Request for Information - Randle Reef
Solicitation number EQ754-130003/B
Publication date
Closing date and time 2013/12/13 14:00 EST
Last amendment date
Description
Trade Agreement: NONE 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: INDUSTRY INFORMATION DAY FOLLOW-UP AND REQUEST FOR INFORMATION Randle Reef Contaminated Sediment Remediation Project Introduction On November 14, 2013, Canada hosted an "Industry Engagement Day" in Toronto, Ontario, to present the current state of the Randle Reef, Contaminated Sediment Remediation. This Industry Engagement Day session was open to all interested suppliers and associations in this industry. Canada engaged industry in a discussion on Randle Reef's history, the project's history, current requirement and the procurement strategy. Purpose The purpose of this RFI follow-up is to seek from industry ideas related to the current procurement approach that might result in efficiencies and cost savings to Canadians. Randle Reef Project Overview The following information regarding the Randle Reef Contaminated Sediment Remediation Project is provided as an over view of the project and the procurement strategy as it is defined today: Randle Reef Background Project History Current Requirement and Total Estimated Cost of the Project Attached documents: Industry Information Day Presentation and PWGSC's the response to questions from the audience attending Industry Information Day. This Industry Engagement Day was not a call for Tenders or a Request for Proposal. No agreement or contract will be entered into, with any person or entity, based solely on this Letter of Interest. The issuance of this Letter of Interest is not to be considered in any way a commitment by the Government of Canada or as authority to potential participants to undertake any work, which could be charged to Canada. This Letter of Interest is not to be considered as a commitment to issue a Request for Proposal or award contract(s) for these projects. Questions to Industry The following questions are to be used as a guide for your submission. Do you see omissions in our strategy? What would you improve? Do you have any concerns with our strategy? What would you change? What questions should we be asking? Procurement Limitations Any proposed recommendation must fit within these procurement constraints: The Hamilton Port Authority (HPA) contracted for the design. Design for stage 1 is complete. PWGSC is implementing the HPA owned design. Engineer of Record must be the HPA's Design Consultant (consultation regarding technical design issues and changes). Future Feedback Opportunities The Randle Reef Project is defined in 3 stages (Build Containment Facility; Dredge Harbour; and Dewater and Cap). This project is anticipated to be delivered over the next 8 years. As project progresses through the 3 stages PWGSC will host additional Industry Information Days. Project Background The Government of Canada and the United States have recognized that contaminated sediments pose significant environmental risks to the Great Lakes ecosystem. In 1985, these two countries identified 43 Areas of Concern (AOCs) where impaired water quality prevented full beneficial use of rivers, bays, harbours, and ports. Under the Canada-United States Great Lakes Water Quality Agreement, the Government of Canada has committed to remediating the 14 remaining Canadian OACs, including Hamilton Harbour where Randle Reed is located. The contaminated sediment targeted for remediation is located at Randle Reef along the south shore of Hamilton Harbour. Randle Reef is considered to be the largest and one of the more complex and highly contaminated sediment sites in the Great Lakes. With the remediation of the Sydney Tar Ponds nearing completion, Randle Reef is now the largest polycyclic aromatic hydrocarbon (PAH) contaminated sediment site in Canada. Owing to the long history of contamination (more than 150years), from multiple sources, it is not possible to apply the polluter pay principle. Instead, a shared responsibility model has been adopted with the Government of Canada, Government of Ontario and local community participating equally in the design and implementation of a solution. This legacy site is a priority for remediation in the Hamilton Harbour Remedial Action Plan (RAP) and under the Canada-Ontario Agreement Respecting the Great Lakes Basin Ecosystem (COA). Project History On or about June 17, 2003, Environment Canada (EC) entered into an Implementation Agreement (IA) with the Ontario Ministry of the Environment (MOE) and the Hamilton Port Authority (HPA) to develop a Detailed Engineering Design for the sediment remediation and containment facility for Randle Reef. HPA received the final design documents from Arcadis, the design consultant, on or about June 2009. PWGSC performed a peer review on the final documents. An Engineering Assessment Report has been prepared by HPA. Once the Detailed Engineering Report was completed, the HPA was to assume the role of the contracting authority for the Project. It was determined by HPA in August 2008 that they would not be able to provide the technical and construction management services required to implement the Project. As such, EC, as the Project Implementing Agency, asked PWGSC to assume to role of the contracting authority for this Project. PWGSC has agreed to provide technical and construction management, and contracting services. Current Requirement Sediment remediation is required to reduce the environmental impacts of contaminants including polycyclic aromatic hydrocarbons (PAHs) and heavy metals located at this site. The Randle Reef Sediment Remediation project involves the construction of a 7.5 hectare Engineered Containment Facility (ECF) over 130,000 m3 of the most highly contaminated sediment located at this contaminated sediment site. By constructing the ECF in this location, the most highly contaminated sediments will not be disturbed. In addition, approximately 500,000 m3 of contaminated sediments surrounding the ECF will be dredged and placed inside for a total containment of 630,000 m3. Another 45,000 m3 will be capped using both thin layer capping and isolation capping techniques, for a grand total of 675,000 m3 of sediment being managed. The ECF isolation structure will be constructed with double steel sheet pile walls. The contaminated sediment deposited within the ECF will be de-watered and the decant water produced by this process will be treated by an on-site water treatment system to meet Ontario Ministry of the Environment (MOE) regulatory requirements before being discharged back into Hamilton Harbour. Once dewatering is completed, the contained sediment will be covered by a multi layer environmental cap. Cost The total estimate for the proposed encapsulation and Containment solution is between $100M to $150M. Industry Engagement Day Participation was not mandatory. Failure to attend these sessions/meetings will not preclude participants from participating in the next procurement phase. Submission Format The preferred submission format is as follows: (a) Cover Page: If the response includes multiple volumes, respondents are requested to indicate on the front cover page of each volume the title of the response, the solicitation number, the volume number and the full legal name of the respondent. (b) Title Page: The first page of each volume of the response, after the cover page, should be the title page, which should contain: (i) the title of the respondent's response and the volume number; (ii) the name and address of the respondent; (iii) the name, address and telephone number of the respondent's contact; (iv) the date; and (v) the RFI number: EQ754-130003/A (c) Canada requests that suppliers submit electronic copies of their responses in both Microsoft® Office 2003 or 2007 compatible format and/or searchable Adobe Acrobat® compatible PDF format. (d) Number of Copies: Canada requests that respondents submit 1 copy of their responses. Submission of Responses (a) Time and Place for Submission of Responses: Respondents are asked to send responses by e-mail to the Contracting Authority's email address identified above by the time and date indicated on page 1 of this document. (b) Responsibility for Timely Delivery: Each respondent is solely responsible for ensuring its response is delivered on time to the correct location. (c) Identification of Response: Each respondent are asked to ensure that its name and return address, the solicitation number and the closing date appear legibly on the outside of the response. Deadline for Submissions: This initial request for feedback is required no later than December 13, 2013. Enquiries Because this is not a bid solicitation, Canada will not necessarily respond to enquiries in writing or by circulating answers to all potential suppliers. However, respondents with questions regarding this LOI may direct their enquiries to: Contracting Authority: Jim Cowieson E-mail Address: Jim.Cowieson@pwgsc-tpsgc.gc.ca Telephone: 416-512-5829 Facsimile: 416-512-5829 Question Received During Industry Information Day Presentation (November 14, 2013) Question 1. Have we considered joining stage 2 and 3 in the procurement? Answer: This is the type of question which should be brought forward either by comment card or contacting PWGSC for a one-on-one opportunity to present the idea and the benefits. Question 2. Is there any weighting for Canadian content in the evaluation? Answer: No. The values of these contracts fall within WTO-AGP and NAFTA. Question 3. How is the schedule driven? It would seem like a very long time. Answer: It is a relaxed schedule. There are some requirements which PWGSC must go to Treasury Board for stages 2 & 3 which will take time. Question 4. Is the Federal portion/Treasury Board portion approved or is it still in the process? Answer: All Federal Funds, Provincial Funds and Partner Funds are in place (funding arrangements in place for all three) Question 5. Is there any opportunity to include design innovations? Answer: The design has already been contracted for by Hamilton Port Authority and is complete. Recommendations for Stages 2 & 3 are welcome. Delivery Date: 13/12/2013 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
-
No trade agreements are applicable to this solicitation process
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
- Cowieson, Jim
- Phone
- (416) 512-5829 ( )
- 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.B030.E1898.EBSU001.PDF | 001 |
English
|
24 | |
ABES.PROD.PW_PWL.B030.E1898.EBSU000.PDF | 000 |
English
|
59 | |
ABES.PROD.PW_PWL.B030.E1898.ATTA001.PDF |
English
|
15 | ||
ABES.PROD.PW_PWL.B030.F1898.EBSU001.PDF | 001 |
French
|
0 | |
ABES.PROD.PW_PWL.B030.F1898.EBSU000.PDF | 000 |
French
|
8 |
Access the Getting started page for details on how to bid, and more.