View Details
| Bid Classification: |
Services
|
|---|---|
| Bid Type: | RFP |
| Bid Number: | 2025195 |
| Bid Name: | Mt. Brydges Wastewater Treatment Facility Upgrades - Contract Administration and Site Inspection Services |
| Bid Status: | Closed |
| Published Date: | Thu Oct 16, 2025 2:00:00 PM (EDT) |
| Bid Closing Date: | Thu Nov 13, 2025 2:00:00 PM (EST) |
| Question Deadline: | Fri Oct 31, 2025 2:00:00 PM (EDT) |
| Electronic Auctions: | Not Applicable |
| Language for Bid Submissions: | English unless specified in the bid document |
| Submission Type: | Online Submissions Only |
| Submission Address: | Online Submissions Only |
| Public Opening: | No |
| Description: |
The Corporation of the Municipality of Strathroy-Caradoc (the “Municipality”) is seeking proposals from qualified consulting engineering firms (the “Proponent”) to provide construction, commissioning and warranty phase project management, engineering services, full-time site inspection and contract administration for a construction contract to complete upgrades to the Mount Brydges Wastewater Treatment Facility (MBWWTF). The Municipality has completed a detailed design for the process upgrades, which generally include:
The MBWWTF currently cannot reliably meet compliance limits at current flow rates due to significantly undersized RBCs. The upgrades to the Mount Brydges Wastewater Treatment Facility will restore the Plant’s ability to treat the rated capacity of 825 m3/d and ensure the MBWWTF can consistently meet compliance limits. Mount Brydges is a semi-urban and rural community located in the Municipality of Strathroy-Caradoc, within Middlesex County in southwestern Ontario. Situated about 20 km north of London, Ontario. Mount Brydges is strategically positioned to benefit from its proximity to the London area. The community of Mount Brydges has a population of approximately 3,000 residents and has experienced steady growth over the past decade, with a notable increase in residential development. Existing Mount Brydges Wastewater Treatment Facility The MBWWTF is located at 22416 Mill Road, Mt. Brydges. It was constructed in 2011 with a design capacity of 825 m3/day, to treat domestic wastewater generated by the community of Mount Brydges. Currently the plant is comprised of two rotating biological contactors, two clarifiers, three sand filters, chemical addition for pH and Phosphorus control and UV Disinfection. Since 2019, the Municipality has not been able to consistently meet effluent limits at the plant throughout the year, particularly with ammonia, despite average daily flows of less than half of its rated capacity. The Municipality has been actively engaged with MECP District Office and Approvals Branch to assess and mitigate these issues. In 2022, an external Consultant was retained by the Municipality to undertake the design for the MBWWTF upgrades project, which includes the addition of a new Headworks Building and a sludge holding tank, converting the existing RBC system to extended aeration along with other associated upgrades. The construction contract for the process upgrades is anticipated begin in early 2026 and be completed by 2027.
INFORMATION FOR BIDDERS
GENERAL TERMS AND CONDITIONS A - AGREEMENT: The Consultant will be required to enter into an agreement for professional consulting services with the Municipality as per Municipality’s purchasing by-law. The agreement will provide that the Consultant shall not undertake any work that is beyond the terms of reference for the project in the accepted proposal without the written authorization of the Municipality. Upset limit of the total cost of the study shall not be exceeded without the written approval of Municipality. The agreement will be the current version of the standard MEA/CEO Agreement. B - INSURANCE: The successful bidder shall provide a certificate of insurance including:
Insurance coverage must in all respects be satisfactory to the Municipality and shall be maintained continuously by the Consultant from either the commencement of the Services or the signing of the Contract, whichever is earliest. The policies must be endorsed to provide the Municipality with not less than thirty (30) days’ written notice in advance of cancellation, or any change or amendment restricting coverage. C - WORKPLACE SAFETY AND INSURANCE BOARD (WSIB) REQUIREMENTS: The successful bidder shall furnish a WSIB Clearance Certificate indicating their WSIB firm number, account number and that their account is in good standing. This form must be furnished prior to commencement of work. The bidder further agrees to maintain their WSIB account in good standing through the contract period. The Municipality may require the successful bidder to produce a WSIB Clearance Certificate from time to time during the contract on request and/or prior to final payment as deemed necessary by the Municipality. If the successful bidder is a self-employed individual, partner or executive officer who does not pay WSIB premiums and is recognized by WSIB as an ‘independent operator’ a letter from WSIB acknowledging independent contractor status and confirming that WSIB cover is not required must be provided to the Municipality prior to commencement of work. D - HEALTH AND SAFETY: All work performed under this Contract must be carried out in accordance with the Municipality’s Health and Safety Policy and any federal and provincial health and safety legislation and regulations. Failure to comply with this condition will be considered a breach of contract. E - INFORMATION REQUESTS: The Consultant shall be responsible for obtaining all data and information required to complete the Project. The Municipality will provide assistance with, but is not responsible for, obtaining information. The Consultant may request specific information from the Municipality by way of a Request for Information and the Municipality may provide, if available. F - MUNICIPAL FREEDOM OF INFORMATION AND PROTECTION OF PRIVACY ACT (MFIPPA): In accordance with the Municipal Freedom of Information and Protection of Privacy Act, as amended, personal information Bidders provide is being collected under the authority of the Municipal Act and will be used in the selection process. All bids submitted become the property of the Corporation of the Municipality of Strathroy-Caradoc. In accordance with MFIPPA the proposals received are recognized as proprietary and confidential information, the disclosure of which could cause the Bidder injury. G - AWARD OF PROJECT CONTRACT: Consideration for award shall only be undertaken in relation to Bidders who are determined by the Municipality to have satisfied all the requirements. Contract award will be based on a technical-cost based evaluation that may include past performance with the Municipality. The Municipality reserves the right to accept or reject any and all proposals. The Municipality may reject any Bidder who is involved in litigation with the Municipality, its elected or appointed officers and employees in relation to any contracts or services, or any matter arising from the Municipality’s exercise of its powers, duties or functions. H - OWNERSHIP AND COPYRIGHT: All materials and information prepared, conceived or produced and delivered to the Municipality in the preparation of the Proposal and the negotiation and performance of any Agreement by the Proponents, shall be the sole property of the Municipality. I - FEE STRUCTURE The consultant shall provide a total upset limit cost to complete each task or item associated with this Project as defined within this document. The Total Cost shall be fully inclusive and cover all expenditures relating to this work including disbursements, travel and any other incidental costs. All rates must include all labour, materials, incidentals, equipment and deliverables necessary to complete the project as specified within this document. The consultant shall be paid based on the actual time and disbursements incurred up to total upset limit for the agreed and approved total cost of the study including the cost of any sub-consultants and equipment rentals. The Municipality reserves the right, at the selections stage, to delete components of work due to budget constraints and reduce the total study cost accordingly. All applicable taxes are to be shown separately.
DETAILED SCOPE OF WORK The following sections include selected details on the minimum scope of work expected from the Proponent. This is by no means intended to be an exhaustive list of the work required to successfully complete this assignment and Proponents are encouraged to include additional details of all scope they deem necessary to complete the project in their Proposals. PROJECT OBJECTIVE The objective of the upgrade works is to mitigate both short-term compliance issues and improve long-term operational efficiency and resiliency of the Mount Brydges Wastewater Treatment Facility. Specifically, the project aims to:
PROJECT SCOPE OF SERVICES The successful Proponent shall provide professional engineering services during the construction, commissioning and warranty phases of the Mount Brydges Wastewater Treatment Facility (WWTF) Upgrades project. Services will include, but not be limited to: PROJECT MANAGEMENT & CO-ORDINATION
CONTRACT ADMINISTRATION
FULL-TIME SITE INSPECTION
ENGINEERING SERVICES, TECHNICAL SUPPORT & QUALITY ASSURANCE
REGULATORY & COMPLIANCE SUPPORT
PROJECT COMPLETION SERVICES
PROVISIONAL ALLOWANCES Provisional Allowances are to be used for project work that cannot be accurately priced at the time of Proposal development. The Table of Items and Prices includes the amount of allowance for each item. The Consultant will be responsible to competitively price the work and/or develop a detailed scope of work and may be requested to retain up to three (3) quotes from specialized subconsultants. The Consultant must receive written approval from the Municipality prior to undertaking any Provisional Allowances. The allowable markup for any provisional, subconsultant services shall be 5%.
KEY DELIVERABLES The Proponent shall provide the following deliverables during the course of the assignment:
PROJECT TEAM REQUIREMENTS The Proponent shall provide a qualified project team with demonstrated experience in wastewater treatment facility construction and contract administration. Key personnel shall have the minimum experience as noted below. Key personnel may take on multiple roles where appropriate.
CONSTRUCTION SCHEDULE The Consultant shall ensure the Contractor produces an accurate, detailed and realistic Overall Construction Schedule. The Consultant shall review the Contractor’s Schedule in detail and provide analysis and comments, in particular for construction staging and commissioning. The Consultant shall monitor progress and ensure the Contractor updates their Overall Construction Schedule monthly. The Consultant shall also ensure the Contractor provides detailed two-week look ahead schedules at each bi-weekly progress meeting.
PROPOSAL FORMAT Proposals shall be limited to a maximum of seven (7) pages excluding Mandatory Requirements, Resumes and Project Reference Sheets. Proposal format is open to the bidder. Concise, clear and brief submissions are preferred and may be reflected in the proposal scoring. The proposals should include the following Sections at minimum:
EVALUATION CRITERIAThe Municipality will be utilizing a 2-envelope method for evaluation of the proposals (80% Technical, 20% Cost).
Proponents must achieve a minimum technical score of 60% in order to proceed to the Cost Evaluation phase. Should Proponents fail to meet the minimum technical score their Cost package will not be considered.
1 – [(B-A)/A] x .20 = Final Cost Score A—Lowest Bidder’s cost. B—Bidder’s cost being scored. C—Maximum number of cost points available (20%). If the formula results in a negative number (which will occur when the Bidders cost is more than twice the lowest cost), zero points shall be assigned.
TECHNICAL EVALUATION: Corporate Experience (10%)
Project Understanding, Work Plan & Methodology (25%)
Team Member Experience (40%)
Project References (15%)
Project Time-Task Matrix (10%)
|
| Bid Document Access: | Bid document preview, bid opportunity, and award notices are available on the site free of charge. Suppliers are not required to register for a bid opportunity prior to previewing unsecured bid documents. Please note, some documents may be secured and you will be required to register for the bid to download and view the documents. To download secured documents and/or to participate in this opportunity, you will need to have a subscription plan or buy Pay-Per-Bid access for this opportunity (available if you don't have an active subscription). |
| Categories: |
Show Categories [+]
|
