VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or...

329
Michael Pacholok Director Purchasing and Materials Management Division City Hall,18 th Floor, West Tower 100 Queen Street West Toronto, Ontario M5H 2N2 Joanne Kehoe, Manager Professional Services December 5, 2017 NOTICE TO POTENTIAL PROPONENTS Request for Proposal No. 9117-17-7233 For: Professional Services for Design and Construction Administration for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant 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 February 2, 2018. Proposals will not be considered unless: Received by the date and time specified above; and 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) Mandatory Date and Time: December 13, 2017 at 9:30 AM Location: Island Water Treatment Plant, 446 Lakeshore Avenue, Toronto Island. Deadline for Questions (must be in writing): January 22, 2018 at 12:00 noon (local time) Deadline for Issuance of an Addenda January 26, 2018 City Contact: Patricia Vasquez, Senior Corporate Buyer Purchasing and Materials Management Division (Tel) 416-392-6808 (Email) [email protected] For convenience you may affix the following address label to the envelope(s) containing your submission. ---------------------------------------------------------------------- COMPANY NAME: RFP NO.: 9117-17-7233 CLOSING DEADLINE: 12:00 Noon (local Toronto time) February 2, 2018 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/purchasing VIEWING COPY

Transcript of VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or...

Page 1: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Michael Pacholok Director

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

Joanne Kehoe, Manager Professional Services

December 5, 2017

NOTICE TO POTENTIAL PROPONENTS Request for Proposal No. 9117-17-7233

For: Professional Services for Design and Construction Administration for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

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 February 2, 2018. Proposals will not be considered unless: Received by the date and time specified above; and 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) Mandatory

Date and Time: December 13, 2017 at 9:30 AM Location: Island Water Treatment Plant, 446 Lakeshore Avenue, Toronto Island.

Deadline for Questions (must be in writing):

January 22, 2018 at 12:00 noon (local time)

Deadline for Issuance of an Addenda

January 26, 2018

City Contact: Patricia Vasquez, Senior Corporate Buyer

Purchasing and Materials Management Division (Tel) 416-392-6808 (Email) [email protected]

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

COMPANY NAME:

RFP NO.: 9117-17-7233 CLOSING DEADLINE: 12:00 Noon

(local Toronto time)February 2, 2018

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/purchasing

VIEWING C

OPY

Page 2: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

i

Table of Contents

  GENERAL INFORMATION ................................................................................. 1 

  REFERENCES TO LABELLED PROVISIONS .................................................... 1   DEFINITIONS ...................................................................................................... 1   INTERPRETATION .............................................................................................. 4   PROPOSAL PROCESS ....................................................................................... 5   NON-DISCLOSURE AGREEMENT ..................................................................... 5   MANDATORY SITE INFORMATION MEETING .................................................. 5   SOCIAL PROCUREMENT ................................................................................... 5 

  SCOPE OF WORK .............................................................................................. 6 

  PROJECT BACKGROUND .................................................................................. 6   PROJECT OVERVIEW ........................................................................................ 9   PROJECT ELEMENTS ...................................................................................... 10   GENERAL PROJECT REQUIREMENTS .......................................................... 43   ENGINEERING STUDIES ................................................................................. 52   PRELIMINARY DESIGN ENGINEERING SERVICES ....................................... 52   DETAILED DESIGN ENGINEERING SERVICES .............................................. 60   SERVICES DURING CONSTRUCTION ............................................................ 67   SERVICES DURING TESTING AND COMMISSIONING .................................. 71   POST CONSTRUCTION SERVICES ................................................................ 72   SUB-SURFACE INVESTIGATION ..................................................................... 73   SUMMARY OF PROJECT SUBMISSIONS ....................................................... 73   CITY DEFINED ALTERNATIVES (NOT USED) .................................................... 76   ALTERNATIVES SUGGESTED BY PROPONENT ........................................... 76 

  PROPOSAL SUBMISSION ............................................................................... 77 

  SUBMISSION OVERVIEW ................................................................................ 77   PROPOSAL DOCUMENTATION ....................................................................... 77 

NOTE: FORMS 1 AND 2 ARE PROVIDED IN APPENDIX C. .................................................. 77 

  PROPOSAL DELIVERY ..................................................................................... 78   TECHNICAL PROPOSAL CONTENT ................................................................ 78 

  PROPOSAL EVALUATION AND SELECTION ................................................ 91 

  SELECTION COMMITTEE ................................................................................ 91   SELECTION CRITERIA ..................................................................................... 91   SELECTION PROCESS .................................................................................... 92   CLARIFICATIONS ............................................................................................. 92   INTERVIEW ....................................................................................................... 93   EVALUATION RESULTS ................................................................................... 93   NEGOTIATIONS AND AGREEMENTS ............................................................. 93   CONSULTING AGREEMENTS / PURCHASE ORDERS ................................... 94   INSURANCE ...................................................................................................... 94 

  COST OF SERVICES ........................................................................................ 96 

VIEWING C

OPY

Page 3: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

ii

  COST OF SERVICES DOCUMENTATION AND DELIVERY ............................. 96   COST OF SERVICES SUBMISSION CONTENT – GENERAL .......................... 96   BASE SCOPE OF WORK .................................................................................. 97   PROVISIONAL ALLOWANCES ......................................................................... 99   SERVICES DURING CONSTRUCTION – WEEKLY RATE ............................. 103   UNIT PRICE DELIVERABLES (NOT USED) ...................................................... 104   CITY DEFINED ALTERNATIVES (NOT USED) .................................................. 104   ALTERNATIVES SUGGESTED BY PROPONENT ......................................... 104   PAYMENTS FROM COST OF SERVICES PROPOSAL .................................. 104   PAYMENTS FOR PROVISIONAL ALLOWANCES .......................................... 105   PAYMENTS FOR CONTINGENCY ALLOWANCE .......................................... 105   CURRENCY ..................................................................................................... 105   TAXES ............................................................................................................. 105 

  CITY RESPONSIBILITIES .............................................................................. 106 

  GENERAL ........................................................................................................ 106   PUBLIC CONSULTATION – CITY AS LEAD – N/A .......................................... 106 

  REFERENCES ................................................................................................ 107 

  CURRENT STUDIES AND DESIGN AND CONSTRUCTION PROJECTS ...... 107   CITY REFERENCE DOCUMENTS AND STANDARDS .................................. 107   CONSULTANT PERFORMANCE EVALUATION ............................................ 109 

  APPENDICES .................................................................................................. 110 

APPENDIX A – STANDARD PROJECT SCOPE REQUIREMENTS A.1 General Requirements A.2 Health and Safety (including Designated Substances) A.3 Approvals A.4 Drawings and Standards A.5 Class EA A.6 Studies A.7 Pre-Design A.8 Detailed Design A.9 Construction and Commissioning (including Inspection Reports) A.10 Post Construction and Warranty A.11 Electrical System A.12 Process Control System (PCS) A.13 Work Management System (WMS) Entity Information Worksheet (EIW) A.14 Energy Management Plan (EMP)

APPENDIX B - RFP PROCESS TERMS AND CONDITIONS

APPENDIX C - SUBMISSION FORMS

APPENDIX D - SPECIMEN CONTRACT AGREEMENT, INCLUDING INSURANCE FORMS

APPENDIX E - PROJECT REFERENCE MATERIAL (CD)

APPENDIX F – NON-DISCLOSURE AGREEMENT (NDA)

VIEWING C

OPY

Page 4: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 1

GENERAL INFORMATION REFERENCES TO LABELLED PROVISIONS

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

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

"Addendum" or "Addenda" means any document or documents issued by the City prior to the Closing Deadline that changes the terms of the RFP or contains additional information related to the RFP.

"Affiliated Person" means everyone related to the Proponent including, but not limited to employees, agents, representatives, organizations, bodies corporate, societies, companies, firms, partnerships, associations of persons, parent companies, and subsidiaries, whether partly or wholly-owned, as well as individuals, and directors, if:

a. Directly or indirectly either one controls or has the power to control the other; or

b. A third party has the power to control both.

"Agencies and Corporations" refer to bodies and organizations that have a direct reporting or funding relationship with the City of Toronto or Council. The list of current organization name and contact of agencies and corporations to be considered under this RFP is available from the following page on the City's website www.toronto.ca/abcc

“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.

"AWWA" refers to the American Water Works Association.

"BAS" means Building Automation System.

"CCP" means critical control points.

"CD" means compact disc

"CDR" means the Conceptual Design Report defined below.

“City” means the City of Toronto.

"City Contact" means the City employee(s) designated as City Contact on the Notice to Potential Proponents for all matters related to the RFP call process.

"Confidential Information" has the meaning set out in the Non-Disclosure Agreement (NDA) included as Appendix F to this RFP."

"Conflict of Interest" ” includes, but is not limited to, any situation or circumstance where:

VIEWING C

OPY

Page 5: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 2

a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage, including but not limited to (i) having or having access to information in the preparation of its Proposal that is confidential to the City and not available to other Proponents; (ii) communicating with any person with a view to influencing preferred treatment in the RFP process including the giving of a benefit of any kind, by or on behalf of the Proponent to anyone employed by, or otherwise connected with, the City ; or (iii) engaging in conduct that compromises or could be seen to compromise the integrity of the open and competitive RFP process and render that process non-competitive and unfair; or

b. in relation to the performance of its contractual obligations in the City contract, the Vendor’s other commitments, relationships or financial interests (i) could or could be seen to exercise an improper influence over the objective, unbiased and impartial exercise of its independent judgement; or (ii) could or could be seen to compromise, impair or be incompatible with the effective performance of its contractual obligations;

"Consultant" means the Vendor performing the work in accordance with the signed Agreement.

“Council” means City Council.

"CR" mean Constructability Review.

"CVS" means Certified Value Specialist.

"Diverse Supplier" means any business or enterprise that is certified by a Supplier Certification Organization to be:

a. More than 51% (majority) owned, managed and controlled by persons belonging to an equity-seeking community; or

b. A social purpose enterprise whose primary purpose is to create social, environmental or cultural value and impact, and where more than 50% of the persons who are fulltime equivalent employees or are participating in, or have completed, transitional employment training, experience economic disadvantage.

"DWRG" means the Drinking Water Research Group at the University of Toronto.

"Executive Director" means the Executive Director of Engineering and Construction Services Division

"Equity-seeking Community" is a group that experiences discrimination or barriers to equal opportunity, including women, Aboriginal People, persons with disabilities, newcomers/new immigrants, LGBTQ+ people, visible minorities/racialized people, and other groups the City identifies as historically underrepresented.

"E2 Plan" means Environmental Emergency Plan.

“"Firm Capacity" means adequate treatment capacity to meet the plant's rated capacity when the largest treatment train is out of service.

"GC" means General Contractor.

"HACCP" means Hazard Analysis Critical Control Point

"HAZOP" means hazard and operability study.

"HMI" means Human Machine Interface.

“HST” means Harmonized Sales Tax.

"HVAC" means heating, ventilation, and air conditioning.

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

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

VIEWING C

OPY

Page 6: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 3

"MOECC" means the Ontario Ministry of Environment and Climate Change.

“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.

"NDA" means the Non-Disclosure Agreement included as Appendix F to this RFP, which defines the responsibilities, obligations and agreement of the Proponent to maintain confidentiality regarding confidential and proprietary information provided by the City."

"O&M" means operations and maintenance.

"OMU" means Toronto Water's Optimized Maintenance Unit.

"PCN" mean Process Control Narrative.

"PCS" means Toronto Water's Process Control System.

"PCU" means the City of Toronto's Public Consultation Unit.

"Plant" means Island Water Treatment Plant located on Toronto Island in Toronto, ON.

"PMMD" means Purchasing & Materials Management Division.

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

“Proponent” means a legal entity, being a person, partnership or firm that submits a Proposal in response to a formal Request for Proposal. If two or more legal entities wish to submit a Proposal as a consortium, one member of the consortium must be identified as the Proponent with whom the City may enter into an Agreement, and the other member(s) must be identified as subcontractors to that Proponent.

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

“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.

"RMF" means Residue Management Facility at the Island Water Treatment Plant.

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

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

"SCADA" mean Supervisor Control and Data Acquisition.

"SOP" means Standard Operating Procedure.

"Supplier Certification Organization" is a non-profit organization recognized by the City of Toronto that certifies businesses and enterprises as Diverse Suppliers by assessing them using established, consistent criteria. Recognized Supplier Certification Organizations include:

a. Canadian Aboriginal and Minority Supplier Council

b. Canadian Gay and Lesbian Chamber of Commerce

c. Social Purchasing Project

d. Women Business Enterprise Canada

e. Canadian Council for Aboriginal Business

"Supplier Code of Conduct" means business ethical standards contained in Article 13 Chapter 195, Purchasing, of the Toronto Municipal Code.

VIEWING C

OPY

Page 7: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 4

"Sub-Consultant" means a separate provider of specialized engineering or technical services that may be procured by the consultant, or directly by the City.

"TM" means Technical Memorandum.

"T&O" means Taste & Odour.

"UV" means ultraviolet and refers to the future ultraviolet disinfection treatment process.

"UVT" means ultraviolet transmittance.

"UV AOP" means ultraviolet advanced oxidation process.

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

"Workforce Development" means a relatively wide range of activities, policies and programs to create, sustain and retain a viable workforce that can support current and future business and industry. It is an approach that integrates career exploration, industry–driven education and training, employment, and career advancement strategies, facilitated by the collaboration between employers, training and education institutions, government, and communities.

"WQMP" means Water Quality Master Plan.

"WTP" means water treatment plant.

INTERPRETATION

In this RFP and in the Agreement, unless the context otherwise necessitates:

a. 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;

b. 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;

c. All amounts are expressed in Canadian dollars and are to be secured and payable in Canadian dollars;

d. All references to time shall be deemed to be references to current time in the City;

e. A word importing only the masculine, feminine or neutral 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;

f. Any words and abbreviations which have well-known professional, technical or trade meanings, are used in accordance with such recognized meanings;

g. All accounting terms have the meaning recognized by or ascribed to those terms by the Canadian Institute of Chartered Accountants; and

h. 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.

VIEWING C

OPY

Page 8: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 5

PROPOSAL PROCESS

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

NON-DISCLOSURE AGREEMENT

1.5.1 Appendix E (Project Reference Material) is in a CD format and contains Confidential Information subject to the Non-Disclosure Agreement (NDA) in Appendix F of this RFP.

1.5.2 The CD is available for pick up at the PMMD Tender Office located in City Hall, 100 Queen Street West, 19th Floor West Tower.

1.5.3 Proponents must complete the NDA form in order to obtain a copy of the CD, and submit it to Patricia Vasquez, Senior Corporate Buyer, via email at [email protected].

1.5.4 Proposals submitted by firms that did not submit a signed NDA will be deemed non-compliant and will not be considered.

MANDATORY SITE INFORMATION MEETING

A mandatory site information meeting will be held on December 13, 2017 at 9:30 am at the Island Water Treatment Plant (WTP) to familiarize themselves with the project and ascertain the full extent of the work required. Proponents must purchase their own ferry tickets and take the 9:00 AM Ferry to Ward's Island. City Staff will arrange transportation to and from the Island Ferry dock to the plant. Proponents are estimated to be on the 11:15 AM Ferry from Ward's Island back to Toronto.

Proposals submitted by Proponents that did not attend the mandatory site information meeting will be declared non-compliant and will not be considered.

Attendees shall meet outside the Island WTP Administration Building and wait until they are escorted to the meeting room by project staff. A brief overview of the project will be provided by the City prior to walking through the proposed work areas.

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

Individuals attending the meeting must sign in at the meeting and clearly indicate on the sign in sheet the name of the firm they are representing.

SOCIAL PROCUREMENT

The goal of the City of Toronto Social Procurement Program is to drive inclusive economic growth in Toronto by improving access to the City's supply chain for diverse suppliers and leverage employment, apprenticeship and training opportunities for people experiencing economic disadvantage, including those from equity-seeking communities. The City of Toronto expects its Bidders to embrace and support the City of Toronto Social Procurement Program and its respective goals. Social procurement creates social value for the City in addition to the delivery of efficient goods, services, and works. The City of Toronto Social Procurement Program consists of two components: Supplier Diversity and Workforce Development.

Supplier Diversity

a. The goal of supplier diversity is to increase the diversity of the City's supply chain by providing diverse suppliers with equitable access to competitive procurement processes.

b. In accordance with Section 1.3.2 of the City of Toronto Social Procurement Policy, points will be assigned to Proponents that submit information as part of their proposal that will improve supplier diversity in the City's supply chain. See section 3.4, Technical Proposal Content for more information.

VIEWING C

OPY

Page 9: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 6

SCOPE OF WORK PROJECT BACKGROUND

The Island Water Treatment Plant (Plant or WTP) is one of the four water treatment plants operated by the Water Treatment & Supply section of Toronto Water. The Island Plant is located on Toronto Island, between Centre Island and Hanlan's Point.

The Island Plant is a direct filtration plant that commenced operation in 1977. The plant is located at 446 Lakeshore Avenue on Centre Island. Access to the WTP is via ferry. The Island provides deep lake cooling water to the Enwave district heating system, and accordingly has to maintain minimum flows to service Enwave. Parts of the Island WTP are listed heritage facilities. The average daily production is 240 MLD with a maximum capacity of 440 MLD. In January 2017, the City and the Ministry of Environment and Climate Change (MOECC) finalized a Schedule C Drinking Water Works Permit amendment (Authorization to Alter the Drinking Water System) which approved an increase (re-rating) in the Island Plant's maximum capacity from 410 MLD to 440 MLD, contingent on the completion of optimization of various plant operations, processes and equipment, as well as completion of studies which demonstrate that the facility can achieve sustained flow rates of 440 MLD.

The Island Plant treatment process consists of deep water intakes, prechlorination, raw water pumping, coagulation and flocculation, phosphoric acid (application point 1), filtration, backwash, chlorination, fluoridation, phosphoric acid (application point 2), clearwell, reservoir, dechlorination/trim chlorination, ammoniation, treated water pumping (to Island residents) and treated water distribution to mainland Toronto via gravity tunnel to John Street Pumping Station.

