand Bay West Road

    Grand Bay East, NL

    A0N 1K0

    Geographical Coordinates: Latitude = 47.58564, Longitude = -59.19033

    *See annex ”E” for additional location references

    Objectives of the Requirement

    The objective is to have a qualified contactor to provide Snow Clearing & Ice Control Services at the two (2) MCTS Centres, located in Port-aux-Basques, NL.

    The Contractor is to submit a proposal showing the detailed cost estimate of all services described within this “Scope of Work” prior to commencing with any work. Itemize individual estimated costs for all components of the work (e.g.: estimated hours of work or cost per visit).

    For the purposes of costing, contractor to allow for one (1) site visit.

    Scope of Work

    The Scope of Work shall consist of the following:

    1 Snow Clearing

    • Remove snow and ice, supply and spread salt, or a mixture of sand and salt to prevent slippery conditions on all driveways, parking areas, trucking/loading areas, main entrances including all building exits, exterior stairwells and vehicle entrances and exits. All pathways and areas around the fire hydrants must be kept clear and accessible.
    • Snow clearing operations will commence when 3-5 cm of snow has accumulated, when drifting necessitates such action and/or when deemed necessary by the Departmental Representative.
    • The equipment to be used will be either front end loader, backhoe or truck with adequate size plow to properly clear the surface required. Heavy equipment that would cause damage to metal grills shall not be used for cleaning snow.
    • Snow and ice control to be completed every day prior to shift change at 7:30 am and again prior to 7:30 pm to ensure the main door ways are free of snow & ice. Contractor is also required to conduct regular inspections of the premises to ensure that snow and de-icing activities are undertaken in addition to the shift change time frames.
    • All snow may have to be trucked away and dumped in an approved location, under the direction of the Departmental Representative. The Contractor must obtain approval from the local municipality as to the location for dumping of snow.
    • The work includes the provision of all labour, materials, and equipment necessary.
    • Snow must not be piled against fences or other structures in a manner that may lead to damage to these structures. Caution must be taken as not to block hydrant area with snow or ice. Any damages resulting from or attributed to the contractor`s actions are to be made good by the contractor, at no extra cost to the Department.
    • The contractor is to provide and install markers to identify the location of curbs, planters, fire hydrants, valve boxes, catch basins, storm sewers, manholes, etc, to prevent damage and maintain each in an accessible and workable condition.
    • Drainage areas such as catch basin inlets and curbs must be kept clear and operational to accommodate runoff.

    2 Ice Control

    • De-icing and salting operations shall be provided as required or when conditions are deemed necessary by the Departmental Representative.
    • Salt shall be used for ice control around walkways.
    • Salt and salt/sand for ice control on roads, approaches, parking lots and sidewalks shall spread by means of mechanical spreader. The sand will need to be cleaned up & removed after every winter.
    • Partial ice control is the control of all ice and slippery areas on all but a flood coat condition.

      Constraints

    All detailed work must be completed within timelines noted in section 2.0 to comply with the safety of our tenants and the operation of the building.

    Departmental Support

    RPSS will respond to contractor requests ASAP.

    Departmental Responsibilities

    RPSS will be responsible for contract administration i.e. approval of change orders, processing progress claims and other administrative tasks.

    Contractors Responsibilities

    Note: Any sub contractors or consultants engaged by the prime contractor shall conform to the documents noted above in addition to all applicable federal, provincial, and local by-laws/ regulations.

    • The contractor will be responsible for their own health and safety when on site.
    • The contractor shall report immediately report, any problems to the Project Authority (RPSS), so the appropriate action can be taken to ensure the work can be completed within the contract period.
    • Notify the Project Authority (RPSS) of any work that that does not comply with the project specifications and drawings, and subsequently recommend corrective action.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canadian Free Trade Agreement (CFTA)

    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
    Plante, Karine
    Email
    DFOtenders-soumissionsMPO@dfo-mpo.gc.ca
    Address
    301 Bishop drive
    Fredericton, NB, E3C 2M6
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    000
    French
    4
    000
    English
    9

    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
    Newfoundland and Labrador
    Region of opportunity
    Canada
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: