Consultant for an Asbestos Survey at Warkworth Institution

Status Awarded

Contract number 21401-16/17-2549371

Solicitation number 21401-16/17-2028366

Publication date

Contract award date

Contract value

CAD 27,007.00

    Description

    This contract was awarded to:

    RiskCheck Environmental Inc

    Consultant for an Asbestos Survey at Warkworth Institution

    This requirement is for: The Correctional Service of Canada, Warkworth Institution, Ontario Region

    Trade agreement: Agreement on Internal Trade (AIT),

    Competitive Procurement Strategy: compliant bid with the highest combined score of technical merit and price.

    Set-aside under the Procurement Strategy for Aboriginal Business:

    This procurement is not subject to any set-asides for Aboriginal Suppliers.

    Comprehensive Land Claim Agreement:

    This procurement is not subject to a Comprehensive Land Claims Agreement.

    Security Requirements:

    This contract does not include security requirements.

    Nature of Requirements:

    The following is a summary of the statement of work for this requirement.

    The Correctional Service Canada has a requirement to conduct an extensive Asbestos survey at Warkworth Institution.

    Objectives: The survey will include a detailed description and pictures of areas surveyed and include recommendations for the management of these materials which may require special attention prior to the potential works involving the subject area as required under the Occupational Health and Safety Act, as well as Canada Labour Code Part II.

    • Deliverables: Review current building plans and any previous Designated Substance and Hazardous Material Surveys (DSHMS 2005 to be provided).
    • Areas that have been sampled before Ontario Regulations 279/05 and that have not been identified as non-ACMs should be re-sampled, since the sampling likely did not meet the regulatory requirements.
    • The survey must be thorough and intrusive and the Consultant will be responsible for patching/repairing any sampling locations in staff and inmate occupied areas.
    • Findings of the survey are to be presented on a room by room basis and the final report is to include recommendations and estimated abatement costs.
    • All suspected asbestos samples must be analyzed by an accredited analytical laboratory (CAEAL and/or NVLAP-Bulk Asbestos Fibre Analysis or latest applicable accreditation).
    • All samples shall be collected and handled according to applicable occupational health and safety regulations. Samples will be analyzed using Polarized Light Microscopy methodology (EPA/600/R-93/116). Consultant shall identify to the laboratory that the 2nd and/or 3rd samples of the same sample location are only to be analyzed should the 1st and /or 2nd samples be found to NOT be ACM (i.e. “stop-positive” analysis).
    • Vinyl floor tiles shall be analyzed using transmission electron microscopy (TEM) to determine asbestos content, which will be conducted in accordance with approved methods by a National Voluntary Laboratory Accreditation Program (NVLAP) approved laboratory.
    • Test results shall be summarized in the main body of the report and incorporated into the reporting table. Certificates of Analysis shall be appended to the report. 
    • The Consultant shall identify all sampling locations (ACM and non ACM) of the sampled component on a floor plan as well as through photograph. As well sample locations shall be marked directly on the sampled structural component at the site in hidden or non occupied areas (ex. Mechanical rooms, tunnels, behind ceiling tiles). Such identification is to be clear and permanent, and given the state of the structure, prominent as well. This is intended to facilitate identification of asbestos in the future, when required in preparation for an impending demolition/renovation project, etc.

    Format of the Report

    Each building will have its own tab with observations, results and recommendations.

    Deliverables

    The Contractor must provide all personnel, tools, services, supplies, materials, supervision, travel, meals, accommodations and equipment

    Term of Contract:

    Period of the Contract: The Work is to be performed during the period of February 28, 2017 to March 31, 2017

    File Number: 21401-16/17-2028366

    Contracting Authority: Greg Dobbie

    CORRECTIONAL SERVICE OF CANADA

    443 UNION STREET WEST

    KINGSTON, ONTARIO,

    CANADA. K7L 4Y8

    Telephone: 613-545-8274

    Facsimile: 613-536-4571

    Email: Gregory.Dobbie@csc-scc.gc.ca

    NOTE TO BIDDERS: Bidders can obtain the complete statement of work and evaluation criteria by ordering the solicitation document and associated documents from Buyandsell.gc.ca/tenders.

    The Crown reserves the right to negotiate with suppliers on any procurement.

    Documents may be submitted in either official language of Canada (English or French).

    Given the nature of the requirements, proposals submitted by such means as facsimile or electronic mail will not be accepted.

    After contract award, bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within fifteen (15) working days of receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.

    The Office of Small and Medium Enterprises (OSME) offers seminars to businesses interested in learning how to sell goods and services to the Government of Canada. The seminars are FREE.

    Topics include:

    Ÿ Overview of the federal government contracting process;

    Ÿ Searching for opportunities on the Buy and Sell - Tenders website;

    Ÿ Bidding on opportunities;

    Ÿ Registering in supplier databases.

    The full schedule of seminars can be found on the Buyandsell.gc.ca website, under Event Calendar (https://buyandsell.gc.ca/event-calendar).

    Business address
    Atria II, Suite 1501
    2235 Sheppard Avenue East
    Toronto, Ontario, M2J 5B5
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • E199H - Environmental Professional Consulting Services - Real Property Related
    Contact information

    Contracting organization

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Dobbie, Gregory
    Phone
    613-545-8274
    Address
    443 Union Street West
    Kingston, ON, K7L 4Y8
    CA

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Date modified: