Wharf Reconstruction - Fogo, NL

Solicitation number F6140-200014/A

Publication date

Closing date and time 2020/08/13 12:30 EDT

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Wharf Reconstruction - Fogo, NL
    F6140-200014/A
    
    Contact Name: Patricia Chaulk
    Telephone:    709-689-3272
    Fax:   709-772-4603
    Email: Patricia.Chaulk@pwgsc-tpsgc.gc.ca
    
    
    Public Works and Government Services Canada has a requirement for the Department of Fisheries and Oceans for wharf reconstruction at Fogo, Newfoundland and Labrador. The work consists of the furnishing of all plant, labour, equipment and material for the wharf reconstruction.
    
    Note that the Contractor will be required to follow enhanced safety protocols in response to the COVID-19 pandemic in accordance with the most recent recommendations and directives from the Provincial and Federal Government, including the Chief Medical Office and the Department of Health. The contractor is required to incorporate these plans in their Site Specific Safety Plan, and update as the recommendations and directives evolve.
    
    In general, the work under this contract will consist of, but will not necessarily be limited to, the following:
    
    .1 Demolition and removal of the existing wharf, as noted on the drawings. Note that there is no disposal site near the area, and all debris (including creosote timber) will have to be disposed of at the Norris Arm Regional Waste Disposal Site.
    
    .2 Construction of a new treated timber crib wharf, complete with reinforced concrete deck, to the dimensions as indicated on the drawings.
    
    .3 Excavation/dredging of the harbour bottom, prior to installation of new cribs, as indicated on the drawings.
    
    .4 Harbour dredging, as indicated on the drawings. Assume all dredging is Class “A for the purposes of bidding, requiring underwater drilling and blasting.
    
    .5 Supply and installation of mooring cleats, structural timber for coping, wheelguard, wheelguard blocking, fenders, ladders and associated hardware for new wharf construction.
    
    .6 Uplands rock and gravel fill placement, topped with granulars and pavement, as noted on the drawings.
    
    
    Bidders must refer to R2710T GENERAL INSTRUCTIONS - CONSTRUCTION SERVICES - BID SECURITY REQUIREMENTS (GI) (2020-05-28) for the Integrity Provisions applicable to this requirement.
    
    
    MATERIAL SUPPLIED BY CANADA 
    
    The declared value of the material supplied by Canada for this project is $152,967.00 (HST extra).  This amount shall be added to the contract value when determining the amount of insurance required under the Builder's Risk / Installation Floater coverage.
    
    
    
    FAMILIARIZATION WITH SITE
    
    Before submitting a bid, bidders can visit the site and its surroundings, at their own expense, 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, soil conditions, 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. No allowance shall be made subsequently in this connection on account or 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 29 - Health and Safety Requirements before visiting site. Take all appropriate safety measures for any visit to site, either before or after acceptance of bid. 
    
    Obtain prior permission from the Departmental Representative before carrying out such site inspection.
    
    All personal visiting the site shall provide their own personal protective equipment (PPE). The PPE shall include as a minimum safety glasses, boots, hard hat, vest and any equipment required by the Province or construction association as protection against COVID -19.
    
    
    IMPORTANT NOTICE TO SUPPLIERS:
    
    With the introduction of the new Government of Canada Web Site, Buyandsell.gc.ca/tenders, there are significant changes to Public Works and Government Services Canada (PWGSC) solicitations.
    
    Buyandsell.gc.ca/tenders is the official and first site suppliers should rely on to find Government of Canada tenders to ensure that they always get the most up-to-date and accurate information about new tender notices or amendments. Buyandsell.gc.ca cannot confirm or endorse the completeness of information that suppliers might find on third-party web sites or received through a notification service. Firms that elect to base their bids on solicitation documents obtained from other sources do so at their own risk and will be solely responsible to inform the contracting authority of their intention to bid.
    
    In keeping with Canada’s commitment to green procurement, only electronic distribution of tenders and associated documents and/or construction drawings is available. Bidders can download and print the documents or bring them or send them by email to a print shop or other professional printing services for printing.
    
    Addenda, when issued, will be available on the web site Buyandsell.gc.ca/tenders.  It is the responsibility of the Bidder to ensure that all addenda issued prior to solicitation closing have been obtained and addressed in the submitted offer.
    
    Bids will be received in English, or French at:  Public Works and Government Services Canada, Bid Receiving Unit, 10 Barter's Hill, P.O. Box 4600, St. John's, Newfoundland and Labrador   
    A1C 5T2.
    
    
    Bid Security is a requirement for this tender.
    
    The estimated value for this opportunity is within the range of:  $1,000,001 to $5,000,000
    
    Delivery Date Required:  Forty-Two (42) Weeks after award of contract
    
    GSIN # 5133C
    
    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

    • Canadian Free Trade Agreement (CFTA)
    Contact information

    Contracting organization

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Chaulk, Patricia
    Phone
    (709) 689-3272 ( )
    Email
    patricia.chaulk@pwgsc-tpsgc.gc.ca
    Fax
    (709) 772-4603
    Address
    John Cabot Building
    10 Barters Hill, P.O. Box 4600
    St. John's, Newfoundl, A1C 5T2

    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.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Newfoundland and Labrador
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest Price