Inga Lake Intersection Improvements
Solicitation number EZ899-220429/A
Publication date
Closing date and time 2021/08/03 17:00 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: EZ899-220429/A Ly, Ronny (PWY) Telephone No. - (604) 318-5750 Email: ronny.ly@pwgsc.gc.ca Title: Inga Lake Intersection Improvements Alaska Highway, B.C. IMPORTANT NOTICE TO SUPPLIERS RE. BID SUBMISSION REQUIREMENTS Due to the impacts of the COVID-19 pandemic and to encourage physical distancing, the bid receiving unit in Vancouver will remain open but with limited staff and limited hours: Monday to Friday, from 10:30 am to 2:30 pm (Pacific Daylight Time). Suppliers are recommended 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 Pacific Region Bid Receiving Unit’s generic address at TPSGC.RPReceptiondessoumissions-PRBidReceiving.PWGSC@tpsgc-pwgsc.gc.ca Bids will not be accepted if emailed directly to this email address. INDIGENOUS PARTICIPATION REQUIREMENT (IPR) As part of Canada’s commitment to reconciliation with Indigenous Peoples, this procurement requires bidders to include an Indigenous Participation Requirement (IPR) that provides the local Indigenous Peoples on whose traditional territories the project is located, opportunities to participate in the performance of the federal Work through the provision of goods, services, training, employment, apprenticeship or sub-contracting opportunities. The information that Bidders must provide is set out in Appendix 5 - Mandatory Indigenous Participation Requirement (IPR) Form. To assist bidders in preparing the IBP, please contact the designated representatives: Indigenous Peoples’ Contact Information (north to south): Halfway River First Nation Brad Bonner President & Chief Operating Officer, Halfway River Group Telephone: 250-785-4058 Email: bbonner@halfwayrivergroup.ca Blueberry River First Nations Merli de Guzman Director of Operations Telephone: (250) 630-2802 Email: bandadmin@blueberryfn.ca Or: Inya Mitrovic, MA Negotiator & Strategic Advisor, Blueberry River First Nations Telephone: 604-830-9122 Email: imitrovic@mitrovicconsulting.com Work Description: Work to be performed under the Contract includes, but is not limited to, the following: .1 Widening of the Alaska Highway and intersection improvements through the Inga Lake Road area per Contract Drawings. .2 Construction of the realigned crossroad to the north side of the highway opposite to the Inga Lake Road and tie-in to existing road. .3 The site is located at Km 145.8 of the Alaska Highway between Fort St John and Fort Nelson, BC. For reference Dawson Creek is at Km 0.0, Fort St John is at approximately Km 75 and Fort Nelson is at approximately Km 455 of the Alaska Highway. .4 Completion and submission of accepted submittals listed for review and acceptance by the Departmental Representative prior to the undertaking the work effected by the submittal. .5 Clearing, removal, disposal of trees, brush and other vegetation including chipping within the designated construction footprint. .6 Grubbing of stumps and organic materials and disposal including chipping within the designated construction footprint. .7 Stripping of organic material, temporary stockpile, and reuse as topsoil. .8 Development of construction access to facilitate construction. Restoration of the disturbed areas following the construction. .9 Supply, transport, place, and compact material for roadway embankment. .10 Remove and dispose of existing drainage culverts at existing access locations and replace with ditches. .11 Accommodate the relocation of utilities by others as shown on the Contract Drawings and as per the specifications of this Contract. The Contractor is responsible for all coordination with the utility owners or their contractors regardless of whether the utility works are included in this contract. .12 Supply, manufacture, transport, place, and compact crushed sub-base course crushed base gravels and crushed surfacing gravels. .13 Saw cutting and removal of existing asphalt concrete pavement as indicated on Contract Drawings. Transport and dispose of asphalt concrete material offsite. .14 Supply, manufacture, transport, and placement of Asphalt Prime, Asphalt Tack Coat, and Hot Mix Asphalt Concrete Pavement. .15 Transport, placement (using a purpose-built shouldering machine if necessary), grading, and compaction of Gravel Shouldering. .16 Supply and install drainage infrastructure including aluminized CSP culverts. .17 Remove, stockpile for re-use by others (if in good conditions) or dispose the existing traffic signage and posts if indicated as sign removal on Contract Drawings. .18 Supply and install permanent traffic signage, line painting and markings. .19 Restoration to pre-construction conditions and Hydroseeding of disturbed areas. .20 Construction layout surveys, quantity surveys, and as-built surveys. .21 Environmental protection and monitoring. .22 Traffic management including maintaining safe and efficient public traffic flow through the limits of the work via the implementation of the Contractor’s traffic management plans and construction staging plan if needed with the details of all required temporary lanes, traffic control, signage, and detours for the duration of the works. .23 Dust control. .24 Quality management and quality control. Work will be performed in accordance with the contract schedules within the scope of work. Delivery Date: The Contractor must perform and complete the Work by September 30, 2021. Value of Project: To assist with insurance and bonding requirements, this project is estimated to cost between $3,000,000 to $3,500,000. Firms intending to submit tenders on this project should obtain tender (solicitation) documents through Buyandsell.gc.ca/tenders. Addenda, when issued will be available from Buyandsell.gc.ca/tenders. Firms that elect to base their bids on tender (solicitation) documents obtained from other sources do so at their own risk and will be solely responsible to inform the tender calling authority of their intention to bid. In all cases, bidders must indicate (when requested) in the space provided on the tender form the identification number(s)of the addenda, if any, that they have taken into consideration for their bid. Tender Enquiries: Ronny Ly, Supply Specialist 604-378-5750 ronny.ly@pwgsc.gc.ca 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
-
Canadian Free Trade Agreement (CFTA)
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.E9020.EBSU001.PDF | 001 |
English
|
15 | |
ABES.PROD.PW_PWY.B020.F9020.EBSU001.PDF | 001 |
French
|
2 | |
ABES.PROD.PW_PWY.B020.E9020.EBSU000.PDF | 000 |
English
|
58 | |
ez899-220429_drawings.pdf |
English
|
45 | ||
ez899-220429_specifications.pdf |
English
|
28 | ||
ABES.PROD.PW_PWY.B020.F9020.EBSU000.PDF | 000 |
French
|
4 |
Access the Getting started page for details on how to bid, and more.