Reay Creek Remediation

Solicitation number EZ897-200680/A

Publication date

Closing date and time 2019/08/01 17:00 EDT

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    EZ897-200680/A
    Fung, Donna (PWY)
    Telephone No. - (604) 671-9689 
    Fax No. - (604) 775-6633
    Email: Donna.Fung@pwgsc.gc.ca
    
    Title:  Reay Creek Remediation  
    
    Location: Victoria Airport Lands, Sidney, B.C.
    
    Work Description: 
    Work to be performed under the Contract includes, but is not limited to, the following items, including all ancillary Work:
    
    1) Construction Site is located on lands managed by the Victoria Airport Authority. Commissionaire security escorts are required for all work on airport airside locations.
    
    2) Neighbouring or sensitive sites restrictions are as follows:
    • BC Aviation Museum located adjacent to the construction site. No access to be provided through existing gate adjacent to BC Aviation Museum to airside portions of airport.
    
    • No use of BC Aviation Museum parking lot is allowed.
    
    • Common roadways and site access, including Norseman Road and Harvard Road, to be kept clear at all times. Traffic control to be provided by Contractor as required. No weekend work permitted that encumbers Norseman Road.
    
    • Cycling/pedestrian path along Canora Road to be kept clear at all times. Contractor to provide traffic control for vehicles and equipment crossing cycling/pedestrian path.
    
    3) Contractor to retain a Qualified Environmental Professional to conduct quality control monitoring for the duration of the Work.
    
    4) Work is to be carried out in isolation of stream flows wherever possible. Creek flows in areas downstream of work site to be maintained.
    
    5) Invasive plant species removal and off-site disposal at a permitted facility.
    
    6) Classes of Soil based on Environmental Quality Criteria are:
    • Waste Quality
    • Commercial Quality
    • Non-Contaminated Quality
    
    7) Soil classification based on insitu testing; exsitu testing may be required as directed by the Departmental Representative.
    
    8) Treatment of Contaminated Water, either onsite or offsite at Contractor’s discretion. Contractor responsible for discharge permits.
    
    9) Excavation of Contaminated Soil. Contractor solely responsible for excavating to Contaminated Material Limits as shown. 
    
    10) Transportation of Contaminated Soil to facilities.
    
    11) Treatment of Contaminated Soil at Contractor’s discretion, specifically metals and polycyclic aromatic hydrocarbons (PAHs) contaminated soil.
    
    12) Disposal of Contaminated Soil. All material identified as Contaminated on the Site including existing stockpiled Contaminated Soil must be disposed of at a Disposal Facility, including material that has been Treated.
    
    13) Backfilling excavation areas with clean imported material. 
    
    14) Restoration of disturbed areas including native species plantings and seeding.
    
    Mandatory Requirements: 
    
    Superintendent’s Experience
    Provide a resume demonstrating that the Superintendent has a minimum of 10 years’ experience in the role as a superintendent of contaminated sites remediation including experience working within a freshwater watercourse and riparian environment. 
    
    Equipment Operators’ Experience
    Provide a resume demonstrating that each Equipment Operator has a minimum of 10 years’ experience with excavation activities involving contaminated sites remediation including within a freshwater watercourse. 
    
    Bidder’s Experience 1
    Describe a project within the last 10 years that the Bidder managed that included the remediation to a value of at least $500,000 of a contaminated site.  
    
    Bidder’s Experience 2
    Describe a project within the last 10 years that the Bidder managed that included the excavation and offsite treatment and/or disposal of contaminated material from within a freshwater watercourse including creek and riparian restoration. 
    
    Mandatory Site Visit:
    A Mandatory Site Visit has been scheduled for Tuesday, 23 July 2019 at 1:00 p.m.  Interested Bidders are to meet at the southeastern area of the Victoria Airport. (See attached map for parking and meeting locations.) All visitors will be escorted by foot for the site visit. Visitors are to wear personal protective equipment - high visibility vest, hard hat, steel toed boots, and safety glasses - to the site visit. Bidder`s personnel/individuals who do not have the proper safety attire may be denied access to the site.
    
    The site visit for this project is MANDATORY. A representative of the Bidder will be required to sign the Site Visit Attendance Sheet at the site visit. Bids submitted by Bidders who have not signed the attendance sheet will be rejected.
    
    Interested Bidders are requested to provide their name(s) and company name(s) to the Contracting Authority, Donna Fung, at donna.fung@pwgsc.gc.ca by 3:00 p.m. on Friday, 19 July 2019, if you will be attending the site visit.
    
    Delivery Date: 
    The Contractor shall perform and complete the Work by 31 December 2019. Site Works are to be completed by 15 October 2019.
    
    Enquiries:  
    Donna Fung, Supply Specialist 
    Tel: (604) 671-9689
    Fax: (604) 775-6633
    Email: Donna.Fung@pwgsc.gc.ca
    
    Value of Project: 
    To assist with bonding and insurance requirements, this project is estimated to cost between 
    $500,001 and $1,000,000. 
    
    Firms intending to submit tenders on this project should obtain tender (solicitation) documents through Buyandsell.gc.ca/tenders. Addenda, when issued will be available from Buyandsell.gc.ca/tenders. Firms that elect to base their bids on tender (solicitation) documents obtained from other sources do so at their own risk and will be solely responsible to inform the tender calling authority of their intention to bid. 
    
    This procurement office provides procurement services to the public in English.
    
    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

    • Canadian Free Trade Agreement (CFTA)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    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
    Fung, Donna(PWY)
    Phone
    (604) 671-9689 ( )
    Email
    donna.fung@pwgsc-tpsgc.gc.ca
    Fax
    (604) 775-6633
    Address
    800 Burrard Street, Room 219
    800, rue Burrard, pièce 219
    Vancouver, British C, V6Z 0B9

    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    English
    6
    English
    8
    002
    English
    16
    002
    French
    1
    English
    18
    001
    English
    20
    001
    French
    3
    000
    English
    54
    English
    19
    English
    37
    English
    13
    English
    17
    English
    15
    English
    15
    English
    14
    English
    33
    English
    16
    000
    French
    7

    Access the Getting started page for details on how to bid, and more.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    British Columbia
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest Price
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: