PREQUALIFICATION - CONSTRUCTION NATIONAL WAR MEMORIAL RESTORATION PROJECT.
Solicitation number EP076-161910/A
Publication date
Closing date and time 2016/02/02 14:00 EST
Last amendment date
Description
Trade Agreement: Agreement on Internal Trade (AIT) Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Comprehensive Land Claim Agreement: No Nature of Requirements: TITLE: Application for prequalification for the National War Memorial Restoration Project, Ottawa, Ontario PROJECT NUMBER: R.009716.023 SOLICITATION NUMBER: EP076-161910/A APPLICATION FOR PREQUALIFICATION : Public Works and Government Services Canada (PWGSC) is initiating a process to pre-qualify Contractors for the Rehabilitation of the National War Memorial located at Confederation Square, Ottawa, Ontario. This document defines the requirements for the prequalification of Contractors for this work. Interested Contractors are required to respond to this Application for Prequalification. Only those Contractors considered by PWGSC to meet the prequalification requirements as defined in this document will be invited to submit competitive tenders for this work during the ITT Phase II of the solicitation. PROJECT DESCRIPTION : The National War Memorial, situated on Confederation Square in Ottawa, Ontario was erected to commemorate Canadians who died in the First World War. The monument, designed by Vernon and Sydney March, was dedicated in 1939 by King George VI. The monument and its site have been modified over time to recognize the service of Canadians in later wars up until the recent past. The Tomb of Unknown Soldier was added to the site in 2000 making the site not only a National Historic Site but also a burial site. The Memorial, from grade to the tip of the surmounting bronze statues' wings, is approximately 21.5m high, with the masonry arch 3.05m wide, 2.44m deep, and 8.03m high. The surrounding podium consists of a 2136m2 reinforced concrete slab (circa 1937-1939) supported on an array of reinforced concrete beams and columns originally constructed over an open crawl space. The open crawl space below the original slab was recently filled (2014) with low strength concrete which now fully supports the original slab. The podium is finished in granite paver slabs and granite field stone in various sizes and thickness and organized in a very specific and symmetrical manneraround the Cenotaph Memorial. The podium consists of both a lower and upper area which is accessed by several steps and a wheel chair ramp located on both the east and west sides. Over the years the stone pavers have displaced and moved and have sustained damage and staining. The bronze procession figures represent the different branches of the armed forces and the two allegorical bronze figures atop the stone arch for Peace and Victory. Protective wax coatings have been applied to the bronze figures over the years for protective maintenance. The Cenotaph stone is in good condition but has sustained some localized damage and staining and the lead-filled masonry joints have displaced allowing water migration into the joint. CONSTRUCTION SCOPE: The repair works for the National War Memorial intends to rehabilitate and repair or replace elements of the site podium, clean and re-wax the bronze elements, clean and repair and re-point the masonry of the Cenotaph Memorial itself, install waterproofing and re-grade for water drainage/management and as follows; •Preserve, maintain and protect the Tomb of Unknown Soldier. •Remove existing wax coating from bronze figures, spot patina corroded areas of bronzes for uniformity and re-wax for a new protective coating. •Clean the stone of the Cenotaph Memorial, repair/replace localized damages, re-point all of the joints. •Remove all existing podium pavers and other existing site features, catalogue each salvaged paver and site feature for re-installation. Replace or repair damaged pavers and clean all pavers of staining. •Demolish and remove all of the existing concrete slab and excavate through the top layer of the existing concrete fill to achieve new substructure grades and construct a new reinforced concrete slab structure with new waterproofing membrane applied over. •Slope all new substructure for proper drainage and integrate subsurface drainage with existing site infrastructure. •Reinstall all salvaged stone paver material on new setting bed, provide new stone paver material to replace damaged units or supply new stone paver units where required for tactile warning requirements, clean all pavers of staining. •Rehabilitate existing bronze railing features and install new bronzerailings at the north steps. •Maintain and protect all existing buried empty conduit and surface access ports into the empty conduit. Also maintain and protect existing electrical manholes and electrical junction boxes located directly beneath the stone paver surface. GENERAL PROCUREMENT APPROACH: Given the nature of the Work, it is essential that the successful Bidder have the competence and experience to realize the project. A two-phase procurement approach will be followed. Phase One (I) -Prequalification: This application for Prequalification to prequalify Bidders with the necessary experience to function as the Contractor is open to all interested Contractors. The prequalification of a Bidder is based on defined mandatory requirements specified in this document. These requirements include technical capability, the competence and experience of the Bidder. Phase Two (II) - Invitation to Tender (ITT): An ITT will be sent to qualified bidders once the prequalification process has beencompleted. Only those Bidders who have been prequalified by PWGSC in Phase I will be eligible to bid in Phase II. The decision to participate in the ITT in Phase II is the decision of each prequalified Bidder. All the prequalification requirements in Phase I will be carried over to Phase II. To be eligible to bid for Phase II, Bidders must first be prequalified by PWGSC at Phase I. Site Security: There is a Security Requirement associated with this requirement at RELIABILITY Status level issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC). Information will be included in Phase II of the ITT. PWGSC, Industrial Security Services http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html Bidders should take note that the above security requirement is a minimum clearance only and may be subject to change. ENQUIRIES: All enquiries are to be submitted to the Contractual Authority Hélène Lagacé Tel: (819) 956-0060, facsimile (819) 956-8335 or by email at helene.lagace@pwgsc.gc.ca. Enquiries 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. BID RECEIVING: Sealed bids will be received at: Public Works and Government Services Canada, Bid Receiving Unit, Place du Portage, Phase III, Main Lobby Core 0B2, 11 Laurier Street, Gatineau, Quebec, K1A 1C9. Delivery Date: Above-mentioned The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
Contract duration
Refer to the description above for full details.
Trade agreements
-
Agreement on Internal Trade (AIT)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Lagacé, Hélène
- Phone
- (819) 956-0060 ( )
- Fax
- (819) 956-8335
- Address
-
11 Laurier St./11 Rue Laurier
3C2, Place du Portage
Phase IIIGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW__FG.B356.F68795.EBSU005.PDF | 005 |
French
|
7 | |
ABES.PROD.PW__FG.B356.E68795.EBSU005.PDF | 005 |
English
|
25 | |
ABES.PROD.PW__FG.B356.F68795.EBSU004.PDF | 004 |
French
|
3 | |
ABES.PROD.PW__FG.B356.E68795.EBSU004.PDF | 004 |
English
|
23 | |
ABES.PROD.PW__FG.B356.F68795.EBSU003.PDF | 003 |
French
|
4 | |
ABES.PROD.PW__FG.B356.E68795.EBSU003.PDF | 003 |
English
|
24 | |
ABES.PROD.PW__FG.B356.F68795.EBSU002.PDF | 002 |
French
|
5 | |
ABES.PROD.PW__FG.B356.F68795.EBSU001.PDF | 001 |
French
|
5 | |
ABES.PROD.PW__FG.B356.E68795.EBSU001.PDF | 001 |
English
|
26 | |
ABES.PROD.PW__FG.B356.E68795.EBSU002.PDF | 002 |
English
|
25 | |
ABES.PROD.PW__FG.B356.F68795.EBSU000.PDF | 000 |
French
|
20 | |
ABES.PROD.PW__FG.B356.E68795.EBSU000.PDF | 000 |
English
|
99 |
Access the Getting started page for details on how to bid, and more.