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)
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
- Liu (PWY), Patty
- Phone
- (604) 775-6227 ( )
- Fax
- (604) 775-6633
- Address
-
800 Burrard Street, Room 219
800, rue Burrard, pièce 219Vancouver, British C, V6Z 0B9
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_PWY.B026.E7349.EBSU000.PDF | 000 |
English
|
53 | |
ABES.PROD.PW_PWY.B026.F7349.EBSU000.PDF | 000 |
French
|
8 |
Access the Getting started page for details on how to bid, and more.