Wastewater Treatment Plant SCADA System

Size: px
Start display at page:

Download "Wastewater Treatment Plant SCADA System"

Transcription

1 THE CORPORATION OF THE TOWN OF COCHRANE Wastewater Treatment Plant SCADA System RFP ISSUE DATE: July 26, 2017 CLOSING DATE: August 17, 11:30 am OFFICIAL REQUEST FOR PROPOSAL

2 INTRODUCTION The Town of Cochrane is requesting a proposal from qualified firms to design, supply, and install a Supervisory Control and Data Acquisition (SCADA) at the Cochrane Wastewater Treatment Plant GENERAL CONDITION OF THE RFP Proposals for and Cost Estimate under this R.F.P. will be received no later than 11:30 a.m. Thursday August 17 th, 2017 at the Municipal Office to the attention of Jocelyne Pronovost - Clerk, P.O. Box 490. Cochrane, Ontario P0L 1C0 or electronically to Jocelyne.Pronovost@cochraneontario.com. It is the responsibility of each proponent to ensure that its proposal is received prior to the closing time. Late proposals shall be returned unopened. Proposals must be submitted bearing the name of the proponent, addressed as above and clearly marked: RFP WWTP SCADA SYSTEM Question can be directed to: Shane Skinner Director of Operations & Infrastructure shane.skinner@cochraneontario.com Tel: (705) nd Street, P.O. Box 490 Cochrane, ON P0L 1C0 Page 2 of 60

3 TABLE OF CONTENTS Cover Page Page 1 of 60 Table of Contents Page 3 of 60 Scope Page 4 of 60 Information & Instructions Page 8 of 60 Contractor s Responsibilities Page 21 of 60 General Conditions Page 22 of 60 Schedule A Schedule for SCADA Design Build Page 25 of 60 Schedule B Mandatory Questionnaire and Pricing Page 26 of 60 Schedule C Proposal Submission Forms Page 31 of 60 Appendix A Cochrane WWTP SCADA Preliminary Design Page 34 of 60 Page 3 of 60

4 INSTRUCTIONS TO PROPONENTS 1. SCOPE The Town of Cochrane is requesting a proposal from qualified firms to design-build a Supervisory Control and Data Acquisition (SCADA) system for the Cochrane Wastewater Treatment Plant based on a SCADA preliminary design report completed in April 2017, attached in Appendix A. The documents and work must follow industry best practices and meet all applicable local and provincial codes and regulations The Town will receive sealed Proposals until 1 1:30:00 a.m. Eastern Time on August 17, 2017 ( RFP Closing ). The Proposals will be opened and the bid amount duly recorded at the RFP Closing. Contractors submitting a RFP please be aware there is no public opening of Proposals. Faxed Proposals will not be accepted and will be returned to Proponent. 2. TERMS AND CONDITIONS 2.1. The prices quoted shall be in Canadian dollars and with all necessary import clearances and documentation All contractors are requested to list on a separate sheet, any features that they are providing in addition to the basic specifications provided herein and submit this information with their bid The Town further reserves the right to negotiate and to refine the requirements where it is in the Town s best interest to do so The Town reserves the right to accept or reject any or all bids as it deems to be of their interest to do so. 3. SAFETY REQUIREMENTS 3.1. The Proponent will meet all Federal and Provincial safety standards and laws that are in effect on the date of the bid for the item(s) that are being specified and the particular use for which they are meant. 4. SUPERVISION AND EMPLOYEE CONDUCT 4.1. Contractor must provide proper supervision of their employees as appropriate and will be held responsible for the conduct of their employees. The Town requires that all people employed by the Contractor and subcontractor perform their tasks in a courteous and professional manner and technicians are expected to be knowledgeable in all aspects of their duties and display good customer service skills. Misconduct will not be tolerated. 5. WORK SCHEDULE 5.1. The Contractor will begin the Work once the Contract has been awarded. The Town anticipates that the Contract will be awarded by August 23, The project is to be completed by March 1, The Town reserves the right, at its own discretion, to cancel the Contract for all work not completed by this date and to contract out any remaining work or to extend the Contract Page 4 of 60

5 due to uncontrollable circumstances. Once the project has commenced, it will continue on a regular full work schedule until completed. The Contractor shall remain fully engaged until the project is complete. 6. PROTECTION OF PERSON AND PROPERTY 6.1. The Contractor shall use due care so that no persons are injured, no property is damaged or lost, and no rights are infringed upon in the supply of the goods and/or services, and the Contractor shall be solely responsible for all loss, damages, costs, and expenses in respect of any injury to persons, damage of property, or infringement of the rights of others incurred in the performance of the goods or services or caused in any other manner whatsoever by the Contractor, its employees or agents. 7. CLEAN-UP 7.1. All refuse resulting from this operation shall be gathered and removed from the work site on a daily basis. No dumping will be allowed on the property. The Contractor will be responsible for all costs associated with clean up. 8. PROGRESS REPORT 8.1. The Contractor will advise the Town on work progress weekly by INSPECTION OF WORK 9.1. An Inspector will be assigned by the Town to review workmanship, material preparation and handling, equipment, site preparation and weather conditions. Should any problems or deficiencies be noted, the Contractor shall take appropriate corrective action to the satisfaction of the Inspector prior to acceptance of the completed work. All required corrections will be at no cost to the Town. 10. FAILURE TO PERFORM Good workmanship must be apparent. When work is found incomplete or unsatisfactory, the Contractor will be informed and will be expected to rectify the condition immediately at no cost to the Town of Cochrane. Failure to rectify the condition will entail the Town employing others and the cost incurred being deducted from monies due to the Contractor. Repeated infractions of unsatisfactory performance will not be tolerated and will result in cancellation of the Contract and retention of any holdback monies due by the Town. 11. LAW ABIDANCE The Proponent shall abide by the provisions of all legislative enactments, statutes, by laws and regulations in regard to safety in the Province of Ontario. 12. ACQUAINTANCE WITH SPECFICATIONS It is the responsibility of the Proponents to review all of the Town s requirements. Failure of the Proponent to be acquainted with this information shall not relieve him/her from any obligations of the bid requirements. Page 5 of 60

6 13. PERMITS The Contractor is to pay for all permits, licenses and fees, and give all notices and comply will all applicable statutes, laws, by-laws and regulations, federal, provincial, municipal or otherwise. 14. REQUIREMENTS To perform the contract in accordance with the terms, provisions, and conditions of the contract, all specifications and requirements of the Town and any supplemental directives issued by the Town and in accordance with the bid pursuant to which the contract had been awarded, any item which fails in any way to meet the terms of the contract is subject to rejection, or to be paid for on an adjusted basis, and the decision of the Town is final. 15. TOTAL PRICE Total price on the Proponent's proposal sheet must include all items listed in the specifications. Listing any items contained in the specifications as an extra cost item shall automatically be cause for rejection. 16. CONTRACTOR CAPABILITY A Proponent must be prepared, if requested, to present evidence of experience, ability, capacity, and financial resources and reputation deemed necessary by the Town in the performance of the contract. 17. GENERAL CONSTRUCTION, QUALITY, AND WORKMANSHIP The Equipment and/or Vehicle shall comply with all applicable federal, or provincial laws and regulations. All products or services provided by the contractor shall be upon delivery and installed in good operating condition free of defects. 18. COLLUSION / CONFLICTS By their submission of their bid, the contractor declares that the bid is NOT made in connection with any other contractors. Submitting an offer for the same goods or services, and is in all respects fair and without collusion or fraud and further that no Member of Council, and no officer or employee of the Town is, will be, or has become interested, directly or indirectly, as a contracting party, partner, stockholder, surety or otherwise howsoever in or on the performance of the said contract, or in the supplies, work or business in connection with the said contract, or in any portion of the profits thereof, or of any supplies to be used therein, or in any monies to be derived therefrom. 19. NEGOTIATIONS Terms, conditions and pricing submitted in response to this request shall remain firm in accordance with the terms, conditions and instructions of this request. In the event however, that particular for any aspect of the work or deliverables are unclear or vague, and the contractor proposes a unique solution or product, discussions may be required to clarify elements of the bid or proposal. In addition, once submissions have been ranked in accordance Page 6 of 60

7 with evaluation methodology, negotiations may be conducted with the top ranked contractors in each category, in order to refine any particulars, which may not otherwise be evident. 20. CONTRACTORS INFORMATION AND UNDERSTANDING Contractors are cautioned to review all of the enclosed terms and conditions as they contain many important instructions and considerations, which may affect the bid. The submission of a bid shall be deemed proof that the contractor has satisfied him/herself as to all the provisions of the request, all the conditions which may be encountered, what materials will be required, or any other matter which may enter into the carrying out of the contract to a satisfactory conclusion, and no claims will be entertained by the Town based on the assertion by the contractor that he/she was uninformed as to any of the provisions or conditions intended to be covered by the contract. It is the contractor s responsibility to clarify with the Town, any details in question mentioned or not in the request, BEFORE submitting a bid. 21. VERBAL INFORMATION No verbal instructions or verbal information to contractors will be binding on the Town. All written instructions and specifications will be considered clear and complete unless written attention is called to any apparent discrepancies or incompleteness before the official closing. Should alterations to the bid request form be deemed necessary by the Town, these alterations will be made in the form of written addenda which will be provided to all contractors who received a bid request. The addenda shall be considered as part of the request. Page 7 of 60

8 INFORMATION AND INSTRUCTIONS 22. PURPOSE This Request for Proposal states the instruction for submitting proposals and the procedure by which Contractor will be selected. 23. DEFINITIONS Hereinafter, each company receiving this Request for Proposals is referred to as a Contractor and/or Company, a Contractor s proposal in response to this Request for Proposals is referred to as a Proposal and the Town of Cochrane shall hereinafter be referred to as the Town. 24. ISSUING OFFICE Jocelyne Pronovost/Clerk Town of Cochrane 171 4th Avenue, Box 490 Cochrane, Ontario P0L 1C0 25. CLOSING DATE AND TIME Proposals, signed by the Contractor s authorized representative and enclosed in the envelope provided for the purpose, must be received by the Issuing Office, not later than Thursday August 17, 2017 at 11:30 a.m. local time The Town of Cochrane will not accept submission of any Proposals after the closing date and time. 26. PROPOSAL SUBMISSION The original copy of the Contractor s Proposal complete with specification sheets, along with two (2) additional copies, must be submitted to the Issuing Office on or before the closing date. If bidder is submitting proposal via , they may only submit one electronic copy. Faxed replies will not be accepted Contractors may not make modifications to their Proposals after the closing date and time except as may be allowed by the Town The Town may reproduce any of the Contractor s Proposals and supporting documents for internal use The Town will not be obligated in any way by the Contractor s Proposal. The Town will not return any of the Contractor s Proposals or supporting documents to the Contractor. Page 8 of 60

9 27. PROPOSAL COSTS The Contractor has the sole responsibility for any costs associated with preparing its Proposal in response to this Request for Proposals. In no event will the Town be responsible for the costs of preparation or submission of any Proposal. 28. IRREVOCABLE OFFER Proposals submitted to the Town shall constitute a valid and irrevocable offer which is open for acceptance by the Town from and after submission until the expiration of the 90th day following the Closing Date specified in Item 4.1. Closing Date and Time The RFP does not create a tender process. This RFP is not an invitation for an offer to contract and is not an offer to contract made by the Town. By this RFP, the Town reserves to itself the right, in its sole and absolute discretion, to consider and analyze the Proposals, select a preferred Contractor and negotiate with all or any of the Contractors and sign an agreement with the preferred Contractor or not sign an agreement at all Without limiting the generality of the foregoing, the Town reserves the right to a) reject any Proposal whether or not complete and whether or not it contains all the required information; b) require clarification of the Proposal; c) request additional information on any Proposal; d) reject any and all Proposals without any obligation of compensation or reimbursement to the Contractors; e) re-advertise for new submissions or Call for Tenders for this work or the work of a similar nature; f) negotiate with any one or more of the Contractors with respect to any aspect of the RFP, this process, mandatory requirements or otherwise with respect to the Proposal; g) the Town may, in its sole and absolute discretion, independently verify any information in any submission The Town reserves the right to debrief both the successful and unsuccessful Contractors after the announcement of the selected Contractor Where ever the words will, shall or must are used in this RFP, the Town will have the option of waiving this as a mandatory requirement as it is intended the Proposals be subject to review and negotiation and not all options may be known to the Town at this time. Therefore, the Town must have the ability to waive what otherwise appear to be mandatory requirements in the appropriate situation as determined by the Town The lowest priced or any proposal will not necessarily be accepted. 29. INQUIRES AND CHANGES Any inquiries regarding the Proposal should be directed to: Shane Skinner Director of Operations & Infrastructure 92 2nd Street, Cochrane, ON P0L 1C0 shane.skinner@cochraneontario.com Page 9 of 60

10 29.2. It is the responsibility of each Contractor to inquire about and clarify any requirements of this Request for Proposals, which are not understood Contractors must obtain their own information on all matters and things that may in any way influence them in making their Proposals and fixing prices Contractors must satisfy themselves in all respects as to the risks and obligations to be undertaken by them If a Contractor discovers any inconsistency, discrepancy, ambiguity, errors, or omissions in this Request for Proposals, it must notify the Karen Cummings, Manager of the Polar Bear Habitat, who may, if necessary, send written addenda to all s The Town may, at any time, make and stipulate changes to this Request for Proposals The Town may provide additional information, clarification or modification by written addenda. All addenda shall be incorporated into and become part of this Request for Proposals. The Town shall not be bound by oral or other information, explanations or clarifications not contained in written addenda. 30. SELECTION PROCESS Because the Town bases any decision to award a contract on the Proposals submitted, Contractors should include all requirements, terms and conditions it may have in their Proposal, and should not assume that any opportunity will exist to add such matters after the Proposal is submitted The Town reserves the right, at its sole discretion, to negotiate with any Contractor as it sees fit, or with another Contractor or Contractors concurrently. In no event will the Town be required to offer any modified terms to any other Contractor. The Town shall incur no liability to any other Contractor as a result of such negotiations or modifications. 31. EVALUATION OF PROPOSALS The evaluation of the Proposals will be conducted by the Town s Project Team and shall involve an evaluation of all of the Proposals by the Proponent. These may include the relative experience, qualifications and success in providing similar work of the Contractor, the quality of the Proposal, both from a technical and financial aspect, any special contractual terms in the Proposal, the references of the Contractor and the Contractor s understanding of the RFP process and the proposed Project implementation and time frame will become a proposed work plan, technical expertise and the financial proposal, including any cost components The Proposal shall be evaluated and scored by reference to the assessment criteria and the weight set out below. Page 10 of 60

11 31.3. The Town reserves the right to review any and all requirements of the RFP and all information contained in the submitted Proposals as part of its selection criteria in addition to or as part of the weighting set out below The awarding of any Contract shall be based on the Best Value to the Town of Cochrane. Proposals will be assessed and scored, based on the evaluation criteria that will include, but is not limited to, the following: 1. Corporate Strength and Capability 20 points 2. Experience of Personnel 10 points 3. References, including the Town s internal assessment on current/past performance 10 points 6. Price 60 points Total Points 100 Points Following the evaluation, the Town reserves the right to accept or reject any and all Proposals or accept the Proposal which it deems the most advantageous to it notwithstanding the scoring of each of the Proposals and has the right to reject any or all Proposals, including specifically any Proposal whose weighting in any one particular category may be unacceptable even though it is weighting in other categories is superior to other Proposals, which could include a Proposal whose financial or cost component is significantly in excess of the obligations the Town is prepared to undertake and the Town reserves the right to disqualify any Proposal which scores poorly in any category. 32. INDEMNIFICATION The successful Contractor agrees to indemnify and hold harmless the Town and its member municipalities, their respective Directors, Officers, Employees and Agents from and against all suits, judgements, claims, demands, expenses, actions, causes of action and losses (including, without limitation reasonable legal expenses and any claim for lien made pursuant to the Construction Lien Act), and for any and all liability for damages to property and injury to persons (including death), and for any incidental, indirect, special or consequential damages or any loss of use, revenue or profit as a result of or arising out of or in relation to the performance by the Contractor under or any breach of the terms of the Agreement by the Contractor or arising from or relating to the RFP including the Contractor s own or misconduct. The Contractor will also provide as part of the Agreement an indemnity and any waivers of claim to the Town. 33. RFP OVERRIDES STANDARD TERMS AND CONDITIONS The terms of this RFP and the Agreement reached pursuant to this RFP with the Contractor supersede the contents of any and all standard terms and conditions contained in the documentation from the Contractor, including those contained in or on the reverse of purchase orders, order verifications, sales receipts or other standard documentation supplied by either the Contractor or any equipment suppliers to the Contractor. Page 11 of 60

12 34. CONTRACTOR'S STATEMENT OF UNDERSTANDING It is understood that the Contractors have carefully examined the RFP and all of the proposal documents and have carefully examined the Work to be performed under the Contract if awarded. The Contractor also understands and accepts the said RFP and proposal documents, and for the prices set forth in the Proposal, hereby offers to furnish all labour, machinery, tools, apparatus and other means of implementation, and materials to complete the terms and conditions and requirements in strict accordance with the RFP All Contractors will be responsible for reviewing all conditions with respect to Work, including subsurface conditions, access, property use, zoning, environmental conditions, and all other conditions in connection with the Work. There is no representation, express or implied, made as to the accuracy or completeness of any information supplied by the Town or any others to any of the Contractors, including whether the information is suitable for the purposes of any Contractor and the Town expressly disclaims any and all liability for any errors or omissions in such information or which may be contained in any oral or written communication transmitted or made available to any Contractor and all risk with respect to unknown, undisclosed conditions shall rest with and remain with the Contractors. The contract shall be governed and interpreted in accordance with the laws of the Province of Ontario. 35. PROOF OF ABILITY/PRIOR EXPERIENCE The Contractor may be required to show, in terms of experience and facilities, evidence of its ability, as well as that of any proposed sub-contractor, to perform the work by the specified delivery date. The Town shall be entitled to take into account as part of its evaluation of any Proposal any past experience that the Town or any of its member municipalities or related or affiliated organizations have had with any Contractor, whether favourable or unfavourable, and including specifically any contracts, contract disputes, litigation or other experience or dealings whatsoever or reputation that the Contractors may have, or any of them, with such entities. 36. PRICING REQUIREMENT Prices shall be in Canadian Funds, for the Work, delivered and installed All prices bid shall include applicable taxes, customs duty, excise tax, freight, insurance and all other charges of every kind attributable to the work except for Provincial Sales Tax, as applicable, which shall be shown as extra, unless otherwise specified. If the Contractor intends to manufacture or fabricate any part of the work outside of Canada, it shall arrange its shipping procedures so that its agent or representative in Canada is the Importer of record for customs purposes This is intended to be a fixed price contract with no extras. All work required or desired under the terms of this RFP is to be included in the price and the price is not to be subject to adjustment, including due to unknown or undisclosed conditions, increases in costs and taxes, Page 12 of 60

13 cost of labour, unavailability of labour or materials, increases in cost of materials other than the changes in Provincial Sales Tax or Goods and Services Tax rates In the event of any discrepancy between the unit price and the extension, the unit price shall govern. 37. TERMS OF PAYMENT Unless progress payments or alternative payment terms are specifically agreed to under the terms of the RFP and any Proposal, as accepted by the Town, the contract price shall be invoiced after delivery of material or services rendered and acceptance and testing and payable thirty (30) days from the later of such date and the date of receipt of invoice. Any alternative payment terms, including the cost thereof, to the Town and its financing parties, will be considered as an element of valuation in the financial evaluation of any proposals As funding is provided primarily from the federal and provincial governments under contracts with the entities administering federal/provincial infrastructure projects, including Industry Canada, any funding and payments thereunder will be subject to the requirements of such program and contracts with the Town The Town shall have the right to withhold from any sum otherwise payable to the Contractor such amount as may be sufficient to remedy any defect or deficiency in the Work, pending correction of the same. 38. PATENTS AND COPYRIGHTS The Contractor shall at its expense, defend all claims, actions or proceedings against the Town based on any allegations that the work or any part of the work constitutes an infringement of any patent, copyright or other proprietary right and shall pay to the Town all costs, damages, charges and expenses, including its lawyers' fees on a solicitor and his own client (substantial indemnity) basis occasioned to the Town by reason thereof The Contractor shall pay all royalties and patent license fees required for the work. If the work or any part thereof is in any action or proceeding held to constitute an infringement, the Contractor shall forthwith either secure for the Town the right to continue using the work, or shall at the Contractor's expense, replace the infringing items with non-infringing work or modify them so that the work no longer infringes The Contractor shall be responsible for obtaining all patent, copyright or other intellectual proprietary rights required or desired in connection with the completion of the Work and the operation of the facilities after the completion of the Work at its sole cost and expense and as part of the Work. The Contractor warrants and represents that all necessary patent, copyright, trademark or other intellectual property rights are included in the Work and that the company has the right and authority to transfer them or license to the Town as part of Page 13 of 60

14 the Work, which license shall be in perpetuity, transferable and without restriction or payment. 39. ASSIGNMENT The Contractor shall not assign the contract or any portion thereof without the prior written consent of the Town. 40. OCCUPATIONAL HEALTH & SAFETY ACT The successful Contractor, for purposes of the Ontario Occupational Health and Safety Act, shall be designated as the Constructor for this project and shall assume all of the responsibilities of the Constructor as set out in that Act and its regulations. The foregoing shall apply notwithstanding that the successful Contractor may be referred to as the 'Contractor' in this paragraph and any other provisions of this document The Contractor acknowledges that it has read and understood the Occupational Health and Safety Act together with the Contractor s and the Town s Health and Safety Policies and Procedures The Contractor covenants and agrees to observe strictly and faithfully the provisions of the said Occupational Health and Safety Act and all regulations and rules promulgated there under together with the Contractor s and the Town s Health and Safety Policies and Procedures The Contractor agrees to indemnify and save the Town harmless for damages or fines arising from any breach or breaches of the said Occupational Health and Safety Act and/or the Town s and/or the Contractor s Health and Safety Policies and Procedures The Contractor agrees to assume full responsibility for the enforcement of the said Occupational Health and Safety Act and the Town and the Contractor s Health and Safety Policies and Procedures and copy requirements of the Town and to ensure compliance therewith The Contractor further acknowledges and agrees that any breach or breaches of the Occupational Health and Safety Act and/or the Town and the Contractor s Health and Safety Policies and Procedures whether by the Contractor or any of its sub-contractors may result in the Contractor and/or sub-contractor being removed from the site and in the immediate termination of this contract herein and the forfeiture of all sums owing to the Contractor by the Town The Contractor shall allow access to the work site on demand to representatives of the Town to inspect work sites to ensure compliance with the Contract and the Town's Policies and Procedures. Page 14 of 60

15 The Contractor agrees that any damages or fines that may be assessed against the Town by reason of a breach or breaches of the Occupational Health and Safety Act by the Contractor or any of its sub-contractors will entitle the Town to set-off the damages so assessed against any monies that the Town may from time to time owe the Contractor under this contract or under any other contract whatsoever Where any portion of the work or services in this Contract is contracted to a sub- Contractor, the Contractor agrees that the provisions of this section will apply to the sub-contractor and the Contractor will enforce said provisions The Contractor shall provide a list of all controlled hazardous materials or products containing hazardous materials, all physical agents or devices or equipment producing or omitting physical agents and any substance, compound, product or physical agent that is deemed to be or contains a designated substance in accordance with the Workplace Hazardous Materials Information System (WHMIS) as defined under the Ontario Occupational Health & Safety Act And shall provide appropriate Material Health & Safety Data sheets for these substances used for the performance of the required work, all prior to the performance of said work Where hazardous materials, physical agents and/or designated substances are used in the performance of the required work, the Contractor shall ensure that the requirements of the Ontario Occupational Health & Safety Act and associated regulations are complied with The Town reserves the right to cancel any contract for noncompliance with the terms set out herein, health and safety regulations, the Environmental Protection Act, associated regulations and other applicable legislation. 41. LIMITATION OF LIABILITY In no event shall either party be liable to the other for indirect or consequential damages, damages for loss of profit, revenue or reputation or other indirect damages arising out of the breach or fault or negligence of either party under the terms of this RFP or any agreement arising therefrom Each Contractor, by submitting a Proposal, agrees that: a) In the event that any or all of the Proposals are rejected or disqualified for any reason, proper or improper, or the Project or selection process is modified, suspended or cancelled for any reason, neither the Town or its member municipalities, employees, officers, directors or representatives will be liable under any circumstance for any claim, damages, losses, cost, reimbursement or compensation to any person or entity whatsoever arising out of this Proposal, including, but not limited to the cost of Page 15 of 60

16 preparation of the Proposal, loss of anticipated profits, loss of opportunity and any other matter; and b) The Contractor hereby waives any claim for loss of profits or loss of opportunity if the Proposal is rejected or disqualified or the Contractor is not successful in the selection process for any reason whatsoever; c) The Contractor acknowledges that in evaluating the Proposals, the Town and its advisors are seeking a Proposal satisfactory to the Town and under no obligation to the Contractor to do anything other than bona fide consider all Proposals In the event that the Town shall be in default under this RFP or the Agreement, or shall be negligent in the performance of its duties under this RFP or the Agreement, or shall be in default of any legal, contractual or statutory obligation to the Contractors, then in no event shall there be any liability to the Town, its member municipalities, employees, officers, directors, advisors or representatives in excess of the actual out-of-pocket costs incurred by the Contractor in preparing the Proposal of such Contractor and no claim shall be made if not made within six (6) months after the date of receipt of all of the Proposals and opening of the Proposals Award of this contract is subject to appropriate funding acceptable to the Town being available and received by the Town The placing in the mail to the address given in his/her submission or delivery of a notice of award to a Contractor shall constitute notice of acceptance of contract. This acceptance shall be conditional on the Contractor providing all documentation, insurance, bonding, security and certifications as required by the RFP within ten (10) working days of the date that the notice of award is placed in the mail or delivered to the Proponent. The Contractor shall forthwith, within ten (10) working days of receipt thereof, execute the Agreement in the form prepared by the Town and incorporating the terms and conditions of this RFP and such other terms and conditions as the Town shall reasonably require. 42. CONTRACT CANCELLATION The Town shall have the right, which may be exercised from time to time to cancel any uncompleted or unperformed portion of the work or balance of contract without cause or fault. In the event of such cancellation, the Town shall pay to the Company the cost and expenses by the Company in performing that portion of the work completed up until the date of cancellation The Town may: If the Company; commits any act of bankruptcy; or if a receiver is appointed on account of its insolvency or in respect of any of its property; or if the company makes a general assignment for the benefit of its creditors; then, in any such case, the Town may, Page 16 of 60

17 without notice; terminate the contract If the Company; fails to comply with any request, instruction or order of the Town; or fails to pay its accounts; or fails to comply with, disregard statutes, regulations, by-laws or directives of relevant authorities relating to the work; or fails to prosecute the work with the skill and diligence; or assigns or sublets the contract or any portion thereof without the Town's written consent; or refuses to correct defective work; or is otherwise in default in carrying out its part of any of the terms, conditions and obligations of the contract, then, in any such case, the Town may, upon expiration of ten days from the date of written notice to the company, terminate the contract Any termination of the contract by the Town, as aforesaid, shall be without prejudice to any other rights or remedies the Town may have If the Town terminates the contract, it is entitled to: Take possession of all of the work in progress and finish the work by whatever means the Town may deem appropriate under the circumstances; Withhold any further payments to the Company until its liability to the Town is ascertained; Recover from the Company loss, damage and expense incurred by the Town by reason of the Company's default (which may be deducted from any monies due or becoming due to the Company, any balance to be paid by the company to the Town) The Town shall not be liable to the Company for loss of anticipated profit on the cancelled portion or portions of the work. 43. AVAILABILITY OF LABOUR AND ESCALATION The Contractor shall fully inform himself regarding availability of labour in the area relative the requirements of the schedule. The Contractor shall make his own assessment of escalation in costs and increased labour costs and include all of these costs in his bid. All risks with respect thereto shall be the Contractors. 44. CORRECTION OF DEFECTS If at any time prior to one year (or specified warranty/guarantee period if longer than one year) after the actual delivery date of any equipment forming part of the Work, or the Work itself, any part of the equipment or Work becomes defective or is deficient or fails due to defect in design, material or workmanship, or otherwise fails to meet the requirements of the contract, then the Company, upon request, shall make good every such defect, deficiency or failure without cost to the Town. The Company shall pay all transportation costs for parts and/or equipment both ways between the Company's factory Page 17 of 60

18 or repair depot and the point of use. 45. TAX ISSUES The Contractor is solely responsible for obtaining and relying on tax advice from its own advisors and experts, including obtaining any advance interpretations and rulings from CRA relative to this RFP and the Agreement which it feels are appropriate (including in relation to the supplying of funds, any financial structure and any tax consequences). 46. LOBBYING In order to ensure fairness to all Contractors, the Town must endeavour to prevent unfair advantage created by lobbying. Therefore, the Town reserves the right to disqualify, at any time and at its sole discretion, any Contractor engaging in lobbying in connection with a competitive bidding process between a date that is no later than the date of issue of the RFP and the date of signing of a contract between the Town and the Successful Contractor(s). The Town may disqualify a Contractor at any time in the procurement process, including after the selection process has been completed Lobbying may include any activity that the Town, in its sole discretion, determines has or may give an unfair advantage to one Contractor relative to other Contractors. Without limiting the foregoing, lobbying may include: a) Verbal or written communication with or to any Town staff other than those identified as contacts in this RFP. b) Verbal or written communication with or to any Town staff other than those identified as contacts in this RFP. c) Verbal or written communication with or to the Member of Parliament, Members of Provincial Parliament or any related government ministries. d) Verbal or written communication with or to any staff of the Premier s Office, Cabinet Office or any other member of Cabinet or equivalent federal counterpart. e) Verbal or written communication with or to any expert or other advisor assisting the Evaluation and Selection Committee. f) Verbal or written communication with or to any member of the RFP Evaluation and Selection Committee. g) Direct or indirect requests by the Proponent to any person, organization or group to provide a written or verbal expression of support not required by this competitive bidding process to any member of the Evaluation and Selection Team or Council. h) Verbal or written communication with or to media organizations. i) Direct or indirect offers of gifts of any kind or value to any Town representative or personnel. Page 18 of 60

19 47. ENVIRONMENTAL The Contractor shall be responsible in respect of all environmental matters including compliance with any and all environmental laws, rules, regulations, statutes, and orders of any governmental or regulatory body or authority having jurisdiction in connection with this RFP, the Agreement and the construction and delivery of the Work and the operation of any fiber optic network or other facilities after its construction, including any environmental liabilities, any clean-up obligations, any fines, penalties or interest resulting from any condition of the Work, properties or the facilities, whether pre-existing, known or unknown, disclosed or undisclosed or which occur after the date of the Agreement. 48. CONFLICT OF INTEREST NO USE OR INCLUSION OF RESTRICTED PARTIES a) Restricted Parties are not eligible to advise any Contractor in the RFP selection process and must not participate as an employer, advisor, consultant, investor, member or any other capacity whatsoever with any Contractor. The Town may, in its sole and absolute discretion, disqualify a Contractor who uses any matter including in its Proposal or preparation thereof a Restricted Party. The onus is on the Contractor to ensure it does not use or include any Restricted Party. b) Restricted Parties include any person who would be defined to be in conflict of interest under the provisions of the Municipal Act and any parties, because of their direct, recent or current involvement in the selection process or with any of the parties to the selection process, including the RFP evaluation team, the Town, its officers and directors and Council members or any members of Council of any of the member municipalities of the Town. This is not an exhaustive list of Restricted Parties. Additional parties may be added to the list at any time in the selection process. c) Neither The Town nor any of its employees, advisors, directors, officers and representatives are liable to any Contractor for any claims, whether for the cost of preparation of the Proposal, loss of anticipated profits, loss of opportunity, revenue or economic benefit or any other loss whatsoever, arising from any use or reliance on this list or use or inclusion of Restricted Parties in any submission as part of the selection process. d) Proposals may be disqualified at the sole and absolute discretion of the Town if: a) the Restricted Party is acting as an advisor or member of the Contractor s team; b) the Contractor makes contact with any person who the Contractor is prohibited by the RFP from contacting; c) they include a false or misleading statement, claim, warranty or representation. 49. CONTRACT PROVISIONS BY REFERENCE The Town's acceptance of the Contractor's Proposal by issuance of a Purchase Order shall create a contract between the Town and such Contractor containing all specifications, terms and conditions in the Proposal except as amended in the Purchase Order. Any exceptions taken Page 19 of 60

20 by the Contractor which are not included in the Purchase Order will not form part of the contract. 50. ADDENDA Should a proponent have any questions or need further clarification, he/she should contact the Town s representative, named in this document as per Section 8.1. Questions will only be received until Friday, August 11, 2017 until 2:30 p.m. local time to enable the Town to prepare an addendum (if any). Questions received after 2:30 p.m. on Friday, August 11, 2017 may not be acknowledged nor answered If a Proponent discovers any inconsistency, discrepancy, ambiguity, errors, or omissions in this Request for Proposals, it must notify the Town's Asset Coordinator Jared Alcock at jared.alcock@cochraneontario.com, who may, if necessary, send written addenda to all Proponents When it becomes necessary to revise, delete, substitute or add to the bid documents after release, the Purchasing Supervisor will issue an addendum A copy of each addendum shall be forwarded by fax or or by mail, by the Purchasing Supervisor or her designate, to all Proponents registered on the distribution list Addendum sent by fax is accompanied by a Verification of Receipt document to be returned promptly by fax to the Purchasing Supervisor. This is for the Proponents protection All Proponents must acknowledge addendum by attaching a signed copy of this addendum to their respective bid documents. Failure to do so may result in rejection of the bid The Town may, at any time, make and stipulate changes to this Request for Proposals The Town may provide additional information, clarification or modification by written addenda. All addenda shall be incorporated into and become part of this Request for Proposals. The Town shall not be bound by oral or other information, explanations or clarifications not contained in written addenda If the addendum is prepared too late to allow notification by mail prior to the closing time, in addition to faxing the addendum, each prospective Proponent shall be contacted by the Purchasing Supervisor or her designate, to advise of the addendum and the closing date may be extended. In all cases, when an addendum is issued, it is desirable to give prior notice of the mailing to the prospective Proponents Any Addenda, if required, will only be issued to those Proponents who have pre-registered as a bid taker. Page 20 of 60

21 CONTRACTOR S RESPONSIBILITIES 51. INSURANCE All goods and services shall be delivered FOB Cochrane, Ontario, and shall remain the property of the Contractor until a physical inspection is made and thereafter accepted to the satisfaction of the Town of Cochrane in compliance with conditions and specifications described herein. All respective insurance coverage shall be the responsibility of the Contractor until acceptance is given by the Town of Cochrane. 52. FREEDOM OF INFORMATION Release of information contained within a respondent s document will be subject to the Municipal Freedom of Information. Extracts of documents submitted and the costs of their solutions may be used as part of a public document for reporting purposes. Respondents must indicate in their submission which, if any, parts of their response are exempt from disclosure due to proprietary information Requests for information other than standard public information (i.e., names of those submitting tender, total amount of bid not individual line costs) must be dated and submitted in writing to the Purchasing Supervisor, after which time the municipality has thirty days to respond In conducting discussions with Contractors there shall be no disclosure of any information derived from proposals submitted by competing Proponents. 53. COMPLIANCE WITH LAWS Contractors are assumed to have made themselves familiar with, and will abide by the Federal, Provincial, Municipal Laws, Rules and Regulations including amendments thereto, which are applicable and in any way affect the work, and no plea of misunderstanding will be considered on account of ignorance thereof. Contractors shall carefully examine and study all of the documentation in order to satisfy themselves by examination as to all conditions affecting the scope of work to fulfill the contract. Page 21 of 60

22 CONDITIONS 54. TAXES Goods and Services Tax and Provincial Sales Tax are applicable, but shall not be included in the bid amount. HST of 13% will apply to all payments for services rendered. 55. WITHDRAWL PROCEDURE Bids may only be withdrawn prior to the closing date upon providing a written request The Contractor who has submitted a response may request that the bid be withdrawn. Adjustments or corrections to a bid already submitted will not be allowed. The withdrawal will be allowed if the request is made by mail, fax or in person, directly to the Purchasing Supervisor or his/her designate, before closing time, and only if verification of source is possible. Telephone requests will not be considered When a withdrawal request is made in person, the authorized requester shall sign a withdrawal form confirming the request. When requests are made my mail or fax, they shall be confirmed by telephone prior to acceptance Bids confirmed as withdrawn prior to closing time shall be returned unopened The withdrawal of a bid does not disqualify a Contractor from submitting another bid on the same contract provided it is submitted prior to closing date and time Withdrawal requests received after the Proposal closing will not be allowed. 56. PROPOSAL SELECTION The lowest or any proposal will not necessarily be accepted and the Town of Cochrane reserves the right to reject all proposals submitted or select options from various proposals or to select any proposal for reasons deemed to be in the best interests of and for the best value for the Town. The Town may in its absolute discretion, if it deems advisable, waive any requirements prescribed herein. 57. COMPLETENESS Contractors must complete all parts of the proposal in accordance with the Proposal documents as specified herein. Proposals which are submitted that are incomplete or not properly executed shall not be accepted. 58. EXAMINATION OF BID DOCUMENT INCLUDING SCOPE OF WORK Contractors shall carefully study all bid documents, specifications and the site of work in order to satisfy themselves by personal examination as to all conditions and site requirements affecting the work and to the detailed requirements of the work as described in the proposal documents Page 22 of 60

23 59. SUB-CONTRACTING The successful Contractor will not, without the written consent of the Town, make any assignment or any subcontract for the execution of any goods and services hereby proposed. 60. AVAILABILITY OF SERVICE The Contractor is expected to be on call for the Water and Wastewater department at all times. The contractor must be available within an hour or make arrangements for someone to be available within that time frame for the department. 61. PROPOSAL PRICES Bid prices must be valid for 90 days after the proposal closing date stated herein In the event of any discrepancy between the unit price and the extension(s), the unit price shall govern The total price and payment is to be shown and made in Canadian Funds No extra charges will be permitted unless written authorization is obtained from the Town. 62. Time shall be of the essence for any work to be done as a result of this proposal. Failure of a Contractor to perform the contract within the time specified or within a reasonable time, as determined by the Town of Cochrane, will constitute authority for the Town of Cochrane to cancel or terminate such contract and assign the work to be done to another Contractor without obligation to the Contractor under the cancelled contract. The Town shall be entitled to all remedies against the Contractor including damages for failure to complete the contract, or for default under it. 63. The Contractor warrants that the services supplied to the Town of Cochrane conform in all respects to the standards set forth by Federal and Provincial Legislation, Ministries, Boards and Agencies and in particular the Occupation Health and Safety Act and Regulations thereto. Failure to comply with these conditions will be considered a breach of contract. 64. No Contractor is relieved from completing the contract merely because detailed conditions and specifications of the various components are not set out in the bid document. 65. Tenders having any erasures or corrections shall be initialed by the Contractor in ink. All tenders shall be typewritten or filled in with pen and ink and bids shall be signed in ink 66. The failure of either party at any time to require performance by the other party of any provision hereof shall in no way affect his/her right thereafter to enforce such provision or to seek damages for the breach thereof. Successful Contractors, including those outside the Province of Ontario, agree that the rights of all parties shall be governed by the laws of Ontario. It is agreed between the parties that neither party shall be held responsible for damages caused by delay or failure to perform his/her Page 23 of 60

24 undertakings hereunder when such delay or failure is due to fires, strikes, floods, Acts of God or the Queen s enemies, lawful acts of public authorities, or delays or defaults caused by common carriers, which cannot reasonably be foreseen or provided against. 67. The submission of a proposal shall be deemed proof that the Contractor has satisfied himself/herself as to all the provisions of the proposal, all the conditions which may be encountered, what goods and services he/she will be required to supply, or any other matter which may enter into the carrying out of the supply of goods and services referred to in the proposal; and no claims will be entertained by the Town of Cochrane based on the assertion by the Contractor that he/she was uninformed as to any of the requirements of the proposal. 68. In case of default of the Contractor, the Town of Cochrane reserves the right to procure the goods and services from other sources and any added expense will be charged to the undersigned Contractor. The Contractor agrees to indemnify and save harmless the Town of Cochrane and all Municipal officers, employees, servants and agents; officers, employees, servants and agents of its Boards and Commissions and volunteers, from all claims, costs, actions, suits, damages or expenses which may arise by reason of the execution of his/her proposal or the performance of any of the terms of his/her proposal or in any way incidental to the proposal. 69. This indemnification shall also apply in respect of any claims for injuries or damages that may be sustained by the Contractor or any of his/her employees during the performance and fulfillment of this proposal. Should the Town of Cochrane receive any demand or claim arising out of the performance of this Proposal, the Contractor shall pay to the Town of Cochrane such claims. The Contractor shall also pay to the Town of Cochrane any demand, cost, charge, damages or expenses which may be paid or incurred by the Town of Cochrane or any of its servants, officers or agents in settlement of or on account of the payment for any loss, damages or expenses payable by the Town of Cochrane or its officers, servants and agents, and any monies payable by the Contractor under the terms and conditions of this Proposal may be deducted from monies payable under this Proposal which are then remaining in the possession of the Town of Cochrane on account of this Proposal, and to any court of competent jurisdiction as monies paid on behalf of the Contractor. Page 24 of 60

25 SCHEDULE A SCADA WORK SCHEDULE 1. SCHEDULE The Town anticipates officially awarding the Contract by August 23, The Work must be completed by March 1, Please produce your schedule that will meet the completion date. Program Start Date:, 2017/2018 Program Completion Date:, 2017/2018 Days Contractor will work each week: Expected number of working days for completion: Page 25 of 60

26 SCHEDULE B PROPONENTS MANDATORY QUESTIONNAIRE FOR SELECTION CRITERIA Responses must be provided directly onto this Schedule after the word RESPONSE in order to provide consistency and ensure each Proposal receives full consideration. If the RESPONSE is considered to be lengthy, proponents can provide an initial RESPONSE and then provide details as an Appendix. Section 1.0 Corporate Strength and Capability Weighting 20 Points Q.1 Provide information on your experience with the design and installation of SCADA. RESPONSE Q.2 How long has your company provided SCADA services in Ontario? RESPONSE Q.3 State the location and hours of operation of your office(s). RESPONSE Q.4 Are all your employees covered by WSIB? Yes No Q.5 Please provide your WSIB Registration Number: Page 26 of 60

27 Q.6 Warranty Please state if your company offers a 2-year warranty on this type of Work (i.e. product, workmanship, etc.) Yes No If Yes, please explain Q.7 Describe any sustainability or environmental practices you have with regard to the type of Work? RESPONSE Q.8 Include any other information you consider relevant to the evaluation of the information that you are providing for Section 1.0 or value added services that would benefit the Town of Cochrane. RESPONSE Page 27 of 60

28 Section 2.0 Experience of Personnel Weighting 10 Points Q.1 If your company is the successful Contractor, whom will it appoint as the designated account representative whom the Town may refer its requests, problems complaints, etc. Include their qualifications. RESPONSE Q.2 Please provide the following information for any personnel that the Contractor proposes to use to perform the Work described in this RFP. Information to include: Names of personnel; Qualifications, including any related certification related to this type of work, if any; and Number of years experience. RESPONSE Page 28 of 60

29 Section 3.0 References Weighting 10 Points Provide at least three (3) references, preferably of other municipal, provincial or federal government organizations for which you are currently or have recently completed SCADA Design-Build, which are identical or similar to the requirements of this RFP. Please provide references stating organization, name, contact name, phone number, fax number and brief description of work performed. The Town reserves the right to contact all references, including the Town s internal assessment of current performance, if any. Organization Name: Contact Name, Title: Phone: Fax: Description of Work Performed: Organization Name: Contact Name, Title: Phone: Fax: Description of Work Performed: Organization Name: Contact Name, Title: Phone: Fax: Description of Work Performed: Page 29 of 60

30 Section 4.0 Pricing Weighting 60 Points PRICING Pricing is in Canadian Dollars. HST is shown as a separate line item. All pricing shall be inclusive of all equipment, materials, labour, permits, fees, licenses and all other related costs necessary to complete all Work successfully as stated within this RFP. Quantities stated within this RFP are estimates only. Description Price Design-Build SCADA at Cochrane WWTP $ Subtotal $ Subtotal $ 13% $ Total Contract Price $ PROPONENT MUST COMPLETE ALL APPLICABLE SPACES ABOVE. PRICES MUST BE IN CANADIAN FUNDS. Page 30 of 60

31 SCHEDULE C PROPOSAL SUBMISSION FORM Proponent Information (Please Print) Company Name: Address: Contact: City Phone: Province: Fax: Postal Code: H.S.T. Registration Number: ADDENDA The proponent acknowledges the following Addenda have been received. The modifications to the proposal documents noted therein have been considered and the effects are included in the price. Addendum Number Addendum Number Addendum Number Dated Dated Dated INSURANCE Insurance Coverage Agency, Insurance Company Policy Number Page 31 of 60

32 I/We the undersigned, agree to having examined and read the proposal documents and addenda as issued by the Town. I/We agree to all of the above stated clauses and by signing this form bind ourselves to abide by them with no exceptions, unless written authority is given by the Town. I/We agree to supply the goods, materials or services for the unit prices stated herein. Signature of Authorized Company Official Name of Authorized Company Official (Please Print) Title (Please Print) PLEASE NOTE: PERSON SIGNING MUST BE AUTHORIZED TO SIGN ON BEHALF OF THE COMPANY/INDIVIDUAL REPRESENTED, AND TO BIND THE COMPANY/INDIVIDUAL TO STATEMENTS MADE IN RESPONSE TO THIS CONTRACT. FAILURE TO SIGN THE SUBMISSION FORM MAY RESULT IN THE PROPOSAL BEING REJECTED. Page 32 of 60

33 WWTP SCADA SYSTEM FORM OF PROPOSAL THE LOWEST OR ANY PROPOSAL OR ANY PROPOSAL NOT NECESSARILY ACCEPTED THE CONTRACTOR WILL BE RESPONSIBLE FOR ALL DAMAGES INCURED IN THE PROCESS OF FULFILLING THE CONTRACT ACCEPTANCE AGREEMENT ACCEPTED ON BEHALF OF THE CORPORATION OF THE TOWN OF COCHRANE, THIS DAY OF, 2017 MAYOR TOWN CLERK Page 33 of 60

34 Town of Cochrane SCADA Preliminary Design Report April 2017 Version 1.0 Town of Cochrane WPCP SCADA Preliminary Design Report April 2017 Version Date Description of Revision 0.1 December, 2016 Initial Draft for Review 1 April, 2016 Submission for Client Review Cochrane WPCP SCADA Preliminary Design Report v1_1 NLS Engineering Page 1 of 21

35 Town of Cochrane SCADA Preliminary Design Report April 2017 Version 1.0 Table of Contents SECTION 1 OVERVIEW INTRODUCTION... 4 SECTION 2 WATER POLLUTION CONTROL PLANT & SEWAGE PUMPING STATIONS OVERVIEW... 5 Influent... 6 Primary Treatment... 6 Secondary Treatment... 6 Disinfection... 8 Effluent... 8 Miscellaneous REMOTE SEWAGE PUMP STATION... 9 SECTION 3 SCADA HARDWARE REQUIREMENTS SCADA SERVERS & WORKSTATIONS PLC PANELS UNINTERRUPTIBLE POWER SUPPLIES NETWORK SWITCHES & EQUIPMENT SECTION 4 ALARMS PROCESS ALARMS BUILDING SECURITY SECTION 5 SCADA MANAGEMENT SYSTEMS HMI SECURITY AND USER PROFILES DOCUMENT MANAGEMENT SYSTEM ALARM RESPONSE MANAGEMENT SCADA STANDARDS BACKUP & DISASTER RECOVERY REPORTING & DATA MANAGEMENT SECTION 6 SCOPE OF WORK ENGINEERING DESIGN TENDER, CONTRACT ADMINISTRATION & INTEGRATION SCOPE OF WORK CONSTRUCTION CONTRACTOR SCOPE OF WORK SECTION 7 RECOMMENDATIONS SCADA SERVERS WPCP PLC PANELS REMOTE STATIONS SECTION 8 COST & TIME ESTIMATES COST ESTIMATES TIMELINE ESTIMATES Cochrane WPCP SCADA Preliminary Design Report v1_1 NLS Engineering Page 2 of 21

36 Town of Cochrane SCADA Preliminary Design Report April 2017 Version 1.0 List of Tables Table 1 Device required for SCADA Integration Legend... 5 Table 2 Influent Device IO Count... 6 Table 3 Primary Treatment Device IO Count... 6 Table 4 Aeration Device IO Count... 7 Table 5 East (Old) Device IO Count... 7 Table 6 West (New) Device IO Count... 7 Table 7 - Phosphorus Device IO Count... 7 Table 8 - Disinfection Device IO Count... 8 Table 9 - Effluent Device IO Count... 8 Table 10 - Miscellaneous Device IO Count... 8 Table 11 - WPWP SCADA Costs List of Figures Figure 1 - SCADA Network Example Appendices APPENDIX A Glossary APPENDIX B Cochrane WPCP - On-site Inventory & Assessment APPENDIX C Cost Breakdown Cochrane WPCP SCADA Preliminary Design Report v1_1 NLS Engineering Page 3 of 21

37 Town of Cochrane SCADA Preliminary Design Report April 2017 Version 1.0 Section 1 Overview 1.1 Introduction The Town of Cochrane retained NLS Engineering in 2016 to complete the Supervisory Control and Data Acquisition (SCADA) preliminary design for their Water Pollution Control Plant. This project consists of two key tasks: 1. Task 1 On-site Inventory & Assessment 2. Task 2 SCADA Preliminary Design Report In Task 1 On-site Inventory & Assessment, a comprehensive inventory and assessment, was completed to build an accurate picture of the existing condition of SCADA related hardware, software and network within the facility. To understand the Town s short-term and long-term vision for their SCADA system, NLS performed a site visit and held discussions with relevant operators and contractors. This report includes recommendations for accomplishing the Town s short-term goals with consideration of their long-term goals. Concerning short-term goals, the Town requires a SCADA system to show specific statuses from within the plant, and four (4) remote facilities. Some of these selected statuses will be trended and/or have alarming capabilities. There are over 30 devices at the wastewater plant that can be added to the SCADA system. From these devices, there is a total of nineteen (19) analog inputs (AI), five (5) analog outputs (AO), seventy-one (71) digital inputs (DI), and nine (9) digital outputs (DO). As per the feedback from Operations, not all devices are immediately required on SCADA. The estimated IO required on SCADA for this upgrade is nine (9) AI, one (1) AO, thirty-seven (37) DI and six (6) DO. Each remote SPS has one (1) general consolidated alarm which is currently tied into the WTP PLC; The Town of Cochrane has requested that these alarms along with any available statuses, which are tied to an existing PLC at these SPSs, be tied into the new WPCP SCADA system. In their long-term goals, the Town will explore adding all devices to SCADA and fully automating the plant. This task will require a thorough investigation to understand the electrical, civil and mechanical requirements. To understand the efforts and cost for this full SCADA upgrade, a separate pre-design report is required, followed by a detailed design based for the scope. Note: This SCADA Preliminary Design Report provides cost estimates for SCADA related development and hardware based on actual quotes. Costs related to electrical and construction are included, but may vary due to the state of the facility, the availability of as-built drawings and more factors that make the required work difficult to quote, prior to the detailed design report. We have currently addresses these unknowns with a 20% contingency. Please refer to Appendix A for common SCADA terminology definition and descriptions. Cochrane WPCP SCADA Preliminary Design Report v1_1 NLS Engineering Page 4 of 21

38 Town of Cochrane SCADA Preliminary Design Report April 2017 Version 1.0 Section 2 Water Pollution Control Plant & Sewage Pumping Stations 2.1 Overview The Town owns, operates and maintains the local wastewater collection system, including the Water Pollution Control Plant (WPCP) and four Sewage Pump Stations (SPSs). The WPCP is located at 500 Water Plant Rd., where the wastewater is collected, treated and discharged into the nearby creek. At present, there is no SCADA system at the WPCP and only a handful of devices capable of being controlled by a PLC. Four (4) alarms from the WPCP are hardwired to the PLC at the nearby Water Treatment Plant (WTP). Alarm conditions are alerted to the WTP Operations through the WTP s auto-dialer. Of the four SPSs, two are controlled by a PLC, one of which is connected to the WTP SCADA system. For this report, the WPCP plant has been divided into five process areas (as seen in Figure 1) to represent process flow. These areas are: 1. Influent 2. Primary Treatment 3. Secondary Treatment 4. Disinfection 5. Effluent Figure 2: Process Flow Drawing for Cochrane Wastewater Treatment Plant The following subsections identify the devices located in each of these process areas during the on-site investigation with the Town s Operations and electrical contractor. Only select devices are required in the Town s short-term goal for integration to the new SCADA system. The following tables detail all devices and their hardwired IO counts in each process areas. The tables show the requirements of each device based on the legend in Table 1. Table 1 Device required for SCADA Integration Legend Not Required for Short-Term SCADA Requested for Short-Term SCADA Additional Components Required - Requested for Short-Term SCADA Recommended for Short-Term SCADA Cochrane WPCP SCADA Preliminary Design Report v1_1 NLS Engineering Page 5 of 21

39 Town of Cochrane SCADA Preliminary Design Report April 2017 Version 1.0 Influent The Influent is gravity fed from the town s sewage collection system. During high flow conditions, the bypass weir diverts the excess flow using a Milltronics sensor to generate an alarm whenever bypass flow is detected. The Town has requested that both flows be integrated to SCADA as part of their short-term Goals. Table 2 Influent Device IO Count Influent Device AI AO DI DO Bypass Flow Meter Screw Conveyor Influent Flow Total Required IO 0 of 3 0 of 0 3 of 8 0 of 0 Primary Treatment From the influent chamber, sewage flows into the screen room of the Primary Treatment. Here, a screw conveyor removes large debris. A bypass manual screen is available to bypass the screw conveyor. From here the wastewater proceeds to the intake weirs. Each weir is individually monitored by Ultrasonic Sensors which are tied to one flow transmitter. The Town has requested that all analog devices in this area be integrated into SCADA as part of their short-term goals. Additional components are required for the screw conveyor and manual bar screen to integrated statuses and control to SCADA. Table 3 Primary Treatment Device IO Count Primary Treatment Device AI AO DI DO Screw Conveyor Manual Bar Screen Flow Transmitter Ultrasonic Sensor Ultrasonic Sensor Total Required IO 0 of 3 0 of 0 0 of 3 0 of 0 Secondary Treatment The sewage water is gravity fed to the Secondary Treatment. It first enters the RAS chamber where it is dosed with phosphorous. The sewage water is seeded with RAS, recovered from this facility, before it is evenly distributed to the aeration system s East and West tanks. There are no dissolved oxygen sensors in the aeration system which are online or being used. A diffused bubbler is used to inject air from one multispeed blower (Aserin). A conventional blower is available as standby for the new primary blower. The Clarifiers receive the aerated water. In the old clarifier, the solids are separated using a single chain drive. In the older clarifier, scum is sent into the holding tank 2 and one (1) RAS pump sends RAS to the RAS chamber. In the new clarifier, the solids are separated with two pumps and two chain drives. The RAS pump and sludge transfer pump are interchangeable, but only one pump runs at a time. The holding tanks are emptied by sludge haulers when required. Cochrane WPCP SCADA Preliminary Design Report v1_1 NLS Engineering Page 6 of 21

40 Town of Cochrane SCADA Preliminary Design Report April 2017 Version 1.0 The Town has requested that the new Blower, dissolved oxygen sensors, and the phosphorous flood status be integrated into SCADA in this phase. Table 4 Aeration Device IO Count Aeration Device AI AO DI DO Blower No Blower No Dissolved Oxygen Sampler Total Required IO 0 of 5 0 of 1 8 of 18 0 of 0 Table 5 East (Old) Device IO Count East (Old) Device AI AO DI DO Clarifier Chain RAS Pump Scum Pump Total Required IO 0 of 3 0 of 0 3 of 8 0 of 0 Table 6 West (New) Device IO Count West (New) Device AI AO DI DO Longitudinal Collector Cross Collector RAS Pump Sludge Transfer Pump Scum Pump Scum Pump Holding Tank No. 1 Level Holding Tank No. 2 Level Holding Tank No. 3 Level Effluent Flow (old) RAS Flow WAS Flow Total Required IO 0 of 6 0 of 2 0 of 16 0 of 2 Table 7 - Phosphorus Device IO Count Phosphorus Device AI AO DI DO Phosphorus Pump No Phosphorus Flood Total Required IO 0 of 1 0 of 1 1 of 5 0 of 1 Cochrane WPCP SCADA Preliminary Design Report v1_1 NLS Engineering Page 7 of 21

41 Town of Cochrane SCADA Preliminary Design Report April 2017 Version 1.0 Disinfection The secondary effluent enters the Disinfection area, entering the chlorine contact chamber where it is dosed with chlorine. No devices in this section are required by the Town. Table 8 - Disinfection Device IO Count Disinfection Device AI AO DI DO Gas Monitor Effluent Chart Recorder Total Required IO 0 of 1 0 of 1 0 of 1 0 of 0 Effluent The Effluent area, receives the water as final effluent at the end of the treatment process. From here it is discharged into the nearby creek. Effluent and Bypass flows are crucial signals that will be required for the SCADA integration. Table 9 - Effluent Device IO Count Effluent Device AI AO DI DO Effluent Flow CCT Bypass Flow Effluent Sampler Total Required IO 1 of 3 0 of 0 8 of 8 0 of 0 Miscellaneous These miscellaneous devices and statuses include general alarm contacts from each SPS, door contacts and general alarms from the WPCP. Some of these are currently being received by the WTP PLC. These statuses are to be integrated into the WPCP SCADA in the Short-Term. Table 10 - Miscellaneous Device IO Count Miscellaneous Device AI AO DI DO SPS SPS SPS SPS Door Contacts Phosphorus Control Room Screw Conveyor Blower RAS (Basement) General WPCP Alarms Total Required IO 0 of 0 0 of 0 17 of 17 0 of 0 Cochrane WPCP SCADA Preliminary Design Report v1_1 NLS Engineering Page 8 of 21

42 Town of Cochrane SCADA Preliminary Design Report April 2017 Version Remote Sewage Pump Station There is a total of four (4) SPSs. Only L&S SPS (SPS 1) has a PLC that is connected to the WTP SCADA system, where it is monitored and controlled. The Concession 2&3 SPS (SPS 4) has a local PLC that can be integrated into SCADA once the network infrastructure has been completed. The two remaining SPSs do not have a PLC and currently only produce a general alarm back to the WTP SCADA. All other statuses from the SPSs with a PLC will be integrated to the new WPCP SCADA system by means of communication. SPS 1 Rochon SPS At the Rochon SPS, there is no PLC. Pump control is accomplished by use of floats. Circuitry exists at this location that sends an alarm to the WTP over two wires on a telephone line owned by the Town. This is currently wired to input I:5/8 on the WTP main PLC. SPS 2 L&S SPS At the L&S SPS, there is a PLC which controls the pumps. The PLC communicates to the WTP by use of a Mulogix modem. Statuses, which are tied to the PLC, are currently displayed on the WTP SCADA system. Circuitry exists at this location that sends an alarm to the WTP over two wires on a telephone line owned by the Town. This is currently wired to input I:5/9 on the WTP main PLC. SPS 3 Shirley SPS At the Shirley SPS, there is no PLC. Pump control is accomplished by use of floats. A network/internet connection will be required at this location to allow any new PLC to connect to the Town s infrastructure. Circuitry exists at this location that sends an alarm to the WTP over two wires on a telephone line owned by the Town. This is currently wired to input I:5/12 on the WTP main PLC. SPS 4 Concession 2 & 3 SPS At the Concession 2 & 3 SPS there is a newer PLC but no network access exists to tie it into the WPCP SCADA system. A network/internet connection will be required at this location to connect to the Town s infrastructure. Circuitry appears to exist at this location for alarms, but it is not currently tied back to the WTP PLC. Section 3 SCADA Hardware Requirements 3.1 SCADA Servers & Workstations The WPCP does not have any SCADA Servers or workstations. The SCADA system at the WTP monitors one SPS and several wastewater related alarms, in addition to the intended water system statuses. A dedicated SCADA system will be required for the WPCP. It will consist of a physical server to house the SCADA servers as virtual machines (VMs). The VMs required are a 1 SCADA Server, a 2 Historian Server, an 3 Alarm Server, and a 4 Backup Server. Depending on any further requirements of the system, other VMs may be installed. Brief descriptions for the above-mentioned servers: 1) SCADA Server The SCADA Server hosts the Human Machine Interface (HMI) and IO drivers. These applications should be installed on a Windows Server operating system (OS). 2) Historian Server The Historian Server hosts the SCADA Historian software and any associated reporting software, including an SQL server. These applications should be installed on a Windows Server OS. 3) Alarm Server Where additional software is used for alarming, the Alarm Server will host this software. This should be installed on a Windows OS that is most compatible with the selected software. 4) Backup Server The Backup Server is responsible for performing routine backups of all servers and critical SCADA information. This application and/or service should be installed on a Windows Server OS. Cochrane WPCP SCADA Preliminary Design Report v1_1 NLS Engineering Page 9 of 21

43 Town of Cochrane SCADA Preliminary Design Report April 2017 Version 1.0 At least, one physical SCADA workstation with a Windows 7 OS will be required for Operations to view their SCADA system. The SCADA software and IO server can be installed here and this physical machine will run in parallel with the SCADA server VM. This workstation will also run any trending and querying tools (e.g. Excel) required to generate adhoc reports and trends. 3.2 PLC Panels The PLC panels encompass all the SCADA components required to acquire statuses from the field and relay the information to the SCADA Servers. The following are some components that are included in a PLC Panel: - PLC - Network Switch - Modem and/or Media Converters - Terminal Blocks, Breakers and Fuses - Power Supplies - Operator Interface Terminal (OIT) (where applicable) Based on the layout of the WPCP facility, three (3) PLC panels are required facilitate all the required wiring in long-term goals of the Town. The most suitable locations identified are the Blower Room ( Blower PLC ), the Secondary Treatment Building ( Clarifier PLC ) and the Administration Building ( Admin PLC ). The PLCs recommended for this system are Allen Bradley s CompactLogix, due to their robust build, network capabilities and cost effectiveness. Though three (3) PLC panels are required, only one (1) PLC processor is needed in the main PLC panel (in the Administration Building or Secondary Treatment Building). The remaining panels can both be equipped with Remote IO racks. The Blower PLC panel (to be placed in the Blower Room) and Clarifier PLC panel (to be placed in the Secondary Treatment Building) can be fullsized panels 7 in height, ~4 in width, and ~3 in depth. Due to restricted space in the administration building, the Admin PLC panel may need to be compact, measuring only 4 in height, ~4 in width, and ~3 in depth. To meet the Towns shortterm goals, only the Blower PLC and the Admin PLC will be required. 3.3 Uninterruptible Power Supplies The SCADA system servers, workstation, NAS and network switches will require an Uninterruptable Power Supply (UPS) device to keep visibility of the process and maintain data integrity during power failures. Each PLC panel will require a UPS with auxiliary contact cards to provide hardwired statuses indicating whether the unit is in Battery Mode, Normal Mode or a Fault condition. These statuses are wired to a PLC for monitoring. These UPS devices must have the capability to maintain power to all critical components for up to 30 minutes. This will provide sufficient time for the PLC to detect, transmit and announce a power failure condition to Operations. 3.4 Network Switches & Equipment No network switches currently exist in the WPCP or its remote SPSs. The SCADA network will require industrial grade switches for the SCADA servers and for each PLC panel. Having 30-40% spare ports (e.g. 3 of 8 ports spare) will accommodate most growth in the system. A Network Attached Storage (NAS) appliance should be implemented to store all electronic files such as PCNs, drawings, PLC programs, historical data backups, SCADA system backups, reports, etc. In the cases where SCADA network devices, at the plant, are located beyond the range of copper ethernet, it is recommended that fiber optic cables or radio ethernet modem connections are used. Due to the large number of unknown factors (e.g. subsurface wiring, civil requirements etc.), the constructability and cost cannot be estimated for works related to trenching fiber optic cables through the plant. The alternative method considered for this preliminary design is radio Cochrane WPCP SCADA Preliminary Design Report v1_1 NLS Engineering Page 10 of 21

44 Town of Cochrane SCADA Preliminary Design Report April 2017 Version 1.0 ethernet. However, during the detailed design phase, it is possible we may locate spare conduits and conductor wire, eliminating the need for fiber and/or radio ethernet installations. If fiber optic connections are made available, by the Town s IT, to each of the remote SPSs, this would be the most ideal connection. If not, cellular modems can be used to connect these PLCs back to the main SCADA servers. Figure 1 - SCADA Network Example Cochrane WPCP SCADA Preliminary Design Report v1_1 NLS Engineering Page 11 of 21

45 Town of Cochrane SCADA Preliminary Design Report April 2017 Version 1.0 Section 4 Alarms 4.1 Process Alarms Any analog device in the process that is wired to a PLC and displayed on the HMI can be configured to alarm on Low- Low, Low, High and High-High condition. These alarming setpoints can be adjusted by Operations and have enable/disable functionality. Digital statuses from floats, pumps, and other devices can be configured as alarms. They can also be enabled/disabled for dialing out to Operations. These alarms are displayed on the HMI application, where they can be acknowledged. Active alarms that are unacknowledged for a set amount of time will be forwarded to the alarm response management system as detailed in section Building Security Any door contacts that are wired to a PLC can be used to evaluate illegal entry in the associated facility. An arm/disarm methodology can either be accomplished through the HMI/OIT or a physical security device. These alarms are displayed on the HMI application, where they can be acknowledged. Active alarms that are unacknowledged for a set amount of time, will be forwarded to the alarm response management system as detailed in section 5.2. Section 5 SCADA Management Systems 5.1 HMI Security and User Profiles The HMI application will be configured to load automatically when the computer is turned on. The computer will bypass login credentials to run the HMI immediately and collect all alarming and status history. The HMI application itself will require operators to login before any changes can be made through the HMI. In some configurations, only one (1) login credential is used. This credential can be distributed securely amongst operations. In more secure configurations, several user types exist. This typically includes a restricted 1 Operator and unrestricted 2 Supervisor level. Credentials can either be made for everyone and placed into one of these user types, or one (1) general credential can be made for each user type and distributed securely to the right personnel. This approach will be determined during the Detailed Design phase. Brief descriptions for the above-mentioned user types: 1) Operators Credentials that are classified as Operator are typically able to update everyday operation setpoints, in addition to all basic functionality. Operator users generally are restricted from updating critical alarm setpoints. 2) Supervisors Credentials that are classified as Supervisor have no restrictions. 5.2 Document Management System The Town Operations have identified that most of the as-built documentation is available in print formats and are stored on-site in file folders and cabinets. There is no structured SCADA Document Management System (SDMS) in place for document storage, change management and retrieval of SCADA related documentation (including programs). As part of the recommended documentation inventory and audit process, the location, format, completeness and accuracy of the following documentation should be collected by the Town: Facility P&IDs I/O Loop Drawings Cochrane WPCP SCADA Preliminary Design Report v1_1 NLS Engineering Page 12 of 21

46 Town of Cochrane SCADA Preliminary Design Report April 2017 Version 1.0 Control Panel Drawings Electrical Single Line Diagrams Process Control Narratives Operations & Maintenance Manuals Facility CofA/ECA SCADA Applications PLC & OIT Programs The Town staff confirmed to be in possession of majority of the P&IDs, I/O loop drawings, control panel drawings, electrical single line drawings, process control narratives and Operations and maintenance manuals. Many of these files were not located during the on-site investigation due to the disorganized state of the filing system at the plant. The SPS PLC programs are not stored in a central location. They should be obtained from any contractors and saved in one central location. The PLC programs were not readily accessible. There is no maintenance or SCADA computer with RSLogix for the Town to go online with the PLCs. Accurate, complete and readily available documentation is critical for maintaining and upgrading the existing systems. The Town should consider implementing a centralized SCADA Document Management System (SDMS) with a change management procedure that is accessible to Town staff and support contractors. Drawings and documentation that are scanned can be entered in to the SDMS. 5.3 Alarm Response Management Alarm response management can be handled by hardware and/or software. For hardware, auto-dialers such as the RACO Verbatim are commonly used for dialing Operations over a hardwired phone line and playing a pre-recorded description for the generalized alarm channel that is active. Win911 is a software used for alarming. It has the capability to call or text (SMS) operation with a verbal or written description of the specific active alarm. The software options are more comprehensive and take less time to configure or update. 5.4 SCADA Standards The Town of Cochrane does not have a comprehensive SCADA section in their Design Criteria manual. This section should be expanded or refer to an appendix that includes formal standards for engineering design, tag naming, PLC coding and HMI graphics. SCADA standards are important to maintaining uniformity across engineering design, construction and programming. This will ensure new projects are similar and do not inherit the standards of the design engineer or contractor undertaking the assignment. Standardized implementation is beneficial to all groups including SCADA, maintenance, Operations, compliance, and support contractors. 5.5 Backup & Disaster Recovery Backup and disaster recovery measures are critical to the integrity of the SCADA & control systems, operational & compliance data, and public health and safety. The SCADA applications and historical data should be backed up regularly. The Town should consider the establishment of a formal backup and disaster recovery strategy. 5.6 Reporting & Data Management There is no reporting and data management. The Town staff identified that they manually collect and store data from their water system. Cochrane WPCP SCADA Preliminary Design Report v1_1 NLS Engineering Page 13 of 21

47 Town of Cochrane SCADA Preliminary Design Report April 2017 Version 1.0 Section 6 Scope of Work This section outlines the general scope of work for the engineering design/tender, construction, contract administration, programming, and the annual operating costs. 6.1 Engineering Design Tender, Contract Administration & Integration Scope of Work The tasks associated with this section detail the scope of work required to complete the engineering design and tender package, contract administration and SCADA integration scope of work. To maximize efficiency and mitigate cost overruns, the engineering design tender package development, contract administration and programming works will be handled by the same engineering firm. The scope of work for this SCADA implementation project consists of the following 9 key tasks: 1. Task 1 Project Management 2. Task 2 Gather Background Information 3. Task 3 Detailed Design / Tender Package Development 4. Task 4 Tender Assistance 5. Task 5 - SCADA System Integration & Programming 6. Task 6 Construction Administration 7. Task 7 Operation & Maintenance Materials, Manuals, and Record Drawings 8. Task 8 Asset Management Data Report 9. Task 9 Project Closure Task 1 Project Management The Consultant shall provide a structured and organized approach to managing the project. The Consultant will be expected to follow the approved schedule and stay within their proposed budget. Project meetings to include kick-off, progress meetings as necessary and as jointly determined between the Consultant, Contractor and the Town, and during project closure. Minutes for each meeting will be recorded and distributed to the project team. The Consultant will manage the project utilizing PMBOK principals, approach and documentation. Task 2 Gather Background Information Consultants will be given the opportunity to become familiar with all the available background material at the start of the project. The work completed to date and all background material will become the foundation for the detailed design. The Consultant will review the electrical, instrumentation, automation and SCADA components of the relevant PLC/Control panels, process, and related information. The Consultant will be provided with the Town s SCADA standards for engineering design and SCADA architecture, and all available and relevant background information requested. Task 3 Detailed Design/Tender Package Development The Detail Design and Tender Package will be completed by the Consultant. The design will conform to the Town s SCADA Design Standards. The following is a list of minimal activities and deliverables that are expected for this project: Review any existing PLC programs Establish a list of existing I/O points Establish a list of field instruments and equipment Develop the required Process Control Narrative(s) (PCN); Consultant to conduct workshops as required with Operations to identify process logic and improvements Develop tender specifications and drawings to be issued at 85% and final tender package (100%) Develop a change-over/transition plan to maintain operational integrity and minimize the impact upon operations Develop a construction cost estimate, to be submitted at the 85% and 100% submission milestones Cochrane WPCP SCADA Preliminary Design Report v1_1 NLS Engineering Page 14 of 21

48 Town of Cochrane SCADA Preliminary Design Report April 2017 Version 1.0 Task 4 Tender Assistance Tender Assistance will include, but not be limited to the following tasks: Conduct a bidder s meeting Field questions from bidders during the tendering process Investigate and prepare responses to questions Prepare addenda as required Attend the tender opening Analyze the bids for completeness and provide a recommendation for award Task 5 SCADA System Integration & Programming All control system programming and network configuration will be completed by the Consultant. The Consultant will be responsible for the following key tasks: Perform all required PLC and HMI programming in accordance with the approved PCN Configure network switches in accordance with Network Engineering Design Collaborate with the Contractor in scheduling of all work and testing Conduct and coordinate any required additional Control System Integration meetings Develop and complete Factory Acceptance Testing (FAT) Conduct commissioning and Site Acceptance Testing (SAT) inclusive of alarming, trending, historical data logging, and alarming updates Conduct and sign-off on all SAT and commissioning activities Task 6 Construction Administration The Consultant will administer the construction contractor in accordance with the Town s purchasing and procurement policies. The Consultant will be responsible for the following tasks: Schedule and chair a pre-construction meeting Schedule and chair monthly construction progress meetings Prepare and distribute agenda and minutes for all meetings Respond to Contractor s questions, proposals, and requests for information Issue and manage pay certificates Validate and award substantial completion Construction contract closure Task 7 Operation & Maintenance Materials, Manuals, and Record Drawings Throughout the project the Consultant will oversee the Contractor s preparation of an O&M manual that documents the modifications and undertakings of this project. The Consultant will create as-built documentation (drawings & narratives) that accurately reflect the as-constructed state of the system. The Consultant will create training documentation and provide a minimum of two training sessions for Operations staff. The second training session will occur 2-3 weeks after the first session to provide a refresher. Task 8 Asset Management Data Report The Consulting Engineer shall prepare and submit an Asset Management Data Report for each piece of new equipment associated with the SCADA upgrades. Task 9 Project Closure The Consultant shall provide an opportunity for the Town to review the scope of work against the submitted deliverables and advise of any deficiencies. Once all deficiencies are resolved, the Consultant shall close the project in accordance with the Town s purchasing policies. Cochrane WPCP SCADA Preliminary Design Report v1_1 NLS Engineering Page 15 of 21

49 Town of Cochrane SCADA Preliminary Design Report April 2017 Version Construction Contractor Scope of Work The general construction contractor scope of work includes the supply and installation of two PLC panels, radio network, and related labor and material to furnish the completed system. The general scope of work for the construction contractor will include the following: Attend pre-construction meeting Shop drawing submittal Construct and install SCADA panels per drawings and specs Supply and installation of all conduit wire, fittings and miscellaneous components as per the drawings and specs Acquire permits as required including ESA and inspections Supply and install all required SCADA and electrical equipment Supply, install and commission radio ethernet network between Main Plant PLC & Blower PLC Supply and install remote site network hardware (where Town fiber network is not installed or available) Work with Consultant to provide verification of signals during SCADA commissioning Cochrane WPCP SCADA Preliminary Design Report v1_1 NLS Engineering Page 16 of 21

50 Town of Cochrane SCADA Preliminary Design Report April 2017 Version 1.0 Section 7 Recommendations The recommendations made by NLS Engineering in this section are based on the findings of the On-site inventory and assessment, the Town s short-term. In the following phase, Detailed Designed, the Consultant will be able to finalize these recommendations through workshops with the Town and further site investigation. The Consultant will then implement the design accordingly. 7.1 SCADA Servers It is recommended that the Town purchase a physical hypervisory server (such as Dell s ESXi) to host their SCADA VMs and a tower PC (workstation) for viewing the SCADA Servers. Licenses will be required for the ESXi Server, each OS, each instance of HMI, the Historian, any required SCADA development software (PLC and HMI), the alarming software, and the backup software. NLS recommends the WPCP use Wonderware Intouch as their HMI application. The HMI application currently used at the WTP is Allen Bradley s Factory Talk View (FTView) and for consistency, the WPCP can use the same HMI application. However, Wonderware Intouch offers more versatility and works well in parallel with the recommended Historian (as noted below). We will discuss the pros and cons of both approaches with the Town. For the WPCP we recommend using a standalone Historian such as Wonderware Historian which is a more versatile software that can meet all the needs of the Town. The Historian service used at the WTP is part of the FTView application. The Town has experienced scenarios where this Historian is not able to accomplish their reporting needs. SQL Express was installed to work in conjunction with the FTView service, though limitations still exist. If the Wonderware Historian does not collect data for any amount of time (typically due to an OS restart), it is able to import values from the Wonderware Intouch (HMI application) historical files. Consistency between Water and Wastewater HMI can be attained by creating the graphics in a similar fashion. The capabilities to have both the WTP and WPCP SCADA Servers on the same SCADA network would increase the flexibility in device access and redundancies. Both sites can utilize one NAS; both sites can receive support from remote integrators with one VPN access. 7.2 WPCP PLC Panels For the short-term goals, we recommend that the WPCP is equipped with two (2) of the three (3) PLC Panels mentioned in section 3.2. Two (2) CompactLogix PLC processors with all required IO modules will be required for these panels. The digital and analog IO modules should be able to accommodate all required IO of the Town s short-term goals with 40% spare IO of each type. Additional IO modules can be added when the Town upgrades to meet their long-term goals. As the SCADA servers will require a connection to the PLC panels, NLS recommends the use of copper ethernet & radio ethernet. Cost of adding a radio ethernet network (modems and antennas) pale in comparison to the cost of trenching fiber for this. 7.3 Remote Stations In the short-term goals, the remote stations can maintain their current configuration with exception of their general alarms, which are currently terminated at the WTP and will be integrated to the WPCP SCADA. Network connectivity will be required at each remote station (over cellular modem or fiber). This will allow all collected statuses and alarms to be displayed on the WPCP SCADA. We recommend the Town complete trenching of new fiber optic cables at each remote SPS as they are in the process of upgrading their network infrastructure throughout the town. Fiber will reduce the possibilities of communication failures and provide greater bandwidth/speeds. Cochrane WPCP SCADA Preliminary Design Report v1_1 NLS Engineering Page 17 of 21

51 Engineering Design and Tender Construction Contract Administration & Programming Subtotal Contingency (20%) Total Capital Town of Cochrane SCADA Preliminary Design Report April 2017 Version 1.0 Though not required in the short-term goal, the option exists to install new PLC panels in the stations that currently have no PLC. Statuses collected from these PLC can be added to the WPCP SCADA and increase vision of the overall wastewater collection system. We will discuss the possibility of this with the Town. Section 8 Cost & Time Estimates 8.1 Cost Estimates The total estimated cost to build the WPCP SCADA system is $306,480. These cost estimates are based on the short-term goals of the Town and the recommendations made by NLS Engineering as found in this SCADA Preliminary Design Report. Appendix C details the estimated costs related to each of the following phases. An updated estimated cost will be produced during the Detailed Design Phase, which will yield a more accurate cost. Description Short-Term SCADA Integration $ 42,240 $ 163,020 $ 50,140 $ 255,400 $ 51,080 $ 306,480 Table 11 - WPWP SCADA Costs 8.2 Timeline Estimates The detailed design and tender scopes, as defined in Section 7, will take approximately 8-12 weeks. The timelines of the subsequent stages are best determined during or after the detailed design. Cochrane WPCP SCADA Preliminary Design Report v1_1 NLS Engineering Page 18 of 21

52 APPENDIX A Glossary

53 SCADA Glossary The following is a list of common acronyms and terms used in SCADA. They are accompanied d by detailed descriptions of each item: 1. AI - Analog Input from a field device Typically, this is 4-20mA input to the PLC and can be configured in the software to scale this to an engineered unit value. 2. AO - Analog Output to a field device Typically, this uses an engineered unit value, and scales it to a raw value to convert to a 4-20mA signal to the device. 3. ATS Automatic Transfer Switch An ATS is used to switch from hydro to backup generator power 4. DI - Digital Input from a field device Typically, this is a discrete signal from a field device. These are inputs such as door switches, level floats, running status, alarms. 5. DO - Digital Output to a field device These are discrete commands sent to devices. Examples of digital outputs are commands such as Valve Open/Close, Pump Start/Stop. 6. HMI Human Machine Interface HMI is the application running on the computer workstation. This application displays graphical representation of all devices and values. 7. I/O Input/Output to the PLC This is a general term for AI, AO, DI, DO 8. IO Driver IO Driver are software components which connects PLC program to HMI. This is a communication software which uses reads the appropriate protocols of the controller or device. 9. OIT Operator Interface Terminal Similar to HMI, but more rugged all-in-one unit. Typically placed on the front of a PLC panel in the field. 10. PLC Programmable Logic Controller The PLC is interfaced with the HMI and devices in the process. It can be programmed with logic to control the devices and receive commands from the HMI. 11. RAS Return Activated Sludge 12. SCADA Supervisor Control and Data Acquisition 13. SPS Sewage Pumping Station 14. UPS Uninterrupted Power Supply 15. VFD Variable Frequency Drive 16. WAS Waste Activated Sludge

54 APPENDIX B Inventory and Assessment

55 Town of Cochrane On-Site Inventory and Assessment February, 2017 Version 1.0 Legend Required on Short-Term SCADA Goals Not Required for Short-Term SCADA PLC 1 = Admin PLC PLC 2 = Blowers PLC PLC 3 = Clarifier PLC Relocated from PLC3 for Short-Term Device Location Manufacturer AI AO DI DO PLC Inlet Bypass Flow Meter Wooden Box beore Screw Room Siemens Milltronics Multiranger Screw Conveyor Screw Room WTP Equipment Corp. 3 2 Influent Flow Inlet Channel Hach SC TOTAL: Aeration Blower No.1 Blower Building MCC Room Aerzen (Turbo) Blower No.2 Blower Building Old Section Lamison (Conventional) 8 2 Dissolved Oxygen Does Not Exists Needs to be added or 3 Sampler Blower Building MCC Room HACH N/A TOTAL: Cochrane WPCP - On-site Inventory Assessment NLS Engineering Page 1 of 4

56 Town of Cochrane On-Site Inventory and Assessment February, 2017 Version 1.0 Legend Required on Short-Term SCADA Goals Not Required for Short-Term SCADA PLC 1 = Admin PLC PLC 2 = Blowers PLC PLC 3 = Clarifier PLC Relocated from PLC3 for Short-Term Device Location Manufacturer AI AO DI DO PLC Phosphorus (Ferric Sulphate) Phosphorus Pump No.1 Phosphorus Containment Area Watson Marlow 520U Phosphorus Flood Does Not Exists Needs to be added 1 1 TOTAL: Chlorine Gas Monitor Chlorine Building The Capital Controls Group Effluent Chart Recorder Chlorine Building Bristol 1 2 TOTAL: East (Old) Clarifier Chain Aluminum Building, Starter in Lab GE Pump, GE Starter 1 RAS Pump Outdoor Pit, Starter in Lab FLYGT Pump, EATON Starter 2 1 Scum Pump Outdoor Pit, Starter in Lab FLYGT Pump, GE Starter 1 TOTAL: Cochrane WPCP - On-site Inventory Assessment NLS Engineering Page 2 of 4

57 Town of Cochrane On-Site Inventory and Assessment February, 2017 Version 1.0 Legend Required on Short-Term SCADA Goals Not Required for Short-Term SCADA PLC 1 = Admin PLC PLC 2 = Blowers PLC PLC 3 = Clarifier PLC Relocated from PLC3 for Short-Term Device Location Manufacturer AI AO DI DO PLC West (New) Longitudinal Collector Aluminum Building, Starter in Basement WEQ, SIEMENS Starter 2 3 Cross Collector Outdoors on PAD, Starter in Basement WEQ, SIEMENS Starter 2 3 RAS Pump Basement FLYGT Pump, CentriPro VFD Sludge Transfer Pump Basement FLYGT Pump, CentriPro VFD Scum Pump Outdoor Pit, Starter in Basement FLYGT Pump (??), SIEMENS Starter 2 3 Sump Pump Basement FLYGT Pump, SIEMENS Starter 2 3 Holding Tank No.1 Level Basement Milltronics Microranger II Holding Tank No.2 Level Basement Milltronics Microranger II Holding Tank No.3 Level Basement Milltronics Microranger II n/a Effluent Flow (Old) Basement OCMiii n/a RAS Flow Basement E+H Flowtec Variomag 1 3 WAS Flow Basement E+H Flowtec Variomag 1 3 TOTAL: Effluent Effleunt Flow CCT Hach SC CCT Bypass Flow CCT Hach SC Effluent Sampler CCT HACH 2 N/A TOTAL: Cochrane WPCP - On-site Inventory Assessment NLS Engineering Page 3 of 4

58 Town of Cochrane On-Site Inventory and Assessment February, 2017 Version 1.0 Legend Required on Short-Term SCADA Goals Not Required for Short-Term SCADA PLC 1 = Admin PLC PLC 2 = Blowers PLC PLC 3 = Clarifier PLC Relocated from PLC3 for Short-Term Device Location Manufacturer AI AO DI DO PLC Miscellaneous SPS1 Input at WTP is DC Only for these 1 1 SPS2 Input at WTP is DC Only for these 1 1 SPS3 Input at WTP is DC Only for these 1 1 SPS4 Input at WTP is DC Only for these 1 1 Door Contacts Phosphro 2 1 control room 1 1 screw conveyor 2 2 blower 3 2 RAS 9basement) 1 3 Verbatim RACO 1 TOTAL: COMBINED TOTAL Cochrane WPCP - On-site Inventory Assessment NLS Engineering Page 4 of 4

Town of Whitby Terms and Conditions

Town of Whitby Terms and Conditions Town of Whitby Terms and Conditions Part B - Standard Terms and Conditions 1. Definitions Town - The Corporation of the Town of Whitby, its successors and assigns. Bidder - The person, firm or corporation

More information

PLEASE NOTE: BID REGISTRATION

PLEASE NOTE: BID REGISTRATION PLEASE NOTE: BID REGISTRATION CITY OF BELLEVILLE REQUEST FOR PROPOSALS FOR PATIO BAR AND RELATED FOOD SERVICES MEYERS PIER BELLEVILLE ONTARIO CONTRACT NO. RCCS-2015-03 Bid Registration is provided to assist

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE

More information

REQUEST FOR PROPOSAL FOR EXTERNAL AUDIT SERVICES THE CHILDREN S AID SOCIETY OF OTTAWA (CASO)

REQUEST FOR PROPOSAL FOR EXTERNAL AUDIT SERVICES THE CHILDREN S AID SOCIETY OF OTTAWA (CASO) REQUEST FOR PROPOSAL FOR EXTERNAL AUDIT SERVICES THE CHILDREN S AID SOCIETY OF OTTAWA (CASO) Issue Date: August 11, 2017 Closing Deadline: 16:00 hours, Friday September 1st, 2017 Delivery Method: Proponents

More information

Revised GENERAL CONDITIONS (Procurement Contract)

Revised GENERAL CONDITIONS (Procurement Contract) Revised 2005-03-14 GENERAL CONDITIONS (Procurement Contract) INDEX GC1 INTERPRETATION... 1 GC2 ASSIGNMENT AND SUB-LETTING... 2 GC3 CONDUCT OF THE WORK... 2 GC4 PERSONAL INFORMATION AND PRIVACY... 3 GC5

More information

This Quotation to be returned on or before: May 26, 4:30 p.m. The lowest or any quote not necessarily accepted

This Quotation to be returned on or before: May 26, 4:30 p.m. The lowest or any quote not necessarily accepted Quotation No. 16-Q35 REQUEST FOR QUOTATION THE CORPORATION OF THE CITY OF CORNWALL PURCHASING SERVICES 100 Water Street East, Suite 104, CORNWALL, ONT. K6H 6G4 TEL # (613) 932-6252 FAX (613) 932-5919 (purchasing@cornwall.ca)

More information

SUPPLIER - TERMS AND CONDITIONS Materials and Goods

SUPPLIER - TERMS AND CONDITIONS Materials and Goods SUPPLIER - TERMS AND CONDITIONS Materials and Goods 1. BINDING EFFECT; ACCEPTANCE. This purchase order and all subsequent purchase orders delivered by Buyer to Seller (each, an "order"), shall be governed

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

DOUKPSC04 Rev Feb 2013

DOUKPSC04 Rev Feb 2013 DOUKPSC04 Purchasing Standard conditions for the Purchase of Consultancy Services 1 DEFINITIONS In the Contract (as hereinafter defined) the following words and expressions shall have the meanings hereby

More information

STANDARD TERMS AND CONDITIONS

STANDARD TERMS AND CONDITIONS 1. Rejection of Bids Bids with one or more of the following may be declared informal and/or disqualified and/or rejected: a) Bids that do not comply strictly with all terms and conditions of the Bid Solicitation

More information

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively

More information

REQUEST FOR PROPOSAL. Information Technology Support Services

REQUEST FOR PROPOSAL. Information Technology Support Services Request for Proposal 1 of 17 www.mdgreenview.ab.ca Box 1079, 4806-36 Avenue, Valleyview, AB T0H 3N0 (780) 524-7600, (780) 524-4307 fax REQUEST FOR PROPOSAL Information Technology Support Services Bid Closing

More information

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR CONTRACTOR S COPY SUBCONTRACT NO. Alberta Standard Construction Subcontract THIS AGREEMENT made this day of, A.D. 20 BETWEEN name (hereinafter called the

More information

ANNEX A Standard Special Conditions For The Salvation Army

ANNEX A Standard Special Conditions For The Salvation Army ANNEX A Standard Special Conditions For The Salvation Army TO BE ATTACHED TO AIA B101-2007 EDITION ABBREVIATED STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT 1. Contract Documents. This Annex supplements,

More information

Request for Tender. Humidifier Replacement February 19, 2013

Request for Tender. Humidifier Replacement February 19, 2013 Request for Tender For: Humidifier Replacement February 19, 2013 1602 Telesat Court Rick Moore Supervisor, Property & Facility Management Telephone: 613 747-7800 Ext. 2872 Index of Sections Section A -

More information

STANDARD CONSTRUCTION CONTRACT. THESE ARTICLES OF AGREEMENT made in duplicate and effective the day of 2017: NEW BRUNSWICK POWER CORPORATION

STANDARD CONSTRUCTION CONTRACT. THESE ARTICLES OF AGREEMENT made in duplicate and effective the day of 2017: NEW BRUNSWICK POWER CORPORATION STANDARD CONSTRUCTION CONTRACT THESE ARTICLES OF AGREEMENT made in duplicate and effective the day of 2017: BETWEEN: NEW BRUNSWICK POWER CORPORATION (referred to herein as the Owner) AND (referred to herein

More information

TERMS AND CONDITIONS OF PURCHASE

TERMS AND CONDITIONS OF PURCHASE TERMS AND CONDITIONS OF PURCHASE 1. GENERAL: For purposes of these Terms and Conditions of Purchase, the term Talbots shall mean The Talbots, Inc. The term Order shall mean, collectively: (i) a written

More information

AIA Document A201 TM 1997

AIA Document A201 TM 1997 AIA Document A201 TM 1997 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address): Project University of Maine at Farmington THE OWNER: (Name and address):

More information

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT This Equipment Purchase Agreement ( Agreement ) is entered into this day of, 20, by and between the Western Riverside Council of Governments,

More information

INVITATION TO TENDER TENDER FORM

INVITATION TO TENDER TENDER FORM INVITATION TO TENDER 09-07-2025 TENDER FORM Submitted by: To: (hereinafter referred to as the Bidder ) Workers Compensation Board Registration Number: CAMOSUN COLLEGE (hereinafter called the Owner ) Purchasing

More information

PLEASE NOTE: BID REGISTRATION

PLEASE NOTE: BID REGISTRATION REQUE FOR PROPOSALS FOR CONTRA NO. EOS-2015-01 LEAF & YA WAE COLLEION/DISPOSAL PLEASE NOTE: BID REGIRATION Bid Registration is provided and mandatory to assist in the issuance of any addendum/addenda (via

More information

AIA Document A701 TM 1997

AIA Document A701 TM 1997 Instructions to Bidders AIA Document A701 TM 1997 for the following PROJECT: (Name and location or address) Implementation of Master Plan Projects Phase I Genesee Community College One College Road Batavia,

More information

FIXTURE TERMS & CONDITIONS Materials & Goods

FIXTURE TERMS & CONDITIONS Materials & Goods FIXTURE TERMS & CONDITIONS Materials & Goods 1. BINDING EFFECT; ACCEPTANCE. This purchase order and all subsequent purchase orders delivered by Supplier to The Pep Boys Manny, Moe & Jack, and its affiliates,

More information

Request for Tender. For: Boiler Replacement November 21, Telesat Court

Request for Tender. For: Boiler Replacement November 21, Telesat Court Request for Tender For: Boiler Replacement November 21, 2016 1602 Telesat Court 1 Index of Sections Section A - Information for Tenderers and General Conditions Section B - Form of Tender Section C - Form

More information

Document A201 TM 2007 SP

Document A201 TM 2007 SP AIA Document A201 TM 2007 SP General Conditions of the Contract for Construction, for use on a Sustainable Project for the following PROJECT: (Name and location or address) THE OWNER: (Name, legal status

More information

STIPULATED PRICE CONTRACT. (the "Owner") and. (the "Contractor") COVERING. (Work Description)

STIPULATED PRICE CONTRACT. (the Owner) and. (the Contractor) COVERING. (Work Description) STIPULATED PRICE CONTRACT Made effective as of the day of, 20 CONTRACT NO. BETWEEN (the "Owner") and (the "Contractor") COVERING (Work Description) TABLE OF CONTENTS GC 1 -DEFINITIONS AND INTERPRETATION...1

More information

REQUEST FOR PROPOSALS to Design, Build and Finance the Highway 401 Expansion Project Credit River to Regional Road 25 RFP No (RFP Version 1.

REQUEST FOR PROPOSALS to Design, Build and Finance the Highway 401 Expansion Project Credit River to Regional Road 25 RFP No (RFP Version 1. REQUEST FOR PROPOSALS to Design, Build and Finance the Highway 401 Expansion Project Credit River to Regional Road 25 RFP No. 17-178 (RFP Version 1.0) TABLE OF CONTENTS SECTION 1 INTRODUCTION...1 1.1 General...1

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

HABCO TOOL & DEVELOPMENT COMPANY, INC. PURCHASE ORDER TERMS AND CONDITIONS

HABCO TOOL & DEVELOPMENT COMPANY, INC. PURCHASE ORDER TERMS AND CONDITIONS This Order (as defined herein) is expressly limited to and made conditional upon the terms and conditions contained herein, and any of the Seller's terms in addition to or different from those contained

More information

QUOTATION FORM. CLOSING DATE AND TIME: January 24, 2017 at 3:00 P.M.

QUOTATION FORM. CLOSING DATE AND TIME: January 24, 2017 at 3:00 P.M. THE CORPORATION OF THE DISTRICT OF SAANICH Purchasing Services Section 2 nd Floor - 770 Vernon Avenue, Victoria, BC V8X 2W7 Telephone: (250) 475-1775 Fax: (250) 475-5460 Email: purchase@saanich.ca QUOTATION

More information

AIA Document A201 TM 2007

AIA Document A201 TM 2007 AIA Document A201 TM 2007 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address) THE OWNER: (Name and address) THE ARCHITECT: (Name and address) TABLE

More information

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018, CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION THIS AGREEMENT, made this day of, 2018, signed between Nampa & Meridian Irrigation District, hereafter referred to as "NMID" and, of (address), hereinafter

More information

Document A201 TM. General Conditions of the Contract for Construction. (Name and location or address)

Document A201 TM. General Conditions of the Contract for Construction. (Name and location or address) Document A201 TM 2007 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address) THE OWNER: (Name, legal status and address) Case Western Reserve University

More information

Union College Schenectady, NY General Purchasing Terms & Conditions

Union College Schenectady, NY General Purchasing Terms & Conditions Union College Schenectady, NY 12308 General Purchasing Terms & Conditions 1. DEFINITIONS. a. UNION COLLEGE represents the Trustees of Union College, is the purchaser of goods specified in the Purchase

More information

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS Except as otherwise provided on the face of this Purchase Order or Supply Contract (the Order ) which is attached hereto, the parties agree

More information

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office and

More information

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties. SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office

More information

a. Article(s) Goods and/or services described on the face of the Purchase Order

a. Article(s) Goods and/or services described on the face of the Purchase Order TERMS AND CONDITIONS LIBERTY MUTUAL STANDARD TERMS AND CONDITIONS V. 5.0 1. DEFINITIONS a. Article(s) Goods and/or services described on the face of the Purchase Order b. Customer Liberty Mutual Insurance

More information

General Conditions for Construction GCC201. Contract Type: Document No. for the following PROJECT: (Name and location or address) EXAMPLE

General Conditions for Construction GCC201. Contract Type: Document No. for the following PROJECT: (Name and location or address) EXAMPLE Page 1 of 37 for the following PROJECT: (Name and location or address) EXAMPLE THE OWNER: (Name and address) Example, THE ARCHITECT: (Name and address) TABLE OF ARTICLES 1 GENERAL PROVISIONS 2 OWNER 3

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations

More information

Request for Proposal RFP # SUBJECT: Ergotron LX

Request for Proposal RFP # SUBJECT: Ergotron LX Request for Proposal RFP #13-1422 SUBJECT: Ergotron LX DATE OF ISSUE: July 3, 2013 TO RESPOND BY: RESPOND TO: July 19, 2013 @ 1500 Hours (3:00 PM Pacific Time) Leslie Burke, Purchasing Agent Purchasing

More information

TOWNSHIP OF BLANDFORD-BLENHEIM TENDER CS-02-16

TOWNSHIP OF BLANDFORD-BLENHEIM TENDER CS-02-16 TOWNSHIP OF BLANDFORD-BLENHEIM Labour, Materials, Equipment and Services Required for the Installation of a Recreation Trail LABOUR, MATERIALS, EQUIPMENT AND SERVICES REQUIRED FOR THE INSTALLATION OF A

More information

HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000)

HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000) HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000) THIS CONTRACT is by and between the Stockbridge-Munsee Community ( TRIBE ), for its Division of Community Housing, whose address is N8618 Oak St.,

More information

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project Document A105 2007 Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE 1. DEFINITIONS 1 2. COMPOSITION OF THE ARCHITECT-ENGINEER 1 3. INDEPENDENT CONTRACTOR 1 4. RESPONSIBILITY OF THE ARCHETECT-ENGINEER

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

Document A General Conditions of the Contract for Construction, Construction Manager as Adviser Edition

Document A General Conditions of the Contract for Construction, Construction Manager as Adviser Edition Document A232 2009 General Conditions of the Contract for Construction, Construction Manager as Adviser Edition for the following PROJECT: (Name, and location or address) THE CONSTRUCTION MANAGER: (Name,

More information

B. The Bid is made in compliance with the Bidding Documents.

B. The Bid is made in compliance with the Bidding Documents. SECTION 002113 INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINITIONS 1.1 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are

More information

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE SECTION 1: PURPOSE. 1.1 The County of Greene hereby requests proposals from interested

More information

TERMS AND CONDITIONS

TERMS AND CONDITIONS TERMS AND CONDITIONS 1. ENTIRE AGREEMENT. This Quotation ("Quotation"), including all of the terms and provisions set forth on both sides hereof, constitutes the entire agreement between Buyer, as identified

More information

06/22/2017. acceptance by Provider. The terms of this Order also apply to any Corrective Action required by Company pursuant to Section 3 hereof.

06/22/2017. acceptance by Provider. The terms of this Order also apply to any Corrective Action required by Company pursuant to Section 3 hereof. 06/22/2017 1. Terms of Order This purchase order is an offer by the company identified on the face of this purchase order ("Company") for the procurement of the services specified (the "Services") from

More information

STANDARD FORM OF CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES INCLUDING CONSTRUCTION FOR A GUARANTEED MAXIMUM PRICE BETWEEN

STANDARD FORM OF CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES INCLUDING CONSTRUCTION FOR A GUARANTEED MAXIMUM PRICE BETWEEN STANDARD FORM OF CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES INCLUDING CONSTRUCTION FOR A GUARANTEED MAXIMUM PRICE BETWEEN THE DEKALB COUNTY BOARD OF EDUCATION AND THE CONSTRUCTION MANAGER Construction

More information

Dickinson College Purchase Order Terms and Conditions

Dickinson College Purchase Order Terms and Conditions Dickinson College Purchase Order Terms and Conditions Policy/Procedure This policy covers: A. Introduction B. Terms and Conditions A. Introduction Financial Operations does not require the use of a purchase

More information

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL RFP #14-03 Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM

More information

Procurement of Licences of Business Objects BI Platform

Procurement of Licences of Business Objects BI Platform RESERVE BANK OF INDIA Request For Proposal (RFP) For Procurement of Licences of Business Objects BI Platform Date of Issue: January 25, 2016 Department of Statistics and Information Management Reserve

More information

MODIFICATIONS OR AMENDMENTS:

MODIFICATIONS OR AMENDMENTS: 1. GENERAL: These terms and conditions ("Terms") shall be applicable to any accompanying purchase order received by you ("Supplier") from Advanced Engineering, Inc. ("Purchaser"). The term "Goods and Services"

More information

INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT INDEPENDENT CONTRACTOR AGREEMENT This agreement is entered into as of, 2004, by and between Rensselaer Polytechnic Institute (hereinafter called Rensselaer"), a non-profit educational institution with

More information

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER NOTICE OF RFP BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER Sealed proposals will be received by the Borough Clerk for the Borough QPA

More information

Document A701 TM. Instructions to Bidders

Document A701 TM. Instructions to Bidders Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address) St. Croix Regional Education District Technology Bid Package St. Croix River Educational District

More information

STATE OF VERMONT STANDARD FORM. GENERAL CONDITIONS FOR F P R DESIGN BUILD CONTRACTS (March 2017)

STATE OF VERMONT STANDARD FORM. GENERAL CONDITIONS FOR F P R DESIGN BUILD CONTRACTS (March 2017) STATE OF VERMONT STANDARD FORM GENERAL CONDITIONS FOR F P R DESIGN BUILD CONTRACTS (March 2017) The following general conditions are for use with DESIGN BUILD construction contracts with the State of Vermont,

More information

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance.

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance. INVITATION TO BID Notice to Bidders: Bids will be received by the Port of Shelton, 21 W Sanderson Way, Shelton, WA 98584 for the following work order: Work Order: Enter # and Name Here Pre-Bid Showing:

More information

FANDIS NORTH AMERICA CORP

FANDIS NORTH AMERICA CORP FANDIS NORTH AMERICA CORP TERMS AND CONDITIONS OF SALE February 4, 2017 1. INTRODUCTION 1.1. The terms and conditions contained herein (the Agreement ) apply to, are incorporated in, and form an integral

More information

AIA Document A201 TM 1997

AIA Document A201 TM 1997 AIA Document A201 TM 1997 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address): A201 conversion Michigan State University East Lansing, MI THE OWNER:

More information

PURCHASING TERMS AND CONDITIONS DOMESTIC FLEET

PURCHASING TERMS AND CONDITIONS DOMESTIC FLEET PURCHASING TERMS AND CONDITIONS DOMESTIC FLEET GENERAL Agreement means, collectively, these terms and conditions and the Order to which they apply. CSL means The CSL Group Inc., acting through its Canada

More information

Cboe Global Markets Subscriber Agreement

Cboe Global Markets Subscriber Agreement Cboe Global Markets Subscriber Agreement Vendor may not modify or waive any term of this Agreement. Any attempt to modify this Agreement, except by Cboe Data Services, LLC ( CDS ) or its affiliates, is

More information

INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT INDEPENDENT CONTRACTOR AGREEMENT WHEREAS Dixie Electric Membership Corporation (hereinafter DEMCO ) is a nonprofit electric membership cooperative authorized to do and doing business in the State of Louisiana;

More information

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST RFP14-1480 Request for Proposal RFP14-1480 SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST DATE OF ISSUE: September 08,, 2014 TO RESPOND BY RESPOND TO: September 22, 2014 3:00

More information

NEBBIOLO STANDARD TERMS & CONDITIONS OF SALE

NEBBIOLO STANDARD TERMS & CONDITIONS OF SALE NEBBIOLO STANDARD TERMS & CONDITIONS OF SALE 1. GENERAL These Terms and Conditions of Sale ("Terms and Conditions") and any attached exhibits [together with those terms and conditions appearing on the

More information

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA SOUTHEASTERN CHESTER COUNTY REFUSE AUTHORITY (SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA BID SPECIFICATION PURCHASE OF REFURBISHED CATERPILLAR 826H LANDFILL COMPACTOR

More information

Force Vector, Inc. Master Contract for Sales of Goods and Services

Force Vector, Inc. Master Contract for Sales of Goods and Services Force Vector, Inc. Master Contract for Sales of Goods and Services 1. Force Vector s Business. Force Vector, Inc., an Illinois corporation ( Force Vector ) sells various industrial goods as a reseller

More information

Northern Town of La Ronge Box Hildebrand Drive La Ronge, Saskatchewan S0J 1L0 TENDER TOWN OF LA RONGE

Northern Town of La Ronge Box Hildebrand Drive La Ronge, Saskatchewan S0J 1L0 TENDER TOWN OF LA RONGE Northern Town of La Ronge Box 5680 1212 Hildebrand Drive La Ronge, Saskatchewan S0J 1L0 TENDER TOWN OF LA RONGE Equipment Rental Services 2018 ERS01-2018 - 1 - Town of La Ronge Table of Contents: Acknowledgement

More information

Civil Design Consultants, Inc.

Civil Design Consultants, Inc. Civil Design Consultants, Inc. AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES Project: CLIENT: Dakota Ridge waterline replacement Dakota Ridge Homeowner s Association ENGINEER: Civil Design Consultants,

More information

Purchase Order Terms and Conditions

Purchase Order Terms and Conditions Purchase Order Terms and Conditions Policy/Procedure Financial Operations does not require the use of a Purchase Order (PO) to procure goods or services through the Banner system. However, departments

More information

General Conditions for Consultancy Services Agreements

General Conditions for Consultancy Services Agreements Tebodin Middle East Ltd. P.O. Box 2652, Abu Dhabi, United Arab Emirates General Conditions for Consultancy Services Agreements 6 01.08.2016 Effective date definition changed and Vendor Declaration added

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone:   Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Street Expansion Joint / Driveway Joint repair due to Street Creep

More information

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207) Page 1 of 9 Bid #10-18 Sealed bids for purchase of a replacement Sound System for the South Portland High School Auditorium, for the City of South Portland, Maine, as specified below, in the Specifications

More information

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

More information

June 2017 BIDDING PROCEDURES No. 90

June 2017 BIDDING PROCEDURES No. 90 June 2017 BIDDING PROCEDURES No. 90 TABLE OF CONTENTS SECTION 1 DEFINITIONS AND INTERPRETATION Page 90. 1.1 Definitions... 3 90. 1.2 Interpretation... 3 SECTION 2 GENERAL TENDER INFORMATION 90. 2.1 Examination

More information

Township of North Dundas Request For Information RFI REQUEST FOR INFORMATION ROOFING CONTRACTOR PRE-QUALIFICATION RFI

Township of North Dundas Request For Information RFI REQUEST FOR INFORMATION ROOFING CONTRACTOR PRE-QUALIFICATION RFI REQUEST FOR INFORMATION ROOFING CONTRACTOR PRE-QUALIFICATION RFI 15-101 ISSUE DATE: Tuesday, April 21 st, 2015 CLOSING DATE: Friday May 1 st, 2015 TIME: LOCATION: 12:00 p.m. (local time) Township of North

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services City of Portsmouth Portsmouth, New Hampshire Department of Public Works Plumbing and Heating Repair Services INVITATION TO BID Sealed bid proposals, plainly marked, (Plumbing and heating Repair Services

More information

Deluxe Corporation Purchase Terms and Conditions

Deluxe Corporation Purchase Terms and Conditions Deluxe Corporation Purchase Terms and Conditions The following standard purchase terms and conditions only apply to purchasing transactions (including but not limited to purchase orders) that do not have

More information

Three (3) complete copies of each Proposal must be received prior to 3 pm Pacific Time, April 17 th, 2014.

Three (3) complete copies of each Proposal must be received prior to 3 pm Pacific Time, April 17 th, 2014. REQUEST FOR PROPOSAL Project: WWTP Landscaping Design & Construction Request For Proposal #: R14-129 Date of Issue: March 26 th, 2014 Closing Location: by hand, mail or courier to: Regional District of

More information

CONDITIONS OF CONTRACT FOR QUOTATION

CONDITIONS OF CONTRACT FOR QUOTATION CONDITIONS OF CONTRACT FOR QUOTATION Version 6.0 Page 1 of 18 CONTENTS Clause Subject matter 1 Definitions and Interpretation 2 Scope of Contract 3 Delivery 4 Removal and Replacement 5 Financial Provisions

More information

Request for Quotation

Request for Quotation City of Richmond Finance & Corporate Services Division Request for Quotation Supply and Delivery of STEEL PIPE Bidders are requested to respond to this Quotation call as instructed subject to the provisions

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone:   Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Communications Tower BID OPENING DATE: August 25, 2014 TIME: 2:00 P.M.

More information

Master Services Agreement

Master Services Agreement Contract # Master Services Agreement This Master Services Agreement ( Agreement ) is made between Novell Canada, Ltd. with offices at 340 King Street East, Suite 200, Toronto, ON M5A 1K8 ( Novell ), and

More information

Subcontract Agreement

Subcontract Agreement S THIS AGREEMENT made as of the day of, 2012 BETWEEN the Contractor: TCL Partners 5212 123 rd Place SE Everett, WA 98208 and the For the Following Project: The Architect for the Project: The Contractor

More information

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS I N V I T A T I O N T O B I D B I D # 1 0-17 FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent DOOR AND WINDOW REPLACEMENT

More information

CUSTOMER S ACCEPTANCE OF

CUSTOMER S ACCEPTANCE OF Force Vector Master Contract for Equipment Rental and Services 1) FVI s Business. (a) Force Vector, Inc., an Illinois corporation, ( FVI ) rents various types of industrial equipment ( Rented Equipment

More information

KULZER PURCHASE ORDER TERMS AND CONDITIONS

KULZER PURCHASE ORDER TERMS AND CONDITIONS 1. General KULZER PURCHASE ORDER TERMS AND CONDITIONS 1.1 This Purchase Agreement consists, in order of precedence, of the following: the Kulzer Purchase Order (also Order ) (typed portions control over

More information

RESIDENTIAL/COMMERCIAL GARBAGE COLLECTION

RESIDENTIAL/COMMERCIAL GARBAGE COLLECTION RESIDENTIAL/COMMERCIAL GARBAGE COLLECTION REQUEST FOR QUOTES 2015-2020 Village of Port Alice PO Box 130 1061 Marine Drive Port Alice, BC V0N 2N0 Telephone: (250) 284-3391 Fax: (250) 284-3416 INSTRUCTIONS

More information

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services City of Jeffersontown Request for Qualifications ON-CALL Electrical Services Table of Contents Request of Qualifications I. Invitation and Instructions to Interested Firms II. III. IV. General Provisions

More information

MASTER SUBCONTRACT AGREEMENT

MASTER SUBCONTRACT AGREEMENT MASTER SUBCONTRACT AGREEMENT This Master Subcontract Agreement ( Subcontract ), made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter

More information

FleetPride, Inc. Standard Terms and Conditions of Purchase

FleetPride, Inc. Standard Terms and Conditions of Purchase FleetPride, Inc. 1. Terms of Agreement: The following terms and conditions of sale (these Standard Terms and Conditions ) contain general provisions applicable to all FleetPride, Inc. ( FleetPride ) supply

More information

7/14/16. Hendry County Purchase Order Terms and Conditions

7/14/16. Hendry County Purchase Order Terms and Conditions Hendry County Purchase Order Terms and Conditions 1. Offer The order set forth in the Purchase Order is subject to cancellation by HENDRY COUNTY without notice if not accepted by VENDOR within fourteen

More information

NORDSON MEDICAL Standard Terms and Conditions of Purchase Revised March 11, 2015

NORDSON MEDICAL Standard Terms and Conditions of Purchase Revised March 11, 2015 NORDSON MEDICAL Standard Terms and Conditions of Purchase Revised March 11, 2015 1. ORDER APPLICABILITY AND ACCEPTANCE. (A) This purchase order is an offer by Micromedics (dba Nordson MEDICAL ) for the

More information

PROPOSAL REQUIREMENTS AND CONDITIONS

PROPOSAL REQUIREMENTS AND CONDITIONS 1.01 QUALIFICATION OF THE BIDDERS PROPOSAL REQUIREMENTS AND CONDITIONS A. The Jurisdiction reserves the right to reject any bid that is not responsive to the proposal form or contract documents, or not

More information

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520) REQUEST FOR PROPOSALS Energy Performance Contracting Services INTRODUCTION The City of Coolidge will accept competitive sealed proposals for energy performance contracting services at the address or physical

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS The Bidder's attention is called to the forms and documents listed below which must be executed in full as required. Signature by the Bidder indicates that the information provided

More information