Port Hope Area Initiative (PHAI)
Port Granby Project
Remediation of Buried Low Level Radioactive

Solicitation number EQ754-133082/A

Publication date

Closing date and time 2013/09/30 15:00 EDT

Last amendment date


    Description
    Trade Agreement: NONE
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: YES (MERX) Electronic
    Competitive Procurement Strategy: N/A - P&A/LOI Only
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Port Hope Area Initiative (PHAI)
    Port Granby Project 
    Remediation of Buried Low Level Radioactive Waste and
    Construction of a new Long Term Waste Management Facility, in
    Clarington, Ontario
    
    IMPORTANT NOTICE TO SUPPLIERS
    
    Government of Canada is moving its Government Electronic
    Tendering Service from MERX to Buyandsell.gc.ca/tenders on June
    1, 2013
    
    Starting June 1, 2013, federal government tenders (tender
    notices and bid solicitation documents) will be published and
    available free of charge on a Government of Canada Web site on
    Buyandsell.gc.ca/tenders.
    
    The Government Electronic Tendering Service on
    Buyandsell.gc.ca/tenders will be the sole authoritative source
    for Government of Canada tenders that are subject to trade
    agreements or subject to departmental policies that require
    public advertising of tenders.
    
    Get more details in the Frequently Asked Questions section of
    Buyandsell.gc.ca/tenders. 
    
    After June 1, 2013, all tenders and related documents and
    amendments will be on Buyandsell.gc.ca/tenders.  
    
    On June 1, 2013, suppliers must go to Buyandsell.gc.ca/tenders
    to check for amendments to any tender opportunities that they
    have been following on MERX prior to June 1.  
    
    Bookmark Buyandsell.gc.ca/tenders now to be ready for June 1!
    
    UPDATE NOTIFICATION TO INTERESTED CONTRACTORS
    
    This Notice Amendment is raised to provide interested
    Contractors with the information presented at the Information
    Session held on Industry Day in Cobourg, Ontario, Wednesday,
    February 27, 2013.  In addition, this notice portal will also
    serve to provide additional updates regarding this project.
    
    THIS  LETTER OF INTEREST IS EXTENDED ON MERX TO 30 SEPTEMBER
    2013.
    
    Introduction        
    The intent of this letter is to provide interested Contractors
    with advance notice of an upcoming tender for a large
    multi-year, multi-million dollar, complex environmental
    remediation contract in Port Granby, Municipality of Clarington,
    Ontario, Canada. 
    
    The Port Granby Project involves the cleanup of buried historic
    low-level radioactive waste (LLRW) and industrial waste located
    at Port Granby Waste Management Facility (PGWMF) and the
    eventual safe containment of those materials within a new
    engineered, aboveground long-term waste management facility
    (LTWMF) to be constructed as per the upcoming contract.  The
    containment system is to be built at a distance of approximately
    700 m north of the existing waste burial area, all on federal
    lands but separated by Lakeshore Road.   There is approximately
    500,000 metric tons of waste that will need to be excavated,
    handled, transported and appropriately placed in the new LTWMF.
    
    Low Level Radioactive materials and associated wastes from
    refining radium and uranium were produced at a refinery operated
    in Port Hope by Eldorado Gold Mines Limited from 1930-1960.
    Process residues and wastes were placed at various locations
    throughout the community and used as a source of fill material
    for construction and landscaping activities.  A portion of these
    wastes were deposited in Port Granby; and therefore remediation
    of this site involves the removal and safe transportation of the
    wastes to a newly constructed proper containment facility.
    The Project is led and sponsored by Natural Resources Canada
    (NRCan) who is committed to the cleanup and safe management of
    the waste through the Port Hope Area Initiative Management
    Office (PHAIMO).  In 2009, the PHAIMO was formed with NRCan,
    Atomic Energy of Canada Limited (AECL) and Public Works and
    Government Services Canada (PWGSC) to carry the project to
    completion.
    
    *For more information on the PHAI, please visit:
    http://phai.ca/en/phai
    
    LTWMF and Site Remediation
    The Port Granby Project has engaged AECOM for the design and
    construction oversight/contract administration of the major
    construction work.  The Project is broken down into two (2) main
    elements of work, the construction of the new LTWMF and
    remediation of the existing PGWMF.  The LTWMF element will
    create a long-term low-level radioactive waste management
    facility and includes the construction of an engineered
    containment mound, ancillary facilities, storm water management
    works, civil site servicing, transportation route upgrades
    (completed) and construction and operation  of a new wastewater
    treatment plant(work will start early 2013).  The PGWMF element
    will address the transfer of the contaminated materials to the
    new facility, leachate and drainage water management including
    runoff interception and groundwater collector system, and
    eventual decommissioning of the existing water treatment system.
     A description of work is provided   below for the LTWMF and the
    PGWNF.
    
    Construction of the New LTWMF
    Containment Mound
    The containment mound will consist of two adjoining and
    contiguous cells of the same size. The overall mound dimensions
    are 410 metres by 230 metres.  Each cell will have a highly
    engineered multilayer base of natural and composite liner
    system, leachate collection system and a multi-layer final cover
    system.  The final cover will minimize moisture infiltration
    into waste and hence minimize leachate generation.  The base
    liner system is a composite liner based on an 80 mil (2 mm)
    thick High density Polyethylene (HDPE) geomembrane on top of a
    750 mm thick imported natural clay liner with a design hydraulic
    conductivity of not more than 1 x 10-7 cm/s.  On top of the
    composite base liner system is a drainage system that will
    facilitate monitoring, collection, and removal of leachate.  
    
    Civil Site Services
    The Civil Site servicing component encompasses infrastructure
    including the underpass at Lakeshore Road ( cast-in-place twin
    concrete box tunnels), new permanent and temporary on-site
    access roadways at the LTWMF  and the PGWMF) and routing for
    utilities.
    
    Transportation Route Upgrade
    The transportation component includes site roadways designated
    for the haulage of waste material, clean fill and site roadways
    designated for traffic circulation through the LTWMF site. The
    Transportation component also includes the element of road work
    on Lakeshore Road necessary to accommodate the planned underpass
    structure linking the site haul roadways of the new LTWMF to the
    PGWMF.  The pavement structure of the permanent roadways will be
    hard-surface treatment in order to facilitate regular
    maintenance activities, such as road sweeping/washing to manage
    debris and dust.  This work is now completed.
    
    
    Remediation of Port Granby Waste Management facility
    Site Preparation
    The utility relocation plan will involve the identification and
    moving of existing onsite buried utilities from within the waste
    burial areas prior to the commencement of waste excavation
    activities to allow for continued service of these lines during
    waste removal.  Furthermore, there are 73 monitoring wells in
    close proximity to proposed excavation zone, which will be
    decommissioned in accordance with Ontario Regulation 128
    (amendment to O. Reg. 903).
    Clearing and grubbing of deciduous and some mixed forest as well
    as grubbing these areas and meadow vegetation overlying existing
    waste will  be completed in the areas proposed for waste
    excavation as part of site preparation activities. Clearing of
    vegetation will be restricted to the area/extent necessary to
    achieve adequate access to LLRW and underlying marginally
    contaminated soils (MCS).
    
    The Site Preparation will also include: establishment of
    material stockpile or lay-down areas as well as parking areas.
    
    Excavation Method
    The remediation at the PGWMF is envisioned to be undertaken by
    an overall progression of remedial excavation in an easterly
    direction, across the site (barring a few exceptions i.e. the
    East and West Reservoirs; treatment lagoons and the complexity
    of remedial excavation in the East Gorge Wastes that may
    possibly be excavated in strips oriented in the south to north
    direction).  Depending on the type and nature of waste materials
    buried in specific locations of the site, it is envisioned that
    a pre-planning of excavation sequence will be required to avoid
    mixing of chemically incompatible wastes as well as restrictions
    related to material size or consistency (i.e. expect bulky
    metals, powder, toothpaste and/or peanut butter like materials).
    
    In addition, a slope stability analysis indicated that the waste
    fill in the East Gorge may become unstable if cut slopes are too
    steep and/or too deep.  The analysis provides some suggested
    insights regarding excavation procedures, excavation sequences
    and required setback distances for equipment.
    
    Water Management
    It is expected that a fair portion of the waste excavation will
    be below the local ground water table, and thus dewatering will
    be required throughout the excavation process.  Impacted
    groundwater may be managed using temporary berms and submersible
    pumps. The contractor is responsible to ensure that all impacted
    groundwater entering the excavation is managed accordingly and
    diverted to either the collection reservoirs in the West and
    East gorges or the Treatment Lagoons as necessary.
    
    The strategy for managing storm water generated within the
    active waste excavation areas will possibly involve diverting
    runoff from areas where remediation activities have been
    completed towards either of the perimeter ditches along the east
    and west boundaries. 
    
    Once the new waste water treatment plant is commissioned and
    licensed, the existing water treatment plant will be
    decommissioned as part of the site cleanup work. 
    Decommissioning of the plant will likely involve the following
    four steps:
    ·	Draining of the sedimentation and treatment lagoons
    ·	Removal and disposal of  the accumulated sludge from the
    lagoons;
    ·	Removal and disposal of  contaminated soils from around and
    beneath the lagoons(if any); and
    ·	Demolishing and removing exiting building and equipment.
    
    In accordance with the overall project objectives and guiding
    principles, the successful Contractor will be required to
    develop and submit a number of key plans that will be
    instrumental in monitoring the safe and environmentally sound
    performance of the work activities through out the duration of
    the contract.  A few of these plans are outlined in the
    following paragraphs. 
    
    Environmental 
    Developed in accordance with the contract specifications, the
    overall objective of an Environmental Protection Plan (EPP) is
    to outline the protocols and procedures that must be implemented
    by the selected contractor(s) during the implementation of the
    Port Granby Project in order to minimise the negative impact of
    the project work on the environment. The EPP will be supported
    by follow up environmental monitoring programs and a Radiation
    Protection Plan.
    
    Radiation 
    Licensed facilities are regulated by the Canadian Nuclear Safety
    Commission (CNSC), a regulatory government organization that
    controls the use of nuclear energy and materials to protect the
    environment.  All the work will be performed in accordance with
    CNSC's licensing provisions and conditions. The current waste
    burial site is a licensed facility and the construction of the
    new LTWMF is to conform to licensing requirements that are
    already in place and the completed facility will eventually need
    CNSC's approval prior to receiving any waste.  AECL is the
    licensee for the Port Granby Project. Therefore all
    construction/remediation work will be undertaken within the
    requirements of the license and AECL will be conducting the
    necessary monitoring/surveillance activities to satisfy the
    licence requirements. 
    
    As part of the conformance requirements, the contractor will be
    responsible for developing a Radiation Protection Plan (RPP).
    This plan is the basis for protection from ionizing radiation
    during construction/remediation work activities. The RPP
    provides a management framework and processes that are design to
    ensure that radiation exposures arising from these activities
    will be maintained below regulatory dose limits and kept as low
    as reasonably achievable (ALARA), taking economic and social
    factors into account. 
    
    The purpose of the RPP is to ensure that the PHAI complies with
    the level of radiation safety that is required by the relevant
    regulations pursuant to the Nuclear Safety and Control Act
    (NSCA). This RPP is one of the plans produced as a condition of
    the Port Granby Waste Nuclear Substance License issued to AECL
    by the CNSC.
    
    Schedule
    The LTWMF project is scheduled to be tendered in the spring of
    2013 and awarded in early 2014.  The duration of the contract
    work is expected to be approximately 6 years.
    
    Cost
    The total cost of the overall PHAI project is approximately $1.2
    Billion; and that total cost is divided between the Port Hope
    and Port Granby sub-projects.
    
    
    
    
    
    If you have any questions, please contact:
    
    Maria Lopez - Special Projects Supply Team Leader or
    Mary Caporusso - Supply Specialist
    Real Property Contracting Services 
    4900 Yonge Street, 12th Floor,
    Toronto, ON, M2N 6A6
    Tel: 416-512-5776 or 416-512-5859
    Facsimile:  416-512-5652
    E-mail: maria.lopez@pwgsc-tpsgc.gc.ca or
    mary.caporusso@pwgsc-tpsgc.gc.ca
    
    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

    • No trade agreements are applicable to this solicitation process
    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
    Caporusso, Mary
    Phone
    (416) 512-5859 ( )
    Fax
    (416) 512-5862
    Address
    Ontario Region, Tendering Office
    12th Floor, 4900 Yonge Street
    Toronto, Ontario, M2N 6A6

    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.

    Summary information

    Notice type
    Request for Information
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)