SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, Apr 20 from 7:00 pm until 11:00 pm (Eastern Time) 

Heavy equipment supply, diving and waste disposal – Maaqtusiis Harbour, Ahousat, BC

Solicitation number 30003276

Publication date

Closing date and time 2022/10/25 13:00 EDT

Last amendment date


    Description

    Part 1 General

    1.1 SITE LOCATION

    1. Work of this Contract is located at Maaqtusiis (Marktosis) Harbour, North of Main street, Ahousat, British Columbia.

    1.2 DEFINITIONS

    1. Throughout contract documents, the words “Contracting Authority”, “Project Authority/Owner”, “Harbour Authority”, “Engineer” and “Contractor” shall be defined as follows:
      1. Contracting Authority: Material and Procurement Services – Department of Fisheries and Oceans; 301 Bishop Drive, Fredericton, NB, E3C 2M6
      2. Project Authority/Owner: Small Craft Harbours (SCH) – Department of Fisheries and Oceans, 200-401 Burrard Street, Vancouver, BC, V6C 3S4
      3. Contractor: The party accepted by the Owner with whom a formal contract is entered to complete the work of this project.
      4. Engineer/Departmental Representative: Employee(s) that represents the Owner who act as the Engineer and Technical Authority for the project.
      5. Harbour Authority: Ahousat Harbour Authority, Main Street, Ahousat, BC.

    1.3 NATURE OF WORK

    1. In general, work consists of 2 rounds of removal and disposal of waste material located in the Harbour Basin of Maaqtusiis Small Craft Harbour.
    2. In general, work to be performed under this contract includes, but is not limited to:
      1. Supply of equipment and personnel for standard heavy marine construction
      2. Supply of equipment and personnel for a standard diving crew
      3. Towing and disposal of the waste material

    1.4 MATERIAL

    1. The contractor shall supply all materials required to complete the contract.

    1.5 GENERAL

    .1 Work may commence Upon Award; however, mobilization is subject to minimum 1 week notice to the Owner and Harbour Authority and the contractor must complete the work within British Columbia marine/estuary timing windows for the protection of fish and fish habitat; the first round to be completed between July 1st and September 1st, and the second round to be completed between December 1st and February 15th.

    .2 All work, including cleanup and demobilization, shall be completed by February 15, 2023.

    .3 The awarded Contractor shall be the Prime Contractor for the work. The crew shall include a supervisor/foreman for the coordination and safety of the crew. The crew shall be professional, self-sufficient and capable of completing work described herein.

    .4 The Contractor is expected to work around tides, understand tide cycles and how long they last and supply accurate hourly tidal elevation data while working.

    .5 The harbour is expected to be remain in operation during the work.

    .6 Co-operation with the Harbour Authority:

    a) The Contractor shall give the Harbour Authority minimum 2 week notice prior to mobilization.

    b) The Contractor shall give the Harbour Authority minimum 48 hours notice for work that requires vessels to be moved.

    c) The Contractor shall give the Harbour Authority minimum 24 hours notice for work that may interrupt harbour operations including access to the floats.

    .7 Within 2 weeks of award, Contractor is to submit to the Owner a work plan, identifying planned start and end dates.

    .8 Prior to mobilization, the Contractor shall inform the Owner of planned methodology for completing the work.

    .9 The Contractor is required to provide equipment and labour to meet all National and Provincial laws and regulations for Commercial Diving.

    .10 The Contractor must provide a WCB Clearance Letter in ‘Good Standing’ prior to award.

    .11 The contractor must have a minimum of two million ($5,000,000.00) dollars marine liability insurance and provide proof of insurance prior to award.

    .12 The site will be accessible to bidders to visit on their own schedule. No visit will be organized by the Owner.

    1.6 DESCRIPTION OF ITEMS

    The following is a description of each item referenced to the Schedule of Quantities and Prices.

    Mandatory Items

    .1 Mobilization/Demobilization

    This item includes the lump sum cost for 2 mobilizations and demobilizations including moving all crew, equipment and material on and off site and site clean up after completion of the work.

    a) Specified in Specification document - Section 01 50 00.

    .2 Equipment and Labour

    The unit cost per 8 hr weekday for this item shall include the supply of crew labour, equipment, all accommodations and related expenses to perform tasks as follows:

    .1 Supply of one of each of the following equipment: Crane, Spud Barge and Tug Boat.

    a) Spud barge must have a minimum loading capacity of 90,718.5kg (100 tons)

    b) Spud barge must have maximum deck platform width of 13.72m (45ft)

    c) Crane must have a minimum lifting capacity of 45,359.24kg (50 tons) and be operated from the deck of the spud barge

    .2 Crew consisting of two (2) personnel for one regular 8-hour weekday of work for operation of the Crane and Tug boat.

    .3 The Contractor shall lift and load onto the Barge waste materials within waterlot identified on attached site plan.

    .4 Work to be performed as instructed by the Owner’s on-site representative.

    .3 Diving Crew and Equipment Day Rate

    The unit cost per day includes all crew costs (including food and overnight accommodations), equipment, labour and materials. Provide 8 hours of diving to complete scope identified by the Engineer/Owner. The day rate also includes preparation, breaks and shutdown that are in addition to the 8 hours of dive work.

    .1 The day rate for this item shall cover the equipment to prep waste material items for lifting onto the barge.

    .4 Hauling and Disposal Fee

    The cost plus line item covers the following :

    1. Disposal and tipping fees generated from the Maaqtusiis Harbour clean up waste disposal
    2. Contractor must conform to areas and routes required for the haulage of material, as approved by owner.
    3. Material shall be disposed by the Contractor in strict accordance with the provincial, local and municipal regulations and Part 8 of the National Building Code and the Canadian Construction Safety Code.

    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
    Phone
    506-377-9127
    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
    English
    19
    English
    14
    000
    French
    3
    French
    3

    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
    British Columbia
    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: