TOWN OF MIDLAND PUBLIC WORKS DEPARTMENT REQUEST FOR PROPOSAL E

Similar documents
TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL FILE # F Information Technology Strategic Plan

TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL

TENDER GRAVEL CRUSHING PWT

TENDER LOADING, HAULING AND SPREADING GRAVEL ON TOWNSHIP ROADS PWT

Instructions to Bidders... 4 to 12. Tender Form and Schedule of Unit Prices to 29

FORM OF TENDER 12/2017 SUPPLY AND DELIVER VARIOUS CISCO COMPONENTS

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST

Management Services. International Support, Recruiting

Request for Proposal (RFP) External Audit Services. RFP Finance 16-03

REQUEST FOR PROPOSAL FOR EXTERNAL AUDIT SERVICES THE CHILDREN S AID SOCIETY OF OTTAWA (CASO)

Request for Proposal RFP # SUBJECT: Ergotron LX

REQUEST FOR PROPOSAL 10/2011 PRIME CONSULTANT FOR INTERIOR RENOVATIONS AT VICTORIAVILLE CIVIC CENTRE

TENDER FOR: CLEANING SERVICES CONTRACT. Name of Firm (The Contractor) Address. Telephone Number and Fax Number

Proposal Closing Date and Time Wednesday June 7 th 2017 at 4:00 p.m., local time

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

REQUEST FOR PROPOSAL 2/2013 WAREHOUSING & DISTRIBUTION OF PROMOTIONAL MAGAZINES

Request for Proposal for Construction Management Services

City of Albany, New York Traffic Engineering

Request for Tender. Humidifier Replacement February 19, 2013

TOWNSHIP OF SEVERN. Contract No. PW Low Sulphur (clear) Diesel Fuels

Town of Whitby Terms and Conditions

STANDARD TERMS AND CONDITIONS

CORPORATION OF THE TOWN OF GANANOQUE

TENDER FOR THE TOWNSHIP OF SEVERN

REQUEST FOR TENDERS SIDEWALK EXTENSIONS

REQUEST FOR SUPPLIER QUALIFICATION

TOWNSHIP OF BLANDFORD-BLENHEIM TENDER CS-02-16

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA

REQUEST FOR PROPOSAL. Information Technology Support Services

Request for Tender. For: Boiler Replacement November 21, Telesat Court

Request for Proposals # Village of Midway Flood Risk Assessment, Flood Mapping, and Flood Mitigation Plan. Issued February 21, 2018

REQUEST FOR PROPOSALS CONSTRUCTION, DEMOLITION, AND BULKY WASTE PROCESSING

Request for Bid/Proposal

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

Northern Town of La Ronge Box Hildebrand Drive La Ronge, Saskatchewan S0J 1L0 TENDER TOWN OF LA RONGE

Request for Quotation

Strait Regional School Board

REQUEST FOR PROPOSALS MOSQUITO CONTROL PROGRAM

REQUEST FOR QUOTATION

Insurance Brokerage Services

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

COUNTY OF COLE JEFFERSON CITY, MISSOURI

Request for Proposal. Fabrication and Installation of Municipal Way-finding Signage Town of Orangeville. June 15, 2015

REQUEST FOR PROPOSAL CONSULTING SERVICES - GENERATOR REPLACEMENT (AFRICAN RAINFOREST PAVILION) RFP # 17 ( )

Request for Quotation

Township of North Dundas Request For Information RFI REQUEST FOR INFORMATION ROOFING CONTRACTOR PRE-QUALIFICATION RFI

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

Regional Tourism Organization 4 Inc. (RTO4)

East Central College

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS PROFESSIONAL CONSULTING SERVICES RFP

THREE RIVERS AREA YOUTH SPORTS COMPLEX. Request for PROPOSALS. 333 West Michigan Ave. Three Rivers, Michigan,

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL. DeMamiel Creek Pedestrian Crossing

Request for Proposal. for. Consultant Inspection Services 2018 Strengthening and Resurfacing (Phase I & II)

Request for Proposal #2018-UCPR-RPR-001. Operational Review of the Prescott and Russell Residence

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

HEQCO REQUEST FOR PROPOSAL (RFP) INSTRUCTIONS PROPOSAL SUBMISSION INSTRUCTIONS

REQUEST FOR QUOTATION

TROY CITY SCHOOL SYSTEM. Request for Proposal (RFP) BID NUMBER: TCS-NTWK-2017

Request for Proposals Drainage Master Plan

REQUEST FOR TENDER No GENERAL INSURANCE BROKERAGE SERVICES FOR PROPERTY, BOILER & MACHINERY and CRIME

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

TOWN OF MIDLAND TENDER FOR PAVEMENT MARKING PAINTING PARKING LOTS, BIKE LANES, DIRECTIONAL ARROWS, ETC. CONTRACT NO. L

Request for Proposal

THE RFP NO REQ REQUEST FOR PROPOSAL. Winnipeg MB. Floor

REQUEST FOR PROPOSALS. RFP Financial Audit Services. ISSUE DATE: July 15, 2013

THE CORPORATION OF THE DISTRICT OF SAANICH

INVITATION TO TENDER TENDER FORM

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

=====================================================================

Request for Proposal. WWTP Grit Removal and Effluent Filter Upgrade

2015 SIDEWALK REPAIR REQUEST FOR TENDER

Request For Proposal (RFP) for

June 2017 BIDDING PROCEDURES No. 90

Request for Proposal

REQUEST FOR PROPOSALS (RFP) FULL COST ALLOCATION STUDY AND USER FEE STUDY. City of Foster City, California. Financial Services Department

THE CORPORATION OF THE CITY OF LONDON

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

REQUEST FOR PROPOSALS INVESTMENT SERVICES

INSTRUCTIONS TO BIDDERS

REQUEST FOR QUALIFICATIONS. For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES. For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018

Horse Drawn Wagon and Sleigh Rides for Cumberland Museum

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

Town of South Bruce Peninsula. Tender PW Resurfacing of D Line

Town of South Bruce Peninsula. Tender PW Maintenance Gravel

REQUEST FOR QUOTATION EURASIA WILDS ASPHALT PAVING RFQ #42 ( )

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL CTT - DIGITAL PROJECTION, LYRIC THEATRE

RFP No RFP to Construct Modular Concrete Segmented Retaining Walls

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSALS

OFFICE OF THE SUMMIT COUNTY SHERIFF

Document A701 TM. Instructions to Bidders

TOWN OF MIDLAND TENDER FOR TRAFFIC LINE PAINTING/ PAVEMENT MARKING TWO YEAR CONTRACT 2018 & 2019 CONTRACT NO. L

Transcription:

TOWN OF MIDLAND PUBLIC WORKS DEPARTMENT REQUEST FOR PROPOSAL E03-044069 CAPACITY ASSESSMENT SANITARY SEWER INFRASTRUCTURE AND NUTRIENT MANAGEMENT OPTIONS REVIEW Shawn Berriault, C. Tech July, 2014 Director of Public Works The Corporation of the Town of Midland 575 Dominion Avenue Midland, ON L4R 1R2 Phone 705-526-4275 Fax 705-526-9971 Email sberriault@midland.ca

TABLE OF CONTENTS Description Page 1.0 INTRODUCTION..1 1.1 Background 1.2 Intent of Proposal 1.3 Definition of Terms 1.4 Contacts 1.5 Proposed Project Timing 2.0 GENERAL TERMS AND CONDITIONS. 3 2.1 Closing Time and Date 2.2 Requirements at Closing 2.3 Courier/Facsimile 2.4 Consultants to Investigate 2.5 Prices 2.6 Informal Proposals 2.7 Disclosure 2.8 Offer Open for Acceptance 2.9 Clarification of Proposals 2.10 Award 2.11 Negotiations 2.12 Consulting Services Agreement 2.13 Termination 2.14 Consultants Indemnification 2.15 Insurance Requirements 2.16 Laws 3.0 PRICING SUMMARY FORM..8 SCHEDULE A Development of Capacity Allocation Program SCHEDULE B Development of Wastewater Collection for Properties Outside Midland SCHEDULE C Development of Septage Receiving Options SCHEDULE D Development of Nutrient Management Program SCHEDULE E Disbursements SCHEDULE F Hourly rates of Staff for Additional Work 3.0.1 Key Project Team Statement A 3.0.2 Sub-Consultant List Statement B 4.0 EVALUATION/SELECTION/AWARD PROCESS 18 4.1 Evaluation Committee 4.2 Selection Criteria 4.3 Proposal Submission i

TABLE OF CONTENTS CONT D Description Page 5.0 SPECIFICATIONS.20 5.1 Scope of Work General 5.2 Engineering Services 5.3 The Town of Midland Involvement and Responsibilities 5.4 Payment of Consulting Services SCHEDULE A, B, C, D Lump Sum Price for Pre-design, Design and Tendering Stages SCHEDULE E Disbursements SCHEDULE F Hourly Rates for Staff for Additional Work Appendicies 6.0 Appendix 1 Health and Safety General Contractor Contract and Pre-Job Checklist..23 ii

1.0 INTRODUCTION 1.1 BACKGROUND The Town of Midland is serviced by one (1) Wastewater Treatment Plant, six (6) pump stations and approximately 95 km of sanitary sewer which collect both industrial and domestic wastewater. The plant consists of a SCADA system, fine screening and grit removal in the headworks, primary clarification, aeration, secondary clarification, chlorination, dechlorination, sludge digestion, storm equalization and septage receiving. The plant has a rated capacity of 15,665 cubic metres per day with an average flow of 8,500 cubic metres per day. 1.2 INTENT OF PROPOSAL The Town of Midland Public Works Division intends to select a Consultant to carry out the scope of work under this Request, based on the Proposal submitted and the evaluation indicated in this Request. Town of Midland staff shall remain intimately involved throughout the entire process and it shall be the responsibility of the Consultant to schedule regular meets with Town of Midland staff during the various stages of this project. 1.3 DEFINITION OF TERMS In this Request for Proposal, the following terms/abbreviations are defined as listed below unless otherwise specified: PROPONENT or CONSULTANT means the vendor responding to the Request for Proposal LD means Local Distributor RFP means Request for Proposal EVALUATION COMMITTEE means a committee consisting of Town of Midland staff assembled to evaluate the RFP responses. 1.4 CONTACTS Any clarification of this document or request for additional information required by the Consultants should be directed in writing, (no oral requests), to the following person depending upon the nature of the clarification. 1

Requests shall be received NO LATER THAN SIX DAYS PRIOR TO THE CLOSING DATE identified in this Proposal request. Mr. Shawn Berriault Director of Public Works Town of Midland 575 Dominion Avenue Midland, Ontario L4R 1R2 Phone: (705) 526-4275 ext. 2217 Fax: (705) 526-9971 Email: sberriault@midland.ca During the Proposal period, no officer, agent or employee of the Town of Midland is authorized to alter orally any portion of these documents. Any alterations required will be issued to all Consultants as written addenda. Addenda shall be considered as an integral part of the contract documents. The Consultant shall list in its Proposal document all the addenda that were considered when its Proposal was prepared. Although every effort will be made to ensure that the Consultant receives all addendum, it is the responsibility of the Consultant to ensure all addenda issued have been received. 1.5 PROPOSED PROJECT TIMING RFP Issuance Wednesday, July 9, 2014 RFP Closes Wednesday, July 23, 2014 at NOON Award Date...Monday, July 28, 2014 Completion of Final Report....Wednesday, October 15, 2014 2

2.0 GENERAL TERMS AND CONDITIONS 2.1 CLOSING TIME AND DATE Proposals in sealed envelopes, clearly marked as to contents, will be received until no later than 12:00 NOON local time, Wednesday, July 23, 2014 and should be addressed to The Town of Midland, Public Works Department, 575 Dominion Avenue, Midland, Ontario, L4R 1R2, Attention: Mr. Shawn Berriault, Director of Public Works and clearly marked Request for Proposal - E03-044069. Proposals received after the closing time and date will not be accepted. Please allow yourself sufficient time to deliver your Proposal. Please note that courier delivery companies do not offer morning delivery service to the Midland area. It is the responsibility of those submitting Proposals to ensure the same is received by the Town of Midland. All Proposals submitted after the stipulated time will be returned, unopened, to the respective Proponent. Interested Proponents must understand and agree that this is an invitation for Proposal, not a tender call. Proponents responding to the RFP do so AT THEIR OWN RISK. No cost for the Request for Proposal or receiving of Proposal will be incurred by the Town of Midland. 2.2 REQUIREMENTS AT CLOSING Two (2) copies of the response to the Request for Proposal and one electronic copy (in Microsoft Word format) shall be provided. Each copy is to be bound and include a cover that clearly identifies the responding firm. The Proposal must contain a table of contents to facilitate cross-reference of the information contained in the Proposal to the requirements of the Request for Proposal, as per section 4.3 As well, a completed, signed and sealed Pricing Summary Form as shown in Section 3.0 must be included. 2.3 COURIER/FACSIMILE It is in the Consultant s best interest that they do not submit Proposals via a Courier Service. Some Courier Services will not accept Tenders/Proposals and therefore the Consultant could not comply with our request to clearly identify the sealed envelope as a Proposal. Proposals sent by facsimile machine or e-mail will not be accepted. 2.4 CONSULTANTS TO INVESTIGATE Consultants must satisfy themselves by personal examination and investigation of the proposed work and by such other means as they may prefer, as to actual conditions and requirements of the work. Consultants are not to claim at any time after submission of their 3

Proposals that there was any misunderstanding of the terms and conditions of the proposed work. 2.5 PRICES Prices shall be firm not subject to escalation in Canadian funds, open for acceptance for 90 days after closing of the RFP, and include all taxes where applicable except the Harmonized Sales Tax (HST). It is acknowledged that the successful bidder will be paid HST and it should be listed separately on the successful bidders invoices only. Prices submitted should be at most favored customer pricing as offered other customers in 2014, and shall also be guaranteed until the project is complete. The budget for this RFP is $75,000.00. 2.6 INFORMAL PROPOSALS Proposals that are incomplete, conditional or obscure, or which contain additions not called for or issues, alterations or irregularities of any kind may be rejected as informal. The Town of Midland reserves the right to waive informalities at its discretion. 2.7 DISCLOSURE The information supplied in response to the RFP will be subject to the provisions of the Municipal Freedom of Information and Individual Privacy Act. The Proponent shall ensure that all work performed on the site is performed in a manner consistent with the standards and objectives of the Town s Health and Safety Policy. The Proponent understands that work may be immediately suspended by the Town, its agents or servants, in the event of non-compliance with the Town s Health and Safety policies. NOTE: Any Contractor that performs work for the Town of Midland must adhere to our Town of Midland Health and Safety Policies and Procedures. All Constructors used by the Town must receive, review and sign the attached Forms HS-14 General Contractor Contract and Pre-Job Checklist. Also, The Town of Midland must be in possession of a current Clearance Certificate from the WSIB at all times throughout the duration of the Contract (including the maintenance period). It is the responsibility of the successful Proponent to ensure the Town is always in possession of a current Clearance Certificate (i.e. every 90 days). Please note, every bidder for this Request for Proposal must submit the completed HS-14 Pre-Job Checklist as found under Appendix 1 of this Proposal in order for your Proposal to be considered. 2.8 OFFER OPEN FOR ACCEPTANCE Submitted Proposals shall be valid and subject to acceptance by the Town of Midland on the basis of the Proposal and dollar amount for a period of up to and including ninety (90) days from the date of closing of this Proposal request. 4

2.9 CLARIFICATION OF PROPOSALS After the closing date of the RFP the Town of Midland Public Works Wastewater Department shall undertake whatever evaluation activities it deems necessary to verify claims and evaluate the Proposal. The Town of Midland has no obligation to keep any of the bidders informed of its discussions with other bidders. 2.10 AWARD The award, subject to Council approval in consultation with the Public Works Wastewater Department, shall be made to the Consultant whose Proposal is determined to be the most advantageous to the Town of Midland, and be within our budget, taking into consideration price and the other evaluation factors set forth in the RFP. It is expected that a decision on the selection of the Consultant be made by the Town of Midland Staff as per the schedule shown. Please note, the lowest or any particular Proponent will not necessarily be accepted. The criteria to be considered by the Town in awarding the Contract will include a combination of price, scheduling, expertise, qualifications, and such other conditions as may be determined by the Town to be in its own best interest, provided the Proposal is within the Town of Midland budget. The Town reserves the right, in its absolute discretion, to reject any or all Proposals, or to award the contract to other than the Tenderer submitting the lowest Proposal, provided that Council, it its sole and absolute discretion, decides that it is in the best decision of the Town of Midland to do so. Decision of the Public Works Wastewater Department and the Council of Midland is final. 2.11 NEGOTIATIONS The Town of Midland reserves the right to enter into negotiations with the Proponent of Choice after shortlist and evaluation. The Town of Midland may terminate negotiations if, in our sole opinion, we believe we cannot achieve a negotiated agreement that is in the best interest of the Town of Midland. No Proponent shall have rights against the Town of Midland arising from such negotiations or termination thereof. If, after successful negotiations with the Proponent of choice, the Town of Midland has formally accepted the designated Proponent s final submission, a contract may be confirmed, in the form of a confirmation Purchase Order or by the Town of Midland s endorsement of a negotiated document (in accordance with our Terms, Conditions and Specifications) from the recommended Proponent s firm. 2.12 CONSULTING SERVICES AGREEMENT The selected Consultant shall be prepared to enter into an agreement for Consulting Services, generally modeled on the current Association of Professional Engineers of Ontario standard format with the following exceptions: 5

1) The section on Patents to be modified to allow the Town of Midland use of concepts and products. Processes produced or resulting from the services rendered by the Consultants in connection with the project or which are otherwise developed or first reduced to practice by the Consultant in the performance of services for this project. 2) All Tender documents, specification drawings and spreadsheets are the property of the Town of Midland. 2.13 TERMINATION The Town of Midland may terminate the contract at any time if they deem in their best interest to do so. The Town of Midland shall be relieved of all further obligations hereunder except for the payment of the balance outstanding for the work performed to the time of termination, plus all proper costs incurred by the Proponent resulting directly from termination. In no event shall the Proponent be entitled to damages or compensation for anticipated profits that may be lost because of such termination. 2.14 CONSULTANTS IDEMNIFICATION The successful Consultant shall indemnify and save harmless Town of Midland employees and its agent from and against all losses and all claims, demands, payments, suits, actions, recoveries and judgments of every nature and description made, bought or recovered against the Town of Midland by reason of any act or omission of the Consultant, their agents or employees, in the execution of their work. The successful Consultant shall be responsible for any and all damages or claims for damages or injuries or accidents done or caused by them, their agents, subcontractors or employees, resulting from the prosecution of the works, or any of their operations, or caused by reason of the existence of location or condition of the works, or of any materials, plant or machinery used thereon or therein, or neglect or omission on their part, or on the part of any of their agents, subcontractors or their employees, to do or perform any or all of the several acts or things required to be done by them under and by these conditions and such damages and claims for damages. 2.15 INSURANCE REQUIREMENTS The successful Consultant must be a member in good standing with the Professional Engineers of Ontario or the Ontario Association of Architects and will be required to provide the following insurance: a) Comprehensive General Liability and Automobile Insurance The Insurance Coverage shall be $5,000,000 for general liability and $2,000,000 for automobile insurance. When requested, the Consultant shall provide the Client on our form with proof of Comprehensive General Liability and Automobile Insurance (inclusive limits) for both owned and non-owned vehicles. 6

b) Professional Liability Insurance The Insurance Coverage shall be in the amount of $2,000,000. When requested, the Consultant shall provide to the Client satisfaction proof of Professional Liability Insurance carried by the Consultant and in accordance with the Professional Engineers Act (1990), as amended. c) Change in Coverage It is understood and agreed that the coverage provided by these policies will not be changed or amended in any way, nor cancelled by the Consultant until sixty (60) days after written notice of such change or cancellations has been personally delivered to the Client. 2.16 LAWS The final contract with the successful bidder shall be governed by the laws of the Province of Ontario. 7

3.0 PRICING SUMMARY FORM CONSULTING SERVICES TO: The Corporation of the Town of Midland 575 Dominion Avenue Midland, Ontario L4R 1R2 Attn: Shawn Berriault, C. Tech Director of Public Works Engineering Department Sir: I/WE DECLARE that the matters stated in the said Proposal, are in all respects true. The undersigned has carefully read the Documents as per the Proposal, and is otherwise satisfied as to the conditions under which the work is to be carried out, and do hereby bid for and offer to enter into a contract for the Consulting Services. The undersigned hereby agrees to comply in all respects with the Conditions attached hereto, which terms and conditions are to be read with and form part of this Proposal. Acceptance of this Proposal and the issuance of a purchase order will be considered a binding contract upon both parties. If specified at any time by the Town of Midland, it is acknowledged and agreed that the terms and conditions and any representations made in reference to this Proposal will be incorporated in a contract to be executed by the parties once the Town of Midland has formally accepted the Proposal offer. I/WE FURTHER DECLARE that addenda have been received for this Proposal document and are attached to this submission, and that I/WE understand it is the Proponent s ultimate responsibility to ensure all addenda issued have been received. The Proponent warrants that the proposed price(s) shall be valid and binding upon the Proponent for not less than ninety (90) days. The Proponent agrees to perform the work in compliance with the required completion schedule stated in the Proposal documents. Dated at this day of 2014. Firm Name Street Address Signing Authority City Postal Code Phone Number Fax Number Email Address 8

