Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2022-03-07 00:00:00
Canada CanadaBuys

Nanaimo Military Camp Bunker Remediation Excavation Program (EZ897-220811/A)

Process Number PW-$PWY-031-9110

Dates:


Publication date:

2022-03-07 00:00:00

Amendment date:

None

Date closing:

2022/03/28 14:00 Pacific Daylight Time (PDT)

Details:


Region of delivery:

British Columbia

End user entity:

Public Works and Government Services Canada

Procurement entity:

Public Works and Government Services Canada

Tendering procedure:

All interested suppliers may submit a bid

Reference number:

PW-$PWY-031-9110

Solicitation number:

EZ897-220811/A

Description:


Description:

Trade Agreement: NONE Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: EZ897-220811/A Leung, Janie (PWY) Telephone No. - (778) 919-3273 Email: Janie.Leung@pwgsc.gc.ca Title: Nanaimo Military Camp Bunker Remediation Excavation Program Location: Nanaimo, BC IMPORTANT NOTICE TO BIDDERS: Suppliers are required to submit bids electronically using the Canada Post epost Connect application for the subject bid solicitation. This service allows suppliers to submit bids, offers and arrangements electronically to PWGSC Bid Receiving Units. This online service enables the electronic transfer of large files up to Protected B level. Please refer to SI06 Submission of Bid for additional details. Bidders should also note the requirements set out in SI05 Bid Security Requirements and that only electronic bid bonds will be accepted as bid security. A scanned copy of a bond does not constitute an electronic bond. Certified cheques, bank drafts, standby Letters of Credit and hard copy bid bonds will not be acceptable. To use epost Connect to submit your bid, or to get more information on its use, please send an email to the Pacific Region Bid Receiving Unit’s generic address at: TPSGC.RPReceptiondessoumissions-PRBidReceiving.PWGSC@tpsgc-pwgsc.gc.ca Faxed and hard copy (submitted in person or via mail/courier) bids will not be accepted for the subject bid solicitation. There will no Public Opening for the purposes of this solicitation. See SI07 for further Instructions. Please monitor Buyandsell.gc.ca closely as changes to bid closing dates may be necessary. SI11 COVID-19 Vaccination Requirement and Certification has been added: This requirement is subject to the COVID-19 Vaccination Policy for Supplier Personnel. All Bidders must provide with their bid, the COVID-19 Vaccination Requirement Certification attached to this bid solicitation (Appendix 4). This Certification incorporated into the bid solicitation on its closing date is incorporated into, and forms a binding part of any resulting Contract. Failure to complete and provide the COVID-19 Vaccination Requirement Certification as part of the bid will render the bid non-responsive. Work Description: Provide all supervision, labour, materials, supplies, tools, equipment, hoisting, transportation, receiving, handling, storage, quality control, environmental protection, surveying, inspection, monitoring, and all other services necessary for the proper execution of the work. - Excavation of approximately 5,525 m3Contaminated Soil as per Drawings and attached Remediation Action Plan (Annex 1) including: -2,325 m3of suspect Canadian Council of Ministers for the Environment (CCME) Residential Land Use (RL-) quality overburden soil to stockpile. -3,000 tonnes of soil with concentrations of lead greater than the BC Contaminated Sites Regulation (CSR) Industrial Land Use (IL) standards. -3,400 tonnes of soil with concentrations of ethylbenzene, xylenes, petroleum hydrocarbon fraction F2, polycyclic aromatic hydrocarbons (PAH), tetrachloroethylene (PCE) and trichloroethylene (TCE)greater than the CCME IL guidelines. -Contractor solely responsible for excavating to Contaminated Material Limits. Excavation Limits on Drawings based on a nominal 1:1 slope for volume estimating purposes only; actual shoring and/or slope requirements responsibility of the Contractor. The topsoil is not to be separated from either the Suspect Quality Overburden or Contaminated Material. - Allow access and provide equipment to assist with the sampling characterization of stockpiled overburden to confirm requirements to reuse overburden as backfill or off-Site disposal. Suspect RL- Quality Material to be reused as backfill if it satisfies CCME Residential Land Use guidelines. If these guidelines are exceeded, then the material is must be disposed of at an appropriate Disposal Facility. - Provision and operation of contaminated water treatment on-site for groundwater pumped from excavations as required. - Transport and Disposal of 3,000 tonnes of soil with concentrations of lead greater than the BC CSR IL standards at a permitted facility approved by the Departmental Representative. - Transport and Disposal of 3,400 tonnes of soil with concentrations of ethylbenzene, xylenes, petroleum hydrocarbon fraction F2, polycyclic aromatic hydrocarbons (PAH), tetrachloroethylene and trichloroethylene greater than the CCME CL guidelines at a permitted facility approved by the Departmental Representative. - Import, placement, and compaction of 6,400 tonnes of granular backfill material within Excavations 1A, 1B, 2, and 3. Compaction to a minimum of 95% Standard Proctor Maximum Dry Density. - Placement, and compaction of approximately 2,325 m3 of RL- quality overburden following confirmation characterization within Excavations 1A, 1B, 2, and 3. - Surface restoration to pre-excavation conditions including the placement of 0.3 m of topsoil and revegetation. - Decommissioning of temporary facilities (including stockpile areas) and demobilization, as applicable. - Disposal of Contaminated Soil. All material identified as Contaminated on the Site must be disposed of at a Disposal Facility, including material that has been Treated. Mandatory Bidder’s Meeting: As part of the tender process, a MANDATORY online orientation through Microsoft Teams is scheduled for Monday, March 14, 2022 at 1:00 pm PST. All bidders must attend this online meeting. The representative(s) of the Bidder will be required to indicate their attendance at the Bidders meeting. Proposals submitted by Bidders who have not attended and indicated their attendance at the Bidders meeting will not be accepted. The details for logging in to this Microsoft Teams meeting will be made available to all bidders who express an interest in attending by contacting the Contracting Authority before 3:00 pm PST on Friday, March 11, 2022. If you wish to attend, please email Janie Leung at Janie.Leung@pwgsc.gc.ca. Mandatory Requirements: The Government of Canada is committed to reconciliation and meaningful engagement with Indigenous Peoples. This project will take place on the traditional territories of the Snuneymuxw Nation. As part of Canada’s commitment to reconciliation with Indigenous Peoples, this procurement requires bidders to include an Indigenous Participation Requirement (IPR) that provides the local Indigenous Peoples on whose traditional territories the project is located, opportunities to participate in the performance of the federal Work through the provision of goods, services, training, employment, apprenticeship or sub-contracting opportunities. All bidders must provide specific planned participation for the Indigenous Peoples and firms owned by Indigenous Peoples throughout the duration of the project. Canada has worked successfully in the past to leverage capacity building for Indigenous Peoples and is pleased to continue working collaboratively with Indigenous communities and stakeholders on all federal projects. The contract includes specific mandatory requirements regarding the bidders team and its experience as summarized: - Project Manager: Minimum 10 years experience in the environmental/remediation industry - Site Superintendent #1: Minimum 10 years experience being in full charge of the on-site operations for remediation projects - Machine Operator #1: Minimum five (5) years experience operating heavy equipment (for example excavator, bulldozer, drum roller compactor etc.) to segregate soil by environmental quality for off-site disposal INDUSTRIAL SECURITY RELATED REQUIREMENTS At RFP closing, the Bidder must hold a valid Security Clearance as indicated in section SC01 of the Supplementary Conditions. Failure to comply with this requirement will render the Bid non-compliant and no further consideration will be given to the Bid. The successful Bidder's personnel, as well as any subcontractor and its personnel, who are required to perform any part of the work pursuant to the subsequent contract must meet the mandatory security requirement as indicated in section SC01 of the Supplementary Conditions. Individuals who do not have the required level of security will not be allowed on site. It is the responsibility of the successful Bidder to ensure that the security requirements are met throughout the performance of the contract. Canada will not be held liable or accountable for any delays or additional costs associated with the successful Bidder's non-compliance with the mandatory security requirement. For additional information on security requirements, bidders should consult the “Security Requirements for PWGSC Bid Solicitations - Instructions for Bidders” on the Standard Procurement Documents Web site Industrial Security Program Delivery Date: The Contractor shall perform and complete the Work by 20 June 2022. Site Works are to be completed by 30 May 2022. Value of Project: To assist with insurance and bonding requirements, this project is estimated to cost between $1,000,001 to $5,000,000. 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. Enquiries: Janie Leung, Supply Specialist Tel: (778) 919-3273 Email: Janie.Leung@pwgsc.gc.ca 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.

Contact information:


Contact name:

Leung, Janie

Contact email:

janie.leung@pwgsc-tpsgc.gc.ca

Contact phone:

(778) 919-3273 ( )

Contact address:

800 Burrard Street, Room 219 800, rue Burrard, pièce 219 Vancouver British C V6Z 0B9

Contact Fax:

( ) -

Solicitation Documents:


File Amendment Number Language Date added
ABES.PROD.PW_PWY.B031.E9110.EBSU000.PDF 000 English 2022-03-07
ABES.PROD.PW_PWY.B031.F9110.EBSU000.PDF 000 French 2022-03-07

Attachments:


File Amendment Number Language Date added
ez897-220811_-_annexes.pdf Not available English 2022-03-07
ez897-220811_-_drawings.pdf Not available English 2022-03-07
ez897-220811_-_environmental_assessment_memo_-_final.pdf Not available English 2022-03-07
ez897-220811_-_specs.pdf Not available English 2022-03-07