EGD Waterlot Remediation Project PH2 South Jetty Under-Pier
Sediment Remediation

Solicitation number EZ899-151108/A

Publication date

Closing date and time 2015/01/09 17:00 EST

Last amendment date


    Description
    Trade Agreement: Set-Aside Program for Aboriginal Business (SPAB)
    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: 
    
    Information Notice
    
    Esquimalt Graving Dock (EGD) Waterlot Remediation Project 
    Phase 2 South Jetty Under-Pier Sediment Remediation
    Constance Cove of Esquimalt Harbour on Vancouver Island, B.C.
    Canada
    
    Work Description:
    Public Works and Government Services Canada (PWGSC) intends to
    issue an invitation to tender (ITT) in January 2015 for the
    remediation of contaminated marine sediments within the South
    Jetty under-pier area as Phase 2 of the Esquimalt Graving Dock
    (EGD) Waterlot Remediation Project.  PWGSC also requires the
    demolition of the timber pile supported sections of the South
    Jetty, to provide access to the under-pier area for remediation.
     The EGD facility is located in Constance Cove of Esquimalt
    Harbour on Vancouver Island, British Columbia.
    
    The sediment remediation required by this Contract is not a
    standard marine dredging and disposal project.
    
    - Material to be dredged and excavated material within the EGD
    Work Site is located in difficult access areas and is
    contaminated with various chemicals of concern.
    
    - Contractor shall use extra care to conduct its work in a
    manner that is suitable for environmental cleanup and not in a
    production dredging manner.
    
    - Marine sediments will be removed as part of this work for
    disposal at an existing Licensed Disposal Facility and Hazardous
    Waste Management Facility and is to remain in Canada.
    
    - The Detailed Site Investigation (DSI) characterization of the
    material to be dredged and excavated is suitable for waste
    classification purposes.  Contractor shall be responsible for
    any additional sediment characterization that may be required
    during the execution of the contract for health and safety
    purposes, transportation, disposal, or to meet regulatory or
    permit requirements.  Some of the sediment is classified as
    Hazardous Waste, according to the British Columbia Hazardous
    Waste Regulation (BC HWR).  The remainder is classified as IL +
    waste material, according to the British Columbia Contaminated
    Sites Regulation (BC CSR).  The total estimated quantity of
    sediment to be removed from the site, including estimated
    contingency re-dredging, is 40,000 cubic metres.
    
    - Re-suspension of contaminated sediments during construction
    activities that may result in re-contaminating portions of the
    EGD Work Site, or areas outside the EGD Work Site, that have
    been cleaned up as part of this work or previous remediation
    work is of great concern to PWGSC.  The Contractor shall conduct
    its work in a manner to minimize, to the extent practicable,
    re-suspension and redistribution of contaminated sediment, and
    to comply with environmental protection requirements in the
    Specifications, Environmental Management Plan, permit and
    regulations.
    
    - The work includes re-driving of the existing sheet pile
    containment wall around the perimeter of the South Jetty, design
    and installation of a temporary sediment resuspension barrier
    affixed to the re-driven sheet pile wall, and placement of
    engineered capping on the seabed after dredging.
    
    - The work includes demolition and offsite disposal of timber
    pile-supported sections of the South Jetty, re-use of timber
    components for marine protection of the remaining wharf
    infrastructure, and removal / modification of mechanical and
    electrical utilities.
    
    Value of Project:
    To assist with bonding and insurance requirements, this project
    is estimated to cost between $18,000,000.00 to $20,000,000.00.
    
    Procurement Strategy for Aboriginal Business (PSAB)
    This procurement has been set aside under the federal
    government's Procurement Strategy for Aboriginal Business
    (PSAB). In order to be considered, a supplier must certify that
    it qualifies as an Aboriginal business as defined under PSAB and
    that it will comply with all requirements of PSAB.
    
    Potential bidders of the upcoming opportunity are advised to
    contact  Aboriginal Affairs and Northern Development Canada
    (AANDC) to obtain information about the PSAB at the following
    website and co-ordinates:
    Aboriginal Affairs and Northern Development Canada
    Aboriginal Procurement & Business Promotion Directorate
    Phone: 1-800-400-7677
    Fax: 819-956-9837
    Email: saea-psab@aadnc-aandc.gc.ca
    Website:
    http://www.aadnc-aandc.gc.ca/eng/1100100032802/1100100032803
    
    Security Requirement:
    The work will include the following industrial Security
    Requirement:
    
    1.    The Contractor/Offeror must, at all times during the
    performance of the Contract/Standing Offer, hold a valid
    Designated Organization Screening (DOS), issued by the Canadian
    Industrial Security Directorate (CISD), Public Works and
    Government Services Canada (PWGSC).
    2.    The Contractor/Offeror personnel requiring access to
    sensitive work site(s) must EACH hold a valid RELIABILITY
    STATUS, granted or approved by CISD/PWGSC.  Until the security
    screening of the Contractor personnel required by this Contract
    has been completed satisfactorily by the CISD, PWGSC, the
    Contractor personnel MAY NOT ENTER sites without an escort.
    3.    Subcontracts which contain security requirements are NOT
    to be awarded without the prior written permission of CISD/PWGSC.
    
    Enquiries:
    All enquiries in regards to this project are to be forwarded to
    the Contracting Authority stated below.
    Contracting Authority:
    Patty Liu
    PWGSC Pacific Region - Real Property Contracting
    Telephone:  604-775-6227
    Facsimile:  604-775-6633
    Email:  patty.liu@pwgsc.gc.ca
    
    This notice is intended for information purposes only and may be
    subject to change without notice. Release of this information
    does not constitute a commitment on the part of the Government
    of Canada to contract for any of the above mentioned
    requirements.
    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

    • Set-Aside Program for Aboriginal Business (SPAB)

    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
    Liu (PWY), Patty
    Phone
    (604) 775-6227 ( )
    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
    000
    English
    53
    000
    French
    8

    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 Information
    Language(s)
    English, French
    Region(s) of delivery
    British Columbia
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Not applicable

    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: