SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience. 

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

East Cache Crk. Culvert Replacement

Solicitation number EZ899-210904/A

Publication date

Closing date and time 2020/11/10 17:00 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: 
    
    East Cache Crk. Culvert Replacement
    
    EZ899-210904/A
    Park, Isabell
    Telephone No. - (604) 365-0073 (    )
    Email: ji-yonisabell.park@pwgsc-tpsgc.gc.ca
    
    
    Title:
    East Cache Creek Culvert Replacement
    
    Location: 
    km 140.3, Alaska Hwy, BC
    
    Impacts of COVID-19 pandemic
    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: Mondays, Tuesdays, Wednesdays, Thursdays and Fridays, from 10:30 am to 2:30 pm (Pacific Daylight Time), except for statutory holidays. 
    
    Public tender openings will be suspended until further notice. Following solicitation closing, bid results will be recorded and may be obtained by e-mailing a request to the address indicated in the Invitation to Tender.  
    
    Please monitor Buyandsell.gc.ca closely as changes to bid closing dates may be necessary.
    
    Canadian Free Trade Agreement:
    The Canadian Free Trade Agreement applies to this procurement. The provision under the Canadian Free Trade Agreement providing for measures with respect to Aboriginal peoples applies to this procurement.
    
    Indigenous Benefits Plan:
    The Government of Canada is committed to reconciliation and meaningful engagement with Indigenous Peoples.  This project will take place on the traditional territories of the Halfway River, Blueberry River, Prophet River and Fort Nelson First Nations.  As part of Canada’s commitment to reconciliation with First Nations, this procurement requires bidders to include an Indigenous Benefits Plan (IBP) that provides economic benefits to the local first nations on whose traditional territories the project is located through opportunities to provide goods, services, employment, sub-contracting or other measures.  The bidder must provide specific planned benefits for the Indigenous People and Indigenous Firms of the above mentioned Nations throughout the duration of the project.  PSPC has worked successfully in the past to leverage capacity building for Indigenous peoples and is pleased to continue working collaboratively with Indigenous communities and stakeholders on all federal projects.
    
    Note to Tenderers:
    Drawings and Specifications are now available for viewing and downloading in a Portable Document Format (PDF) or in a standard paper version. Tenderers should note that Attachment contains the Drawings and Specifications Package (DSP) which consists of PDF files organized in an industry recognized directory structure.
    
    Work Description:
    The project includes trenchless installation of one new culvert, modifications to an existing culvert, installation of concrete headwalls, and installation of erosion protection upstream and downstream. The site is located at Km 140.3 on the Alaska Highway between Fort St. John and Fort Nelson, BC.
    
    For reference, Dawson Creek is at Km 0, Fort St. John is at approximately Km 75, Fort Nelson is at approximately Km 455, and Watson Lake is at approximately Km 986 on the Alaska Highway.
    
    The work under this contract generally comprises of the following but is not limited to:
    .1 Project Management including all requirements of Section 01 31 00 - Project Management and Coordination.
    .2 Contract submittals (using “CentralCollab”) prior to and during the work (see 3.8 - Contract Submittals, Section 01 25 20 - Mobilization and Demobilization and Section 01 33 00 - Submittal Procedures).
    .3 Supply and maintain all traffic management for the duration of the works.
    .4 Quality Management.
    .5 Clearing, removal and disposal of trees, brush and other riparian vegetation within the construction footprint as necessary to facilitate construction of the works.
    .6 Development of construction access to facilitate construction in the dry. Restoration of the disturbed areas following construction.
    .7 Transport of 2800 mm diameter, 60 m length Steel
    Pipe Culvert (supplied by PSPC) from PSPC Wonowon Maintenance Yard (Km 162 of the Alaska Highway) to site (Km 140.3).
    .8 Installation of one 2800 mm diameter Steel Pipe Culvert (supplied by PSPC) using trenchless technologies, including supply and installation of fish baffles and Natural Substrate. Culvert installation via cut and cover construction techniques will not be accepted.
    .9 Partial removal (ends) of existing 914 mm diameter steel pipe culvert, existing 1400 mm CSP culvert, and existing grout in the void space between the two culverts to facilitate the install of the concrete headwalls.
    .10 Construction of Concrete Headwalls using Cast-in-Place Concrete at the inlet and outlet of the drainage structures with required crushed base gravel and topsoil.
    .11 Regrading, excavation, and offsite disposal associated with the construction of riprapped drainage channels and supply and placement of Riprap erosion protection.
    .12 Supply of temporary pumps, construction of berms and implementation of other measures as necessary to ensure all work is completed in the dry, to environmental best practices, the accepted environmental protection plan, and the provided environmental construction staging drawings.
    .13 Restoration to pre-construction conditions and
    Hydraulic Seeding of all disturbed areas.
    .14 Surveys (construction layout, payment quantities, as-built survey, and others as required).
    .15 Environmental protection and monitoring.
    .16 Archaeological monitoring.
    
    Site Visit:
    There will not be an arranged site visit.
    
    Delivery Date: 
    The Contractor shall perform and complete the Work by March 31, 2021.
    
    Estimated Value: 
    To assist with bonding and insurance requirements, this project is estimated to cost approximately between $1,000,001.00 and $5,000,000.00 (GST included).
    
    
    Firms intending to submit tenders on this project should obtain tender (solicitation) documents through Buyandsell.gc.ca/tenders. Amendments, 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 amendment, if any, that they have taken into consideration for their bid.
    
    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)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    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
    Park, Isabell
    Phone
    (604) 365-0073 ( )
    Email
    tian.lam@pwgsc-tpsgc.gc.ca
    Fax
    () -
    Address
    800 Burrard Street, Room 219
    800, rue Burrard, pièce 219
    Vancouver, British C, V6Z 0B9

    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
    005
    English
    31
    005
    French
    2
    004
    English
    19
    004
    French
    1
    003
    English
    20
    003
    French
    0
    002
    English
    24
    002
    French
    0
    001
    English
    32
    001
    French
    2
    000
    English
    82
    English
    85
    English
    47
    000
    French
    14

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

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information 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 from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

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

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: