EC SEWAGE CONSTRUCTION RETENDER
Solicitation number EP076-162723/B
Publication date
Closing date and time 2016/08/31 14:00 EDT
Last amendment date
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 AMENDMENT 3 IS TO CHANGE THE CLOSING DATE FROM August 23, 2016 2pm to AUGUST 31, 2016 2PM All other Terms and Conditions remain the same. Only thefollowing Bidders which have been pre-qualified at Phase One of this procurement process are eligible to bid: 1. Marathon Drilling Co. Ltd. 2. Louis W. Bray Construction Limited 3. Pronex Excavation Inc. 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 andenforcement 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, andofficespace. The existing Sewage Lift Station pumps sanitary sewage generated from the 335 River Road ECC facility and the NRC lab buildinglocated on the South East corner of Limebank Road and Balmoral Road into the existing privately owned forcemainalong 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 andmaintenance. 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 ofapproximately 10 minutes; • Service population of 300 people and; • 1.2km of 150mm diameter force main fromthe 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 sewagelift station using these owner supplied items. Work is to be completed within fifteen (15) weeks after contractaward. The estimated cost for this opportunity is within the following category: $251K to $500K. 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 dischargeto 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 overfrom 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 stationmust bereplaced 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 atime 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 withseparate lift chains and guide rails. The pumping station chamber will also be equipped with a local electrical control panel providedbythe 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 pumpsmust be electrically equivalent to the existing pumps. MANDATORY INDUSTRIAL SECURITY REQUIREMENT: This procurement contains a mandatory security requirement. At bid closing, the Bidder must hold a valid Designated Organization Screening (DOS) at level of Reliability Status. Failure to comply with this requirement will render the Bid non-compliant and no further consideration will be given to the Bid. OPTIONAL SITE VISIT There will be an optional site visit on Tuesday, August 9th at 10:00AM. Although the site visit is optional, it is strongly recommended to attend to view the difficult site conditions and government owned equipment on site. Interested bidders are to meet at the front security desk at 335 River Road, Ottawa, Ontario (southof Hunt club road and the Airport). All Contractors will be issued a day pass upon verification of a valid pieceof ID. There are no mandatory health and safety requirements for this site visit. Parking: The front parking lot by the main entranceisvisitor parking and parking is free. ENQUIRIES: All enquiries are to be submitted to the Contractual AuthorityAmanda 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 DOCUMENTS: Firms intending to submit bids on this project should obtain bid documents through the Government Electronic Tendering Serviceat http://Buyandsell.gc.ca/tenders or at the toll-free number 1-855-886-3030. Amendments, when issued, will be available from the same government electronic tendering service. Firms that elect to base their bids on bid documents obtained from other sources do so at their own risk and will be solely responsible to inform the bid calling authority of their intention tobid. BID RECEIVING: Sealed bids will be received at: Public Works and Government Services Canada, Bid Receiving Unit, Place duPortage, 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.
Access the Getting started page for details on how to bid, and more.