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)  

Pavement Replacement and Miscellaneous Works

Solicitation number EZ899-182830/A

Publication date

Closing date and time 2018/04/30 17:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    EZ899-182830/A
    Martin, Delia (PWY)
    Telephone No. - (778) 707-2139
    Fax No. - (604) 775-6633
    Email: Delia.Martin@pwgsc.gc.ca 
    
    Title:  
    Pavement Replacement and Miscellaneous Works
    
    Location: 
    Alaska Highway, BC
    
    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, bidders are encouraged to employ the available local workforce and utilize other locally available resources and equipment. For information, please contact Josh McIlmoyle, Economic Development Manager, Treaty 8 Tribal Association: Work: 250-785-0612 Ext. 229, jmcilmoyle@treaty8.bc.ca.
    
    Work Description: 
    The project includes work at various sites from Km 183.5 to Km 334.7 on the Alaska Highway. The work under this contract generally comprises of the following but is not limited to:
    
    1: Contract submittals prior to and during the work.
    2: Supply and maintain of all traffic control for the duration of the works. 
    3: Surveys (construction layout, payment quantities, survey monitoring, as-built survey, and others as required). 
    4: Quality Management. 
    5: Environmental protection, onsite environmental monitoring and reporting, and bird nest survey. 
    6: Clearing and removal through burning or chipping of trees, brush, and other vegetation within the designated construction footprint.
    7: Grubbing of stumps within the designated construction footprint. 
    8: Stripping of topsoil material, temporary stockpile, and reuse as topsoil. 
    9: Excavation, transport, dispose excess material (waste) offsite, place, and compact material for roadway embankment. 
    10: Supply, manufacture, hauling, and placement of aggregate materials for highway widening, full pavement reconstruction, pavement structure improvements / re-profiling, Gravel Shouldering, and Asphalt Mix. 
    11: Removal and disposal or decommissioning of existing culverts.
    12: Supply and installation of new culverts using trenchless or open cut method (method to be chosen by the Contractor). 
    13: Repairs to existing culverts. 
    14: Remove and temporarily stockpile for later re-use, precast concrete barriers. 
    15: Supply and install precast concrete barriers. 
    16: Supply of Asphalt Cement and other additives (if necessary). 
    17: Milling, and removal of asphalt for asphalt pavement overlays and lap joints.  Transport and placement of asphalt millings at access road / letdown locations. 
    18: Completion of Full Depth Reclamation including the pulverization of existing Bituminous Surface Treatment (BST) / Asphalt (select locations) and mixing with existing base gravels, regrading, and compaction. 
    19: Reshaping and grading of existing gravel rest stops in preparation for paving. 
    20: Supply, manufacture, transport, and placement of Asphalt Prime, Asphalt Tack Coat, and Hot Mix Asphalt Concrete Pavement. 
    21: Transport, placement (using a purpose built shouldering machine or other equipment as necessary to achieve grades), grading, and compaction of Gravel Shouldering. 
    Installation of Rumble Strips and Pavement Markings. 
    22: Restoration to preconstruction conditions of all disturbed areas, placement of Topsoil (if disturbed or available), and Hydraulic Seeding of disturbed areas.
    
    Site Visit: 
    There is no scheduled site visit. However, it is recommended that bidders visit the site prior to submitting a tender for this work, and to 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 shall perform and complete the Work by August 31, 2018.
    
    Enquiries:  
    Delia Martin, Supply Specialist 
    Tel: (778) 707-2139 
    Fax: (604) 775-6633
    Email: Delia.Martin@pwgsc.gc.ca
    
    Value of Project: 
    To assist with insurance requirements, this project is estimated to cost between $16,500,000.00 and $17,500,000.00.
    
    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. 
    
    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
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Martin (PWY), Delia
    Phone
    (778) 707-2139 ( )
    Email
    delia.martin@pwgsc-tpsgc.gc.ca
    Fax
    (604) 775-6633
    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.

    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: