MUNICIPAL DISTRICT OF PROVOST NO. 52
2025 Septic/Wastewater Services R.F.P.
The MD of Provost #52 is currently accepting bids for septic/wastewater services for the 2025 camping season at Shorncliffe Lake and Capt Ayre Lake.
Scope:
Scope of the contract, which will commence upon award of this tender and conclude in October, 2025 is to encompass the removal and appropriate disposal of all waste and wastewater accumulated in public facilities within the boundaries of Shorncliffe Lake Park and Capt Ayre Lake. In addition, proponents are also invited to include the cleaning of all outdoor toilets/outhouses at Capt Ayre Lake via pressure washer however, the inclusion of this is not mandatory. This contract will not apply to private services or requests for service undertaken by cabin owners on leased lots.
The public services in question consists primarily of two shower houses with holding tanks at each lake, each tank holding up to 2,500 gallons. In addition, there are numerous portable sanitation facilities throughout the park with holding tanks, the exact number of which may vary according to specific functions but will generally not number fewer than 6. The portable sanitation facilities, as mentioned above, shall require regular cleaning via pressure washer at Capt Ayre Lake.
Requests for service will be as needed and are initiated at the discretion of the Park Caretaker(s). Typical volume at time of request may include a volume of waste up to 5,000 gallons, which will be used as a benchmark for rate determination as defined under the “Rates” section of this document. Given the nature of the facilities in question and given that volume of service is premised entirely on public usage over which the MD has no control, there is no way to predetermine the exact volume of service which may be required. However, past involvement indicates an average of 65-75 hours throughout the course of the contract period.
The successful bidder will be determined by Council at its sole discretion, said determination being made in consideration of but not necessarily limited to the following weighted evaluative criteria:
1. Rates: 60%
Applicants are requested to present a clearly defined fee schedule, in accordance with whichever billing format they deem appropriate or utilize as a standard practice (i.e. rate per load/rate per hour/etc.).
For example, if billing is done per load, truck volume and anticipated number of trips to fulfill one approximate full cycle (5000 gallons) must be included. Conversely, if an hourly rate is presented for consideration, a reasonable estimate of necessary time allocation to fulfill the same obligation (5,000 gallons) must be presented.
Furthermore, any additional fees (such as mileage, dumping fees, etc.) must also be included for consideration. Should proponents wish to include cleaning of outdoor sanitation facilitates at Capt Ayre Lake in their proposals, it is requested that these rates be presented separately.
Any rates presented as per the above, or any rates attendant to the above, must include all relevant data necessary to determine an approximate cost per gallon, which is to be calculated and submitted by the applicant.
2. Experience and Capacity to Execute: 20%
Applicants are required to submit at least two references, including contact information, which demonstrate capacity to fulfill service requirements of a nature equivalent to or exceeding the scope of the proposed contract.
Applicants are also required to demonstrate a capacity to dispose of waste collected under the
proposed contract in a manner which is not only compliant with all existing statutes and regulations, but also is in accordance with any fee schedules present in Section 1, above.
References will be contacted and verified by the MD at its sole discretion.
3. Availability: 20%
Applicants are required to disclose any existing contractual obligations and/or workload which may inhibit, impede or otherwise unduly obstruct service of a regular or emergency nature, including but not limited to a disclosure of typical or average travel time upon receipt of an emergency service call.
Applicants are also required to indicate weekend/after-hours availability in case of emergency.
Determinations of acceptability and relevant weighting will be made by the MD at its sole discretion.
Bids are to be submitted in a signed, sealed envelope addressed to:
Tyler Lawrason
Administrator
MD of Provost No. 52
Box 300, Provost AB
T0B 3S0
Bids will be accepted until 12:00 noon on Wednesday, March 12, 2025.
A decision will be made by Council at its regular meeting of March 13, 2025 and applicants will be advised of Council’s decision as soon as is possible.