Hamilton Harbour, ON - Randle Reef Sediment Remediation: Stage
1- Construction Engineering Services
Solicitation number EQ754-141656/A
Publication date
Closing date and time 2014/03/11 15:00 EDT
Last amendment date
Description
Trade Agreement: WTO-AGP/NAFTA/Canada FTAs with Peru/Colombia/Panama Tendering Procedures: All interested suppliers may submit a bid Attachment: None Competitive Procurement Strategy: Best Overall Proposal Comprehensive Land Claim Agreement: No Nature of Requirements: EQ754-141656/A Lau, Karen Telephone No. - (416) 512-5297 Fax No. - (416) 512-5862 karen.lau@pwgsc.gc.ca Solicitation No. EQ754-141656/A, Randle Reef Sediment Remediation: Stage 1- Construction Engineering Services, Hamilton Harbour, Hamilton, Ontario. SCOPE OF WORK: The contaminated sediment targeted for remediation in this project is located at Randle Reef along the south shore of Hamilton Harbour in the vicinity of Piers 14, 15 and 16. The project will be completed in three distinct stages: Stage I - Construction of a marine double wall - the Engineered Confinement Facility (ECF) enclosure and a wharf at Pier 15. This includes dredging of contaminated sediments from between the walls and backfilling with clean rock fill. Stage II - Dredging of contaminated sediments and depositing them within the ECF up to water level. Other remediation areas will be capped using both thin layer capping and isolation capping techniques. Stage III - ECF sediment dewatering, capping above water level and consolidating of contaminated sediments within the ECF structure with engineered materials (such as stone, sand, geotextiles, geomembranes, pipes, asphalt etc). Under this RFP, PWGSC, on behalf of Environment Canada, intends to procure Civil Engineering services for Construction Supervision of Stage I of the project only. PLEASE NOTE: Firms cannot be awarded a Construction Contract for a Stage if they have been awarded the Construction Engineering Services Contract for the same Stage. Firms may not be awarded the Construction Engineering Services Contract for a Stage if they have been awarded the Construction Contract for that Stage. For example, the successful Construction Engineering Services Proponent will be precluded from bidding on the Stage 1 Construction Contract. However, the successful Construction Engineering Services Proponent for Stage 1 will not be precluded from submitting a proposal for the Stage 2 and 3 Construction Engineering Services Contract. Further, the successful Stage 1 Construction Engineering Services Proponent will not be precluded from bidding on the Stage 2 or Stage 3 Construction Contracts unless they are the successful Consultant on the Stage 2 and 3 Construction Engineering Services Contract. RFP DETAILS: This Request for Proposal (RFP) is a One-Phase process, Proponents responding to this RFP are requested to submit only one proposal. Proposals are to cover the achievements of proponents, sub-consultants and specialist on projects; achievements of key Personnel on projects; understanding of the project; management of services and construction supervision philosophy and pricing. The Proponent whose responsive proposal achieves the highest total score is the first entity that the PWGSC Evaluation Board will recommend be approached in order to finalize details of an agreement for the provision of the required services. The purpose is to select the highest ranked experienced firm of consultants, sub-consultants and specialists to provide full engineering services. ESTIMATED CONSTRUCTION CONTRACT VALUE: The preliminary cost estimate for the Stage 1 Construction Contract for this project is $30,000,000.00 (HST exlcuded). *** Engineering firms interested in providing these services may order the Request for Proposal documents which are distributed through the Government Electronic Tendering Service (GETS). Standard Terms and Conditions for this procurement are incorporated by reference into, and form part of the Tender and Contract Documents. The Standard documents are issued by Public Works and Government Services Canada and may be viewed on buyandsell.gc.ca. Tender documents can be obtained from GETS by visiting their web site at http://buyandsell.gc.ca/tenders. Amendments, when issued, will be available from GETS. In all cases bidders must indicate in the space provided on the Proposal Form the identification number(s) of the amendment(s), if any, that they have taken into consideration for their bid. Proponents should note that Requests for Existing Documentation in section PD 4 of the RFP must be submitted in writing to the Contracting Authority. ENQUIRIES: All enquiries of a technical nature and all questions of a contractual nature are to be submitted in writing to the Contractual Authority: Karen Lau, Telephone No.:416-512-5297, Fax No.: 416-512-5652 , E-mail: karen.lau@pwgsc-tpsgc.gc.ca . This PWGSC office provides procurement services to the public in both official languages. 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-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
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
- Lau, Karen
- Phone
- (416) 512-5297 ( )
- Fax
- (416) 512-5862
- Address
-
Ontario Region, Tendering Office
12th Floor, 4900 Yonge StreetToronto, Ontario, M2N 6A6
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_PWL.B023.F1903.EBSU003.PDF | 003 | FR | 5 | |
ABES.PROD.PW_PWL.B023.F1903.EBSU004.PDF | 004 | FR | 4 | |
ABES.PROD.PW_PWL.B023.F1903.EBSU002.PDF | 002 | FR | 9 | |
ABES.PROD.PW_PWL.B023.F1903.EBSU005.PDF | 005 | FR | 3 | |
ABES.PROD.PW_PWL.B023.F1903.EBSU000.PDF | 000 | FR | 16 | |
ABES.PROD.PW_PWL.B023.F1903.EBSU008.PDF | 008 | FR | 6 | |
ABES.PROD.PW_PWL.B023.F1903.EBSU006.PDF | 006 | FR | 7 | |
ABES.PROD.PW_PWL.B023.F1903.EBSU007.PDF | 007 | FR | 2 | |
ABES.PROD.PW_PWL.B023.F1903.EBSU001.PDF | 001 | FR | 5 | |
ABES.PROD.PW_PWL.B023.E1903.EBSU008.PDF | 008 | EN | 41 | |
ABES.PROD.PW_PWL.B023.E1903.EBSU007.PDF | 007 | EN | 33 | |
ABES.PROD.PW_PWL.B023.E1903.EBSU004.PDF | 004 | EN | 34 | |
ABES.PROD.PW_PWL.B023.E1903.EBSU005.PDF | 005 | EN | 42 | |
ABES.PROD.PW_PWL.B023.E1903.EBSU001.PDF | 001 | EN | 80 | |
ABES.PROD.PW_PWL.B023.E1903.EBSU002.PDF | 002 | EN | 65 | |
ABES.PROD.PW_PWL.B023.E1903.EBSU000.PDF | 000 | EN | 136 | |
ABES.PROD.PW_PWL.B023.E1903.EBSU006.PDF | 006 | EN | 44 | |
ABES.PROD.PW_PWL.B023.E1903.EBSU003.PDF | 003 | EN | 35 |
Access the Getting started page for details on how to bid, and more.