Dry dock East End Extension and Dock Floor & Wall Refurbishment

Solicitation number EZ108-211059/A

Publication date

Closing date and time 2021/05/06 17:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    EZ108-211059/A
    Martin, Delia (PWY)
    Telephone No. - (778) 707-2139
    Fax No. - (604) 775-6633
    Email: Delia.Martin@pwgsc.gc.ca 
    
    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 Standard 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.
    
    Bidders are encouraged to transmit their bids electronically using the epost Connect service instead of any of the other methods of bid delivery that are available for this bid solicitation.
    Please monitor Buyandsell.gc.ca closely as changes to bid closing dates may be necessary.
    
    Title:  
    Dry dock East End Extension and Dock Floor & Wall Refurbishment
    
    Location: 
    Esquimalt Graving Dock - Victoria, BC
    
    Work Description: 
    Public Services and Procurement Canada (PSPC) intends to retain a Contractor to provide construction services for the project as set out in this Request for Proposal (RFP). Bidders responding to this RFP are requested to submit a full and complete Bid.  The Bid will cover the Technical Criteria and pricing.
    
    This is a single phase, two (2) envelope selection process. The RFP document sets out the project requirement; the particulars of the project and the broad scope of services required from the Contractor.
    
    The Bidder should provide their Technical Proposal of the submission in Envelope One. The Price Proposal includes the proposed price and bid security which is submitted in a sealed Envelope Two.
    
    The Technical Portion of proposal(s) received will be evaluated, without knowledge of the price, by the PWGSC Evaluation Board. Evaluation is based on a set of mandatory and pre-established criteria, components and weight factors. Numerical technical scores will be awarded at the completion of the technical evaluation.
    
    Price envelopes are opened only for proposals that are evaluated as technically qualified.  The responsive bid with the highest point total combined (Technical and Price) will be recommended for award of the contract. Bidders who have not met the minimum technical pass score of seventy (70) points, or who have been deemed non-compliant will have their price proposals returned to them, unopened, and their proposals will be given no further consideration.
    
    Work under this Contract will cover the construction of a 36 m eastward extension to the Esquimalt Graving Dock (EGD) and associated civil, structural, electrical and mechanical works. Work under this Contract will also cover the refurbishment of the walls and floor in Section 3 of the existing Graving Dock.
    
    Contractor shall provide all supervision, labour, materials, supplies, tools, equipment, hoisting, transportation, receiving, handling, storage, quality control, environmental protection, and all other services necessary for the proper execution of the work.
    
    Work to be performed under this Contract includes, but is not limited to, the following summary of principal items covered further in the Contract documents. This list of principal items is presented for Contractor convenience only, and does not represent the full list of work required, nor the required sequence of work:
    
    *Demolition of the existing dry dock east end concrete wall and other miscellaneous concrete structures
    *Selective site demolition, salvage, disposal, storage and reinstatement of miscellaneous items related to the dock extension work
    *Demolition, salvage and disposal of existing electrical and mechanical services in the east end service tunnel, including ductile iron fire water main, HDPE sanitary sewer line, mechanically coupled steel compressed air line, storm water and sewer line, various cables, grounding, lighting, communication and fire alarm systems
    *Supply, preparation, installation, testing, and subsequent removal of temporary mechanical and electrical services connections for the period of construction
    *Blasting and excavation of rock, and excavation of overburden materials
    *Construction of temporary shoring for excavations
    *Construction of a cast-in-place concrete dry dock extension and service tunnel modifications, complete with reinforcement and rock anchors
    *Construction of cast-in-place crane beams, complete with crane rails
    *Construction of service tunnel drainage pump system
    *Construction of access chambers from the existing service tunnel to the dock apron at the North and South sides of the dock
    *Supply, preparation, installation and testing of a sanitary lift station in the access chamber at the end of the existing service tunnel North side of the dock
    *Construction of a removable bridge at the east end of the dock extension
    *Dock Wall Refurbishment work: concrete removal and repairs to Section 3 North and South Dock Walls including alter repairs, pipe recess repairs, granite repointing, granite alter block repairs
    *Dock Floor Refurbishment work: removal and replacement of a layer of the existing Section 3 dock floor concrete, repair of the existing granite floor blocks, installation of new trench drains, grit channels, grate covers
    *Selective site demolition, salvage, disposal, storage and reinstatement of miscellaneous items related to the dock wall and dock floor refurbishment work
    *Backfilling, asphalt paving and road markings
    *Construction of fire water mains, hydrants, valves, and valve boxes around the extended dock section
    *Construction of sanitary sewer line around the extended dock section
    *Construction of compressed air line around the extended dock section
    *Construction of electrical vaults and duct banks around the extended dock section
    *Supply preparation, installation and testing of permanent electrical services and associated equipment
    *Supply, installation and testing of communications cables
    *Supply, installation and testing of fire alarm system cables and equipment
    
    Mandatory Site Visit: 
    1. The site visit for this project is MANDATORY. A representative of the Bidder must attend the site visit and sign the Site Visit Attendance Sheet at the site visit. Bids submitted by Bidders who have not signed the attendance sheet will be rejected and declared NON-RESPONSIVE.
    
    2. There will be scheduled mandatory site visits March 22 to 24, 2021 at 8am, 9am, 10am, 11am, 1pm and 2pm each day, local time. Interested Bidders are to meet at parking lot B, Esquimalt Graving Dock, located at 825 Admirals Road, Victoria, BC. The front gate Commissionaire will only allow access to the site if previous visitor information is provided and names appear on the visitor list.
    
    3. Each session will have 2-4 proponents; a maximum of 7 per session (including three project team personnel). A maximum of two (2) representatives per bidder will be permitted to examine the site. The proponents may send a local proxy as representation to the site visit.
    4. Contractors attending the site visit may be required to show one (1) piece of government issued ID, such as a Driver’s License. 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.
    
    5. As dry dock section 3 is currently leased by a tenant, attendees will have to further sign-in at the tenant’s commissionaire kiosk for a count of personnel at dock bottom.  Due to security reasons, the party will be precluded from going inside the hoarded area surrounding the vessel’s propeller or accessing any trailers or offices.  In addition, all video and/or photographs by any electronic device in the viewing area is prohibited therefore cell phones and/or cameras of any type will not be permitted to be carried during the site visit.
    
    6. Bidders are reminded that the Esquimalt Graving Dock is a heavy industrial site and WCB approved hard hat, eye protection and steel toe boots must be worn.
    
    7. COVID Protocol: Masks must be brought to the site visit and are required to be worn when a distance of 2 meters cannot be maintained between people. Disposable masks will not be provided on site and entry will be refused for non-compliance.
    
    Bidder’s representative(s) must complete the COVID-19 pre-screening questionnaire and submit it to the Contracting Authority, Delia Martin, at delia.martin@pwgsc.gc.ca and EGD Communications at TPSGC.SICSECommunications-RPSEGDCommunications.PWGSC@tpsgc-pwgsc.gc.ca no later than 4:00 PM Local time on March 18, 2021. The required COVID-19 pre-screening form(s) can be found in the attachments.
    
    COVID-19 pre-screening questionnaire cannot be filled out at site. Bidders who do not follow the above protocol and show up for the site visit unannounced will be denied entry, without exception.
    
    8. Bidders are responsible for making their own travel arrangements.
    
    IMPORTANT NOTE
    
    Industrial Security Related Requirements:
    At RFP closing, the Bidder must hold a valid Security Clearance as indicated in section SC01 of the Supplementary Conditions. Failure to comply with this requirement will render the Bid non-compliant and no further consideration will be given to the Proposal.
    
    The successful Bidder's personnel, as well as any subcontractor and its personnel, who are required to perform any part of the work pursuant to the subsequent contract must meet the mandatory security requirement as indicated in section SC01 of the Supplementary Conditions. Individuals who do not have the required level of security will not be allowed on site.
    
    It is the responsibility of the successful Bidder to ensure that the security requirements are met throughout the performance of the contract. Canada will not be held liable or accountable for any delays or additional costs associated with the successful Bidder's non-compliance with the mandatory security requirement.
    
    The following security requirement (SRCL and related clauses) applies and forms part of the Contract.
    
    1: The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS), issued by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC).
    
    2: The Contractor/Offeror personnel requiring access to sensitive site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by the CSP, PWGSC. Until the security screening of the Contractor personnel required by this Contract has been completed satisfactorily by the CSP, PWGSC, the Contractor personnel MAY NOT ENTER sites without an escort.
    
    3: Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of the CSP, PWGSC.
    
    4. The Contractor/Offeror must comply with the provisions of the:
    a) Security Requirements Check List and security guide (if applicable), attached at Annex A;
    b) Industrial Security Manual (Latest Edition).
    
    Delivery Date:
    Mandatory technical submissions are due by September 01, 2021. Site Mobilization and limited construction activities can commence October 15, 2021. Construction activities (full access to the dry dock) can commence on January 01, 2022. Site Demobilization and Final completion is due no later than December 31, 2022.
    
    Value of Project:
    To assist with bonding and insurance requirements, this project is estimated to cost between $20,000,000.00 and $40,000,000.00.
    
    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.
    
    Enquiries:  
    Delia Martin, Supply Specialist 
    Tel: (778) 707-2139 
    Fax: (604) 775-6633
    Email: Delia.Martin@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

    • 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)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    009
    English
    70
    009
    French
    6
    008
    English
    31
    008
    French
    4
    007
    English
    28
    English
    30
    007
    French
    5
    006
    English
    33
    006
    French
    4
    005
    English
    30
    005
    French
    5
    004
    English
    46
    004
    French
    12
    003
    English
    42
    English
    57
    003
    French
    12
    002
    English
    49
    English
    40
    002
    French
    18
    001
    English
    54
    001
    French
    20
    English
    25
    English
    100
    000
    English
    191
    English
    159
    English
    29
    000
    French
    33

    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

    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: