Kingston, Ontario - LaSalle Causeway Bascule Bridge Controls Replacement and Electrical Repairs

Solicitation number EP902-221050/A

Publication date

Closing date and time 2022/02/08 14:00 EST

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: 
    
    Kingston, Ontario - LaSalle Causeway Bascule Bridge Controls Replacement and Electrical Repairs
    
    EP902-221050/A 
    Marshall, Cindy
    Telephone No. - (647) 405-4245
    Email: Cindy.marshall@tpsgc-pwgsc.gc.ca 
    
    Kingston, Ontario - LaSalle Causeway Bascule Bridge Controls Replacement and Electrical Repairs
    Project Number: 20221050
    ------
    Amendment 004 is being raised 1) to provide Extension of Time, 2) Request for Clarification, 3) to include a revision to the LaSalle Conduit and Wire Quantity Spreadsheet and to notify bidders that the LaSalle Red Lined System Block Diagram E11 Revision 1 has been uploaded to the secure folder with the Specifications and Drawings.
    ------
    
    IMPORTANT NOTICE TO SUPPLIERS RE. BID SUBMISSION REQUIREMENTS
    
    Due to the impacts from the COVID-19 pandemic, temporary measures are being taken on-site at the Ontario Region Bid Receiving Unit to encourage social distancing. The health and safety of staff and suppliers remains our top priority. 
    
    Suppliers are required to submit bids electronically using the Canada Post epost Connect application for the subject bid solicitation. This service allows suppliers to submit bids, offers and arrangements electronically to PWGSC Bid Receiving Units. This online service enables the electronic transfer of large files up to Protected B level.
    
    To use epost Connect to submit your bid, or to get more information on its use, please send an email to the Ontario Region Bid Receiving Unit’s generic address at 
    
    TPSGC.orreceptiondessoumissions-orbidreceiving.PWGSC@tpsgc-pwgsc.gc.ca.
    
    Faxed and hard copy (submitted in person or via mail/courier) bids will not be accepted for the subject bid solicitation.
    ******************************************
    
    COVID-19 VACCINATION REQUIREMENT AND CERTIFICATION
    
    This requirement is subject to the COVID-19 Vaccination Policy for Supplier Personnel. Failure to complete and provide the COVID-19 Vaccination Requirement Certification as part of the bid will render the bid non-responsive.  
    
    PROJECT SCOPE OF WORK:  
    
    The work under this contract is for bridge control replacement and electrical repair services to be provided at the LaSalle Causeway Bascule Bridge in Kingston, Ontario as detailed in Annex A Statement of Work. The bascule bridge is part of the LaSalle Causeway, which carries Highway 2 traffic across the Cataraqui River.  The required demolition and installation shall be such that the bridge remains in service with only minimal and planned bridge outages during construction, testing and commissioning of the work.
     
    This existing system is of a legacy technology vintage which will be replaced by an upgraded bridge control system will consist of a PLC-based, redundant control system with interactive HMI and an ergonomically and logically arranged control console for ease of operation. This PLC control system has been developed with data logging and diagnostics capabilities as well as allowing secure remote access for remote troubleshooting and maintenance functionality. The upgraded system will enable effective control the bridge under all normal and contingency conditions and a reliable and easily operated control system with a life expectancy of at least 30 years. 
    
    The elements of the bridge electrical system included but are not limited to:
    • A new upgraded PLC based control system 
    • Distributed control with a machinery room control cabinet 
    • New field devices (limit switches) where applicable 
    • An ergonomically designed control console with operator interface HMI and bridge operating control devices
    • New bridge control system uninterruptable power supply (UPS)
    • New wireless traffic light controller (transmitter) and receiver with bridge control system interface  
    • Interfaces with the existing bridge main drives, MCC, manual transfer switch, traffic control equipment, and limit switches as indicated on the contract drawings
    • Replacing and re-using existing bridge cabling/wiring and raceway installation as described on the contract drawings
     
    CONSTRUCTION TIME
    
    The Contractor must perform and complete the Work within 24 weeks from the date of notification of acceptance of the offer.
    
