View Details

Return to the Bids Homepage

Bid Classification: 
Construction
Bid Type:  RFP - Request for Proposals
Bid Number:  RFP-2024-37
Bid Name:  WTP Controls Upgrades
Bid Status:  Terminated
Bid Closing Date:  Wed Nov 20, 2024 2:00:00 PM (PST)
Question Deadline:  Fri Nov 8, 2024 2:00:00 PM (PST)
Duration in months:  5
Negotiation Type:  Refer to project document
Condition for Participation:  Refer to project document
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: 

Summary Details

The Work can be briefly summarized as follows:

  • Demolition the existing control system and interconnecting cables as indicated by the contract documents. Refer to all “ID” series drawings. Existing Controllers and IO Cards will be given to the District for safe keeping, all other components shall be disposed of or recycled by the Contractor.
  • Supply, installation and connection of new control cabinets/“top hats” for the following existing cabinets:
    • Main PLC cabinet, renamed to JB3-001
    • Actiflo #1 remote I/O cabinet, JB3-011
    • Actiflo #2 remote I/O cabinet, JB3-012
  • Supply, installation and connection of the following:
    • Actiflo #1 and 2 Remote I/O Cabinet, JB1-11A
    • MCC Remote I/O Cabinet #1, JB5-001
    • MCC Remote I/O Cabinet #2, JB5-002
  • Supply, installation and connection of instrumentation as dictated by the contract documents.
  • Modification to the facility’s 600V AC Motor Control Centre, MCC-600. Work includes:
    • Demolition of existing DeviceNET communication module and related wiring
    • Re-wiring of motor starting units
    • Replacement of Variable frequency Drives (VFDs)
  • Modification to motor-operated valves at filters #1 – 6. Work includes:
    • Re-wiring of valves
    • Supply and Installation of new marshalling junction boxes
    • Supply and Installation of new interconnecting cables
  • Supply and installation all necessary cables, raceway and cable tray to complete the installation as dictated by the contract documents.
  • The Water Treatment Plant is required to stay operational during the project, it is expected that Demolition, Construction and Commissioning activities will overlap. As the treatment plant operates in two trains, Actiflo #1 and Actiflo #2, shutdowns will be limited to a single a train for a 6-hour period.
  • Contractor shall provide commissioning support services for commissioning.
  • Note: Some makes/models of equipment have specified as the basis of design for reasons of interoperability. Requests for approved equals will be considered and may be submitted during the RFP process.

The District’s preference is for as much work as possible to be completed during the 2024/25 annual shutdown, in advance of April 15, 2024; however, if a Respondent does not feel that this is achievable, Respondents may propose schedules that continue through the 2025/26 annual shutdown (October 15, 2025 to April 15, 2026). 

Installation work in preparation for shutdowns and control system change-over may proceed at any time provided that it does not result in any interruption to the Plant operations. No work that requires any interruption in Plant operations may be undertaken during the period between April 15, 2025 and October 15, 2025.

The District reserves the right to negotiate additional related Work with the successful Contractor.

 

Opportunity Documents

bids&tenders is the only authorized website to obtain competitive bid documents for District of Summerland opportunities. To obtain documents online please visit https://summerland.bidsandtenders.ca. You can preview the bid documents with a Preview watermark prior to registering for the opportunity. The District of Summerland shall not be held responsible for competitive bid documents that are located on any other website. 

The RFP documents set out: 

  1. The details of the goods or services that the District is seeking, as further described in Section 2 - Deliverables;
  2. The process for submission, evaluation and award of the Agreement;
  3. The proposed terms and conditions of the Agreement; and
  4. The forms which outline the information a Proponent should submit in their Proposal.

 

Submission of Proposals

To be considered, Proposals must be submitted via bids&tenders online bid submissions functionality in accordance with the instructions in the Opportunity document. Proposals must be received no later than the Opportunity Closing Date & Time. It is solely the responsibility of the Respondent to ensure that the Proposal is received on time. 

 

There will be no public opening.

 

Requirements for Participation and Requirements to Request to Participate

Proposals not clearly demonstrating that they meet the following mandatory criteria will be excluded from further consideration in the evaluation process.

Mandatory Criteria:

1

The Proposal must be received prior to the Closing Date & Time

2

The Proposal must be submitted in accordance with the requirements of Part B, Section 1.9 – Submission of Proposals

Respondents should note that a Pre-Qualification Letter from Surety is required to be submitted with the Proposal to this Opportunity.

Prior to the execution of the Contract, the Top Ranked Respondent shall deliver to the District:

  1. a WorkSafeBC “clearance letter” indicating that the Respondent is in WorkSafeBC compliance;
  2. a copy of the WorkSafeBC “Notice of Project” indicating the Notice of Project confirmation number;
  3. a signed “Prime Contractor Declaration”;
  4. certificates of insurance evidencing the policies specified in GC/SGC 24 indicating that all such insurance coverage is in place, with the exception that a certificate evidencing project-specific insurance may be provided after the contract is executed; and
  5. a valid District of Summerland business license or inter-community mobile business licence from another Okanagan-Similkameen jurisdiction.

Upon execution of the Contract, the Contractor shall deliver to the District a Performance Bond and a Labour and Material Payment Bond, each in the amount of 50% of the “Contract Price”, covering the performance of the Work, including the Contractor’s obligations during the Maintenance Period, issued by a surety licensed to carry on the business of suretyship in the Province of British Columbia, and in a form acceptable to the District (verifiable digital e-bonds preferred).

 

Term of Engagement

Substantial Performance achieved no later than April 15, 2026.


Procurement Method

Negotiated Request for Proposals.


Procuring Entity

District of Summerland, 13211 Henry Ave, Summerland, BC
 

Contact Person

Dana Silk, Manager of Procurement & Contract Administration

Via bids&tenders “Submit a Question” functionality only

 

This procurement is subject to the Canadian Free Trade Agreement (Chapter Five) and the New West Partnership Trade Agreement.  The District is subject to the Canada-EU Comprehensive Economic Trade Agreement (Chapter Nineteen); however, this procurement is not expected to be within the scope of those agreements.

 

Bid Document Access:  Bid Opportunity notices and awards and a free preview of the bid documents is available on this site free of charge without registration. Please note, some documents may be secured and you will be required to register for the bid to download and view the documents. There is no cost to obtain an unsecured version of the document and /or to participate in this solicitation.
Trade Agreements:  Show Trade Agreements [+]
Please refer to Tender Description or Tender Documents
Categories:  Show Categories [+]
  • Water and Sewer
    • Water Treatment Chemicals Supplies & Services

Meeting Locations

The following are the meeting times and locations for the bid:


This information is only available to invited bidders and registered plan takers. To view this information you must login to your account.
This information is only available to invited bidders and registered plan takers. To view this information you must login to your account.
This information is only available to invited bidders and registered plan takers. To view this information you must login to your account.
This information is only available to invited bidders and registered plan takers. To view this information you must login to your account.