Please have your pre-qualification document submitted before closing at 3:00:00 p.m. Local Time Thursday January 29, 2009.

Similar documents
Contractor Prequalification

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

MARYLAND STADIUM AUTHORITY

Supply of Office Furniture, Fittings, Furnishings & other Equipments.

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

JUNE 2017 CHIEF EXECUTIVE OFFICER TANATHI WATER SERVICES BOARD KIDP BUILDING, KALAWA ROAD PRIVATE BAG KITUI

CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX NAIROBI

Oxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS

REQUEST FOR QUOTATIONS Crushed Gravel

PRE-QUALIFICATION DOCUMENT FOR SUPPLY AND DELIVERY OF STAFF UNIFORMS, SPORTS GEAR AND SHOES MAY 2015 CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD

RFQ Drainage Ditching and Culvert Replacement

GUYANA POWER & LIGHT INC. Prequalification of CONTRACTORS. For

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017

Northwest Business Park, Building 5, Bay 3. Issued for Tender: August 24, Substantial Date: November 17, 2017

MARYLAND STADIUM AUTHORITY

STANDARD SPECIFICATION SECTIONS. November 2016 Physical Resources Design, Engineering and Construction

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017

NOTICE TO PROSPECTIVE BIDDERS REGARDING PRE-QUALIFICATION FOR CONTRACTS FOR ALISAL UNION SCHOOL DISTRICT. Revised February 11, 2015

Request for Quotations Arras Weir Maintenance

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

STANDARD PROCUREMENT PRE-QUALIFICATION DOCUMENT FOR

STANDARD PROCEDURE FOR PRE-QUALIFICATION OF CONTRACTORS

Deadline for documents submission June 11, 2009 before 12:00 hours (local time)

INVITATION FOR PREQUALIFICATION FOR THE CONSTRUCTION OF WORKS

Township of Severn REQUEST FOR PROPOSAL. Architectural & Professional Services Fire Station Replacement

PLANNING AND EVALUATION PRELIMINARY DESIGN

Request for Qualifications Statements

Q Sealed bids submitted on the included bid form ONLY in a vendor identified envelope marked: Q SharePoint Support Services

27.1 Purpose and Overview

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING PROFESSIONAL SERVICES VILLAGE OF BARTLETT COUNTRY CREEK LIFT STATION PROJECT

27.1 Purpose and Overview

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019.

COUNTY ASSEMBLY OF KILIFI

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS YORK COUNTY, PENNSYLVANIA TABLE OF CONTENTS

MINISTRY OF COMMERCE, GOVERNMENT OF PAKISTAN

United Nations Development Programme (UNDP) FOR THE

MASSACHUSETTS STATE COLLEGE BUILDING AUTHORITY REQUEST FOR QUALIFICATIONS TRADE CONTRACTOR SERVICES PART I PROJECT INFORMATION AND DESCRIPTION OF WORK

PUBLIC ANNOUNCEMENT REQUEST FOR DESIGN-BUILD SERVICES STATEMENTS OF QUALIFICATIONS (GREENVILLE CITY SCHOOL DISTRICT)

City of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station


REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District

EXPRESSION OF INTEREST (EOI) LONG FORM. Construction Contract Administration Services

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY LOWER SAUCON TOWNSHIP

Request for Quotations Airport Secure Access System

Section 4 - Bidding Forms

Federal Buildings Initiative Qualification Requirements

REQUEST FOR QUALIFICATIONS

POSTAL STATION B ENVELOPE REHABILITATION & BASE BUILDING UPGRADE CONSTRUCTION MANAGER FAIRNESS MONITOR FINAL REPORT

ENGINEERING SERVICES Phase III Construction Engineering Services for the Benedictine Parkway Improvement Project

REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL

Amity School District 4J

REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES

SPECIFICATIONS FOR TENDER # SUPPLY AND INSTALLATION OF LAUNDRY ROOM AIR SUPPLY FAN WESTERN HEALTH

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW

UAF Combined Heat & Power Replacement (CPHR)

CALL FOR TENDER - MUNICIPALITY OF THE DISTRICT OF CLARE LITTLE BROOK, N.S.


Pre Qualification Document

REQUEST FOR PROPOSALS (RFP) Design Services for District Heat Distribution System

REQUEST FOR PROPOSAL

Human Resources Consultant Compensation and Pay Equity Request for Proposal

REQUEST FOR PROPOSALS. Construction Manager CM Services Pre-Construction and Construction Services

Re: Request for Quotation for Fuel Management Services (the RFQ ), RFQ 17128

3. BIDDERS QUALIFICATION CRITERIA

A Community of Communities REQUEST FOR TENDER CBRM_T SUPPLY NEW HALF TON TRUCK. Closing: THURSDAY APRIL 5, 2018 at 3:00 PM local time

General Contractor Prequalification for the Biosolids Handling Facility at the Hailey Wastewater Treatment Plant

PEIRCE ISLAND WASTEWATER TREATMENT FACILITY UPGRADE

INSTRUCTIONS TO BIDDERS

Subject: Statement of Qualifications for Public Safety Building Design

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE ROOF AND HVAC REPLACEMENT PROJECT PW1320

Trans Canada Hwy. No.1 Donald Bridges and Approaches

A Community of Communities REQUEST FOR TENDER CBRM_T SUPPLY ONE USED ONE TON TRUCK. Closing: THURSDAY OCTOBER 18, 2018 at 3:00 PM local time

Irvine Unified School District

Pre-Qualification of Contractors (Prequalification Document) October 2017

A Community of Communities REQUEST FOR TENDER CBRM_T SUPPLY ONE NEW MID SIZE TRUCK. Closing: THURSDAY OCTOBER 18, 2018 at 3:00 PM local time

2. Clarification: The building address is 801 Henderson Street.

GENERAL REQUIREMENTS

I INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO.

ANNEX III - BID FORMS

EXPRESSION OF INTEREST (EOI) LONG FORM. Planning / Engineering Services Assignment

BALLYMUN REGENERATION LTD. INSTRUCTIONS TO TENDER FRAMEWORK AGREEMENT FOR PSDP CONSULTANT SERVICE

Incorporating the subcontractor prequalification program

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

PRE QUALIFICATION OF CONTRACTORS DEVELOPMENT OF INFRASTRUCTURE (LEFTOVER WORKS) HATTAR ECONOMIC ZONE PROJECT OUTLINE AND PREQUALIFICATION CRITERIA

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

Town of Middleton. Storm Water Outfall Repair & Soil Stabilization. Connaught Avenue. June 20, 2014

City of Portsmouth Portsmouth, New Hampshire Public Works Department RFP #52-14 REQUEST FOR PROPOSAL

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

City of Dawson Creek Request for Proposals No

Transcription:

PREQUALIFICATION OF GENERAL CONTRACTOR, MECHANICAL SUBCONTRACTORS AND ELECTRICAL SUBCONTRACTORS FOR CONSTRUCTION OF THE BROCKVILLE WPCC SECONDARY TREATMENT UPGRADE Please have your pre-qualification document submitted before closing at 3:00:00 p.m. Local Time Thursday January 29, 2009. Please submit documents on the attached forms, in a sealed envelope quoting document number and closing date, and forward to: MHPM Project Managers Inc. 2720 Iris Street (Hwy 417 at Greenbank / Pinecrest) Ottawa, Ontario K2C 1E6 Submissions must be received before the above mentioned time and date, and in accordance with the attached Forms, and Instructions. PLEASE NOTE This document is a solicitation for information only and may not be construed as a commitment of any kind given on behalf of MHPM Project Managers Inc. or the City of Brockville now or in the future. MHPM Project Mangers Inc. and the City of Brockville do not obligate themselves in any way as a result of this Request for Information. Only the execution of a written agreement will obligate the City of Brockville in accordance with the terms and conditions of that agreement. Any expenditure experienced by the respondents in preparation and submission of the pre-qualification shall not be reimbursed by the either MHPM Project Managers Inc. or the City of Brockville.

REQUEST FOR INFORMATION Prequalification of General Contractors, Mechanical Sub-Contractors & Electrical Sub-Contractors for Construction of the Brockville WPCC Secondary Treatment Upgrade TABLE OF CONTENTS SECTION 1 INTRODUCTION General... Page 3 Purpose of Request for Information... Page 3 Project Objectives... Page 4 Background... Page 4 Description of Construction Contracts... Page 4 SECTION 2 MANDATORY REQUIREMENTS CCDC 11 Document Form 1996 Edition... Page 5 Bonding Verification... Page 5 Insurance Verification... Page 5 Health and Safety Policy... Page 5 WSIB Clearance... Page 5 Schedule... Page 6 Litigation... Page 6 Financial... Page 6 Union / Non-Union... Page 6 Prequalification Form... Page 6 SECTION 3 NON-MANDATORY REQUIREMENTS Related Projects... Page 7 Approach to Selecting Sub-Contractors and Suppliers... Page 7 Key Personnel... Page 7 Good Management... Page 7 References... Page 7 SECTION 4 INQUIRIES....Page 7 SECTION 5 SUBMISSION OF PREQUALIFICATION DOCUMENTS....Page 8 SECTION 6 FORM OF SUBMISSION....Page 9 APPENDIX A Milestone Schedule and Scope of Work.... Page 9 APPENDIX B Prequalification Form (mandatory submission).... Page 10 APPENDIX C Mandatory Requirements.... Page 11 APPENDIX D Non-Mandatory Requirements.... Page 12 APPENDIX E Sample CCDC 11 Document.... Page 13 MHPM Doc. 82379-1290(2) Page 2 of 15

1. INTRODUCTION 1.1 General The City of Brockville (the Owner), needs to establish a list of qualified general contractors, mechanical subcontractors and electrical subcontractors to submit bids through the competitive tender process for the City of Brockville WPCC Secondary Treatment Upgrade project. It is anticipated that only pre-qualified mechanical and electrical subcontractors will be contracted with the successful General Contractor. The City of Brockville will not contract directly with pre-qualified mechanical or electrical subcontractors. General contractors, mechanical subcontractors and electrical subcontractors shall submit separate prequalification response documents, identifying in Appendix B their respective discipline. This pre-qualification is a general call intended to capture the maximum number of eligible proponents together with company specific information about the proponents responding to the call. All information shall be reviewed by Project Manger, design team and the City of Brockville. It shall be at the discretion of the City of Brockville to accept or reject responses from any proponent who elects to submit proposals. This pre-qualification process is administered by the Project Manager, MHPM Project Managers Inc. on behalf of the City of Brockville. The Owner reserves the right to not accept any submission and to reissue this pre-qualification at the sole discretion of the City of Brockville. Neither MHPM Project Managers Inc. nor the City of Brockville obligates itself in any way as a result of this Request for Information. Only the execution of a written contract agreement following a formal tendering process will obligate the City of Brockville in accordance with the terms and conditions of any agreement. IT IS ANTICIPATED THAT ONLY PRE-QUALIFIED GENERAL CONTRACTORS WILL BE PERMITTED TO SUBMIT BIDS FOR THE BROCKVILLE WPCC SECONDARY TREATMENT UPGRADE PROJECT. TO PREQUALIFY, A PROPONENT MUST: (1) MEET OR EXCEED ALL MANDATORY REQUIRMENTS, AND (2) ATTAIN A SCORE OF 75 OR ABOVE ON THE EVALUATED REQUIREMENTS. MHPM PROJECT MANAGERS INC. AND THE CITY OF BROCKVILE, HOWEVER, ALSO RESERVE THE RIGHT TO PERMIT ANY PROPONENT TO PROVIDE A BID AND AWARD ANY WORK DESCRIBED IN THIS DOCUMENT THROUGH OTHER MEANS. TO ENSURE ADEQUATE COMPETITION THE OWNER RESERVES THE RIGHT TO RE- ISSUE THIS PRE-QUALIFICATION TO ADDITIONAL PROPONENTS AS NEEDED. 1.2 Purpose of Pre-Qualification The City of Brockville invites information from qualified contractors to meet the overall objective of entering into a single fixed price contract to provide construction services on the Brockville WPCC Secondary Treatment Upgrade project. The intent of this document is to inform contractors about the project which in turn will enable proponents to provide information and prequalify for the primary construction contract and/or respective sub-contracts for mechanical and electrical. MHPM Doc. 82379-1290(2) Page 3 of 15

Implementing this project represents a major undertaking for the City of Brockville. Proponents will be expected to assume all responsibility for full delivery of their project components including: health and safety; insurance, temporary services and structures; building safety and security; initial building operations and maintenance, and consideration for exterior stakeholders such as adjacent parking structures, property owners and the public in general. 1.3 Project Objectives 1. Delivery of the Brockville WPCC Secondary Treatment Upgrade Project according to the schedule and budget parameters. 2. Mitigate the potential impact of unknown or unforeseen conditions on the project parameters. 3. Provide coordination between the Owner and trade contractors by working ahead of the tender period to seek approvals and agreements relating to issues that will impact the construction. 4. Be efficient and effective in selection of quality firms to undertake the project through the prequalification of contractors. 1.4 Background The Brockville Water Pollution Control Centre (WPCC) is located on the north shore of the St. Lawrence River immediately east of the City of Brockville s municipal boundary at 1807 Country Road 2 East. The WPCC is the wastewater treatment facility for the City of Brockville, as well as some residential and institutional properties located in the Township of Elizabethtown-Kitley. The Township has authority for project approval of the site plan process and building permit. The WPCC serves an estimated population of 23,000, including 10,412 residential, 93 industrial, 355 commercial and 56 institutional premises. The WPCC provides primary wastewater treatment, however, the City became aware in 2000 that the WPCC effluent was exceeding the Certificate of Approval compliance criteria for Biochemical Oxygen Demand (BOD5) concentration and loading. Optimization of the treatment process and evaluation of modifications to the existing primary treatment process were undertaken. Compliance with the existing Certificate of Approval effluent BOD5 criteria is not possible with primary treatment. A Schedule B Environmental Assessment was completed, and the City proposes to add a secondary treatment process to provide the normal level of treatment required by the Ministry of the Environment (MOE) and to achieve an effluent which is non-toxic to aquatic life, in accordance with Provincial and Federal Policies. The estimated total project cost is $46,000,000. Project funding from the Federal and Provincial governments has been secured through the Canadian Strategic Infrastructure Fund. A study was conducted to evaluate the secondary treatment and disinfection options. The study identified conventional activated sludge (CAS) as the preferred secondary treatment technology with ultraviolet (UV) disinfection as the preferred disinfection technology. These recommendations were adopted by the City. Modifications and upgrades to preliminary treatment works (screening, grit removal, primary clarification, sludge digestion, etc) and other plant elements will also be made to suit secondary treatment and long-term operational requirements. MHPM Doc. 82379-1290(2) Page 4 of 15

To assist with the project management of the secondary treatment upgrade, the City of Brockville retained the services of MHPM Project Mangers Inc. to manage and deliver the project to the parameters identified by the City. To that end, MHPM has assigned a senior project manager, assistant project manager, waste water advisor, and construction advisor. The consultant and contractors will work with these individuals and City operations staff. The team of Thompson Rosemount Group, Stantec and Hydromantis (TRG) has been retained to provide professional engineering design services and contract admin services during construction. The team has completed the preliminary design and is well underway with the detailed design. Tender ready documents are expected in March - April 2009. The design is current going forward with 3 aeration tanks, 3 circular clarifiers with submersible return activated sludge pumps, a waste activated sludge thickening building, maintenance and operations center. 1.5 Description of Construction Contracts Once pre-qualified, successful proponents shall be invited to submit bids through the tender process as General Contractors or as a subcontractor for Mechanical or Electrical work for the Brockville WPCC Secondary Treatment upgrade: 1. The tenders will be issued for a minimum three weeks starting in April 2009. 2. The requirement for a 10% bid bond is anticipated. 3. The schedules for the construction and scope of work are provided in Appendix A. 4. The form of the contracts for the project will be the CCDC Document 2 2008 Stipulated Price Contract Agreement, modified by supplemental conditions and other requirements of the City of Brockville. 5. The general contractors will have full control and responsibility for the City of Brockville site during the construction periods for all work outside of the existing facility. There will be portions of work that will be conducted in an active area within the plant. The contractors will be required to coordinate with City operations to allow for the necessary operational and maintenance access. 6. The use of a Bid Depository is not anticipated for the project. Only proponents who provide a prequalification submission, and are subsequently prequalified, will be invited to submit a tender bid and/or be carried by the General Contractors. 2. MANDATORY REQUIREMENTS (Reference Appendix C): Submission of only one (1) complete set of the following documents is required to meet the mandatory requirements for the project. To be eligible for evaluation under this Document, in addition to meeting this document s FORM OF SUBMISSION requirements, all proposals must meet the minimum eligibility requirements described below: MHPM Doc. 82379-1290(2) Page 5 of 15

2.1 Use of CCDC Document 11 Form 2008 Edition Information submitted using CCDC Document 11 Contractors Statement of Qualification, 2008 edition or an equivalent format provided all the same information is included. Proponents are reminded to update their CCDC 11 form to reflect this pre-qualification. The number of projects identified is limited to a minimum of three (3) and a maximum of five (5). 2.2 Bonding Verification Confirmation from the proponent s bonding company confirming the surety s willingness to provide a 50% Performance Bond and a 50% Labour and Material Payment Bond for the proponent. The estimated upper end construction cost for the project is $30,000,000. 2.3 Insurance Verification Submit a valid certificate or other proof of $5,000,000 Commercial General Liability Insurance. Proponents are advised that additional insurance requirements to a minimum of $2,000,000 (such as All Risks, etc.) may be requested in the Contract. 2.4 Health and Safety Policy Submit a copy of your company s Health and Safety Policy. 2.5 WSIB Clearance Provide a current CAD 7 WSIB Rating form and current WSIB Clearance Certificate. 2.6 Schedule Confirmation of ability to undertake the work commencing in the spring of 2009 and completing in late 2011. Refer to Appendix A. 2.7 Litigation The Proponent shall indicate if it is involved in any litigation, or any pending litigation, or any contractual dispute. 2.8 Financial Provide a letter from your financial institution regarding the general financial position including a named reference and contact information. 2.9 Union / Non-Union State whether your firm is union or non-union. If a unionized company, identify the contractual agreements that your firm has with the trade unions (if any). 2.10 Prequalification Form (Appendix B) Submit a completed and signed Pre-Qualification Form including addendums. The Owner reserves the right to request proponents to submit additional information as required to complete or evaluate the mandatory submissions. MHPM Doc. 82379-1290(2) Page 6 of 15

3. NON-MANDATORY (EVALUATED) REQUIREMENTS (Reference Appendix D): In addition to meeting this document s FORM OF SUBMISSION (Section 6) requirements, all proposals must meet the minimum eligibility requirements described below: 3.1 Provide on the CCDC 11 document, or equivalent, a summary of similar or related projects that you have completed within the last five (5) years including the following information: A brief description of the relevant projects; Identify projects local to Brockville or relevant in the Eastern Ontario region; Identify the method of project delivery used; and Provide the principal contact for the owner and major consultant/s complete with telephone numbers. 3.2 Provide the details of your approach to selecting sub-contractors and suppliers addressing in particular: The sub-contractors and suppliers you have successfully used on previous projects that could be used on the Brockville WPCC Secondary Treatment Upgrade project; Your approach to achieve competitive pricing and excellent quality; and Strategy for attaining sufficient labour, materials and equipment in the currently aggressive Eastern Ontario construction market and in the smaller community of Brockville. 3.3 Identify on the CCDC 11 document the key personnel you expect to assign to manage this project as a minimum the Construction Project Manager, Site Superintendent, and Field/Office Coordinator. Provide their resumes and a summary of their past project experience identifying the projects undertaken while in your employ or that of others. Credit will be given for personnel with relevant experience in local or relevant markets. Note: As part of the tendering process, it may be necessary for the pre-qualified General Contractors to confirm on the bid form the personnel named to this project. If a named individual becomes unavailable, the contractor will be required to provide a replacement acceptable to the Owner having equivalent or better experience. 3.4 Good management by the General Contractor is considered vital to the success of this project. Summarize how you manage the following activities: Construction coordination; Quality control; Schedule and monitoring; Avoidance of delays including due to labour, materials and purchased equipment; Site security and safety; Processing shop drawings, changes and billings including cash flow scheduling; Inspection of work, deficiency clean up, and turnover to owner; Commissioning and owner training; Attaining the Occupancy Permit and associated approvals; and Development of operation & maintenance manuals, warranties and record drawings. 3.5 On the CCDC 11 document, or equivalent, provide references for confirmation of previous experience. Provide at least three references from similar projects including contact names and telephone numbers of the following individuals: MHPM Doc. 82379-1290(2) Page 7 of 15

Owners representative Prime consultant lead Reference checks will be performed and included in the non-mandatory scoring. 4. INQUIRIES Any clarification of this document or request for additional information must be received in by fax email to: C. Lucas Smith Senior Project Manager Brockville WPCC Secondary Treatment Upgrade Project MHPM Project Managers Inc. lsmith@mhpm.com Inquiries must not be directed to other City of Brockville employees. No clarification requests will be accepted by telephone. The City of Brockville will assume no responsibility for oral instructions or suggestions. All inquiries received, and the answers as provided by Mr. C. Lucas Smith will be provided to all proponents by way of a written addendum without naming the source of the inquiry. If Addenda are issued, their receipt must be acknowledged by the proponents in the appropriate section of the Form of Proposal. It is the responsibility of the proponent to seek clarification of any matter that they consider unclear before submitting. The Owner accepts no responsibility for difficulties experienced by proponents submitting inquiries. 5. SUBMISSION OF PREQUALIFICATION DOCUMENTS All submissions must be received in their entirety and clearly marked as to contents Prequalification for the Brockville WPCC Secondary Treatment Upgrade at the following address before 3:00:00 pm on the 29th of January 2009. Brockville WPCC Secondary Treatment Upgrade c/o MHPM Project Managers Inc. Attention: C. Lucas Smith, MHPM Project Managers Inc. 2720 Iris Street Ottawa, Ontario K2C 1E6 SUBMISSION BY FACSIMILE MACHINE OR E-MAIL IS NOT ACCEPTABLE Three (3) complete submissions on 8 ½ x 11 paper must be submitted in completed packages. Failure to comply may result in rejection of the information. Only one copy of the health and safety plan is required for all three proposals. Only one set of original documents including the bonding letter, CGLI verification, WSIB forms and letter from financial institution are required, but copies must be included in the other two submissions. The Owner reserves the right to request proponents to provide additional information and address specific requirements not accurately covered in their initial submissions. MHPM Doc. 82379-1290(2) Page 8 of 15

6. FORM OF SUBMISSION Documents must be completed, signed and submitted as referenced above and as a minimum include: prequalification form (Appendix B), dated and signed by officer of the company mandatory requirements (Section 2) non-mandatory requirements (Section 3) provide any familiarity of City of Brockville s unique requirements any other information deemed relevant such as news articles and company brochures MHPM Doc. 82379-1290(2) Page 9 of 15

Appendix A Milestone Schedule and Scope of Work Project Schedule Milestones Distribution of RFI for Prequalification Closing Date and Time of RFI for Prequalification Tender and Award of Contract Start of Construction Contract Commissioning Turnover to Owner Milestone January 12, 2009 January 27, 2009 at 3:00PM April May 2009 May June 2009 September October 2011 November 2011 Scope of Work General Estimated Cost Site works, Rock excavation Instrumentation Digester Existing Plant Upgrades (digester, clarifier repairs, screen upgrades) Aeration tanks, Clarifiers, other tanks Operations center, maintenance building UV System (including building) TOTAL $18 - $20M Scope of Work Mechanical Rotary Drum Thickeners RAS, WAS Scum pumps Piping and valving Chemical piping Compressed Air system Blowers Boilers, gas piping Digester Mixers Estimated Cost TOTAL $11M - $13M MHPM Doc. 82379-1290(2) Page 10 of 15

Scope of Work Electrical Estimated Cost Site-wide Electrical Electrical installations, cabling, grounding, other modifications TOTAL $6-7M TOTAL PROJECT Estimated Cost TOTAL $35-40M MHPM Doc. 82379-1290(2) Page 11 of 15

Appendix B PREQUALIFICATION FORM (mandatory submission) Lucas Smith Senior Project Manager MHPM Project Managers Inc. 2720 Iris Street Ottawa, Ontario K2C 1E6 Dear Sir, We, the undersigned, herewith agree to the pre-qualification process for the General Contractor, Mechanical Subcontractor or Electrical Subcontractor on the Brockville WPCC Secondary Treatment Upgrade in accordance with this document issued on January 12, 2009. The attached documents are submitted for the prequalification of the project. We acknowledge that we have received addenda numbered to inclusive and our response submitted addresses these addenda. Discipline: (General Contractor, Mechanical Subcontractor or Electrical Subcontractor) Company Name Address City Province Postal Code Telephone Number Fax Number email address Authorized Signature Print Name Date MHPM Doc. 82379-1290(2) Page 12 of 15

Appendix C MANDATORY REQUIREMENTS This document is provided by way of information and does not bind MHPM Project Mangers Inc. or the City of Brockville to making an evaluation based upon it solely or in part. The attached documents are submitted for the Brockville WPCC Secondary Treatment Upgrade project. Name of Company: Description of Mandatory Requirement Pass Fail 1 Completed CCDC Document 11 submitted 2 Letter from the Proponent s Bonding Company provided 3 Commercial General Liability Insurance verified 4 Health and Safety Policy provided 5 CAD7 WSIB Rating Form and a Current WSIB Clearance Certificate provided 6 Ability to Undertake / Schedule this Work confirmed 7 Current Litigation Status identified 8 Letter from Financial Institution including Contact Information provided 9 Statement of Union or Non-Union Status provided 10 Completed Pre-Qualification Form submitted Proponents must pass all ten (10) mandatory requirements to be eligible for tendering. The Owner reserves the right to request proponents to submit additional information as required to complete or evaluate the mandatory submissions. Not all proponents that pass the mandatory requirements will necessarily be selected for tendering. MHPM Doc. 82379-1290(2) Page 13 of 15

Appendix D NON-MANDATORY (EVALUATED) CRITERIA This document is provided by way of information and does not bind MHPM Project Mangers Inc. or the City of Brockville to making an evaluation based upon it solely or in part. To ensure an adequate number of contractors for tendering, the Owner reserves the right to re-issue this pre-qualification to additional proponents. A minimum score of 75 points is required to pre-qualify to submit bids for the Brockville WPCC Secondary Treatment Upgrade Project Name of Company: Score Category Maximum Score Score Awarded 1 Corporate Profile Number of years in business Annual value of construction Capacity to perform the work Other Qualifications of the Firm 15 2 Experience Company Experience and experience of key personnel over last 7 years in projects of: Similar size and value Major Municipal Works Industrial Construction Site / Civil Construction CAS secondary treatment Upgrade UV Disinfection Circular Clarifiers Wastewater facility retrofits and upgrades 3 Management Management processes and methodologies Health and Safety Plan and Record Selection process and access to sub-trades 4 References Owners Consultants Authorities 25 15 40 5 Completeness of Submission 5 MHPM Doc. 82379-1290(2) Page 14 of 15

Appendix E SAMPLE CCDC DOCUMENT 11, 1996 Contractors Qualification Statement This document is provided by way of information and does not bind MHPM Project Managers Inc. or the City of Brockville to making an evaluation based upon it solely or in part. MHPM Doc. 82379-1290(2) Page 15 of 15