Kingston, ON CBI MPB Primary Electrical and Communications Infrastructure
Solicitation number 21C42-191577/A
Publication date
Closing date and time 2019/11/13 14:00 EST
Description
Trade Agreement: Canadian Free Trade Agreement (CFTA) Tendering Procedures: All interested suppliers may submit a bid Non-Competitive Procurement Strategy: Exclusive Rights Comprehensive Land Claim Agreement: No Vendor Name and Address: The Hybrid Construction Group Ltd. 1214 McAdoo's Lane Glenburnie Ontario Canada K0H1S0 Nature of Requirements: 21C42-191577/A Kingston, ON CBI MPB Primary Electrical and Communications Infrastructure. Project No: CE-4484 Dhanna, Sheila Telephone No. (416) 315-9944 Fax No. - (416) 952-1257 email: sheila.dhanna@pwgsc-tpsgc.gc.ca ADVANCE CONTRACT AWARD NOTICE (ACAN) CORCAN Construction Ontario Region has a requirement for the Primary Electrical and Communications Infrastructure to service a new 20,000 sq. ft. training facility. The jobsite is at Collins Bay Institution (CBI MIN), located in Kingston ON. Background The Mandate of CORCAN Construction is to provide employment and employability skills training to offenders incarcerated in federal penitentiaries. When deemed appropriate by CORCAN Construction, the Contractor may be required to assist in the Mandate by working with 2-4 Offenders. The Offenders will be supervised by CORCAN. The Offenders will be considered unskilled labour and the Contractor will help them gain knowledge and skills in the trade(s) being carried out. The Offenders are employed by CORCAN Construction and no financial obligations are required of the Contractor as a result of having them as part of the workforce. The Offenders are considered to have the potential to be productive upon receiving training necessary to their work and will be removed or replaced upon request from the Contractor should they not show improvement or interest in the work they are tasked with. Scope of Work The Contractor must Supply all labour, material, tools, equipment, and transportation necessary to complete the Statement of Work as detailed: 1. The Contractor must directionally drill from the base of the switch pole across the front of the property then up the side to the termination point for (3) 4 conduits. 2. The Contractor must excavate, supply and install electrical manholes along the way as pull points as required. 3. The Contractor must excavate form and pour one (1) base for a pole mounted 44kv switch. 4. The Contractor must excavate form and pour one (1) 44kv transformer pad. 5. The Contractor must supply and install one (1) 44 Kv pole mounted switch gear and pole and overhead lines to the take off pole. 6. The Contractor must supply and install one (1) 44 Kv to 600v transformer on pad. 7. The Contractor must excavate, supply and install all grounding related to the primary and transformer work as required (based on a standard 15m x 15m with 2m x 2m grid, any additional required as a result of poor grounding conditions from the study would be extra). 8. The Contractor must supply and install primary conductor from takeoff pole to the transformer as required. 9. The Contractor must make all primary termination at the Switch and Transformer. 10. The Contractor must make termination on the cables at the takeoff pole end and arrange for a power shutdown and make connections. 11. The Contractor must provide grounding study for the primary works as required. 12. The Contractor must directionally drill from the building wall of the Institution out to the power cable run and follow it around to the new building termination point for two (2) 4 communications ducts and three (3) composite communications hand holes as required. 13. The Contractor must supply and install one (1) Fiber for network, one (1) fibre for security, one (1) fibre for fire alarm, and one (1) 100 pair copper cable for telephone in communications ducts. 14. The Contractor must core drill old building wall and leave remaining cable coiled for future continuation by others. 15. The Contractor must topsoil & seed disturbed grass areas. 16. The Contractor must supply and install bollards around Transformer if required. 17. The Contractor must obtain an Electrical Safety Authority Permit for all work. 18. The Contractor must submit engineered shop drawings to CORCAN Construction for review and approval. 19. The Contractor must coordinate submittals for the project as per Section 01 33 00 with CORCAN Construction Representatives. 20. All work must be performed during regular business hours: Monday to Friday 0800 - 1600 hrs. 21. The Contractor must identify a Project Manager who will be responsible for the overall management of the project and must represent the Contractor if required. 22. The Contractor must dispose of all waste materials in an environmentally friendly manner. This includes recycling where possible. 