EC SEWAGE CONSTRUCTION RETENDER
Solicitation number EP076-162723/A
Publication date
Closing date and time 2016/06/15 14:00 EDT
Description
Trade Agreement: Agreement on Internal Trade (AIT) Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Comprehensive Land Claim Agreement: No Nature of Requirements: EC SEWAGE CONSTRUCTION RETENDER EP076-162723/A Hoffman, Amanda Telephone No. - 873-469-4930 APPLICATION FOR PREQUALIFICATION : Public Works and Government Services Canada (PWGSC) is initiating a process to pre-qualify Bidders for the installation of sewage lift station at 335 River Road, Ottawa, Ontario. This document defines the requirements for the prequalification of Bidders for this Work. Interested Bidders are required to respond to this Application for Prequalification. Only those Bidders considered by PWGSC to meet the prequalification requirements as defined in this document will be invited to submit competitive tenders for this work during the ITT Phase II of the solicitation. PROJECT DESCRIPTION : Environment Canada (EC) and Climate Change Canada's are responsible for the preservation and enhancement of the quality of the natural environment, including water, air, soil, flora and fauna. This includes the conservation of Canada’s renewable resources, protection and enforcement of its water resources, and coordination of environment policies and programs for the Federal Government. Environment Canada owns and operates a complex of eight buildings located on 335 River Road used for vehicular testing, laboratories, and officespace. The existing Sewage Lift Station pumps sanitary sewage generated from the 335 River Road ECC facility and the NRC lab building located on the South East corner of Limebank Road and Balmoral Road into the existing privately owned forcemain along the south side of River road discharging to the to the City of Ottawa sanitary sewer located at the intersection of River Road and Limebank Road. The existing wet well and pump has an unsuitable configuration that complicates routine operation and maintenance. It does not currently comply with Ministry of Environment (MOE) guidelines and a new design has been completed for its replacement. The new replacement Sewage Lift Station has been designed based on the available information provided by EC along with the following parameters: • Estimated average inflow of 0.15L/s; • Estimated average pump rate of 7.3L/s; • Pump cycle time of approximately 10 minutes; • Service population of 300 people and; • 1.2km of 150mm diameter force main from the site to a City of Ottawa gravity sewer. The existing wet well is approximately 2.9m wide by 2.9m long by 3m deep. There are several issues with the current configuration of the wet well amongst which accessibility is poor and maintenance is difficult. The location of the current wet well is inconvenient. EC has pre-purchased the new replacement pumping station consisting of a pre-manufactured Fiberglass Reinforced Plastic (FRP) chamber, complete with pumps and control panel. These components have been delivered and are currently in storage at 335 River Road. In addition, EC has also pre-purchased a new precast concrete maintenance hole, also delivered to the 335 River Road site and in storage, which will be required to accommodate the new sewage lift station location. A contract through PWGSC on behalf of EC is required to replace the existing sewage lift station with a new sewage lift station using these owner supplied items. CONSTRUCTION SCOPE: The construction scope includes but is not limited to the following: 1. Excavation, backfilling, and surface reinstatement ;and 2. Installation of a new wet well (pre-manufactured in FRP) forming the new sewage lift station; and 3. Re-direction of existing gravity sanitary sewers from the existing sewage lift station location to a new maintenance manhole which in turn will discharge to the new wet well. New wet well, maintenance manhole, pumps, and control panel will be provided by the Owner. A cast-in-place concrete hold down / anti-floatation pad must be installed below the FRP tank to suit site conditions. Construction of the new sewage lift station must be completed in advance of the phased cutover of existing building services from the existing wet well to the new wet well to ensure uninterrupted sanitary service to the facilities at 335 River Road. During the switch over from the existing pumping station to the new pumping station, the Contractor must provide temporary by-pass pumping to ensure no disruption to facility sanitary service. The gravity service discharge piping to the existing sewage lift station must be replaced and routed to the new wet well. The existing concrete wet well must be decommissioned and broken down below ground water level. The construction of thenew pumping system must be completed in phases with each service connection completed one at a time with the use of temporary pumping. Uninterrupted full sanitary sewage discharge must remain in-service during the ECC’s campus working hours, 7am to 6pm. The new duplex pumps for the well must be installed with a breakaway connection along with separate lift chains and guide rails. The pumping station chamber will also be equipped with a local electrical control panel provided by the Owner. This control panel contains all of the starters required for the duplex pump configuration along with the float controls for the pumps. The existing electrical service must be reused to feed the new pumps. The new sewage lift station pumps must be electrically equivalent to the existing pumps. GENERAL PROCUREMENT APPROACH: Given the nature of the Work, it is essential that the successful Bidder have the competence and experience to realize the project. A two-phase procurement approach will be followed. Phase One (I) - Prequalification: This application for Prequalification to prequalify Bidders with the necessary experience to function as the Contractor is open to all interested Contractors. The prequalification of a Bidder is based on defined mandatory requirements specified in this document. Phase Two (II) - Invitation to Tender (ITT): An ITT will be sent to qualified bidders once the prequalification process has been completed. Only those Bidders who have been prequalified by PWGSC in Phase I will be eligible to bid in Phase II. The decision to participate in the ITT in Phase II is the decision of each prequalified Bidders. Should there be an insufficient number of prequalified Bidders after Phase One (I) to permit a competition in Phase Two (II), PWGSC reserves the right (but will not be obligated) to cancel Phase Two (II) or to modify the requirements and re-publish the solicitation using the same or a different approach. The assessment of the sufficiency of number of prequalified Bidders will be at PWGSC’s sole and absolute discretion. All the prequalification requirements in Phase I will be carried over to Phase II. To be eligible to bid for Phase II, Bidders must first be prequalified by PWGSC at Phase I. Site Security: There is a Security Requirement associated with this requirement. The Contractor must, at all times during the performance of the Contract, hold a valid Designated Organization Screening (DOS), issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).The Contractor’s personnel requiring access to sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC. Information will be included in Phase II of the ITT. PWGSC, Industrial Security Services http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html Bidders should take note that the above security requirement is a minimum clearance only and may be subject to change. ENQUIRIES: All enquiries are to be submitted to the Contractual Authority Amanda Hoffman Tel: 873-469-4930 or by email at amanda.hoffman@pwgsc.gc.ca. Enquiries are to be made in writing and should be received no less than five (5) calendar days prior to the closing date to allow sufficient time to respond. BID RECEIVING: Sealed bids will be received at: Public Works and Government Services Canada, Bid Receiving Unit, Place du Portage, Phase III, Main Lobby Core 0B2, 11 Laurier Street, Gatineau, Quebec, K1A 1C9. 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
-
Agreement on Internal Trade (AIT)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Hoffman, Amanda
- Phone
- (873) 469-4930 ( )
- Address
-
11 Laurier St./11 Rue Laurier
3C2, Place du Portage
Phase IIIGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW__FG.B267.F71019.EBSU000.PDF | 000 |
French
|
9 | |
ABES.PROD.PW__FG.B267.E71019.EBSU000.PDF | 000 |
English
|
52 |
Access the Getting started page for details on how to bid, and more.