View Details

Return to the Bids Homepage

Bid Classification: 
Construction
Bid Type:  RFT
Bid Number:  2023-027T
Bid Name:  ICP Consolidation for GE Booth and Clarkson WWTP
Bid Status:  Awarded
Bid Awarded Date:  Thu Aug 24, 2023 (EDT)
Published Date:  Wed Apr 19, 2023 3:45:00 PM (EDT)
Bid Closing Date:  Tue Jun 13, 2023 12:00:00 PM (EDT)
Question Deadline:  Tue Jun 6, 2023 12:00:00 PM (EDT)
Duration in months:  28
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: 

The Work of this Contract comprises general construction associated with:

  1. Mobilization.
  2. Staged ICP consolidation for all processes at Clarkson WWTP and GE Booth WWTP. This includes but is not limited to,
    1. Fabrication and installation of new ICPs and CCPs.
    2. ICP and CCP power modifications;
    3. Relocate existing equipment and electrical conduits to suit the installation of new panels;
    4. Network infrastructure modifications (e.g. hardware, cabling, new panels);
    5. Retrofitting racks, backplanes, doors and complete ICPs;
    6. Provide and install new or replacing existing HMIs/OITs;
    7. Replacing old PLCs and rearranging I/O card configurations to meet the latest PAIDs standards;
    8. Provide and install new ICPs to achieve new consolidated architecture;
    9. Re-wiring of I/O within ICPs and on the field;
    10. Re-labeling of I/O to meet the latest PAIDs standards from field device to I/O cards;
    11. Re-tagging of field devices, ICPs and CCPs to meet PAIDs standards.
    12. Modifying, adding or removing existing  ICPs for low voltage starter usage;
    13. Provide loop drawings for all ICPs based on the Agency standard design requirements;
    14. Test and verify I/O before work is conducted;
    15. Retain Alfa Laval Canada as a sub-Vendor to engineer, design and commission a ControlLogix Decanter control system replacement for each of the three (3) Centrifuges at Clarkson Biosolids Building and nine (9) centrifuges at GE Booth Biosolids Handling Building. The scope of work includes but it is not limited to:
      1. Remove the proprietary Decanter controller and Anybus communications from the listed Centrifuges.
      2. Produce drawings and electrical schematics for the modifications required to retrofit the current ICPs.
      3. Customize software to adapt to Agency’s standards.
      4. Work with Vendor and Agency’s SCADA Engineer to coordinate the work between individual ICP and Master Controller for centrifuges in the area to achieve Agency’s desired controls architecture.
    16. Retain Waterloo Manufacturing Company Limited as a sub-Vendor to replace controls system for three (3) Boilers at Clarkson WWTP.  The scope of work includes, but is not limited to:
      1. Remove existing control system.
      2. Install new controls panels, transmitters and devices including O2 sensors and VFD.
      3. Commissioning of new controls systems.
      4. Work with Vendor and Agency’s SCADA Engineer to coordinate communications between Boilers and new Master Control Panel (to be provided by Vendor as part of this scope of work).
      5. TSSA and ESA Inspection Fees.
    17. Provide and install new selector switches for AUMA actuators.

This procurement is issued in accordance with the terms of the Comprehensive Economic and Trade Agreement
(CETA), Canadian Free Trade Agreement (CFTA), and other applicable trade agreements.

 

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 obtain an unsecured version of the bid document and/or to participate in this opportunity, an annual or a per bid fee must be paid (annual fee - $439.90, per bid fee - $132.04).
Trade Agreements:  Show Trade Agreements [+]
Please refer to Tender Description or Tender Documents
Categories:  Show Categories [+]
  • Construction
    • Infrastructure
    • Building & Renovation

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.

Awarded

The following are the awarded vendors for the bid:

​No Awarded Vendors

Bids Submitted

The following are the unofficial bid results

No submitted bids...

Plan Takers

The following are the plan takers for the bid:

There are no plan takers for this bid.
This information is only available to invited bidders and registered plan takers. To view this information you must login to your account.


Mailing Address: 10 Peel Centre Drive, Suite A Room 101, Brampton, ON L6T 4B9, Canada 

Phone: 905-791-7800 • Toll-free: 1-888-919-7800 • E-mail: procurement@peelregion.ca