3.0 PRICING SUMMARY FORM CONT D SCHEDULE A Lump Sum Pricing Development of Capacity Allocation Program ITEM # DESCRIPTION UNIT ESTIMATED QUANTITY A.1 Develop a user friendly L.S. 1 spreadsheet or database that staff can utilize to track the plant capacity (should calculate existing flows for firm and proposed development committed allocation via approved plans) Existing forms now used would be MMA or MoE capacity tracking forms. PRICE AMOUNT BID Sub-Total Section A $ 9

3.0 PRICING SUMMARY FORM CONT D SCHEDULE B Lump Sum Pricing Development of Wastewater Collection for Properties Outside Midland s Boundaries ITEM # DESCRIPTION UNIT ESTIMATED QUANTITY B.1 Review possible commitments for L.S. 1 wastewater collection from properties outside of Midland s boundary. Develop a policy to allow connection to municipal services including min and max limits and common practices on costing. (example Martyr s Shrine, Township of Tiny or Tay, Wye Heritage Marina. B.2 Review the capacity in the Heritage L.S. 1 Trunk Sanitary Sewer System (see attached plan for limits). B.3 Tie the capacity at the plant, the L.S. 1 capacity in the Heritage System with allocation for Tay Township s west limits and allocation at the end of the system (Hanson Lands). AMOUNT BID Sub-Total Section B $ 10

3.0 PRICING SUMMARY FORM CONT D SCHEDULE C Lump Sum Pricing Development of Septage Receiving Options ITEM # DESCRIPTION UNIT ESTIMATED QUANTITY C.1 Review the option to develop a L.S. 1 Septage Receiving System on Town owned property along the Heritage Trunk System. (Capacity should tie into Section B). AMOUNT BID C.2 Develop preliminary design layout generic sizing of a septage receiving facility. C.3 Review current septage disposal needs in the area, Penetanguishene, Tiny, Tay, County of Simcoe, to see what volumes may be needed in the area and to see how Midland could use current and future capacity as a revenue generator. C.4 Establish a business case for a septage receiving facility and rate structure for the system including an Agreement form using best management practices. C.5 Develop a safe limit of capacity that can be allocated to septage receiving. This limit should look at the Town of Midland population forecasts to 2031 including the possible location for a receiving facility (as noted above). C.6 The Consultant should review flow projections from Tiny Township and incorporate them into the flow projections of the area septage and the capacity of the septage receiving facility (using current reports). L.S. 1 L.S. 1 L.S. 1 L.S. 1 L.S. 1 Sub-Total Section C $ 11

3.0 PRICING SUMMARY FORM CONT D SCHEDULE D Lump Sum Pricing Development of a Nutrient Management Program ITEM # DESCRIPTION UNIT ESTIMATED QUANTITY D.1 Review the Towns current Nutrient L.S. 1 Management Program. AMOUNT BID D.2 Review the best management practices in the industry and outline options for the Town of Midland. D.3 Review current practices and any cost saving measures that should be incorporated in the short term and in the long term. L.S. 1 L.S. 1 Sub-Total Section D $ 12

3.0 PRICING SUMMARY FORM CONT D SCHEDULE E Disbursements (estimate only) ITEM # DESCRIPTION ESTIMATED EXPENSES E.1 All Schedule A Services AMOUNT BID E.2 All Schedule B Services E.3 All Schedule C Services E.4 All Schedule D Services NOTE: On a separate page itemize the nature of disbursements for each of the items above (i.e. printing, plants, mileage, accommodations, telecommunications etc. Please complete: Sub-Total Section E $ % Markup on Disbursements (Note: No markup permitted on subconsultants) 13

