Copy - Toronto

187
Michael Pacholok, Director Purchasing and Materials Management Division City Hall,18 th Floor, West Tower 100 Queen Street West Toronto, Ontario M5H 2N2 Victor Tryl, Manager Professional Services April 17, 2015 NOTICE TO POTENTIAL PROPONENTS Request for Proposal No. 9117-15-7122 For: Engineering Services for the Detailed Design, Services During Construction, and Post-Construction Services for an Integrated Pumping Station (IPS) at the Ashbridges Bay Treatment Plant (ABTP) Two-Envelope System Please review the attached document and submit your proposal to the address noted below by the closing deadline of 12:00 noon (local Toronto time) on May 29, 2015 Proposals will not be considered unless: 1. Received by the date and time specified above; and 2. Received at the address specified below. Submission by facsimile or e-mail is not acceptable. Only the names of the firms submitting proposals will be read aloud at the public opening on the date of closing. Information and/or site meeting requirements: Required: (yes/no) Yes Attendance Requirement: (mandatory/voluntary) Voluntary (Hard hat, Safety Boots and High Visibility vest must be worn) Date and time : April 29, 2015, 10:00 am Location: Ashbridges Bay Treatment Plant, 9 Leslie Street Refer to section 2.6 for details Deadline for Questions: (must be in writing) May 13, 2015 4:00 pm City Contact: Allison Phillips, Senior Corporate Buyer (t) 416-397-4825 (f) 416-397-7779 (e) [email protected] For convenience you may affix the following address label to the envelope(s) containing your submission. --------------------------------------------------------------------------------------------------------------------------- COMPANY NAME: RFP NO.: 9117-15-7122 CLOSING DEADLINE: 12:00 Noon (local Toronto time) May 29, 2015 DELIVER TO: Chief Purchasing Official Purchasing and Materials Management Division 18th Floor, West Tower, City Hall 100 Queen Street West Toronto, ON, M5H 2N2 The Purchasing and Materials Management Division will not be held responsible for submission documents submitted in envelope(s) that are not labelled in accordance with the above instructions. Tenders/RFQ/RFP/Sales/Disposals are advertised on the City of Toronto Website: www.toronto.ca 1 of 188 Viewing Copy Do Not Submit

Transcript of Copy - Toronto

Michael Pacholok, Director

Purchasing and Materials Management Division City Hall,18th Floor, West Tower 100 Queen Street West Toronto, Ontario M5H 2N2

Victor Tryl, Manager Professional Services

April 17, 2015 NOTICE TO POTENTIAL PROPONENTS

Request for Proposal No. 9117-15-7122

For: Engineering Services for the Detailed Design, Services During Construction, and Post-Construction Services for an Integrated Pumping Station (IPS) at the Ashbridges Bay Treatment Plant (ABTP)

Two-Envelope System Please review the attached document and submit your proposal to the address noted below by the closing deadline of 12:00 noon (local Toronto time) on May 29, 2015 Proposals will not be considered unless: 1. Received by the date and time specified above; and 2. Received at the address specified below.

Submission by facsimile or e-mail is not acceptable. Only the names of the firms submitting proposals will be read aloud at the public opening on the date of closing.

Information and/or site meeting requirements:

Required: (yes/no) Yes Attendance Requirement:

(mandatory/voluntary) Voluntary (Hard hat, Safety Boots and High Visibility vest must be worn)

Date and time : April 29, 2015, 10:00 am Location: Ashbridges Bay Treatment Plant, 9 Leslie Street

Refer to section 2.6 for details

Deadline for Questions: (must be in writing)

May 13, 2015 4:00 pm

City Contact: Allison Phillips, Senior Corporate Buyer (t) 416-397-4825 (f) 416-397-7779 (e) [email protected]

For convenience you may affix the following address label to the envelope(s) containing your submission. ---------------------------------------------------------------------------------------------------------------------------

COMPANY NAME: RFP NO.: 9117-15-7122

CLOSING DEADLINE: 12:00 Noon (local Toronto time)

May 29, 2015

DELIVER TO: Chief Purchasing Official Purchasing and Materials Management Division 18th Floor, West Tower, City Hall 100 Queen Street West Toronto, ON, M5H 2N2

The Purchasing and Materials Management Division will not be held responsible for submission documents submitted in envelope(s) that are not labelled in accordance with the above instructions. Tenders/RFQ/RFP/Sales/Disposals are advertised on the City of Toronto Website: www.toronto.ca

1 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

CITY OF TORONTO Engineering & Construction Services

Servicing Toronto Water, Solid Waste Management and Transportation Services

Integrated Pumping Station Ashbridges Bay Treatment Plant REQUEST FOR PROPOSAL

Table of Contents

SECTION 1 TERMINOLOGY ................................................................................................................ 4 

1.1  REFERENCES TO LABELED PROVISIONS .......................................................................... 4 1.2  DEFINITIONS ......................................................................................................................... 4 1.3  INTERPRETATION ................................................................................................................. 5 1.4  PROPOSAL PROCESS .......................................................................................................... 6 

2  OVERVIEW ..................................................................................................................................... 7 

2.1  INTRODUCTION ..................................................................................................................... 7 2.2  BACKGROUND ...................................................................................................................... 8 2.3  OVERVIEW OF EXISTING RAW SEWAGE PUMPING AND HEADWORKS

CONFIGURATION ............................................................................................................................ 10 2.4  CURRENT STUDIES, DESIGN AND CONSTRUCTION PROJECTS .................................. 12 2.5  CITY REFERENCE DOCUMENTS AND STANDARDS ........................................................ 14 2.6  INFORMATION MEETING .................................................................................................... 16 2.7  SCHEDULE ........................................................................................................................... 16 

3  SCOPE OF WORK ....................................................................................................................... 17 

3.1  SCOPE OF WORK OVERVIEW ............................................................................................ 17 3.2  GENERAL PROJECT REQUIREMENTS .............................................................................. 22 3.3  PRELIMINARY DESIGN ENGINEERING SERVICES .......................................................... 26 3.4  DETAILED DESIGN ENGINEERING SERVICES ................................................................. 28 3.5  SERVICES DURING CONSTRUCTION ............................................................................... 49 3.6  SERVICES DURING TESTING AND COMMISSIONING ..................................................... 54 3.7  POST CONSTRUCTION SERVICES .................................................................................... 55 3.8  SUMMARY OF PROJECT SUBMISSIONS ........................................................................... 56 3.9  ALTERNATIVES SUGGESTED BY PROPONENT ............................................................... 58 

4  CITY OF TORONTO’S RESPONSIBILITIES ............................................................................... 60 

4.1  GENERAL ............................................................................................................................. 60 4.2  PUBLIC CONSULTATION .................................................................................................... 61 4.3  CONSULTANT PERFORMANCE EVALUATION.................................................................. 61 

5  PROPOSAL EVALUATION AND SELECTION ........................................................................... 62 

5.1  SELECTION COMMITTEE ................................................................................................... 62 5.2  SELECTION CRITERIA ........................................................................................................ 62 5.3  SELECTION PROCESS ....................................................................................................... 64 5.4  CLARIFICATIONS ................................................................................................................ 65 5.5  INTERVIEW .......................................................................................................................... 65 5.6  EVALUATION RESULTS ...................................................................................................... 66 

2 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

5.7  NEGOTIATIONS AND AGREEMENT ................................................................................... 66 5.8  CONSULTING AGREEMENTS/PURCHASE ORDERS ........................................................ 66 5.9  INSURANCE ......................................................................................................................... 68 

6  TECHNICAL PROPOSAL SUBMISSION .................................................................................... 69 

6.1  SUBMISSION OVERVIEW ................................................................................................... 69 6.2  PROPOSAL DOCUMENTATION AND DELIVERY ............................................................... 69 6.3  TECHNICAL PROPOSAL CONTENT ................................................................................... 70 

7  COST OF SERVICES ................................................................................................................... 81 

7.1  COST OF SERVICES DOCUMENTATION AND DELIVERY ................................................ 81 7.2  COST OF SERVICES SUBMISSION CONTENT – GENERAL ............................................. 81 7.3  BASE SCOPE OF WORK AND PROVISIONAL ITEMS ........................................................ 82 7.4  ALTERNATIVES SUGGESTED BY PROPONENT ............................................................... 86 7.5  PAYMENTS FROM COST OF SERVICES PROPOSAL ....................................................... 86 7.6  CONTINGENCY ALLOWANCE ............................................................................................ 87 7.7  CURRENCY .......................................................................................................................... 87 7.8  TAXES .................................................................................................................................. 87 

8  APPENDICES ............................................................................................................................... 88 

8.1  APPENDIX A - ENGINEERING & CONSTRUCTION SERVICES GUIDELINES FOR MAJOR WORKS

FACILITIES PROJECTS 8.2  APPENDIX B- RFP PROCESS TERMS AND CONDITIONS 8.3  APPENDIX C- SUBMISSION FORMS 8.4  APPENDIX D- SPECIMEN CONTRACT AGREEMENT, INCLUDING INSURANCE FORMS ..  8.5  APPENDIX E- PROJECT REFERENCE MATERIAL .................................................... ON CD 8.6  APPENDIX F- SPECIMEN SCOPE OF SERVICES FOR A SUBSURFACE EXPLORATION

PROGRAM 

3 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

SECTION 1 TERMINOLOGY

1.1 REFERENCES TO LABELED PROVISIONS

Each reference in this Request for Proposal to a numbered or lettered “section”, ”subsection“, “paragraph, “subparagraph”, “clause” or “subclause” shall, unless otherwise expressly indicated, be taken as a reference to the correspondingly labeled provision of this Request for Proposal (RFP).

1.2 DEFINITIONS

Throughout this Request for Proposal, unless inconsistent with the subject matter or context

.1 “Agreement” means any written contract between the City and a Proponent, or any Purchase Order issued by the City to the Vendor, with respect to any Services contemplated by this RFP, and shall be deemed to include the terms and conditions for the provision of Services as set out in this RFP.

.2 “City” means the City of Toronto.

.3 "Consultant" means the successful Proponent with whom the City enters into an Agreement.

.4 “Council” means City Council.

.5 "DR&CW WWFS" means Don River & Central Waterfront Wet Weather Flow System

.6 "ETMS" means the City's Enterprise Tagging Management System

.7 "HLI" means the High Level Interceptor

.8 “HST” means Harmonized Sales Tax.

.9 "IPS" means Integrated Pumping Station. Note that the official name will be "Integrated Pumping Station", although "Influent" and "Integrated" are used interchangeably in the project documentation to date.

.10 "LFI" means the Lakefront Interceptor

.11 "LLI" means the Low Level Interceptor

.12 "MPS" means M Pumping Station

.13 "MTI" means the Mid Toronto Interceptor

.14 "MTPS" means M and T Pumping Stations

.15 “MFIPPA” means the Municipal Freedom of Information and Protection of Privacy Act.

.16 “must”, “shall” and “will” used in this RFP denote imperative (mandatory), meaning Proposals not satisfying imperative (mandatory) requirements will be deemed to be noncompliant and will not be considered for contract award.

.17 “may” and “should” used in this RFP denote permissive (not mandatory).

.18 "Neighbourhood Liaison Committee" or the "Ashbridges Bay Treatment Plant: Neighbourhood Liaison Committee" is a vehicle for communication between the local community and the City. Committee members provide input on issues related to the plant that could affect the community, such as proposed changes to the plant or site at meetings held periodically.

.19 "OIT" means Operator Interface Terminal.

4 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

.20 "PCN" means Process Control Narrative.

.21 "PDR" means Pre-design Report or Preliminary Design Report.

.22 "P&ID" means Piping and Instrumentation Diagram.

.23 "PLC" means Programmable Logic Controller.

.24 “Project Manager” means main contact person at the City for all matters relating to the project.

.25 “Proponent” means a legal entity, being a person, partnership or firm that submits a Proposal in response to a formal Request for Proposal.

.26 “Proposal” means an offer submitted by a Proponent in response to a formal Request for Proposals (RFP), which includes all of the documentation necessary to satisfy the submission requirements of the RFP.

.27 "PS" means Pumping Station

.28 "PVI" means Point of Vertical Intersection

.29 "QSS" means the Queen Street Sewer

.30 “RFP” means this Request for Proposal package in its entirety, inclusive of all Appendices and any bulletins or Addenda that may be issued by the City.

.31 “Services” means all services and deliverables to be provided by a Vendor as described in this RFP.

.32 “Solution” means a set of goods and services meeting the City’s requirements, as set out in this RFP.

.33 "SLD" means Single Line Diagram.

.34 "STP" means Satellite Treatment Plant

.35 "ABTP" means Ashbridges Bay Treatment Plant

.36 "TPS" means T Pumping Station

.37 "TS" means Transfer Station

.38 "Toronto Water" is a division within the City of Toronto.

.39 "Transportation Services" is a division within the City of Toronto.

.40 "UTM" means Universal Transverse Mercator

.41 "WWF" means Wet Weather Flow

1.3 INTERPRETATION

In this RFP and in the Agreement, unless the context otherwise necessitates, .1 any reference to an officer or representative of the City shall be construed to mean the person

holding that office from time to time, and the designate or deputy of that person, and shall be deemed to include a reference to any person holding a successor office or the designate or deputy of that person;

.2 a reference to any Act, bylaw, rule or regulation or to a provision thereof shall be deemed to

include a reference to any Act, bylaw, rule or regulation or provision enacted in substitution thereof or amendment thereof;

5 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

.3 all amounts are expressed in Canadian dollars and are to be secured and payable in Canadian dollars;

.4 all references to time shall be deemed to be references to current time in the City; .5 a word importing only the masculine, feminine or neuter gender includes members of the other

genders; and a word defined in or importing the singular number has the same meaning when used in the plural number, and vice versa;

.6 any words and abbreviations which have well-known professional, technical or trade meanings,

are used in accordance with such recognized meanings; .7 all accounting terms have the meaning recognized by or ascribed to those terms by the

Canadian Institute of Chartered Accountants; and .8 All index and reference numbers in the RFP or any related City document are given for the

convenience of Proponents and such must be taken only as a general guide to the items referred to. It must not be assumed that such numbering is the only reference to each item. The documents as a whole must be fully read in detail for each item.

1.4 PROPOSAL PROCESS

The process is governed by the terms and conditions in Appendix “B”.

6 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

2 OVERVIEW 2.1 INTRODUCTION

2.1.1 The City of Toronto (City) requires the provision of engineering services for the detailed design, services during construction, and post-construction services for an Integrated Pumping Station (IPS) at the Ashbridges Bay Treatment Plant (ABTP).

2.1.2 The IPS will replace the existing M & T Pumping Stations (MTPS), which are located north of the main ABTP site at the corner of Eastern Avenue and Coxwell Street. The IPS will be located on the main ABTP site located at 9 Leslie Street. This work is part of the City’s overall strategy to rehabilitate and modernize the aging infrastructure at ABTP.

2.1.3 In addition to replacing the capacity currently provided by MTPS, the IPS will also provide pumping capacity for a new wet weather flow (WWF) system, and, potentially, pumping capacity for a new Waterfront Sanitary Sewer (WSS). This additional capacity has been included in the IPS as an opportunity to integrate and optimize City infrastructure for capital and operational cost savings and efficiency of operation. The WWF tunnel and WSS are both under development by the City as separate projects.

2.1.4 The new wet weather flow system (DR&CW WWFS) is currently under preliminary design. Two portions of the system that make up the Coxwell Bypass, the Lower Don WWF Tunnel and the Inner Harbour WWF Tunnel, will proceed to detailed design under the same engineering assignment. Subsequent components of the DR&CW WWFS will be designed and constructed over the next approximately 20 years.

2.1.5 An Environmental Assessment (EA) was completed on the Waterfront Sanitary Servicing (WSS) in 2012 which recommended that the flows be pumped to the Mid Toronto Interceptor (MTI). In light of changes to the population projections in the downtown area and the potential for coordination with the DR&CW WWFS project, an update to the WSS EA is being considered by the City, which could result in the WSS being directed by gravity, to the IPS.

2.1.6 In addition to the services for the IPS, the scope of work of this assignment will also include the influent conduit connections, site preparation work within and surrounding the ABTP property as required to meet the needs of the design, the disconnection/isolation of MTPS and development of a plan for decommissioning of MTPS. Details of this are included in Section 3 of this RFP as well as in the supporting documentation.

2.1.7 The essence of this engineering assignment includes detailed design, services during construction and post construction. Several factors affecting the level of complexity include:

.1 Hydraulic dependencies of other assignments that are in various stages of completion, including the DR&CW WWFS, the WSS, the ABTP disinfection project, the ABTP outfall project, and the future STP.

.2 ABTP is an operating wastewater treatment plant which must operate 24 hours a day, 7 days a week, 365 days per year.

.3 Construction is to take place adjacent to and beneath a major road (Lakeshore Boulevard), a well used bike/pedestrian bath, a public park north of the Lakeshore Boulevard and within the boundaries of ABTP.

.4 ABTP has a significant ongoing capital program and construction coordination will be critical. The City does not wish to entertain scenarios that could result in City designation of Constructor status.

.5 Adherence to the delivery schedule with respect to the IPS is critical, given the condition of

7 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

the MTPS and integration with other projects outside the scope of this assignment.

.6 Consideration of future needs of the IPS is required with some degree of flexibility. For example, the STP construction will likely not commence for several years. While the City knows the theoretical requirements, they may change. It is preferable, therefore, to design for future needs with a high degree of flexibility.

2.2 BACKGROUND

2.2.1 ABTP is one of the City's four wastewater treatment plants operated by the City's Toronto Water division. The following is a brief overview of the plant:

i. Began operation in 1910 ii. Current secondary treatment capacity is 818,000 cubic metres per day iii. Serves a population of approximately 1.4 million iv. Is located on 40.5 hectares/100 acres in Toronto’s East end-Beaches area v. Operates 24 hours a day, 7 days a week, 365 days per year

2.2.2 In 2006, the City commenced the Don River and Central Waterfront Class Environmental Assessment (Don/Waterfront EA), to look for solutions to improve water quality in the Don River and the Inner Harbour. By 2010, the City recognized that the likely recommendation from this study would include separate WWF pumps in a new WWF Pumping Station (WWF PS).

2.2.3 In 2010, Black & Veatch was retained by the City to complete the Preliminary Design to upgrade the existing MTPS (M & T Upgrade Project), based largely on a 2009 Condition Assessment that identified extensive requirements for updates to both pumping stations. The scope of work included two tracks:

i. Track A investigated options for the refurbishment and/or replacement of the MTPS with no increase in capacity.

ii. Track B included the conceptual design for MTPS refurbishment options to include additional capacity for incorporation of WWF flows, should the Don/Waterfront EA recommendations be accepted.

2.2.4 Concurrent with the 2009 M&T Condition Assessment and the 2010 M&T Upgrade Project, the City was carrying out the Don River and Central Waterfront Study and Environmental Assessment (Don/Waterfront EA). The Don/Waterfront EA was completed in 2012, and recommended WWF storage tunnels, and a new WWF PS to be located in the vicinity of ABTP.

2.2.5 Preliminary engineering analysis of several options indicated that a new IPS to replace MTPS, located south of Lakeshore Boulevard on the main ABTP site, was the preferred option, for reasons that include capital and long term costs, ease of constructability, efficiency of operation, and optimal use of space.

2.2.6 In September 2012, the City completed the Don/Waterfront EA. The preferred design, which included a WWF tunnel directed from Keating Avenue to the ABTP site, a new WWF pumping station on the ABTP site, and a Wet Weather Flow Satellite Treatment Plant (STP) located near the ABTP site, was submitted to the Ministry of the Environment (MOE) as the recommended design. The preferred design serves primarily as a WWF tunnel; however a section of the tunnel will also provide a bypass (and thus redundancy) to the entire existing Coxwell Sanitary Trunk Sewer.

2.2.7 In April 2012, based on a strong indication from the MOE that no objections would be issued against the Don/Waterfront EA final report and recommended design, the City directed that the

8 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

preferred PS option for the M & T Upgrade Project – the new IPS located on the main ABTP site – would be designed to incorporate the WWF capacity and the Coxwell bypass capacity, in lieu of a separate WWF PS. Additional preliminary engineering effort was put toward the development of hydraulics to tie in the new IPS to a new WWF tunnel entering from the west.

2.2.8 Project background information and preliminary design level details of the preferred option – a new IPS located on the main ABTP site south of Lakeshore Boulevard – are detailed in the "Ashbridges Bay Treatment Plant - M & T Upgrade Project – New Integrated Pumping Station - Predesign Report" (PDR). This PDR, prepared by Black & Veatch, is provided as a reference appendix to this RFP. The PDR forms the design basis for this RFP and subsequent contracts.

2.2.9 In October 2012 The Don and Port Lands Revitalization Project issued the Waterfront Sanitary Servicing Master Plan (WSSMP) Environmental Assessment Report. The WSSMP is a comprehensive plan to ensure that the necessary sanitary sewer infrastructure is in place to service the strong development growth along Toronto’s waterfront. The additional capacity would be directed through various sewers and pumping stations to the existing Mid Toronto Interceptor, which is currently directed to the TPS. Recognizing that there may be an opportunity for coordination with the DR&CW WWFS EA, which was underway at the same time, the WSS EA also recommended exploring a gravity WSS alternative.

2.2.10 In March 2014, the City awarded Black & Veatch the Engineering Assignment for the DR&CW WWFS including the preliminary design of the Wet Weather Flow System and the detailed design and services during construction of Phase One of the project also known as the Coxwell Bypass Tunnel.

2.2.11 Based on preliminary work done in the Spring of 2014 on the DR&CW WWFS, the design parameters of the IPS that are included in the IPS PDR required modification, and the City requested that an assessment of the impact of the WWF tunnel design options, and the WSSMP alternatives, on the proposed design for the new IPS. A technical memorandum "WWF Tunnel and WSSMP Impact on IPS Pre-Design" was issued in April 2014 and is included as an Appendix to this RFP.

2.2.12 In the fall of 2014, the preliminary design work on the DR&CW WWFS established a more advantageous vertical alignment which requires the lowering of the elevation of the tunnel, as well as the recommendation of a larger diameter tunnel.

2.2.13 In light of changes to the population projections in the downtown area and the potential for coordination with the DR&CW WWFS project, an update to the WSS EA is being considered by the City, which could result in the WSS being directed by gravity, to the IPS.

2.2.14 In October 2014, the City requested that Black & Veatch consider the implications of the possible changes from the WSS as well as the deeper WWF tunnel on the IPS. Black & Veatch prepared the "Integrated Pumping Station Integration Report – Addendum 1 to Wet Weather Flow Tunnel & Waterfront Sanitary Sewer Impact on IPS Pre-Design Report". This Report is provided as an Appendix to this RFP.

2.2.15 Table 2.1 summarizes the main parameters that have changed through these reports. Additional details are also impacted, such as size of the buildings and equipment specifications, and are included in the Appendix materials.

9 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

Table 2-1 Summary of Modified Parameters Parameter IPS PDR Impact Report

(April 2014) Integration Report (March 2015)

WWF Tunnel Diameter

3.0 m 3.0 m 5.5 m

WWF Invert Elevation

33.7 m 33.7 m 19 m

WSS Diameter

Not connected to IPS

1.5 m 2.0 m

WSS Invert Elevation

Not connected to IPS

33.7 m 36 m

2.3 OVERVIEW OF EXISTING RAW SEWAGE PUMPING AND HEADWORKS CONFIGURATION

2.3.1 ABTP is a conventional activated sludge plant with a rated average secondary treatment design capacity of 818 MLD. The plant services a combined sewer system and can receive peak instantaneous flows during wet weather in excess of 3,200 MLD.

2.3.2 There are two raw sewage pumping stations, MPS and TPS. Both are located on the north side of Lakeshore Boulevard. Raw sewage from MTPS is pumped to P and D preliminary treatment buildings at the ABTP.

2.3.3 Refer to ABTP M & T Flow Diagram (included in the project background documentation CD) for a general understanding of the existing conduits and flow routes. Figure 1 below provides a basic overview.

10 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

Figure 1: Existing ABTP Pumping Stations and Influent Sewage Conduits

2.3.4 MPS receives raw sewage from the HLI, LLI, LFI, and QSS. In general, sewage from the LLI, LFI, and QSS goes to the low level section of MPS, while sewage from HLI goes to the high level section of the MPS. There are four pumps in the low level section with a firm pumping capacity of 409 MLD, and six pumps in the high level section with a firm pumping capacity of 636 MLD. The high level pumps discharge to a surge tank at M Building and then into Conduits 1 and 2. The low level pumps discharge directly to Conduit 1.

2.3.5 TPS receives raw sewage from the MTI. There are five pumps installed in T Building with firm pumping capacity of 1,090 MLD. TPS is a circular pumping station. The centre core of the building is partly the wet well and partly the drywell (housing the pumps and all associated equipment). The pumps discharge to two rings (Upper and Lower) that encircle the wet well and dry well, which direct the flow to a diversion structure referred to as "The Monument". The Monument connects to Conduits 5, 6 and 7, which direct the flow to ABTP. The intended design of the TPS allowed for gravity flow from the MTI directly to the Upper Ring, however upstream operational changes have rendered this mode of operation obsolete. There are isolation gates between the upper ring and lower ring, as well as within The Monument that

11 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

were intended to allow for isolation for maintenance purposes, however the condition of the gates is not reliable and isolation cannot be relied upon.

2.3.6 There are seven influent conduits (1 to 7) to the ABTP. Conduits 1 and 2 are pumped from the MPS, while conduits 5, 6 and 7 are pumped from the TPS. The Coxwell Sewer, consisting of conduits 3 and 4, enters the plant directly by gravity. There is a hydraulic connection through three interconnecting conduits that run between the T-Building Upper Ring and Conduits 1, 2, 3 and 4. The T-Building Upper Ring is directly connected to Conduits 5, 6 & 7; the result is that Conduits 1 through 7 is all hydraulically connected.

2.3.7 The total influent hydraulic capacity of the ABTP is considered to be 4,008 MLD. Conduits 1-7 are interconnected at several points. Three smaller conduits that run between MPS and TPS allow flow diversion between pumping stations and the conduits themselves, while conduits 8 and 9 allow a hydraulic balance between D and P building preliminary and primary treatment systems.

2.3.8 The existing MTPS and conduit configuration has numerous isolation and control gates and valves. Although ongoing work is underway to maintain the operability of various gates and valves, issues with access and reliability of existing equipment has resulted in non-replacement of certain gates. The reliability of gates associated with TPS and the monument is of most concern. Currently the plant cannot drain the TPS lower ring for maintenance under dry conditions, and issues with the monument gates have resulted in an inability to reduce flows in the lower ring, thereby preventing maintenance with divers. The condition and reliability of the gates between the MTI wet well and the TPS wet well is also of concern.

The staging of construction of the new IPS and connecting structures to the upstream and downstream facilities, and subsequent removal of the existing but future obsolete conduits will require determination of isolation requirements and alternatives.

2.3.9 Grit removal is accomplished in both the P and D buildings.

2.3.10 The hydraulic grade line to be used for the system continues from the pumps to the overflow weirs at the end of each of the P and D buildings primary clarifiers.

2.3.11 Toronto Hydro Electric System (THES) supplies all utility power to ABTP from the Basin Street Substation, located at the intersection of Basin and Bouchette Streets, located approximately 1.8 km SW from ABTP. The electrical power supply for ABTP is distributed through three primary substations rated at 13.8 kV, namely the North Substation, the South Substation, and the Seawall Substation. The North Substation is the largest of the three substations and supplies power at the 4.16 kV level to the following facilities: MPS, TPS, D Building, Primary Tanks, Sludge Conditioning, Aeration, and Blower Building. The North Substation was re-built and commissioned in early 2006. Transformers T5 and T6 currently provide power to the MTPS local substations. Two mobile standby power generators, each 2.5 kW, can provide back-up power for the MTPS.

2.4 CURRENT STUDIES, DESIGN AND CONSTRUCTION PROJECTS

The following section describes some of the related projects and activities currently underway within Toronto. The degree of impact on the IPS assignment varies. Refer to the IPS Project Coordination Document (Section 2.5), which provides a current estimation of the high level impacts of other projects on the IPS. This information, as well as the below information has been made available to provide perspective on the current situation.

2.4.1 Studies/Design Assignments/Construction Projects Underway:

.1 Wet Weather Flow System to Control CSO Discharges to the Don River and Central Waterfront – Includes the construction of a waterfront tunnel from off site to the WWF

12 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

surge/storage shaft, which will connect via tunnel to the new IPS project. Design is currently underway, and tunnel construction is anticipated to be starting in 2018, with tunnel construction starting at the ABTP connection shaft and driving west, with waste spoils removal from the launch shaft. The consultant on this project and the consultant on the WWF project will be required to work with one another in order to harmonize the WWF system with the new IPS.

.2 Waterfront Sanitary Servicing Master Plan (WSSMP) – The Don and Port lands Revitalization project prepared a Master Plan which includes new wastewater infrastructure that will direct sewage to the ABTP site. The preferred solution in the 2012 EA Report identified having the WSS tie in to the MTI/LLI upstream of the IPS, however this is currently under review by the City. The option of having the WSS tie in directly to the IPS, requiring an additional conduit connection, and potentially an additional set of pumps, is under consideration.

.3 MTPS Critical Upgrades – Includes the replacement of electrical and mechanical equipment to MTPS via two contracts. Contract 1 is anticipated to commence construction in spring 2015. Contract 2 tender is anticipated in late 2015, with completion expected in 2016.

.4 Phosphorous Upgrades – Replacement of existing chemical gallery with new chemical building located south of final tank 11. Includes new rail and truck unloading, access tunnels, transfer pumping, secondary dosing pumps and removal of the existing gallery. Currently under construction with anticipated completion in 2018.

.5 Effluent Disinfection - Design and construction of new disinfection facilities for the primary effluent by-pass (chlorination/dechlorination) and secondary effluent (UV system), including refurbishment of the Seawall Electrical Substation and upgrades/modifications to the Plant Water system. Currently in design, with anticipated tender in 2017 and construction completion in 2020.

.6 P-Building Headhouse – Upgrades to the preliminary and primary treatment facilities, including construction of a Chemically Enhanced Primary Treatment (CEPT) system for use with the primary clarifiers. Currently in construction, anticipated completion in 2017. The laydown area and office space for this project is currently in the location of the future IPS.

.7 Digesters 9-12 – Refurbishment of Digesters 9-12 (including possibly upgrades to Digesters 1-8 and related facilities). Currently in design with anticipated tender and construction completion in 2016 and 2019 respectively.

.8 Waste Activated Sludge Thickening – Design and construction of a new WAS thickening system, including complete refurbishment of the South Electrical Substation. Currently in design, with anticipated tender in spring 2017 and anticipated completion in 2019.

.9 Dewatering Polymer System Upgrades – Includes design and construction of a new dewatering polymer system, to be located in the old dewatering building, which is located adjacent on the northeast corner of the heat recovery building. Modifications to the digested sludge holding and transfer system may be included in this work subject to preliminary design investigations. Significant coordination with the Polymer System Upgrades consultant will be required. The project is currently in design, with anticipated construction n 2016 – 2017.

.10 Ashbridges Bay Landform – Includes the construction of landform at the south end of ABTP through lake fill. The landform will provide space for future facilities including a CSO high-rate treatment facility and a stormwater treatment wetland. A Class EA Study has

13 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

been completed in December 2014. This is a joint project between the City and TRCA, with construction expected between 2016 through 2021.

.11 Waste Gas Burners – Includes design and construction of a new waste gas burner station with five (5) new Venturi style gas burners in the vicinity north of the digester gas control building. Currently in design and construction work to start in July 2015 with anticipated completion in 2018.

.12 Ashbridges Bay Treatment Plant Process Roadmap - Through the ABTP Process Roadmap project a coordinated approach will be developed for future upgrades to the ABTP for the next 20 years and beyond. Rather than the traditional process by process rehabilitation approach, a holistic plan will be developed aimed at reducing overall operational costs while ensuring performance requirements are met. Opportunities for energy savings, process optimization, new technologies, site constraints, constructability, and planned projects will all be taken into consideration in developing the plan.

.13 D Building Phase 2 – Design and construction of inlet gates and other equipment upgrades.

.14 New Outfall - Design and construction of the new outfall based on recommendations of the Outfall Conceptual Design, including tie-ins to the Disinfection system. Currently finalizing the RFP, with anticipated RFP release in spring 2015, design completion in 2017, and construction between 2018-2023.

.15 Aeration Tank Upgrades – Conversion to fine bubble aeration and tank cover replacement for Aeration Tank 2, Aeration Tanks 1 and 3-11 will be converted to fine bubble aeration, tank covers will be replaced and general upgrades to aeration gallery will be done. Anticipated completion of work by 2020.

.16 Various Construction Work – The City intends to undertake various construction projects for the over the next 10 years. Construction coordination may be required with these various projects.

2.5 CITY REFERENCE DOCUMENTS AND STANDARDS

2.5.1 The following reference documents are available via CD from the City of Toronto Purchasing Department.

2.5.2 Interested Proponents may contact the Buyer to arrange pick up of this CD from Toronto City Hall.

2.5.3 Proponents may contact the Buyer to arrange for couriered delivery of the CD, however the City does not assume any responsibility for the timeliness of delivery and will not consider any requests for extensions to the RFP period due to delays in delivery.

.1 CADD Specifications for Microstation V8 Consultants Manual, June 2011. This document includes the City standards and requirements regarding drawing documentation.

.2 Technical Services Design Drawing and Record Drawing Protocol, March 2012.

.3 Toronto Water Process Control Systems (PCS) Implementation Guidelines, Version 2.0 dated October 30, 2012. This document includes the design and construction requirements with respect to instrumentation and control and SCADA at Toronto Water facilities, including process mechanical equipment as well as building utility components (such as lighting, HVAC). The current version of the manual is subject to change and the latest version will be provided to the proponent at the commencement of the assignment. The requirements as outlined in this manual are to be used for preparation of the proposal and are not to be copied.

.4 Toronto Water 13040 Equipment and Data Tagging Standard.

14 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

.5 Toronto Water 13100 Instrumentation Design Standard

.6 Toronto Water 13300 Control Panel Design Standard

.7 Toronto Water 13305 Field Wiring Standard

.8 Toronto Water 13510 Local Area Network (LAN) Standard

.9 Toronto Water 13520 Wide Area Network (WAN) Standard

.10 Toronto Water 16020 Electrical Control Schematic Diagrams Standard.

.11 Field Services Manual, City of Toronto May 2009.

.12 Start Up and Commissioning and Training Guidelines for Works Facilities and Structures Projects, January 2004.

.13 Construction Sequencing and Sewer By-pass Flow Plan April 2013

.14 Safe Operating Procedure Confined Space Inventory June 2010

.15 Safe Working Procedure Confined Space Entry June 2010

.16 Safe Working Procedure Working With Wastewater July 2010

.17 Ashbridges Bay Treatment Plant M& T Pumping Station Upgrade/Rebuild Municipal Class Environmental Assessment, Schedule B, Project File Report, Black & Veatch, April 2013.

.18 Ashbridges Bay Treatment Plant M & T Pumping Station Upgrade Preliminary Design Report. Black & Veatch, August 2013.

.19 WWF Tunnel & WSSMP Impact on IPS Pre-Design, Black & Veatch, April 2014.

.20 Influent Pumping Station Integration Report – Addendum 1 to Wet Weather Flow Tunnel & Waterfront Sanitary Sewer Impact on IPS Pre-Design Report, Black & Veatch, March 2015.

.21 M & T Station Upgrade Project Technical Memorandums:

a. A1 – M&T PS Upgrade Background Data and Design Criteria b. A2 – M&T PS Upgrade Future Use Assessments c. A6 – M&T PS Upgrade d. A6 – M&T PS Upgrade Associated Appendices to A6 e. A9 – M&T PS Upgrade Temporary Improvements f. B1 – M&T PS Upgrade WWF System Design and Operation g. B2 – M&T PS Upgrade WWF Pumping Hydraulic Design h. B3 – M&T PS Upgrade WWF Pumping Station Configuration i. B4 – M&T PS Upgrade Probable Cost, Benefits, Risks and Solutions j. B5 – M&T PS Upgrade Screening Technology

.22 M & T Pump Stations Facility Condition Assessment and Hydraulic Analysis of Pump Upgrades. Associated Engineering, 2009.

.23 Geo-Engineering Factual Data Report, Phase 1 Geotechnical Investigation, Ashbridges Bay M & T Pumping Station Upgrade Project, SPL Consultants Ltd., October 2013.

.24 Facility drawings CD for the Ashbridges Bay Facility, including the following contracts:

a. P-Building Upgrade Construction Drawings (Contract 12FS-18WP) b. D-Building Upgrade Construction Drawings (Contract 09FS-66WP) c. Existing Plant Water System and Water Tower Drawings

.25 PDF versions of the facility Master Process & Instrumentation Drawings (P&IDs), SCADA Architecture, Single Line Diagrams (SLDs) and Process Control Narratives.

.26 2012 Load Study for Distribution Substations, rev. June 2012.

.27 Electric Power System and Plant Services Monitoring Technical Memorandum, ver. 2.0

.28 Designated Substances Lists for the Ashbridges Bay Treatment Plant, 2013.

.29 The Ashbridges Bay Treatment Plant Pipe Labelling Standard, rev. June 2012.

.30 Conceptual drawing of Satellite Treatment Plant location

.31 IPS Project Coordination Document

15 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

2.5.4 Environmental Compliance Approvals (ECAs): .1 Ashbridges Bay Environmental Compliance Approval (ECA) – Sewage.

.2 Ashbridges Bay Environmental Compliance Approval (ECA) – Air.

2.5.5 The following reference documents are available on the City of Toronto website:

.1 City of Toronto Green Building Standard, 2010:

www.toronto.ca/planning/environment/greendevelopment.htm

.2 City of Toronto Accessibility Design Guidelines, 2004:

www.toronto.ca/diversity/pdf/accessibility_design_guidelines.pdf

2.5.6 Operating and Maintenance Manuals will be made available to the Consultant.

2.6 INFORMATION MEETING

2.6.1 A site / information meeting will be held on April 29, 2015, at 10:00 a.m. at the Ashbridges Bay Treatment Plant, 9 Leslie Street, Toronto.

2.6.2 Attendees may park in the main Plant parking lot, although parking is limited. Attendees shall meet at the security booth and wait until they are escorted to the meeting room by project staff. Attendees are asked to sign in with security prior to being escorted to the meeting room by project staff.

2.6.3 Individuals attending must provide their own hard hats, safety boots (minimum CSA green patch), and reflective vests.

2.6.4 It is preferred that the number of people attending from each firm be limited to a maximum of two (2) people.

2.6.5 A brief overview of the project will be provided by the City followed by walking to a vantage point to view the planned site of the IPS. Note that access to the vantage point requires climbing several flights of stairs.

2.6.6 A sign in sheet will be circulated at this meeting; all individuals attending the meeting must sign in and clearly indicate on the sign in sheet the name of the firm they are representing.

2.6.7 The purpose of the site / information meeting is to enable Proponents to familiarize themselves with the Project and ascertain the full extent of the work required.

2.7 SCHEDULE

2.7.1 The following table outlines the key dates for the RFP process. Further details are included on the cover page of this RFP.

Table 2-2: Key Dates in the RFP Process Item Date RFP release date April 17, 2015 Information session April 29, 2015 Deadline for questions from proponents May 13, 2015 Deadline for issuance of addenda by the City May 20, 2015 Deadline for proposal submissions May 29, 2015 Approximate timing for interviews July 7, 8 and 9, 2015 Approximate timing for award of the assignment Fall 2015

16 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

3 SCOPE OF WORK 3.1 SCOPE OF WORK OVERVIEW

3.1.1 As noted in Section 2, The City requires the provision of engineering services for the detailed design, services during construction, and post-construction services for a new Integrated Pumping Station (IPS) at the Ashbridges Bay Treatment Plant (ABTP), including all construction contracts within the assignment.

3.1.2 The MTPS presents many challenges for the Operations staff at ABTP due to the complexity of interconnectivity and dependency on an extensive network of conduits and gates. The IPS must simplify the operations and create a robust and reliable pumping station with a focus on access for and ease of maintenance.

.1 The basis for design is set out in three (3) key documents prepared for the City by Black & Veatch. This RFP is to be read in conjunction with these reports for a full understanding of the scope. The RFP document describes the scope of work, with these three documents as Appendices to provide the supporting technical detail necessary to complete the assignment. RFP respondents are required to understand the documents in order to fully understand and submit proposals on the scope of work. The IPS PDR completed in August of 2013.

.2 Technical Memorandum entitled "WWF Tunnel & WSSMP Impact on IPS Pre-Design" completed in April 2014, which updates the design basis set out in the PDR.

.3 Technical Memorandum entitled "Integrated Pumping Station Integration Report – Addendum 1 to Wet Weather Flow Tunnel & Waterfront Sanitary Sewer Impact on IPS Pre-Design Report (April 11, 2014)", completed in March 2015.

Note: subsequent reference to the PDR in this RFP is to be interpreted as the inclusion of the information provided in all three of the above listed documents. Where there is a conflict, the provisions in this RFP shall take precedence followed by the more recent report.

3.1.3 In general, the scope includes, but is not limited to, the preliminary design (where applicable), detailed design, services during construction and post construction services, warranty and maintenance period engineering services. The orientation plan from the preliminary design of the IPS is included in Figure 2 for reference. Note that this overview is included to provide the respondent with a general understanding of the City’s intent for this project. Further details are provided in Sections 3.2 through 3.9.

3.1.4 The Consultant should provide a Project Manager who is fully dedicated to this assignment with no other project commitments.

17 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

Figure 2: Preliminary Design of IPS – Orientation Plan

3.1.5 Geotechnical .1 The scope of work includes the review of all of the City's existing geotechnical

information.

.2 The Consultant shall engage a qualified geotechnical subconsultant directly through a competitive process.

.3 The scope of work includes the preparation of a Geological Exploration Program, Geological Data Report, Hydrogeological Investigation, and Geotechnical Baseline Report (GBR).

.4 Assess subsurface risks and adapt to conditions encountered during the construction program.

3.1.6 Hydraulic Modeling .1 Detailed computational fluid dynamics modeling of the influent, pumping and

distribution structures will be required. Such modeling will be required to address all factors affecting the design of the IPS and peripheral buildings to fulfill the base scope of work. This is to include sediment analysis in the hydraulic distribution chamber and downstream conduits.

.2 A physical model of the influent, pumping and distribution structures will be required.

.3 Interaction with consultants completing work for the WWF System and for the ABTP Disinfection project, and for other contracts that may arise in the future is required. The hydraulic model for the IPS will be required to incorporate input from these projects.

18 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

3.1.7 Conceptual Design (in keeping with the Preliminary Design requirements as outlined in Appendix A.4) and integration of future requirements including but not limited to:

.1 A connection tunnel to connect the IPS to the WWF tunnel storage shaft.

.2 A connection tunnel to connect the IPS to the WSS tunnel at the WWF tunnel storage shaft.

.3 The connection to the future STP.

3.1.8 Design, Construction Planning, Services During Construction and Post Construction a. Complete preliminary design (where necessary), detailed design, construction

planning, services during construction and post construction services, as outlined in the Appendix materials and in Sections 3.2 through 3.9 are required for the components listed below:

b. Preparation of the site, including demolition of the existing plant water tower.

c. The IPS, the screen building, the hydraulic distribution chamber, and conduits to direct flow into the existing D and P Building headworks.

d. Pre-selection and recommendation of preferred vendors for screen and major pumping equipment.

e. The following tunnels and diversion shafts:

i. The Mid Toronto Interceptor (MTI) and Low Level Interceptor (LLI) will be diverted from the MTPS to the IPS via a new combined tunnel set in the bedrock.

ii. The Queen Street Sewer (QSS) and Lakefront Interceptor (LFI), which currently discharge into the LLI immediately upstream of the M Pumping Station (MPS), will be diverted to the IPS via the new tunnel, and will be included with the MTI/LLI flows.

iii. The High Level Interceptor (HLI) will be diverted to the IPS via a new sewage conduit.

iv. The ability to direct flow from conduits 3 and 4 (Coxwell conduits) to D Building as well as P Building, without back flow from P Building. Incorporation of conduits 3 and 4 with the IPS hydraulic distribution chamber is required.

f. The connection points for future connections to the WWF tunnel storage shaft and the STP

3.1.9 The Consultant is to create and use a risk register throughout the assignment. Assessment and mitigation of risk is to be imbedded in the approach to the design and construction administration for the entire assignment.

3.1.10 Provide a new electrical substation, with connection to the THES at 13.8kV, transformation to 4.16kV, on-site emergency generation, interconnection with existing substations.

3.1.11 The SCADA and Controls Systems design is included in the base scope of work. The Consultant is required to provide a price for the programming and system integration with existing plant functionality, as a provision.

3.1.12 Development of a plan for decommissioning and making safe of MTPS as part of the base scope. A provisional allowance has been included for the design and oversight required for the clean-out of MTPS, that includes but is not limited to the removal and disposal of process equipment, electrical equipment, RPU and control panels, cabling, wiring, cleaning HMI database and screens.

3.1.13 Architecture and Landscaping

19 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

3.1.14 The City anticipates issuance of three separate construction tenders with coordinated but not necessarily overlapping timelines. Proponents are to provide a price for a provisional allowance for carryout out pre-qualification of contractors and major sub-contractors for each stage of the construction.

3.1.15 The preliminary scope of each tender is proposed as follows; note that this is intended to provide Proponents with a basis for pricing; detailed design construction staging review may reallocate and refine the tender scope packaging.

.1 Stage 1: Site preparation

a. Any necessary site clearing and enabling work including conduit isolation preparation work.

b. Re-routing of existing electrical cabling and ducting.

.2 Stage 2: Tunneling and shaft excavation

a. Demolition of the plant water system water tower.

b. Civil site works for deep excavations, including the MTI/LLI tunnel, the screen building shaft, and the IPS shaft.

c. Civil site works for tunneling, including construction of the MTI/LLI tunnel and the tunnel between the WWF surge/storage shaft and the screen building.

d. Civil site works for the HLI tunnel portion, including entry shaft.

.3 Stage 3: General Construction

a. Remaining civil site works (including but not limited to HLI conduit, LFI and QSS conduits).

b. Structural, process, mechanical, electrical, instrumentation, and control as related to the IPS.

c. New electrical substation.

d. Landscaping.

e. Decommissioning of the existing MTPS.

3.1.16 The approximate timeline for this project is expected to be 9 years excluding the two year warranty period, as outlined in Table 3-1.

Table 3-1 – Approximate Project Timeline

Design Tender & Award

Construction

Stage 1 Site Preparation 2015 – 2016 2016 2016 – 2017

Stage 2 Tunneling and shaft excavation 2015 – 2017 2017 2017 – 2020

Stage 3 General Construction 2015 – 2019 2019 2020 – 2024

3.1.17 Consideration of existing conditions, constraints and ongoing coordination with other projects will be required as part of this project. The Consultant shall ensure that the design and construction activities are coordinated with the other active facility projects as required. The following items shall be considered in the scope of work, as a minimum:

.1 Confirmation of all relevant hydraulic grade level requirements and limitations, including clarification of maximum and minimum operating levels, as part of the detailed design.

.2 New facilities for IPS will be generally brownfield designs, however accommodation for existing complex buried structures and tie-ins is required.

.3 Ongoing critical upgrades and repairs to the MTPS.

20 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

.4 Isolation requirements for existing MTPS structures to enable IPS construction and connections. Note that the isolation gates in the conduit system downstream of MTPS are not reliable. The City has made efforts to isolate sections of the MTPS with limited success in the past. Technical Memorandum "A2 – M&T PS Upgrade Future Use Assessments" describes the best available information regarding the status of the equipment in the MTPS and the conduit system. The base scope for the Consultant must include the logistical planning for shutdowns on the basis of the assessment provided in A2. Any effort required beyond that will be paid for out of a provisional allowance.

.5 Design to accommodate the tie-ins to existing sewers and interceptors.

.6 Construction staging and Constructor boundaries in the vicinity of the ongoing P Building Upgrade project construction.

.7 Construction staging and Constructor boundaries in the vicinity of the WWF tunnel construction.

.8 The existing MTPS must remain in service until the IPS is fully commissioned and accepted. Construction staging and design must account for maintaining the connections from MTPS to the downstream primary treatment facilities to allow for continuous operations.

.9 The existing services including electrical, city water and communication services (including telephone and fibre optic cabling) to the existing MTPS must remain in service. Safeguarding of this infrastructure will be required.

.10 Coordination of public areas in which construction will take place is required. Coordination will be required with Parks, Forestry and Recreation Division staff for work to be done in the park area surrounding MTPS, as well as along the Lakeshore Boulevard. Note that the construction is required to avoid impact to the rugby field, the skateboard park and the baseball diamond during the active seasons.

.11 Coordination will also be required with TTC and with Transportation Services.

.12 City design standards, including but not limited to the City of Toronto Green Building Standard and the City of Toronto Accessibility Design Guidelines.

3.1.18 The general requirements for provision of engineering services to be provided by the successful Consultant to the City of Toronto are as specified in the Appendices. It is the responsibility of the Proponents to familiarize themselves and comply with the project and contractual requirements of the City as specified in the Appendices, and to ascertain the full scope of work and the engineering services required for the project, prior to submission of the proposal, including:

.1 Engineering & Construction Services Guidelines for Major Works Facilities Projects (refer to Appendix A. Note that significant changes/updates have been made to Appendix A effective September 2012 and should be carefully reviewed by all proponents. Of particular note are new requirements in A.4 through A.7 on PCS Guidelines, and the use of Master P&ID's, and Master Single Line Diagrams, and the requirements for Electrical Control Schematics.

.2 RFP Terms and Conditions (Appendix B)

.3 Submission Forms (Appendix C)

.4 Specimen Contract Agreement, including Insurance Forms and Statutory Declarations (Appendix D)

.5 Project Reference Material (Appendix E)

21 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

3.1.19 The requirement to meet regulatory codes and City standards is considered as being part of the base assignment.

3.1.20 In all instances where a formal review is required in the process of engineering work, the individual completing the review must be a different individual than the person who completed the initial work.

3.2 GENERAL PROJECT REQUIREMENTS

3.2.1 The City’s general project requirements are included in Appendix A.1. General requirements include project management and administration procedures, approvals, and standards. The Proponent is responsible for reviewing this information and familiarizing themselves with the City’s requirements, and shall comply with it in its entirety. The following clauses provide additional, project specific requirements, and are to be read in conjunction with the Appendices. Where there is a conflict, the provisions in this section shall take precedence.

3.2.2 The approximate timeline for this Project is shown in Table 3.1, excluding the two year warranty period. This is based on average completion rates for tunnel projects and is only the City’s suggested timeline. If the Proponent considers the timeline to be too short or too long, this is to be identified in the Proposal in the workplan. Within its Proposal, the Proponent is responsible for identifying a timeline that they are committed to accomplishing.

3.2.3 The involvement of all appropriate operating staff in the design meetings may not be an effective nor efficient method for obtaining Operations input. In order to best facilitate communication with operating staff the following is required.

.1 For all design documents including Technical Memorandums (TMs), Pre-Design Reports, Engineering Studies, Conceptual Designs Reports, etc. include a brief executive summary at the beginning of each document clearly highlighting all the key findings of the report. The executive summary should be written such that someone with only a partial understanding of the project can understand what the report contains.

.2 For all design documents including those identified above, include a tabular summary of all findings, recommendations and key design figures at the end of each report.

.3 For all design documents including those identified above, include in your workplan for additional design workshops to discuss the findings and information presented in these reports. The City has found these workshops are most beneficial when held prior to providing the document to the City for review provided that comments are incorporated into the final report. The agenda for these workshops must be organized such that Operations staff can be present for that part of the workshop or meeting only. Primarily this involves the sequence of construction, Division 11, 13, 14, 15, 16 and the corresponding drawings. Present the details of the design and highlight all of the key features and any key decisions that require Operations input. At subsequent design review workshops focus on what was changed or what is new.

.4 Prepare a one page (any size) project information sheet highlighting the general scope of work, benefits to the facility, impact on Operations, key dates and key project companies and or staff. The purpose of this project information sheet is to communicate current project details to all plant staff. It will be displayed in hard copy on notices boards and should contain small amounts of text and as many pictures and drawings as possible to communicate the message. This information sheet shall be updated and provided at the following stages:

a. After award containing details that were identified in the bid

b. With the Pre-Design report

c. 70% Detailed design

d. Construction kick off

22 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

3.2.4 In addition to the project meetings required in accordance with Appendix A.1, include for the following for pricing purposes. This may be refined in consultation with the City, as part of the project planning and management throughout the assignment.

.1 The involvement of all appropriate City operating staff in the biweekly design meetings identified in Appendix A.1 may not be an effective nor efficient method for obtaining operator input. Proponents are to include additional design workshops at key milestones to ensure operator input is sought at the appropriate time. The minimum workshops are identified in Section 1.13.8.2 of this RFP.

.2 Eight additional (8) annual meetings (one for each year of the project) with the project team. The focus of these meetings will be to address project management issues (scope, schedule, and fees), issues resolution, and proactive project planning.

.3 One design meeting with the City's CADD staff to ensure a clear understanding of CADD-related requirements including but not limited to standards and submissions.

.4 One design meeting with the City's PCS staff to ensure a clear understanding of the City's asset tagging systems.

.5 Two (2) design and coordination meetings with the City's Corporate Security and IT staff to co-ordinate implementation of appropriate security measures into the design of all works, including the North Security Gate.

.6 One (1) meeting with the City's insurer to identify, assess, and incorporate appropriate measures to mitigate insurance risk to the City for the new facility.

.7 Four (4) design meetings with Parks, Forestry and Recreation and any other Stakeholders necessary to review plans and progress.

.8 Six (6) design meetings with the WWF Consultant to coordinate requirements. The IPS Consultant will prepare agenda, minutes and will chair the meetings.

.9 Two (2) pre-consultation meetings with the City’s Building & Planning Divisions to verify requirements and timelines needed for completion, prior to submittal of the Building Permit Application.

.10 Attendance at four (4) evening meetings with the Neighbourhood Liaison Committee by the Consultant's Project Manager.

3.2.5 A Provisional Allowance is included to account for any additional public consultation that may be required over the duration of this assignment.

3.2.6 Within four weeks of the execution of the Agreement, the Consultant is to provide a baseline workplan and updated baseline project schedule for review and approval by the City. The workplan and schedule will be a refinement of the proposal, and will define in detail the scope of work and schedule for the project. As a minimum, the base workplan shall:

.1 Address the detailed design phase at a detailed level, and the construction phase at a higher level;

.2 Communicate precisely what work is to be done, the agreed upon approach to the work, and assigned responsibilities;

.3 Show starting and completion dates for each section of the work;

.4 Adhere to the contract time and completion dates; and

.5 Include technical memoranda, design submissions, regulatory and permit applications and approvals. Note: The workplan is to allow for three weeks for City review for all Technical Memoranda or other draft documents.

.6 Design workshops at key milestones to ensure Operations input is sought at the appropriate time. Include these workshops for each contract identified in the project scope.

.7 The workplan is to be updated monthly and reviewed at progress meetings. Changes to the project schedule require a written explanation and must be approved, in writing, from the City.

23 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

3.2.7 Immediately following the development of the baseline workplan, the Consultant will be required to hold a full one (1) day Project Chartering Workshop with key project stakeholders from the Consultant and the City, to address the following:

.1 Review understanding of the Project

.2 Present the baseline workplan, described in Section 3.2.6 of this RFP.

.3 Establish how the Project is to be delivered including but not limited to roles and responsibilities of all parties, vision, success factors, risks, constraints.

.4 Establish a Project Definition. The project definition is to identify overall project goals, objectives, constraints, and further specifies the preferred technical approach. It should establish a capital scope consistent with the City's needs and budget constraints. Furthermore, it should establish a common understanding between the City and the Consultant.

.5 Confirm budget and schedule including milestones.

3.2.8 Within twelve weeks of the execution of the agreement the Consultant will conduct a full day risk management workshop with the City, where project risks are identified, assessed, qualified and classified (i.e. probability and impact). The workshop will form the basis of information used, to develop a project specific risk management plan, including disaster recovery strategies. The risk assessment shall include, but not be limited to, ground behavior risks, administrative risks, schedule risks, safety risks and operational/maintenance risks. The Consultant will chair a risk workshop with key City stakeholders to identify risks and attempt to determine the City's risk tolerances. The Consultant will develop a risk management plan (TM: Risk Management) including a risk register, and will monitor and advise on control procedures for project risks. The Consultant will keep the risk register current throughout the project by incorporating it into a part of the biweekly design meetings. The risk register is to include, but not be limited to, the following:

.1 A description of the risk,

.2 The probability of the risk occurring,

.3 A description of the potential impact of the risk,

.4 The likely cost to the project or organization if that risk occurs,

.5 What mitigating measures should be taken now, and by whom,

.6 The residual risks that remain, and

.7 What contingency plans should be formulated now so that the Project team is ready to act if the risk occurs.

3.2.9 The Consultant will be required to implement quality assurance procedures throughout the project. All design phases are to be reviewed internally under a detailed Quality Assurance/ Quality Control (QA/QC) process provided by the Consultant. The QA/QC process must be documented for each design submission. Provide quality control documentation at every milestone to verify that the quality assurance procedures have been implemented.

3.2.10 The Consultant shall implement and use a file naming convention for all electronic files. The City PM will be consulted on the naming convention and will provide approval prior to its initiation.

3.2.11 The Consultant shall implement, populate and maintain a secure, web-based, document control process, approved by the City, for access by all stakeholders during design and construction. The Consultant will hold workshops/training session at appropriate intervals, to familiarize users with the conventions and demands of such a system.

24 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

3.2.12 Health and Safety training on an annual basis for all personnel attending the ABTP site is mandatory and is to be included as part of the base scope of work. The training is two hours in duration and is held twice a week at the ABTP.

3.2.13 This project will require Site Plan Approval in order to obtain a building permit. The process timeline officially starts when the Building Permit application is submitted and can take up to six (6) months to complete. Pre-consultation meetings with the City’s Building & Planning Divisions to verify requirements and timelines needed for completion, prior to submittal of the Building Permit Application are required (see Section 3.2.4). The Consultant will be required to involve the City’s Engineering Review unit within Engineering & Construction Services division in the pre-consultation process. The Base Scope of work is to include the pre-consultation meetings and an application package containing the following:

.1 a completed application;

.2 a draft covering letter for signature by the City; and

.3 Ten (10) 1:200 copies of the following: a recent survey, the site plan, a grading plan, all floor plans, all building elevations, roof plans, and a landscape plan. The landscape plan must be prepared by a qualified landscape architect.

3.2.14 The Project shall comply with City requirements with respect to Health & Safety and Designated Substances Management (including mandatory qualifications for (sub) consultants undertaking DSL Reports and associated activities).

3.2.15 The Consultant will specify a point person within the project team to act as the liaison for any Workforce Development and Social Procurement aspects of the assignment. Proponents are to assume that the point person will dedicate, on average, 4 hours per month to this effort.

3.2.16 The Consultant will be responsible for addressing traffic management staging details to maintain through lane(s) during construction. The successful Contractor will be responsible for preparing final plans and obtaining the final occupancy permit. The Consultant will be required to assist with all necessary traffic management plans as required during the project including during construction in accordance with MTO Book 7. Separate traffic management plans are required for traffic at ABTP and for construction area outside of the plant.

3.2.17 Specific exceptions/modification to Appendix A.1 includes:

.1 The following requirements are in addition to those detailed in Section A.1.6:

a. The comment tracking sheet shall form a part of the next revision of the submittal and will be continually updated until the submission is considered final.

b. Draft documents submitted for review shall be essentially complete, so as to allow for proper evaluation of material submitted. Any unfinished or missing sections or elements shall be clearly identified in the draft, and a brief description of the intended material is to be provided.

.2 Section A.1.8.3 Hard Copies: Paper print versions of documents shall be submitted to the City as per the Summary of Project Submissions (Section 3.8 of the RFP).

.3 Section A.1.11.3.1: MOE ECA – The City has typically had a Consultant under contract specifically to provide updates to the ABTP's ECA (Air), when required. The scope for the Consultant for IPS (this RFP) will be to provide all relevant information to the City, or it's designate, in regard to compiling information for the ECA (Air). Note that any other updates required for the MOE or other (for example, ECA Sewage) is part of the base scope of this RFP.

.4 Section A.1.11.4.2: Municipal Site Plan – An arborist report is only required when construction work is within the Tree Protection Zone under the Consultant's recommended design.

25 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

.5 Section A.1.14 Designated Substances (DSL) Management: is to be undertaken by the Consultant as described in Appendix A.1. Payment for this work will be in accordance with Section 7.3. The co-ordination of the DSL Sub-consultant is included in the base scope of work for this assignment. Payment for the DSL Sub-consultant will be in accordance with Section 7.3.

.6 Section A.1.15.1.7: The Consultant is responsible for providing day-to-day Personal Protective Equipment (PPE) for their staff such as safety vests, safety shoes, protective eyewear and hard hats as part of the base scope. Site specific safety equipment which is not already owned by the Consultant, such as gas detection, safety retrieval devices and ancillary equipment for confined space entries is to be provided by the Consultant, but will be paid for through a provisional allowance in accordance with Section 7.3.

3.3 PRELIMINARY DESIGN ENGINEERING SERVICES

3.3.1 The City’s general requirements for preliminary design engineering services are included in Appendix A.4. The Proponent is responsible for reviewing this information and familiarizing itself with the City’s requirements, and shall comply in their entirety. The following clauses provide additional, project-specific requirements, and are to be read in conjunction with the Appendices. Where there is a conflict, the provisions in this section shall take precedence.

3.3.2 Collectively, the PDR, the Impact Report and Integration Report describes the requirements for the majority of the scope of work; the following components are identified as elements that were not considered in the previous assignment as part of Preliminary Design and therefore are required as part of this assignment. The successful Consultant in the IPS Assignment will be responsible for the following design works, starting at the Preliminary Design stage:

.1 The City requires the ability to direct flow from Conduit 3 and Conduit 4 (the Coxwell Sewer) to D Building as well as P Building. Investigation of options for direct connections of Conduits 3 and 4 into the Hydraulic Distribution Chamber is required, including assessment of sedimentation and flow distribution.

.2 The development of a plan for decommissioning of MTPS.

.3 Estimate electrical power requirements for construction works, and propose location and additional works that will be required to facilitate construction. Include timing chart indicating what electrical requirements will occur concurrently, i.e., existing M&T Buildings, different phases of the construction works, new IPS, etc., to determine the peak power that will be required during the project.

.4 Consult with Toronto Water and ECS to obtain information on anticipated capital projects in the next 7 year period, their expected electrical power requirements, and likely point of connection. Conduct an Electrical Network Modeling Study which includes the SCMVA from THES through the existing plant down to the main breaker of all 600V MCCS, temporary electrical construction works (TBM, conveyors, pumps, etc.), the anticipated capital projects and the additional electrical infrastructure associated with the new IPS. Calculate load flow study, comparing peak demands to all elements of the electrical infrastructure. Calculate short circuit levels, compare to interrupting capacity of existing devices and tabulate any that will be underrated following completion of the IPS project.

.5 The Effluent Disinfection project that is underway will include modifications to the ABTP's Plant Water System. This Plant Water System is a system that uses plant effluent for equipment cooling and other non-potable uses within the treatment plant. The existing Water Tower at the ABTP is part of the plant water system, and will require removal as part of the IPS as part of the base scope of work.

26 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

.6 The City requires a septage receiving station within the primary treatment area, most likely located upstream of the new screening facility. The septage receiving station shall receive both liquids and solids from vacuum trucks primarily working on site. The station shall be designed to handle liquid waste decanted through a hose by gravity, liquid waste decanted through a hose by pump and a ground level tilting and dumping of a vacuum truck with its back door open. The station shall be designed with appropriate spill containment, washing equipment, health and safety barriers and odour control (if required). The station shall be designed such that grit and other material do not settle below or downstream of the station. The intent is that the truck will discharge directly into the process such that treatment of the material will occur downstream using existing plant processes. Material that will be dumped at this location will come from all areas of the plant. The station will be used year round.

3.3.3 There are several connections that will tie into the IPS that will not be used until future works are completed under separate contracts. The scope of work under this assignment includes the preliminary design, detailed design, services during construction and post construction for the connection at the IPS and must account for the logistics and staging of the future infrastructure. In order to properly accommodate this, the preliminary (or conceptual) design of the future infrastructure must be completed. As such, the base scope of the IPS Engineering Assignment includes the preliminary design for the following:

.1 The WWF forcemain from the IPS to the proposed future STP, including the determination of the WWF pump hydraulic requirements accordingly for the design of the IPS.

.2 The WWF tunnel connection to WWF Storage Shaft.

.3 The WSS tunnel connection to the WSS location at the WWF Storage Shaft.

3.3.4 Note that in accordance with Appendix A.4 the Consultant will be required to produce a Review of Design Alternatives report including but not limited to, for each of the items listed in this section.

3.3.5 Note that in accordance with Appendix A.4, the Consultant will be required to produce the following Preliminary Design Reports (PDRs):

.1 One (1) PDR for the items in paragraph 3.3.2.

.2 Three (3) individual PDRs for each of the items in paragraph 3.3.3.

3.3.6 Specific exceptions/modification to Appendix A.4 includes:

.1 A 4.1.5 – the last paragraph should be read as: All demolition and new tie-in points are to be identified on the Master SCADA Architecture drawing(s), to show the effect on the existing systems. Additions may be documented on a separate drawing.

.2 A.4.13.(a) – should be read as: All demolition and new tie-in points are to be identified on the Master P&IDs, to show the effect on the existing systems. Additions may be documented on a separate drawing(s)

.3 A.4.13.(a) – should be read as: Comply with the requirements of the Toronto Water PCS Implementation Guidelines. Address the following requirements:

c. Equipment and Instrumentation list d. Server/PLC/Network e. SCADA Software f. Control Wiring and Structured Cabling g. Alarm Notification and Security

.4 A.4.7.1 Subsurface Investigations – geotechnical work will be conducted as outlined in section 3.4.8 of this RFP. The Consultant will be required to include scope in the

27 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

development of the Geotechnical call document to achieve the requirements of the items in Section 3.4.

.5 A.4.8 Deliverables – In addition to items described in Appendix A.4, pre-design deliverables must include a Stage 1 and 2 Archeological Assessment Report as defined by the Ontario Ministry of Tourism, Culture and Sport.

.6 A.4.9 SUE Quality Level "B" is required as part of the Preliminary Design Reports.

.7 The following items are required in addition to the scope described in Appendix A.4 regarding Constructability, section A.4.6.2.19)

a. At this stage, isolation and tie-ins to existing systems must be shown to be possible without impacting the facilities ability to meet all regulatory requirements.

b. Review hydraulic models and other tools to ensure that the ability of the facility to meet regulatory requirements without flooding is maintained at all stages of construction.

c. Obtain details on past shutdowns at the specific facility, similar shutdowns at similar facilities and other details to demonstrate to the City that the proposed construction methods are achievable

d. It will be necessary to obtain the advice of a skilled contractor experienced in the type of isolation or tie-in that is being proposed. Include for expert consultation in your workplan.

e. It is generally understood that existing isolation devices, including gates and stop logs / bulkheads, may not provide positive isolation of a system. Consider this when preparing the construction staging strategy. It may be necessary to perform test isolations. The City will accommodate the necessary tests. Include this coordination effort in your workplan. A provisional allowance has been included to account for this work (Detailed design and construction oversight associated with MTPS isolation limitations).

3.4 DETAILED DESIGN ENGINEERING SERVICES

3.4.1 General Requirements of Detailed Design

.1 The City’s general requirements for detailed design engineering services are included in Appendix A.5. The Proponent is responsible for reviewing this information and familiarizing themselves with the City’s requirements, and shall comply in its entirety. The following clauses provide additional, project specific requirements, and are to be read in conjunction with Appendices. Where there is a conflict, the provisions in this section shall take precedence.

.2 The Consultant will complete the detailed design of the work as described in this RFP to develop a complete facility that meets current standards and addresses current operation and maintenance issues.

.3 The Consultant will be required to review and verify the data and design criteria in the PDR, the Impact Report and Integration Report, including the hydraulic models, process configurations, construction methods and staging, and operational procedures. As built drawings are not to be solely relied upon for design development. The Consultant will be required to produce a Technical Memorandum based on this review (TM: Preliminary Design Concept Review and Validation)

.4 The Consultant will be required to incorporate the recommendations from the Preliminary Design Services as described in Section 3.3.2 into all of the detailed design work outlined in this section.

.5 The Consultant will be required to review and confirm the existing site conditions and background information as necessary to complete the scope of work as described in this RFP.

28 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

This includes but is not limited to topographical surveys, asbestos surveys, geotechnical investigations, and noise studies, in accordance with the parameters outlined in Appendix A.

.6 The project design shall meet or exceed the requirements of the Ontario Building Code as well as other applicable regulations/codes, and shall incorporate elements necessary for the completed project to achieve the Toronto Green Building Standard (see Section 2.5.4).

.7 Note that City requirements with respect to the City’s Official Plans, any public / general office space that may be incorporated into the building/structure is to be constructed in accordance with the City’s Accessibility Design Guidelines in order to accommodate staff/users that may have temporary or permanent disabilities.

.8 All design is to be done in compliance with Toronto Water's PCS Implementation Guidelines.

.9 All designs are to include tie-in to existing plant services, including telephone, paging, security, fire protection, and HVAC systems and are to meet or exceed current plant standards for facility design.

.10 A review and assessment of the health and safety, including but not limited to ergonomics, in particular with respect to access for maintenance. Access platforms are required, as well as access hatches. Access hatches will require temporary railings and tie off points to accommodate equipment maintenance and inspection when the hatch is open. Details of review and assessment to be written in a technical memorandum (TM – Ergonomics and Maintenance Accessibility).

.11 Peer review consultants may participate in the City's design review process. The City reserves the right to conduct peer review at any time during the assignment; however, the intention is for a formal peer review to be conducted at the 70% detailed design. The Consultant will provide all necessary information to the City's peer review consultant and will respond to questions in a technical memorandum (TM – Peer Review).

.12 Proponents are to provide a price for a Provisional Allowance to account for the possible inclusion of the WSS flow at the IPS. The price must account for inclusion of the applicable below elements that will be required to design the WSS equipment as described in the Integration Report.

.13 The Consultant shall prepare a site plan for each construction contract, or phase within a construction contract.

.14 The Consultant shall provide individual control schematics for all devices. No typical schematics will be accepted by the City.

.15 The Consultant shall prepare the as-built drawings as outlined in Section 3.5.

.16 The Consultant shall develop a Process Operations Manual for use by plant operations staff as outlined in Section 3.6. An example Operations Manual is provided for reference (see Section 2.5.3).

.17 The Consultant shall complete an assessment of newly created confined spaces (both during and after construction) in accordance with Regulation 632/05. Identify potential updates to the plant inventory so that the City can undertake an assessment for operational conditions once the contract is complete. Provide the necessary information in the contract documents related to confined spaces, hot work, and electrical classifications for all working areas. Update the City’s hazard control plans as required for the contract.

3.4.2 Detailed Design Development

29 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

.1 Within the first 12 weeks of the assignment, the Consultant will prepare a technical memorandum addressing the constructability of the IPS, WWF Connection Tunnel and HLI, MTI/LLI Tunnels and Shafts, based on the PDR and other supporting documentation. (TM: Constructability, Phasing and Sequencing). The memo must address the maintenance of flows in the conduits from MTPS as well as between D and P buildings. The Consultant will review the construction sequencing and staging set out in the PDR and in this RFP. The Consultant will review past shutdowns at ABTP. Validation of timeframes thorough comparison to similar projects will be required. The technical memo will confirm and make recommendations to optimize the constructability, phasing and sequencing. The assessment must consider each item individually, as well as in an overall integrated sequence. The items to be addressed include, but are not limited to the following:

a. Box structures b. Shafts c. Tunnels d. Superstructures e. Piping/conduits f. Open cut pipelines/channels g. Sewer diversion h. WWF tunnel and shaft connection i. MTPS tie-ins and shutdowns j. D Building tie in and shutdowns k. P Building tie in and shutdowns l. Coxwell tie in and shutdowns m. Site access n. Laydown and staging o. Traffic plans p. Soils and spoils management q. Possible bypasses to the Coatsworth Cut r. Coordination and sequencing with other construction projects at ABTP

.2 Update the Electrical Network Modeling Study (section 3.3.2.4) concurrent with the progression of the detailed design. Issue interim revision at completion of detailed design.

.3 The Consultant will determine and incorporate the emergency on-site overflow requirements and overflow design.

.4 Review and confirm the following pump design items, and make recommendations through a Technical Memorandum (TM: Pump Selection):

a. Pump seals b. Assessment of the operating costs associated with using Plant Water versus potable

City water for seal water including an investigation into local straining technology. c. Pump and motor bearings, including lubrication type d. Determination of fixed or variable speed pumps for the MT/LLI, HLI and WSS Pumps

(if WSS are included). e. Variable speed drive technology f. Pump motors, including cooling method, confirmation of voltage, starters and speed

control

.5 Review and confirm pump discharge valve design, and make recommendations through a Technical Memorandum. (TM: Valve and Gate Selection).

.6 Review and confirm piping materials (indoors and outdoors) to be specified, and make recommendations through a Technical Memorandum. (TM: Piping Materials)

30 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

.7 Review and confirm the approach to drop structure design; the PDR recommends vortex tube & step cascade, and make recommendations through a Technical Memorandum (TM: Drop Structure design).

.8 Review and confirm the odour control requirements of the facilities. Note that the City has a preference to reduce maintenance requirements and therefore the review must consider the use of biofilter compared with carbon. Consideration is to be given to using the D and/or P Building biofilters. Prepare a Technical Memorandum on the findings (TM: Odour Control). Note that in addition to the future/longer term operating modes, odour control requirements for the initial operating phase will be required to meet the odour levels at the receptors during the odour modeling.

.9 The Consultant shall use City's selected consultant for dispersion modeling as required for the C of A (Air) application process and upon completion of construction to determine the effectiveness of the odour control measures. Coordination with the modeling and testing consultants and obtaining services are deemed to be included in the base scope. The payment for the modeling services will be paid under provisional allowance (Refer to Section 7.4 of this RFP). The Consultant shall identify required sampling and testing points. The payment of a selected testing company will be paid under provisional allowance (Refer to section 7.4).

.10 The pumping station will have a Building Automation System (BAS) and will require coordination with the existing plant's BAS. Detailed BAS component controls require review and confirmation. Energy conservation measures are to be incorporated where practicable.

.11 Prior to completion of 50% Detailed Design, the Consultant shall prepare an Energy Management Plan (TM: Energy Management Plan). The Energy Management Plan is described in Appendix A.4 and is supplemented with the requirements described here. The Consultant shall ensure that the design and operation of the proposed upgrade works will accommodate innovative approaches to energy management and sustainable energy conservation, aiming at energy efficiency in an environmental and cost-effective manner, including but not limited to the following:

a. Work with the City to establish an acceptable payback period for evaluation of these technologies prior to finalizing the report.

b. New regulatory requirements, reduction of odours and other upgrades often require an overall increase in energy costs compared to current operating costs. Provide a cost breakdown of energy cost changes (positive and negative) over the current operating scenario. Costs are to be broken down by process (general building ventilation, odour control, heat, major process loads, etc.).

c. It is important that the City take credit for energy savings even when the overall impact of the project is to increase energy usage. As part of the report, summarize the steps taken to minimize the energy impact of the project. Provide estimates of what the impact could have been had less efficient but generally acceptable choices been made.

d. Building envelope, HVAC, lighting system and electrical equipment should be selected in consideration of energy efficiency and low operating costs.

e. Use of premium high efficiency motors, variable frequency drives and power factor correction equipment, where appropriate.

f. Integration of power monitoring of new motors in the automation system to optimize power factors, harmonics, and to correct electrical surges and transients.

.12 The Consultant will be required to hire a specialist to conduct, and to provide design staff to attend a 3 day Hazard and Operability (HAZOP) Review workshop at the 50% design stage. The objective of the review will be to assess the hazard potential of the operation or malfunction of the individual items of equipment and the consequential effects on the facility as a whole, as well as the potential for negative impact on the environment. It is to be a systematic, critical

31 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

examination of the process and engineering design of the pump station. The HAZOP review will include the following deliverables to support the 3 day workshop:

a. Submit a draft report documenting the review process as a basis for discussion prior to the workshop.

b. Documentation of the HAZOP Review shall be a stand-alone technical memorandum (TM: Hazard and Operations Review).

.13 The Consultant shall prepare a Technical Memorandum (TM: Operating and Maintenance Cost Estimates and Staffing Impacts) on the estimated change of the annual operating budget resulting from the work provided under this project. As a minimum, it shall summarize all operation and maintenance, and other disbursements costs, with a brief explanation of all cost elements and why they are required. Some of the information may be required in other memos and reports; however, this TM shall be prepared as a separate document.

a. The anticipated minimum operation cost components are listed below. The proponent shall identify all applicable components and include them in the TM. The TM must identify the quantity and the cost based on the current rates or City pricing agreements. Note that the City will assist in developing the staffing philosophy and strategy and provide the labour rates for the identified staffing requirements.

i. Hydro ii. Potable water iii. Chemicals and other consumables (incl. diesel) iv. Spare parts v. Staffing requirements vi. External specialty services such as maintenance contracts, testing services,

calibration services, etc.

b. The following revisions of the TM shall be provided:

i. First draft at the project initiation phase, based on the preliminary design. ii. Second draft at the completion of detailed design. iii. The final TM, that will reflect the final project, shall be submitted in March of the year

preceding substantial completion and shall be updated based on actual supplied equipment.

3.4.3 Value Engineering

.1 As part of the base scope of work, the Consultant is to hire a Certified Value Specialist (CVS) and the appropriate subject matter experts (SMEs) to conduct a 5 day Value Engineering (VE) workshop at the project outset.

.2 It is expected that between 6 and 8 SME's will be required for the VE workshop. The City will have the opportunity to provide input towards the selection of the SMEs and will have to approve the panel. The SME's should all have formal VE training.

.3 A VE workshop of the PDR is to be conducted during the project initiation phase as a mechanism to transfer the knowledge from the PDR, while simultaneously conducting Value Engineering of the PDR.

.4 The IPS Consultant is to determine which team members, technical and administrative personnel are required at the VE workshop and include costs in the base scope of work. At a minimum, the following key roles will be required to attend:

i. The Project Manager ii. Deputy Project Manager iii. Design Manager iv. Mechanical Design Lead v. Tunneling/Excavations Design Lead

32 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

vi. Structural Design Lead vii. Construction Manager viii. Electrical Design Lead ix. Project Scheduler

.5 The VE will be targeted to identify opportunities for cost savings, risk mitigation, constructability improvements and other project efficiencies. It is required that the VE does not recommend solutions that require an EA amendment, or that result in an overall project schedule extension.

.6 The CVS will be required to produce a formal VE Report for the Consultant and the City.

.7 The Consultant will be required to respond to the final VE Report issued by the CVS in a technical memorandum (TM-Value Engineering Results and Recommendations). In this TM, the Consultant will review the VE Report, evaluate and make recommendations for adopting of concepts and findings. The TM is part of the base scope, however the City has included a provisional allowance to account for the effort required to adapt recommendations into the design.

.8 The Consultant will subcontract the preliminary design engineering firm to provide the necessary background and support through the process including but not limited to, providing the workshop workbooks, presentation of the information at the start of the workshop, and support throughout the process in response to specific questions. A Provisional Allowance has been included to account for this.

.9 The Consultant is to provide the location for the workshop. A provisional allowance has been included to cover the travel costs and disbursements associated with the workshop.

.10 The City may decide to conduct a second VE workshop at some time in the assignment. If this is pursued, the City will hire the CVS and the SME's; the Consultant will be required to provide the VE workbook, a half day presentation to the VE team, and to provide response to inquiries over a typical 5 day VE workshop. Proponents are to provide a price for a Provisional Allowance for their support role as described.

3.4.4 Detailed Design Coordination

.1 Interaction will be required with the consultant responsible for the WWF System to ensure that the Coxwell Bypass tunnel and the new IPS are properly integrated. This will include but not be limited to, confirmation of tunnel and pipe elevations, diameter, slope, operating levels and flows, configuration and layout. Integration of the WSSMP sewer infrastructure with the new IPS will also be required, if an update to the WSS EA confirms that the WSS being directed by gravity to the IPS is to proceed.

.2 Interaction will be required with the consultant responsible for the Disinfection project to confirm the plant water system piping disconnection points and limits of demolition.

3.4.5 Hydraulic Modeling

.1 Preliminary computer modeling was done as part of the Preliminary Design. The hydraulic analysis software Pipit was used for modeling the system. Detailed computational fluid dynamics (CFD) modeling of the influent, pumping and distribution structures will be required by the Consultant. Modeling shall include the full range of operating flows and levels, and all pumping combinations.

.2 The modeling is to include Conduits 3 and 4.

.3 The hydraulic grade line to be used for the system extends to the overflow weirs at the end of each of the P and D buildings Primary Clarifiers.

33 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

.4 Modeling is to include transient and steady-state scenarios to ensure functionality of the systems as a whole under all critical hydraulic and hydrologic conditions. Air entrainment / release are to be included.

.5 Modeling will finalize tunnel diameters, slope, entry configuration, drop structures, interconnecting piping and distribution chamber design and will include the intake bend configuration for the selected pumps.

.6 Modeling will evaluate solid transport requirements.

.7 Information on sediment characteristics of incoming flows will be required to provide input to the modeling, and determine final design to prevent excessive scouring and minimize sedimentation in the various system structures. The screens are not intended to provide grit removal; further grit modeling is required to optimize design and is to be included in the hydraulic modeling assessment.

.8 Hydraulic modeling is to include investigation of optimum scouring capability within the system to eliminate as much as practical the requirement for system cleaning.

.9 The ability to direct flow from conduits 3 and 4 to D Building as well as P Building is required. The hydraulic modeling is to include investigation and assessment of distribution chamber configuration alternatives including direct conduits 3 and 4 connection.

.10 Physical modeling of the optimized CFD modeled influent, pumping and distribution structures will be required as outlined in section 3.4.7.

.11 The findings of the modeling are to be summarized in a Technical Memorandum. (TM: Hydraulics). Note that one Technical Memorandum that speaks to both the CFD modeling and the Physical Modeling (as described below) is required.

3.4.6 Physical Modeling

.1 A physical model which conforms with Hydraulic Institute Standards (including but not limited to ANSI/HI 9.8-1998), of the Pump Intake System, Hydraulic Distribution Chamber and Conduits is required prior to the completion of the detailed design.

.2 As part of the base scope of work, the Consultant shall prepare a scope of work, specifications, test plans and acceptance criteria. These documents shall be prepared by the Consultant and submitted to the City for review prior to commencement of the model.

.3 The Consultant will retain the services of a specialist through a Request for Quotation. A minimum of three (3) quotes is required and will be reviewed by the City. The Physical Model Services will be retained as a sub-consultant to the Consultant on this project and will be paid out of Provisional Allowance. Note that the management and oversight of the sub-consultant is part of the base scope of work and will not be paid for out of the Provisional Allowance.

.4 As part of the provisional allowance, it is expected that two (2) or three (3) City staff, and necessary Consultant staff, will be required for on-site witness testing of the physical model prior to final acceptance.

.5 As part of the base scope of work the Consultant will be required to prepare a Technical Memorandum detailing results and recommendations at the end of the physical model study.

3.4.7 3D CADD for IPS Design

.1 The City is considering the use of 3-dimensional CADD, Building Information Modeling (BIM) and/or Smart P&ID's for this project. As part of the base scope of services, the Consultant shall conduct a half day workshop to provide an introduction of the different modeling techniques

34 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

available, including but not limited to 3D CADD, BIM, Smart P&ID. During this workshop, the Consultant shall outline the scope, deliverables and options available to the City.

.2 All associated 3D design activities (3D CADD/BIM/Smart P&IDs) shall be covered under a Provisional Allowance.

3.4.8 Geotechnical Investigation

.1 A preliminary geotechnical investigation has been completed for this project; the report is attached to this RFP in Appendix E. Borehole cores are currently stored in a temperature controlled trailer on the ABTP main site. It is anticipated that a detailed and comprehensive geotechnical investigation will be required during the detailed design phase to support the development of the tunneling and subsurface portion of this project.

.2 The geotechnical investigation that will be undertaken under this project shall lead to development of the following documents:

i) Geotechnical Data Report (GDR)

ii) Geotechnical Memoranda for Design

iii) Geotechnical Baseline Report (GBR)

.3 The consultant will develop the scope of work for geotechnical investigations.

.4 In advance of preparation of the scope of work for the geotechnical investigations, the Consultant will prepare a preliminary Soils Management Plan (TM: Soils Management Plan) for review and comment by the City. This Soils Management Plan will identify plans for spoils and soils management, disposal and reuse for the soils impacted directly through the Construction of the IPS. It will also include an assessment of the expected use or impacts of the existing stockpiles at ABTP.

.5 The Consultant will perform sufficient additional geotechnical investigation to build upon the existing database and to allow optimization and recommendation for the most favorable construction for the IPS including screening building and underground linear infrastructure.

.6 The Consultant will ensure all required approvals and permits are secured for geotechnical investigation work. Refer to section 3.4.2 for further details.

.7 The scope of geotechnical investigations must include drilling of primary and secondary boreholes to confirm subsurface conditions and geologic profiles (specifically top of bedrock elevation) along the proposed tunnel alignment and subsurface structures.

.8 Primary and secondary boreholes must be completely grouted following completion.

.9 Include in the scope that the geotechnical subconsultant must store all cores from geotechnical investigations at their own location (not at the plant or any City's site) so that they will be available to the contractor, if required.

.10 In Proposal submission Proponents shall discuss their approach and key objectives in developing and implementing the geotechnical and subsurface exploration programs. Highlight critical issues that have a major influence on the outfall tunnel and shaft with respect to design, constructability and risk assessments, schedule and costs. Indicate an order of magnitude opinion of the cost of a geotechnical program described in this RFP – this estimate will not be binding on the award but may be used by the City to assist in planning and developing budgets.

.11 The Consultant shall engage a qualified geotechnical subconsultant directly, through a competitive process, for example a Request for Quotation (RFQ) or Request for Proposal (RFP) in order to form a team to examine all geotechnical, geological and hydrogeological influences,

35 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

identify the potential construction risks, develop a comprehensive final design, and to manage and mitigate the risks to levels acceptable to the City, and provide services during construction at each stage of the project. Provisional allowances have been carried for the subconsultant costs for the geotechnical investigation services.

.12 A minimum of three firms shall be solicited for bids to carry out the subsurface exploration program. The call documents for geotechnical investigation services shall be reviewed by the City, and appropriate adjustments made, prior to issuance. The call document for the IPS subsurface exploration program shall be issued in a timely manner such that the geotechnical and subsurface information is ready for use in the detailed design of the IPS. Co-ordinate the work and provide full-time onsite representation to supervise the soil investigations undertaken by the geotechnical consultant. These activities are considered as part of the base scope of work.

.13 The call documents for geotechnical investigation services shall be submitted to the City for review and comments, prior to issuance.

.14 Develop technical scope of services, submission and evaluation requirements, and terms and conditions necessary to engage the subconsultant(s) directly. Appendix F contains an example scope of services for a subsurface exploration program. It is provided merely as a guide to illustrate the minimum level of detail required. The Consultant shall be solely responsible for developing the scope of work required for this project.

.15 The Base Scope of services for the Consultant on this assignment will include, but not be limited to, the following. Such costs shall be included in the design fees. A Proponent shall develop additional requirements based on its experience and judgment.

a. Review the preliminary geotechnical investigations already conducted for the Integrated Pumping Station and any other relevant subsurface records that the City is able to provide, e.g., Ashbridges Bay M&T Pumping Station Upgrades Project Phase 1 Geotechnical Investigation, Cross-Town Treated Water Tunnel, Mid-Toronto Interceptor, etc.

b. Plan a cost-effective, phased, subsurface exploration program (including borehole drilling and analysis), develop call documents, and work with the City to award geotechnical and hydrogeological assignment.

c. Manage the subconsultants and provide directions to ensure that the goals and objectives of each assignment are fulfilled in a timely manner.

d. If storage of samples is required, in addition to that already in storage at ABTP, the Consultant will be required to procure a climate controller container suitable for the purpose and maintain it if the Contractor during construction requires it.

e. Consistent with Appendix A.1, the Consultant and sub-consultant will attend meetings throughout the project with the City, and other stakeholders, to present and discuss the progress of the geotechnical aspects of the Project, review/discuss reports, and make decisions where additional services are deemed beneficial due to control unforeseen conditions or potential risks.

f. The Consultant is responsible for interpretation of all geotechnical data and ensure that all relevant geotechnical influences and design criteria are incorporated into the design.

g. The Consultant reviews draft reports from the subconsultants, and ensures that the deliverables are consistent with the terms of reference and the objectives of this assignment.

h. Subconsultants will be responsible for preparing a Geotechnical Data Report (GDR), a hydrogeological study to support the application for a Category 3 PTTW, and a Preliminary

36 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

Geotechnical Design Report (PGDR) for each Stage of the project. An outline of the content for each such report is contained in Appendix F.

i. Note that GDR shall not contain any interpretation or evaluation. This shall be further developed in the Geotechnical Baseline Report (GBR).

j. Review draft reports from the subconsultants, and ensure that the deliverables are consistent with the terms of reference and the objectives of this Project.

.16 Following completion of site exploration and preparation of a GDR, prepare Geotechnical Memoranda (TM: Geotechnical and Hydrogeological Investigation) that shall include, as a minimum:

a. Examination of the data collected, including an examination of retrieved samples where necessary.

b. Interpretation of all geotechnical and hydrogeological data

c. Interpretation of the anticipated rock mass behaviors, groundwater conditions and other conditions as follows:

i. Discussion of rock mass discontinuities and the potential for instabilities.

ii. Evaluation of rock stress – a numerical modeling evaluation of the stress distribution around the outfall shaft and tunnel shall be performed once rock strength data is obtained.

iii. Evaluation of time-dependant behavior including time-dependant (swell) deformations (TDD) and time-dependant degradation (slake durability). The final design will need to determine the probability and time of such occurrence during the design life, and assess the potential and impacted depth of swell Time Dependent Deformation (TDD), as well as estimated swell suppression pressures.

d. Evaluation of the limitations of the data and recommendations for the additional data needs (if required)

e. Evaluation of how the subsurface conditions would affect alternative approaches to project design and construction

f. Evaluation of project risks as a function of alternative construction approaches

g. Construction impacts on adjacent facilities

h. Development and recommendations of the design criteria for both permanent and temporary subsurface structures

.17 After the final GDR and Geotechnical and Hydrogeological Investigation Technical Memorandum containing the final design recommendations have been completed, the lead tunneling engineer from the prime Consultant shall develop a comprehensive Geotechnical Baseline Report (GBR) in consultation with the geotechnical subconsultant, in accordance with the recommendations and guidelines of “Geotechnical Baseline Reports for Construction: Suggested Guidelines”, Essex, Randall J., Technical Committee on Geotechnical Reports of the Underground Technology Research Council. The GBR will be the reference document for the tunnel and shaft construction tender documents, including shafts and deep excavation for the Hydraulic Distribution Chamber, MTI/LLI/HLI tunnels, the tunnel between the WWF Surge/Storage Shaft, the Screen Building and the Pumping Station. The following items form part of the Consultant's base scope or work and will not be covered under the Provisional Allowance:

a. A GBR will form part of the contract documents, where GBR will be given the contractual authority to override the Geotechnical Data Report (GDR).

37 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

b. A GBR will be developed by the lead tunneling engineer with input from the geotechnical engineer and in consultation with the City. Include in the scope of work for the geotechnical subconsultant a requirement for their assistance in developing the GBR.

c. Complete all necessary additional geotechnical investigations and assessments to finalize the design and develop Geotechnical Baseline Report (GBR) to satisfactorily assess subsurface risks and adapt to conditions that may be encountered during the construction program.

d. The GBR shall be a concise, stand-alone document that references and interprets data reports, drawings and specifications and sets the contractual baselines. Both physical and behavioral baselines shall be established.

e. The GBR shall be based on the site exploration done to date, any subsequent investigation performed as a result of the Consultant’s recommendations, and its design.

f. Both tunneling, shaft and deep excavation construction shall be addressed by the GBR.

g. Baseline statements in the GBR shall be consistent with the design, anticipated methods of construction, and the measurement and payment provisions of the construction contract documents.

h. Ensure that any risks identified during the design and construction phases are adequately addressed in the GBR.

i. Conduct meetings with the City during development of the GBR to discuss the implications of potential baselines and ensure that such are consistent with the risk allocation preferences of the City.

.18 An update to the Soils Management Plan (TM: Soils Management Plan) will produced in advance of the Tender(s) for review and input by the City. The tender clearly must address the requirements of the Soils Management Plan.

.19 Once the GDR has been finalized, the Consultant shall provide geotechnical data from all boreholes to the York Peel Durham Toronto (YPDT) Groundwater Consortia for inclusion into the YPDT database.

.20 The foregoing is the minimum required scope of service. A Proponent shall make additional proposals based on its experience and judgment.

3.4.9 Underground Linear Infrastructure Detailed Design Requirements

.1 Linear infrastructure in this assignment includes the MTI/LLI and HLI conduits, conduits from Hydraulic Diversion Chamber to IPS, Lakefront Interceptor and Queen Street Trunk Sewer Diversion, and Woodfield Road Storm Sewer. Additionally, the connection from IPS to the WWF Storage Shaft is included as a provisional item.

.2 The Consultant shall develop and write a Technical Memorandum (TM: Tunneling Methodology) detailing tunneling methodology proposed for the construction of the underground linear infrastructure in this project. The technical memorandum will include, but not be limited to, details on recommended tunneling construction methods and pipe classifications. Note that a preliminary assessment of the tunneling methodology is to be included in the Constructability, Phasing and Sequencing Technical Memorandum as described in Section 3.4.2.1.

.3 As noted in Section 3.3.6.5, there is a requirement to complete SUE Level "B" as described in Appendix A.4.

.4 The following additions and clarifications are required in addition to the requirements outlined in Appendix A.5, specifically at the 50% design:

38 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

a. Any horizontal alignment changes;

b. Detailed vertical alignment showing utility clearances;

c. Flow and sizing analysis

d. Pipe classification;

e. Pipe restraint and blocking design;

f. Bedding and cover design;

g. Detailed chamber layouts, dimensions and depths;

h. Requirements for remote actuated valves and SCADA controls.

i. Draft Commissioning Plan for swabbing, flushing, video, and testing the proposed infrastructure.

j. 100% complete drawings for any utility crossings will be required at the 50% stage. These drawings and associated design detail will be submitted to the utilities for advanced approval at the 50% stage. The Consultant is to include meetings with the utilities in order to expedite approvals in their base scope of work.

.5 Upon completion of the 50% design, the alignment shall be legally surveyed and ownership verified by a qualified Ontario Land Surveyor (OLS) retained by the Consultant to ensure that ownership of the route is within owned easements and rights-of-way.

.6 Upon completion of the 50% design, a review of potential environmental contaminants along the route is to be completed by the Consultant, or a qualified sub-consultant. The review should be summarized in a report with recommendations for possible further actions and risk-management strategies in dealing with potential environmental contaminants.

.7 In addition to the requirements outlined in Appendix A.5, the Consultant is to ensure the 70% design stage includes specifications, special provisions, and all comments from City and the drawings that incorporate the following:

a. Complete horizontal and vertical alignments with PVI locations in UTM coordinates;

b. Pipe classification, restraint and bedding confirmed;

c. Detailed chamber design including structural, foundation, buoyancy, equipment, PCS/SCADA (if required), layout and access.

d. Prepare and submit, all the design calculations and documentation to support detailed design drawings.

e. Finalization of commissioning plan for swabbing, disinfection, filling, flushing and testing the proposed infrastructure incorporating any comments from Toronto Water staff.

.8 Shaft Development

a. The PDR identifies four major shafts for excavation and development to accommodate the design. This includes: (1) a diversion shaft at the interconnection of the MTI and LLI to the new tunnel; (2) a screen facility shaft for screening of low elevation MTI/LLI flows and WWF flows; (3) a PS shaft for low elevation MTI/LLI pumps and WWF/backup pumps; and (4) a WWF connection shaft, for construction use during the tunneling of the WWF tunnel and the MTI/LLI tunnel, and for tie-in of the WWF tunnel to the new PS.

b. All shafts locations to be confirmed by Consultant.

c. The WWF connection shaft identified in the PDR will be the WWF surge/storage shaft to be constructed by the WWF System project. This shaft will be constructed with a tail tunnel to which the tunnel from the IPS will connect to for the WWF intake.

d. Temporary shafts will be required at the connections to the existing sewers and at the start point/entry for the HLI microtunnel.

39 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

e. In conjunction with the tunnel design, determine which shaft locations will be tunneling machine launch or entry shafts, and which will be retrieval / exit shafts.

f. The predesign is based upon diaphragm walls for shafts in rock, and either secant piles or diaphragm walls for shafts in soil. Confirmation of the construction method is required for water-tight shafts.

.9 MTI/LLI, WWF Tunnel and WSS Tunnel Construction

a. Design of the MTI/LLI tunnel, and (provisionally) the connecting tunnels to the WWF storage shaft for the WWF and the WSS, is to ensure avoidance of and minimize interference with major buried utilities including the Cross-Town Treated Water Tunnel.

b. Based upon the geotechnical evaluation and referencing the Geotechnical Data Report and Geotechnical Baseline Report, determine the construction method of tunneling for the hard rock (MTI/LLI, WWF and WSS). Tunneling method will impact determination of launch versus retrieval shafts locations and material removal requirements.

c. Determination of the method of temporary support in the tunnels, and the final lining method is required.

.10 High Level Interceptor (HLI) Conduit

a. The PDR calls for a new cut and cover conduit for the HLI flow, to the point where the route crosses the Greenwood sewer. At that point the conduit changes to a microtunnel to go under the Greenwood sewer, and under Lakeshore Blvd. Based upon the geotechnical evaluation and referencing the Geotechnical Data Report and Geotechnical Baseline Report, the Consultant will determine the construction method of tunneling for the HLI Conduit.

b. Final conduit design and structural support requirements will be based upon the geotechnical evaluation.

c. Determination of the method of temporary support in the microtunnel, and the final lining method is required.

d. Detailed investigation and mapping of underground services will be required to avoid interferences at the existing MTPS site.

.11 Lakefront Interceptor and Queen Street Trunk Sewer Diversions

a. The existing Queen Street sewer and the Lakefront Interceptor require re-routing and connection to the diversion shaft for the MTI and LLI. Cut and cover is the proposed methodology for construction.

b. Final design of Lakefront Interceptor and Queen Street Trunk Sewer Diversion including conduit structural support requirements will be based upon the geotechnical evaluation.

c. Detailed investigation and mapping of underground services will be required to avoid interferences at the existing MTPS site.

.12 Woodfield Road Storm Sewer

a. Further geotechnical investigation of the potential route for the Woodfield storm sewer will be required to confirm the new route profile and construction requirements.

b. The route for the Woodfield Road Storm Sewer requires confirmation by the Consultant.

3.4.10 Screen Building

.1 The PDR recommends the use of fixed cable grab screens for the MTI/LLI and the HLI intakes. An automatic monorail-type common grabber screen system is recommended for the WWF

40 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

deep intake. Review and verification of the screen technologies is required. Maintenance and access must be integral to the final design.

.2 Coordination with the WWF project is required to determine what screening is included, if any in that project, and projected materials loading at the ABTP facility.

.3 A high pressure wash station (hot and cold) is to be included at multiple locations in the screen building ensuring full coverage of all equipment.

.4 A shared bin solution for screenings is recommended by the PDR. Confirmation of this design strategy is required, and coordination is required with the ABTP staff, and the P Building project for trucking access and roadway requirements.

.5 The raw sewage (MTI/LLI and HLI) areas of the screen building require odour control, ventilation and compliance with NFPA 820. The PDR has situated the odour control units external to the building. The PDR indicates the WWF area does not have odour control but ventilation and equipment must meet NFPA 820 requirements. An assessment is required to review and confirm whether odour control is required in the WWF area during initial operation when high flows are directed to the WWF wetwell and Coxwell bypass mode. Air supply for the screening facility must be 100% fresh air. Review and confirmation of the odour control technology/methodology is required, including reviewing use of existing biofilters.

.6 A Technical Memorandum (TM-Screen Selection) detailing the strategies to address the above listed issues, and others as applicable, is required.

.7 It is expected that travel by the Consultant and City staff will be required to view the selected equipment. Travel for the Consultant is to be included in the base scope of services. A provisional allowance has been included to account for City staff travel.

3.4.11 Pumping Station

.1 The pumping station configuration is constrained by the available site space. The PDR has confirmed that the station can be located in the designated area.

.2 Confirm actual pumping configuration space requirements and wet well size based upon the selected pump and drive design (3.2.4.2), to determine final pumping station layout and footprint.

.3 Flowmeters require design and specification. The overall layout and design is to be adapted as necessary to ensure accessibility for regular maintenance.

.4 Confirmation and specification of the types of valves is required and is to be documented in the Gates and Valves Technical Memorandum.

.5 Wet well drainage / dewatering pumps require design and specification.

.6 Assessment of leakage / flooding inflows and any requirement for flood control pumps is required.

.7 Review and confirm the overhead cranes design to provide optimal equipment access/ removal.

.8 Access to the pumping station for construction purposes is to be reviewed with ABTP management and Transportation to determine if additional access from Lakeshore Blvd. is feasible and/or desirable. Access roads on site to the nearby primary treatment buildings are required to be maintained.

.9 Heating is to be provided via connection to the existing ABTP hot water heating system. An assessment of heating requirements, available hot water heating capacity and alternative

41 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

heating options to meet any excess capacity requirements is required. A provisional allowance for the design of additional boilers in the Z-Building at ABTP is included.

.10 The PDR includes a laundry room, washrooms, lunch room, meeting room and operator/SCADA room on the upper floor over the Electrical Room. Confirmation of design details with ABTP staff is required. Proponents are to include for design of facilities to comply with building codes, an Operator/SCADA room, an administrative room, and a laydown area for equipment as per the PDR.

.11 A high pressure wash station (both hot and cold) is to be included at multiple locations to ensure full coverage of all equipment.

3.4.12 Hydraulic Distribution Structure

.1 The Distribution Chamber has isolation gates included in the design for maintenance purposes; during normal operation all gates are intended to be fully open.

.2 Selection of the gates is required and is to be documented in the valve and gates technical memorandum.

.3 Connection channels from the distribution chamber will connect to the D and P Building headworks. Confirmation of the final design of the D and P Building inlet arrangement will be required. Note that the P-Building connection chamber has changed since the PDR was issued and will require updating accordingly. Refer to the Project Reference Material provided for P-Building.

.4 Determination of the distribution chamber configuration to fully incorporate the tie in of the Coxwell conduits 3 and 4 (through hydraulic modeling (3.2.3)) is required. This includes but is not limited to confirmation of elevation and routing of inlet and outlet piping, structural support and impact on surrounding structures.

3.4.13 Wet Weather Flow Pipeline / Surge Structure / Satellite Treatment Facility

.1 A forcemain and a surge structure intended for connection to a future satellite treatment facility is included in the PDR. The forcemain is to be designed to the extent necessary to size the pumps and to construct the facility to accommodate the future tie in. The approximate location of the proposed satellite treatment plant southwest of the existing ABTP facility.

.2 The preferred method of tunneling is to be determined based upon the geotechnical evaluation.

.3 Final design and pipe/conduit and surge shaft structural support requirements will be based upon the geotechnical evaluation.

.4 Detailed investigation and mapping of underground services will be required to avoid interferences at the existing ABTP site.

.5 Allow for expansion of up to 50% of the WWF pumping facilities in the design configuration as compared with the capacities outlined in the PDR and associated update reports.

3.4.14 Water Tower Demolition

.1 ABTP maintains a treated effluent water system, referred to as plant water. This plant water is used for various processes and equipment requirements where potable water is not required. The plant water system includes a water tower, which is located at the intended location for the IPS. Changes to the pumping and delivery of the plant water system are incorporated into the ABTP Disinfection project. The Disinfection project is currently evaluating the requirements for an upgraded plant water system. Demolition of the water tower is included in this IPS project.

42 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

Coordination with the Disinfection project consultant will be required to determine timing of the tower demolition.

.2 Review the existing plant water system and water tower drawings, and other available system information. Drawings of the plant water system and the water tower are available as per Section 2.4.1 of this RFP. The City will provide additional system information, as available, to the Consultant.

3.4.15 Electrical and Controls Design

.1 The pumping station facility as a whole is to be fully automated. In addition to the PCN's, described below, a Technical Memorandum summarizing the approach for the overall new system and integration (or potential future integration) with upstream systems is require (TM – Operating Strategy).

.2 Coordination with upstream sewer groups for integration of real-time information for sewage and WWF pipes into the control strategy will be required.

.3 The Consultant shall provide RPU panel design including layouts and individual loop diagrams.

.4 Develop facility designs that tie-in to existing plant services, including telephone, paging, security, fire protection, city water, plant water, hot water, natural gas (if required), service air and BAS systems. Note that the PDR has assumed a minimum temperature of 10oC; the Consultant is to evaluate and modify this as appropriate based on the purpose of the facility – occupied rooms must comply with MOL regulations accordingly.

.5 Note that the PDR identifies a recirculation of up to 75% of exhaust air. The Consultant will be required to modify this to account for 100% fresh air in the screening building.

.6 Note specific requirements in Appendices with respect to updates to facility-wide Master Electrical Single Line Diagrams (SLD's), Master P&ID's, Master SCADA Architecture Drawing, SCADA Inventory (RPUs, Servers, Clients, Access Closets) and requirements for control drawings, etc. Also note that the City's tagging standard applies to all equipment and assets, not specifically to automated equipment. And the prescriptive nature of the City's asset tagging system requires significant attention to detail and commensurate level of effort.

.7 Complete the control system design to meet latest City of Toronto PCS Implementation Guidelines and Standards. The PLC, OIT and SCADA programming is to be completed as part of the project. The Consultant is to have PLC/SCADA programming expertise to conduct the PLC programming and SCADA development activities during design, construction, and post construction for this assignment. The programming shall be in compliance with the Toronto Water PSC implementation guideline and standards and PLC/SCADA standard module

.8 Note specific requirements in Appendices with respect to updates. Updates are to be completed in AutoCAD format. Converted file format from Microstation is not acceptable.

.9 A new project specific PCN will be required for tender purposes so that bidders can determine the specific scope of work. Updates to the existing PCNs to reflect the new systems are also required. Note that PCNs are separated by process area (as process areas identified in the tagging standard). It will be necessary to update each affected PCN. Some PCNs will be replaced however others will only require partial changes.

.10 Note there is a substantial level of effort required to meet the PCS requirements with respect to the City's Enterprise Tagging Management System (ETMS) and Work Management System (WMS). Refer to PCS Guidelines. ETMS Tags for all equipment, equipment loops, data and local area network cabling are to be tagged in accordance with the PCS Guidelines and Equipment and Data Tagging Standard (13040). During the detailed design phase tag lists are

43 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

to be populated by the consultant with design data. The following tag lists are to be prepared in accordance with the tagging standard for approval by City:

a. New equipment tag list – a listing of all new equipment b. Replacement equipment tag list – equipment to be replaced or upgraded c. Reuse equipment tag list – equipment to be reused in same or different capacity d. Reused tag list – equipment that are going to reuse tags of the equipment to be

removed (where there is an intent to recycle the tags) e. Remove/delete tag list – equipment to be removed/deleted and tags to be retired.

.11 Also note the requirement for identifying physical tags for all equipment. Physical tag lists are to be prepared during design phase and included into the Tender document. Refer to Equipment and Data Tagging Standards for physical tag list templates.

.12 Populate Entity Information Spreadsheet (WMS list) with all design data. WMS list to be included in Tender document. A one (1) day workshop will be held to review the WMS list with Plant staff and other City groups. The purpose of this workshop will be to highlight what equipment will require complete maintenance details to be provided by the contractor vs. equipment that will require less data. The results of this workshop must be communicated to the contractor in the Tender document so they can determine the amount of effort required. Refer to Equipment and Data Tagging Standards for WMS list template. The WMS data for all pre-selected equipment must be completed in full by the consultant during the detailed design stage in consultation with the supplier.

.13 Carry out risk assessment, pre-selection and recommendation of preferred equipment vendor.

.14 The City's objective to have PCS compliant hardware and software wherever feasible and to ensure, if possible, that all such hardware and software has vendor representatives in Ontario that can provide maintenance and replacement parts as necessary. It is also recognized that some vendors have proprietary controls and either will not provide open software nor meet Toronto-specific requirements due to their unique nature and the incompatibility with their global product. For all key pieces of equipment being considered during the design which are provided with control logic by the vendor, the Consultant will:

a. Investigate each vendor's ability and/or willingness to comply with the City's PCS standards;

b. If the vendor will not comply, identify the rationale, c. Facilitate a workshop with the City team (inclusive of the PM, Operations, and PCS

representatives) to review compliance issues on an equipment-by-equipment basis, to inform the City of their options, and provide recommendations on procurement options to satisfy the City's objectives and the resulting design implications,

d. Prepare memo documenting the final team decision methodology and final recommendations based on consideration of: vendor track record re: compliance with PCS track record, vendor comments/concerns, the number of vendors that could comply for each device of concern, risk to the City (both product and maintenance) of non-compliance (probability and consequence) and cost (capital and operating).

.15 For those that will not be providing PCS compliant systems, the design must be sufficient to provide operations staff sufficient I/O and alarms to trouble-shoot operational issues.

.16 Note that the PDR identifies a wireless backup for MTPS. This item is not to be included in the scope of this assignment.

3.4.16 Electrical Conduit Rerouting

.1 The feeders for the existing MTPS have been relocated by the P Building project. The current configuration is direct buried cable from the North Substation west of D Building, ductbank north of D Building, and cable tray from D Building across the future IPS site to the tunnel under

44 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

Lakeshore Blvd. The PDR refers to a duct bank north of D-Building with 12 spare ducts for IPS – this has not and will not be constructed. Determination of a new route that will maintain power to MTPS throughout the full construction period of the IPS is required. Staging of the re-routing may include a requirement for an alternate power source and/or temporary back-up power. Coordination with operations and other projects will be required for shutdowns and tie-ins.

3.4.17 Electrical Substation and Generation

.1 The PDR proposes a 13.8 kV power distribution option from the existing North substation to a new IPS substation. The IPS substation would then step down using 13.8-4.16 kV transformers to provide 4160 V power to the pumping station. The type of drives and motors requires design confirmation, and then the final power distribution method and substation design can be confirmed.

.2 A provisional allowance has been included for the Consultant to investigate the feasibility of a new 13.8 kV feeder that provides a THES supply to ABTP separate from the existing supply from Basin Street TS, such as supply from the Carlaw TS. As part of this provisional item, the Consultant will interface with Toronto Hydro for all reviews, coordination, negotiations, modifications and adjustments necessary, including all necessary meetings with Toronto Hydro and other Regulatory authorities that are required to investigate the new feeder.

.3 The PDR references the Mogens that consists of the two existing diesel emergency power generators connected to the North substation for provision of emergency power to the existing MTPS. The City has reviewed this and expects that the Mogens will not be suitable for the longer term.

.4 Design a new on-site diesel-engine electrical generation facility with blackstart capability, sufficiently rated to start and continuously run all MTI/LLI and WWF duty pumps and associated ancillary loads, with minimum 24h fuel storage. Outdoor pad mounted diesel-engine generators are not acceptable; all equipment will be mounted inside an insulated ventilated permanent structure to allow easy maintenance of mechanical and electrical equipment on all sides. Automatic transfer equipment shall allow closed transition when utility power is available, and not requiring restart of pumping during monthly exercise testing.

.5 A 13.8 kV connection is required from the new IPS substation to the North Substation. Design ductbanks on piles to replace the existing direct buried section of cabling.

.6 Update the Electrical Network Model to include all changes that result from the IPS design.

.7 The City may to investigate the option of a peak shaving agreement or demand side management agreement with THES. A provisional allowance has been included for the coordination, negotiation, and changes to design that may result from recommendations.

.8 Prepare a Technical Memorandum (TM – Electrical) summarizing the recommendations, reasoning for the above noted design items.

3.4.18 Architecture and Landscaping

.1 The architectural design proposed in the PDR has been accepted by the City as a preliminary design. It is expected that the detailed architecture will refine and build upon the presented concepts. The facilities in this assignment are adjacent to public spaces, and a high level of consideration and design is required. These details shall be described in a separate Technical Memorandum (TM: Landscaping Design)

.2 The project works area will require significant regrading and landscaping upon the completion of facilities construction. The design intent, as per the preliminary design, is to integrate the landscaping with the landscaping performed for the TTC Leslieville Barns project to the

45 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

immediate west of ABTP, and with the landscaping adjacent to the Martin Goodman Trail beside Lakeshore Blvd.

3.4.19 MTPS Decommissioning

.1 Once the IPS is fully commissioned, it is required that the MTPS be made safe for vacancy. Design the isolation and/or removal of mechanical and major electrical equipment to make safe the MTPS facilities.

.2 The monument structure to the south of TPS is to be demolished.

.3 Investigate and provide recommendations on removing unnecessary HVAC equipment. It is the City's intention to minimize all loads to provide building heat and minimum recirculation. Ventilation for NFPA 820 compliance will no longer be required and the goal is to minimize operating costs of the decommissioned buildings.

.4 The PDR notes that conduits 8 and 9 will be removed during the new station construction. Conduits 1 and 2 from M PS and 5, 6 and 7 from the T PS monument structure are proposed to be plugged with concrete.

.5 Note that Designated Substances have been found to be present in MTPS; any decommissioning or demolition work will require testing and substance abatement.

.6 Maintain the electrical and water supply to the MTPS. Maintain the communications to the MTPS including telephone and fibre optic cabling.

3.4.20 Construction Planning

.1 The City plans to implement two industry consultation processes to aid in planning tender scoping and packaging; one for each of Stage 2 and Stage 3 of the project. For each of the two (2) industry consultations, the Consultant will be required to:

a. Prepare content for a presentation to the construction industry, including specific questions for industry input.

b. Prepare the Request for Information call document (to be issued through the City's procurement division) and respond to questions.

c. Present information to the construction industry. d. Assist the City in the review of the RFI responses received. e. Allow for three meetings, each of half-day duration, with construction companies. f. Prepare a summary of the consultation recommendations.

.2 The Consultant will ensure that the design and construction activities are coordinated with the other active facility projects as required.

.3 It is the City's intent wherever possible to designate the general contractor as Constructor for the project. To ensure that the operations staff can gain safe access to necessary equipment/ facilities during construction, the Consultant will review the construction sequencing with City staff, with a view to identifying special project requirements to be included in the specification, that are required to provide safe, uninterrupted access to operational equipment. The Consultant will prepare a separate site plan for each construction contract, or phase within a construction contract, strictly for use by the City, clearly delineating the extent of construction activities related to the project, including all work required in underground tunnels/duct banks, etc. The purpose of this site plan is to assist the City in identifying and mitigating the obligations associated with Constructor status. The Consultant will chair a meeting with City staff (and others identified by the City) to obtain input on other construction projects and their phasing and will prepare the Phasing of Construction Projects memo outlining the project overlaps and prepare recommendations to avoid or mitigate constructor status, including staging options within this and other contracts.

46 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

.4 Development of staging and schedule will be required for shutdowns, (electrical, water, plant water, process) and tie-ins to existing structures.

.5 Coordination with ongoing work (P-Bldg, Coxwell, WWF) will be required.

.6 Coordination with upstream Toronto Water operations will be required for tie-ins to existing sewers.

.7 Assessment of construction risk, relative to staging, timing, site conditions, impacts on plant operation is required.

.8 Note that as per 2.3.8, there are concerns regarding the plant's ability to isolate various portions of the MTPS and associated conduits. The construction staging plan must assess the isolation requirements and plan for means and methods to provide necessary isolations or acceptable work-arounds.

.9 Review of Risk Transfer – an assessment of where the City could assume some risk to reduce construction costs, coordination and meetings with construction association, City legal, insurers, etc. is required.

.10 Management of groundwater infiltration and disposal will be required during the Construction (by the contractor). The Consultant will be required to prepare the Application for the Permit to Take Water. The City will pay for permit itself; the effort to complete the application, the ongoing reporting and management of the permit are to be included in the fees for the base scope of work..

.11 Trucking routes for disposal of material will require coordination with Transportation Services. Management and scheduling of trucking will require coordination with other site construction projects and site security.

.12 The Soils Management Plan will be use in the planning of disposal requirements including but not limited to the following:

a. Excess rock from tunneling, deep shaft excavation

b. Excess soil from conduit construction, tunneling, including contaminated soil

c. Handling of mixed materials including potential material sorting

.13 Coordination with WWF tunneling project is required to determine if materials disposal can be a joint process; note that this is only to be pursued provided that the City will not be designated as the Constructor. Investigate to determine if cooperation on material disposal/supply to the Ashbridges Bay Landform project is achievable within the construction timelines.

.14 Prepare detailed start-up/shut-down procedures with the input of City staff. Procedures are to detail the process and equipment related start-up/shut-down procedures that need to be implemented by plant staff during the construction phase. Systems requiring start-up and shut-down procedures include screening, pumping and odour control.

.15 For all sewer work, prepare a Construction Sequencing and By-Pass Flow Plan in accordance with the City's requirements (Refer to Reference Item 2.3.3). The final plan is to be included in the MOE submission for all applications sent directly to the MOE and processed through the Transfer of Review Program.

.16 Pump performance testing will be required during the commissioning. As part of the design and tender preparation, the Consultant will prepare performance requirements for the contract and will identify any other performance and equipment test requirements that will be imposed on the General Contractor. The Consultant will seek input from operational staff on the feasibility

47 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

of proposed testing and prepare a memo for review by the City, and ensure all provisions are in place within the contract to permit testing and tie-ins to the existing, operational equipment.

3.4.21 Tender Planning and Preparation

.1 The Consultant will undertake pre-selection of the following equipment in accordance with Appendix A.5 (A.5.8), including the preparation of the Pre-selection Risk Assessment document with input from the City:

a. Pumps

b. Screens

.2 The Consultant will develop, in consultation with the City, the evaluation and scoring criteria for the pre-selection. The review process will require extensive effort to develop defensible evaluation analysis and summaries by the Consultant.

.3 The Consultant will assist the City in the process of prequalifying General Contractors, and mechanical and electrical sub-trades prior to tendering. Follow the requirements of A.5.15. All contractors and sub-trades will be pre-qualified using the same call document.

.4 Obtain all necessary approvals and permits prior to tendering each tender package, including any temporary works permits required.

.5 Develop scope and support the City in carrying out contractor and major sub-contractor pre-qualification for each of three tender packages.

.6 Provide contract documents including specifications and drawings for each tender package.

.7 Provide tendering support and recommendation of preferred contractor for each tender package.

.8 Provide contract administration and full time site services for each construction contract, as outline in Section 3.5 of this RFP.

3.4.22 Specific exceptions/modification to Appendix A.5 includes:

.1 A.5.1.6 should be read as: At each facility, the City of Toronto maintains a complete set of Master Process and Instrumentation Diagrams (Master P&IDs), Master Single Line Diagrams (Master SLDs) and Master SCADA Architecture drawing that completely document the existing systems. Regardless of how the Consultant chooses to document the work for the purposes of the construction contract, it remains a completely separate scope item for the Consultant to edit the existing Master P&ID set, Master SLD set and Master SCADA Architecture so that they remain an accurate representation of the facility following completion of the work. All cross-references in the Master Drawing Sets must be updated within the set to reflect the changes being made under the contract.

.2 A.5.4.2.5 last bullet should be read as: New Electrical system related P&IDs where applicable including tag number for all equipment, valves, instrument etc.

.3 In addition to the requirements of section A.5.5.2.6 regarding Arc Flash, the following is required:

a. The City has set a risk category target limit of 2 or less. If a piece of equipment has a risk category exceeding 2 then mitigating measures should be implemented to drop the risk category to 2 or lower.

b. In instances where it is impractical or impossible to lower the risk category to 2 or lower, measures should be implemented to limit access to the area including remote operation of electrical equipment if required.

.4 A.5.5.2.7.f should be read as: Alarm list including alarm priority and alarm conditioning.

.5 A.5.5.2.7 – Add new item after item f): PCS I/O list as stated in PCS Implementation Guidelines

48 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

.6 A.5.5.2.7 – Add new item after item j): Initial Entity Information List (WMS list) populated with design data (Tag name, description, type, location, size, range, etc.) as identified in 13040 Equipment and Data Names template

.7 A.5.6.4 should be read as: Submit draft Consultant SCADA Operating Manual. Refer to PCS Implementation Guidelines for the requirements

.8 A.5.6.8 –Delete

.9 A.5.8: In lieu of price-based evaluation, the City may require a pre-selection process that is RFP based for the screening, and pumping equipment.

.10 A.5.9.3 should be read as: Comply with the requirements of the Toronto Water PCS Implementation Guidelines and the Start-up, Commissioning and Training Guidelines for Major Works Facilities Projects, and incorporate necessary provision into the specifications.

.11 In addition to the requirements described section A.5.9.5 regarding the Suggested Sequence of Construction, the following is required:

a. The suggested sequence of construction shall address all aspects of construction including but not limited to process, structural, architectural, electrical and controls.

b. Using the constructability information obtained and presented in the pre-design phase, the suggested sequence of construction shall outline, in detail, a method of construction that is proven and possible to achieve. The timelines assumed in the suggested sequence of construction shall be based on real world contractor timelines and abilities.

c. The suggested sequence of construction and timelines identified within it will be the basis on which the facility approves the work methods. For this reason, the document must be sufficiently detailed such that the contractor can create their own sequence and that any changes by the contractor which fall outside of the constraints and limitations can be effectively disputed.

.12 A.5.13.4: Note that test pits as required based on this section will be paid for by the City. Utility locates are to be coordinated by the consultant as described in the Appendix.

.13 The following requirements address Shutdown Planning, and are in addition to those specified in Appendix A.5

a. After development of the sequence of construction, prepare a Technical Memorandum which details the shutdown and coordination efforts required by the City during the construction period. (TM: Shutdown Planning)

i) In a tabular form, for all significant shutdowns and isolations identify the:

a. Approximate date

b. Duration

c. Approximate active time for the shutdown/isolation

d. Duration of the isolation

e. Special restrictions such as night work or dry weather requirements

ii) The document will be provided to the contractor to update and build on during the construction phase of the project. Identify this scope of work in the sequence of construction section of the tender document and provide this TM as an appendix to that section. The contractor will be responsible for updating major shutdowns and adding in all minor shutdowns. The contractor shall update this document concurrent with the required schedule updates.

3.5 SERVICES DURING CONSTRUCTION

3.5.1 The City’s general requirements for services during construction are included in Appendix A.6. The proponent is responsible for reviewing this information and familiarizing themselves with the City’s requirements, and shall comply in its entirety. The following clauses provide

49 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

additional, project specific requirements, and are to be read in conjunction with the Appendices. Where there is a conflict, the provisions in this section shall take precedence.

3.5.2 The Consultant will administer construction contracts in accordance with the guidelines provided in the Field Services Manual referenced in Section 2.0. The Consultant must use the City's Contract Change Order and Change Directive forms. Specifically note the City's protocols re: signing authorities and requirements associated with Change Directives.

3.5.3 The Consultant will complete the City’s Contractor Evaluation Form at various milestones during the contract for review and issuance by the City. An interim evaluation is to be completed 90-120 days after the construction starts and subsequently every 12 months, or when performance issues arise. A final evaluation is to be completed before processing the final payment.

3.5.4 The Consultant will provide project management, construction management, schedule management and review (including the ability to review and analyze a Primavera P6 schedule), engineering, office staff, resident contract administration services, resident site inspection services, and other services as required to ensure the contract is executed in accordance with the plans, specifications, and intent of the project. For estimating the effort, assume a 9 year (108 month) construction period.

3.5.5 Based on the estimated schedule included in Table 3.1 of this RFP, there will be different needs over the course of the assignment. The estimated staffing effort required by the Consultant for the resident site work over the course of the assignment is outlined in Table 3.2. This is the estimated effort that the City foresees on this assignment; Proponents are to provide their own assessment of the anticipated work, and price accordingly.

Table 3-2 Estimated Resident Staffing Requirements, By Role, Per Year

Yea

r

Pha

se o

f C

onst

ruct

ion

Con

stru

ctio

n M

anag

er

Con

trac

t A

dmin

istr

ator

Res

iden

t Site

In

spec

tor

(D

ay S

hift)

Res

iden

t Site

In

spec

tor

(Nig

ht S

hift)

Exp

ert

Insp

ecto

rs/

Eng

inee

rs

2016 Stage 1 1 1 1 0 0.2

2017 Stage 1 & 2 1 1 1 0 0.2

2018 Stage 2 1 2 2 2 0.4

2019 Stage 2 1 2 3 3 0.4

2020 Stage 2 & 3 1 2 3 3 0.4

2021 Stage 3 1 2 3 0 0.4

2022 Stage 3 1 2 3 0 0.4

2023 Stage 3 1 1 3 0 0.4

2024 Stage 3 1 1 3 0 0.4

2025 Warranty 0.5 0.5 1 0 0.2

2026 Warranty 0.2 0.4 0 0 0.1

50 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

3.5.6 The effort required for project management, periodic site attendance by other personnel, geotechnical personnel, engineering support and general office administration services required for the Project during the construction phase shall be included in the weekly rate. Ensure that senior staff and designers of key elements/systems visit the site periodically to assess progress, to discuss issues with the Construction Manager, her/his team, and the Contractor, to ensure compliance with the intent of the design, with accepted engineering practice as well as regulatory requirements.

3.5.7 Each resident staff work week is to be assumed as 50 hours per person, per 5 day week. The breakdown of weekly rates to be provided in Table 7.1 includes an additional rate to be applied for two (2) 10 hour mining shifts per day, five days per week, during the tunneling.

3.5.8 The Consultant is to provide full-time equivalent staffing throughout individual vacation periods.

3.5.9 The Project Manager and Construction Manager are both expected to be full time, that is 100% dedicated to this assignment throughout the construction period.

3.5.10 The Consultant must ensure that individuals having all necessary skills suitable for the various disciplines with the contract, including but not limited to tunneling, structural/civil, mechanical, electrical, I&C and PCS, are available as required during the Construction.

3.5.11 It is expected that the project management team will consist of, as a minimum, a Construction Manager, Contract Administrator, an Engineering Design Coordinator and a Project Scheduler. Hours are to be allocated for engineering design efforts and technical support required during construction at key milestones and for issue resolution. Support services must include estimating and scheduling, drafting, health and safety. Operations coordination and commissioning services should be identified for the appropriate points in the schedule.

3.5.12 The Construction Manager (or City approved designate) will be required to attend a bi-weekly all contract (that is within ABTP or related works) coordination meeting during construction.

3.5.13 Maintain onsite and available at all times all records required for regulatory compliance during the construction phase, including but not limited to: building permits, inspection certificates, MOL documentation, appropriate DSL Reports (and amendments), applicable Asbestos Owner’s Reports, asbestos clearance certificates, etc.

3.5.14 Update the Electrical Network Modeling Study (Section 3.3.2.34) with specific information on the actual protective devices installed, and provide recommended settings to the Contractor as needed prior to energizing. Provide recommended changes to existing protective device settings in the Plant to suit construction progress. Calculate arc flash hazard levels, provide this information to the Contractor, and ensure that this information is posted in accordance with all regulations before commissioning. Calculate arc flash boundaries, provide this information to the Contractor, and ensure that boundaries are physically identified on site before commissioning. Issue 'As Constructed' revision upon completion of construction.

3.5.15 On a bi-monthly basis, obtain an update of the confined space inventory from the General Contractor and disseminate to the City.

3.5.16 Engage the geotechnical sub-consultant used in the design phase to carry out soil investigations work required during construction. Co-ordination of the sub-consultant is included in the base scope of work for this project. Payment for the sub-consultant’s services will be in accordance with Section 7.3.

3.5.17 Include for preparation of terms of reference for the provision of three (3) specialty testing/inspection services during construction that are not provided for in Appendix A.6.4.5. The City will procure and pay for the services separately.

51 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

3.5.18 Review Entity Information List (WMS list) provided by contractor that is populated with manufacturers' specific data after installation and commissioning to ensure they are complete.

3.5.19 The Consultant is to provide additional information on the contractor completed WMS spreadsheet. Provide services to include: the minimum manufacturer recommended planned maintenance activities required in a job plan format to ensure the City maintains the manufacturer warranty on each asset. The job plan shall include a breakdown of tasks required (including task titles and detailed task descriptions that clearly identify what is to be done with step by step detail to be followed to ensure the correct work is completed, frequency of task, parts or material required, recommended spare parts, labour required with estimated time to complete, Condition Based Maintenance (CbM) requirements and highlight any safety issues. As it is difficult to quantify the level of effort at this time, allow for 200 hours to complete this work task. Assume staff level equivalent to that of an engineer with at least 5 years of experience. Prior to initiating the work, prepare a work plan in consultation with City staff.

3.5.20 Prior to commissioning of any system, the consultant's site inspector is to field verify that every tag is correctly installed and to ensure the tag names are correct, matching the associated equipment/device, power supply source, MCC Starter/Disconnect, etc. The Consultant must submit the tag list dated and initialed by the consultant site inspector prior to the commissioning of the system.

3.5.21 Prior to commissioning of electrical equipment inspect all equipment labeling and confirm compliance with arc flash hazard assessment study. Advise the Contractor of the incident energy level to be marked on hazard stickers and ensure they are installed prior to commissioning. Also, confirm that installed equipment, as it relates to actual site conditions, is consistent with information outlined within the study. Finally, coordinate the marking of arc flash boundaries with the City and Contractor. The cost of this work is to be included in the cost of services. The City will not operate the equipment until the Arc Flash labeling has been completed.

3.5.22 The Consultant shall prepare the as-built drawings. Note that the final payment will not be issued until as-built drawings and operations manuals are received.

3.5.23 Specific exceptions/modification to Appendix A.6 includes:

.1 Additions to Section A.6.3:

a. Review, in detail, the sequence of construction provided by the contractor. Compare it to the suggested sequence of construction provided in the tender and highlight any changes to the City.

b. Compare the contractor's sequence of construction to the schedule and confirm that the documents are coordinated.

c. If the contractor has made any changes to the suggested sequence of construction it is the responsibility of the consultant to ensure the proposed sequence follows all of the constraints and limitations presented in the suggested sequence of construction. If any constraints or limitations have not been met the changes must undergo detailed review, including hydraulic modeling if applicable, to confirm the facility will be able to maintain all regulatory requirements without flooding throughout all stages of construction.

.2 Section A.6.3.9: Provide financial audits of the Contractor's Payroll Burden Rate:

a. The Consultant shall audit the Payroll Burden Rate submitted annually by the Contractor for work on a time and material basis.

b. The audit may be conducted by either the Consultant's staff auditor or an external auditor. In either case, the audit must be conducted by a person licensed under the Public Accounting Act, 2004.

52 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

c. The Consultant shall submit the auditor's report to the Division Head as soon as it is available.

.3 Section A.6.6.3 is replaced with the following:

a. Manuals must be submitted to City staff thirty (30) days prior to system commissioning. For phased projects the manuals must be submitted thirty (30) days prior to system commissioning for each phase. The manual can be updated and resubmitted thirty (30) days prior to each subsequent phase. The City cannot operate the equipment without having the manual.

.4 Additions to Section A.6.6:

a. Prepare or update existing Manuals, as indicated in Section 3 of the RFP. Note that each process has a separate operations manual. Projects which impact multiple processes will have to update the manual for each process area. The process areas are defined in the Toronto Water Equipment and Data Tagging Standard (13040).

b. At the front of each manual, include a table which outlines all of the process parameters and acceptable ranges

c. Hardcopy manuals shall be bound in commercial quality binders. When multiple binders are used, the consultant shall correlate data into related consistent groupings. Each cover shall identify the City's project number and name and the subject matter of the contents. Titles shall be placed both on the front and binder edge. Tabbed, fly leafs shall be used to separate each section of the manual.

d. Soft copy manuals shall be provided in both PDF and native format. Scanned PDF documents will not be accepted. Both the PDF and native file shall have embedded META data keywords including the RFP contract number, tender contract number, project name, manual title and process code.

e. For phased projects one (1) hardcopy and one (1) electronic copy may be submitted for the first phase. This working copy can be updated for each subsequent phase. For the final phase and single phase projects, three (3) hard copies and one (1) softcopy shall be provided.

f. The process manuals discussed in this section are separate from the SCADA Operations Manual which will be provided by the system integrator.

.5 Sections A.6.6.4 through A.6.6.11 are replaced with the following:

a. Provide process training to City staff a minimum of fifteen (15) days prior to system commissioning. For phased projects the training must be provided before the first phase is commissioned. Training specific to that phase only can be provided or the entire process training session can be provided at the discretion of the consultant. If training is limited to the first phase each subsequent phase must also have training scheduled fifteen (15) days prior to the phase commissioning. The City cannot operate the equipment without having received training.

b. Training will take place at the Owner's facility. The Owner's facility has a projection screen and projector. Any additional equipment is to be provided by the Consultant.

c. Allow for five (5) training sessions on separate days to accommodate the shift schedule. Do not assume training sessions can be provided on subsequent days.

d. The Process operations manual must be submitted and approved prior to the training. e. The lesson plan and handout material must be submitted to the Owner for review and

approval prior to the training session. f. The consultant shall utilize the operations manual as the basis for training instruction. g. Training should focus on how the system works, why it works this way and how to keep

it working this way. Identify key performance indicators that operators should be looking for and what changes they can make to maintain those. Training to include at a minimum:

i. Process overview ii. Standard operations procedures iii. Process troubleshooting

53 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

iv. Control philosophy v. SCADA system control hierarchy and screen navigation

h. Each training session shall be comprised of time spent both in the classroom and at the specific location of the subject equipment and system.

i. Retain the services of a commercial video recording service to record one of each training session. After recording, the material may be edited and supplemented with professionally produced graphics to provide a permanent record. The Owner will not accept a stationary video focused on the trainer. If visual aids are used during the physical session those same aids must be somehow represented in the recorded session.

j. Provide all training materials including presentations and handouts electronically in native format. The file shall have embedded META data keywords including the RFP contract number, tender contract number, project name, training title and process code.

k. Include an additional five (5) training sessions on separate days to accommodate the shift schedule. This additional session will be held during post construction after the operators have become familiar with the system. This session will primarily be a question and answer session however any changes that were made since the last training session shall be presented here. All requirements identified above apply with the exception of the need to video record the session.

.6 Delete section A.6.10.3 (Mylar versions of drawings are not required).

3.6 SERVICES DURING TESTING AND COMMISSIONING

3.6.1 The City’s general requirements for site services during testing and commissioning are included in Appendix A.7. The proponent is responsible for reviewing this information and familiarizing themselves with the City’s requirements, and shall comply in its entirety. The following clauses provide additional, project specific requirements, and are to be read in conjunction with the Appendices. Where there is a conflict, the provisions in this section shall take precedence.

3.6.2 The Consultant shall take the role of the system integrator, coordinating with the contractor to provide programming for PLC/OIT/SCADA. As system integrator, the Consultant shall comply with Toronto Water PCS standards with respect to the work procedures of data release, and the programming lockdown procedure during commissioning.

3.6.3 The Consultant shall develop a Process Operations Manual for use by plant operations staff as outlined in Section 3.6. An example Operations Manual is provided for reference (see Section 2.5.3). O&M Manuals are to be in accordance with the MOE environmental Compliance Approval.

3.6.4 Provide operational training and support for contractor’s start-up, training and commissioning.

3.6.5 As a minimum Consultant is to:

.1 Prepare Logic flow chart(s) as indicated in PCS Implementation Guidelines – RPU Software Programming

.2 Develop New Software Module(s) where existing software module library is insufficient (A provisional allowance has been included for this).

.3 Develop OIT/RPU/HMI program.

.4 Develop Factory Acceptance Plan (FAT plan) complete with detailed I/O check sheets and process logic test sheets

54 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

.5 Conduct Software FAT

.6 Review Contractor prepared Hardware Site Acceptance plan (SAT plan) and participate in hardware SAT

.7 Prepare Site Acceptance Test Plan (SAT plan)

.8 Conduct Software Training

.9 Conduct Software SAT

.10 Finalize Tag Lists and PCS I/O tag list identifying all changes made throughout construction and commissioning for inclusion in ETMS and WMS

3.6.6 Monitor and assess Factory Acceptance Testing (FAT) and Site Acceptance Testing (SAT) in accordance with Sections A.6.2, A.7.3, A.7.4, A.7.5 and A.7.4.6.

3.6.7 Monitor and assess pump performance testing and prepare a report evaluating the test results.

3.6.8 Monitor and assess any other defined performance testing and prepare a report evaluating the test results.

3.6.9 Over and above resident services defined above, provide a dedicated commissioning specialist for the construction contract.

3.6.10 Specific exceptions/modification to Appendix A.7 includes:

.1 A.7.2.3 Delete

.2 A.7.2.11 Delete

.3 In addition to the requirements in Appendix A.7, the following is required:

a. It is a requirement that all electrical distribution systems (MCCs, switchgear, etc.) have a single line drawing displayed near, in or on the equipment.

b. Prepare as built single line drawings a minimum of fifteen (15) days prior to system commissioning. Coordinate with the General Contractor to obtain the red line drawings in sufficient time and to mount and install the drawings prior to energizing the equipment.

3.7 POST CONSTRUCTION SERVICES

3.7.1 The City’s general requirements for post construction services are included in Appendix A.6.11. The Proponent is responsible for reviewing this information and familiarizing themselves with the City’s requirements, and shall comply in its entirety. The following clauses provide additional, project specific requirements, and are to be read in conjunction with the Appendices. Where there is a conflict, the provisions in this section shall take precedence.

3.7.2 Include for four (4) visits in first year of post construction for performance testing quality control and ECA compliance verification.

3.7.3 A provisional allowance has been included to account for additional O&M training with the first year of post construction for City staff.

3.7.4 Warranty Tracking items in addition the requirements specified in Appendix A.6 are to include:

.1 Maintain a log of all equipment indicating the warranty start and end date. Update the list as equipment is brought online in different phases. Provide this log to operations staff each time it is updated.

.2 Coordinate with the City to identify major equipment for warranty labeling. Coordinate with the General Contractor to provide warranty labels that identify the Contract No. and the warranty end

55 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

date. Labels shall be industrial grade, waterproof and fade proof, 75 mm wide x 50 mm height, two lines of 10 mm text, and shall be adhered to the equipment in a visible location.

3.7.5 Lessons Learned items in addition to the requirements specified in Appendix A.6 are to include:

.1 Operability Review and Workshop – at the point of Substantial Performance, develop a list of items arranged by discipline where operability may be affected based on the constructed system layout. Develop options to remediate where possible during the final stage of construction. Attend a half day workshop with the City to review the operability of the system as constructed and to present options for remediation.

3.8 SUMMARY OF PROJECT SUBMISSIONS

3.8.1 The following list is a summary of the Technical Memoranda required as part of the base scope of work. The objectives and details are further described in the preceding sections of the RFP; this list is provided as a summary for clarity.

.1 The Consultant shall prepare, as a minimum, Technical Memoranda regarding the following: Table 3-3 – List of Technical Memoranda

Technical Memorandum

RFP Section Reference

a. Risk Management 3.2.8

b. Preliminary Design Concept Review and Validation 3.4.1.3

c. Ergonomics and Maintenance Accessibility 3.4.1.10

d. Peer Review 3.4.1.11

e. Constructability, Phasing and Sequencing 3.4.2.1

f. Pump Selection 3.4.2.4

g. Operating and Maintenance Cost Estimates and Staffing Impacts 3.4.2.13

h. Value Engineering Results and Recommendations 3.4.3.7

i. Valve and Gate Selection 3.4.2.5

j. Piping Materials 3.4.2.6

k. Drop Structure Design 3.4.2.7

l. Odour Control 3.4.2.8

m. Hazard and Operations Review 3.4.2.11

n. Energy Management Plan 3.4.2.11

o. Hydraulics 3.4.5 and 3.4.6

p. Soils Management Plan 3.4.8.4 & 3.4.8.19

q. Geotechnical and Hydrogeological Investigation 3.4.8.16

r. Tunneling Methodology 3.4.9.2

s. Screen Selection 3.4.10.6

t. Operating Strategy 3.4.15.1

u. Electrical 3.4.17.8

v. Landscaping Design 3.4.18.1

w. Shutdown Planning 3.4.22a

3.8.2 The Consultant will conduct workshops as required and as appropriate through the assignment.

.1 Each workshop shall consist of, at a minimum, a 4 hour session (unless otherwise noted), to be attended by the Consultant's Project Manager, the Consultant's technical lead on the topic under

56 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

review, and a support staff to take notes on the meeting. In cases when the workshop is multidisciplinary, more than one technical lead will be required. The Consultant shall prepare and distribute the content for review at least 1 week in advance of the workshop and will produce a summary of the session within 1 week thereafter.

.2 The Consultant shall, at a minimum, undertake separate workshops to develop and review:

a. Each design stage submission as identified in A.5

b. Risk management, as identified in 3.2.8 (note: this is to be a full day workshop)

c. 3D CADD for IPS Design

d. Alarm priority and alarm conditioning

e. iHistorian, eOps and POMS requirements PCS Compliance issues for vendor-specific controls (per item 3.4.9.8)

f. WMS list

g. Equipment shut-down/start-up procedures during Construction, including pump performance testing

h. Constructability Review at the 50% Detailed Design Stage

i. Commissioning Plan inclusive of a PCS Transition Plan

j. HAZOP Review, as identified in section 3.4.8 (note: this is to be a full day workshop)

k. Operability Review and Workshop, as defined in Section 3.7.5.

3.8.3 The following table summarizes the major project submissions, and provides general guidelines on the number of versions and quantities. The “number of versions” indicates, for the same document, the number of draft versions which will be submitted for review to the City, plus a final version (for example, if 3 versions are specified, this means a draft, second draft and a final version, assuming noted deficiencies are adequately addressed). The proponent should note that other deliverables are also required, as specified within this document.

Table 3-4 – Summary or Project Submissions Submission Number of

Versions Number of Hard Copies

Technical Memoranda (70%, 95%, 100%) 3 1 Pre-selection Risk Assessment documents (70%, 100%) 2 1 Designated Substances and Asbestos Survey Report 1 1 Soils Management Plan (50%, 70%, 100%) 3 1 Geotechnical Baseline Report (70%, 100%) 1 2 Geotechnical Data Report (including Soil Investigation and Hydrogeological Investigation) (70%, 100%)

1 1

Noise Study (100%) 1 1 Tender Drawings (50%, 70%, 95%, 100%) 4 6 Contract Documents and Specifications (70%, 95%, 100%) 3 6 PreStart Health & Safety Report at end of detailed design phase 2 1 Process & Control Narrative (50%, 95%, 100%) 3 3 Monthly Site Inspection Reports (provided monthly) 1 each month 0 Updated Plant-wide Master Electrical Single Line Diagrams (SLD's), Master P&ID's, Master SCADA Architecture Drawings

2 6

Process Testing Reports 1 6 ETMS Tagging List, WMS List, Physical Tag Lists and Tag Inspection Sheet

2 6

Equipment and Process Commissioning Reports, including equipment calibration and test reports

1 6

57 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

Submission Number of Versions

Number of Hard Copies

Consultant Process Operations & Maintenance Manual (50%, 75%, 90%, 100%)

4 3

As-Built Drawings hard copy and 1 electronic copy on CD 1 2

3.8.4 The Consultant shall submit an electronic (*.pdf) copy (via email or ftp site for download) in addition to the quantity of hard copies specified in the Table 3-3 of a draft of each report for review by the City and shall attend one meeting with the City, and other stakeholders, to present and discuss the findings of each report. Respond to questions, via telephone and/or email, from the City and/or other stakeholders. Finalize each draft report based on input received from the City, and issue three hard copies, and one electronic (*.pdf) copy of the final report.

3.8.5 Note that PCS deliverables are not listed in the above table, but can be found in the Project Tasks Implementation Checklist in Appendix B of the PCS Implementation Guidelines.

3.8.6 With each printed submission, include electronic versions of the same documents in pdf, and the documents in their native (WORD, Excel, etc.) format. Both pdf and native file shall have embedded META data keywords including the RFP contract number, tender contract number, project name, title, process code and any other details thought useful by the Consultant.

3.9 ALTERNATIVES SUGGESTED BY PROPONENT

3.9.1 The City is interested in innovative solutions and will consider alternative strategies and approaches in the execution of the project. However, alternatives presented by the Proponent, but not specifically requested by the City, will not be included in the evaluation process as a separate submission.

3.9.2 Should a Proponent wish to present an alternative design idea at the proposal stage, the proponent must first provide a full and complete proposal based on the base bid described in the RFP.

3.9.3 Any alternative proposed must be of sufficient detail to allow the City to completely review and understand the merit(s) of the alternative and subsequent benefit(s) to the City. The City reserves the right to accept or reject any alternative and is under no obligation to consider any alternative.

3.9.4 In the event that the Proponent has identified a suggested improvement in the project scope, the related cost impact is NOT TO BE INCLUDED IN THE PROPONENT’S BASE PROPOSAL OR CITY OF TORONTO ALTERNATIVES PRICING. The cost related to the proponent’s suggested improvement/innovation idea is to be presented separately.

3.9.5 The award of the project will be based on the evaluation criteria as noted in the “Proposal Evaluation and Selection” section of the RFP, with the cost points established on the BASE PROPOSAL. If the Proponent elects to submit pricing for an alternative, this pricing will only be used as the basis for fee negotiation, once the successful proponent has been selected.

3.9.6 A portion of the technical proposal score however, will be allocated to highlighting alternative, innovative solutions, where they are sufficiently detailed and demonstrate superior knowledge and technical expertise of the team, and demonstrate an advantage to the City.

3.9.7 A specific, separate section of the technical proposal may then be used to describe the alternative design approach.

58 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

3.9.8 Cost of Services proposals for Proponent’s alternatives are to be included as a separate document in the Cost of Services envelope, along with the base proposal.

59 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

4 CITY OF TORONTO’S RESPONSIBILITIES 4.1 GENERAL

4.1.1 The City will designate a Project Manager to this project upon completion of the evaluation of the RFP and award of the project. This Project Manager will have the responsibility for ensuring that the Operating Division’s position, as client, on all matters relevant to this project is represented to the Consultant.

4.1.2 Best efforts will be made by the City to provide a summary on the scope and current status of active design and construction projects as well as the current timeline for completion. Available details on the existing capital works program, listing the project names, general details on scope, and timeline, will be provided. Available information from the maintenance management software will be provided to support in the assessment of the remaining useful life of major equipment.

4.1.3 Best efforts will be made by the City to provide available record drawings and/or access to facility libraries to support the project.

4.1.4 As required, the City will provide available operational data to support the design.

4.1.5 The City will provide a copy of the City’s Health & Safety Manual and required 2-hour Health & Safety Orientation(s).

4.1.6 The City has developed internal standards related to this project, as indicated in the section on Reference Documents. Copies will be provided to the consultant at project commencement.

4.1.7 The City staff will provide assistance to the Consultant by reviewing all submitted documents within approximately two-three weeks of receipt, depending on the magnitude of the submission.

4.1.8 The City will provide itemized comments for formal reviews, consistent with the process described in Section 3.2.17.

4.1.9 The City will hire and pay for asbestos remediation required prior to tendering of the contract, if required.

4.1.10 The City will pay for all approvals applications.

4.1.11 The City will print copies of the contract specifications and drawings, including addenda, for tendering.

4.1.12 The City will pay for all utility locates.

4.1.13 During construction, the City will assign a point person, for each facility, for coordinating the changes in operation needed to accommodate the construction and commissioning activities.

4.1.14 The City will arrange for and pay for selected construction testing under standard testing purchase orders as outlined in Appendix A.

4.1.15 Unless specifically stated elsewhere, for any public meetings needed to support the project, the City will make facility arrangements, pay for them, and pay for notifications and distributions as outlined in Appendix A and Section 4.2.

60 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

4.2 PUBLIC CONSULTATION

4.2.1 The City has an internal group called the Public Consultation Unit (PCU) that provides full-service public consultation planning, design, and facilitation support with the Consultant. These services are provided and paid for by the City.

4.1.1 The City will coordinate any communication with the Neighbourhood Liaison Committee.

4.3 CONSULTANT PERFORMANCE EVALUATION

4.3.1 The Engineering & Construction Services Consultant Performance Evaluation Template (CPET) will be used to assess the performance of the Consultant through a set of performance indicators and evaluation templates. Once completed, the CPET will be forwarded to the appropriate Directors, in the Operating Division and Engineering & Construction Services, for information and/or appropriate action.

61 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

5 PROPOSAL EVALUATION AND SELECTION 5.1 SELECTION COMMITTEE

5.1.1 All Proposals will be evaluated through a comprehensive review and analysis by a Selection Committee, which will include members from the City's Engineering & Construction Services, Toronto Water and other relevant City staff and stakeholders.

5.1.2 The Selection Committee may at its sole discretion retain additional committee members or advisors including subject matter experts.

5.1.3 The aim of the Selection Committee will be to select one proposal, which, in its opinion, meets the City's requirements under this RFP and provides a satisfactory overall value to the City, but the Proposal selected, if any, will not necessarily be the one offering the lowest fees or cost (pricing). Pricing is one of the components in determining the total score or ranking.

5.1.4 By responding to this RFP, Proponents will be deemed to have agreed that the decision of the Selection Committee will be final and binding.

5.1.5 A fairness consultant has been hired to monitor the RFP evaluation process. A fairness consultant is someone independent of the City and has extensive procurement experience. The role of the fairness consultant is to evaluate the procurement process from start to finish in order to provide an opinion as to the fairness of the process to the Proponents.

5.2 SELECTION CRITERIA

5.2.1 The proposals will be first reviewed for compliance with mandatory submission requirements (Stage 1 in Table 5-1), as follows:

1. Mandatory documentation requirements outline in Section 6.2.1 must be provided. The inclusion of the documentation will be scored PASS/FAIL. If all the mandatory requirements are not provided, the proposal will not be further reviewed and evaluated, and will be considered non-compliant.

5.2.2 If all mandatory requirements are met, the proposal content (Stage 2 in Table 5-1) will be evaluated considering the following:

1. Proponent Profile & Corporate Experience

a. Proponent profile b. Corporate experience c. Corporate project references

2. Project team, experience, and structure:

a. Demonstrated technical engineering expertise for all disciplines required on the project, including the depth and breadth of resources for a project of this scale and magnitude.

b. Demonstrated expertise in the design and construction of pumping stations and tunnels of similar size, depth and complexity is required.

c. Demonstrated expertise in the design, construction and commissioning of Process Control Systems in waste water Plants.

d. Demonstrated PLC and HMI programming, testing and commissioning preferable on City of Toronto Standard PLC and HMI Platforms.

e. QA/QC team member expertise, depth of resources f. Time commitments of 100% for Project Manager throughout the assignment and of

100% for the Construction Manager during the construction. g. Overall team organization and structure.

62 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

3. Project understanding and approach:

a. Demonstration of understanding of the base scope. The overall project execution, as well as the understanding and approach to the specialized tasks and operations and constructability challenges will be considered.

b. Completeness and suitability of proposed workplan and methodology for execution of engineering design and construction administration activities.

c. Engineering approach to address operability concerns, risk analysis, energy management, among others.

d. Integrating constructability issues and concerns with operational limitations e. Demonstrated understanding of all scope of work requirements (that is Pre-Design,

Detailed Design, HMI and PLC Programming, Services during Construction, Commissioning, and Post Construction).

f. Suitable QA/QC program in place to ensure high quality submissions during the project lifespan

g. Construction cost control measures including approach. h. Project management methodology i. Programming and related management, QA/QC for programming

4. Project Workplan and Deliverables:

a. Appropriate staffing levels for all phases inclusive of pre-design (including senior/specialty expertise), overall project management, design, head office administration and site inspection services, design staff support during construction, start-up and commissioning. These activities are to be identified separately in the time/task breakdown, particularly general office administration during construction

b. Appropriate staff availability for all phases c. Proposed schedule with a comprehensive and logical sequence that reflects

understanding of the project and reasonable timeframes of all activities.

5. Innovative strategies and value-added approaches to enhance the project and its execution;

6. Workforce Development and Social Procurement approaches to support the City's goal of

increasing opportunities for the training and employment of unemployed and underemployed City of Toronto residents:

a. Approaches for future implementation in part of the Construction assignments will be

scored with equal consideration to approaches to be implemented within this Assignment.

5.2.3 The Proposal Evaluation Form that will be used to evaluate the proposals is included as Table 5-1.

63 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

Table 5-1 Proposal Evaluation

Stage 1. MANDATORY

a. Mandatory Submission Requirements (Section 6)

PASS_______ FAIL________

Stage 2. PROPOSAL STRUCTURE, ATTRIBUTES AND CONTENTS (Section 6.3)

EVALUATION CRITERIA AVAILABLE POINTS

TO BE AWARDED MINIMUM POINTS

REQUIRED

b. Corporate experience 5 N/A

c. Project team, experience and structure 25 15

d. Project understanding and approach 15 N/A

e. Project workplan and deliverables 25

N/A

f. Clarifications - NOT SCORED - - NOT SCORED -

g. Innovation, Value Added and Social Procurement

5 N/A

Stage 2 Sub-Total (b through h)

At least 15 points (60%) of the possible 25 for item c must be met in order to advance to Stage 3, AND

At least 45 points of the possible 75 points (60%) must be met in order to advance to Stage 3

75 45

Stage 3. INTERVIEW

h. Interview (if eligible) 10 N/A

Stage 2 + Stage 3 Sub-Total (b through h)

85 N/A

Cost of Services

Proponent’s fees are calculated as described in table 5-2

15 N/A

TOTAL 100 N/A

5.3 SELECTION PROCESS

1. The Selection Committee will utilize the best format/criteria for the evaluation and selection process to establish a Total Score for each Proposal as noted in the sample evaluation table below.

A. Mandatory Submission Requirements (Section 6) Pass/Fail

B. Technical Proposal Submission 75 pts.

C. Interview 10 pts. D. Cost of Services Formula: [(lowest cost proposal divided by Proponent’s proposal cost) x 15]

15 pts.

Total Score 100 pts.

Stage 4. COST OF SERVICES

64 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

2. If the submission fails the Mandatory Submission Requirements, the proposal will be rejected.

The Technical Proposal and Cost of Services will not be reviewed.

3. In order to pass Stage 2 of the evaluation process and to be eligible for an interview and be considered further, the following must both be met:

a. The Project team, experience and structure section of the Technical Proposal must score a minimum of 15 points (60%), AND

b. The Technical Proposal must score a minimum of 45 points of the possible 75 points (60%) overall.

4. The Technical Proposal must score a minimum of 45 points of the possible 75 points (70%) to have the Cost of Services Envelope opened and evaluated. The City Purchasing and Materials Management Division may open the Cost of Services envelope to ensure compliance with the requirements of the RFP, however the Selection Committee will not have any knowledge of any information contained in the Cost of Services envelopes until such time that the technical evaluations (including the interview stage, if eligible) are complete and Proponents are short listed.

5. The Total Score shall be the sum of the Cost of Services score, Technical Proposal score and Interview score.

6. The Proposal that achieves the highest overall Total Score will be ranked first.

5.4 CLARIFICATIONS

1. As part of the evaluation process, the Selection Committee may make requests for further information with respect to the content of any Proposal in order to clarify its understanding of the Proponent’s response. The clarification process shall not be used to obtain required information that was not submitted at time of close or to promote a particular Proponent.

2. The Selection Committee may request further information from one or more Proponents and not from others.

5.5 INTERVIEW

1. A Proponent whose Proposal has passed the minimum required thresholds of Stages 1 and 2 of the Proposal Evaluation (as per Table 5-1) will be invited to an interview with the Selection Committee, the results of which will be used by the Committee to assign the marks allotted to the Interview section of the scoring.

2. The Proponent's representatives designated by the Selection Committee in its invitation to the Proponent must attend any interview scheduled as part of this evaluation process. The individuals identified in the Proposal as the Project Manager, the Construction Manager, the Process/Mechanical Pumping Station Design Lead and Tunnel Design Lead the must be in attendance at the interview, and the City may request additional personnel of the Proponent to attend as well.

3. The representative of a Proponent at any interview scheduled is expected to be thoroughly versed and knowledgeable with respect to the requirements of this RFP and the contents of its Proposal, and must have the authority to make decisions and commitments with respect to matters discussed at the interview, which may be included in any resulting Agreement.

4. No Proponent will be entitled to be present during, or otherwise receive, any information regarding any interview with any other Proponent.

5. The format of the interview and the list of required attendees will be provided to the interviewees in advance of the interview.

6. Refusal of a Proponent to participate in an interview/demonstration requested by the City may, in the City's sole discretion, be considered a failure of the Proponent to comply with a Mandatory Requirement of the RFP and thus subject to disqualification.

65 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

5.6 EVALUATION RESULTS

1. Upon conclusion of the evaluation process, a final recommendation will be made by the Selection Committee to the Executive Director of Engineering & Construction Services and/or City Council.

2. Proposal evaluation results shall be the property of the City and are subject to the MFIPPA. Evaluation results may be made available to public release pursuant to the MFIPPA.

3. Proponents should be aware that Council and individual Councillors have the right to view the responses provided that their requests have been made in accordance with the City’s procedure.

5.7 NEGOTIATIONS AND AGREEMENT

1. Any award of an Agreement to a Proponent will be at the absolute discretion of the City. The selection of a recommended Proponent will not oblige the City to negotiate or execute an Agreement with that recommended Proponent.

2. Any execution of an Agreement resulting from this RFP will be in accordance with the bylaws, policies, and procedures of the City.

3. The City shall have the right to negotiate on such matter(s) as it chooses with any Proponent to which it has awarded an Agreement without obligation to communicate, negotiate, or review similar modifications with other Proponents. The City shall incur no liability to any other Proponent as a result of such negotiation or alternative arrangements.

4. During negotiations, the scope of the services may be refined, issues may be prioritized, responsibilities among the Proponent, all staff and subconsultants provided by it and the City may be settled and the issues concerning implementation may be clarified.

5. Any Agreement must contain terms and conditions in the interest of the City, and be in a form satisfactory to the City Solicitor. If the Agreement requires City Council approval, the final Agreement must contain terms and conditions substantially as set out in the Council report authorizing the Agreement. Such parts of the RFP (including addenda) and the Proposal submitted in response thereto, which are relevant to the goods and/or services will be incorporated as schedules of appendices to any Agreement

6. The terms and conditions set out in Appendix ‘D’ shall be incorporated in any Agreement entered into with the recommended Proponent. These terms and conditions are mandatory and are not negotiable. Any Proponent wishing to request that the City consider any changes to the terms and conditions set out in Appendix "D" must follow the process outlined in section 5 of Appendix "B".

7. If negotiations between the City and a successful Proponent do not result in an Agreement within one hundred-twenty (120) Days of receipt by the Proponent of notification of award, the City may at its sole discretion terminate such negotiations and either enter into negotiations with one or more other Proponents or terminate the RFP process.

8. The City shall be under no obligation to accept a Proposal without amendment, alteration, counter-offer, or any change that may result from negotiations with the Proponent submitting the proposal.

9. The City reserves the right to award a contract in whole or in part.

5.8 CONSULTING AGREEMENTS/PURCHASE ORDERS

1. For reference, specimen contract agreements are included in the Appendices to provide the proponent with the details that will be contained in the executed agreements. The agreements may be required for all projects regardless of dollar value, at the City’s sole discretion. If an engineering agreement is not executed, the provisions contained within the agreement will apply including insurance requirements.

2. Prior to undertaking work onsite, the consultant or sub-consultant preparing DSL Reports, DSL abatement specifications, DSL abatement monitoring and provision of Clearance Certificates

66 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

must provide the City with proof that their Professional Liability Insurance policy includes pollution coverage, specifically and especially mould and asbestos. Also refer to the general insurance requirements described in the specimen agreement.

3. The consultant assignment on this project shall be divided into six phases and executed by eight (8) distinct consulting agreements and/or the issuance of eight (8) Purchase Orders.

a. The first agreement and purchase order shall cover the project management, document management system costs, contractor and equipment pre-selection processes and general administration; no lien holdbacks will be applied.

b. The second agreement and purchase order shall cover the feasibility assessment work that will not be carried forward through detailed design as part of the base scope under this assignment; no lien holdbacks will be applied. This includes:

i. The WWF forcemain connection from the IPS to the proposed future Satellite Treatment Plant.

ii. The WWF tunnel connection to WWF Storage Shaft. iii. The WSS tunnel connection to the WSS location at the WWF Storage Shaft.

c. The third agreement and purchase order shall cover preliminary design work that will precede the design work in this project. Lien holdbacks will be applied. This includes:

i. Investigation of options for direct connections of Conduits 3 and 4 into the Hydraulic Distribution Chamber is required.

ii. The decommissioning of MTPS. iii. Electrical feeders to the new IPS and evaluation of the necessary emergency

power supply.

d. The fourth agreement and purchase order shall cover detailed design phase inclusive of detailed design and all aspects necessary to prepare comprehensive and all inclusive tender documents as defined in this Terms of Reference as well as services pertaining to and during the tendering and award of the contract. Lien holdbacks will be applied.

e. The fifth agreement and purchase order shall cover site supervision services during the construction phase from issuance of Order to Commence Work to post construction activities for the Stage 1 Contract. The fifth agreement will also include activities associated with commissioning, training, as-built documentation and process O & M manuals for the Stage 1 Contract. Lien holdbacks will be applied.

f. The sixth agreement and purchase order shall cover site supervision services during the construction phase from issuance of Order to Commence Work to post construction activities for the Stage 2 Contract. The sixth agreement will also include activities associated with commissioning, training, as-built documentation and process O & M manuals for the Stage 2 Contract. Lien holdbacks will be applied.

g. The seventh agreement and purchase order shall cover site supervision services during the construction phase from issuance of Order to Commence Work to post construction activities for the Stage 3 Contract. The seventh agreement will also include activities associated with commissioning, training, as-built documentation and process O & M manuals for the Stage 3 Contract. Lien holdbacks will be applied.

h. The eighth agreement and purchase order shall cover post construction for the all stages of Construction. This PO will be subject to the terms of the above agreements with payments being made on a time basis to the Upset Sum Limit (inclusive of all taxes and charges) based on suggested payment milestones as submitted in the proposal for post construction activities. Lien holdbacks will be applied.

4. The cost proposal should identify costs associated with each of the eight phases as defined above. However, the total cost of all eight phases will be taken into account in the overall evaluation of the proposal.

67 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

5. It is the City's intent to prepare agreements for execution, immediately prior to the initiation of the work under the corresponding agreement.

6. An Engineering Agreement must be executed prior to the commencement of the work.

5.9 INSURANCE

The Consultant agrees to purchase and maintain in force, at its own expense and for the duration of the services, the following policies of insurance, which policies shall be in a form and with an insurer acceptable to the City. A certificate evidencing these policies signed by the insurer or an authorized agent of the insurer must be delivered to the City prior to the commencement of services:

1. Commercial General Liability provided that the policy:

a. is in the amount of not less than Five Million Dollars ($5,000,000.00), per occurrence; b. adds the City of Toronto as an additional insured; c. includes Non Owned Automobile Liability, Employer's Liability and/or Contingent Employer's

Liability, and any other provision relevant to the services; d. includes a clause which will provide the City with thirty (30) days' prior written notice of

cancellation (15 days if cancellation is due to non payment of premium).

2. Professional Liability (errors and omissions) coverage provided that the policy:

a. is in the amount of not less than Five Million Dollars ($5,000,000); b. will extend to infringement of copyright and other intellectual property, including misuse of

trade secrets, if appropriate.

Notwithstanding anything to the contrary contained in this Agreement, kept in full force and effect for a period of time ending no sooner than TWO YEARS after the termination or expiry of this Agreement, as the case may be.

3. Automobile insurance in the amount of ONE MILLION DOLLARS ($1,000,000.00) for all owned or

leased licensed motorized vehicles used in the performance of services. It is understood and agreed that the coverage and limits of liability noted above are not to be construed as the limit of liability of the vendor in the performance of services. It is also agreed that the above insurance policies may be subject to reasonable deductible amounts, which deductible amounts shall be borne by the vendor. At the expiry of the policies of insurance, original signed Certificates evidencing renewal will be provided to the City without notice or demand. The successful vendor is responsible for any loss or damage whatsoever to any of its materials, goods, equipment or supplies and will maintain appropriate all-risk coverage as any prudent owner of such materials, goods, supplies and equipment. The successful vendor shall have no claim against the City or the City’s insurers for any damage or loss to its property and shall require its property insurers to waive any right of subrogation against the City.

68 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

6 TECHNICAL PROPOSAL SUBMISSION 6.1 SUBMISSION OVERVIEW

6.1.1 The City has formulated the procedures set out in this RFP to ensure that it receives Proposals through an open, competitive process, and that Proponents receive fair and equitable treatment in the solicitation, receipt and evaluation of their Proposals. The City may reject the Proposal of any Proponent who fails to comply with any such procedures.

6.1.2 Proposals are expected to address the RFP content requirements as outlined herein, and should be well ordered, detailed and comprehensive. Clarity of language, adherence to suggested structuring, and adequate accessible documentation is essential to the City’s ability to conduct a thorough evaluation. The City is interested in Proposals that demonstrate efficiency and value for money. General marketing and promotional material will not be reviewed or considered.

6.1.3 The City prefers that the assumptions used by a Proponent in preparing its Proposal are kept at a minimum and to the extent possible, that Proponents will ask for clarification prior to the deadline for Proponent questions rather than make assumptions. Proponents should also review sections 3 to 6 of Appendix B with respect to asking questions about the RFP. Where a Proponent's assumptions are inconsistent with information provided in the RFP, or so extensive that the total Proposal cost is qualified, such Proponent risks disqualification by the City in the City's sole discretion.

6.1.4 The Cost of Services proposal to be submitted separately, as part of the two-envelope process. Refer to Section 7 for details on the Cost of Services proposal. Inclusion of pricing information in the Technical proposal will render the proposal submission as informal.

6.1.5 In providing references, Proponents agree that the City can contact the individuals provided as part of the evaluation process. The City will make its own arrangements in contacting the references. Substitution of references will not be permitted after the close of the RFP.

6.2 PROPOSAL DOCUMENTATION AND DELIVERY

6.2.1 The documentation for each Proposal: a. Must be submitted in a sealed envelope or container (submissions made by fax,

telephone, electronic message or telegram will not be accepted) displaying a full and correct return address;

b. Sub sections 1 through 8 should be limited to 30 pages, minimum 11 point font, single sided (or preferably printed on 15 pages double sided), with unlimited appendices;

c. Must consist of one (1) original (clearly marked as such on its first page) and preferably seven (7) full copies and should include one pdf version provided in a USB of:

i A Main Proposal Document as described in article 6.3 below, including all attachments (Mandatory);

ii Form 1 (Proposal Submission Form) completed and signed by an authorized official of the Proponent. This includes the acknowledgement of all addenda received as per Appendix A, item 4 (Mandatory);

iii Form 2 (Policy to Exclude Bids from External Parties Involved in the Preparation or Development of a Specific Call/Request) completed as indicated (Mandatory);

d. Should include if applicable one (1) original (clearly marked as such on its first page) and seven (7) full photocopies of:

i Form 3 (Restrictions on the Hiring and Use of Former City of Toronto Management Employees for City Contracts) completed if applicable;

ii Form 4 (Environmentally Responsible Procurement Statement) completed as indicated;

e. Must be completed in a non-erasable medium and signed in ink;

69 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

f. Must not include:

i Any qualifying or restricting statements; ii Exceptions to the terms and conditions of the RFP that have not been approved

through addenda; or iii Additional terms or conditions.

g. Must include a separate sealed Cost of Services envelope as described in Section 7.

h. Must be delivered no later than the Deadline to:

Chief Purchasing Official Purchasing and Materials Management Division 18th Floor, West Tower, City Hall TORONTO, ON, M5H 2N2

6.2.2 Delays caused by any delivery service (including Canada Post and courier) shall not be grounds for an extension of the Deadline, and Proposals that arrive after the Deadline will not be accepted.

6.3 TECHNICAL PROPOSAL CONTENT

6.3.1 The Technical Proposal should contain the following items.

6.3.2 Title Page: Showing RFP number, closing date and time, Proponent name, the address, telephone and fax numbers of the Proponent firm, and a contact person who will act as the Proponent’s representative for post-submission communications.

6.3.3 Letter of Introduction: Introducing the Proponent and signed by the person(s) authorized to sign on behalf of and to bind the Proponent to statements made in response to this RFP. This should contain the same signature as the person signing the submission forms.

6.3.4 Table of Contents: Include page numbers, identifying all included materials.

6.3.5 Subsection 1 – Executive Summary: Summary of the key features of the proposal.

6.3.6 Subsection 2 – Proponent Profile & Corporate Experience: a. Overview of the Proponent firm(s), its history, and its future plans. Include a list of present or

pending assignments with the City of Toronto, if any.

b. Proponents should have staff, organization, and an installed base adequate to ensure their ongoing ability to deliver and support the project over the period of the contract.

c. To permit the Proponent to be evaluated fully as a viable and sound enterprise, include the following information with respect to the Proponent, and if the submission is a joint Proposal, for each consortium member. Please note that Proposals being presented by consortiums that do not include the information requested for each consortium member, will not be awarded full marks during evaluations.

A profile and summary of corporate history including:

70 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

i. Date Company started; ii. Products and/or services offered; iii. Total number of employees; iv. Major clients; and v. A profile and summary of corporate history of any parents or subsidiaries and

affiliates and the nature of the Proponent’s relationship to them (i.e., research, financing and so on).

vi. Please note that where the skills/expertise/experience are being provided by a subcontractor or other legal entity apart from the Proponent, a Proposal that does not include the information requested in this Subsection 2 for each such subcontractor or other entity will not be awarded full marks during the evaluation process.

d. If the Proposal is being presented by a consortium, provide a description of the relationships between consortium members. Please note section 2 of Appendix B regarding consortiums and the requirement that there be a single Proponent who is the Prime Consultant. Further, the role(s) of each consortium member should be clearly outlined, and the Proposal should provide evidence to support the proposed role of each consortium member.

e. Corporate Experience – An indication of your firm(s)’s recent experience on projects of a similar nature, with details as to size, location, owner, and the name of the staff that managed these projects. Note that Corporate Experience includes projects that have been completed through the corporation or a pervious corporation that has since been acquired. Corporate experience does not include projects that were completed by a person at another corporation and that person has since been acquired.

i Demonstrated experience in the areas of qualification, including a table cross-referencing areas of experience with specific assignments should be described in this section, with any project profile documentation included as an Appendix.

ii The successful proponent will be required to assemble a multi-disciplinary team whose expertise matches the specific needs of the Project. Proponents should provide in their proposals, corporate experience (as well as qualifications of each team member) to demonstrate sufficient project experience regarding: a. Multidisciplinary project delivery as the prime consultant, preferably for projects at least

$100M in capital costs and preferably for projects involving tunneling and/or pumping station design.

b. Construction management within an operating treatment plant, preferably for projects of at least $100M in capital costs.

c. Design and construction contract administration of deep (preferably >45m) sewage and/or wet weather pumping stations, with preference for those of similar capacity and depth to that of the IPS.

d. Design and construction contract administration of deep rock tunneling, with preference for projects of similar depth to that of the IPS.

e. design and construction contract administration of micro tunneling. f. Box structures and shaft excavation/construction methods such as, soldier pile &

lagging, secant and/or tangent piles, slurry (diaphragm) walls, top-down segmental liner, etc.

g. Complex hydraulic analysis and modeling including, but not limited to computational fluid dynamics and physical modeling of a pumping station in accordance with the Hydraulic Institute standards.

h. development and use of geotechnical baseline reports (GBRs) and other risk mitigation measures, troubleshooting and problem mitigation during excavation and underground work, and development of practical and enforceable clauses for managing contractor claims for differing site conditions;

71 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

i. Pre-selection of custom mechanical equipment, with preference for pumps and screens of similar capacity and depth to that of the IPS, and with preference for demonstrated global experience.

j. Cost estimating and cost-benefit analysis; k. risk management including, but not limited to, risk identification and assessment

workshops, development of risk registers and risk matrices, risk analysis, and development of mitigation strategies;

iii Proponents should demonstrate adequate Corporate (company) Experience, in disciplines

that are vital to the success of this Project, by providing descriptions of projects that the Proponent and key members (proposed subconsultants) of its team have completed (attained Substantial Performance) as prime consultants, in the past ten years, as follows. Proponents are to complete Table 6-1 and include as part of the proposal submission. a. Projects with multidisciplinary project delivery, preferably for projects of at least $100M

in capital costs, as the prime consultant; and preferably projects involving tunneling and/or pumping station design.

b. Projects with construction management within an operating treatment plant, preferably of at least $100M in capital costs.

c. Projects with design and construction contract administration of deep sewage and/or wet weather pumping stations, with preference for those of similar capacity and depth to that of the IPS.

d. Projects with design and construction contract administration of deep rock tunneling, with preference for projects of similar depth to that of the IPS

iv Note: the reference projects should include separately the project engineering fees v Note: the reference projects should have been successfully commissioned and at a

minimum achieved Substantial Performance. vi Note: It is preferable that some of the reference projects provided have been operating for

at least five (5) years. vii Proponents should complete Table 6-2, unmodified from its current format, for all

references and include in the proposal submission. viii Note: all requested reference information should be provided. ix Projects that are more recent, of similar scale (or larger) and most similar to the subject of

this RFP will be scored higher.

Table 6.1 – Corporate Experience Project Name

Capital Cost

Engineering Fees

Capacity and/or Depth

Timeline Project Scope

Key Staff & Roles

Multidisciplinary project delivery, preferably for projects of at least $100M in capital costs and projects involving tunneling and/or pumping station design. Construction management within an operating treatment plant, preferably of at least $100M in capital costs. Design and construction contract administration of deep sewage and/or wet weather pumping stations, with preference for those of similar capacity and depth to that of the IPS.

72 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

Project Name

Capital Cost

Engineering Fees

Capacity and/or Depth

Timeline Project Scope

Key Staff & Roles

Design and construction contract administration of deep rock tunneling, with preference for projects of similar depth to that of the IPS

Table 6-2 Corporate Project References

Project Name Client Contact Name & Title Telephone E-mail

6.3.7 Subsection 3 – Project Team, Experience & Structure: An indication of your team members' recent experience on projects of a similar nature, with details as to size, location, owners and the name of the staff that managed and provided key technical input on these projects.

a. Include a Project organization chart with clearly defined roles and responsibilities. Provide details on how the overall team structure is defined, and how the team will be managed, including overall communication and co-ordination to deliver a successful Project.

b. The City has not stipulated requirements for a Professional Engineering license for any specific positions identified as key roles on this assignment. It is the responsibility of the Proponents to ensure that the work completed is in compliance with Professional Engineers of Ontario requirements. This includes, but is not limited to, the requirement for an Ontario Professional Engineer's seal on all discipline drawings.

c. List key staff proposed for this Project. Outline their professional qualifications, related project experience, and indicate their roles and responsibilities on this Project, including the extent of their involvement (duration and time allocation). At a minimum, identify the Project Manager, Deputy Project Manager, Design Manager, Construction Manager, Process Mechanical (Pumping Station) Design Lead, Tunnel and Excavation Design Lead, Electrical Design Lead, Hydraulics Specialist and other technical specialists, QA/QC team members, contract administration and site inspection staff. Their experience profiles should highlight their project management experience and/or technical expertise with examples of completed assignments and their actual role and responsibility on the referenced project, as well as their duration on the assignments. In all cases, experience that compares closely to the IPS (depth, size, construction environment, cost, etc) is preferred. To demonstrate team members' individual expertise complete Table 6.3.3 and include in the Proposal submission. Provide a summary of their experience and role(s) in the Proposal, with detailed CVs and project profile documentation included as an Appendix.

i Project Manager – preferably with at least 20 years of experience in the field of municipal infrastructure with 15 years of project management experience. The Project Manager should have experience on multidisciplinary projects with a capital value of at least $100M. The Project Manager should have experience with construction involving deep excavations and within an operating treatment plant environment. The Project Manager should have a proven track record of staying on projects through to their completion. The Project Manager's time should be fully dedicated to this assignment.

ii Deputy Project Manager – preferably with at least 15 years if experience, including experience working on projects with the City of Toronto. The Deputy Project Manager should have experience working on large, multi-year, multidisciplinary projects.

73 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

iii Design Manager – preferably with at least 25 years of experience. The Design Manager should have extensive experience in coordinating different disciplines, with a solid understanding of the challenges and risks on this project. The Design Manager should have experience in the design, construction and commissioning of deep pumping stations and screens, and should have experience with tunneling.

iv Construction Manager – preferably with at least 20 years of experience, with at least 10 years of experience as a Construction Manager, preferably with significant experience within an operating wastewater treatment plant. The Construction Manager should have experience in delivery projects or programs of at least $100M in capital. The Construction Manager should have experience working on projects or programs with multiple contractors and specialties have a track record of safety and risk management. The Construction Manager should be fully dedicated to this assignment during and leading up to the construction period.

v Process Mechanical/Pumping Station Design Lead – preferably with at least 20 years of experience. The Pumping Station Design Lead should have experience in design, cost estimating, construction management and commissioning of large (>750ML/d) and deep (>45 m deep) pump stations and screens, including resilience and recovery from power outages or flooding.

vi Tunnel Design Lead – preferably at least 20 years experience. The Tunnel Design Lead should have experience as design engineer/manager directly responsible for the design, cost estimating and construction management of tunnels, shafts, and deep excavations in a variety of ground conditions, including near water or areas with groundwater intrusion, and with significant experience in risk assessment, preparation of GBRs, quality control and dispute resolution.

vii Civil Design Lead – preferably with at least 20 years of experience. The Civil Design Lead should have experience in design, construction and commissioning of large, deep excavation pumping stations including preparation of site plans, superstructure design, stormwater management, and green initiatives.

viii Electrical Design Lead – preferably with at least 15 years experience. The Electrical Design Lead should have experience in designing 15kV distribution, and 5kV industrial motor controls in an operating plant environment. It is preferred that the Electrical Design Lead has experience in design of substations of similar size and complexity to that required for IPS. The Electrical Design Lead should have experience designing and commissioning of backup power systems for wastewater treatment equipment and should have designed and commissioned process control systems comparable to that needed for IPS.

ix Process Control Systems and Instrumentation Design Lead – preferably with at least 15 years of experience. The Process Control Systems (PCS) and Instrumentation Design Lead should have experience designing complex I&C and SCADA operations for large treatment plants (including developing process narratives, Loop Drawings, etc.). The PCS and Instrumentation Design Lead should have experience in testing and commissioning process control systems comparable to that required for the IPS

x Hydraulic Specialist – preferably at least 10 years of experience specifically in specialty hydraulics including, complex inflow, tunnel, shaft and pump stations analysis for large pumping stations. The hydraulics specialist should be an expert in CFD, and should have experience in designing and specifying requirements for a physical model, consistent with the Hydraulics Institutes Standards for Pump Intake Design.

xi Contract Administrators – preferably at least 15 years of experience with preferably a minimum of 5 years as primary contact with the Owner, Contractor, and utility owners, and manager of field engineering staff to oversee contract administration, including but not limited to: guiding and directing field engineering staff; onsite expert in both

74 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

contract execution and technical resources; recommendations for progress payment to the prime contractor; ensuring all project records (correspondence progress documentation, evidence of inspection, change orders and final “as built” project plans) are properly maintained.

xii Schedule Expert – preferably with at least 10 years of experience with advanced scheduling of construction with comparable complexity to that of this assignment.

xiii Site Inspectors – preferably with at least 5 years of experience in their field of specialty.

d. Resumes for proposed individuals should to be included as an Appendix to the Proposal. The resumes should clearly identify the individual’s specific qualifications and experience as it relates to their role in this Project and their role in the referenced projects.

e. It is important that key project individuals (i.e., those major areas of responsibility) be named, with accompanying indication of guaranteed availability. Continuity of key personnel will be required, with a contractual obligation for substitutions only with full written approval of the City. The City reserves the right to contact any current client of the proposed individuals to confirm availability for this assignment.

f. For key team members, indicate in the proposal their guaranteed availability as well as their current commitment on other projects, as shown in table 6-3. Indicate the time commitment as a percentage of their overall time, example – Electrical Design Lead – availability for this project – 30 percent, other current commitments – 40 percent. Include a reference who is able to confirm their availability. Do not modify the table.

g. The Proponent should submit signed consent forms authorizing the disclosure of personal information to the City, or its designated agent(s), for any resumes that are submitted, however, the Proponent will accept all liability if not so disclosed to the City.

h. By responding to this RFP, the Proponent agrees that the individuals proposed in the table below will be committed to this Project in a manner that will ensure compliance with the Project schedule for the duration of the assignment, and that all individuals will be available to commence work in accordance with the Project schedule. Only under rare, extenuating circumstances will substitution be permitted upon award of the assignment, and the Consultant will be required to provide a replacement having equivalent, or better, capability/experience, that is acceptable to the City. The City shall be the sole judge in this matter. The City reserves the right to terminate the assignment if the named personnel become unavailable.

i. Provide a statement of any conflict of interest, if applicable. Refer to Appendix B – RFP Process Terms and Conditions for information relating to conflicts of interest.

75 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

Table 6-3 – Qualifications for Key Staff / Team Members

Functional Title Name of Proposed Staff

Yea

rs o

f E

xper

ien

ce Time

Commitments Description of Role on this Assignment and contact information of Client

Experience/

Qualifications

Th

is

Ass

ign

me

nt

Oth

er

Ass

ign

me

nts

Project Manager

Deputy Project Manager

Design Manager

Construction Manager

Process Mechanical/ Pumping Station Design Lead

Architectural Design Lead

Civil Design Lead

Tunnel Design Lead

Electrical Design Lead

PCS and Instrumentation Design Lead

Hydraulic Specialist

Stage 1 Contract Administrator

Stage 2 Contract Administrator

Stage 3 Contract Administrator

Site Inspector (IPS)

Site Inspector (Tunnels)

Notes: Under Experience/Qualifications, provide the name of the project, its approximate timelines, and a description of the project and the individual's role(s) on it. Note that this information may be cross referenced to a CV.

6.3.8 Subsection 4 – Project Understanding and Approach: Provide a written description of the general approach that illustrates a clear understanding with respect to the scope of work involved and the methodology proposed to complete the assignment.

a. Provide a discussion on the project workplan development, alternatives evaluation, including a strategy for staging of project components. In addition, the Proposal should outline the detailed approach to design and construction management and administration, as well as the mechanisms included for addressing operability, risk analysis and energy management.

76 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

b. The proposal should present your approach to addressing constructability concerns recognizing operational limitations, potential Constructor issues, quality control, and suggestions to enhance construction quality.

c. Provide a preliminary sequence of construction which demonstrates an understanding of the scope of work, risks and magnitude of effort that will be necessary during construction. (This can be included as part of the Appendix material).

d. The proposal should present a discussion on your approach to risk management of this Project from preliminary design through to commissioning. Outline the services you will provide under the Base Scope, and identify optional services that might be considered. Identify the costs for these optional items separately from the Base Scope, where applicable, in the Cost of Services envelope.

e. Provide a preliminary Risk Register listing potential threats and opportunities; and possible actions to manage these risks. Highlight the major risks associated with this project, based on past experience. For each such risk, provide examples of those activities that can be undertaken to reduce, mitigate or eliminate the risk.

f. Identify cost estimating methodology proposed, including methods to be employed for ensuring construction cost control measures are incorporated into the process.

g. Detail your quality assurance (QA) and quality control (QC) plan for key deliverables and for all phases of the project.

h. Identify management and control methods during the project life cycle, as well as during the execution of the project’s phases. This should include, but is not limited to, details regarding pre-project planning, communication, scope management, time management, cost estimation, risk management, staff planning, cost estimation, cost control measures, dispute prevention and resolution, quality management. Clearly outline the cost control measures that will be implemented in order to ensure that the upset limit for the engineering fees will not be exceeded.

6.3.9 Subsection 5 – Workplan and Deliverables: Confirm, expand upon and/or detail the various tasks and deliverables outlined in Section 3 of this RFP and provide detailed descriptions of how the work will be executed. Provide a time/task breakdown and schedule, indicating all tasks and deliverables.

a. The time/task breakdown should detail your project-specific approach to each phase of the project including engineering studies, pre-design activities, detailed design activities (including all necessary approvals and permits prior to tendering, tender period, award of contracts), contract administration (including general administration, site services, equipment start-up and commissioning, and training) and post construction services.

b. The time/task breakdown should detail your project-specific approach to the general administration of the project including the tasks and strategies executed by the Proponents project manager or project management team.

c. Provide a time/task breakdown with estimated person-hours for members of the project team required to complete the various components of the project. The time/task breakdown should be sufficiently detailed so that the level of effort of each staff member is identified for the various tasks in the project. The workplan should be structured to match the categories in the table in Section 7 – Cost of Services, but expanded on to include activities under each phase. A minimum:

i Preliminary Design and Detailed Design

77 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

a. Project Management & Meetings b. Geotechnical c. Design d. Pre-selection document and risk assessment e. QA/QC f. Capital cost estimate g. Approvals & Permits h. Tendering

ii Construction – Note construction duration defined in Section 3.5 a. Head Office Administration b. Shop Drawings/RFIs/Inspection reports c. Resident site services d. QA/QC e. Master Single Line Drawings, Master P&ID's, Master SCADA Architecture,

Equipment-specific control drawings, control panel and RPU panel drawings, loop drawings.

f. OIT/PLC/HMI programming g. Work Management System (WMS) equipment list including product/manufacturer

information with maintenance needs h. Commissioning and testing i. Consultant’s O&M Manual (inclusive of PCS/SCADA) and training j. As-Built Drawings

iii Post-Construction d. The workplan should clearly identify the base scope items and provisional items separately.

e. The workplan should detail your quality assurance (QA) and quality control (QC) plan for key deliverable and for all phases of the project.

f. Provide an estimated overall timeline of the project, including an indication of the date of commencement. Key dates for major deliverables should be clearly defined in the proponent's detailed work plan and highlighted in the Gantt chart. Include 3-week time periods for all City reviews. As a guideline, please note that tendering, award, and contract execution typically takes 3-6 months following receipt of contract documents, depending on project size and complexity, dollar value, and budget availability.

g. Proposal submissions should discuss the approach and key objectives that will be used in developing and implementing the geotechnical and subsurface exploration programs. Proponents should highlight critical issues that have a major influence on the tunnels and shafts with respect to design, constructability and risk assessments, schedule and costs. Indicate an order of magnitude opinion of the cost of a geotechnical program described in this RFP – this estimate will not be binding on the award of this item of service but may be used by the City to assist in planning and developing budgets.

h. Provide a discussion of the underlying assumptions associated with the proposed project schedule.

i. Please note that the City will not tender projects without first obtaining all project approvals and permits.

j. For each deliverable provide sufficient detail for the reviewers to evaluate the value of the effort expended.

k. State assumptions regarding roles and involvement of client staff. This is important so clarifications of any incorrect assumptions are apparent to the Selection Committee during the proposal review, and/or Presentation/Interview meeting, if applicable.

6.3.10 Subsection 6 – Clarifications: Confirm in this section that the proposal meets all requirements of the RFP. If there is a need to highlight scope clarifications based on the interpretation of the RFP document, all limitations on the extent of work that could be inferred

78 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

must be identified in this section of the proposal. If exceptions or scope clarifications are not provided in this section, then the City will consider that the terms of reference are met in its entirety, and all costs to meet the terms of reference are included, regardless of the text in the body of the proposal. Note that substantial or material exceptions to the base scope must not be included in the proposal and any such inclusion could render the proposal non-compliant and the proposal rejected, at the City’s sole discretion

6.3.11 Subsection 7 – Innovation and Value Added: Specify all value added activities or innovative ideas that are proposed, but were not specified in the terms of reference. Identify the costs for these items separately from the base scope, where applicable, in the Cost of Services envelope.

6.3.12 Subsection 8 – Workforce Development and Social Procurement: City Council directed staff in May, 2013 to develop a Social Procurement policy based on a framework outlined in the report entitled "Toronto Social Procurement Framework". The framework includes clear principles, goals and objectives to advance social procurement practices at the City, and an implementation plan that includes piloting various social procurement approaches. This RFP has been selected to be a pilot project to help inform the development of the Social Procurement policy.

a. Social Procurement involves leveraging purchasing power and processes to advance positive economic, workforce, and social development outcomes, in addition to the delivery of efficient goods, services and works. Social Procurement is used to support the City's goal of increasing opportunities for the training and employment of unemployed and underemployed Toronto residents. Social Procurement presents a mechanism – and opportunity – for the City of Toronto generate positive social outcomes and achieve important social goals by strategically changing the way it procures goods and services.

b. Workforce Development comprises a relatively wide range of activities, policies and programs employed within geographies to create, sustain and retain a viable workforce that can support current and future business and industry. It is an approach that integrates human service support, industry-driven education and training, and career advancement strategies, facilitated by the collaboration between employers, training and education institutions, government and communities.

c. Proponents may submit a detailed Workforce Development Plan (the "WD Plan") that identifies which strategies, if any, among the categories summarized below the Proponent is committed to deliver during term of the Assignment, as well as details on the implementation of the WD Plan. The WD Plan should specify the frequency of meetings that will be included for meeting with the designated City representative. The WD Plan should designate a liaison within the Proponent's organization that will implement and maintain the WD Plan, and provide status updates and outcomes. The Plan should also include a strategy to maintain records of progress and outcomes and share these records with the City at agreed intervals throughout the Assignment, at the end of the Assignment and upon request by the City. The WD Plan may also include subcontractors associated with any aspect of this Assignment, where feasible. The WD Plan can include strategies within this Assignment, as well as strategies for consideration in the Construction Assignments as part of the project delivery. Any costs associated with additional effort above and beyond the base scope of work are to be included in the Innovations section of the costing submission.

d. Strategies

i Customized Recruitment, Training and Skill Development Initiatives A range of initiatives can link the recruitment, training and skill development of residents to the needs of employers for skilled workers. Recruitment initiatives may involve customized approaches to sourcing qualified candidates for available jobs, where suitable, in conjunction with existing hiring methods in order to enhance and augment typical talent pools. Work-based training can allow candidates to gain the skills required

79 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

to compete for emerging job opportunities and may include options for supporting the attainment of professional certifications or licensing for underemployed and unemployed job seekers (e.g., Newcomer professionals).

ii Use of Social Enterprise in the Supply Chain Identify opportunities to sub-contract, where required, components of work or services to social enterprises. Social Enterprises are entities that employ business methods and practices to create employment or training opportunities for low income or marginalized individuals; Social Enterprises may be non-profit or for-profit.

iii Other Initiatives Any other appropriate activities that will provide employment-related opportunities to unemployed and underemployed city residents will also be considered. Employment related activities that will meet this requirement may include (but are not exclusive to) the following:

a. Participating in community recruitment events or job fairs b. Supporting pre-employment job preparation for job seekers, including

participating in sector/industry career information sharing and networking events

c. Providing mentoring, paid internship or apprentice opportunities

6.3.13 Appendices – Including: a. Mandatory Proposal Submission Forms.

b. Corporate Information.

c. Resumes of Proposed Project Participants.

d. Project Profile Documents.

80 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

7 COST OF SERVICES 7.1 COST OF SERVICES DOCUMENTATION AND DELIVERY

7.1.1 The documentation for each Cost of Services: a. Must be PACKAGED AND SEALED IN A SEPARATE ENVELOPE labeled "Cost of Services"

(submissions made by fax, telephone, electronic message or telegram will not be accepted) displaying a full and correct return address;

b. Must consist of one (1) original, clearly marked as such on its first page, and preferably, one pdf (on USB), and three (3) print copies.

7.1.2 Any pricing shown in the Technical Proposal shall render the submission non-compliant and the Proposal will not be considered for award.

7.2 COST OF SERVICES SUBMISSION CONTENT – GENERAL

7.2.1 Identify an upset limit for the project, inclusive of all taxes.

7.2.2 The Total Upset Limit as provided in the table 7.1 will be used for establishing the Cost of Services score for the proposal evaluation and selection as outlined in Section 5 of the RFP.

7.2.3 Identify a specific cost per deliverable, excluding all taxes, as indicated in the project cost breakdown. The deliverable level costs shall be organized according to project costs breakdown listed below, and the time/task breakdown as shown by the Proponent in their Technical Proposal Submission.

7.2.4 All parts and items in the table must be priced in order for the Proposal to be considered valid, including unit rates where indicated. Pricing figures provided must be valid over the expected duration of the assignment.

7.2.5 Submit a schedule of proposed hourly rates (excluding HST) for all project personnel by classification. All key personnel and any other specified individuals should be cross-referenced in Proposal Subsection 3 to these rated classifications. These classification rates, once approved, will be used for any part of the work to be paid for on a time basis as indicated elsewhere herein. These rates, once approved, will be used for any part of the work to be paid for on a time basis as indicated elsewhere herein. These rates will be fixed for the duration of the assignment. Adjustments to these rates will be considered, subject to suitable rationale and written approval by the City. Any rate adjustment shall not exceed the consumer price indices (Toronto – All Items). Rate adjustments will not be considered for delays caused by the Consultant or its subconsultant(s).

7.2.6 Proponents are required to provide an upset limit to carry out the Base Scope of services described in these sub-sections, based on the time-task breakdown for the scope of services, and the hourly rates for all Project personnel.

7.2.7 Routine (general) disbursement costs are to be included in the hourly billing rates when determining upset limits. Such costs include the following general expenses that may or can occur on a daily basis: a. Telephone calls inclusive of long distance charges.

b. Photocopying.

c. Printing.

d. Facsimiles.

e. Taxi fares.

f. Public transit fares.

g. Parking.

h. Delivery and expense charges.

81 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

i. Travel expenses for office and resident field personnel for job-related travel.

j. Notarization of invoices and/or statutory declarations.

7.2.8 Disbursements that are considered “specialty services” or “specialized expenses” are to be identified separately.

7.2.9 Non-routine disbursements are those disbursements not commonly and regularly incurred during the performance of the work and/or that is considered specialized services or expenses, and include, but are not limited to: legal surveys; drilling charges for geotechnical/hydrogeological investigation (including mobilization, demobilization, disposal and all ancillary and related work); laboratory testing/sampling analyses. Non-routine disbursements will require approval by the City and will be paid at cost, subject to receipt of the appropriate supporting documentation, including invoices, to the satisfaction of the Division Head.

7.2.10 Identify the cost to provide audit reports in accordance with Clause 3(6) of the specimen Engineering Agreement (Appendix D) at the completion of services governed by each Agreement (preliminary design, detailed design and construction/contract administration) including project management for same. Assume that one audit will be required for each of the preliminary and detailed design phases, four audits will be required for the construction phase, and that one audit will be required for the post-construction phase.

7.3 BASE SCOPE OF WORK AND PROVISIONAL ITEMS

7.3.1 In order to be considered for this assignment, the proponent must provide a project cost breakdown for the base scope of work and defined provisional items as indicated in the following tables. All parts and items in the tables must be priced for the entire services in order for the proposal to be considered valid.

7.3.2 Provide a separate cost for accounting audits in accordance with the Engineering Services Agreement, Section 3.

7.3.3 Provide a separate cost for accounting audits of the Contractor's payroll burden rate, in accordance with A.6.3.9.

7.3.4 The table of costs includes a provisional allowance for any additional Health & Safety equipment that may need to be rented by the consultant for access to various areas, such as confined spaces or hazardous areas. The base scope of work is to include for day-to-day health & safety personal protective equipment such as hardhats, safety footwear, eye protection, safety vests, safety gloves, and hearing protection. The provisional allowance is intended to cover all other specialty equipment such as respirators, gas detection, scaffolding, safety retrieval devices or for hiring safety expertise for activities such as confined space entry.

7.3.5 A provisional allowance has been provided in the cost breakdown Table in Section 7.2 to cover the cost for completion of a DSL Report. Co-ordination of the work is considered as part of the base scope; payment of a subconsultant for the surveys will be from the allowance provided.

7.3.6 A provisional allowance has been provided in the cost breakdown Table in Section 7.2 to cover the cost of implementing changes to the pre-design as a result of the VE Workshop. Participation in the workshop and review of the CVS's report and recommendations is included as base scope work.

82 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

7.3.7 A geotechnical provisional allowance in the cost breakdown Table in Section 7.2 includes, but is not limited to the cost for the subconsultant's costs for subsurface investigations. Co-ordination of the work is considered as part of the base scope; payment of a subconsultant for the surveys will be from the allowance provided.

7.3.8 A provisional allowance has been provided in the cost breakdown Table in Section 7.2 to cover the preparation of tender documents for asbestos abatement, monitoring of asbestos abatement and provision of appropriate clearance certificates by an asbestos consultant. Co-ordination of the work is considered as part of the base scope; payment of a subconsultant for the surveys will be from the allowance provided. The City may hire and pay for asbestos remediation contractors prior to tendering of the contract, if removal in advance of the contract is feasible.

7.3.9 A provisional allowance has been provided in the cost breakdown Table in Section 7.2 to cover the cost of monitoring of asbestos abatement activities, clearance certificates, updating of DSL reports and provision of draft Asbestos Owner’s Reports as required. Co-ordination of the work is considered as part of the base scope; payment of a subconsultant for the surveys will be from the allowance provided

7.3.10 Provide a maximum weekly rate for Services during Construction to be used for adjustment to the Upset Limit, where approved by the Executive Director, in the event that the actual construction period is shorter, or longer than anticipated. This weekly rate is to include services for project management, office staff, and resident site staff plus disbursements.

7.3.11 The Total Upset Limit as provided in the table will be used for establishing the Cost of Services score for the proposal evaluation and selection as outlined in Section 5 of the RFP.

83 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

Table 7.1 – Upset Limit Cost Breakdown for Base Scope of Services

Deliverables # of Units (A)

Unit Cost (B)

Cost ($) (AxB)

A – Administrative and Management Services A.1 Project Management, document management system costs, pre-selection and other general administration

- - $

A.2 Audit reports in accordance with Clause 3(6) of the specimen Engineering Agreement

7 $_____ each $____________

B –Design Services B.1 Feasibility assessment work for future

construction - - $

B.2 Preliminary design work for elements to be constructed within this assignment

- - $

B.3 Detailed design services - - $ C – Services During Construction C.1 Phase 1 – Site preparation 52 weeks $____/ week

$

C.2 Phase 2 – Tunneling and shaft excavation – (50 hour work week)

208 weeks $____/ week

$

C.3 Phase 2 – Tunneling and shaft excavation – 2nd shift (note: this rate to be added to B.2 during periods of 2 shift operation)

140 weeks $____/week $

C.4 Phase 3 – General construction 390 weeks $____/ week

$

D – Services During Testing and Commissioning D.1 Services during Testing and

Commissioning Lump Sum

- $

E – Post Construction Services E.1 Phase 1 – Site Preparation - - $ E.2 Phase 2 – Tunneling and shaft

excavation - - $

E.3 Phase 3 – General construction - - $ F – Provisional Allowances F.1 Transfer amount from subtotal of

Table 7.2 - - $

Subtotal $

13% HST $

TOTAL UPSET LIMIT PRICE (HST INCLUDED)

$

84 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

Table 7.2 – Table of Provisional Allowance Items – All Phases Description # of Units

(A) Unit Cost

(B) Cost ($) (AxB)

A – Items to be Priced by Consultant

Programming and System Integration 1 $_________ $ __________ Design services for the integration of the WSSMP sewer infrastructure 1 $_________ $__________ Design services for the connection of IPS to the WWF Storage Shaft 1 $_________ $__________

Prequalification of bidders for Phase 1 - - $ ___________

Prequalification of bidders for Phase 2 - - $ ___________

Prequalification of bidders for Phase 3 - - $ ___________

Prequalification of major subcontractor 2 $__________ $___________

Preparation and administration of additional Tender Package 1 $____ each $___________

Meetings with other consultants (beyond those listed in Section 3) 6 $____ each $___________

Support role in 2nd Value Engineering Workshop 1 $_____ each $____________

B – Allowance provided by the City

Geotechnical Investigations - - $750,000

3D CADD (Advanced Drafting) - - $250,000

Travel by City staff for visits to view Physical Model, screens, and other equipment as required - - $50,000

Detailed design and construction oversight associated with MTPS isolation limitations

- - $150,000

Detailed design and construction oversight for the clean-out of MTPS

- - $100,000

Location, travel and disbursements associated with VE workshop

- - $25,000

Preliminary design engineer to participate in VE - - $25,000

Response and modifications in response to Final VE Report

- - $250,000

Coordination with THES for separate electrical feeder to IPS substation

- - $100,000

Design work required for additional boilers to provide heating requirements of the IPS buildings.

- - $100,000

Physical Model - - $800,000

Additional Public Consultation - - $25,000

Development of new software modules - - $10,000

Specialized health and safety equipment - - $25,000

Additional O&M training of City Staff - - $20,000

Specialized services for dispersion modeling, odour sampling and testing

- - $150,000

85 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

Negotiation and coordination with THES in consideration of peak shaving or demand management, and associated modifications to design

- - $150,000

All work associated with designated substances as described in section 7.3

- - $20,000

Inflation Adjustment as described in section 7.5.8 - - $3,000,000

Subtotal (A) of Proponent priced provisional allowances

- -

$___________

Subtotal (B) City price provisional allowances $6,000,000

Subtotal (transfer to line F.1 of Table 7.1)

$____________

7.4 ALTERNATIVES SUGGESTED BY PROPONENT

7.4.1 The evaluation of alternatives suggested by the proponent is governed in accordance with Section 5.2.

7.4.2 In the event that the proponent has identified a suggested improvement in the project scope, the related cost impact is NOT TO BE INCLUDED IN THE PROPONENT’S BASE PROPOSAL OR CITY OF TORONTO ALTERNATIVES PRICING. The cost related to the proponent’s suggested improvement/innovation idea is to be presented separately.

7.4.3 Cost of Services proposals for Proponent’s alternatives are to be included in the Cost of Services envelope, along with the base proposal.

7.5 PAYMENTS FROM COST OF SERVICES PROPOSAL

7.5.1 For labour costs, payment will be on a time basis at approved hourly or per diem rates to an Upset Limit for each deliverable to be provided by the successful proponent.

7.5.2 Payments for disbursements will be pro-rated based on the value of the work performed during a billable period.

7.5.3 Payment for specialized expenses such as sub-surface investigations, laboratory sampling and analysis, boreholes, etc., will be paid at cost plus a mark-up of a maximum of 5%, if provided for in the cost of services proposal. Receipts must be submitted with invoices for payment.

7.5.4 Fees for sub-consultants will be paid at cost plus a mark-up of a maximum of 5%, if provided for in the cost of services proposal. Invoices must be submitted for payment.

7.5.5 For the Unit Price Deliverables, payment will be at the unit price, for each deliverable provided. The City will determine how many of the “Units” are required, once the project has progressed sufficiently to make the decision.

7.5.6 The Construction Lien Act requirements shall be applied to the design and construction phases of the assignment. Refer to Section 5.8 of the RFP.

7.5.7 The 10% holdback on the third Purchase Order will be released upon completion of the design phase of the project and upon meeting all requirements of the Construction Lien Act. The 10% holdback on the fourth, fifth and sixth Purchase Orders will be released upon final completion of their respective construction phases and upon satisfying the Construction Lien Act requirements.

7.5.8 The City may consider requests for rate adjustment for unit price items based on the consumer price index (Toronto-All items). Rate adjustments will be considered on an annual basis, after January 1, 2020 and will be adjusted relative to January 1, 2016 based on the twelve month period from January to December. A provisional allowance has been included to account for

86 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

such inflation adjustments. Rate adjustment will not be considered for delays caused by the Consultant or its sub-consultant(s). Rate adjustments will not be considered for items that are lump sum.

7.5.9 The City shall not be responsible for any unauthorized additional costs.

7.5.10 The Consultant must be solely responsible for any and all payments and/or deductions required to be made including those required for the Canada Pension Plan, Employment Insurance, Workplace Safety and Insurance, and Income Tax.

7.5.11 All invoices must clearly show HST as a separate value and HST "registrant" number.

7.5.12 Without restricting the generality of the foregoing, the Proponent acknowledges that, if it is a non-resident person, payments to the Proponent, as a non-resident person, may be subject to withholding taxes under the Income Tax Act (Canada). Further, unless the Proponent, as a non-resident person, provides the City with an official letter from Canadian Customs and Revenue Agency waiving the withholding requirements, the City will withhold the taxes it determines are required under the Income Tax Act (Canada).

7.5.13 In the event of mathematical errors found in the pricing pages, the unit prices quoted shall prevail. Extensions and totals will be corrected accordingly by City staff and adjustments resulting from the correction will be applied to the Total Lump Sum Price quoted.

7.6 CONTINGENCY ALLOWANCE

7.6.1 In seeking authority to engage consulting services, City Engineering & Construction Services will include a contingency amount to cover potential changes in the scope of services where warranted. Payments from the Contingency Allowance will not be permitted without prior approval of the Executive Director.

7.7 CURRENCY

7.7.1 All dollar amounts, fee statements, and invoicing shall be in Canadian dollars. The proponent shall assume all currency risk.

7.8 TAXES

7.8.1 Harmonized Sales Tax (HST) is to be applied to the prices submitted as specified in the relevant sections of the call document or in the Price Schedule provided in this RFP.

7.8.2 HST for the supply and delivery of materials/goods is to be shown as additional/separate line items on the Price Schedule and any subsequent invoices.

87 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

APPENDICES

88 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

APPENDIX A - Engineering & Construction Services Guidelines for Major Works Facilities Projects

A.1 GENERAL PROJECT REQUIREMENTS A.2 ENVIRONMENTAL ASSESSMENTS A.3 ENGINEERING STUDIES A.4 PRELIMINARY ENGINEERING DESIGN SERVICES A.5 DETAILED DESIGN ENGINEERING SERVICES A.6 CONTRACT ADMINISTRATION A.7 START-UP AND COMMISSIONING SERVICES

89 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS REV – SEP 2012 _____________________________________________________________________________________________

Page 1 of 15

A.1 GENERAL PROJECT REQUIREMENTS

A.1.1 General

A.1.1.1 The requirements for engineering services to be provided by the Consultant to the City of Toronto for projects are as specified in the Request for Proposal and in the Appendices A.1 to A.7, inclusive. It is the responsibility of the Consultant to ascertain the full scope of the engineering services required for the project as they will be required to perform the work as specified. The Consultant shall become fully familiar and comply with the City’s project management requirements.

A.1.1.2 Wherever it is stated in the RFP, “engineering services” , it is intended that these services are inclusive of any and all professional services required in fulfillment of the project requirements.

A.1.2 Stamped Reports & Drawings

A.1.2.1 All engineering reports, drawings and specifications are to be signed and stamped by a Professional Engineer, licensed in the Province of Ontario.

A.1.3 City Project Manager (PM)

A.1.3.1 Role of Project Manager The City will assign a Project Manager for the project. The City's Project Manager will provide direction to the Consultants providing engineering services to the City throughout their contracted service period. The Project Manager will transmit instructions to and receive information from the Consultants.

A.1.3.2 Correspondence

Identify all correspondence to the City with the project number provided by the City. All correspondence either written or electronic should be addressed to the City’s Project Manager, except where agreed upon or otherwise specified by the Project Manager.

A.1.4 Co-ordination with Other City Division's and Sections

A.1.4.1 The Consultant’s contact with the City is the assigned Project Manager. The Project Manager will liaise with and coordinate work with other City sections and/or departments. The Project Manager may direct the Consultant when appropriate to work directly with other City section or department staff.

A.1.5 Project Meetings/Documentation/Tracking

A.1.5.1 Studies/EA/Design The consultant shall schedule a project commencement meeting and progress meetings at two week intervals. The Consultant shall schedule additional meetings as required for the review of draft documents, milestone design reviews, and other events as defined in the RFP.

90 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS REV – SEP 2012 _____________________________________________________________________________________________

Page 2 of 15

A.1.5.2 Contract Administration When providing site administration and engineering services during project construction, the Consultant shall schedule site meetings twice monthly, with weekly meetings during commissioning.

A.1.5.3 Agendas and Notes of Meeting

For each project meeting, unless otherwise directed, the Consultant shall prepare and distribute an agenda and conduct the meeting in an efficient manner. The Consultant shall take notes or minutes of the meeting, and the minutes of meeting are to be distributed no later than five (5) working days after the meeting.

A.1.5.4 Project Management/Tracking

The Consultant is expected to track/monitor and trace the status of the project and decisions made, etc., through the use of standard project management tools such as decision logs, change order logs, deliverable logs, etc. The Consultant PM is responsible for flagging issues that the City must resolve due to impacts on the critical path.

A.1.6 City’s Reviews

A.1.6.1 Where reference is made to submission of documents, designs, plans, etc., unless specified otherwise, they shall first be submitted in draft form to the City. A minimum of two weeks is required for City review and comment.

A.1.6.2 The Consultant shall provide a response to the City’s comments indicating concurrence or non-concurrence, and if comments are not to be incorporated the Consultant shall indicate the reason for such.

A.1.6.3 Draft documents submitted for review shall be essentially complete, so as to allow for proper evaluation of material submitted. Any unfinished or missing sections or elements shall be clearly identified in the draft, and a brief description of the intended material is to be provided.

A.1.7 Project Schedules

A.1.7.1 General The Consultant shall produce a Project Schedule and adhere to it once the assignment has been awarded and the Project Manager has issued the notice of award of the project, and a purchase order has been issued.

A.1.7.2 Baseline (Gantt Chart)

The baseline schedule shall include deliverables and other major milestones. It shall show the sequence of work, any interdependencies and the project critical path.

A.1.7.3 Tasks

Scheduling of tasks shall allow for document review time where appropriate. Task bars should show percent complete.

A.1.7.4 The schedule shall be updated monthly and reviewed at progress meetings.

91 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS REV – SEP 2012 _____________________________________________________________________________________________

Page 3 of 15

A.1.8 Document Management

A.1.8.1 General A letter of transmittal should be submitted with all deliverables submitted to the City, both electronic and hard copy. The letter of transmittal shall provide the project title, list the various documents, and number of copies.

A.1.8.2 Electronic Document Management

1. When submitting draft or final reports, design documents, and other deliverables, the

consultant shall also provide one electronic copy on CD/DVD for input to the City’s electronic document management system. This must be provided at the same time as the paper/mylar copy. In order to be compatible with the City’s technology platform, all electronic information must be provided such that it is compatible with one of the following platforms: (a) Miscrosoft Office Suite, verion XP 2003 (b) Microsoft Project, version 2003 (c) Microstation V8 (Bentley)

2. Prior to finalizing each submission, the consultant is to confirm the City’s preferred software package and version, for that submission. As part of the final submission of major deliverables, such as contract documents, tender specifications, and drawings, the consultant must supply, as well as the individual files in the native formats, one consolidated Adobe file containing all sections and details. This consolidated Adobe file to be contained on the same CD/DVD as the other files, if possible. All CD/DVD’s are to be properly labelled on the CD/DVD itself.

3. All files produced as a result of this project become the property of the City.

A.1.8.3 Hard Copies Paper print versions of documents shall be submitted to the City as per the Summary of Deliverables (Section 3 of the RFP).

A.1.9 Invoicing Requirements

A.1.9.1 General Invoices throughout the project must be submitted in a format acceptable to the City. Invoices for Engineering services shall be submitted monthly, unless otherwise stipulated. Each invoice is to include, as a minimum, the following information.

A.1.9.2 Standard Format

1. All invoices shall include the City’s Purchase Order number, and the project number.

Invoices shall be addressed to the City’s Project Manager, unless otherwise stipulated. 2. The invoice summary sheet must be broken down into tasks and associated disbursements

per the Fee Proposal. In addition, the summary sheet shall also show the following for each task: the task value, the amount billed for the billing period, the amount billed previously, the total to date, the per cent complete and the balance of the fees remaining. The individual task information must be summarized for the entire project. The Approved Change Order Amount, Total Invoice Amount, Amount Previous Payment, Holdbacks, GST

92 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS REV – SEP 2012 _____________________________________________________________________________________________

Page 4 of 15

and Total Amount Payable are to be identified separately. Charges against the contingency allowance provided for by the City will not be permitted without prior written approval.

A.1.9.3 Supporting Documentation

1. For tasks billed on time based services to an Upset Limit, the invoice must include back up information identifying the hours charged to each task by each staff, and the corresponding hourly rate and classification. Billing rates for staff or classifications must be consistent with those provided in the Fee Proposal.

2. Billing rates for staff or classifications other than those identified in the Fee Proposal shall be submitted in writing for review and shall be subject to approval prior to the utilization of the personnel on the assignment.

A.1.9.4 Disbursements

1. Unless stated otherwise in the RFP, disbursements will be paid pro-rated based on the value of the work performed during the billable period, as indicated in the Fee Proposal Submission Requirements, therefore back-up receipts are not required to be provided with the invoice.

2. Where indicated in the RFP, certain disbursements shall be paid at cost. Allowable disbursements will be paid at cost subject to detailed expense sheets, copies of receipts, vehicle travel records, and all such documentation and materials needed in respect to such valid expenses to be provided as back up to the invoice.

A.1.9.5 Work Status Report Requirements

With each invoice, the Consultant shall provide a status report for the work completed for the billing period. The status report shall identify the overall project status, as well as a brief description of the work completed for each task, percent complete, project alerts, and the work planned for the next billable period.

A.1.9.6 Statutory Declaration

With the request for final payment, the Consultant shall submit an original of the Statutory Declaration Schedule SD-F, certifying that the services performed and the disbursements claimed for the project were properly incurred in accordance with the provisions of the Consulting Services Agreement, and that no further invoices or claims will be made against the project. Note that the Statutory Declarations are required whether or not an engineering agreement is executed for the project. The Statutory Declaration is to be signed and sealed by a Executive Director of Oaths.

A.1.9.7 Audits

The proponent shall submit an accounting audit at the end of each phase of an assignment. If the assignment extends beyond a period of two years, audit reports are required at the end of the second year and at the end of each subsequent year in which services are performed. For more detailed information, refer to the engineering agreement, Section 3.

93 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS REV – SEP 2012 _____________________________________________________________________________________________

Page 5 of 15

A.1.10 Project Cost Control

A.1.10.1 General

1. The Consultant is required to maintain effective project cost control when providing engineering services to the City. Project cost control means the monitoring and control of engineering fees and construction cost throughout the life of the project. The Consultant shall provide timely notice for recommended scope changes to the Project Manager to ensure that action can be taken to mitigate cost and/or other such action so that additional funding can be obtained for the project.

2. Timely notice is defined as a reasonable period for which it will permit the Project manager to report to Committee and Council PRIOR to the expected overrun in fees or costs. Where the Consultant does not exercise proper cost control and has incurred additional cost, the City of Toronto is not obligated to honour payment for such services.

A.1.10.2 Upset Limits

1. Consultants must not exceed the approved Upset Limit without first obtaining written

approval from the Project Manager.

2. Where the Consultant has exceeded the Upset Limit without the prior written approval of the Project Manager, it shall assume full responsibility for the cost of such services.

3. It is to be clearly understood that the City accepts no responsibility for costs incurred by the Consultant for fees or additions to the contract cost where approval has not been granted for the inclusion of such work and fees to the project. If the Consultant is requested to provide engineering services which it believes to be outside the approved scope of work, it must identify the cost of the extra work and seek written approval from the Project Manager prior to commencement of the work.

A.1.10.3 Engineering Change Orders

1. All changes in engineering services provided by Consultants must be confirmed by

Change Orders and authorized by the Executive Director.

2. The request for a Change Order must identify the following: (a) Description of scope change complete with rationale and time/task breakdown to

undertake the work (b) Impact on Engineering Fees inclusive of disbursements (c) Impact on Schedule (d) Impact on Construction Cost (if applicable)

A.1.10.4 Contingency & Provisional Items

The contingency allowance is for potential extra work that may be required beyond the scope of the project, and is subject to the approval of the City. Provisional allowances are for specific items as identified in the RFP. Payments from the contingency or provisional allowance will only be made following issuance of a Change Order approved by the City.

94 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS REV – SEP 2012 _____________________________________________________________________________________________

Page 6 of 15

A.1.11 Regulatory Approvals

A.1.11.1 General

1. The Consultant will be required to liase with the City and the approving agencies; obtain all the required application forms; complete the forms and prepare any documentation requested by the approval agency, and present them to the City for execution, where necessary.

2. The City will pay for the cost of the application fees of all required approvals.

3. Where agreements must be executed between the City and the approving agencies, the Consultant shall advise the City in writing in a timely manner so that all such agreements can be executed by the City to avoid impact on project schedules.

4. The following is a list of the approvals that may be required. The City expects that the Consultant will determine and confirm for itself the specific approvals that are required for the project.

5. The requirement to seek additional approval(s) may be considered as an addition to the scope of work provided that the Consultant can demonstrate that it cannot be reasonably expected to know of the existence of these additional approval(s) at the time of submission

A.1.11.2 Federal Approvals

1. Fisheries & Oceans Canada

(a) Department of Fisheries and Oceans Act (b) Fisheries Act

2. CSA B149.6-11 – Code for Digester Gas & Landfill Gas Installations 3. Transport Canada

(a) Department of Transport Act and Regulations (b) Government Property Traffic Act and Regulations (c) Navigable Waters Protection Act

A.1.11.3 Provincial Approvals/Permits

1. Ministry of Environment (MOE) – Environmental Compliance Approval (Water, Sewage,

Air, Waste) 2. Ministry of Natural Resources (MNR) - Permit 3. Ministry of Transport – Permit 4. The Boilers and Pressure Vessels Act Ontario (MCCR, TSSA, etc) - Letter of Approval 5. Environmental Protection Act, Ontario Regulation 309 - Permit 6. Environmental – Air, Ontario Regulation 346 – Permit 7. Environmental – Noise, Ontario Regulation NPC 205 - Permit 8. Ministry of Labour

A.1.11.4 Municipal Approvals

1. Toronto Region Conservation Authority (TRCA) - Permit 2. Municipal Site Plan Letter of Approval - The City’s process for Site Plan Approval can

take up to six (6) months to complete. The process timeline officially starts when the

95 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS REV – SEP 2012 _____________________________________________________________________________________________

Page 7 of 15

Building Permit application is submitted. Include in the scope of work for two (2) pre-consultation meetings with the City’s Building & Planning Departments to verify requirements and timelines needed for completion, prior to submittal of the Building Permit Application. Allow for the pre-consultation meetings and an application package containing the following: a completed application a draft covering letter for signature by the City 10 copies of 1:200 scale with the following: a recent survey, the site plan, a grading

plan, all floor plans, all building elevations, roof plans, and a landscape plan. The landscape plan must be prepared by a qualified landscape architect

10 copies of an arborist report is required

3. Building Permit (a) Building Permit – note that a number of changes in the Building Code Ac t, 1992 and the

Building Code affect designers. Designers may be required to be registered and/or qualified as defined by the Act. Be familiar with the changes to the Act and include for the new requirements including registration/qualifications, permit application, permit timeframes and inspection requirements.

(b) Note that the site plan submitted as part of the Building Permit application must also be signed and stamped by an Architect, licensed in the Province of Ontario.

(c) Occupancy Permit 4. Road Cut Permit 5. Toronto Traffic

A.1.11.5 Utility/Authority Approvals/Permits

1. Toronto Hydro 2. Gas 3. Cable 4. Bell 5. ESA 6. TSSA

A.1.12 Design and Drawing Standards

A.1.12.1 City of Toronto Standards

1. When fulfilling the project requirements, the Consultant is to ensure compliance with the following City of Toronto standards, unless specifically directed otherwise by the Project Manager: (a) Latest version of “CADD Specifications for Microstation V8". The Consultant shall note

that topographic mapping, field edit, compiled area plan, and property surveys are collections of data from various sources. This information requires proper editing and formatting by the Consultant in accordance with the City’s drafting standard before being used as a base plan. To assist in clarifying protocols for CADD drawing development and City review, refer to "Technical Services Design Drawing and Record Drawing Protocol".

(b) Latest version of “Process Control System (PCS) Implementation Guidelines”. Note standards are to be used as a guideline for the development of the project requirements. The consultant is responsible for ensuring the standards are appropriate for the project, and shall seek approval for variance as required.

96 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS REV – SEP 2012 _____________________________________________________________________________________________

Page 8 of 15

(c) Latest version of “Start Up and Commissioning and Training Guidelines for Works Facilities and Structures Projects”.

(d) Latest version of the City of Toronto’s “Standard Construction Specifications & Drawings for Sewers, Watermains and Roads”.

A.1.12.2 City of Toronto Requirements for Plant & Facility Structures

1. Design plant and facility structures in accordance with Ontario Building Code for post-

disaster buildings. 2. Design Plant and Facility concrete structures for water-tightness, strength and

serviceability, vibration, seismic design, etc, in accordance with American Concrete Institute ACI 350-01, Code Requirements for Environmental Engineering Concrete Structures and ACI 350R-01, Commentary.

3. All chemicals, instrumentation, equipment and materials used in the operation and production of safe drinking water that come into contact with water shall meet all applicable standards set by Ministry of Environment, American Water Works Association and American National Standards Institute safety criteria standards NSF/60 and NSF/61.

4. The electrical design standard for all facilities is that every MCC must have two (2) separate feeds with Main/Tie/Main configuration from two separate transformers. Design to this standard. Include for power monitoring for any new MCC’s and connect to the SCADA system.

5. For new and refurbished electrical systems/facilities, building layouts are to physically separate switchgear (and MCC breakers), and MCC's. Due to arcflash hazards, this equipment is to be separated from all other equipment. Design MCC rooms with a minimum of 25% spare physical space for MCC system expansion. In addition, RPU's, lighting panels, etc., are to be located in controlled environments and separated from general process areas.

6. The City has corporate standards for security systems. To meet Divisional Security Standards, incorporate security features to allow monitoring and controlling of building access such as cameras, card readers, door strikes, IR photo beam sensors, etc.

7. Arcflash - The City's objective is to reduce the available arc flash energy level in all electrical equipment. The electrical design methodology shall be such to minimize the potential for arc flash without compromising co-ordination and protection of the distribution system. This applies to all equipment (switchgears, switchboards, panel boards, MCC’s, etc) rated at 250 volt and above, and also to electrical equipment supplied from 208 volt if the supply transformer is rated 125 kVA and above. Complete preliminary calculations to establish baseline category ratings of all new electrical equipment. The City of Toronto aims for Type 2 category rating on all new electrical equipment. The installation shall be in compliance with the Canadian Electrical Code (CEC) Part 1 (C22.1-06), Rule 2-306, as it relates to arc flash labels and other aspects as required.

A.1.12.3 Drawing Standards

1. Plan drawings shall conform to the requirements set forth in the City of Toronto, Digital

File/Drafting Graphic Standards Manual, or as otherwise directed or approved by the City of Toronto.

2. Drawings with colours shall be reproducible by all printing or duplication media in black and white.

3. Except as may be modified or specified herein, or otherwise approved by the City of Toronto, the collection and depiction of subsurface utility information shall conform to the

97 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS REV – SEP 2012 _____________________________________________________________________________________________

Page 9 of 15

applicable provisions of CI/ASCE 38-02, “Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data”.

4. Drafting and lettering shall be of proper density and legibility for a 50% reduction during reproduction.

5. The depiction of attributes such as line type, material type, age, condition, ownership, status (e.g. in-service, out-of-service, active, abandoned), number of conduits or direct buried cables, or other required information, shall not be eliminated, obliterated, or obscured by the manner of reproduction of by 50% reduction in size.

6. Final drawings for reproduction shall have all drafting work and image on one side of the sheet.

7. The Consultant shall replace, at no cost to the City of Toronto, plan sheets that do not comply with the above criteria.

A.1.12.4 Other Guidelines & Standards

1. The Consultant shall use recognized industry design standards, guidelines, and best practices to establish the basic design data and design criteria. The design must meet the requirements of relevant codes and applicable legislation. The following list of selected statutes and codes is provided for guidance only: (a) The Boilers and Pressure Vessels Act Ontario (MCCR, TSSA, etc) (b) CSA B149.6-11 Digester Gas Code (c) Navigable Water Act (d) Ontario Gas Utilization Code, Ontario Regulation 244, 346 (e) Environmental Protection Act, (f) Ontario Health and Safety Act (g) Ontario Building Code (h) Ontario Water Resources Act (i) NFPA 820 Standard for Fire Protection in Wastewater Treatment and Collection

Facilities (j) American Concrete Institute ACI 350-01

A.1.13 Quality Assurance and Quality Control

A.1.13.1 General

1. The City requires the Consultant to exercise internal Quality Assurance (QA) and Quality

Control (QC) for the projects it executes for the City. This is to ensure that the project will be executed to the City's requirements and expectations.

2. Preference will be given to Consultants having QA/QC programs in place at the time of Consultant selection.

A.1.13.2 QA Program

1. Perform the following minimum standard in QA for the project to ensure that the design work when completed has been reviewed and checked by senior staff from within the firm to The Quality Assurance (QA) program that the City expects from the Consultant includes all those planned and systematic actions required to ensure that the works that are to be constructed, will be designed in accordance with applicable codes, guidelines, standards and specifications.

2. Ensure it has been performed in accordance with:

(a) Good engineering practice

98 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS REV – SEP 2012 _____________________________________________________________________________________________

Page 10 of 15

(b) Constructability (c) Practical layout of equipment from an operation and maintenance perspective (d) Relevant code(s) and standard(s) that the project must comply with (e) The City's requirements as specified herein and in the Request for Proposal (f) Other specific requirements to the project

A.1.13.3 QC Program

1. The Quality Control which the City requires the Consultant to provide for projects, is the

examination of the services provided and work done, together with management and documentation necessary to demonstrate that these services and works meet contractual and regulatory requirements.

2. The City requires engineering drawings produced by the Consultant have been checked: (a) For design errors (b) For drafting errors (c) To ensure proper co-ordination has been exercised between the various engineering

disciplines within the firm and those performed by sub-consultant(s) (d) To ensure constructability

3. That specifications produced by the Consultant have been checked for completeness to ensure: (a) The City's legal and construction requirements are met (b) To ensure the City's standards for Tender Form, General Conditions, Special Provisions

etc. have been used. (c) That proper equipment has been specified (d) That the work in the various divisions in the specification are properly co-ordinated (e) That all the required approvals and permits have been specified (f) That all test procedures have been specified (g) That all codes and/or standards have been specified (h) That all equipment tolerances are specified for proper installation (i) That the Specifications are clear and concise

A.1.13.4 All reports, technical memoranda, drawings, manuals, contract documents and specifications,

both draft and final copies must be reviewed and QA/QC completed by the consultant prior to submission by the City. The consultant shall use the “Consultants QA/QC” stamp shown below to stamp the front page of the document and signed by the appropriate staff prior to submission to the City. The document with no stamp and signature will not be reviewed and will be returned. The consultant shall order and pay for the “Consultants QA/QC” stamp.

CONSULTANT’S QA/QC STAMP PRIME CONSULTANT: SUB-CONSULTANT:

SUBMISSION DATE REVIEWED BY

QA/QC STAFF DATE REVIEWED BY PROJECT

MANAGER Draft 1 Draft 2 Draft 3 Final

99 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS REV – SEP 2012 _____________________________________________________________________________________________

Page 11 of 15

A.1.14 Designated Substances (including asbestos) Management

A.1.14.1 Designated Substances & Asbestos Surveys (DSL) – General

1. On December 17, 2009, a new regulation made under the Occupational Health and Safety Act was filed with the Registrar of Regulations as Ontario Regulation O. Reg. 490/09. The regulation consolidated the previous eleven designated substance regulations, effective as of July 1, 2010.

2. In accordance with Part VI of the Ontario Occupational Health and Safety Act and Regulations, the City requires investigations and recommendations on the management of designated substances as defined under the Ontario Occupational Health & Safety Act. This includes the following Designated Substances that may be located at some City facilities:

Acrylonitrile Coke Oven Emissions Mercury

Arsenic Ethylene Oxide Silica

Asbestos Isocyanates Vinyl Chloride

Benzene Lead

3. In addition to the designated substances listed above the following materials are also to be

included:

i. Polychlorinated biphenyls (PCBs);

ii. Ozone-Depleting Substances;

iii. Urea Formaldehyde Foam Insulation;

iv. Man-made mineral fibres; and

v. Mould.

4. Where the scope of work refers to “Designated Substances”, this includes all of the items noted above.

A.1.14.2 Designated Substances Management – Scope of Services

1. Unless specifically instructed in the Request for Proposal, the Consultant shall be responsible to hire a qualified environmental sub-consultant as part of the design team to perform Designated Substances assessments, reports, and management for the project.

2. Unless specifically instructed in the Request for Proposal that a Designated Substances Survey and Report is not required, complete the Survey and Report in accordance with the requirements of the latest Ontario Occupational Health and Safety Act (OHSA) and Regulations.

3. The Consultant and sub-consultant shall review project requirements with the City, anticipate all areas that will be impacted by the project, and make all efforts to conduct destructive and non-destructive testing at the assessment stage so that, where possible, costs for Designated Substances, whether visible or hidden, can be factored into estimated project costs;

100 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS REV – SEP 2012 _____________________________________________________________________________________________

Page 12 of 15

4. Inspect and sample area indicated and related equipment and services that are suspected of containing Designated Substances to establish whether any suspect material that is likely to be disturbed, handled or removed during the demolition work, contains Designated Substances. Destructive testing shall be performed only on equipment that is to be demolished and is not currently in service or can be temporarily taken out of service in coordination with the City. Obtain approval from the City prior to any destructive testing.

5. Carry out laboratory analysis of samples to determine type and percentage of Designated Substances.

6. All sampled locations are to be labelled as to whether they contain or do not contain Designated Substances. They shall be labelled accordingly through the use of durable, high visibility labels at least three inches by one and a half inches in size and which properly and fully adhere to the surface (spray painting of locations is acceptable, and may be substituted for adhesive labels. High visibility paint in a distinctive colour is to be used). The labelling shall be performed during a separate site visit after the results of analysis have been received and the report has been reviewed at the 95% detailed design stage.

7. Prepare drawings and photographic documentation for all testing performed indicating type, location and extent of Designated Substances. Ensure that photographs of all sample locations are taken and that the inspector can trace the photograph back to the sample results and locations through use and coordination of labels, references, and site drawings.

8. Drawings prepared for the Designated Substances assessment shall be based on the design drawings for the project as prepared by the Consultant.

9. A Report shall be prepared that states whether Designated Substances containing material is likely to be disturbed, handled or removed during construction. If a material does contain Designated Substances, the Report shall state the type of Designated Substances, the approximate quantity present, and the recommended removal method. The Report shall be in full compliance with the requirements of Section 10 of Regulation 278/05 and shall include all noted Designated Substances.

10. The Report must include recommendations regarding remediation prior to tendering of the project construction contract.

11. The Report must include estimated costs for removal of Designated Substances based on estimated quantities, including requirements to meet OHSA.

12. The Report will be updated at various stages of the project as detailed below.

13. The Report shall be submitted to the City in accordance with standard submission requirements as defined in this RFP.

A.1.14.3 Designated Substances Management Work Scope Activities

1. Preliminary Design Phase

a) The environmental sub-consultant shall review previous Designated Substances

Surveys or Designated Substances Reports available at the site to identify any gaps in the information required based on the preliminary scope of the project.

b) A preliminary list of identified Designated Substances within the scope area shall be prepared for review by the City.

101 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS REV – SEP 2012 _____________________________________________________________________________________________

Page 13 of 15

2. 50% Detailed Design Phase – Draft Report

a) Provide an updated detailed drawing set and work scope to the environmental sub-consultant.

b) Carry out a detailed site survey as defined herein, including sampling and testing of all suspected Designated Substances.

c) Prepare the Report in accordance with A.1.14.2 including a site survey, sampling and analysis, and report generation.

d) The Consultant responsible for design who is fully conversant with the scope of work must walk the site with the environmental sub-consultant to identify project boundaries, specific items and equipment that will be impacted by the work.

3. 95% Detailed Design Phase – Updated Draft Report

a) Re-confirm, in writing, that the scope of work matches the Designated Substances Report conducted at the 50% detailed design phase. Confirmation that the scope of work matches the Designated Substances assessment as detailed in the Report must be signed by the Consultant who is knowledgeable as to the scope of work.

b) Where the scope of work has changed relative to the Report, carry out addition testing, and update the Survey and Report as required to ensure that the scope of work matches the Designated Substances Report.

c) Label confirmed Designated Substances containing materials identified during the survey. Also label in the same manner all materials that are identified as not containing Designated Substances.

d) Prepare the Designated Substances Report for inclusion in the Tender Documents. The intent is to ensure that a comprehensive source of information is provided to the Contractor that covers all potential locations and materials impacted by the project.

e) Include for tender site drawings and a technical specification that includes a detailed protocol for: a) removal of Designated Substances required under the contract (if any); b) quantities of materials identified; c) a strategy for dealing with any suspected Designated Substances (i.e. could not be tested for during design stage) or unanticipated Designated Substances found during construction, or d) management in-place, as appropriate. Provide technical support during the tendering process.

f) If abatement or remediation through a separate contract prior to construction is feasible, provide a detailed scope of work and site drawings for Designated Substances abatement and/or in-situ management, as well as technical support during tendering of abatement work.

g) If abatement and/or management is carried out through a separate contract prior to construction, the environmental sub-consultant shall provide monitoring and supervision of the work, and shall provide a signed clearance certificate upon completion.

4. Construction Phase – Final Report

a) If abatement and/or management is carried out through the construction phase, the

environmental sub-consultant shall provide monitoring and supervision of the work, and shall provide a signed clearance certificate upon completion.

102 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS REV – SEP 2012 _____________________________________________________________________________________________

Page 14 of 15

b) As scope changes occur throughout construction, provide updates as required to Designated Substances assessment, including testing, analysis, and updates to the Report.

c) At the completion of construction, update the Designated Substances Report to identify and detail all remaining Designated Substances within the scope of work area. Issue to the City as a Final Report.

A.1.14.4 Mandatory Qualifications for Consultants Undertaking Designated Substances Surveys

1. Consultants or sub-consultants completing designated substances and asbestos surveys for projects at Toronto Water facilities must fulfill the following mandatory requirements. Proof that the requirements are met must be provided to the City’s Project Manager, prior to any associated work proceeding: a) The firm must have a minimum five years experience working on similar projects. b) Principal or Senior Environmental Sub-Consultant must be a Certified Industrial

Hygienist or Professional Engineer with mandatory ten years of directly related experience assessing and managing Designated Substances. All reports must be reviewed and signed by this individual.

A.1.14.5 Mandatory Qualifications for Laboratories being used for Designated Substances 1. The proposed laboratory must meet the following criteria:

a) Performing the analyses must be accredited under the National Institute of Standards

and Technology (NIST) and the National Voluntary Laboratory Accreditation Program (NVLAP). Submit sample lab report with the proposal. Submit the name and NVLAP number of the accredited Bulk Analysis Laboratory that is to be used for sample analysis. All samples must be analyzed in accordance with the Ontario Ministry of Labour Code.

b) For asbestos note the following: a. Individuals performing air sample analysis should be personnel registered in

a Proficiency Analytical Testing (PAT) program such as the following: i. Asbestos Analyst Registry (AAR) of the American Industrial Hygiene

Association (AIHA) ii. Canadian Analytical Laboratory Accreditation (CALA) PCM iii. IIRST

b. Samples must be analyzed using appropriate method for determination in accordance with the requirements detailed in O.Reg. 278/05

A.1.15 Health & Safety

A.1.15.1 General Requirements

1. Consultants who enter water and wastewater facilities are likely to be exposed to chemical, biological and physical hazards.

2. The successful proponent is responsible for meeting the requirements of the

Occupational Health & Safety Act and City Health & Safety Manual and the consultant is to review their safe work procedures with the City prior to undertaking any field work onsite.

103 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS REV – SEP 2012 _____________________________________________________________________________________________

Page 15 of 15

3. The consultant’s staff on-site during any phase of the project must be knowledgeable of

the governing safety regulations including, but not limited to, Industrial Regulations, Construction Regulations, Regulation Respecting Asbestos on Construction Projects and in Building Repair Operations, Diving Operations, Designated Substances, WHMIS, Workplace Safety & Insurance Act, Transportation of Dangerous Goods Act, Technical Standards & Safety Act, Highway Traffic Act, Fire Protection & Promotions Act, X-Ray Safety.

4. The consultant’s staff on-site during any phase of the project must possess written proof

of competency such as appropriate training and experience in health and safety related activities applicable to the project (i.e. confined space entry, fall arrest, First Aid & CPR, Ladder & scaffolding training documentation, WHMIS training documentation, asbestos awareness and any other appropriate certificate required to be onsite).

5. WHMIS training, confined space awareness training, and 4-hour asbestos awareness

training, is mandatory for all consultant’s staff present on-site during any phase of the project. The City may request proof of training at any time.

6. For facilities where specific site orientation and security protocol exist, the consultant’s

staff onsite during any phase of the project must attend a mandatory 2-hour health and safety orientation specific to the treatment plant site before undertaking any work onsite. Orientation must be updated on an annual basis. Staff must adhere to site security and emergency procedures at all times.

7. The successful proponent is responsible for providing all safety equipment for the

protection of their staff, including gas detection, safety retrieval devices, and any ancillary equipment for confined space entries (CSEs) required for inspection purposes. Certification in CSE is a pre-requisite and experience in the use of self-contained breathing apparatus is also a requirement.

8. A standard entry permit must be completed before any CSE's take place. City staff will be

available to allow access to the facilities only. 9. Note obligations with respect to geotechnical work and OHSA in Appendix A.4, Item

A.4.7.1.

A.1.15.2 Prior to initiating any work onsite, the consultant must submit a letter on company letterhead, identifying that all personnel engaged in the assignment have had appropriate training in accordance with Section 1.15.1.4 and 1.15.1.5. The letter must be signed and signed by personnel who have the authority to bind the corporation, and is to be provided at the time of executing the Engineering Agreement.

END OF APPENDIX A1

104 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.2 – CLASS ENVIRONMENTAL ASSESSMENT REV 02 OCTOBER 2006 _____________________________________________________________________________________________

Page 1 of 13

A.2 CLASS ENVIRONMENTAL ASSESSMENT

A.2.1 General

.1 The Consultant shall undertake the tasks defined and outlined in the Municipal Engineer Association (MEA) Class Environmental Assessment (June 2000) for Municipal Water and Wastewater Projects and this Class EA document, although not bound into this RFP, shall be considered a part of this RFP document.. The required tasks are shown in the schematic diagram entitled Exhibit A.2 Municipal Class EA Planning and Design Process, from the MEA Class EA document. The required tasks must be completed in the sequence shown in this diagram. Additional City expectations and requirements are outlined in the following discussion.

.2 The Consultant shall undertake the tasks defined and outlined in this document which generally include, but are not limited to: 1. identifying the problem or opportunity, 2. collecting, reviewing and analyzing of all relevant data, 3. notifying government agencies, affected municipalities and interested parties/groups,

the public and stakeholders about the problems, 4. identifying alternative solution(s) to the problem(s), 5. evaluating alternative solutions to the problem and providing alternative

strategies/designs before determining the preferred solution, 6. convening and participating at public information meetings to obtain public input

throughout the process, and 7. confirming the preferred solution

.3 It is important that the problem to be addressed in the study be defined in consultation with the City of Toronto, the Ministry of the Environment (MOE) and other regulatory bodies, as appropriate. It is necessary to review all previous reports and other pertinent data relating to the problem, concerns and deficiencies with the existing Plant/Facilities. In carrying out the study, the Consultant should refer to all applicable legislation.

105 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.2 – CLASS ENVIRONMENTAL ASSESSMENT REV 02 OCTOBER 2006 _____________________________________________________________________________________________

Page 2 of 13

.4 The Consultant is required to maintain a complete Project File, in accordance with the MEA Class EA requirements.

.5 Notwithstanding the requirements of the Ontario Environmental Assessment Act, R.S.O. 1990, Chapter E.18, as amended, (herein referred to as the EA Act) it is a requirement that the Environmental Study Report (ESR) be produced for activities that are Approved Subject to the Screening Process.

.6 Co-ordinate public consultation activities with the City of Toronto’s Project Team including the Public Consultation Group. Refer to Section A.2.5 for the activities of the City’s Public Consultation Group.

.7 All tasks are the responsibility of the Consultant unless specifically identified as the City’s responsibility in either Section 2.5 of Appendix A.2 or within the main body of the RFP . Follow the steps as identified in the first four Phases of the MEA Class EA process. In the following discussion, specific reference is made to the four phases and various steps within each phase to explicitly indicate when selected additional activities, required by the City, are to be performed. (For clarity, the reader should reference the Class EA process schematic diagram Exhibit A.2, reproduced here from the MEA Class EA document, when reading the following discussion.) The City has identified various Progress and Interim Reports to be submitted to the City for review and approval for quality control purposes during the course of the project. These Progress and Interim Reports consist of one or more Sections of the final ESR document so that the ESR document is essentially written, reviewed and approved, step by step, during the course of the project when key milestones and decision points are reached. The required Draft Table of Contents for the final ESR document, referred to in the following sections of Appendix A.2, is to be as outlined immediately below.

.8 ESR – Draft Table of Contents 1.0 Problem/Opportunity Definition

1.1 Background 1.2 Problem/Opportunity Statement 1.3 Phase 1 Public and Agency Consultation

2.0 Evaluation of Alternative Solutions 2.1 Identification of Alternative Solutions 2.2 Inventory of the Environment 2.3 Impacts of Alternative Solutions 2.4 Evaluation of Alternative Solutions 2.5 Preferred Solution 2.6 Phase 2 Public and Agency Consultation

3.0 Alternative Design Concepts for Preferred Solution 3.1 Identification of Alternative Design Concepts 3.2 Detailed Inventory of the Environment 3.3 Impacts of Alternative Designs 3.4 Evaluation of Alternative Designs 3.5 Preferred Design 3.6 Public Consultation

4.0 Description of Preferred Undertaking 4.1 Description of Preferred Undertaking 4.2 Impacts and Mitigation Plan 4.3 Monitoring Plan 4.4 Estimated Cost and Implementation Schedule

106 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.2 – CLASS ENVIRONMENTAL ASSESSMENT REV 02 OCTOBER 2006 _____________________________________________________________________________________________

Page 3 of 13

4.5 Future Approvals 4.6 Notice of Completion

107 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.2 – CLASS ENVIRONMENTAL ASSESSMENT REV 02 OCTOBER 2006 _____________________________________________________________________________________________

Page 4 of 13

A.2.2 Class EA Process - Phase 1, Definition of the Problem

.1 The Consultant shall review the Terms of Reference and work program and ensure that they

understand the requirements as to: 1. Scope of Work 2. Availability of existing information from City of Toronto 3. Planning information to be used in the project.

.2 Review all currently available documents as identified in the Request for Proposal.

.3 Determine whether further information is required to finalize the problem definition phase.

.4 Define and illustrate the existing system.

.5 Upon completion of Phase 1 – Step 1 (refer to Exhibit A.2), prepare a Phase 1 Progress Report (ESR Section 1) including: 1. the formal definition of the problem/opportunity 2. Notice of Commencement for review, approval, and publication by the City 3. Defined boundaries of the facility Service Area 4. Preliminary boundaries of the Study Area 5. Public Consultation Plan including:

- Defined boundaries of the Public Notification Area - List of appropriate review agencies for contact - Format and timing of public consultation events

A.2.3 Class EA Process - Phase II, Alternative Solutions to the Problem and Evaluation

.1 Following the completion of Phase 2 - Step 1, prepare Phase 2 Progress Report 1 (ESR Section 2.1) outlining the various alternative solutions to the problem that will be considered, including, but not limited to, the following: 1. Modification and/or improvement of the proposed water or wastewater facility. 2. Expansion of the proposed water or wastewater facility. 3. Servicing of the proposed and forecasted development within the service area via another

water or wastewater facility and/or via another means. 4. Construction of a new water or wastewater facility. 5. Limit the growth of the area serviced by the facility. 6. Do nothing. The Do Nothing option, otherwise known as the existing system, is to be defined and illustrated. If computer modelling is to be part of the Class EA Study, parameters for the existing system are to be inputted into the computer model and the computer model is to be calibrated. The Phase 2 Progress Report 1 should include, but not be limited to: Existing System

- facility and infrastructure location map(s) - system process schematic - system throughput, performance and effectiveness

108 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.2 – CLASS ENVIRONMENTAL ASSESSMENT REV 02 OCTOBER 2006 _____________________________________________________________________________________________

Page 5 of 13

Calibration Report

- database of existing system parameters input into computer model - computer model runs under average and worst case operating conditions - comparison and verification that computer simulations closely mimic performance of

existing system Development of Alternative Solutions

- identification of the long list of candidate technologies considered - identification of the long list of candidate areas (and/or routes) considered - screening criteria and their application - short-listed technologies and areas (and/or routes) - alternative solutions developed from short-listed technologies and areas (and/or

routes) - supporting calculations and/or computer modelling

.2 Phase 2 – Step 2 requires that an inventory of the environment be conducted for each candidate area and/or route. This inventory should include a desk-top review of existing agency databases and publications and existing City reports and documentation. An overview field visit(s) should also be conducted for each candidate area and/or route.

.3 Phase 2 – Step 3 requires identifying the impact of the alternative solutions on the environment. This task must include facility sizing, costing, performance and emissions and the extent of impact these will have on the surrounding environment.

.4 Complete Phase 2 – Steps 2 and 3 and prepare Phase 2 Progress Report 2 (ESR Sections 2.2 and 2.3) summarising work performed to-date in Phase 2 and a proposed methodology to be followed for the subsequent Phase 2 Step 4 work and submit for City review and approval. Phase 2 Progress Report 2 should include, but not be limited to, discussion of the following: Inventory of the Environment

- terrestrial ecology - aquatic ecology - social environment - economic environment - cultural heritage - archaeological resources - traffic - atmospheric environment (equipment/process exhaust, noise, odour, dust, etc.) - hydrology (surface water courses and/or site drainage) - subsurface conditions (geotechnical, hydrogeology, soil contamination) - agriculture, forestry, mineral resources (if applicable) - regulatory environment ( maps to be provided showing TRCA Regulatory Limit, ESA’s,

ANSI’s, existing land-use zoning and discussion on required Federal, Provincial, and Municipal approvals requirements by candidate area)

- other applicable effects (refer to MEA Class EA document Part C ‘Effects Table’) Impacts on the Environment

- facility sizing, and footprint for each alternative solution - facility throughput, performance and effectiveness for each alternative solution - facility costing for each alternative solution

109 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.2 – CLASS ENVIRONMENTAL ASSESSMENT REV 02 OCTOBER 2006 _____________________________________________________________________________________________

Page 6 of 13

- facility emissions (to air, land, water) for each alternative solution - supporting calculations and/or computer modelling - discussion of each alternative solution regarding the impacts on the social and cultural

environment and on archaeological resources - maps or drawings showing location of facilities and/or routes for each alternative

solution Proposed Evaluation Methodology for Alternative Solutions

- environmental categories, criteria and/or indicators to be used - category and/or criteria weighting methods, if applicable - screening, qualification, ranking and/or scoring methods to be used

.5 The City must review and approve Phase 2 Progress Reports 1 and 2 before the Consultant

can start Phase 2 - Step 4: the evaluation of the alternative solutions.

.6 Following the completion of the Phase 2 – Step 4 work, prepare and submit the Draft Interim Phase 2 Report (ESR Sections 1, 2.1, 2.2, 2.3, and 2.4) for City review and approval. City approval is required prior to public and agency consultation.

.7 Circulate the Final Interim Phase 2 Report to review agencies for comment.

.8 Prepare and provide the following materials as a minimum for public display. The quality of display shall be to the level expected and required for public display in an EA process. As a minimum, the consultant shall provide the following: 1. Display materials showing the service area and study area 2. Display materials showing the alternative solutions being considered. 3. One copy (reproducible) of a folded hand-out information sheet showing the preferred

solutions. This information sheet should also mention: “Part II Order" rights; contact person for the proponent; how to stay involved in the planning process.

.9 Attend the Public Information Centre, present technical information on the project, and respond to questions from the public. Technical material should include: 1. Service area information 2. Alternative solutions investigated and evaluated 3. Environmental impact of alternative solutions

.10 Review feed-back from all interested parties and select the preferred solution.

.11 Prepare the Draft Final Phase 2 Report (ESR Sections 1, 2.1, 2.2, 2,3, 2.4, 2.5 and 2.6) and submit for City review and approval

.12 In accordance with requirements for projects that are considered “Schedule B”, prepare a Notice of Completion

A.2.4 Class EA Process - Phase III, Alternative Design Concepts and Evaluation

.1 Following completion of Phase 3 Step 1, prepare and submit for City review and approval the Phase 3 Progress Report 1 (ESR Section 3.1) summarizing the development and short-listing of the alternative design concepts being proposed.

110 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.2 – CLASS ENVIRONMENTAL ASSESSMENT REV 02 OCTOBER 2006 _____________________________________________________________________________________________

Page 7 of 13

.2 Phase 3 – Step 2 requires that an inventory of the environment be conducted for each alternative design concept on the preferred site(s). This inventory should include site specific detailed field inspections and sampling and data gathering for each alternative design concept on the preferred site(s).

.3 Phase 3 – Step 3 requires identifying the impact of the alternative design concepts on the environment. This task must include facility sizing, costing, performance and emissions and the extent of impact these will have on the surrounding environment.

.4 Complete Phase 3 – Steps 2 and 3 and prepare Phase 3 Progress Report 2 (ESR Sections 3.2 and 3.3) summarising work performed to-date in Phase 3 and a proposed methodology to be followed for the subsequent Phase 3 Step 4 work and submit for City review and approval. Phase 3 Progress Report 2 should include, but not be limited to, discussion of the following: Detailed Inventory of the Environment

- terrestrial ecology - aquatic ecology - social environment - economic environment - cultural heritage - archaeological resources - traffic - atmospheric environment (equipment/process exhaust, noise, odour, dust, etc.) - hydrology (surface water courses and/or site drainage) - subsurface conditions (geotechnical, hydrogeology, soil contamination) - agriculture, forestry, mineral resources (if applicable) - regulatory environment ( detailed approvals requirements as per list in Appendix

A.1.11 for each alternative design concept) - other applicable effects (refer to MEA Class EA document Part C ‘Effects Table’)

Impacts on the Environment

- facility sizing, and footprint for each alternative design concept - facility throughput, performance and effectiveness for each alternative design concept - facility costing for each alternative design concept - facility emissions (to air, land, water) for each alternative design - supporting calculations and/or computer modelling - discussion of each alternative solution regarding the impacts on the social and cultural

environment and on archaeological resources - maps or drawings showing location of facilities and/or routes for each alternative

design concept Proposed Evaluation Methodology for Alternative Design Concepts

- environmental categories, criteria and/or indicators to be used - category and/or criteria weighting methods, if applicable - screening, qualification, ranking and/or scoring methods to be used

.5 The City must review and approve Phase 3 Progress Reports 1 and 2 before the Consultant can start Phase 3- Step 4: the evaluation of the alternative design concepts.

.6 Following the completion of the Phase 3 – Step 4 work, prepare and submit the Draft Interim

111 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.2 – CLASS ENVIRONMENTAL ASSESSMENT REV 02 OCTOBER 2006 _____________________________________________________________________________________________

Page 8 of 13

Phase 3 Report (ESR Sections 3.1, 3.2, 3.3, and 3.4) for City review and approval. City approval is required prior to public and agency consultation.

.7 Circulate the Final Interim Phase 3 Report to review agencies for comment.

.8 Prepare and provide the following materials for public display. The quality of display shall be to the level expected and required for public display in an EA process. As a minimum, the consultant shall provide the following:

1. Display materials showing the alternative solutions considered and the alternative design

concepts considered. 2. Display materials showing the conceptual layout of the recommended design concept for

the preferred solution. (If it is an expansion of a plant, show existing facility) 3. A coloured display showing the landscaping of the facility for the recommended design

concept for the preferred solution. 4. A coloured display showing an architectural rendition of the facility for the recommended

design concept for the preferred solution. 5. Prepare and provide one (1) reproducible copy of folded handout information sheet of

the recommended design concept for the preferred solution

.9 Attend the Public Information Centre, present technical information on the project, and respond to questions from the public.

.10 Review feed-back from all interested parties and select the preferred solution. Where reviewing and/or approving agencies have not responded, follow up with written documentation requesting their input, if any.

.11 Prepare the Draft Final Phase 3 Report (ESR Sections 3.1, 3.1, 3.3, 3.4, 3.5, and 3.6) and submit for City review and approval.

A.2.4 Class EA Process - Phase IV, Documentation

.1 Prepare and submit a draft Environmental Study Report (ESR Sections 1, 2, 3, and 4) of the Class EA process for review.

The following items are to be included in the report as a minimum. 1. Documentation of the problem. 2. Alternative solutions to the problem. 3. Environmental impacts of the alternative solutions and mitigating measures. 4. Evaluation of alternative solutions. 5. Class EA category of alternative solution 6. Recommendations for the preferred solution. 7. Alternative design concepts for the preferred solution. 8. Environmental impacts of the alternative design concepts and mitigating measures. 9. Evaluation of the alternative design concepts. 10. Recommendations for the preferred design concept. 11. Detailed description of public consultation process, comments received and City

responses.

.2 Review draft ESR report with the City. Prepare final draft ESR report incorporating City comments and submit to City of Toronto.

.3 Prepare a “Notice of Completion” for publication and distribution by the City

112 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.2 – CLASS ENVIRONMENTAL ASSESSMENT REV 02 OCTOBER 2006 _____________________________________________________________________________________________

Page 9 of 13

.4 Review feedback and answer enquires during the 30-day public review period and upon

completion of the 30-day review period, review final draft ESR report and the feedback received from all reviewing and approval agencies, including the public, with City of Toronto

.5 If there is no request for “Part II Order” (i.e. bump-up), finalise the Environmental Study Report and submit copies of the final report to the City. Note: Scope of work related to Part II Orders is in accordance with the project terms of reference, Section 2.0.

.6 Submit the ESR to the Ministry of Environment.

113 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.2 – CLASS ENVIRONMENTAL ASSESSMENT REV 02 OCTOBER 2006 _____________________________________________________________________________________________

Page 10 of 13

A.2.5 City of Toronto Public Consultation

.1 The City of Toronto has an internal group called the City of Toronto Public Consultation Unit

that provides support in a number of activities related to public consultation. These services, provided and paid for by the City, include the following:

1. Responsible for the overall management of the Public Consultation program

2. Preparation of the draft and final public consultation plan with input from consultant.

3. Advance planning for public events, and the promotional activities surrounding these events, to ensure that staff and consultant time is used to its maximum efficiency.

4. Facilitation support and logistics for public events like meetings, open houses, workshops, and similar activities, including arranging for meeting locations and associated fees, refreshments, attendance tracking, preparation and distribution of public meeting/open house minutes, etc.

5. Preparation and maintenance of the database of contacts within the Notification Area, excluding regulatory contacts. The City will provide the Consultant with updates throughout the project.

The consultant to prepare and maintain database of regulatory contacts with the Notification Area. The regulatory agencies should include but not be limited to MOE-EA Branch, TRCA, MNR, DFO, Indian & Northern Affairs.

6. Development and publication of all notices and advertisements with input from consultants.

7. Receipt, tracking, and consolidation of all comments from the public. The information will be summarized and distributed to the consultant for preparation of draft responses.

8. Distribution of responses to feedback from the public.

9. Placement of ESR on file for public review.

10. Ongoing coordination with City staff and Council and the consultant in the production of materials for public consultation activities (e.g. flyers, advertisements, fact sheets, newsletters). The City’s Public Consultation shall print all materials (excluding display boards) and will be responsible for distribution to public.

11. Coordination of community outreach activities that can result from the public consultation process

A.2.6 Cultural Heritage Resource Assessment Guidelines

.1 Where specifically requested in the Request for Proposal, Section 3 – Scope of Work, or as

authorized by Change Order, the consultant is to complete a cultural heritage resource assessment and determine whether an undertaking has the potential to impact on cultural heritage resources. The cultural heritage resource assessment will identify how the preferred undertaking and each alternative to the preferred undertaking will affect heritage resources. The cultural heritage resource assessment is to be forwarded to the Heritage Preservation Services Unit, City of Toronto and the Ministry of Culture for review and to obtain final clearances.

114 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.2 – CLASS ENVIRONMENTAL ASSESSMENT REV 02 OCTOBER 2006 _____________________________________________________________________________________________

Page 11 of 13

.2 The following types of cultural heritage resources are to be considered and inventoried:

1. Archaeological resources including known archaeological sites and lands of archaeological potential as defined by the City of Toronto and/or Toronto Region Conservation Authority in the methodology described in the Interim Report – Archaeological Master Plan (also see web link.)

2. Heritage resources including but not limited to, properties identified on the City of Toronto’s Inventory of Heritage Properties

3. Cultural heritage landscapes

.3 Based upon the inventory of cultural resources identified within the study area by the consultant, it is expected that a Heritage Impact Statement and an Archaeological Resource Assessment will be completed. Refer to the following web links for more detail: http://www.toronto.ca/developing-toronto/dtguide/heritage_study.htm http://www.toronto.ca/developing-toronto/dtguide/archassessment_study.htm

.4 The Cultural Heritage Resource Assessment is to be conducted by a member of the Canadian Association of Professional Heritage Consultants (www.caphc.ca).

.5 Evaluation: The consultant is to define a procedure for the evaluation of cultural heritage resources including built heritage, archaeological resources and cultural landscapes. The consultant should identify the evaluation and identification criteria used to determine the potential for heritage resources to be affected by the undertaking and the alternatives.

1. Provide draft Cultural Heritage Resource Assessment as part of Technical Memo #2. 2. Provide final Cultural Heritage Resource Assessment as part of Technical Memo #3.

.6 Mitigation and Contingency Plans: Mitigation measures are to be identified and should include a description and justification of the measures proposed. A contingency plan should be developed to guide potential construction design changes or other unforeseen circumstances that may impact upon the cultural heritage resources.

115 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.2 – CLASS ENVIRONMENTAL ASSESSMENT REV 02 OCTOBER 2006 _____________________________________________________________________________________________

Page 12 of 13

SUMMARY OF DELIVERABLES CLASS ENVIRONMENTAL ASSESSMENT

ITEM DESCRIPTION

PHASE I

1 PHASE 1 PROGRESS REPORT (DRAFT & FINAL)

PHASE II

1 PHASE 2 PROGRESS REPORT 1 (DRAFT & FINAL)

2 PHASE 2 PROGRESS REPORT 2 (DRAFT & FINAL)

3 INTERIM PHASE 2 REPORT (DRAFT AND FINAL)

4 DISPLAY MATERIALS FOR PUBLIC INFORMATION CENTRE

5 FINAL PHASE 2 REPORT (DRAFT AND FINAL)

PHASE III

1 PHASE 3 PROGRESS REPORT 1 (DRAFT & FINAL)

2 PHASE 3 PROGRESS REPORT 2 (DRAFT & FINAL)

3 INTERIM PHASE 3 REPORT (DRAFT AND FINAL)

4 DISPLAY MATERIALS FOR PUBLIC INFORMATION CENTRE

5 FINAL PHASE 3 REPORT (DRAFT AND FINAL)

PHASE IV

1 ENVIRONMENTAL STUDY REPORT (DRAFT AND FINAL)

END OF APPENDIX A.2

116 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.2 – CLASS ENVIRONMENTAL ASSESSMENT REV 02 OCTOBER 2006 _____________________________________________________________________________________________

Page 13 of 13

117 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.3 – ENGINEERING STUDIES REV – SEP 2012 _____________________________________________________________________________________________

Page 1 of 3

A.3 ENGINEERING STUDIES

A.3.1 Meetings

Refer to Appendix A.1 for details regarding project meetings.

A.3.2 Data Collection

A.3.2.1. General

The Consultant shall review all available pertinent documentation and conduct all necessary

field inspections, testing, studies, and surveys to suit the study scope.

A.3.2.2. Existing Data Collection

1. Existing Documents, Record Drawings and Existing Conditions

The City will provide copies of available record drawings, reports studies, Facility Forecasts and other documents pertaining to the study. Visit the site as required to determine existing conditions, equipment locations, process layout and flow, services, features, connections, routes, access, interference, etc., related to the study. The Consultant shall note that changes may have been made over time without updating the documents or record drawings. Prior to commencement of the engineering study, the Consultant shall review the existing background information, as well as conduct a site review of the facility to confirm changes or omissions, if any, in the record drawings (excluding electrical low voltage, and control wiring). The expected level of the site review includes at a minimum, a walk-through of the facility and visual observations. The Consultant shall record its findings and advise the PM of any significant changes or omissions in the existing documents and record drawings.

Any additional work required due to the Consultant’s failure to review documents or record drawings will be at the Consultant’s own cost.

2. Current Projects Review scope of current City projects and identify potential impacts on this study. Ensure that any potential impacts/conflicts are identified and discussed with the City’s Project Team, for resolution by the City.

3. Existing Equipment Perform a field review of existing process, mechanical and electrical equipment relevant to the study. Verify existing equipment capacities, conditions and layout. Review operational records and interview Operations staff and discuss equipment and/or process operating performance, efficiency, reliability and maintenance history.

4. Operating Procedures

The Consultant shall become familiar with the facility’s operating procedures/systems where relevant to the subject study.

118 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.3 – ENGINEERING STUDIES REV – SEP 2012 _____________________________________________________________________________________________

Page 2 of 3

A.3.2.3. New Data Collection

1. Following the collection of all existing data, the consultant shall prepare a Technical Memorandum summarizing the collected information, identifying where data gaps exist, and outline a recommended Study Plan so that sufficient new data can be collected to adequately complete the study.

2. Study Plan

The consultant shall prepare a Study Plan tailored to the scope and goals of this study outlining the following:

- materials/media to be sampled and rationale - sampling equipment and methodology - parameters to be monitored or tested and rationale - monitoring and testing equipment and methodology - sampling/monitoring locations, number of samples and duplicates - sampling/monitoring access issues, operational issues (ie shut-downs) and

process requirements, potential impact to Certificate of Approval, and associated consultation strategy

- laboratory analytical plan - comparative criteria (i.e. applicable Codes, Standards, Regulations,

Guidelines, etc.) - schedule

3. Original Equipment Manufacturer (OEM) Inspection

If required, the Consultant shall retain the original equipment manufacturer (where feasible) to conduct a thorough inspection of the equipment and prepare a report. The report shall:

- summarise all equipment components and identify those in good condition, in need of repair, and in need of replacement;

- estimate costs and schedule; and - estimate the life-span of the refurbished equipment.

A.3.3 Standards

Refer to the RFP Section 2.3 for the City’s standards.

The Consultant shall note that topographic mapping, field edit, compiled area plan, and property surveys are collections of data from various sources. This information requires proper editing and formatting by the Consultant in accordance with the City’s drafting standard before being used as a base plan.

A.3.4 Conceptual Design Alternatives

A.3.4.1 The Consultant shall develop several conceptual design alternatives and summarize in a

Technical Memo, which will provide the foundation for the study. Where possible, a minimum of three viable alternatives are to be identified for comparison purposes. In general, these should represent a range of alternatives with respect to performance, complexity and cost.

A.3.4.2 Submit a Technical Memo outlining the alternative conceptual designs for consideration in

119 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.3 – ENGINEERING STUDIES REV – SEP 2012 _____________________________________________________________________________________________

Page 3 of 3

the study to the City for approval prior to commencement of the review.

A.3.5 Study Report

A.3.5.1 The final study report shall outline the pertinent pre-existing data collected, summarise the results of the study plan, detail the conceptual design alternatives developed, provide an analysis and comparison of these alternatives, and include a recommendation on the preferred alternative. The analysis shall be based on the technical information, prepared by the Consultant. The analysis and comparison of the alternatives shall include, but not be limited to the following: 1. Cost of ownership (i.e. lifecycle costs) 2. Land requirements 3. Impact on future and current land use 4. Capacity, performance and efficiency 5. Operational and maintenance costs 6. Operational issues and concerns 7. Site constraints 8. Design and construction schedule 9. Constructability challenges 10. Future expandability

A.3.5.2 The review shall document the process with sufficient level of detail to support the City’s decision on proceeding with the selected alternative.

A.3.5.3 In general, the report shall include technical memoranda, the results of the study plan, and any modelling, notes of meetings, and copies of relevant correspondence with the study stakeholders.

A.3.6 Deliverables

A.3.6.1 The following provides a list of deliverables upon completion of the study. The Consultant

shall note that the RFP may contain additional project specific deliverables: 1. Draft and final study plan 2. Technical Memo on Design Alternatives 3. OEM Equipment Refurbishment Feasibility Report 4. First draft Engineering Study Report 5. Final Engineering Study Report

END OF APPENDIX A.3

120 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.4 – PRE-DESIGN ENGINEERING SERVICES REV – SEP 2012 _____________________________________________________________________________________________

Page 1 of 16

A.4 PRE-DESIGN ENGINEERING SERVICES

A.4.1 General

A.4.1.1 Existing Documents and Drawings

1. The City will provide copies of available drawings, reports, and other documents pertaining to the project. The Consultant shall note that changes may have been made over time without updating the documents or drawings. Prior to commencement of the pre-design, the Consultant shall review the existing background information, as well as conduct a site review at the facility to confirm changes or omissions, if any, in the drawings. The expected level of the site review includes a walk through the facility and visual observations. The Consultant shall record its findings and advise the PM of any significant changes or omissions in the drawings.

2. Any redesign work required due to the Consultant‟s failure to review documents or drawings will be at the Consultant‟s own cost.

A.4.1.2 Review scope of current projects and identify potential impacts on the project. Ensure that

any potential impacts/conflicts are identified and discussed with the City‟s project team.

A.4.1.3 At each facility, the City of Toronto maintains a complete set of Master Process and Instrumentation Diagrams (Master P&IDs) that schematically represent the functional relationship of all piping, system equipment, instrumentation and components. The Master P&ID sets also provides some electrical information as well, and typically documents;

Process piping, size and service Flow directions Interconnection references to other drawings Valves with tag designations Mechanical equipment with tag designations Instrumentation with tag designations Tankage, size and service Electrical distrubituion and control and assets inclusive of tagging Miscellaneous - vents, drains, special fittings, sampling lines, reducers, increasers

and swagers Control inputs and outputs, interlocks, annunciation inputs Identification of components and subsystems delivered by others Intended physical sequence of the equipment Equipment rating or capacity

All demolition and new tie-in points are to be identified on the Master P&IDs, to show the effect on the existing systems. Additions may be documented (to the PFD level of detail) on a separate drawing.

A.4.1.4 At each facility, the City of Toronto maintains a complete set of Master Single Line Diagrams (Master SLDs) that schematically depict all paths for power flow between entities of the electrical system, as well as salient specifications. The Master SLD set typically documents;

121 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.4 – PRE-DESIGN ENGINEERING SERVICES REV – SEP 2012 _____________________________________________________________________________________________

Page 2 of 16

Connection to the utility Switchgear, busbars Circuit breakers and switches Transformers Conductors Motor Control Centres, and/or motors Generators Panelboards

All demolition and new tie-in points are to be identified on the Master SLD's, to show the effect on the existing systems. Additions may be documented on a separate drawing

A.4.1.5 At each facility, the City of Toronto maintains a complete set of Master SCADA Architecture Drawing. The Master SCADA Architecture drawing typically documents:

Core closets Access closets RPUs Servers HMI's

All demolition and new tie-in points are to be identified on the Master SLD's, to show the effect on the existing systems. Additions may be documented on a separate drawing

A.4.1.6 Meetings

1. Refer to Appendix A.1 for details regarding project meetings. 2. Furthermore, if dictated by the projects scope and complexity, make arrangements and

conduct additional meetings with Plant Operations staff, as required.

A.4.1.7 Equipment Redundancy and Selection

1. The Consultant shall ensure that the level of redundancy for process and/or equipment at City‟s facilities meets the Certificate of Approval criteria, operating objectives, and the functionality of the associated process equipment. The City has adopted, in principle, a policy to provide firm capacity for major processes and equipment. Under the policy for each process one or two process units could be offline for maintenance and repair, while still complying will the Certificate of Approval, as well as other provincial or federal regulations.

2. Discuss with City staff their preferences for equipment selection. Identify suppliers and recommend equipment based on the following: best performance, reliability, flexibility, availability, life cycle costs, ease of maintenance, expandability, spatial requirements and supplier/owner references with respect to service in existing installations. List features, benefits, as well as advantages and disadvantages of the selected equipment, including information on equipment delivery and its impact on construction timelines. Except for proprietary equipment, consider at least three suppliers for each component, whenever possible.

3. In consultation with the City, prepare equipment list and data sheets for inclusion in the pre-design report. Ensure that the selected equipment/system can be fully automated and is suitable for unattended operation, where appropriate.

122 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.4 – PRE-DESIGN ENGINEERING SERVICES REV – SEP 2012 _____________________________________________________________________________________________

Page 3 of 16

A.4.1.8 Approvals

1. Refer to Appendix A.1 for general information. During pre-design, the Consultant shall determine the project specific approvals and co-ordinate the process with the City and the approval agencies.

2. If applicable, conduct pre-consultation with the Ministry of the Environment prior to submitting an application for amendments to the Environmental Compliance Approval.

3. Near the conclusion of the pre-design phase, identify if a pre-start health & safety review will be required at the conclusion of the design phase of the project.

A.4.1.9 I&C and SCADA Requirements

Unless specifically instructed in the Request for Proposal that automation in the facility is not

required, all processes shall be fully automated, allowing for unattended operation of the system. Comply with the requirements of the Toronto Water Process Control System (PCS Implementation Guidelines.

A.4.2 Field Reviews, Studies and Surveys

A.4.2.1 General

1. The Consultant shall identify and conduct all necessary field reviews, studies, and surveys to suit the project scope.

2. Any redesign work required due to the Consultant‟s failure to conduct field reviews, surveys will be at the Consultant‟s own cost.

A.4.2.2 Existing Conditions and Utilities

1. Visit the site as required to determine existing conditions, locations, services, features,

connections, routes, access, interference, etc., related to the proposed design. 2. Submit plans to utility companies to obtain locations of all below and aboveground

utilities. Provide field survey within the limits of the construction area and obtain accurate field ties to all buried utilities as identified by utility companies. Refer to A.4.9.

3. Develop an approach to ensure that critical utilities are maintained during construction. Where necessary, coordinate and arrange to expose if accurate location is critical for design purposes. Cost to expose will be borne by the City.

A.4.2.3 Field edit of Aerial Mapping

1. On projects where the City provides the Consultant with aerial mapping in digital format

within the project limits, the Consultant shall conduct a field edit (survey) of the aerial mapping. The purpose of the survey is to confirm the location, accuracy, and completeness of all topographic information; verify inverts and materials of existing pipes and manholes where new system will connect, and verify location of all above ground utilities. The Consultant shall comply with the following:

(a) Set horizontal control line in accordance with the City‟s requirements with ties to existing property bars and topographic information.

(b) Set elevation control bench marks clear of the expected construction area to allow referencing of further detailed elevation information, as well as the development and control of elevations of the works to be constructed under this

123 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.4 – PRE-DESIGN ENGINEERING SERVICES REV – SEP 2012 _____________________________________________________________________________________________

Page 4 of 16

project. (c) Provide any other necessary survey work required to complete the design of the

project. (d) Provide all survey notes for layout purposes.

A.4.2.4 Topographical survey

Unless specifically excluded in the RFP, a topographical survey of the project area is

required.

A.4.2.5 Existing Equipment

Perform a field review of existing piping, process, mechanical and electrical equipment relevant to the project. Verify existing equipment and piping capacities, conditions and layout. Provide recommendations on what existing equipment can be re-used, and what equipment should be replaced. All demolition, alteration or addition must be documented using the Master P&IDs and Master SLDs to show the effect on the existing systems.

A.4.2.6 Existing Structures

1. Undertake a pre-construction survey of the existing building envelope within the project areas, including process tanks, roofs, and surfaces finish conditions. Summarize your findings and recommendations in a technical memorandum to the City. The memorandum shall be included as an appendix to the pre-design report. Review and discuss with the City further specialized investigation, if required.

2. If applicable under the project scope, determine load carrying capacity of the existing structures. Confirm the structural integrity of the existing facility to accommodate the proposed equipment and loadings, and develop pre-design to upgrade the structural integrity if necessary.

A.4.2.7 Operating Procedures

The Consultant shall become fully familiar with the facility‟s operating procedures/systems.

A.4.2.8 Designated Substances Surveys

Undertake the initial project specific survey in accordance with A.1.14. and provide

recommendations & work scope for abatement activities.

A.4.4 Energy Management Plan

A.4.4.1 City of Toronto Council Energy Reduction Targets

The Council approved the following energy management targets: (a) A 20 per cent reduction in carbon dioxide emissions by 2005 from 1990 levels (b) Developments to reduce energy use in their buildings and in the City building

and facilities by at least 15 per cent by 2005 (c) The City to purchase 25 per cent of its corporate energy needs from „green

power‟ (d) Ensure that the City accounting system allows energy use to be tracked

A.4.4.2 Energy Management Plan

124 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.4 – PRE-DESIGN ENGINEERING SERVICES REV – SEP 2012 _____________________________________________________________________________________________

Page 5 of 16

1. Council targets govern the energy management strategies for capital projects. These

strategies shall aim at minimizing the project energy requirements by using the best available energy management technology in the project design. Provide an Energy Management Plan (EMP) that evaluates and details energy efficiency measures that shall include, but are not limited to:

(a) Design of treatment processes and process equipment that minimize energy consumption.

(b) Design of building envelopes and systems that minimize heating, ventilation, and air conditioning requirements.

(c) Use of energy efficient lighting systems; use of natural light, switching facilities, timers and occupancy sensors to reduce lighting and space heating requirements in areas not continuously occupied.

(d) Power consumption monitoring and logging in each motor control centre (e) High efficiency motors where applicable, any motors with greater than 60% duty

cycle should be considered for ultra high efficiency. Any motors with intermittent loads should be considered for variable frequency drive.

(f) Power factor correction shall be greater than 0.95 lagging. (g) Evaluation of waste heat recovery options and renewable energy technologies

such as solar photovoltaic, water and air heating. 2. It is the City's objective to maximize energy savings upon completion of the program

through innovative solutions, including but not limited to the opportunities unique to the facility under consideration.

3. The Consultant shall undertake an in-depth review of the technical options and perform a cost/benefit analysis of energy efficiency measures outlined in 1. Above.

4. The Consultant shall summarize the recommended measures appropriate for the project in an EMP, with all recommendations supported by energy savings ($), energy reduction (kWh), demand reduction, (kW) and capital cost, and attach as an appendix to the pre-design report.

5. The implementation of the recommendations related to items 1. (a) through (f) in the design phase is deemed to be included in the base scope of work.

6. Inclusion of any recommendations associated with item 1 (g) will be adopted subject to City acceptance and a negotiated change in scope.

A.4.5 Review of Design Alternatives

A.4.5.1 1. The Consultant shall prepare a review of design alternatives and summarize in a report,

which will provide the foundation for the pre-design phase. Submit a report outline to the City for approval prior to commencement of the review.

2. The report shall outline project specific options, provide an analysis of these options, and include a recommendation of the preferred alternative. The analysis shall be based on the technical information, prepared by the Consultant prior to commencement of the pre-design, and on the input from the City. The analysis of options shall include, but not limited to the following:

(a) Cost of ownership including annual fixed/amortized costs (b) Land requirements (c) Impact on future and current land use (d) Operational and maintenance costs (e) Operational issues and concerns (f) Site constraints (g) Design and construction schedule (h) Constructability challenges

3. The review shall document the process with sufficient level of detail to support the City‟s

125 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.4 – PRE-DESIGN ENGINEERING SERVICES REV – SEP 2012 _____________________________________________________________________________________________

Page 6 of 16

decision on proceeding with the selected option. 4. In general, the report shall include technical memoranda, test results of pilot testing,

notes of meetings, and copies of relevant correspondence with the project stakeholders. 5. On selected projects the review of design alternatives and the pre-design report, as

defined Appendix A.4, may be combined in one document. Refer to the project specific scope of work in the RFP.

A.4.6 Pre-Design Report

A.4.6.1 General

1. Prepare a comprehensive pre-design report, which will provide the basis and details for

the final detailed design and construction of the proposed facilities. Submit a report outline to the City for approval prior to commencement of the report.

2. The final pre-design report must be signed and stamped by a Professional Engineer licensed in Ontario.

3. Upon approval of the pre-design report by the City, changes will not be permitted unless authorized in writing the City‟s Project Manager.

A.4.6.2 Plant & Facility Projects

The scope of the pre-design report shall be project specific. In general, the report should

include the following sections: 1. Executive Summary

2. Project Description (a) Background

(b) Objectives (c) Process units (d) Applicable guidelines and standards

3. Location plan (a) Preliminary site plan including existing facility property

(b) Land to be acquired, if applicable

4. Site services (a) Municipal water supply

(b) Municipal wastewater connection (c) Hydro power supply (d) Site access and egress (e) Storm water drainage management (f) Telephone (g) Natural gas

5. Basic Design Data (a) Basic design data as required by the MOE Environmental Compliance Approval.

(b) Complete preliminary process design calculations, as required, using existing plant data where available.

(c) Document rationale for selection of design criteria used.

6. Process Design Elements drawing.

(a) All demolition and new tie-in points are to be identified on the Master P&IDs, to

126 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.4 – PRE-DESIGN ENGINEERING SERVICES REV – SEP 2012 _____________________________________________________________________________________________

Page 7 of 16

show the effect on the existing systems. Additions may be documented (to the PFD level of detail) on a separate drawing(s).

(b) Process flow diagrams depicting equipment, piping, valves, in-line measurement devices etc. Include all ancillary systems such as process air etc.

(c) A preliminary hydraulic profile and identify all major unit operating liquid levels. All assumptions used and calculations used to develop the hydraulic profile must be included in an appendix.

(d) Equipment list and data sheets for major equipment, including product information, et

(e) Process air equipment catalogue sheets. The description of the system shall include a schematic flow diagram showing all components. Recommendations on pre-selection or pre-purchase of process equipment, as appropriate.

7. Conceptual Layout (a) Preliminary layout plan

(b) Equipment location and orientation including, but not limited to, equipment control panels and tanks including major ventilation units, electrical transformer, switchgear and motor control centre, in-line measuring devices.

(c) Identify all process and piping modifications required to accommodate new systems. Develop pre-design of necessary modifications as required.

8. Building and Landscape Design (a) Finished architectural elevations.

(b) Description of all internal and external architectural finishes. (c) An area classification schedule including the classification of each room or

building area for new facilities, as well as for existing facilities that will be upgraded under the project.

(d) Structural and architectural designs of new/expanded facilities are to be designed to ensure that the exterior will complement the surrounding environment, and to the standards expected for extended lifespan.

(e) Landscaping must be given careful consideration to ensure that the end result will blend with the existing surrounding area and ensure adequate drainage.

9. Electrical system a) All demolition and new tie-in points are to be identified on the Master SLDs, to show

the effect on the existing systems. Additions may be documented on a separate drawing(s).

b) Refer to A.1 for electrical design standards c) Source of electrical power supply and its usage in the project. Identify area where

additional power supply is required and how it is accomplished. Prepare a site plan showing locations of supply and usage. Include catalogue sheets for electrical transformers and switchgear. Provide a single-line diagram illustrating the new system and document its integration with the existing system on the Master SLDs..

d) Electrical classification for each area per NFPA 820. e) Recommended methods for reducing arc flash hazard and what impacts, if any,

they will have on the co-ordination of the system. f) Motor schedule consisting of equipment description, location, power, phase, cycle,

type. The schedule shall include cross-references under the description column to other relevant equipment lists included in the pre-design report.

g) Site power distribution using a site plan showing the preferred electrical distribution routings.

h) Lighting schedule of facility. Provide a schedule of all lighting requirements and identify areas that should have multiple lighting levels. Use of high-energy efficiency lamps is

127 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.4 – PRE-DESIGN ENGINEERING SERVICES REV – SEP 2012 _____________________________________________________________________________________________

Page 8 of 16

required where possible.

10. Fire Alarm (a) A description of the new fire alarm system, including a schematic illustrating the

new system and its integration with the existing.

11. Mitigating measures (a) Proposed mitigating measures reducing impact on natural, economic, and

community environment, such as noise attenuation, air emission reduction, and visual aesthetics.

12. Emergency standby power (a) Identify if emergency standby power is required to meet the project objectives,

including impacts to operations, life-safety, alarms, etc. In consultation with the City, prepare a list of equipment and loads recommended for standby power. Identify whether standby power needs can be met by existing systems or if new sources of standby power are required.

13. Process Control System (PCS) Including Instrumentation (a) All demolition and new tie-in points are to be identified on the Master SLDs, to

show the effect on the existing systems. Additions may be documented on a separate drawing(s)

(b) All demolition and new tie-in points are to be identified on the Master SCADA Architecture drawing(s), to show the effect on the existing systems. Additions may be documented on a separate drawing(s)

(c) Comply with the requirements of the Toronto Water PCS Implementation Guidelines. Address the following requirements:

Paging and security Equipment and instrumentation list Process narrative

14. Heating and Ventilation (a) Area schedule consisting of room description, seasonal temperature objectives,

minimum ventilation requirement. (b) Identify and classify hazardous/confined areas in compliance NFPA 820, where

applicable. (c) Fan schedule including equipment listing all units, throughput capacity. (d) Odour treatment equipment capacities, type, location and design performance

parameters. (e) Heating system and its components including, as applicable, boiler sizing, re-

circulation and booster pump capacities, equipment list with catalogue sheets, distribution piping sizes and unit heaters and other radiant heater capacities. The description of the heating system must be complemented by a schematic flow diagram that includes all components.

(f) Assessment of the existing heating system to ensue that the expanded facility heating requirements are met.

(g) Dehumidification system describing the dehumidification components, equipment sizing and equipment list with catalogue sheets.

(h) Cooling system describing the components, equipment sizing and equipment list with catalogue sheets.

15. Ancillary Systems (a) Plant water requirement list, frequency of use, flows and pressures.

128 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.4 – PRE-DESIGN ENGINEERING SERVICES REV – SEP 2012 _____________________________________________________________________________________________

Page 9 of 16

(b) Plant potable water requirements including a list showing frequency of use, flows, pressures and temperature.

(c) Fire protection system requirements including areas to be supplied with sprinklers, standby pipes, fire cabinets, hydrants, fire doors, fire dampers etc. Use a site plan and identify the areas and their respective fire protection system coverage and/or location. Where wet protection systems are applicable, identify capacity requirements and source of water.

16. Reduced Drawings In addition to full size drawings prepared for the project, provide reduced drawings (11x17)

of the following with the pre-design report:

(a) Site plan (b) Process diagrams (c) Hydraulic grade line (d) Architectural elevations (e) Floor plans/ sections (f) HVAC (g) I&C and SCADA drawings in accordance with the Toronto Water PCS

Implementation Manual – Predesign Engineering Services - Drawing Requirements.

17. Cost Estimates (a) Prepare construction cost estimate using preliminary quantity surveys and current

unit prices within ±25% accuracy. Include overhead costs including bonding, profit, and insurance. Include estimating contingency of 10 %.

(b) Identify cost of new works. (c) Identify cost of renovation works impacted by construction works because of

changes to the various codes or legislation. (d) Include all work sheets of quantity take-off. (e) Provide annual O&M cost estimates (labour, energy, materials, supplies, etc).

18. Approvals & Regulatory Issues (a) List of required approvals for the project, including identification of those to be

provided by the contractor, and those to be obtained by the consultant/City. (b) Assess construction site boundaries and identify likely constructor status. (c) Prepare preliminary list of confined spaces created during and after construction in

accordance with Regulation 632.

19. Constructability (a) Identify preliminary construction staging strategy.

(b) Identify the provision of temporary systems to maintain plant operations during construction. Include in the temporary systems any necessary temporary plumbing, piping, valving, bypasses, temporary electrical systems and temporary modifications to the existing control, monitoring and alarm systems to allow the plant to operate during construction.

(c) Address co-ordination of the construction in recognition of the other construction projects underway or proposed at the plant, noting potential interferences, construction issues, etc.

(d) Include pre-design of the demolition and decommissioning work required.

20. Schedule (a) Prepare a preliminary schedule for final design, construction, commissioning,

129 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.4 – PRE-DESIGN ENGINEERING SERVICES REV – SEP 2012 _____________________________________________________________________________________________

Page 10 of 16

and post-construction services of the project. Incorporate reasonable timelines into the schedule, addressing approvals requirements and City of Toronto Council award requirements.

(b) Propose design sequence with particular consideration to sequence of construction required to minimize disruption to plant operations.

A.4.6.3 Water and Wastewater Mains

The scope of the pre-design report shall be project specific. In general, the report should

include the following sections:

1. Project Description (a) Background

(b) Objectives

2. Plan and Profile Drawings (a) Preliminary plan and profile including:

Existing soils information Land to be acquired, if applicable

(b) Include reduced drawings (11x17) with the pre-design report

3. Mitigating measures (a) Proposed mitigating measures reducing impact on natural, economic, and

community environment, such as noise attenuation, air emission reduction, and visual aesthetics.

4. Basic Design Data (a) Basic design data as required by the MOE Certificate of Approval.

(b) Complete preliminary process design calculations, as required, using existing available system data.

5. Cost Estimates (a) Prepare construction cost estimate using preliminary quantity surveys and current

unit prices within ±25% accuracy. (b) Identify cost of new works (c) Identify cost of renovation works impacted by construction works because of

changes to the various codes or legislation. (d) Include all work sheets of quantity take-off (e) Include equipment pre-purchased by the City (valves, pipes, etc.)

6. Schedule (a) Prepare a preliminary schedule for final design, construction, and post-

construction services of the project. Incorporate reasonable timelines into the schedule, addressing approvals requirements and City of Toronto Council award requirements.

A.4.7 Specialty Sub-Consultants

A.4.7.1 Sub-Surface Investigation

1. Unless specifically instructed in the Request for Proposal that geotechnical

investigations are not required or are to be retained by the City, retain the services of a

130 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.4 – PRE-DESIGN ENGINEERING SERVICES REV – SEP 2012 _____________________________________________________________________________________________

Page 11 of 16

specialized firm that will conduct a sub-surface field investigation to establish geotechnical design parameters and the geochemical levels of soil contamination to establish soils management options.

2. If the Consultant undertakes the drilling of boreholes itself, then it shall be designated the "constructor" for the purposes of Occupational Health and Safety Act (OHSA) and shall assume all of the responsibilities and carry out all of the duties of a constructor as set out in OHSA and its regulations. Any agreement the Consultant enters into with a person who undertakes the drilliling of boreholes (the "driller"), or with another consultant who retains a driller, shall designate the "constructor" for purposes of the OHSA, and shall require the driller to assume all of the responsibilities, and carry out all of the duties, of a constructor as set out in OHSA and its regulations. For greater clarity, in no circumstances will the City undertake the drilling of boreholes and it shall assume none of the responsibilities of a constructor in relation thereto.

3. The Soil Investigation report as a minimum must address the following: (a) Soil Classification(s) (b) Borehole logs

(c) Grain size analysis curves

(d) Type and hardness of bedrock (if encountered)

(e) Depth of overburden

(f) Ground water elevations

(g) Soil proctors for overburden material

(h) Bearing capacity of soils

(i) Recommendations for soil parameters to be used for calculation of thrust blocks, and restrained joints, including coefficient of friction, shear angle, and bearing capacity.

(j) Concerns as to trench bottom uplift

(k) Recommendations for pipe bedding (materials) requirements with respect to City‟s standards, assuming pipe materials to be steel encased concrete pressure pipe for this project.

(l) Recommendations for dewatering (if required) describing available methods including well points.

(m) Provide recommendations relative to bedrock blasting, and removal (if required).

(n) Recommendation for open cut trench excavation, type of shoring system, methods of tunnelling, or jacking and boring.

(o) Recommendation on the use of native backfill, placement depth of layers, and compaction specification for same.

(p) Recommendations as to resistivity of the soil, as in-situ and fully moistened, and chloride ion concentration, ph corrosivity, with respect to the proposed pipe materials. These samples are to be obtained at the proposed watermain depth. Allowed for a minimum of five (5) tests with the samples to be taken at approximately 500 metres apart.

(q) Phase 2 Environmental Site Assessment chemical analysis of six (6) representative soil samples as outlined in the Ministry of Environment (MOE) Criteria for use at Contaminated Sites in Ontario (General and Inorganic) and the

131 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.4 – PRE-DESIGN ENGINEERING SERVICES REV – SEP 2012 _____________________________________________________________________________________________

Page 12 of 16

MOE Regulation 347 plus a separate analysis for asbestos. The chemical analysis is intended to address any qualitative concerns for materials disposed off site. Make recommendation on the disposal of the material off site based on the outcome of the chemical analysis of the soil.

4. If the Request for Proposal indicates that the City will separately retain the geotechnical services, Initiate and co-ordinate all work associated with the sub-surface investigation including:

(a) Identify areas to be investigated based on the review of the existing reports and the proposed land use

(b) Prepare the terms of reference for a sub-surface investigation in compliance with the City‟s standards

(c) Review the quotations and recommend a specialized firm to be retained by the City

(d) Administer all work undertaken by the selected firm (e) Incorporate the recommendations in the relevant reports

5. Allow for a minimum of eight weeks for the City to retain these services.

A.4.7.2 Noise Study

1. Unless specifically instructed in the Request for Proposal that a noise study is not required, retain the services of a specialized firm to conduct a noise study in compliance with NPC-133, Assessment of Planned Stationary Sources of Sound and the City of Toronto Municipal Code, Chapter.

2. If the Request for Proposal indicates that the City will separately retain the noise study services, the Consultant shall initiate and co-ordinate all work associated with the noise study as follows:

(a) Identify areas to be investigated based on the installation of the existing and the proposed layout of the new facilities

(b) Prepare the Terms of Reference for a noise investigation in compliance with the City‟s standards

(c) Review the quotations and recommend a noise consultant to be retained by the City

(d) Administer all work undertaken by the noise consultant (e) Incorporate the recommendations and ensure implementation of noise

attenuation measures, as required. Allow for a minimum of eight weeks for the City to retain these services.

A.4.8 Deliverables

A.4.8.1 The following provides a list of deliverables upon completion of the pre-design. The

Consultant shall note that the RFP may contain additional project specific deliverables or delete some accordingly.

1. Review of Design Alternatives 2. First draft Pre-design Report 3. Second draft Pre-design Report 4. Final Pre-design Report complete with design calculations 5. Energy Management Plan 6. Technical Memorandum Building Envelope Evaluation 7. Soils Investigation 8. Noise Study

132 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.4 – PRE-DESIGN ENGINEERING SERVICES REV – SEP 2012 _____________________________________________________________________________________________

Page 13 of 16

A.4.9 Subsurface Utility Engineering (SUE)

A.4.9.1 Undertake SUE investigations to quality level defined in RFP per requirements below .

A.4.9.2 Quality Level 'D'

Utility Records and Plans Research is the first level of engineering effort. The focus is on conducting utility records research to identify utility owners that may have facilities on, or may be affected by, the proposed project. The tasks include:

a) Records and Information Research- conduct appropriate investigation (e.g. Owner records, City of Toronto archival records, TPUCC records, personal interviews, visual inspections, etc.) to help identify utility owners that may have facilities within the project limits or that may be affected by the project

b) Record Collection- collect applicable records (e.g. utility owner base maps, “as built” or record drawings, permit records, field notes, geographic information system data, oral histories, etc.) on the existence and approximate location of existing involved utilities.

c) Records Review- review records for evidence or indication of additional available records. For duplicate or conflicting information, provide clarification.

d) Aerial or Ground-Mounted Facilities- include records research, identification, and depiction of aerial or ground-mounted facilities in Quality Level „D‟ tasks when specified.

e) Compilation and Presentation of Data- transfer information on all involved utilities to appropriate plan sheets, electronic files, and/or other documents as required by the City of Toronto. Exercise professional judgment to resolve conflicting information. For information depicted, indicate; utility type and ownership; date of depiction; quality level (s); end points of any utility data; line status (e.g. active, abandoned, out of service); line size and condition; number of jointly buried cables; and encasement.

A.4.9.3 Quality Level “C”-

Survey of Surface Features indicates the presence and approximate horizontal location of

underground utilities by surveying visible above ground utility features, such as maintenance holes, valve boxes, posts, etc., and by using professional judgment in correlating this information with existing utility records. The tasks include:

a) All tasks indicated as required under Quality Level “D”. There is no prescribed order for completing the Quality Level D tasks versus the Level C tasks.

b) Identification of Surface Utility Features- identify surface features, from project topographic data (if available) and from field observations that are surface appurtances of subsurface utilities.

c) Aerial or Ground-Mounted facilities- include survey and correlation of aerial or ground-mounted utility facilities in Quality Level C tasks if specified.

d) Utility Survey and Verifications- surveys of subsurface utility facilities or systems shall also include (in addition to subsurface utility features visible at the ground surface), determination of invert elevations of maintenance holes and vaults; sketches showing interior dimensions and line connections of such maintenance holes and vaults; any surface marking denoting subsurface utilities, furnished by utility owners for design purposes. Survey surface features of subsurface utility facilities or systems, if such features have not previously surveyed and carry out verification checks on previous

133 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.4 – PRE-DESIGN ENGINEERING SERVICES REV – SEP 2012 _____________________________________________________________________________________________

Page 14 of 16

survey data for accuracy and completeness.

e) Confined Space Procedures- confined entry procedures (including but not limited to maintenance holes, vaults, and pipes, etc.), are to comply with City of Toronto applicable procedures and requirements contained within the City of Toronto, Health and Safety Policy.

f) Correlation, Interpretation, Presentation of Data Resolution of Discrepancies- exercise professional judgment to correlate data from different sources, and to resolve conflicting information. Update (or prepare) plan sheets, electronic files, and/or other documents to reflect the integration of Quality Level „D‟ and Quality Level „C‟ data. Recommend follow-up investigations (e.g., additional surveys, consultations with utility owners, etc.) as may be required to further resolve discrepancies and conflicts. As appropriate amend the indicated quality level of depicted information.

A.4.9.4 Quality Level “B”-

Designating Horizontal Position increases the accuracy of the information by utilizing surface geophysical measurement methods, such as electromagnetic, magnetic, ionic, or other energy fields to search for and trace existing utilities. The tasks include:

a) All tasks indicated as required under Quality Levels “D” and “C”. There is no prescribed order for completing the Quality Level B tasks versus the Level C and Level D tasks.

b) Line Detection and Marking- select/apply appropriate surface geophysical method(s) to search for and detect subsurface utilities within the project limits, and/or to trace a particular utility line or system. In conjunction with the City of Toronto standards and based on an interpretation of data, mark the indications of utilities and label individual utility information on the ground surface, for subsequent survey. Unless otherwise directed, mark centerline of single conduit lines, and outside edges of multi-conduit systems. As an alternative to the physical marking of lines, the Consultant may, with City of Toronto approval, utilize other means of data collection, storage, retrieval, and reduction, that enables the correlation of surface geophysical data to the projects survey control.

c) Surveys- Survey all markings that indicate the presence of a subsurface utility. Perform surveys to a horizontal accuracy consistent with applicable City of Toronto survey standards. Reference surveys to the project‟s survey control. Record depth information of utility, which is indicated by the particular detection method, used. Clearly identify the means used to estimate depth, and the estimated level of accuracy.

d) Correlations, Interpretation, Presentation of Data Resolution of Discrepancies- exercise professional judgment to correlate data from different sources and to resolve conflicting information. Update and/or prepare plan sheets, electronic files, and/or documents to reflect the integration of Quality Levels D, C, and B data. Recommend follow-up investigations (e.g., additional surveys, consultation with utility owners, etc.) as may be needed to further resolve discrepancies. As appropriate, amend the indicated quality level of depicted information.

e) All completed design services must be certified as to accuracy a licensed Professional Engineer. All drawings and reports must be stamped and signed.

A4.9.5 Quality Level “A”

Locating Horizontal and Vertical Position is the most accurate assessment and is typically used

134 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.4 – PRE-DESIGN ENGINEERING SERVICES REV – SEP 2012 _____________________________________________________________________________________________

Page 15 of 16

in the final design stage, when utilities have a high potential for conflicts with the proposed construction. Test holes are completed using vacuum extraction or other comparable non-destructive approaches so as to not cause damage to the utility lines. After excavation is complete, a field survey determines the exact location and position of the utility line. The Quality Level A tasks include:

a) All tasks indicated as required under Quality Levels “D”, “C”, and “B”. There is no prescribed order for completing the Quality Level A tasks versus the Level B, C and D tasks.

b) Selection of Test Locations- City of Toronto may require Quality Level A data where the precise horizontal and vertical location of utilities, obtained by exposure and survey of the utility at specific points, is needed for conflict assessment and/or resolution purposes. The Consultant may recommend test locations based on the requirements of the project and on existing subsurface utility information.

c) Selection of Method- The Consultant shall use minimally intrusive excavation techniques, acceptable to the City of Toronto, where utility lines must be exposed and surveyed at specific locations that ensure the safety of the excavation, the integrity of the utility line to be measured as well as other lines, which may be encountered during excavation. The Consultant will ensure excavation shall be by means of air or water assisted vacuum excavation equipment manufactured specifically for the purpose. No other means of mechanical excavation shall be allowed.

d) Excavation of Test Holes- clean the test hole area of surface debris. In paved areas, neatly cut and remove existing pavement, cut not to exceed 0.15 square meters unless otherwise approved. Excavate test hole by method(s) approved by the City of Toronto and to the applicable standards. The nominal diameter of the test hole shall not exceed 375 mm unless otherwise approved. Expose the utility only to the extent required for identification and data collection purposes. Avoid damage to lines, wrappings, coating, and cathodic protection or other protective coverings and features. Hand dig as needed to supplement the excavation and to ensure safety of personnel and buried plant. Revise test hole location as necessary to positively expose the utility.

e) Collection, Recording, and Presentation of Data- measure and/or record the following information on an appropriately formatted test hole data sheet that has been dated and professionally sealed by Consultant. Elevation at top and/or bottom of the utility tied to the project datum, to a vertical accuracy of +/-15mm. Elevation of existing grade over utility at test hole. Horizontal location of utility referenced to project coordinate datum, to a horizontal accuracy consistent with applicable City of Toronto survey requirements. Field sketch showing horizontal location referenced to a minimum of three (3) swing ties to physical structures existing in the field and shown on project plans. Approximate centerline bearing of utility lines. Nominal diameter of pipe, width of duct banks and configuration of non-encased multi-conduit systems. Utility structure material composition, when reasonably ascertainable. Identity of benchmarks used to determine elevations. Ascertain and note condition of utility. Pavement thickness and type when applicable. Soil type and site conditions. Identity of utility owner/operator. Other pertinent information as is reasonably ascertainable from test hole.

f) Site Restoration- replace bedding material around exposed utility lines in conformance with owner‟s specifications or as otherwise directed or approved. Backfill and compact excavated material in accordance with City of Toronto requirements. Re-install color-coded warning ribbon within the backfill area and directly above the utility line. Supply/install permanent surface marker (e.g. P.K. nail, peg, steel pin, or hub) directly

135 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.4 – PRE-DESIGN ENGINEERING SERVICES REV – SEP 2012 _____________________________________________________________________________________________

Page 16 of 16

above the centerline of the structure or edge of structure for duct banks and record elevation of marker. Restore paved areas using grout and 50 mm asphalt at surface. Dispose of all unused material that was removed in accordance with the City‟s standards and current regulations.

g) Interpretation of Data and Resolution of Discrepancies- provide professional expertise to correlate multi-sourced data and to resolve conflicting information. Update plan/profile sheets, electronic files, and/or other documents to reflect the integration of Quality Levels D, C, B and A data. Recommend follow-up investigations (e.g., additional surveys, consultation with utility owners, etc.) as may be needed to further resolve discrepancies. As appropriate, amend the indicated quality level of depicted information.

h) All completed design services must be certified as to accuracy a licensed Professional Engineer. All drawings and reports must be stamped and signed.

END OF APPENDIX A.4

136 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.5 – DETAILED DESIGN ENGINEERING SERVICES REV SEP 2012 _____________________________________________________________________________________________

Page 1 of 10

A.5 DETAILED DESIGN ENGINEERING SERVICES

A.5.1 General

A.5.1.1 Complete the detailed design of the project as outlined in the final pre-design report (unless

otherwise directed) including the preparation of contract documents, contract drawings, and technical specifications.

A.5.1.2 Provide expertise required for the design of the structures and facilities to service the best interests of the public, with due regard for the environmental and public concerns, capital cost and operating efficiency, in accordance with the recognised industry standards, guidelines, best practices, codes, regulations, etc. as established by the City and all regulating authorities. Refer to Appendix A.1.

A.5.1.3 Provide continuous quality assurance and quality control (QA/QC) to verify the technical correctness of the work and high quality services during the project life are provided. Delegate senior technical leads, external of the design team, to conduct milestone QA/QC reviews. Verify that all documents have been reviewed prior to submittal to the City. Apply version control to all documents.

A.5.1.4 Prepare drawings in accordance with the City’s Design & Drafting Standards and requirements of Appendix A.1.

A.5.1.5 Obtain drawing numbers from the City.

A.5.1.6 At each facility, the City of Toronto maintains a complete set of Master Process and Instrumentation Diagrams (Master P&IDs) and Master Single Line Diagrams (Master SLDs) that completely document the existing systems. Regardless of how the Consultant chooses to document the work for the purposes of the construction contract, it remains a completely separate scope item for the Consultant to edit the existing Master P&ID set, Master SLD set and Master SCADA Architecture so that they remain an accurate representation of the facility following completion of the work. All cross-references in the Master Drawing Sets must be updated within the set to reflect the changes being made under the contract.

A.5.1.7 Unless specifically instructed in the Request for Proposal that automation in the facility is not required, all processes shall be fully automated, allowing for unattended operation of the system. Comply with the requirements of the Toronto Water PCS Implementation Guidelines.

A.5.2 Pre-Requisites

A.5.2.1 Do not proceed with detailed design engineering phase until the following tasks have been completed. 1. Final Pre-design Report has been accepted by the City and the Project Manager has

directed in writing to proceed with detailed design engineering phase. 2. A project workplan has been developed and presented, including the design schedule,

list of project deliverables, and required approvals. 3. Topographic survey of the project site(s) has been completed (if applicable). 4. Geo-technical/Sub-surface Investigation program has been completed and final geo-

137 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.5 – DETAILED DESIGN ENGINEERING SERVICES REV SEP 2012 _____________________________________________________________________________________________

Page 2 of 10

technical/sub-surface investigation report has been submitted (if applicable). 5. Design team members have visited and are completely familiar with the plants, facilities,

and operating procedures. 6. Design team members have reviewed drawings of the existing facilities and have

identified discrepancies on the existing record drawing details from the existing conditions.

7. All above ground and buried utilities and services have been identified and locations have been verified.

8. A meeting has been held, and information provided, on current City CADD Standards.

A.5.3 Design Review Requirements

A.5.3.1 Detailed design review packages are required at 50%, 70%, 95% and 100% design completions.

A.5.3.2 Include with each design review package the complete drawings list indicating percentage complete for each drawing. Provide with each submission, a log of City comments and changes made in the submission to address comments provided.

A.5.3.3 Decisions Log – create and maintain issues log documenting decisions made with appropriate references to other documents such as meeting minutes/notes. Append decisions log with the meeting minutes.

A.5.3.4 Capital Costs and Schedule -Track project capital costs and schedule through out the project design period. Identify impacts of design changes on the schedule and capital costs.

A.5.4 50% Design Review Package

A.5.4.1 Prior to submitting the design review package ensure that following tasks have been completed. 1. All major design decisions have been documented clearly and agreed to by the City. 2. Resolution of outstanding issues from the pre-design reports. 3. Detailed design review package contains sufficient design details to convey the design

intent. The design package indicates greater than 50% of the design completion effort e.g. the aggregate total of percent complete of the drawings in the review package represent greater than 50% total of the estimated drawings for the project.

4. Comply with the requirements of the Toronto Water PCS Implementation Guidelines. 5. Using the logic of the tagging standard and existing documents, develop, submit and

receive approval of tags for new assets, equipment and instrumentation using the City's Enterprise Tagging Management System (ETMS) and Toronto Water's Tagging Standard. Submit data using the prescribed ETMS excel spreadsheet.

6. Include a CD of all CADD drawings for the 50% submission for review by the City for conformance with the City CADD Standards.

A.5.4.2 Include with the review package the following:

1. Site Plans indicating elevations, building locations, access roads, right-of-way for underground utilities and services

2. Process Design including Master P&IDs edited to document proposed demolition, alteration and modification

including integration and tie in with existing systems New P&IDs where applicable including tag number for all equipment, valves,

instruments

138 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.5 – DETAILED DESIGN ENGINEERING SERVICES REV SEP 2012 _____________________________________________________________________________________________

Page 3 of 10

Hydraulic profile Equipment Data Sheets List of Major Equipment selection Confirm equipment that requires pre-selection/pre-purchase

3. Building Layouts indicating: Floor plans with major equipment size and location Major piping and duct work Raceways for electrical duct work, HVAC ducting, plumbing etc Building sections and elevations

4. Plans and Profile drawings of existing and proposed mains, sewer, utilities, hydro/electrical ducts/ductbanks and other services.

5. Electrical design indicating: Power source Electrical power requirements Area classification drawings Master SLDs edited to document proposed demolition, alteration and modification

including integration and tie in with existing systems New P&IDs where applicable including tag number for all equipment, valves,

instruments 6. I&C and SCADA design – develop or update the following:

Master process control narratives. Master documents will be provided in Word; revisions are to be submitted using Track Changes.

SCADA architecture drawings and updated Master SCADA Architecture Drawing 7. Updated Capital Cost Estimate

A.5.5 70% Design Review Package

A.5.5.1 Prior to submitting the design review package ensure that following tasks have been

completed:

1. Resolution of outstanding issues from the 50% design review package. 2. Comments from the 50% design review package have been incorporated. 3. Equipment pre-selection/ pre-purchase process, if applicable. See Section A.5.9 for

requirements pre-selection/ pre-purchase process. 4. Updated Capital Cost Estimates identifying changes to the pre-design cost estimates. 5. Detailed Design Review package contains sufficient design details to indicate greater

than 70% of the design completion effort, e.g. the aggregate total of percent complete of the drawings and specifications in the review package represent greater than 70% total of the estimated drawings and specifications for the project.

139 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.5 – DETAILED DESIGN ENGINEERING SERVICES REV SEP 2012 _____________________________________________________________________________________________

Page 4 of 10

A.5.5.2 Include with the review package the following: 1. Details of pre-selected equipment. 2. Drawings indicating greater than 70% design completion effort. 3. Table of Content of Technical Specifications. 4. Detailed specifications for Division 1 including summary of work, sequence of

construction, requirements for operational input, constraints, training, testing, commissioning, etc. For wastewater treatment facilities, incorporate City requirements of "Use of Owner's Site" into Division 1.

5. Detail Specifications Sections from Division 11 to Division 16 for major equipment and processes.

6. Arc Flash Hazard Assessment, based on the requirements outlined within NFPA 70E Standard for Employee Safety in the Workplace 2004 Edition. Perform an Arc Flash Assessment Study and submit a report that summarizes in table format, for each piece of equipment, calculated arc flash incident energy, flash boundaries, risk category, required PPE, Arc Flash labeling, specific site issues and any other pertinent information related to arc flash safety and mitigation. The study should also make recommendations on how the City can accommodate the operations/maintenance of existing equipment (e.g. pump, valves) that infringe on recommended arc flash boundaries.

7. Develop or update the following documents for 70% detailed design: a) Update 50% detailed design documents b) Local & Area control panel drawings and RPU panel drawings c) Equipment layouts and control schematics d) SCADA hardware and software requirements e) Instrument ranges and setpoints f) Alarm list including alarm conditioning g) Identify iHistorian, eOPS, POMS, LIMS requirements h) Paging and security i) Networking and structured cabling j) Equipment and instrumentation physical tag list k) Electrical drawings and requirements l) Removals, including hardware, wiring m) Identify RPU/HMI program/code removal in scope of work section of specification

8. Construction Testing Memo: the City internally completes and/or has standing purchase orders for a variety of construction testing (granular material, welding and structural steel, asphalt and membrane testing, elastomeric bearing testing). Prepare memo identifying list of tests required during construction, and review with City staff to determine which tests will be completed internally via the City's blanket contracts, which are to be included in the construction tender, and which will be done by procuring specialized testing services..

9. Expand on Summary of Work, Sequence of Construction, PCS Transition Plan. The PCS Transition Plan outlines the construction sequence required to ensure continuity of control, data acquisition and trending, and a strategy to migrate from existing to new systems without undue risk to system operation.

10. Include a CD of all CADD drawings for the 70% submission for review by the City for conformance with the City CADD Standards.

A.5.6 95% Design Review Package

A.5.6.1 Incorporate the comments from the City of Toronto and prepare complete set of contract

documents including Form of Tender, Information for Tenderers, etc. drawings and technical specifications.

140 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.5 – DETAILED DESIGN ENGINEERING SERVICES REV SEP 2012 _____________________________________________________________________________________________

Page 5 of 10

A.5.6.2 Ensure that design review package is complete and ready for final review by the City and suitable for review by the approval agencies. Insert on the drawings revisions table with “Issued For Approval” note and date.

A.5.6.3 Submit complete set of drawings and specifications bearing signatures and stamp of professional Engineers/Architect etc. to the City of Toronto for review and to the approval agencies.

A.5.6.4 Refer to the requirements of the Toronto Water PCS Implementation Guidelines including draft consultant SCADA Operation Manual.

A.5.6.5 For major equipment, provide written confirmation from the specified suppliers named in the tender documents, that their equipment meets the specified requirements.

A.5.6.6 If the engineering consultant is recommending that only one manufacturer be named in the specification, provide a business case that details the rationale. The business case must be signed off by the Director, Technical Services.

A.5.6.7 If the Operating Division requests that only one supplier be named, the Technical Lead, Toronto Water, will prepare a business case documenting the rationale. The business case must be signed off by the Director, Toronto Water.

A.5.6.7 Include a CD of all CADD drawings for the 95% submission for review by the City for conformance with City CADD Standards.

A.5.6.8 WMS Datasheet populated with asset column (ie pump and motor; valve and actuator).

A.5.7 100% Final Design Package

A.5.7.1 Incorporate comments from the City and the approval agencies and prepare final tender

documents.

A.5.7.2 Upon final approval, submit one set of the original final tender documents for printing by the City of Toronto. Drawings are to be submitted in the form of reproducible mylars and the specifications are to be in its final form, but not bound, ready for the calling of tender. Specifications shall be printed on both sides of the paper. Insert on the drawings revisions table with “Issued For Tender” note and date. Drawings and specifications to be stamped and signed by a Professional Engineer, licensed in the Province of Ontario. Provide one (1) paper copy of 11” x 17” stamped and signed drawings.

A.5.7.3 Submit electronic copy in CD of final Drawings and Specifications. The City will verify that the CD/CADD files meet City standards. All drawings not meeting City standards will not be accepted, and must be re-issued at not additional cost.

A.5.7.4 Provide to the City all final design calculations and design notes for the process, structural, mechanical, HVAC, electrical, and instrumentation related to detailed designs for the City’s information and storage. Calculations to include all assumptions, design criteria and design parameters. Hard copy of all calculations in a binder.

141 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.5 – DETAILED DESIGN ENGINEERING SERVICES REV SEP 2012 _____________________________________________________________________________________________

Page 6 of 10

A.5.7.5 Provide an update to the EMP provided in the pre-design phase in TM format. The update is to refresh all energy savings calculations for base case analysis, and updates to energy savings from measures implemented in detailed design, with specific information and data from the specified equipment. The TM should include all specific data for the energy calculations, based on the specified equipment.

A.5.7.6 Deliverables: 1. Signed, stamped drawings and specifications 2. Pre-Start Health & Safety Report including area classifications 3. Confined Space Inventory 4. Updated DSL and draft Asbestos Owner’s Report 5. Updated EMP

A.5.8 Equipment Pre-Selection Process

A.5.8.1 Identify, prior to 50% design completion stage, the equipment that is recommended to be pre-selected and/or pre-purchased. Provide rationale for pre-selecting/pre-purchasing the equipment. Note that the City does not pre-order pre-selected equipment.

A.5.8.2 Do not commence with pre-selection until authorised by the City.

A.5.8.3 Note that pre-selection is a form of equipment procurement, thereby requiring engineering effort and appropriate timelines for tender, evaluation and award. This must be accounted for in the project workplan and schedule.

A.5.8.4 The City has pre-selection documents that must be used that reflect the City’s specific approach to this process. Discuss the requirements in advance with City staff, so the project team has a thorough understanding of the process and timelines required.

A.5.8.5 Prepare documents for the pre-selection or pre-purchase of equipment and machinery and administer the pre-selection process. The tasks to be undertaken for pre-selection process shall include, but not be limited to the following: 1. Prepare a draft risk assessment document, to quantify the risks and consequences of

failure, of the equipment under consideration. Provide recommendations on the limitation of liability to be imposed on the vendor in the pre-selection document. The risk assessment will be finalized by the City for concurrence by City Legal and the Director's of Technical Services and Toronto Water (Wastewater).

2. Develop life-cycle analysis methodology for selection of the most appropriate equipment over the life-cycle of the equipment. Note pre-selection RFQ's are awarded based on the lowest life-cycle cost.

3. Operations staff generally require the inclusion of a maintenance term in conjunction with the preselection process. Develop maintenance requirements based on equipment specific needs, and in consultation with the City. Include maintenance cost analysis in the Form of Quotation.

4. Submit draft copy of pre-selection document for review, utilizing City of Toronto standard documents for “Request for Quotation for the Pre-Selection of Equipment”. Meet with the Project Manager and staff for review of the pre-selection document Revise draft documents and submit final for approval.

5. Provide technical support during the pre-selection bidding period and respond to queries 6. Prepare draft copies of addenda for issuance by the City of Toronto. 7. Attend bidders’ meeting. 8. Review bids received from equipment supplies and provide written recommendation to

City.

142 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.5 – DETAILED DESIGN ENGINEERING SERVICES REV SEP 2012 _____________________________________________________________________________________________

Page 7 of 10

A.5.8.6 Generally, ensure that equipment pre-selection is completed prior to 70% design completion unless in conflict with considerations under A.5.8.3.

A.5.9 Specification Requirements

A.5.9.1 Ensure that the latest version of the City of Toronto’s Front End documents are use in the preparation of the Contract Documents. Modify, as appropriate the Form of Tender and Information for Tenderers. Obtain Contract Number from the City.

A.5.9.2 Prepare technical specifications conforming to National Master Specifications (NMS) format.

A.5.9.3

Comply with the requirements of the Toronto Water PCS Implementation Manual and the Start-up, Commissioning and Training Guidelines for Major Works Facilities Projects, and incorporate necessary provisions into the specifications.

A.5.9.4 Review the RFP’s Appendix A in its entirety and include provisions within the contract documents to meet City requirements for construction and construction administration (i.e. testing, commissioning, training, DSL management strategies, O&M manuals, shutdowns, performance requirements, etc). Provide confined space inventories.

A.5.9.5 Within the tender specifications, describe the required construction schedule and sequence of execution of the project, assuring minimal impact to the plant operations and timelines. Prepare and document a sequence of proposed shutdowns and their execution timetable and obtain City approval of such. Specify in detail, all operational constraints including connection to existing plant utilities, shutdown and start up and commissioning sequence. The plan is to include specific details with respect to process limitations and constraints. Develop and incorporate PCS transition plan requirements including temporary automation facilities if necessary.

A.5.9.6 Specify in detail, procedures for access to work site during construction to ensure safety and security. Identify contractor work and storage areas. Ensure the material handling of major components is performed in a manner that prevents damage. Identify key work areas for City staff that require constant safe access that must be provided by the Contractor.

A.5.9.7 Include necessary specifications and drawings to remove designated substances as part of the construction work. Provide a detailed strategy for managing suspect materials.

A.5.9.8 Identify all contractor submittals including those identified in the PCS Implementation Guidelines.

A.5.9.9 Comply with the requirements of the Start-up, Commissioning and Training Guidelines for Works facilities and Structures Projects, and incorporate necessary provisions into the specifications.

A.5.10 Approvals

A.5.10.1 1. Secure permits/approvals required for the project. 2. The City of Toronto will pay the fee for the permits and approvals. 3. Ensure that all permits and approvals have been issued prior to calling the tender for the

project.

143 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.5 – DETAILED DESIGN ENGINEERING SERVICES REV SEP 2012 _____________________________________________________________________________________________

Page 8 of 10

A.5.11 Pre-Start Health & Safety Review

A.5.11.1 Under Ontario Regulation 851 (RRO 1990) - Occupational Health and Safety Act., as amended to O. Reg. 488/01, Owners are required to prepare a Pre-Start Health and Safety review for: racking & stacking structures, lifting devices, flammable liquids, explosion hazards, dust collectors, safeguarding of machinery, and occupational exposure. The Pre-Start Health & Safety Report is to include an assessment and recommendation with respect to area classifications for all areas within the project scope.

A.5.11.2 The review is to ensure that the construction, addition or installation of a new apparatus, structure, protective element or process, or the modification to existing apparatus, structure, protective element or process are in compliance with the applicable provisions of the Regulation for Industrial Establishments.

A.5.11.3 The work will consist of:

1. preparation of an initial report based upon review of the final drawings and specifications,

2. attendance at meetings with City to review draft initial report, 3. modifications to detailed tender drawings and specifications as required, 4. finalize initial report

A.5.11.4 If a trigger for a PSR is not present per above, provide a signed letter confirming such.

A.5.12 Pre-Tender Estimate

A.5.12.1 On completion of the design work, the Consultant shall prepare and submit a pre-tender

estimate at the time of submitting the tender package to the City of Toronto.

A.5.12.2 Prepare the pre-tender estimate accurate to within ±10%. Estimates to be completed using industry recognized standard cost estimating tools such as Means or other applicable costing manuals, guidelines and standards. As a minimum, provide a breakdown by specification section, adjusted to the mid-point of construction, and inclusive of contractor overhead and profits, contingency, etc..

A.5.13 Services During Tender Period

A.5.13.1 General 1. Ensure that all required approvals are in place prior to calling tender. 2. Ensure, prior to tendering, that all contract documents are complete and contain all the

details required for the construction of the works. The City of Toronto will not permit tendering with incomplete and/or deficient contract documents and the necessary approvals.

3. The tender period shall normally not be less than three weeks and usually not more than six weeks. For complex projects, it may be as long as eight weeks

A.5.13.2 During the tender period, receive enquiries from contractors. Prepare addenda as required

for distribution by the City. Submit addenda at earliest date possible and no later than one week before tender period ends.

A.5.13.3 Attend and chair one pre-tender closing site meeting with bidders. The meeting will be used to brief the tenders on to review the contract documents and the project and to clarify points raised by tenderers, and will be followed by a site walk-through. Take an attendance record

144 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.5 – DETAILED DESIGN ENGINEERING SERVICES REV SEP 2012 _____________________________________________________________________________________________

Page 9 of 10

of all contractors present and record all questions raised and answers provided. Submit information to the City. Include information in the next addendum for the project.

A.5.13.4 Where necessary, co-ordinate with City staff for test pits during pre-tender closing site meeting. Consultants to arrange for all utility locates prior to undertaking the test pits. Take attendance and have the findings of the test pits recorded and reported by a geo-technical consultant. Include the report of the test pits in the next addendum.

A.5.13.5 Perform evaluation of tenders, including: formality, pricing, bonding, completion date, and alternatives. Submit a tender report and recommendation to the City, no later than seven consecutive calendar days after the close of tender.

A.5.13.6 Prepare and submit recommendations to the City of Toronto for award of contract including suitability of contractor to carry out the work.

A.5.13.7 Arrange to attend one pre-award meeting chaired by the City of Toronto with the lowest formal bidder. The meeting will be used to review the submitted tender and to confirm contractual obligations prior to the award of the Contract.

A.5.14 Hazard and Operability Review

A.5.14.1 Conduct a hazard and operability (HAZOP) reviews at approximately 70% of completion of detailed design. A HAZOP review is a systematic, critical examination of the engineering design and equipment. The objective of the review is to assess the hazard potential of malfunctions of the individual equipment in a system and the consequential effects on the facility, operations staff, and upon the environment. The review will identify potential hazards associated with the new equipments and its operation and will recommend measures to minimize these hazards. These measures shall be incorporated into the final design.

A.5.14.2 Submit six (6) hard copies of the following documents to each team member, as well as an electronic (pdf) file. Documents are to be provided two weeks before the date of the HAZOP session:

P&IDs including equipment tags and control loops A detailed process control narrative (numbered and including revision dates) Layout drawings (numbered and including revision dates) Draft Alarm list complete with priority level and set points A complete node list A preliminary list of deviations including standard (flow, temp, pressure, etc.) and project

specific deviations Do not revise documentation provided prior to HAZOP.

A.5.14.3 Utilize a third party HAZOP specialist for the HAZOP review meeting. The specialist shall be responsible for creating the report, providing direction to meeting participants and mediating the review to ensure that discussion is focused and relevant to the HAZOP review in particular. Design issues and comments shall be discussed at separate meetings. It is the HAZOP specialists responsibility to ensure the meeting takes place as efficiently as possible.

A.5.14.4 The HAZOP specialist shall have a minimum 10 years experience in undertaking HAZOP analysis . The HAZOP specialist shall have a basic understanding of the process such that they can direct participants towards additional deviations that may not have been considered in the preliminary list. The HAZOP specialist and consultant shall not expect the City participants to be HAZOP experts and must lead discussions so as to identify all of the possible deviations.

145 of 188

Viewing

Cop

y

Do Not

Submit

_____________________________________________________________________________________________

APPENDIX A.5 – DETAILED DESIGN ENGINEERING SERVICES REV SEP 2012 _____________________________________________________________________________________________

Page 10 of 10

A.5.14.5 The HAZOP review shall include a risk ranking of each deviation both before and after the

recommendations have been included

A.5.14.6 Submit a draft HAZOP report within three weeks following the review and a final report within one week from receiving the City’s comments regarding the draft HAZOP report. The final report shall include a complete set of documents used during the session. Each recommendation in the final report shall have a person responsible for the recommendation identified

A.5.14.7 Include for a follow up meeting to review the recommendations and assigned risk ranking as required for any items that require further discussion

A.5.15 Contractor Pre-Qualification

A.5.15.1 Where contractor pre-qualification is included in the base scope of the RFP, the steps outlined in this section are to be followed.

A.5.15.2 Develop mandatory requirements (pass/fail) and a point-based evaluation structure for each category of contractors to be prequalified.

A.5.15.3 Utilizing the City's latest template or example, prepare a draft Request to Prequalify (RTP) for review and approval by the City. Finalize the draft with input from the City.

A.5.15.4 The City will issue the Request to Prequalify (RTP) and accept the submissions. The evaluation of the submissions will be carried out by the City's project team but will also include the Consultant's Project Manager.

A.5.15.5 Evaluate all submissions individually. Undertake reference checks for each submission using a set of questions developed jointly by the evaluation team. Provide a summary of responses for the City to use in the prequalification process.

A.5.15.6 Participate in the review team meeting.to select the qualified contractors.

END OF APPENDIX A.5

146 of 188

Viewing

Cop

y

Do Not

Submit

APPENDIX A.6 – SERVICES DURING CONSTRUCTION REV SEP 2012

Page 1 of 11

A.6 – SERVICES DURING CONSTRUCTION A.6.1 General A.6.1.1 The Consultant shall provide general engineering services for administering the contract and

site inspection of the work during the construction phase. A.6.1.2 The Contractor is responsible for carrying out his obligations under the terms and conditions of

the construction contract. The Contractor is also responsible for the quality of the work. The Consultant is neither responsible for the construction of the work, nor are his review services rendered for the Contractor's benefit.

A.6.1.3 It is the Consultant's responsibility to ensure through site inspection, verification reports, etc. that

the Contractor carries out the work as designed per the contract specifications, and to confirm that the constructed plant/facility will perform and function as intended.

A.6.1.4 It is the Consultant's responsibility to verify through his Quality Assurance and Quality Control

programs that the Contractor carries out his obligations according to the contract documents and specifications.

A.6.1.5 It is the Consultant’s responsibility to both be proactive and assist the City in the identification,

documentation, communication and resolution of Health & Safety concerns during the construction phase as they relate to the OHSA.

A.6.2 Quality Assurance and Quality Control Programs during Construction

A.6.2.1 The Quality Assurance (QA) program provided by the Consultant for the City of Toronto for

construction projects, shall consist of planned and systematic actions to verify that the works are being constructed as specified in the contract documents and specifications in accordance with applicable codes, guidelines and standards. The QA program includes, but not limited to the following:

(a) Inspect all layout, construction work, and installation of equipment to ensure conformance

with design drawings and specifications, and that all works are completed in a good workmanship like manner.

(b) Maintain proper daily records of the progress of the construction work, noting unusual or unforeseen events that may have caused delays or impacts to the construction schedule.

(c) Review shop drawings to verify that contractual requirements are met for materials and equipment.

(d) Issue site instructions and clarification drawings in a timely manner when necessary to confirm the intent of contract requirements.

(e) Provide technical specialists to carry out inspection of work constructed or installed to verify its compliance with contractual requirement, codes, regulations, etc.

(f) Arrange for external specialist testing firms to verify work when necessary. (g) Perform check-out/verification of all equipment, process and/or mechanical systems,

instrumentation & control systems and SCADA systems. (h) Ensure and verify that the Contractor performs all instrumentation calibration as specified. (i) Ensure that all regulatory agencies have been notified of completed work and that the

required inspections have been performed. A.6.2.2 The Quality Control (QC) program provided by the Consultant for the City of Toronto shall

consist of the examination of services and work performed by the Contractor. The QC shall

147 of 188

Viewing

Cop

y

Do Not

Submit

APPENDIX A.6 – SERVICES DURING CONSTRUCTION REV SEP 2012

Page 2 of 11

includes management and documentation necessary to demonstrate that these services and work provided by the Contractor meet contractual and regulatory requirements during the construction phase.

A.6.3 General Engineering Services during Construction A.6.3.1 Conduct formal construction review meetings during the construction phase of the contract.

The consultant will hold project site review meetings with the City and the Contractor every two weeks during the construction phase, and weekly basis during the commissioning phases. The meetings will review the construction progress, the procurement of equipment items with long lead-time, sub-contract status, and scheduling and milestone goals.

A.6.3.2 Issue supplementary details and instructions to clarify the intent of the design to the

Contractor as required. A.6.3.3 Contractor Requests for Information (RFI):

a) Respond to Request for Information (RFI) from the Contractor no later than five (5) working days after receipt.

b) The consultant shall include supplementary details and instruction for clarifications, and response to RFIs in their Contract Administration Fees.

c) The consultant shall maintain a log of RFIs. The RFI Listing Log must include the following column headings: RFI No.; Spec. Sec. No.; Originator; RFI Subject; Date Received; Due Date; Date Responded; Remarks. The RFI Listing Log must be reviewed at every site meeting.

A.6.3.4 Construction Schedule:

a) Review the proposed construction schedule submitted by the Contractor. Comment on the procedures, methods and sequence of work that may have conflict with operation of the plant/facility, which will potentially impact the construction schedule. Consult with Plant Operation Staff to assist in identifying any conflicts.

b) At each site meeting, advise the Contractor to provide a rolling schedule of the construction work proposed for the next 2 week period which is between the present and the next site meeting.

c) Advise the Contractor to update the construction schedule when the rolling schedules are out of sequence with the proposed construction schedule.

A.6.3.5 Shop Drawings:

a) Advise the Contractor in the pre-construction meeting to prepare and submit a Shop Drawings List highlighting materials and equipment that have long delivery time. The Shop Drawings List, inclusive of all PCS submittals (including functional flow charts and completed WMS Datasheets), must be submitted at the first site meeting.

b) Review the Shop Drawing List with the contractor and identify materials and equipment that have long delivery time frame and installation time that may impact the construction schedule and completion date.

c) Review shop drawings submitted for general compliance with the design requirements. The Consultant shall return all shop drawings to the Contractor no later than 14 calendar days after receipt. Do not retain any shop drawings pending the submission of additional information, including return of City comments. Return shop drawings to Contractor indicating what information is required.

d) Maintain a log of all shop drawings received for review; Shop Dwg No.; Spec. Sec. No.; Shop Dwg. Title & Description; Originator; No. Copies received; date received; date reviewed & approved; Date reviewed and Not Approved; No. Copies returned; Remark.

148 of 188

Viewing

Cop

y

Do Not

Submit

APPENDIX A.6 – SERVICES DURING CONSTRUCTION REV SEP 2012

Page 3 of 11

e) The updated shop drawings log shall be reviewed at each site meeting and also included with each site meeting minutes until all the required shop drawings have been submitted, reviewed and returned to the Contractor.

A.6.3.6 Consider and advise on alternative methods, equipment and materials proposed by the

Contractor as permitted by the terms and conditions of the contract. A.6.3.7 Changes in Site Conditions & Scope of Work:

a) Investigate, report and advise on unforeseen circumstances that come to the Consultant's attention during construction such as differing underground soil condition, claims from Contractor for whatever reasons in a timely manner so that appropriate actions may be taken to mitigate damages or claims by the Contractor.

b) Review and advise on the validity of extra charges for additions or deletions, and extension of time to the contract. Change Orders (CO) to be issued only upon the written approval of the City of Toronto’s Project Manager. All COs issued to the City for authorization shall be on the City’s Standard Extra Work Order (EWO) Form and be accompanied by a letter of recommendation.

c) Maintain a log of EWOs issued and approved; the date approved; the amount approved with all applicable taxes included; description and rational of the changes required; the party that requested the change/extra work.

A.6.3.8 Progress Payments:

a) Review, verify and process Contractor's progress and final payment requisitions, and forward the processed payment requisitions to the City’s Project Manager no later than 3 working days after having receiving the requisition from the Contractor. Note date of meetings with contractor to resolve payment claims on the payment certificate.

b) Issue Substantial Performance Certificate in accordance with Construction Lien Act. Issue Lien Holdback payment certificate to City of Toronto one week prior to expiry of the 45 days waiting period. Review with Project Manager prior to issuance.

A.6.4 Resident Staff Engineering Services during Construction A.6.4.1 Resident staff services may consist of a Project Manager and Inspector who shall be provided

by the Consultant on a full time or part time basis. Requirements for Resident Staff services during the construction phase will be specified in the Request for Proposal.

A.6.4.2 If the Consultant determines that the Contractor is not carrying out his work in accordance with

the Contract Documents, or the work does not satisfy the intent of the design, or does not conform with the plans and specifications, or does not continue to conform to the proposed schedule, the Consultant shall report to the City of Toronto’s Project Manager, and at the same time providing recommendations on the course of action to rectify the problem(s).

A.6.4.3 Review and discuss weekly with the Project Manager the progress of the construction works

and advise/update Project Manager, noting any contractual problems, schedules or claims and recommended strategy for resolving these issues.

A.6.4.4 Provide effective communication through field memos or discussions with Plant Operation Staff

to ensure that Contractor and Plant Operation Staff requirements are properly co-ordinated. Any actions resulting from the discussion with Plant Operation Staff shall be confirmed in writing by a field memo.

A.6.4.5 Arrange for all necessary field testing, inspections or verification by specialist consulting or

inspection firms to determine that the work conforms with intent of design requirements i.e.

149 of 188

Viewing

Cop

y

Do Not

Submit

APPENDIX A.6 – SERVICES DURING CONSTRUCTION REV SEP 2012

Page 4 of 11

geotechnical investigations, etc. The City has open purchase order with several testing companies to perform granular material and compaction testing, welding inspection and testing, concrete testing, asphalt mix design and testing of asphalt and membranes, and material testing of plain and steel-laminated elastomeric bearings. Co-ordinate with the City’ Project Manager if such testing services is required.

A.6.4.6 Carry out site inspection to verify that the construction works and installation of equipment are in

accordance with the drawings, contract document and specifications. A.6.4.7 Liaise with and coordinate construction activities with respect to other construction project, both

ongoing and upcoming, at the facility that may impact the construction of the project. A.6.4.8 When shut-down and/or switch-over of any electrical or mechanical equipment or process is

required, ensure that the contractor coordinates with all involved trades and with plant operating personnel, providing proper early notification. Ensure that the contractor arranges for alternatives to maintain plant processes with minimum interruption.

A.6.4.9 Provide qualified technical office staff to provide periodic site inspections during construction, as

required to ensure compliance and quality of the installation. A.6.4.10 Ensure that all reports for all field testing, calibration reports, air balancing reports, all

manufacturers' start-up report, electrical co-ordination study report etc are properly bound together in the Maintenance Manual PRIOR to the start up of the plant/facility.

A.6.4.11 Maintain adequate data and records in a Site Diary with a consistent daily report format and

provide reports to the City on a monthly basis. Provide a CD copy at the end of the project. Site diary to document progress of the work, which must include at minimum the following daily information:

(a) Weather conditions (b) Temperature - maximum & minimum (c) Number of workers - by company and trades (d) Heavy equipment and tools on site (e) Work performed - by company and trades, and start and end time (f) Unusual and/or significant events (g) Visitors (h) Testing (i) Delivery dates of major equipment (j) Hardcopy and Digital photos of work in progress (k) Others

A.6.4.12 Ensure that the contractor provides proper protection of all existing structures, finishes and

equipment, which are adjacent to work areas. Ensure that the conditions of all existing facilities are appropriately recorded, photographed during and after construction, and that at the end of the contract these are returned to the same or better condition. Ensure contractor provides adequate protection to ensure plant can maintain adequate function as an operating facility without unnecessarily impacting operations.

A.6.4.13 Ensure that the contractor has obtained all permits that are required for the project. A.6.4.14 The production and maintenance of the master Deficiency List as follows:

(a) Throughout the progress of the work, prepare a deficiency list and update at appropriate milestones.

150 of 188

Viewing

Cop

y

Do Not

Submit

APPENDIX A.6 – SERVICES DURING CONSTRUCTION REV SEP 2012

Page 5 of 11

(b) Prior to issuance of the Certificate of Substantial Performance, carry out an inspection of the facility with the Contractor and Plant Operation Staff. The Consultant shall produce a master Deficiency List within three days after inspection and issue it to the Contractor, Plant Operation Staff and the Project Manager.

(c) The master Deficiency List shall be updated and/or expanded to include new deficiencies,

as these become known, on a weekly basis for the first six weeks. On expiry of the sixth week, if the Contractor has not reached completion as specified in the contract, notify Contractor to perform rectification of deficiencies with a stipulated deadline of two weeks. Once the Contractor completes the rectification of the deficiencies, process the Final Payment Certificate, and provide a letter to the City indicating completion of the construction project.

(d) If the Contractor fails to rectify the deficiencies after the third notification, advise the City so that the Contractor and the Surety can be advised that others are correcting the deficiencies as provided under the terms and conditions of the contract. Assist the Project Manager to retain the services of another Contractor to have the deficiencies corrected. Separately document the engineering services required to retain the new Contractor and to verify deficiency rectification. On completion of the rectification works, advise the City of deduction amount withheld for work performed by City of Toronto.

(e) Once an item has been entered into the Deficiency List, removal from the Deficiency List IS

NOT PERMITTED. The only changes permitted to the list will be in the second and last column where the status of the item is to be updated. All deficiencies corrected by the Contractor shall be shown shaded on the Deficiency List.

(f) Provide a Master Deficiency List, prior to start-up and commissioning. Furthermore, the Consultant will ensure that all major deficiencies have been addressed prior to allowing the Contractor to initiate start-up.

A.6.4.15 All enquiries received from the Contractor shall be promptly responded to in writing, delivered by

hand, faxed or e-mailed to the Contractor, within five consecutive working days after receipt. All field memos must be identified in an appropriate manner in order to be able to verify the history of any site/field instructions.

A.6.4.16 Ensure that the Contractor prepare an inventory list of special tools, spare parts and equipment as specified in the specifications to be supplied for Plant Operation's use, three months after award of contract. Issue inventory list (FORM A-2) to Contractor, Plant Operation Staff and Project Manager.

A.6.4.17 Accept spare parts on behalf of City of Toronto and issue same to Plant Operation Staff. Ensure that Plant Operation Staff signs for all equipment using the Inventory List form.

A.6.4.18 Ensure that all the required "final" shop drawings and "Record" drawings submitted by the Contractor are reviewed and accepted by the Consultant prior to recommending Completion.

A.6.4.19 Ensure that the Contractor prepares and submits the Contractor’s Equipment Operations & Maintenance Manual a) prior to commissioning the equipment b) Final-prior to Substantial Performance.

A.6.4.20 Comply with the requirements of the Toronto Water PCS Implementation Guidelines.

A.6.4.21 Maintain a "marked-up" set of drawings to show "Record" works. The "Record" drawings shall be updated weekly.

151 of 188

Viewing

Cop

y

Do Not

Submit

APPENDIX A.6 – SERVICES DURING CONSTRUCTION REV SEP 2012

Page 6 of 11

A.6.4.22 Attend meetings for Factory Acceptance Test (FAT) and Site Acceptance Test (SAT) as

deemed necessary for proper co-ordination of work by the Contractor, the Sub-Contractors, suppliers or testing firms.

A.6.5 Training and Manuals provided by Contractor/Supplier for Plant Operation Staff on

Operation and Maintenance of Equipment A.6.5.1 Review and approve the Operation and Maintenance (O&M) manuals submitted by the

contractor before submitting to the City of Toronto. The City requires submission of both hardcopy and electronic copy (native and pdf formats) of Contractor O&M Manuals. In addition to reviewing the hardcopy version, review the CD to ensure that it includes all documentation provided in the hardcopy version.

A.6.5.2 Ensure draft manuals are submitted for review by the City a minimum of six (6) weeks prior to any training being conducted. Ensure final manuals are submitted to the City prior to substantial performance of the project.

A.6.5.3 Ensure that Plant Operation Staff are fully advised of the operating characteristics and maintenance requirement of ALL equipment at the commissioning performed by the Contractor and/or equipment suppliers. Confirm that all special requirements are noted and the details included in the Maintenance Manual prepared by the Contractor.

A.6.5.4 Prior to commissioning of any equipment, arrange with the supplier through the Contractor to

provide training as specified in the specifications to the Plant Operation Staff in the proper care, operation and maintenance of the equipment.

A.6.5.5 All training to be completed prior to Substantial Performance. A.6.5.6 Final O&M Manuals to include written guarantees from the contractor, identifying that the

contractor will undertake corrections of any and all defects in materials and/or workmanship utilized in the contract having warranties for two (2) years unless otherwise specified. All warranty periods shall commence on date of issuance of the Full Completion Certificate. Obtain pdf versions of the O&M Manuals.

A.6.5.7 Comply with the requirements of the Toronto Water PCS Implementation Guidelines for I&C and

SCADA requirements. A.6.6 Consultant's Operation Manuals & Operations Training A.6.6.1 Prepare Operations Manual as required by the city staff and as mandated by the MOE

Environmental Compliance Approval for Water and Sewage, and Air. Ensure that the manual is clear, comprehensive, complete, and complies with MOE requirements. The manual shall include, but not be limited, to the following: (a) General plant description and plant treatment processes. (b) A detailed description of the expansion/upgrade work and its operational details. (c) A detailed description of how the expansion/upgrade work is integrated to the existing

facility. (d) Details of new individual unit processes, including any special characteristics and special

considerations. (e) Detailed technical description, and operation requirements of the expansion/upgrade works (f) Maintenance of equipment, linking to the Operations and Maintenance Manual supplied

under the construction contract by the Contractor. (g) Special observations and unique operating characteristics.

152 of 188

Viewing

Cop

y

Do Not

Submit

APPENDIX A.6 – SERVICES DURING CONSTRUCTION REV SEP 2012

Page 7 of 11

(h) Detailed start-up and shut down procedures for all processes and equipment, including inter-related and auxiliary components.

(i) The manuals are to include the alarm settings, safety settings, routine equipment checks, process troubleshooting guides, Standard Operating Procedures (SOPs), and descriptions of performance measures.

A.6.6.2 Comply with the requirements of the Toronto Water PCS Implementation Guidelines to incorporate the updated Master Process Control Narrative.

A.6.6.3 Manuals must be submitted to City staff prior to substantial performance and/or prior to the equipment/system being turned over to the City. Additional submission requirements for the Consultant SCADA manual to be in accordance with the PCS Implementation Guidelines.

A.6.6.4 Provide process training to City staff prior to the hand-over of the equipment. Training to include at a minimum:

A.6.6.5 Process overview

A.6.6.6 Standard Operation Procedures

A.6.6.7 Process troubleshooting

A.6.6.8 Control philosophy

A.6.6.9 SCADA system control hierarchy and screen navigation

A.6.6.10 Training to be provided to plant staff on a shift schedule. Allow for 5 training sessions on separate days to accommodate the shift schedules.

A.6.6.11 Manuals to be in hardcopy and electronic format (native files and pdf) per Appendix A.1. A.6.7 Consultant's Cost Control of Project during Construction A.6.7.1 City of Toronto requires that the Consultant be fully responsible for cost control of the project

with respect to engineering fees and construction contract cost. City of Toronto will require timely reports of impending overrun of fees, or construction contract cost.

A.6.7.2 Timely report is defined as a reasonable period for which it will permit the Project Manager to

report to Committee and Council PRIOR to the expected overrun in either engineering fees or construction contract cost. Where the Consultant does not exercise proper cost control and has incurred additional cost, City of Toronto will not be obliged to honour payment for such services.

A.6.7.3 The Consultant shall submit update reports on the project construction contract cost control

sheets to the Project Manager on a monthly basis with respect to the following: a. Tender amount with contingency amount including all applicable taxes b. Payment to Contractor to-date – i.e. the latest copy of payment certificate c. Approved CO's issued to-date – i.e. the CO log d. Value of Contract to-date, including the projection of any additional cost to complete the

construction works. e. Description of work performed to-date and advice on progress to-date versus schedule

submitted by Contractor. f. Recommend any action to be taken by City of Toronto to mitigate cost overrun. g. Any changes to the contract must be made by the issuance of CO's to the Contractor,

includes changes to the contract even where there is no change in the contract value, i.e. extension of time to the contract.

A.6.7.4 City of Toronto accepts no responsibility for any such CO's where the Consultant has issued the CO's without first obtaining the written City’s Project Manager approval.

153 of 188

Viewing

Cop

y

Do Not

Submit

APPENDIX A.6 – SERVICES DURING CONSTRUCTION REV SEP 2012

Page 8 of 11

A.6.7.5 All CO's must be approved and signed by the City’s Project Manager and include support documentation as follows:

(a) A RFI or RFQ or Change Directive/Notice identifying the additional scope of work to

be performed; (b) The Contractor’s response shall include scope of work to be performed, and the cost.

The cost shall include impact cost, overhead and profit and all applicable taxes; (c) Consultant’s letter noting the rational of the recommendation to the Contractor’s

response along with signed CO. (d) Change Directives and Change Orders must be processed using the City's standard

forms. (e) Change Directives must be used when authorizing the Contractor to proceed with

additional work where there is insuffucient time to process a Change Order. Change Directives are ONLY to be used when immediate direction is needed to avoid delay impact costs. Change Directives must be signed by the City's Project Manager prior to issuance to the Contractor.. The Change Order with all backup documentation must be processed as soon as practicable, to allow for payment to the Contractor.

A.6.8 For Construction Drawings – Electrical Control Schematics

A.6.8.1 At each facility, the City of Toronto is assembling a comprehensive library of electrical control schematics for all electrically controlled equipment such as actuators, motors, vendor supplied equipment, etc. The electrical control schematics typically show source of power, interconnection with other devices, input/output connections to SCADA, isolation devices, terminal block numbers, contact and relay designations, wire numbers, etc. Each device which is electrically controlled must have a dedicated electrical control schematic produced 'for construction' in order to facilitate wiring, and the correct tagging of all wiring. Use of typical drawings is not permitted; a unique drawing must be produced for each device. Tender drawings are to be updated as early as possible during construction to include all specific information such as exact configuration, terminal block numbering, RPU I/O numbers, etc, taken from approved shop drawings and any existing equipment on site. Duplicate typial drawings and edit with specific information as required until each device has a unique control schematic that can be used for construction and record purposes.

A.6.9 Record Drawings – Master P&ID, SLDs and SCADA Architecture

Regardless of how the Consultant chose to document the work for the purposes of the construction contract, it remains a completely separate scope item to edit the existing Master P&ID set, Master SLD set and Master SCADA Architecture drawing so that they remain an accurate CAD representation of the facility following completion of the work.

A.6.10 As-Built Drawings – Construction Contract

A.6.10.1 Provide drafting services to provide As-Built Drawings information, including the Record survey information.

A.6.10.2 Complete As-Built Drawings no later than 3 months after commissioning.

A.6.10.3 Issue one set of full size As-Built Mylar Drawings and one set of reduced 11” by 17” drawings on vellum to the City’s Project Manager.

A.6.10.4 Provide one complete set on CD-ROM. Drawings shall have .dwg and .dwf extension format. All CD shall be properly labelled and dated.

A.6.10.5 The City will verify that the CD/CADD files meet City standards. All drawings not meeting City standards will not be accepted, and must be re-issued at no additional cost.

154 of 188

Viewing

Cop

y

Do Not

Submit

APPENDIX A.6 – SERVICES DURING CONSTRUCTION REV SEP 2012

Page 9 of 11

A.6.10.6 Record documentation includes the submittal of as-installed software for all components of the project. This documentation is to include a CD-ROM containing a copy of the HMI application as at the end of the project, and all field controller software.

A.6.10.7 Allow 60 days for City review to confirm acceptability of files before final payment will be issued. A.6.11 Field Ambassador A.6.11.1 The Consultant is to provide the services of a Field Ambassador, who will facilitate

communications between the public and project team for all construction projects. Allow for one full time equivalent Field Ambassador for the duration of the five year construction period. The Field Ambassador shall have strong communications and computer skills, to be accessible at all times via email and phone, and always be approachable while keeping a well-groomed professional appearance and attitude. The Field Ambassador’s duties will include, but not be limited to:

A.6.11.2 Serving as an accessible public information liaison for all construction projects included within the program, developing rapport with construction teams, residents, and business owners.

A.6.11.3 Preparing and delivering construction notices prior to work taking place, or ensuring that notices have been delivered through random visits when circumstances make personal delivery impractical.

A.6.11.4 Conducting random visits to local residents, institutions, and businesses, as time allows, in order to ensure early identification of issues (e.g. noise, dust, property damage, water service interruptions, concerns, etc.) and expedite their resolution.

A.6.11.5 Visiting residents, institutions, and businesses in person and serving as a point of contact for any concerns or issues raised through the project hotline or in person.

A.6.11.6 Working closely with citizens, construction teams and City staff to resolve any issues. A.6.11.7 Recording all interactions with the public in a detailed “Public Daily Report Log”, and

documenting the issues and their resolution, including taking photographs when possible. A.6.11.8 Attending the pre-construction meeting and any construction meetings as required for

coordination purposes. A.6.11.9 Distributing information promptly to all relevant team members and following up frequently to

ensure that issues are resolved as quickly as possible. A.6.11.10 Providing monthly updates to the project team at site meetings, including detailed reports

(“Public Monthly Report”).

A.6.12 Regulatory Agencies Approvals A.6.12.1 Confirm that all required inspections by regulatory agencies have been performed prior to

issuance of Substantial Completion Certificate. A.6.12.2 Verify that the Contractor has provided a copy of all approvals, from these regulatory agencies,

in each set of the Maintenance Manual. A.6.12.3 Depending on the project, inspection of the constructed plant/facility may be required by some

or all of the following regulatory agencies prior to operation and/or occupancy as known to City of Toronto, including but not limited to:

(a) Building Occupancy Permit (b) Fire Department Approval for occupancy (c) Ontario/Local Hydro Inspection (d) Electrical Safety Association (ESA) (e) Technical Standard & Safety Authority (TSSA)

155 of 188

Viewing

Cop

y

Do Not

Submit

APPENDIX A.6 – SERVICES DURING CONSTRUCTION REV SEP 2012

Page 10 of 11

A.6.13 Assumption of Facilities A.6.13.1 The City of Toronto will NOT assume any responsibility for the proper functioning of contractual

work during the construction of the facility. Assumption of the new facility by the City will be made on a formal basis as detailed.

A.6.13.2 All required documentation must be delivered and handed over by the prescribed time and date.

(a) Ensure that Appendix A.7 is successfully completed by the contractor (b) All required documents as described in Appendix A.6- SUMMARY OF DELIVERABLES

must be completely delivered to the Plant Operation Staff and City Project Manager A.6.13.3 Formal Acceptance by the City of Toronto will occur when the following is completed.

(a) The formal handing over of the facility to Plant Operation Staff should normally coincide with the date of the issuance of the Certificate of Substantial Completion to the contractor.

(b) On that date, the Consultant will convene a meeting with the contractor, Plant Operations Staff, and the City Project Manager. If the contractor has performed as requrid by the contract, issue the Certificate of Substantial Completion and turn the facility over to Plant Operation Staff.

(c) Notwithstanding the fact that Plant Operation Staff will be operating the facility, all operation problems with be forwarded to the Consultant for resolution in accordance to Clause A.6.4.12

A.6.14 Post Construction Services A.6.14.1 At the end of the warranty period, two year from the date of completion, re-issue any As-Built

Drawings and CAD disk to reflect any changes made during the warranty period. A.6.14.2 Any materials and equipment supplied for the contract, construction completed, or part thereof

that were found to be defective, or inadequate within the guarantee/warranty period instruct the Contractor/Installer/Supplier to replace/correct the deficiencies without cost to the City.

A.6.14.3 Develop and maintain records of warranty on all installed components, and update the City of its

status every six months in a written report. The report shall include the performance of equipment, and if the equipment is not performing as per specification, notify the Contractor/Supplier/Installer to correct the deficiencies without cost to the City.

A.6.14.4 During the two years warranty period ensure that:

(a) The inspection shall be carried out every six (6) months; (b) The inspection, where required, is carried out by all parties concerned, that is Consultant,

Contractor, City’s Project Manager, Operating Staff and Operating Support Staff; (c) A list of warranty deficiencies identified during this period is send to the contractor within

five working days; (d) Provide deficiency resolution services in accordance to clause A.6.4.14 (e) The contractor shall notify the Consultant and the City prior to carrying out the rectification

work so that any work performed can be inspected; (f) Upon completion of satisfactory rectification work by the contractor, notify the Contractor

and the City in writing stating that all of its contractual obligations under the terms of the warranty have been fulfilled, upon expiration of the 2 year warranty period.

156 of 188

Viewing

Cop

y

Do Not

Submit

APPENDIX A.6 – SERVICES DURING CONSTRUCTION REV SEP 2012

Page 11 of 11

SUMMARY OF DELIVERABLES FOR SERVICES DURING CONSTRUCTION

ITEM CONSTRUCTION PHASE

1 CONSTRUCTION PHOTOGRAPHS AT ALL KEY STAGES OF THE WORKS, FILED AND TITLED, AND DAILY PROGRESS REPORT

2 ISSUANCE OF PAYMENT CERTIFICATES ON A MONTHLY BASIS TO COMPLETION 3 ISSUANCE OF CO'S, WITHIN 15 CONSECUTIVE WORKING DAYS 4 ISSUANCE OF THE SPARE PART LISTS TO CONTRACTOR 2 MONTHS AFETR AWARD

OF CONTRACT 5 ELECTRICAL CONTROL SCHEMATICS FOR EACH INDIVIDUAL EQUIPMENT 6. DRAFT MASTER SINGLE LINE DIAGRAMS 7. DRAFT MASTER P&ID's

ITEM PRIOR TO SUBSTANTIAL PERFORMANCE

1 ROTATING EQUIPMENT VERIFICATION REPORT 2 MECHANICAL SYSTEM VERIFICATION REPORT 3 INSULATION TEST & ELECTRICAL SYSTEM VERIFICATION REPORT 4 INSTRUMENTATION AND CONTROL LOOPS VERIFICATION REPORT 5 CALIBRATION REPORT 6 AIR BALANCING REPORT & HVAC VERIFICATION REPORT 7 ETMS DATASHEETS POPULATED WITH MAINTENANCE INFORMATION

ITEM AT SUBSTANTIAL PERFORMANCE

1 MAINTENANCE MANUALS 2 LISTING OF ALL SUB-CONTRACTORS, NAME OF CONTACT PERSON, TELEPHONE &

FAX NUMBERS, & E-MAIL ADDRESS 3 LISTING OF ALL SUPPLIERS, NAME OF CONTACT PERSON, TELEPHONE & FAX

NUMBERS, & E-MAIL ADDRESS 4 ALL WARRANTY & GUARANTEE CERTIFICATES IN EACH SET OF MAINTENANCE

MANUAL 5 AS-BUILT DRAWINGS & SOFTWARE (if applicable) 6 DEFICIENCY LIST 7 ALL APPROVALS & PERMITS FILED IN MAINTENANCE MANUAL 8 PLANT OPERATION MANUAL INCLUDING SCADA 9 CO-ORDINATION STUDY OF PROTECTIVE DEVICES 10 CERTIFICATE OF SUBSTANTIAL PERFORMANCE 11 PAYMENT CERTIFICATE FOR HOLDBACK RELEASE 12 FINAL MASTER SINGLE LINE DIAGRAMS UPDATED TO REFLECT INSTALLED

CONDITION 13 FINAL MASTER P&ID'S AND PCN'S UPDATED TO REFLECT INSTALLED CONDITION

ITEM CONTRACT COMPLETION

1 LETTER CONFIRMING COMPLETION 2 CONTRACTOR'S PERFORMANCE REPORT

ITEM PRIOR TO PROJECT CLOSEOUT

1 INTERIM INSPECTIONS & REPORTS (4) 2 FINAL INSPECTION AND REPORT

Note: This list is not comprehensive and does NOT include all PCS deliverables. Refer to PCS Guidelines.

END OF APPENDIX A.6

157 of 188

Viewing

Cop

y

Do Not

Submit

APPENDIX A.7 – SERVICES DURING TESTING AND COMMISSIONING REV SEP 2012

Page 1 of 5

A.7 – SITE SERVICES DURING TESTING AND COMMISSIONING A.7.1 General

A.7.1.1 Testing and Commissioning generally consists of the following stages:

a) Testing:check out/verification b) Commissioning: wet test (as applicable) c) Commissioning: performance testing (as applicable)

A.7.1.2 It is mandatory that verification of all equipment, system and sub-system, processes, and

auxiliary systems are fully tested and documented (See FORM A-1 to FORM A-18 at end of this section) and verified by the Consultant.

A.7.1.3 A summary sheet (11X17 folded, FORM A-17) identifying all the new equipment installed must be included at the front of the verification reports. The summary sheet must as a minimum contain the following column headings across the top row: i) Tag Number ii) Description and Equipment Location iii) Model Number iv) Drawing No. v) Specifications No. vi) Shop Drawing No. vii) Delivery Date viii) Installed Date ix) Insulation test completed x) Start-up Date xi) Verification:

a) Resident Staff (Consultant) b) Plant Operation Staff

xii) Red/Green Tag xiii) Comments

xiv) Provide equipment maintenance data, preventative maintenance activities and scheduling data, in an appropriate format, which can then be loaded into the City’s existing Work Management and Asset Management Systems. The equipment data fields are to match the data fields in the Work Management System and Asset Management System.

A.7.1.4 All verification reports must be documented and submitted at the end of the verification

process.

A.7.2 Pre-Requisites

A.7.2.1 The Consultant may not allow commissioning of the facility to commence until the start-up phase has been completed and all the reports delivered to and accepted by the Project Manager.

A.7.2.2 Review the Contractor's detailed start-up, testing, and commissioning plan. Ensure that the plan generally follows the requirements of the contract, and incorporates the requirements of the PCS Transition Plan. The plan must be reviewed by the consultant in conjunction with input from key City staff prior to approval. The procedures are to be reviewed and approved two months prior to scheduled start-up/shut-downs.

A.7.2.3 Review Contractor's updated functional flow charts

A.7.2.4 Ensure that the tagging of installed equipment during Start-up and Commissioning are

158 of 188

Viewing

Cop

y

Do Not

Submit

APPENDIX A.7 – SERVICES DURING TESTING AND COMMISSIONING REV SEP 2012

Page 2 of 5

carried out as follows:

i) Contractor shall clearly identify all equipment and/or systems that are being installed with a red tag (see FORM A-3) to indicate that the Contractor is installing and responsible for the equipment. The Contractor, Consultant and Plant Operation Staff must sign the red tag.

ii) After the equipment has been installed, aligned, started-up, tested and certified by the manufacturer/vendor as having been installed properly, remove the red tag from this equipment and/or system and replace with a green tag (See FORM A-3). The Contractor, Consultant and Plant Operation Staff must sign the green tag.

iii) All equipment and/or systems identified with a green tag will indicate that the equipment is fully functional and may be used by the City for operation of the facility.

A.7.2.5 Prior to testing, the Electrical Control Schematics associated with each electrically controlled

device must be complete. One paper copy must be available on site to facilitate troubleshooting, and redlining with any changes, corrections or modifications that arise during testing.

A.7.2.6 Prior to testing, the Master SLDs must be complete. One paper copy must be available on site to facilitate isolation of devices, and redlining with any changes, corrections or modifications that arise during testing.

A.7.2.7 Prior to commissioning, the Master P&IDs must be complete. One paper copy of the relevant drawings must be on site to facilitate partial startups, testing and tweaking, and redlining of any changes, corrections or modifications that arise during commissioning.

A.7.2.8 Prior to commissioning of the equipment, finalize the draft copy (prepared during the design phase) of the Pre-Start Health and Safety Report based on any change orders issued during the construction phase, and an on-site inspection of the as-constructed works. The report shall detail the measures necessary to bring the construction, addition, installation or modification into compliance before operation. Note that the preparation of the report is a provisional item in the Cost of Services.

A.6.9 Prior to commissioning of the equipment, update and finalize the Master PCN based on any changes during the construction phase.

A.7.2.10 Comply with the requirements of the Toronto Water PCS Implementation Guidelines

A.7.2.11 The Consultant, with input from the City, will develop (ie define the number and general content) of the FAT/SAT test scripts and the control logic test scripts.

A.7.3 Rotating Equipment Check-Out/Verification Requirements

A.7.3.1 Submit to the Project Manager a listing of all rotating equipment to be checked-out by the Contractor two months after the date of award of contract. After reviewed and accepted by the Project Manager, provide two final copies to the Contractor and two copies to Plant Operation Staff. Include a description of the verification activities in a checklist format.

A.7.3.2 Ensure that the Plant Operation Staff, the Contractor and his Sub-Contractors, and Suppliers are present to witness the execution of the check-out/verification procedure as provided for under the terms and condition of the contract, and note whether the equipment passed or failed its proper operation test.

159 of 188

Viewing

Cop

y

Do Not

Submit

APPENDIX A.7 – SERVICES DURING TESTING AND COMMISSIONING REV SEP 2012

Page 3 of 5

A.7.3.3 Complete the rotating equipment check-out/verification procedure form and ensure that all parties present sign the form. Issue one copy to: i) Plant Operation Staff ii) Contractor/Supplier iii) Resident Engineer

A.7.3.4 If the rotating equipment check-out/verification failed, reschedule for a new date to perform the

check-out/verification procedure. On completion, re-issue the Form.

A.7.3.5 See FORMS A-1, A-6, A-7, A-11, A-12 and A-13 for the Rotating Equipment Check Out/Verification Form at the end of this section.

A.7.4 Mechanical/Process System Check-Out/Verification Requirements

A.7.4.1 Submit to the Project Manager a listing of all mechanical/process system to be checked-out by the Contractor two months after the date of award of contract. After reviewed and accepted by the Project Manager, provide two final copies to the Contractor and two copies to Plant Operation Staff.

A.7.4.2 Ensure that the Plant Operation Staff, the Contractor and his Sub-Contractors, and Suppliers are presence to witness the execution of the check-out/verification procedure as provided for under the terms and condition of the contract, and note whether the equipment passed or failed its proper operation test.

A.7.4.3 Complete the System Verification Forms for each system and/or sub-system after each test and ensure that all parties present sign the Form. Issue one copy to:

i) Plant Operation Staff. ii) Contractor/Sub-Contractors/Supplier iii) Resident Engineer

A.7.4.4 If the mechanical/process system fails to perform in the manner as designed and as per the

contract specifications, arrange a new date for check-out/verification. On completion, re-issue the Form.

A.7.4.5 See FORMS A-1, A-6, A-7, A-11, A-12 and A-13 for the Mechanical/Process System Check-Out/Verification Form.

A.7.5 Instrumentation Calibration Report(s)

A.7.5.1 Submit to the Project Manager a listing of all instrumentation equipment to be checked-out by the Contractor two months after the date of award of contract. After reviewed and accepted by the Project Manager, provide two final copies to the Contractor and two copies to Plant Operation Staff.

A.7.5.2 For the calibration of each field device, arrange for the Contractor and appropriate electrical, mechanical, instrumentation and control Sub-Contractors and Plant Operation Staff to be present for the calibration tests.

A.7.5.3 Ensure that the Contractor/Sub-Contractors/Suppliers carry out the proper calibration of each field instrument or devices as per the contract specifications.

A.7.5.4 Complete Calibration Report Form for each instrument or field device after each calibration test and ensure that all parties sign the form on conclusion of each test. Issue a copy to:

i) Plant Operation Staff ii) Contractor/Sub-Contractors/Supplier

160 of 188

Viewing

Cop

y

Do Not

Submit

APPENDIX A.7 – SERVICES DURING TESTING AND COMMISSIONING REV SEP 2012

Page 4 of 5

iii) Resident Engineer

A.7.5.5 See FORM A-4 for the Instrumentation Calibration Form.

A.7.5.6 Comply with the requirements of the PCS Implementation Guidelines.

A.7.6 Instrumentation & Control System Loop Check-out/Verification Requirements.

A.7.6.1 Provide to the Project Manager a listing of all digital and analog loops to be checked-out by the Contractor two months after the date of award of contract.

A.7.6.2 Submit four draft copies of a complete listing of all loop wiring between instrument and field devices, complete with its identification tag. When accepted by the Project Manager, provide two final copies to the Contractor and two copies to City of Toronto.

A.7.6.3 Provide the Contractor and Plant Operation Staff with two sets of test procedures for all instrumentation and control loops for verification of the correctness of operation.

A.7.6.4 When testing instrumentation loops, ensure that the Contractor performs the testing of each loop in sequence and in group. The testing of an instrument loop will be graded on a pass/failed basis. If more than two instrument loops within a group fail the loop checkout, the entire group of loops will be deemed to have failed the checkout. When the failed loops have been repaired, the entire group must be re-tested.

A.7.6.5 Complete Control Loop Verification Form for each logical group of instrument loop test and ensure that the Form is signed by all parties at the conclusion of each test. Issue a copy to:

i) Plant Operation Staff ii) Contractor/Sub-Contractors/Supplier iii) Resident Engineer

A.7.6.6 Arrange for the Contractor, electrical, instrumentation and control Sub-Contractors for testing of loop wiring between instrument and field devices and advise Plant Operation Staff to be present for the procedure.

A.7.6.7 Verify that the Contractor has executed the work in accordance with contract specifications and/or current industrial practice. Permit no splicing of any loop wires between instrument and field devices and reject any connection not in compliance with manufacturers' recommendations or industry practice or specification.

A.7.6.8 Confirm the test procedure and provide one set of test records to Plant Operation Staff.

A.7.6.9 The Control Loop Verification Form is to be found in FORM A-5.

A.7.6.10 Comply with the requirements of the Toronto Water PCS Implementation Guidelines.

A.7.7 SCADA System Check out/Verification by Consultant

A.7.7.1 Comply with the requirements of the Toronto Water PCS Implementation Manual.

A.7.8 HVAC Checkout/Verification Requirements

A.7.8.1 Direct the Contractor to perform and submit "Air Balance Report" and to correct all work, which does not conform to specification. Rebalance the system again and verify correctness of Air Balance Report.

161 of 188

Viewing

Cop

y

Do Not

Submit

APPENDIX A.7 – SERVICES DURING TESTING AND COMMISSIONING REV SEP 2012

Page 5 of 5

A.7.8.2 Where the HVAC system is an all-electronic system, direct the Contractor to perform loop checkout, zone control checkout and finally the system checkout as specified in Clause A.7.5 in its entirety.

A.7.8.3 Allow the HVAC system to perform for one week prior to system verification checkout. Direct the Contractor to verify proper operation of HVAC system.

A.7.8.4 Upon successful completion of Clauses A.7.8.1 to A.7.8.3, arrange with the Contractor, mechanical, system integrators and Plant Operation Staff for demonstration of the proper operation of HVAC system on a zone by zone basis. Submit HVAC Checkout/Verification Form upon successful completion of this demonstration. See FORM A-14.

A.7.8.5 Failure of any one zone will require the re-testing of the entire HVAC system from the beginning.

A.7.9 Commissioning Phase

A.7.9.1 Commissioning requirements to comply with the requirements of the City’s Start up, Commissioning and Training Guidelines for Major Works Facilities projects.

A.7.*.2 Comply with the requirements of the 5- day wet test.

A.7.9.3 Where specifically indicated in the Terms of Reference, comply with the requirements of performance testing.

A.7.9.4 The commissioning phase may only be terminated upon successful completion of all the verification/checkout and commissioning of equipment, system and sub-system, processes etc that enables the facility to operate in the manner as designed and intended per the contract specifications and drawings prepared by the Consultant.

END OF APPENDIX A.7

162 of 188

Viewing

Cop

y

Do Not

Submit

APPENDIX B

RFP PROCESS TERMS AND CONDITIONS

1. Proponent’s Responsibility 2. Prime Proponent 3. City Contacts and Questions 4. Addenda 5. Exceptions to Mandatory Requirements, Terms and Conditions 6. Omissions, Discrepancies and Interpretations 7. Incurred Costs 8. Post-Submission Adjustments and Withdrawal of Proposals 9. No Collusion 10. Prohibition Against Gratuities 11. Acceptance of Proposals 12. Verification 13. Unbalanced Bids 14. Conflicts of Interest 15. Ownership and Confidentiality of City-Provided Data 16. Ownership and Disclosure of Proposal Documentation 17. Intellectual Property Rights 18. Failure or Default of Proponent 19. Quasi-Criminal/Criminal Activity of a Proponent 20. Publicity 21. Governing Law

163 of 188

Viewing

Cop

y

Do Not

Submit

1. Proponent’s Responsibility

It shall be the responsibility of each Proponent: (a) to examine all the components of this RFP, including all appendices, forms and ad-denda; (b) to acquire a clear and comprehensive knowledge of the required services before submit-

ting a Proposal; (c) to become familiar, and (if it becomes a successful Proponent) comply, with all of the

City’s Policies and Legislation set out on the City of Toronto website at http://www.toronto.ca/calldocuments/policy.htm

The failure of any Proponent to receive or examine any document, form, addendum, Agreement or policy shall not relieve the Proponent of any obligation with respect to its Proposal or any Agreement entered into or Purchase Order issued based on the Proponent’s Proposal.

2. Prime Proponent

A Proposal by a consortium of two or more entities may be submitted, but one person or company must be shown as the prime Proponent and be prepared to represent the consortium to the City by executing the Agreement, acting as the primary contact, and taking overall responsibility for performance of the Agreement.

Where a Proposal is made by a prime Proponent with associate firms working with or under the prime Proponent in either a sub-contracting or consortium relationship, it is required that those associate firms be named in the Proposal.

3. City Contacts and Questions

All contact and questions concerning this RFP should be directed in writing to the City employee(s) designated as “City Contact” in the Notice to Potential Proponents.

No City representative, whether an official, agent or employee, other than those identified “City Contacts” are authorized to speak for the City with respect to this RFP, and any Proponent who uses any information, clarification or interpretation from any other representative does so entirely at the Proponent’s own risk. Not only shall the City not be bound by any representation made by an unauthorized person, but any attempt by a Proponent to bypass the RFP process may be grounds for rejection of its Proposal.

From and after the date of this RFP until the time of any ensuing contract award, no communication with respect to this matter shall be made by any potential Proponent, or its representatives, including a third-party representative employed or retained by it (or any unpaid representatives acting on behalf of either), to promote its Proposal or oppose any competing Proposal, nor shall any potential Proponent, or its representatives, including a third party representative employed or retained by it (or any unpaid representatives acting on behalf of either), discuss the RFP or its Proposal with any City staff, City officials or Council member(s), other than a communication with the "City Contact" identified on page 1 on this RFP. Proponents should be aware that communications in relation to this RFP outside of those permitted by the applicable procurement policies and this RFP document contravene the Lobbying By-law, an offence for which a person is liable to a maximum fine of $25,000.00 on a first conviction and $100,000.00 on each subsequent conviction. In addition, the City's Procurement Processes Policy provides that any Proponent found in breach of the policy may be subject to disqualification from the call or a future call or calls at the discretion of Council.

164 of 188

Viewing

Cop

y

Do Not

Submit

Notwithstanding anything to the contrary as set out in this document, the obligations as set out in the City of Toronto Municipal Code, Chapter 140 shall apply. For your information, please find below the links to the City's Procurement Processes Policy, Lobbying By-Law and Interpretive Bulletin on Lobbying and Procurement: http://www.toronto.ca/citybusiness/pdf/policy_procurement_process.pdf http://www.toronto.ca/legdocs/municode/1184_140.pdf http://www.toronto.ca/lobbying/pdf/interpretation-bulleting_lobbying-procurements.pdf

4. Addenda

If it becomes necessary to revise any part of this RFP, the revisions will be by Addendum posted electronically in Adobe PDF format on the City’s website at www.toronto.ca/calldocuments. Proponents and prospective Proponents SHOULD MONITOR THAT SITE as frequently as they deem appropriate until the day of the Deadline. Only answers to issues of substance will be posted. The City reserves the right to revise this RFP up to the Closing Deadline. When an Addendum is issued the date for submitting Proposals may be revised by the City if, in its opinion, the City determines more time is necessary to enable Proponents to revise their Proposals. All Proponents must acknowledge receipt of all Addenda in the space provided on the Proposal Submission Form. The City’s Purchasing and Materials Management Division will make reasonable efforts to issue the final Addendum (if any) no later than two (2) days prior to the Deadline.

5. Exceptions to Mandatory Requirements, Terms and Conditions

If a Proponent wishes to suggest a change to any mandatory requirement, term or condition set forth in any part of this RFP, it should notify the City in writing not later than the deadline for questions. The Proponent must clearly identify any such requirement, term or condition, the proposed change and the reason for it. If the City wishes to accept the proposed change, the City will issue an Addendum as described in the article above titled Addenda. The decision of the City shall be final and binding, from which there is no appeal. Changes to mandatory requirements, terms and conditions that have not been accepted by the City by the issuance of an Addendum are not permitted and any Proposal that takes exception to or does not comply with the mandatory requirements, terms and conditions of this RFP will be rejected.

6. Omissions, Discrepancies and Interpretations

A Proponent who finds omissions, discrepancies, ambiguities or conflicts in any of the RFP documentation or who is in doubt as to the meaning of any part of the RFP should notify the City in writing not later than the deadline for questions. If the City considers that a correction, explanation or interpretation is necessary or desirable, the City will issue an Addendum as described in the article above titled Addenda. The decision and interpretation of the City shall be final and binding, from which there is no appeal. No oral explanation or interpretation shall modify any of the requirements or provisions of the RFP documents.

7. Incurred Costs

The City will not be liable for, nor reimburse, any potential Proponent or Proponent, as the case may be, for costs incurred in the preparation, submission or presentation of any Proposal, for interviews or any other activity that may be requested as part of the evaluation process or the process for the negotiation or execution of an Agreement with the City, as the case may be.

165 of 188

Viewing

Cop

y

Do Not

Submit

The rejection or non-acceptance of any or all Proposals shall not render the City liable for any costs or damages to any firm that submits a Proposal.

8. Post-Submission Adjustments and Withdrawal of Proposals

No unilateral adjustments by Proponents to submitted Proposals will be permitted.

A Proponent may withdraw its Proposal at any time prior to the Deadline by notifying the City Buyer designated in this RFP in writing on company letterhead or in person, with appropriate identification. Telephone and e-mail requests will not be considered.

A Proponent who has withdrawn a Proposal may submit a new Proposal, but only in accordance with the terms of this RFP.

After the Deadline each submitted Proposal shall be irrevocable and binding on Proponents for a period of 120 days.

If the City makes a request to a Proponent for clarification of its Proposal, the Proponent will provide a written response accordingly, which shall then form part of the Proposal.

9. No Collusion

No Proponent may discuss or communicate about, directly or indirectly, the preparation or con-tent of its Proposal with any other Proponent or the agent or representative of any other Proponent or prospective Proponent. If the City discovers there has been a breach at any time, the City reserves the right to disqualify the Proposal or terminate any ensuing Agreement.

10. Prohibition against Gratuities

No Proponent and no employee, agent or representative of the Proponent, may offer or give any gratuity in the form of entertainment, participation in social events, gifts or otherwise to any officer, director, agent, appointee or employee of the City in connection with or arising from this RFP, whether for the purpose of securing an Agreement or seeking favourable treatment in respect to the award or amendment of the Agreement or influencing the performance of the Agreement, including without restriction enforcement of performance standards, or expressing appreciation, or providing compensation, for the award of an Agreement or for performance of the City's obligations thereunder or for conferring favours or being lenient, or in any other man-ner whatsoever.

If the City determines that this article has been breached by or with respect to a Proponent, the City may exclude its Proposal from consideration, or if an Agreement has already been entered into, may terminate it without incurring any liability.

11. Acceptance of Proposals

The City shall not be obliged to accept any Proposal in response to this RFP.

The City may, without incurring any liability or cost to any Proponent: a) accept or reject any or all Proposal(s) at any time; b) waive immaterial defects and minor irregularities in any Proposals; c) modify and/or cancel this RFP prior to accepting any Proposal; d) award a contract in whole or in part.

The City is relying on the experience and expertise of the Proponent. The City reserves the right to disqualify any Proponent who has given inaccurate, incomplete, false or misleading information in the sole opinion of the City.

166 of 188

Viewing

Cop

y

Do Not

Submit

12. Verification

The City reserves the right to verify with any Proponent or with any other person any information provided in its Proposal but shall be under no obligation to receive further information.

If, in the opinion of the City, any Proponent has clearly misinterpreted the services or underestimated the hours or value of the services to be performed as reflected in its Proposal content and submitted price/fees, or all or any or any combination of them, then the City may reject its Proposal as not representative of the scope of the services).

13. Unbalanced Bids (In this paragraph “Bid” refers to the Proposal)

The City may reject a bid if it determines, in its sole discretion, that the bid is materially imbalanced.

A bid is materially imbalanced when:

(1) it is based on prices which are significantly less than cost for some items of work and prices which are significantly overstated in relation to cost for other items of work; and

(2) the City had determined that the proposal may not result in the lowest overall cost to the City even though it may be the lowest submitted bid; or

(3) it is so unbalanced as to be tantamount to allowing an advance payment.

14. Conflicts of Interest

In its Proposal, the Proponent must disclose to the City any potential Conflict of Interest that might compromise the integrity of the call process or the performance of the Work. If a Conflict of Interest does exist, the City may, at its discretion, refuse to consider the Proposal. The Proponent has an ongoing duty to disclose any potential Conflict of Interest while engaged in the call process and thereafter in the performance of the Work. If a potential Conflict of Interest exists or arises during the evaluation process or the negotiation of the Agreement, the City may, at its discretion, refuse to consider the Proposal or withhold the awarding of any Agreement to the Proponent until the matter is resolved to the City’s sole satisfaction.

The Proponent must also disclose whether it is aware of any City employee, Council member or member of a City agency, board or commission or employee thereof having a financial interest in the Proponent and the nature of that interest.

If, during the Proposal evaluation process or the negotiation of the Agreement, the Proponent is retained by another client giving rise to a potential Conflict of Interest, then the Proponent will so inform the City. If the City requests, then the Proponent will refuse the new assignment or will take such steps as are necessary to remove the potential Conflict of Interest concerned.

Proponents are cautioned that the acceptance of their Proposal may preclude them from participating as a Proponent in subsequent projects where a Conflict of Interest may arise. The successful Proponent for this project may participate in subsequent/other City projects provided the successful Proponent has satisfied pre-qualification requirements of the City, if any, and in the opinion of the City, no Conflict of Interest would adversely affect the performance and successful completion of an Agreement by the successful Proponent.

15. Ownership and Confidentiality of City-Provided Data

All correspondence, documentation and information provided by City staff to any Proponent or prospective Proponent in connection with, or arising out of this RFP, the Services or the acceptance of any Proposal:

167 of 188

Viewing

Cop

y

Do Not

Submit

a) is and shall remain the property of the City; b) must be treated by Proponents and prospective Proponents as confidential; c) must not be used for any purpose other than for replying to this RFP, and for fulfillment

of any related subsequent Agreement.

16. Ownership and Disclosure of Proposal Documentation

The documentation comprising any Proposal submitted in response to this RFP, along with all correspondence, documentation and information provided to the City by any Proponent in connection with, or arising out of this RFP, once received by the City:

a) shall become the property of the City and may be appended to the Agreement and/or Purchase Order with the successful Proponent;

b) shall become subject to the Municipal Freedom of Information and Protection of Privacy Act ("MFIPPA"), and may be released, pursuant to that Act.

Because of MFIPPA, prospective Proponents are advised to identify in their Proposal material any scientific, technical, commercial, proprietary or similar confidential information, the disclosure of which could cause them injury.

Each Proponent’s name at a minimum shall be made public. Proposals will be made available to members of City Council provided that their requests have been made in accordance with the City’s procedure and may be released to members of the public pursuant to MFIPPA.

17. Intellectual Property Rights

Each Proponent warrants that the information contained in its Proposal does not infringe any intellectual property right of any third party and agrees to indemnify and save harmless the City, its staff and its consultants, if any, against all claims, actions, suits and proceedings, including all costs incurred by the City brought by any person in respect of the infringement or alleged infringement of any patent, copyright, trademark, or other intellectual property right in connection with their Proposal.

18. Failure or Default of Proponent

If the Proponent, for any reason, fails or defaults in respect of any matter or thing which is an obligation of the Proponent under the terms of the RFP, the City may disqualify the Proponent from the RFP and/or from competing for future tenders or RFP issued by the City for a period of one year. In addition, the City may at its option either:

a) Consider that the Proponent has withdrawn any offer made, or abandoned the Agreement if the offer has been accepted, whereupon the acceptance, if any, of the City shall be null and void; or

b) Require the Proponent to pay the City the difference between its Proposal and any other Proposal which the City accepts, if the latter is for a greater amount and, in addition, to pay the City any cost which the City may incur by reason of the Proponent’s failure or default, and further the Proponent will indemnify and save harmless the City, its officers, employees and agents from all loss, damage, liability, cost, charge and expense whatever which it, they or any of them may suffer, incur or be put to by reason of such default or failure of the Proponent.

19. Quasi-Criminal/Criminal Activity of a Proponent:

The City may reject a Proposal or Proponent if the City:

a) Confirms that the Proponent or any individual that owns, directs, or controls the Proponent has been charged with or convicted of an offence under the Criminal Code, an offence as defined in the Provincial Offences Act, or an offence pursuant to similar

168 of 188

Viewing

Cop

y

Do Not

Submit

laws outside of Ontario, or has been named in an order or similar enforcement action by a regulatory authority;

b) Determines that this charge, conviction or order is material to the given procurement; and

c) Determines that, in light of this charge or conviction, awarding to that Bidder could compromise the delivery of the goods or services or would otherwise undermine the business reputation of the City or the public's confidence in the integrity of the call process.

20. Publicity

The Proponent and its affiliates, associates, third-party service providers, and subcontractors shall not release for publication any information in connection with this RFP or any Agreement without prior written permission of the City.

21. Governing Law

This RFP and any Proposal submitted in response to it and the process contemplated by this RFP including any ensuing Agreement shall be governed by the laws of the Province of Ontario. Any dispute arising out of this RFP or this RFP process will be determined by a court of competent jurisdiction in the Province of Ontario.

169 of 188

Viewing

Cop

y

Do Not

Submit

APPENDIX C

STANDARD SUBMISSION FORMS

FORM 1: Proposal Submission Form – Mandatory

FORM 2: Policy to Exclude Bids From External Parties Involved in the Preparation or

Development of a Specific Call/Request - Mandatory

FORM 3: Restrictions on the Hiring and Use of Former City of Toronto Management Employees for City Contracts – If Applicable

FORM 4: Environmentally Responsible Procurement – If Applicable

FORM 5: Notice of No Submission – If Applicable FORM 6: Declaration of Compliance with Anti-Harassment / Discrimination Legislation &

City Policy FORM 7: City of Toronto Customer Service Training Requirements: Contractors,

Consultants and other Service Providers – If Applicable

170 of 188

Viewing

Cop

y

Do Not

Submit

FORM 2

POLICY TO EXCLUDE BIDS FROM EXTERNAL PARTIES INVOLVED IN THE PREPARATION OR DEVELOPMENT OF A SPECIFIC CALL/REQUEST

To ensure Fair and Equal Treatment in its competitive procurements, the City of Toronto will undertake to:

disallow bidders/proponent from submitting a bid to any Tender, Quotation, or Proposal call in which the bidders/proponent has participated in the preparation of the call document; and

a bidder/proponent who fails to comply will result in disqualification of their response to the call/request.

Did you, the proponent, assist the City of Toronto in the preparation of this Request for Proposal call? Specify: Yes _______ No _________ For a copy of the City of Toronto Policy, visit the website at http://www.toronto.ca/citybusiness/pdf/bidsfromexternalparties.pdf

172 of 188

Viewing

Cop

y

Do Not

Submit

FORM 3

RESTRICTIONS ON THE HIRING AND USE OF FORMER CITY OF TORONTO MANAGEMENT

EMPLOYEES FOR CITY CONTRACTS

The purpose of this Policy to ensure that former City of Toronto management employees who took part in a separation program or received a retirement package, are prohibited from participating in contracts directly or indirectly related to the City of Toronto or its special purpose bodies for a period of two years starting from an employee’s separation date.

Former employees covered by this policy are prohibited from participating in contracts directly or indirectly related to the City of Toronto or its special purpose bodies for a period of two years starting from the employee’s separation date. This would include, but not be limited to, for example, the following roles:

As an independent contractor/consultant; As a contractor/consultant on City project Work for a company/firm (but, the firm may compete); or As a contractor/consultant on City project Work for a company/firm that has been sub-contracted by

another company/firm.

Former City of Toronto management employees who took part in a separation program or received a retirement incentive are prohibited from participating in contracts directly or indirectly related to the City of Toronto and its special purpose bodies for a period of two years starting from an employee’s termination date.

Notes: (1) Adopted by Council at its meeting of February 4, 5, & 6, 1998, Report No. 2, Clause No. 2 of the Strategic Policies and Priorities Committee, and

(2) Revised by City Council at its meeting of November 26, 27, 28, 2002, Report No. 14, Clause No. 6, Administration Committee.

Respondents are to state the name(s) of any former City of Toronto management employee(s) hired/used by your firm, if any, who have left the employ of the City or its special purpose bodies within the last two years.

Specify: .

This policy will be considered in the evaluation of all submissions received by the City of Toronto.

For further information contact:

Manager, Corporate Purchasing, Policy & Quality Assurance 18th

Floor, West Tower, City Hall, (416) 392-0387 For a copy of the City of Toronto Policy, visit the website at http://www.toronto.ca/calldocuments/pdf/former_employees.pdf

173 of 188

Viewing

Cop

y

Do Not

Submit

FORM 4 ENVIRONMENTALLY RESPONSIBLE PROCUREMENT STATEMENT

The City of Toronto Environmentally Responsible Procurement Policy encourages bidders to also offer products/services that are environmentally preferred. Environmentally preferred products/services offered must be competitive in cost, conform to specifications, performance requirements and, be suitable for the intended application as determined by the using department(s) Environmentally preferred products/services are those such as durable products, reusable products, energy efficient products, low pollution products/services, products (including those used in services) containing maximum levels of post-consumer waste and/or recyclable content, and products which provide minimal impact to the environment. An environmentally preferred product is one that is less harmful to the environment than the next best alternative having characteristics including, but not limited to the following: 1. Reduce waste and make efficient use of resources: An Environmentally Preferred Product

would be a product that is more energy, fuel, or water efficient, or that uses less paper, ink, or other resources. For example, energy-efficient lighting, and photocopiers capable of double-sided photocopying.

2. Are reusable or contain reusable parts: These products such as rechargeable batteries,

reusable building partitions, and laser printers with refillable toner cartridges. 3. Are recyclable: A product will be considered to be an Environmentally Preferred Product if

local facilities exist capable of recycling the product at the end of its useful life. 4. Contain recycled materials: An Environmentally Preferred Product contains post-consumer

recycled content. An example is paper products made from recycled post-consumer fibre. 5. Produce fewer polluting by-products and/or safety hazards during manufacture, use or

disposal: An EPP product would be a non-hazardous product that replaces a hazardous product.

6. Have a long service-life and/or can be economically and effectively repaired to upgraded. Bidders shall if requested, provide written verification of any environmental claims made in their bid/Proposal satisfactory to the City of Toronto within five (5) working days of request at no cost to the City. Verification may include, but not be limited to, certification to recognized environmental program (e.g., Environmental Choice Program [ECP]), independent laboratory tests or manufacturer's certified tests, Only proven environmentally preferred products/services shall be offered. Experimental or prototype products/services will not be considered. For a copy of the City of Toronto Environmentally Responsible Procurement Policy, visit the website at http://www.toronto.ca/calldocuments/pdf/environment_procurement.pdf State if environmentally preferred products/service is being offered: YES______ NO______ State briefly the environmental benefit of the product/service offered: __________________________________________________________________________ __________________________________________________________________________

174 of 188

Viewing

Cop

y

Do Not

Submit

IMPORTANT - PLEASE READ THIS It is important to the City of Toronto to receive a reply from all invited Proponents. There is no obligation to submit a Proposal; however, should you choose not to submit, completion of this form will assist the City in determining the type of services you are interested in submitting a Proposal in the future. INSTRUCTIONS: If you are unable, or do not wish to submit a Proposal on this Request for Proposals, please complete the following portions of this form. State your reason for not submitting a Proposal by checking applicable box(es) or by explaining briefly in the space provided. It is not necessary to return any other Request for Proposals documents. 1. We do not offer this service. Other reasons or additional comments. 2. We do not offer services to these requirements. 3. Unable to offer services competitively. 4. Cannot handle due to present commitments. 5. Quantity/project too large. 6. Cannot meet delivery/completion requirements. 7. Licensing restrictions. Do you wish to participate in Request for Proposals for services in the future? YES ____ NO ____

For City’s use only - Do not write in this space. Company Name:

Address:

Signature of Company Representative:

Position:

Date: Tel. No.: Fax No.:

Send Form 5 by Fax: 416-397-7779 Or email: [email protected]

FORM 5

NOTICE OF “NO SUBMISSION”

RFP # : 9117-15-7122 AP

CLOSING DATE: May 29, 2015

175 of 188

Viewing

Cop

y

Do Not

Submit

FORM 6

Declaration of Compliance with Anti-Harassment/Discrimination Legislation & City Policy

Organizations/individuals in Ontario, including the City of Toronto, have obligations under the Ontario Human Rights Code, the Occupational Health and Safety Act, the Employment Standards Act, the Accessibility for Ontarians with Disabilities Act, the Criminal Code of Canada and the Charter of Rights and Freedoms. In addition, the City of Toronto also has policies that prohibit discrimination on the additional grounds of political affiliation or level of literacy, subject to the requirements of the Charter. Organizations are required to have and post policies, programs, information, instruction, plans and/or other supports, and an appropriate internal process available to their employees and service recipients to prevent, address and remedy discrimination, racism, harassment, hate and inaccessibility complaints under the applicable legislation and including the additional grounds of discrimination prohibited under City policy. Individuals are obliged to refrain from harassment/hate activity. The City of Toronto requires all organizations and individuals that contract with the City to sign the following Declaration of Compliance with Anti-Harassment/Discrimination Legislation & City Policy. This Declaration must be signed by your organization and submitted with the contract or Letter of Understanding. The name of your organization and the fact that you have signed this declaration may be included in a public report to City Council. Declaration:

I/we uphold our obligations under the above provincial and federal legislation. In addition, I/we uphold our obligations under City policies which prohibit harassment/discrimination on a number of grounds including political affiliation and level of literacy. WHERE LEGALLY MANDATED I/we have in place the necessary policies, programs, information, instruction, plans and/or other supports that are consistent with our obligations, and I/we have an internal process available to my/our employees and service recipients to prevent, address and remedy discrimination, racism, harassment, hate and inaccessibility complaints. I/we agree that I/we shall, upon the request of the City, provide evidence of the policies, programs, information, instruction, plans and other supports and an appropriate internal complaint resolution process required under this Declaration which is sufficient to allow the City to determine compliance. I/We acknowledge that failure to demonstrate compliance with this declaration to the satisfaction of the operating Division, in consultation with the City Solicitor, may result in the termination of the contract. Name of Vendor or Name of Grant Applicant (Organization or Individual): Complete Address: Email _____________________________ Tel. No. ____________________________ Postal Code: Fax No. ____________________________ Name of Signing Officer or Name of Applicant (Name – please print): Position

Signature: Date: Authorised Signing Officer or Individual

Multilingual Services: 311 and TTY 416-338-0889.Further information: www.toronto.ca/diversity.ca

Gro

up/V

endo

r/In

divi

dual

Nam

e:

Dat

e:

For

Offi

ce U

se O

nly

DE

CL

AR

AT

ION

OF

CO

MP

LIA

NC

E W

ITH

AN

TI-

HA

RA

SS

ME

NT

/DIS

CR

IMIN

AT

ION

LE

GIS

LA

TIO

N &

CIT

Y P

OL

ICY

176 of 188

Viewing

Cop

y

Do Not

Submit

FORM 7

City of Toronto Accessible Customer Service Training Requirements: Contractors, Consultants and other Service Providers

(Accessibility Standard for Customer Service, O. Reg. 429/07, AODA 2005) The City of Toronto supports the goals of the Accessibility for Ontarians with Disabilities Act (AODA), 2005 and is committed to providing equal treatment and equitable benefits of City services, programs and facilities in a manner that respects the dignity and independence of people with disabilities. Under section 6 of the Accessibility Standard for Customer Service, O. Reg. 429/07 (Appendix A), established by the AODA, the City of Toronto must ensure that employees, volunteers and all other personnel, including third party contractors, who deal with members of the public or other third parties on behalf of the City or, who participate in developing City policies, practices or procedures on the provision of goods and services receive training on accessible customer service. All personnel must complete training that meets the requirements of the Accessible Customer Service regulation and includes:

An overview of the AODA Understanding the requirements of the Regulation How to interact and communicate with persons with various types of disabilities; How to interact with persons with disabilities who use an assistive device or require

the assistance of a guide dog or other service animal or the assistance of a support; How to use equipment or devices available on the provider’s premises or otherwise

provided by the provider to people with disabilities to access goods or services; and What to do if a person with a particular type of disability is having difficulty accessing

the provider’s goods or services. Third party contractors and other service providers are to ensure that training records are maintained, including dates when training is provided, the number of personnel who received training and individual training records. Contractors are required to ensure that this information is available, if requested by the City of Toronto. Access an e-learning course: The training requirements can be fulfilled by completing the e-Learning course “Serve-ability: Transforming Ontario’s Customer Service”, which can be found on the Ministry of Community and Social Services website: http://www.mcss.gov.on.ca/mcss/serve-ability/splash.html For more information: How to comply with the Accessible Customer Service Standard at: www.accessON.ca/compliance Requirements of the Accessibility Standards for Customer Service (Ontario Regulation 429/07): www.e-laws.gov.on.ca/html/source/regs/english/2007/elaws_src_regs_r07429_e.htm

177 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

APPENDIX D- SPECIMEN CONTRACT AGREEMENT, INCLUDING INSURANCE FORMS

Will be included by Addendum to the RFP.

178 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

APPENDIX E- PROJECT REFERENCE MATERIAL

Included on CD (Refer to Section 2.5)

179 of 188

Viewing

Cop

y

Do Not

Submit

Integrated Pumping Station ABTP

RFP No. 9117-15-7122

RFP IPS March 2015

APPENDIX F- SPECIMEN SCOPE OF SERVICES FOR A SUBSURFACE EXPLORATION PROGRAM

180 of 188

Viewing

Cop

y

Do Not

Submit

Appendix F – Specimen Scope of Services for a Subsurface Exploration Program .1 Co-ordinate the work and ensure onsite representation to supervise/direct any drilling, soil

investigations, inspection and testing undertaken.

.2 Comply with all health and safety requirements of the Ministry of Labour and the Occupational Health and Safety Act.

.3 The geotechnical investigation and reporting by the geotechnical subconsultant shall be conducted under the direction of a professional engineer or geophysicist, registered in the Province of Ontario. Employ trained technicians, technologists and engineers to carry out the work. Conform to current, relevant industry standards for sampling, collection, soil classification, testing and reporting.

.4 Survey the drilled boring locations by locating using Global Positioning System (GPS) using the NAD83 and UTM coordinates. The horizontal location of each boring shall be to an accuracy of 0.5 meters. The surface elevation of the boring shall be to an accuracy of 0.15 meters.

.5 Implement marine-based borings where justified by the proposed tunnel alignments and/or accessibility constraints.

.6 Where boreholes are drilled at shaft sites requiring Stage 1 and Stage 2 Archaeological Assessments ensure that the archaeological subconsultant attends the site to review the extracted material for potential archaeological resources.

.7 Present and discuss recommended borehole locations. Lay out borehole locations so as to avoid clearing and/or cutting of vegetation. Upon acceptance by the City of the proposed plan, stake out the exploratory boreholes and notify the City for final review on site. Borehole locations shall not be moved from the planned locations without written approval.

.8 Determine the location of any existing buried utilities and services and protect same from damage. Arrange for locating and marking of existing buried utilities and services, by the utility/service owners(s), and by an independent firm specializing in underground utility location, prior to commencing any drilling operations.

.9 Implement all required measures in order to isolate the public from the work areas and protect them from any hazards. Comply with the requirements of City of Toronto Standard Construction Specification TS 1.00, "Construction Specification for Maintenance of Traffic" (the link can be found in section 3.5) as well as all of the protection and traffic control measures outlined in article 3.5.21.

.10 Where boreholes require occupancy on or adjacent to roadways, develop a Traffic Control Plan as stipulated in the Ontario Traffic Manual Book 7 Temporary Conditions. The Traffic Control Plan must include lane closures, detours, traffic control devices/methods, speed zones, staging sequences, vehicle access and egress from work areas, temporary barriers, and all other details necessary to protect workers and the public while allowing the Work to proceed safely and efficiently. If the nature of the work requires Paid Duty Police in order to satisfy regulatory requirements, then all costs to provide such police officer(s) shall be included. The City's Project Manager or the appropriate Transportation Services representative, or both, shall review the Traffic Control Plan. Any changes to the Traffic Control Plan must be agreed upon by the City's Project Manager or the Transportation Services representative, or both. Develop a Traffic Protection Plan for the protection of workers in the work zone, as required under the Occupational Health and Safety Act (OHSA). Submit both the Traffic Control and Traffic Protection Plans to the City for review before mobilization begins. All traffic control/protection measures shall be carried out to the satisfaction of the City's Project Manager and in accordance with the plans submitted.

181 of 188

Viewing

Cop

y

Do Not

Submit

.11 Apply for, obtain, pay for, and maintain, all permits necessary to carry out the subsurface investigation. In addition to any other Federal and Provincial permits, all boreholes will require both an Road Occupancy Permit and a Road Cut Permit from the City. The City's Project Manager will direct the Consultant to the appropriate City contact, and pay any fees required for the Occupancy and Road Cut Permits, however, it is the responsibility of the Consultant to ensure that these permits are obtained prior to mobilization, i.e., that all City requirements are satisfied.

.12 Provide all water from offsite via tanker truck for drilling work. If a City hydrant is available, obtain a permit for connection to the hydrant and provide all the equipment (meter, backflow preventer, etc.) that may be required by Toronto Water. The City's Project Manager will direct the Consultant to the appropriate City contact, and pay any fees required for the permit, however, it is the responsibility of the Consultant to ensure that such permit is obtained prior to mobilization.

.13 Hoses/pipes that cross pedestrian paths, roads or other locations that cause a hazard shall be provided with a ramp cover for safety and to protect hoses/pipes.

.14 Provide suitable hygiene facilities, where required by regulations, for the duration of the subsurface investigation.

.15 Engage an experienced, specialist drilling subcontractor to advance the boreholes and provide full-time supervision of same by qualified geotechnical staff. Specify drilling methods acceptable for use in obtaining optimal data and/or samples in the most cost-effective and efficient manner. Monitor and document conditions encountered during the drilling, and retrieve samples for analysis in the laboratory, using a geotechnical technician.

.16 Do not damage existing buildings, facilities, infrastructure and property, including trees, shrubs and other plantings. Minimize disturbance to grassed and paved areas. Should damage or injury occur during the work, inform the City immediately and follow up in writing.

.17 Provide and maintain adequate barricades at all boreholes, excavations and protruding equipment to protect the public. Park drilling rigs and locate ancillary equipment only in approved locations. Verify acceptability of overnight storage locations. The Consultant will be responsible for security at all times.

.18 Store drill cuttings and other excavated material on site in sealed drums for only as long as is practically required to complete environmental testing to determine the most appropriate means of disposal. Label all drums clearly with the contents and contact information. Affix labels securely.

.19 Waste water from drilling operations, including cleaning, must be disposed of offsite at approved disposal facilities. If testing reveals waste water meets Sanitary Sewer Use By-Law criteria, water may be disposed of into sanitary sewer. A link to the By-law is: http://www.toronto.ca/water/protecting_quality/pollution_prevention/index.htm. Contain drill water and prevent it from creating standing puddles or running across paths, sidewalks and roadways. Keep paths, sidewalks and roadways free of mud, soil cuttings and debris.

.20 Should a conflict arise with a borehole location, immediately inform the City and advise on the appropriate course of action, along with schedule and cost implications.

.21 Record geodetic ground elevation, and northing and easting, at each test hole.

.22 Collect samples at intervals consistent with the goals of the Project, and in a manner such that the samples are representative of their host environment. At 1.5 m, or lesser, intervals conduct Standard Penetration Tests and collect soil for applicable testing. Collect sufficient samples at the time of drilling to complete all required analyses, and clearly identify samples with borehole numbers and soil depth, using durable markers. Collect environmental samples in containers specifically designed for collection and analysis of

182 of 188

Viewing

Cop

y

Do Not

Submit

environmental samples. Determine Relative Drilling Resistance (RDR) values between each sample interval, and record values on field and final boring logs.

.23 For tunnel segments, shafts and deep excavation that may be mined in rock, verify the top of rock elevation and the depth of the weathered zone. The Consultant shall be responsible for determining the depth of drilling into competent rock.

a. Rock shall be continuously cored in a manner to maximize intact recovery (unless specific testing/sampling does not require retrieval of intact samples).

b. The minimize rock core size shall be NQ. Perform rock coring in general conformance with ASTM D2113, "Standard Practice for Rock Core Drilling and Sampling of Rock for Site Investigation". Adjust drilling practices so that core recovery is maximized. Transport and store rock cores in general conformance with ASTM D5079, "Standard Practice for Preserving and Transporting Rock Core Samples". Store rock cores until construction has been completed, or until disputes/claims are resolved, whichever is the latest.

c. Beyond the weathered zone, conduct both Axial Point Load Tests – in general conformance with ASTM D5731 "Standard Test Method for Determination of the Point Load Strength Index of Rock and Application to Rock Strength Classifications", and Unconfined Compression Tests - in general conformance with ASTM D4555 "Standard Test Method for Determining Deformability and Strength of Weak Rock by an In Situ Uniaxial Compressive Test" so that the test results may be co-related to one another. Conduct testing at appropriate intervals. Assume that an average of three sets of Axial Point Load and Unconfined Compression Tests will be conducted for each Base Scope borehole cored in rock.

.24 For all Base Scope rock cores, identify: the length of the core run; the Total Core Recovery (TCR); and the Rock Quality Designation (RQD) percentage. Also identify the Fracture Frequency (FF), the Weathering Index (W) ([per ISRM 1981 recommendations), the condition of discontinuities (predominate joint sets, joint roughness, joint orientation, joint persistence, joint weathering, and nature of infilling materials (per ISRM "Suggested Method for Quantitative Description of Discontinuities in Rock Masses", 1978), and the groundwater conditions for the purpose of assigning a Rock Mass Rating (RMR) (per Bieniawski, Z.T., 1989, Engineering Rock Mass Classifications) for each logged interval of rock core. Describe the rock type, colour, texture, grain size and shape, texture, along with any other additional observations, and maintain a complete photographic record of all rock cores.

a. The additional rock testing listed below is considered a Provisional item of service, and will be paid through the Provisional Allowance.

i) Borehole Imaging

Perform borehole imaging using acoustic and optical televiewing to provide a continuous, high-resolution, and oriented 360° geophysical log along the full length of the borehole's rock portion.

Imaging shall be conducted in general conformance with ASTM D5753, "Standard Guide for Planning and Conducting Borehole Geophysical Logging".

Provide a unit price per borehole, assuming a 20 m depth of rock to be imaged, including mobilizing testing equipment and personnel to the site, all necessary field work, and reporting.

ii) In-situ Stress Measurements

183 of 188

Viewing

Cop

y

Do Not

Submit

Perform in-situ stress measurements utilizing dilatometer, hydrofracturing or overcoring techniques to determine the magnitude and orientation of stress fields within the rock mass.

Conduct Hydraulic Fracturing measurements at selected locations in general conformance with ASTM D4645 "Standard Test Method for Determination of In-Situ Stress in Rock Using Hydraulic Fracturing Method". Provide a unit price per test, including all necessary field work and reporting assuming that several tests will be conducted consecutively in one program along the tunnel alignment, and provide a per diem lump sum amount including mobilizing testing equipment and personnel to the site.

Conduct Overcoring measurements at selected locations in general conformance with ASTM D4623 "Standard Test Method for Determination of In Situ Stress in Rock Mass by Overcoring Method - USBM Borehole Deformation Gauge". Provide a unit price per test, including all necessary field work and reporting assuming that several tests will be conducted consecutively in one program along the tunnel alignment, and provide a per diem lump sum amount including mobilizing testing equipment and personnel to the site.

Conduct Flexible Dilatometer measurements at selected locations in general conformance with ISRM "Suggested Method for Deformability Determination Using a Flexible Dilatometer". Provide a unit price per test, including all necessary field work and reporting assuming that several tests will be conducted consecutively in one program along the tunnel alignment, and provide a per diem lump sum amount including mobilizing testing equipment and personnel to the site.

iii) Laboratory Measurements

Perform standard testing to evaluate the mechanical properties of the rock, aid in geological classification, and provide indications of the rock mass quality and expected behaviour.

Determine basic index properties including: water content; bulk density; porosity; and rebound number.

Determine the Modulus of Elasticity and Poisson's Ratio of selected core samples in general conformance with ASTM D7012 "Standard Test Method for Compressive Strength and Elastic Moduli of Intact Rock Core Specimens under Varying States of Stress and Temperatures".

Determine the Triaxial Compressive Strength of selected core samples in general conformance with ASTM D7012 "Standard Test Method for Compressive Strength and Elastic Moduli of Intact Rock Core Specimens under Varying States of Stress and Temperatures".

Determine the Splitting (Brazilian) Tensile Strength of selected core samples in general conformance with ASTM D3967 "Standard Test Method for Splitting Tensile Strength of Intact Rock Core Specimens".

Determine the Shore Scleroscope Hardness of selected core samples. Provide a unit price per test, including all necessary field work, sample preparation, laboratory work and reporting.

Determine the Cerchar Abrasivity Index of selected core samples in general conformance with ASTM D7625 "Standard Test Method for Laboratory Determination of Abrasiveness of Rock Using the CERCHAR Method".

184 of 188

Viewing

Cop

y

Do Not

Submit

Provide a unit price per each of the above-noted tests, including all necessary field work, sample preparation, laboratory work and reporting.

.25 (If available) Examine the rock cores extracted under the Ashbridges Bay M&T Pumping Station Upgrades Project Phase 1 Geotechnical Investigation, and decide whether they should be retained. Cost for transportation and additional storage shall be paid through the Provisional Allowance.

.26 Conduct an evaluation of swelling properties of the rock at the tunnel horizon. Conduct four free swelling tests and four null tests in general conformance with ISRM Suggested Method for Laboratory Testing of Swelling Rocks", 1999. Report on both the horizontal and vertical strain rates.

.27 The water table elevation, if visible, must also be documented during and after completion of drilling.

.28 A monitoring well (minimum 50 mm diameter) is to be installed in selected boreholes to permit monitoring of groundwater levels nearest the proposed tunnel horizon, to allow for water sampling, and to permit hydraulic conductivity testing. Install wells in accordance with MOE requirements. Supply and install all piezometric monitoring equipment, screens and seals, protective casings, connections and lockable cap. Where boreholes are made in paved areas, provide a heavy duty, flush-mount, traffic resistant cover to the well. Record the water level once the well is developed, periodically thereafter, and again, as a minimum, just prior to completing the draft GBR.

.29 Test and assess the corrosive effects of the soil and groundwater in each borehole- assume one test per parameter per borehole. Report on the pH, and the water soluble sulphate and chloride ion concentration. 26. Assess if water quality data meets MOE discharge criteria and Provincial Water Quality Objectives, and City of Toronto Stormwater Discharge By-Laws.

.30 Screen all soil samples in the field for contamination, and analyze the headspace vapour using a portable detector calibrated for methane. Measure and document the concentration of explosive/combustible gases during drilling and prior to backfilling using the portable detector.

.31 Preserve samples until it can be determined that further laboratory analysis will not be required. Make separate detailed recommendations to the City for any additional investigations that should be undertaken with respect to testing for, and disposal of, contaminated soil.

.32 Remove all surplus excavated material from the site and leave the site in a condition as reasonably close to that when work commenced. Clean and restore all surfaces over borehole locations to conditions existing prior to drilling, as close as reasonably possible, including grassed areas – wheel ruts and damage to grassed areas are not acceptable.

.33 Asphalt cores shall be analyzed to determine asbestos content as per O.Reg. 278/05 utilizing the U.S. Environmental Protection Agency Test Method EPA/600/R-93/116: Method for the Determination of Asbestos in Bulk Building Materials (June 1993). Asbestos analysis shall be typically done on a composite of all asphalt layers found in a core sample. If asbestos is detected in the composite sample or if asbestos is already suspected in a specific layer, then separate analysis of each distinguishable asphalt layer may be required. Payment for asbestos analysis shall be the same for each asbestos analysis completed, whether it is for a single layer of asphalt or for a composite of 1 to 4 or more layers. Asbestos concentrations shall be reported as a percent by weight to less than 0.25% asbestos content and shall include an indication of the asbestos fibre type. Asbestos fibre analysis shall be done using polarized light microscopy (PLM). Asbestos fibre analysis method shall be based on EPA 600 or approved equivalent. Payment for each asbestos

185 of 188

Viewing

Cop

y

Do Not

Submit

analysis, for composite or single-layer asphalt sample, shall be paid based on the unit price, which shall include all costs related to processing, transporting and disposal of samples, as well as reporting costs – assume normal turnaround time for testing/reporting. There shall be no adjustment or variation of unit prices in the event that the actual quantities differ from the listed quantities.

.34 Assume that an average of four Grain Size Distribution and/or Atterberg Limits tests, and an average of 20 Natural Water Content tests will be conducted for each borehole.

.35 Carry out in-situ hydraulic conductivity testing on selected wells. Measure well response using rising-head or falling-head (Slug) tests and report on the hydraulic conductivity of the screened soil layer. Carry out testing in accordance with ASTM D4044 "Standard Test Method for (Field Procedure) for Instantaneous Change in Head (Slug) Tests for Determining Hydraulic Properties of Aquifers". The number and locations of slug tests shall be decided in consultation with the City.

.36 Interpret test results and evaluate the need for dewatering, estimate of flow rates and zone of influence.

.37 Carry out Packer Tests to determine hydraulic conductivity of rock beneath the weathered zone in selected boreholes. Packer testing shall utilize a double packer system and the Injection (Lugeon) methodology consisting of isolating a section of borehole and injecting water under pressure in to the rock to determine the effective transmissivity (T) of the zone. "Ramp up" testing over at least three (3) increasing steps in the test and "ramp back down" two or three decreasing steps (at pressures that match the ramping up pressures. The number and locations of Packer Tests shall be decided in consultation with the City.

.38 Carry out a hydrogeological study to support the application for a Category 3 PTTW and to provide guidance and requirements for dewatering during construction. Comply with the MOE's "Technical Guidance Document For Hydrogeological Studies In Support of Category 3 Applications for Permit to Take Water" and address all "Key Considerations" listed therein. Obtain MOE well logs and, if present, document any registered water wells in a report and plot on a base map. Review the published regional hydrogeology for the area and assess aquifers which may be intercepted by the proposed tunneling. Undertake an environmental screening risk assessment of the existing land use within 1 km of the tunnel. Investigate contaminant sources in the vicinity of the proposed tunnels. Advise on preferred locations for discharge of pumped groundwater. Advise on potential impacts of groundwater taking and propose mitigating measures. Prepare a Technical Memorandum summarizing the above, describing the hydrostratigraphy and aquifer system(s), and recommending where aquifer pumping tests would be warranted. Assume that, for each of the tunnels, shafts and deep excavation sites, a set of four pumping tests will be required. Each test shall include the construction and development of a pumping well and at least one monitoring well. At each pumping well, conduct both a Step Drawdown Pumping Test and an Aquifer Performance Pumping Test. Wells are to be constructed in accordance with Ontario Regulation 903 (amended to O.Reg. 128/03). Assess the data gathered during the pumping tests and conduct any required aquifer analysis to report on relevant parameters including, but not limited to, coefficient of transmissivity, hydraulic conductivity, storativity, and theoretical drawdown. Submit a Report summarizing the above and recommending methods for de-watering.

.39 Carry out testing on soil and water samples in order to assess the environmental qualities and evaluate management options for material that would be excavated and/or de-watering that might be necessary for excavation.

a. Metals and Inorganic Parameters - soil, per O.Reg. 153/04

b. Volatile Organic Compounds (VOCs) - soil, per O.Reg. 153/04

186 of 188

Viewing

Cop

y

Do Not

Submit

c. Petroleum Hydrocarbons (PHCs) - soil, per O.Reg. 153/04

d. Polycyclic Aromatic Hydrocarbons (PAHs) - soil, per O.Reg. 153/04

e. Ignitability of a Sample - soil, per O.Reg. 558/00

f. Toxicity characteristic leaching procedure (TCLP) Volatile Organics - soil, per O.Reg. 558/00

g. TCLP Inorganics Package- soil, per O.Reg. 558/00

h. Leachate Preparation - soil, per O.Reg. 558/00

i. Total Metals - water

j. Total PAHs - water

k. Limits for Storm Sewer Discharge – water, per City By-Law 457-2000. Note that the City prefers discharge of groundwater to the storm system so that the sanitary treatment system is not taxed.

.40 Summarize any laboratory results, identifying exceedances of regulatory requirements, and discuss the impacts of the test results in the various reports. Ensure that the Tender Documents include all necessary provisions for addressing soil management and disposal.

.41 Backfill, cap and seal all boreholes and excavations not required for monitoring wells upon completion of geotechnical work. Remove all temporary casings. Backfill boreholes with grout (equal parts cement and bentonite) placed by tremie method up to the top of the weathered rock. Backfill the remainder of the borehole with clean granular fill to subbase level. Reinstate the base and surface to match the pre-drilled conditions.

.42 De-commission all monitoring wells, in accordance with MOE requirements and using licensed operators, once construction has been completed in the vicinity of a monitoring well or once a monitoring well is no longer need for design purposes. Backfill the remainder of the borehole with clean granular fill to subbase level, and reinstate the base and surface to match the pre-drilled conditions.

.43 Artesian conditions may be encountered when drilling some of the Base Scope (and provisional) boreholes. A Provisional Allowance has been identified to allow for modifications to the drilling program in order to control artesian conditions, if encountered. Payment for such modifications will be on a time and expense basis, and would require submittal of appropriate backup to support any claim.

.44 Prepare a Geotechnical Data Report (GDR) of the geotechnical program, and for each Stage of the Project, containing all factual information gathered during the exploration program including, but not limited to:

a. a description of the geological setting;

b. a description/discussion of the exploration program;

c. a summary of the subsurface conditions encountered;

d. the logs of boreholes, test pits, trenches and other site investigations, and plans, both overall and detailed, showing the locations of all such probings;

e. a description/discussion of all field and laboratory testing; and

f. the results of all field and laboratory testing.

g. All information regarding the quality of soil incl. contamination.

.45 Prepare a Preliminary Geotechnical Design Report (PGDR) of the geotechnical program, and for each Stage of the Project. These shall be provided as an interpretation of the GDR and the subsurface exploration program. The PGDR shall include, but not be limited to:

a. comments and discussion of the data and observations;

187 of 188

Viewing

Cop

y

Do Not

Submit

b. evaluation of data limitations, and discussion of additional data needs;

c. appraisal of the behavior of soil and groundwater, and how subsurface conditions would affect alternative approaches to design and construction of tunnel and shafts;

d. evaluation of Project risks as a function of alternative approaches to construction of tunnel and shafts (e.g., mixed face mining, de-watering, excavation-induced settlement, squeezing soil/rock, fault zones, etc.);

e. environmental suitability of the soils for re-use and disposal options;

f. a graphic depiction of the geologic units identified during the course of the investigation, correlated to the boreholes, and the alignments under consideration; and

g. assessment of construction impacts on adjacent facilities.

.46 Assess the consistency and reliability of the geologic units, and their distribution, along the alignment, and recommend whether geo-physical investigation techniques are warranted for interpreting between boreholes.

.47 Submit an electronic (*.pdf) copy and three hard copies of a draft of each report for review by the City. Attend one meeting with the City, and other stakeholders, to present and discuss the findings of each report. Respond to questions, via telephone and/or email, from the City and/or other stakeholders.

.48 Finalize each draft report based on input received from the City, and issue three hard copies, and one electronic (*.pdf) copy of the final report.

.49 The foregoing is the minimum scope of service expected. A Proponent shall make additional proposals based on its experience and judgment.

188 of 188

Viewing

Cop

y

Do Not

Submit