23. The Contractor is responsible for safety and must comply with all local labor laws, regulations, customs and practices pertaining to labor, safety and similar matters. The Contractor must promptly report all accidents resulting in lost time, disabling, or fatal injuries to the CORCAN Project Authority. 24. The Contractor must visit the site prior to work commencement for verification of all measurements and materials required to complete the work and to familiarize themselves with the facility. Drawings C100 Civil Site Plans and Grading C102 OPSD’s A100 Site Plan E100 Electrical Legend, Drawing List and Details E200 Electrical Main and Mezzanine Level Power, Systems and Details E700 Electrical Details Specifications 26 05 00 Common Work Results for Electrical 26 05 13 Medium Voltage Cable 26 05 37 Duct Bank 26 12 19 Pad Mounted, Liquid Filled, Medium Voltage Transformer 26 20 00 Electrical Site Service 26 21 00 Overhead Line Materials 26 22 10 Outdoor Load Break Switches and Fuses 26 23 23 Air Interrupter Switches 27 05 28 Communication Service Cabling 31 23 18 Excavation and Backfilling 33 71 17 Wood Utility Electrical Poles 33 79 19 Site Utilities Grounding 03 10 00 Concrete Forming and Accessories 03 20 00 Concrete Reinforcing 03 30 00 Cast-In-Place Concrete 03 35 00 Concrete Finishing APPLICABLE TRADE AGREEMENTS This procurement is subject to the following trade agreements: • Canadian Free Trade Agreement (CFTA) Set-aside under the Procurement Strategy for Aboriginal Business This procurement is not subject to any set-asides for Aboriginal Suppliers. Comprehensive Land Claims Agreement (s) This procurement is not subject to a Comprehensive Land Claims Agreement Government Contracts Regulations Exception(s) The following exception(s) to the Government Contracts Regulations is (are) invoked for this procurement under subsection 6(d) - "only one person is capable of performing the work". Exclusions and/or Limited Tendering Reasons The following exclusion(s) and/or limited tendering reasons are invoked under the: - Canadian Free Trade Agreement (CFTA) - Article 513.1 (b) (iii) Period of the proposed contract or the delivery date(s) The proposed contract is for a period of one (1) year, from date of award. Cost estimate of the proposed contract The estimated value of the contract is $750,000.00 (HST extra). Name and address of the pre-identified supplier Name: Hybrid Construction Group Address: 1214 McAdoo’s Lane. Glenburie Ontario K0H 1S0 Suppliers' right to submit a statement of capabilities Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN, may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date and time of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements. Closing date and time for a submission of a statement of capabilities The closing date and time for accepting statements of capabilities is November 13, 2019 at 2:00 PM EST. Inquiries and submission of statement of capabilities Inquiries and statement of capabilities are to be directed to: Sheila Dhanna Supply Specialist Real Property Contracting PSPC Ontario Region 4900 Yonge St. Toronto, ON M2N 6A6 Telephone 416-315-9944 sheila.dhanna@pwgsc-tpsgc.gc.ca Access and terms of use Government of Canada (GC) tender notices and awards, solicitation documents and tender attachments are available free of charge and without registration on Buyandsell.gc.ca/tenders, the authoritative location for GC tenders. You may have received this tender notice or award 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 through Buyandsell.gc.ca/tenders. This Government of Canada tender notice or tender award carries an Open Government Licence - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to the section about Commercial Reproduction in the Buyandsell.gc.ca Terms and Conditions for more information. Delivery Date: Above-mentioned You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above. An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award. However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process. Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements. The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page. 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)
Reason for limited tendering
A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:
-
Exclusive Rights
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
- Dhanna, Sheila
- Phone
- (416) 315-9944 ( )
- Email
- sheila.dhanna@pwgsc-tpsgc.gc.ca
- Fax
- (416) 952-1257
- Address
-
Ontario Region
10th Floor, 4900 Yonge StreetToronto, Ontario, M2N 6A6
Buying organization(s)
- Organization
-
Correctional Service of Canada
- Address
-
340 Laurier Ave WOttawa, Ontario, K1P0P9Canada
Bidding details
Details for this tender opportunity are provided in the Description tab.
Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.
Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.
We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.