3.0 PRICING SUMMARY FORM CONT D PRICING SUMMARY (1) Sub-Total of - Section A $ - Section B $ - Section C $ - Section D $ - Section E $ TOTAL PROPOSAL PRICE $ REPEAT TOTAL CONTRACT PRICE IN WRITING BELOW: 14

3.0 PRICING SUMMARY FORM CONT D SCHEDULE F Hourly Rates of Staff for Additional Work STAFF POSITION /NAME UNIT UNIT PRICE 15

3.0 PRICING SUMMARY FORM CONT D 3.0.1 Key Project Team Statement A TEAM MEMBER NAME TITLE OF TEAM MEMBER ROLE OF TEAM MEMBER 16

3.0.2 Sub-Consultant List Statement B SUB-CONSULTANT NAME SUB-CONSULTANT ADDRESS ROLE OF SUB-CONSULTANT 17

4.0 EVALUATION/SELECTION/AWARD PROCESS 4.1 EVALUATION COMMITTEE The Consultant s submission will be referred for review to an Evaluation Committee of Town of Midland Staff, consisting of the Director of Public Works, Director of Finance, Town Engineer and Manager of Water and. 4.2 SELECTION CRITERIA The Consultant s Proposal shall be evaluated based on: a) The overall methodology/approach to the project and directly-related company experience. b) The qualifications, experience, references and involvement of each key member of the project team, sub-consultants and other specialists. c) Cost of the consulting services including details as to the method and basis of compensation including a detailed cost breakdown and lump sum cost. Evaluation of each Proposal relative to the others shall give due consideration to: 1. Company and Key Personnel Experience Weight - direct company experience with similar projects.10% - key personnel experience with similar projects...10% 2. Technical Approach - quality of overall approach, methodology, work plan, project schedule (responsiveness to meet or exceed requirements)....25% 3. Consulting Services Cost - cost of consulting services with details as to the method and basis of compensation including a breakdown of overall cost including all fees and other charges..50% 4. Method of Evaluating Cost Cost of Lowest Proposal x Full weight of cost criteria Cost of Proposal being Evaluated hourly rates for additional work... 5% In addition to the stated evaluation criteria, on occasion, the evaluation committee may need to use additional (non-quantifiable) criteria in arriving at their final decision, 18

particularly when deciding between a small number of short-listed Proponents or when two Proposals are very close in the scoring. Although every effort will be made in the RFP to indicate the basis on which the Proposals will be evaluated, the final decision as to the use of evaluation criteria rests with the Town of Midland and the evaluation committee. After an initial review of the Proposals based on the evaluation criteria a short list of Consultants may be interviewed and requested to provide a short presentation (approximately 1 hour) outlining their Proposal at no additional cost to the Town of Midland. The final evaluation will be based on the Proposal and the oral interview and presentation, if required. 4.3 PROPOSAL SUBMISSION Two copies of the Proposal should be submitted in a straightforward format. The Proposal shall be limited to 20 single-sided pages or 10 double-sided pages, excluding the Pricing Summary Form and team member resumes. Include the following elements as a minimum within the Proposal: (See Section 2.2 for additional requirements.) 1) Understanding of the service deliverable and describe the proposed approach that is comprehensive in addressing the undertakings outlined in this RFP. The Proposal should include items which are warranted based on the requirements outlined but may not be necessarily noted. A detailed schedule is to be provided and include key milestones, review meetings, and draft and final submissions. 2) A list and brief description of similar projects completed within the last (2) two years where the proposed key personnel have been involved. Information shall include date of projects and client reference names and telephone numbers. 3) Project team personnel (Pricing Summary Form, Statement A) including key personnel, sub-consultants (Pricing Summary Form, Statement B) or other specialists to be assigned to the project, their qualifications, experience, expertise and involvement on the project. Append resumes of key personnel. 4) Completed pricing Summary Form 5) Hourly rates schedule by job title for all project team members for work beyond the scope of work indicated in this RFP. Hourly rates shall reasonably reflect actual costs and be consistent with the rates used for the lump sum calculation (part of completed Pricing Summary Form). Hourly rates shall be considered as part of the Proposal evaluation process. 6) All disbursement descriptions and rates not included in Schedules B of the Pricing Summary Form (Part of completed Pricing Summary Form). 19