    THIS DOCUMENT CONTAINS A SECURITY CLEARANCE REQUIREMENT
    For further instructions please consult “Special Instruction to Bidders”, SI14, “Security Clearance Requirements” and “Supplementary Conditions” SC01 “Security Clearance Requirements”.
    
    SPECIFICATIONS, DRAWINGS AND NON-DISCLOSURE AGREEMENT
    
    Please note that for confidentiality reasons, the Specifications and drawings will only be made available after the Bidder has signed the Non-disclosure Agreement in Annex D.
    
    OPTIONAL SITE VISIT  
    
    There will be a site visit on Wednesday, January 19, 2022 at 2:00 PM EST. Interested bidders are to meet in the parking lot of the LaSalle Causeway Bascule Bridge.
    
    Bidders should register with the Contracting Officer, Cindy Marshall at Cindy.marshall@pwgsc.gc.ca or Ricky Chan at Ricky.Chan@pwgsc.gc.ca, to confirm attendance and provide the name of the person who will attend by 2:00 PM EST on Tuesday, January 18, 2022. Bidders must also complete and submit the COVID-19 Vaccination Requirement Certification found at SI04 Optional Site Visit.
    
    Safety Attire: In order to be guaranteed access to the site visit all persons should have the proper personal protection equipment (face covering/non-medical mask, safety glasses, reflective vest, safety boots, harnesses, hard hats, hand sanitizer, etc.). Contractor`s personnel/individuals who do not have the proper safety attire may be denied access to the site.
    
    Bidders who do not confirm attendance, provide the name(s) of the person(s) who will attend, or who do not complete and submit the above certification as required will not be allowed access to the site. Bidders will be requested to sign an attendance sheet. No alternative appointment will be given to bidders who do not attend or do not send a representative. Bidders who do not participate in the visit will not be precluded from submitting a bid. Any clarifications or changes to the bid solicitation resulting from the site visit will be included as an amendment to the bid solicitation.
    
    SITE VISIT PLAN
    
    1. Only one representative from each company permitted, to a maximum of 10 people including PSPC or other representatives.
    2. Bidders will meet at LaSalle Causeway Bridge office building entrance.
    3. Departmental Representative will take attendance.
    4. Departmental Representative will lead bidders through the bridge and control room allowing bidders to view the existing conditions. 
    
    NOTE: As a result of the COVID-19 pandemic, the following precautions are mandatory during the site visit:
    1. Wear a non-medical masks/face covering at all times while outside of vehicle.
    2. Maintain 2m social distancing at all time.
    3. Observe proper hand hygiene while on site. Sanitize hands before entering the building and after exiting. Attendees should bring hand sanitizer.
    4. Attendance will be taken by Bidders announcing their name and Departmental Representative recording (no list passed around).
    6. Avoid social greetings (e.g., shaking hands). 
    
    EVALUATION PROCEDURES
    
    Bids will be assessed in accordance with the entire requirement of the bid solicitation including the technical evaluation criteria. An evaluation team composed of representatives of Canada will evaluate the bids.
    
    Basis of selection: A bid must comply with all requirements of the bid solicitation and meet all mandatory technical evaluation criteria to be declared responsive. The responsive bid with the lowest evaluated price will be recommended for award of a contract.
    
    Bidders must meet all the mandatory requirements specified in the tender document.  Failure to comply with any or all the mandatory requirements will render the bid non-compliant, and no other consideration will be given to the bid.
          
    All enquiries of a technical and contractual nature are to be submitted to the Contracting Officer, Cindy Marshall
    
    E-mail: cindy.marshall@pwgsc.gc.ca  
    Telephone:  (647)405-4245 
    
    
    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
    Marshall, Cindy
    Phone
    (647) 405-4245 ( )
    Email
    cindy.marshall@pwgsc.gc.ca
    Fax
    () -
    Address
    Ontario Region
    10th Floor, 4900 Yonge Street
    Toronto, Ontario, M2N 6A6

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    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
    004
    French
    2
    004
    English
    18
    003
    French
    3
    003
    English
    21
    002
    French
    3
    002
    English
    22
    001
    French
    6
    001
    English
    46
    000
    French
    20
    000
    English
    71

    Access the Getting started page for details on how to bid, and more.