Alaska Highway Maintenance and Repair Services
Solicitation number EZ011-172342/B
Publication date
Closing date and time 2017/07/31 17:00 EDT
Last amendment date
Description
Trade Agreement: WTO-AGP/NAFTA/CFTA/Canada FTAs with Peru/Colombia/Panama Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Best Overall Proposal Comprehensive Land Claim Agreement: No Nature of Requirements: Alaska Highway Maintenance and Repair Services EZ011-172342/B Ly, Ronny(PWY) Telephone No. - (604) 318-5750( ) Fax No. - (604) 775-6633 Email: ronny.ly@pwgsc.gc.ca Title: Alaska Highway Maintenance and Repair Services Location: Alaska Highway, B.C. WORK DESCRIPTION: Work under this contract consists of maintaining the Alaska Highway from Km 133 to Km 968 and includes but is not limited to: 1. Blading. 2. Repairing highway surface and slopes. 3. Applying and repairing bituminous surface (BST) and cold mix asphalt; 4. Cleaning and repairing drainage ditches. 5. Cleaning, repairing, replacing and marking culverts. 6. Cleaning and making repairs to bridges. 7. Cleaning and repairing damaged guardrail. 8. Removing snow, sanding and controlling ice. 9. Thawing culverts and special work during breakup. 10. Moving materials from stockpile to road and other locations; 11. Making emergency repairs to washouts and slides. 12. Brush and weed control. 13. Applying pavement markings. 14. Supplying sand/ salt and asphalt mixtures. 15. Removing animals and debris from roadway. 16. Quality Management and Environmental Management System 17. Contractor is responsible for notifying utility companies & BC One Call. 18. Performing other work as directed by Departmental Representative to maintain highway in a safe and effective fashion. 19. Traffic Control Due to the remoteness and the location of the PSPC operated section of the Alaska Highway which passes through the traditional territories of the First Nations belonging to the Treaty 8 Tribal Association (primarily the southern section of the Highway) as well as the traditional territories of the First Nations belonging to the Daylu Dena Council (primarily the northern section of the Highway), bidders are encouraged to employ the available local workforce and utilize other locally available resources and equipment. For information, please contact Derek Loots, Executive Director of the Development Corporation for the Daylu Dena Council at cell: 250 775 0043, derekloots@hotmail.com and Josh McIlmoyle, Economic Development Manager, Treaty 8 Tribal Association, W: 250-785-0612 Ext. 229, jmcilmoyle@treaty8.bc.ca MANDATORY PROPONENT’S CONFERENCE 1. Attendance at the Proponents Conference is MANDATORY. The representative(s) of the Proponent will be required to sign the attendance sheet at the Proponent’s conference. Proposals submitted by Proponents who have not attended and signed the attendance sheet for the Proponent’s conference will not be accepted. 2. The Proponent and/or representative of the Proponent must attend the Proponent’s conference. The Proponent’s conference will be held at the PSPC office located at 4804-51 Avenue West, Fort Nelson, B.C on June 28, 2017. The conference will begin at 10:00 am PDST. The scope of the requirement outlined in the RFP will be reviewed during the conference. 3. Proponent and/or a representative of the Proponent can visit the work sites. Arrangements can be made for site visits at the Proponents conference, PSPC personnel will not attend site visits. Interested Proponents will be provided with instructions on how to get to all sites pertaining to the proposed maintenance contract at the Proponent’s conference. 4. Proponents are responsible for making their own travel arrangements. 5. Proponents should wear personal protective equipment (such as: hardhat, high visibility vest, work boots) to any site visits. 6. Proponents are requested to communicate with the Contracting Authority before the conference to confirm attendance. Proponents should provide, in writing, to the Contracting Authority, the names of the person(s) who will be attending and a list of issues they wish to table at least three (3) calendar days before the scheduled conference and site visit. Due to space limitations, it is requested that no more than three (3) representatives for each proponent attend. 7. Any clarifications or changes to the RFP resulting from the mandatory Proponent’s conference will be included as an amendment/addendum to the RFP. Submissions provided by Proponents who did not attend and signed the attendance will be excluded from the RFP process. 8. Interested Proponents, please contact the Contracting Authority, Ronny Ly at telephone: (604) 318-5750 or ronny.ly@pwgsc.gc.ca. DELIVERY DATE: Period of contract shall be from June 1, 2018 to May 31, 2023. The Contractor hereby grants to Canada the irrevocable option to extend the term of the Contract by up to two (2) additional terms of three (3) years each, under the same conditions (except that there shall be no further option to extend beyond the second of the two (2) options). The Contractor agrees that, during the extended period of the Contract, it will be paid in accordance with the applicable provisions as set out in the Basis of Payment. Canada may, in Canada’s sole and absolute discretion, exercise each of these options at any time by sending a written notice to the Contractor at least 180 calendar days before the expiry date of the Contract, as extended. The option may only be exercised by the Contracting Authority, and will be evidenced for administrative purposes only, through a contract amendment. VALUE OF PROJECT: To assist with bonding and insurance requirements, this project is estimated to be $80,000,000.00 for the five year period. TENDER ENQUIRIES: Ronny Ly, Supply Specialist (604) 318-5750 ronny.ly@pwgsc.gc.ca Firms intending to submit proposals on this project should obtain Request for Proposal RFP) documents through Buyandsell.gc.ca/tenders. Addenda, when issued will be available from Buyandsell.gc.ca/tenders. Firms that elect to base their Proposals on RFP documents obtained from other sources do so at their own risk and will be solely responsible to inform the RFP calling authority of their intention to submit. This procurement office provides procurement services to the public in English. 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
-
World Trade Organization Agreement on Government Procurement (WTO GPA)
-
Canada-Panama Free Trade Agreement
-
Canadian Free Trade Agreement (CFTA)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
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
- Ly, Ronny(PWY)
- Phone
- (604) 318-5750 ( )
- Email
- ronny.ly@pwgsc-tpsgc.gc.ca
- Fax
- (604) 775-6633
- Address
-
800 Burrard Street, Room 219
800, rue Burrard, pièce 219Vancouver, British C, V6Z 0B9
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_PWY.B020.E8075.EBSU004.PDF | 004 |
English
|
57 | |
ABES.PROD.PW_PWY.B020.F8075.EBSU004.PDF | 004 |
French
|
11 | |
ABES.PROD.PW_PWY.B020.E8075.EBSU003.PDF | 003 |
English
|
54 | |
ABES.PROD.PW_PWY.B020.F8075.EBSU003.PDF | 003 |
French
|
6 | |
ABES.PROD.PW_PWY.B020.E8075.ATTA002.PDF |
English
|
61 | ||
ABES.PROD.PW_PWY.B020.E8075.ATTA004.PDF |
English
|
49 | ||
ABES.PROD.PW_PWY.B020.E8075.EBSU002.PDF | 002 |
English
|
59 | |
ABES.PROD.PW_PWY.B020.E8075.ATTA003.PDF |
English
|
44 | ||
ABES.PROD.PW_PWY.B020.E8075.ATTA005.PDF |
English
|
45 | ||
ABES.PROD.PW_PWY.B020.F8075.EBSU002.PDF | 002 |
French
|
8 | |
ABES.PROD.PW_PWY.B020.E8075.EBSU001.PDF | 001 |
English
|
89 | |
ABES.PROD.PW_PWY.B020.F8075.EBSU001.PDF | 001 |
French
|
9 | |
ez011-172342_-_specification.pdf |
English
|
153 | ||
ABES.PROD.PW_PWY.B020.E8075.EBSU000.PDF | 000 |
English
|
206 | |
ABES.PROD.PW_PWY.B020.F8075.EBSU000.PDF | 000 |
French
|
35 |
Access the Getting started page for details on how to bid, and more.