5.0 SPECIFICATIONS 5.1 SCOPE OF WORK - GENERAL This scope of work is not intended to be all encompassing and complete. Your Proposal should expand on the scope of work with a listing or work activities that the Consultant would undertake for a complete project. Subsequent to the award of the assignment, the Town, in consultation with the successful Consultant, may refine the project requirements if necessary. 5.2 ENGINEERING SERVICES The scope of work entails full engineering services from initial planning, EA process, through to design. It shall include, but not necessarily be limited to, all activities necessary to: 1) Drawings shall be computer generated on a CAD system and be in one of the following formats: i. DWG AutoCAD ii. DGN Bentley Microstation Preferred drawing size is Engineering D size (22 x 34 ) 2) All drawings will become the ownership of the Town of Midland upon conclusion of the project as described in this RFP. General Notes 3) Include formal and informal meetings with the Town of Midland and the contractor during all phases of the project, including initial discussion on site alternatives and design details. 4) In your schedule allow two (2) weeks for the Town of Midland review of major documents and one (1) week for minor review requirements. 20

5.3 THE TOWN OF MIDLAND INVOLVEMENT AND RESPONSIBILITIES The Town of Midland agrees to provide available information and supply the following services to the successful Consultant: 1) Make available for viewing and loan (must be returned to the Town of Midland) all appropriate available information and documentation relevant to the project. The Consultant is responsible for verification of the accuracy of all information taken from drawings and documents provided by the Town of Midland. 2) Provide access as required to any facilities on a pre-arranged basis. 3) Provide meeting space at the Town of Midland Municipal Office, 575 Dominion Avenue, Midland Ontario for project meetings. 4) Provide timely approvals of all documents or drawings submitted for review. 5) Provide drawings of any existing infrastructure. 6) The Town of Midland shall pay for any permits required by the Consultant. 5.4 PAYMENT OF CONSULTING SERVICES Payment shall be made based on detailed invoicing, submitted on a regular basis as mutually agreed upon by both parties. All invoices should include a separate line item for Harmonized Sales Tax (HST) at the current rate (13% at the time of issuance of this RFP). Schedule A, B, C, D Lump Sum Prices Payment at the Lump Sum price rate for each stage shall be full compensation for all labour, equipment and material necessary to carry out the work to complete the duties under items within this Schedule. Payment shall be on a percentage completion basis. Schedule E Disbursements Disbursement charges based on actual units and unit rates shown in the RFP Pricing Summary Form. 21

Schedule F Hourly Rates of Staff for Additional Work All hourly rates indicated shall be full compensation for all labour, equipment and material necessary to perform the work as specified. All incidental costs associated with the work shall be included in the hourly rate. Hourly rates shall apply only for additional work beyond the scope of Pricing Summary Form Schedule A, B, C and D. The Consultant shall not be due any payment for any Schedule F Items unless the work is ordered or previously approved by the Town of Midland. Schedule F pricing is not to be included in the total price bid for the RFP works. 22

6.0 APPENDIX 1 HEALTH AND SAFETY GENERAL CONTRACTOR AND PRE-JOB CHECKLIST 23

24

375 350 TRUNK SANITARY SEWER AC CONC PVC Catchment Area G eorgian Bay ¹!P Midland WWTC E Hugel Ave. Yonge St. Aberdeen Blvd. 500 500 500 300 500 500 [Ú 400 400 350 350 350 1,720,085m² William St. 350 450 350 350 450 300 450 300 300 Robert St. Manly St. Galloway B lvd. 450 450 400 350 350 7,225,530m² 350 350 King St. 350 350 375 375 375 Little Lake 375 375 375 Highway 12 375 375 375 375 375 375 375 County Rd. 93 Highway 93 SUBJECT TRUNK SANITARY SEWER This map, either in whole or in part, may not be reproduced without the written authority from The Town of Midland. Copyright The Town of Midland, Land Information Network Cooperative - LINC 2013. Produced (in part) under license from: the Cities of Barrie & Orillia, the O ntario Ministry of Natural Resources (Copy right - Queens Printer 2013). Teranet Enterprises Inc. and its suppliers all rights reserved, and Members of the Ontario G eospatial Data Exchange. THIS IS NOT A PLAN O F SURVEY 1:16,000 I TOWN OF MIDLAND GIS/IT Department