Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.  

  • Friday, May 24, 7:00 pm until 11:00 pm (Eastern Time) 

  • Sunday, May 26, 7:45pm until 9:45 pm (Eastern Time) 

Km 568-573 (Tetsa River) Reconstruction - Phase 2

Solicitation number EZ899-220517/A

Publication date

Closing date and time 2021/08/05 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: 
    
    EZ899-220517A
    Leung, Janie (PWY)
    Telephone No. - (778) 919-3273
    Email: Janie.Leung@pwgsc.gc.ca 
    
    Title:  
    Km 568-573 (Tetsa River) Reconstruction - Phase 2
    
    Location: 
    Alaska Highway, BC
    
    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 Time).
    
    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.
    
    Please note that GI08 (Bid Security Requirements) and GI09 (Submission of Bid) of R2710T have been modified to include submission of bids electronically. Should you be interested in submitting your bid electronically, the following will apply:
    
    SI07 Submission of Bid - Electronic Bid Submission by epost Connect service
    
    Bids emailed directly will be rejected and deemed non-compliant. Please consult SI07 Submission of bid in the invitation to tender document for full details.
    
    SI06 Bid Security Requirements. A scanned copy of a bond does not constitute a digital bond. Submitting copies (non-original, non-verifiable or scanned copy) of signed and sealed bid bond are not acceptable. Non-compliant bids will be given no further consideration. Please consult SI06  Bid Security Requirements in the invitation to tender document for full details.
    
    Work Description:
    The project includes highway realignment and reconstruction from Km 565.9 to Km 570.32 of the Alaska Highway, BC, between Fort Nelson, BC and Watson Lake, YT. 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:
    -Project Management
    -Contract submittals 
    -Traffic management, including maintaining safe and efficient public traffic flow through the limits of the work via the implementation of the Contractor’s construction staging plans with the details of all required temporary lanes, traffic control, signage, and detours for the duration of the works.
    -Quality Management and Quality Control.
    -Environmental protection and monitoring.
    -Surveys (construction layout, payment quantities, as-built survey, and others as required).
    -Development of construction access and temporary berms to facilitate construction. Restoration of the disturbed areas following the construction.
    -Clearing, chipping / mulching, removal, and disposal of trees, brush and other riparian vegetation within the construction footprint necessary to facilitate construction of the works.
    -Grubbing of stumps and stripping of organic materials within the designated construction footprint, including loading, hauling and offsite disposal.
    -Pulverization of existing and decommissioned portions of highway Bituminous Surface Treatment (BST).
    -Excavation, transport, place, and compact material for roadway Embankment.
    -Excavation, manufacture, transport, place and compact Crushed Base Gravel, Sub-Base Course, and Select Subgrade Fill material for roadway construction.
    -Removal and offsite disposal of existing CSP culverts and Wood Stave (creosote treated wood) culverts.
    -Supply and install drainage infrastructure including Corrugated Steel Pipe (CSP) Culverts and Steel Pipe Culverts, fish baffles, bentonite, natural substrate, culvert inlet and outlet riprap protection, inlet and outlet channel realignment, and ditch construction.
    -Remove and stockpile for re-use by others existing signage and posts.
    -Remove, temporarily stockpile and reinstall existing traffic signs.
    -Supply and install permanent traffic signs and posts.
    -Salvage and delivery of existing advertising signs.
    -Remove, temporarily stockpile and reinstall existing gates.
    -Restoration to pre-construction conditions.
    -Roadway dust control.
    
    Mandatory Requirement:
    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 BC Treaty 8 First Nations and Kaska Dena Council, specifically the Fort Nelson First Nation and the Daylu Dena Council (herein jointly referred to as “Indigenous Peoples”). 
    
    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.  All bidders must provide specific planned participation for the Indigenous Peoples and firms owned by Indigenous Peoples throughout the duration of the project.
    
    Canada 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.
    
    Site Visit: 
    There is no scheduled site visit. However, it is recommended that bidders make inquiries or investigations necessary to become thoroughly acquainted with the site, as well as the nature and extent of the work.
    
    Delivery Date: 
    The Contractor must perform and achieve substantial performance by November 12, 2021 and achieve completion by November 15, 2021.
    
    Value of Project: 
    To assist with insurance and bonding requirements, this project is estimated to cost between $1,000,001 to $5,000,000.
    
    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.
    
    Enquiries:  
    Janie Leung, Supply Specialist 
    Tel: (778) 919-3273 
    Email: Janie.Leung@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)

    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
    Leung, Janie
    Phone
    (778) 919-3273 ( )
    Email
    janie.leung@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
    French
    4
    English
    19
    005
    English
    31
    004
    French
    5
    004
    English
    29
    English
    32
    003
    French
    6
    English
    24
    003
    English
    31
    002
    French
    6
    002
    English
    35
    001
    French
    7
    001
    English
    44
    000
    French
    16
    English
    74
    000
    English
    98
    English
    63

    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: