REQUEST FOR PROPOSAL
DRIFTPILE FIRST NATION
WASTEWATER TREATMENT FACILITY
Proposals marked “Contract 1 Equipment Supply for Wastewater Treatment Equipment” will be received at the office of M2 Engineering, #708, 10216 – 124 Street, Edmonton, AB, T5N 4A3, before 16:00:00 Mountain Standard Time, on the 11th day of January, 2018 (“Proposal Closing”).
The intent of the RFP is to obtain offers for supply, design, fabrication, shipment, onsite integration, and commissioning of packaged wastewater treatment equipment, including phosphorous chemical removal equipment, aeration equipment, biological treatment processes/equipment, programming, wiring, electrical panels and junction boxes, starters, VFDs, and all other ancillary support systems for stand-alone functionality of the equipment.
This RFP is not a tender/bid and is not subject to the laws of competitive bidding. No bid contract or agreement is created by submission of a proposal.
This RFP is advertised publicly on the public procurement websites: CoolNet Alberta Electronic Plans Rooms, Etegri Electronic Plans Room, and MERX. RFP Documents are available only to Proponents that meet the following requirements:
- Proponents must submit request to M2 Engineering for RFP Documents in writing, via e-mail, to Nathan Miller (millern@M2eng.ca) and Mohammed Zakee Shaikh (shaikhm@M2eng.ca).
- RFP documents will be available to Proponents who are equipment supply manufacturers that provide engineered solutions. Only proposals from Proponents who are equipment supply manufacturers providing engineered solutions will be considered and evaluated for this RFP.
- The interested Proponent must provide a copy of the Proponent’s design engineer’s APEGA (Association of Professional Engineers and Geoscientists of Alberta) member number/license, for the engineer(s) who would be the professional engineer(s) responsible to sign, stamp and authenticate the Proponent’s design.
- The interested Proponent must provide a copy of the Proponent’s professional liability Errors & Omissions insurance. It is a requirement the Proponent carries a minimum of $5,000,000.00 in Errors & Omissions insurance.
- The interested Proponent must provide three (3) project references where their technology/equipment has been used for First Nation communities. Reference projects should be recent and have been completed within 5 years. Project references should include: project name; owner name; engineering consultant name; owner contact/reference name; owner contact/reference phone/e-mail; equipment capacity; performance data; and year commissioned.
The Owner intends to enter into an Equipment Supply Contract Agreement with the successful Proponent. The Owner also intends to Novate the Equipment Supply Contract (Contract 1) to a General Construction Contractor (Contract 3) through a Novation Agreement. The Equipment Supply Contract includes provisions for the Owner to cancel the equipment supply contract in the event sufficient funding for the project is not approved.
The major components of the equipment supply contract include the following:
- Shop Drawing Preparation
- Chemical Phosphorous Removal Equipment Supply
- Aerated Ponds Equipment Supply
- Biological Tertiary Treatment Equipment Supply
- Mechanical Blowers Equipment Supply
- Shop Testing, Field Testing, Start-up, Operation and Maintenance Manuals, Commissioning, Training, and Warranty Services
RFP Contract Documents are available by request to M2 Engineering from Proponents that meet the requirements identified above. Electronic proposal submissions will be accepted provided the Proponent sends the original documents under seal within seventy-two (72) hours of the Proposal Closing. Refer to the Instructions to Proponents for further information and requirements.
Technical enquires are to be directed to Mohammed Zakee Shaikh, E.I.T., Water/Wastewater Engineer, M2 Engineering by telephone at 1 (587) 410‑0460 or by e-mail at shaikhm@M2eng.ca. For written enquiries, Nathan Miller should be cc’d on all e-mail communication (millern@M2eng.ca).
Proposals must be accompanied by: a letter from a Surety confirming agreement to provide performance bonding; a letter from an Insurer confirming agreement to provide insurance required; and, a copy of the Proponent’s Health and Safety Program Certificate of Recognition (COR) or equivalent.
The lowest or any proposal will not necessarily be accepted.
Nathan Miller, P.Eng. Dwayne Laboucan
Process Design Engineer Driftpile First Nation
M2 Engineering Chief