UV Treatment

The City completed a Water Quality Master Plan (WQMP) in 2015 which provides direction for treatment upgrades over the next 20 years based on anticipated source water quality and regulatory changes, and prioritizes capital upgrades in response to these changes.

Considering historical source water quality data and anticipated climate change impacts, there is the potential for future increased pathogen and taste and odour contaminant concentrations in the Lake Ontario supply. Through historical raw water sampling, Cryptosporidium has been detected at varying concentrations in Lake Ontario. It is the City's intent to include multiple barriers for pathogen protection at the Toronto WTPs. In considering the treatment processes currently employed at each of the WTPs, the WQMP recommended that an additional pathogen reduction barrier be implemented and ultraviolet (UV) disinfection was identified as the preferred technology to provide this additional barrier. Based on the recommendation of Ultraviolet Disinfection in the Water Quality Master Plan and the Toronto Island Water Treatment Plant Conceptual Design of UV Treatment Facilities Report, no alternate technology (other than UV/UV AOP) or installation location will be considered for disinfection or Taste & Odour control.

Currently, the City's WTPs meet the regulatory requirements for all water quality parameters, including microbial inactivation and removal. The implementation of UV disinfection will provide the City with a multiple barrier treatment approach for Cryptosporidium and will allow the City to address potential future water quality challenges and more stringent regulations, as well as provide operational flexibility and treatment robustness.

The City has documented historical taste and odour (T&O) events through water quality monitoring and customer complaint records. Based on these historical events, as well as anticipated future impacts of climate change, the WQMP recommended that T&O control be installed at facilities where not already in place. The WQMP identified and recommended the use of UV advanced oxidation process (UV AOP) treatment, with UV light and hydrogen peroxide, for reduction of taste and odour contaminants and emerging contaminants.

VIEWING C

OPY

Page 10: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 7

Based on the recommendations of the WQMP, the City initiated UV treatment conceptual design assignments in 2016 for each of the four WTPs. For the R.L. Clark, R.C. Harris and Island WTPs, the conceptual design was completed for systems capable of both UV disinfection and UV AOP treatment, as these three facilities either do not currently have T&O control in place, or if they do, the existing technology is not functioning well. For the F.J. Horgan WTP, the conceptual design was completed for a system capable of UV disinfection, as ozone treatment is already in place for T&O control. The intent of the conceptual design assignments was to provide the City with a more defined scope and conservative capital and operating cost estimate for the preferred retrofit location within the existing facilities.

The Island WTP UV Treatment Conceptual Design Report (UV CDR) was completed by AECOM in the spring of 2017. A copy of the report is included in Appendix E, which will be available for pick-up at City Hall (one CD will be available per firm).

As part of the conceptual design process, the City considered numerous location alternatives for the UV treatment facility. A cost-benefit analysis was completed, as documented in the UV CDR, and identified a vault constructed inside of the existing reservoir structure as the preferred UV AOP treatment facility location at the Island WTP.

Using the information gathered through the conceptual design assignments, and considering internal factors and budget priorities, the City has decided to proceed with installing a UV disinfection system which is capable of being upgraded to UV AOP treatment in the future. With this amendment in mind, the City has accepted the recommendations in the UV CDR and now intends to proceed with procurement of engineering design and construction services for a new UV disinfection treatment facility (capable of being upgraded for UV AOP treatment) at the preferred location being a vault inside of the existing reservoir.

Residuals Management

The Island Plant has historically treated the facility's residual streams (primarily filter backwash water) by sedimentation within existing buried concrete basins located onsite (historically known as the emptied slow sand filter basins). Supernatant from the existing emptied slow sand filter basins is released into Lake Ontario, while the solids are captured in the tanks for removal and disposal. Limited storage capacity remains in the existing basins for the captured solids, and the City has initiated a two phase upgrade project to provide a more sustainable and cost effective approach to residuals management at the Island Plant.

In 2016, the City commenced construction of the Residuals Management Facility (RMF) – Phase 1 upgrades, which involves retrofitting 3 of the existing emptied slow sand filter basins to improve the sedimentation treatment, as well as emptying a 4th basin, which would be available for future upgrades or storage. The settled residuals (treated with a polymer to aid in settling) collected from the bottom of the retrofitted settling basins, will be pumped to other non-retrofitted basins for interim storage. Phase 1 will be completed in the first quarter of 2018. Phase 2 of the RMF upgrades, to be designed as part of the RFP assignment, will treat the settled residuals at a new Thickening and Dewatering Treatment Building (referred to as the RMF Building or Dewatering Building).

The Island WTP Residuals Management Facility (RMF) Phase 1 Upgrade design was completed by Associated Engineering in 2015. Subsequently, a Residuals Management Facility (RMF) Phase 2 Upgrades Conceptual Design Report (RMF Phase 2 CDR) was completed by Associated Engineering in October 2017. A copy of the RMF Phase 1 Issued for Tender design specifications and drawings, and the RMF Phase 2 CDR will be available in Appendix E on a CD, for pick-up at City Hall (one CD available per firm).

The conceptual level plans for the RMF Phase 2 upgrades propose that the residuals thickening and dewatering facility be located in the area to the east of the reservoir, south of the main access road to the WTP, and north of the original slow sand filters.

VIEWING C

OPY

Page 11: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 8

The City has accepted the recommendations in the RMF Phase 2 CDR, and intends to proceed with procurement of engineering design and construction services for a new residuals thickening and dewatering treatment facility. The need for a thickening treatment process ahead of the dewatering system still needs to be confirmed as part of this assignment. The thickening and dewatering treatment technologies need to be confirmed as part of this assignment. The RMF Phase 2 CDR has proposed a ballasted flocculation thickening system and a plate and frame filter press dewatering system, in order to develop an initial design concept, however no formal cost-benefit analysis has been completed. This analysis needs to be undertaken as part of the RFP assignment.

The UV and RMF Facility building structures have been considered as separate buildings for the conceptual design phases, however the integration of these facilities within one connecting building shall also be considered as part this assignment, if determined to be efficient for capital and operational functionality.

Electrical Upgrades and Future Solar Panel Installation Project

The Island WTP is fed from two Toronto Hydro Electric-Systems Limited (THESL) feeders. These two (2) feeders supply power from the THESL Strachan Station to the Island Airport, the Island WTP, Toronto Island residents and users on the mainland. The feeders, which start at Strachan Station, run under the harbour to Hanlan’s Point, and then along the road from Hanlan’s Point to the Island WTP. At the Island WTP property, these two feeders come into an onsite THESL owned substation (white building), which is located adjacent to the WTP main substation (which is an outdoor substation with switchgear housed inside of a sea can enclosure). The feeders then connect from the THESL substation to the Island WTP 13.8kV main substation.

The total electrical capacity available from the feeders is 4.4 MVA (this is the total capacity available for all power users connected to the feeders). The approximate current power usage experienced at the Island WTP ranges between 1.5 and 1.7 MVA. After accounting for the existing WTP, airport and residential demands, there is currently an estimated spare capacity of 700 kVA. However, THESL requires a buffer in their system, which leaves a spare useable capacity of approximately 450 kVA to potential clients. This spare capacity will be provided to users on a first come basis. Therefore the capacity cannot be booked/saved for a later date. Any additional capacity beyond the available spare capacity will require THESL infrastructure upgrades.

Even though there are two (2) feeders, the existing City design standard is to allow one (1) feeder to be out-of-service while supplying the full power via the other feeder.

As part of the UV CDR, a study was completed to identify any required power supply upgrades to support the installation of UV AOP and RMF treatment process upgrades. It was determined that the Island WTP is currently operating at its power supply limit, and that the addition of any new substantial power demands (UV, UV AOP and/or RMF) would require upgrades to the THESL power supply feeders running from Strachan Station to Toronto Island and the Island WTP.

The City has initiated preliminary discussions with THESL regarding these upgrades.

According to THESL, feeder cables would need to be replaced with larger sized cables from the 3rd cable run after leaving Strachan Station to the Island WTP. Furthermore, the existing 2.3 km of direct buried cabling running from the Hanlan's Point cable chamber to the Island WTP substation will need to be replaced and upgraded to run in ductbanks. The feeder cable upgrades from Strachan Station to the THESL substation located on the WTP property, would be designed and constructed by THESL (including construction administration/site inspection services required for that work).

It is the City's intent to have the new electrical load (developed as part of the RFP assignment) connected to an upgraded 13.8 kV substation and onsite power distribution with new electrical equipment to support the existing and new systems. All required onsite electrical upgrades shall be completed as part of the RFP assignment.

VIEWING C

OPY

Page 12: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 9

The UV CDR provides a conceptual-level summary of the electrical system upgrades required to provide the additional power for the UV AOP and RMF treatment systems. With the City's decision to now proceed with a UV disinfection system that can be upgraded to UV AOP capability in the future, the sizing of the THESL power supply upgrades and the onsite electrical system upgrades are to be re-assessed as part of the RFP assignment.

In conjunction with the Toronto Renewable Energy Office (TREO), the Island WTP has successfully completed a business case to add solar panels to the surface (11.5 acres) of the former slow sand filter area. The preliminary annual production report suggests that a 3.36 MWac, or 4 MWdc, solar PV system could be installed as a net metering project on the property. The generated power would be introduced at the 4160kV Plant level. It is anticipated that any unused power would be directed back to Toronto Hydro's grid. As the solar PV system would displace an equivalent of 818 metric tonnes (170.4 g/kWhr) of greenhouse gas (GHG) emissions annually, the City has applied to the province's Municipal GHG Challenge Fund for up to half of the funding cost. If approved for funding, the requirement is that the project must be under construction by March of 2019. The City plans to tender the solar PV installation as a Design Build project. Under this UV-RMF-Electrical Upgrades project, the Proponent would be expected to accommodate any solar panel system integration into their switchgear design.

PROJECT OVERVIEW

The following section is intended to provide the Proponent with an understanding of the specific parts of the project as developed by the City. Items not specifically listed, but required to provide fully functioning systems and to meet the intent of the City, are deemed to be included in the base scope.

a. Project Objective

The City is embarking on a comprehensive project to provide two new treatment processes at the Island WTP, including a UV treatment facility and a residuals thickening and dewatering treatment facility. The UV treatment facility will provide an additional disinfection barrier through UV disinfection and will be designed to accommodate future upgrades to provide seasonal UV AOP taste and odour control as part of the drinking water treatment process. The residuals treatment facility shall provide a sustainable and economical means to treat and dispose of the residuals produced by the WTP, by way of thickening, dewatering and hauling offsite for disposal.

The City requires the provision of engineering services for the studies, pre-design, design and construction, including post-construction engineering services, of the following key elements at the Island WTP:

1. A new UV disinfection treatment facility (designed to be upgradable to UV AOP treatment in the future),

2. A new residuals thickening and dewatering treatment facility,

3. Electrical upgrades to supply power to the UV AOP and RMF facilities, and

4. Miscellaneous related upgrades, as described in this RFP.

b. Project Schedule

VIEWING C

OPY

Page 13: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 10

1. The approximate timeline for this project is expected to be 5 years (60 months), including the contract tender period, and excluding the two-year warranty period. This is only the City’s suggested timeline. If the Proponent considers the timeline too short or too long, identify this in the Proposal. Within the Proposal, the Proponent is responsible for identifying a timeline that they are committed to accomplishing.

2. The Vendor is to ensure that sufficient time and resources are allocated to allow for City's input into decision-making processes, and City's concerns are adequately addressed.

c. Project Delivery

1. Engineering services described herein shall be provided such that the designs for the UV Treatment upgrades, the RMF Phase 2 upgrades, the associated electrical upgrades and other miscellaneous upgrades as described in this RFP will be completed concurrently, and compiled into one construction contract for tendering.

2. It is the City's intent to:

a) pre-select the UV and thickening/dewatering equipment during the design phase. b) complete value engineering and constructability reviews of the design at the pre-design

and 70% detailed design stages, respectively. c) pre-qualify general, electrical and mechanical contractors for the construction contract. d) retain one General Contractor to complete both the UV and RMF facilities, and all

associated systems, under one construction contract.

3. Given that there is limited remaining onsite storage capacity for the settled solids being collected in the existing decommissioned slowsand filter basins, the construction and commissioning of the Dewatering & Thickening Facility is to be accelerated and completed as early as possible within the construction contract, while respecting all construction constraints, and shall take precedence in the schedule ahead of the UV Treatment facility.

PROJECT ELEMENTS

The following sections are intended to provide the Proponent with an understanding of the specific parts of the UV treatment and residuals management project as developed by the City in conjunction with the Appendices. Items not specifically listed, but required to provide fully functioning systems and to meet the intent of the City, are deemed to be included in the base scope. Where there is a conflict, the provisions in this section shall take precedence.

It should be noted that the requirements of this RFP surpass the recommendations of the UV CDR and RMF CDR, i.e. additional items are included in the scope of work. Note that the scope of this project includes a requirement to review, verify, confirm, and update if necessary the assumptions made in the conceptual designs and early scoping phases.

Where investigations (such as reviews, surveys and/or analysis) are included for within the scope of work, and where recommendations are to be provided by the vendor, the results of the investigation, and the approach as confirmed by the City, shall be included and incorporated into the detail design and construction services scope of work.

The preliminary investigations listed in Sections 2.3.6 through 2.3.21 are to be completed in the order proposed in the Vendor's Workplan, and not necessarily in the order listed in the RFP document.

VIEWING C

OPY

Page 14: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 11

For the UV treatment system, no alternative location to the preferred alternative identified in the UV CDR, nor alternative technology to UV AOP, is to be considered as part of the UV facility design process.

Review of UV and RMF Phase 2 Conceptual Designs and Experimental Testing Results

a. Undertake a detailed review of the UV CDR and RMF CDR to complete the following (review is to focus only on the preferred alternative design concept):

1. Verify, confirm and/or revise the design parameters, assumptions and performance levels and propose recommendations therein.

2. Review and verify the proposed hydraulics and flow control strategy for both the UV disinfection and UV AOP modes of operation, as well as the RMF treatment process. Complete hydraulic modeling and analysis to ensure that the plant design flows can be accommodated by the new facilities at all potential operating conditions.

3. Review and verify the proposed construction methodology and sequencing plan.

4. Consider and investigate new technology configurations which have become available since the initial reports were produced, such as open-channel UV reactors and provide recommendations for consideration of these new technologies in the detailed design.

5. Identify all constructability, operational and maintenance challenges, and provide recommendations on how these risks will be mitigated through the detailed design and construction phases.

b. Identify and investigate changes to the conceptual design criteria, which have the potential for significant cost savings and/or operations and maintenance benefits.

c. Complete a review and analysis of experimental testing data provided by the City, which has been generated by the University of Toronto's Drinking Water Research Group and UV equipment manufacturers. The experimental testing results will be provided to the successful Proponent upon contract award. Experimental testing has been completed using Island WTP filtered water for the following areas:

1. Scavenging demand of the filtered water (initial results show that the scavenging demand varies throughout the T&O season)

2. Quenching chemical stoichiometry and reaction times

3. Chemical dosages for pH adjustment

4. UV AOP performance curves (dose/response) for geosmin treatment VIEWING C

OPY

Page 15: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 12

d. As identified in the UV CDR, when operating in the future UV AOP mode, the City intends to use hydrogen peroxide as the oxidant chemical, which shall be dosed upstream of the UV vault. Chlorine is to be applied downstream of the UV reactors to quench the remaining hydrogen peroxide oxidant. Chlorine will be applied using chlorine gas, which has been injected into service water to produce a high concentration chlorine solution, as chlorine gas is already employed at the facility for both pre- and post-chlorination purposes. Preliminary results from the testing undertaken by the University of Toronto have indicated that the hydrogen peroxide quenching time when using chlorine gas is substantially longer than when using sodium bisulphite. Furthermore, the pH of the treated water is not substantially affected when using sodium bisulphite in comparison to chlorine for quenching the residual hydrogen peroxide. Review the results from the University of Toronto tests, their impact on reservoir storage for chlorine disinfection and provide recommendations, in consultation with the City, on preferred quenching chemical in light of these new findings. A poster presentation that U of T gave at the IUVA conference in September 2017 summarising some preliminary findings is included in Appendix E.

e. Review and analyze Island WTP filtered water UVT data provided by the City. Island WTP filtered water UVT data has been collected through daily grab samples since July 2016, and using an online UVT analyzer installed in October, 2017. Update design parameters as needed based on these reviews.

f. Confirm the UV disinfection design dose through pre-consultation meeting discussions with the MOECC, to ensure that the design dose selected satisfies all foreseeable regulatory requirements and standards.

g. Allow for two (2) full day workshops with the City to present and discuss the significant findings and recommendations of the UV CDR and RMF CDR review and to respond to questions.

h. Prepare a Technical Memorandum that summarizes all findings of the UV CDR and RMF CDR reviews and provides final conclusions with substantiated recommendations for the UV disinfection, future UV AOP and RMF designs. Include a summary of the experimental testing results analysis and any recommendations from this analysis. Include recommendations for all design assumptions (i.e., confirmed and/or new design parameters) that will be carried in the subsequent design. This document shall be developed to such detail that it will form a Basis of Design for the project.

New Facility Building Configuration Cost-Benefit Analysis

a. The UV and RMF facility concepts developed to date have been done independently of each other, and as such, two separate facility buildings have been proposed, as per the UV CDR and RMF CDR. The City is also interested in considering the merging and integration of these two new buildings into one single UV-RMF building.

b. For the purpose of estimating the level of engineering effort, Proponents are to assume that the UV and RMF Treatment Facilities will be designed and constructed as two separate buildings.

c. Investigate approaches for physically connecting the UV and RMF facilities, and develop concepts for the combined and integrated UV-RMF building configurations. Prepare site plan and general arrangement conceptual level drawings for these combined configurations. Consider the following options:

1. Separate UV and Residuals Treatment Buildings, which are not interconnected.

VIEWING C

OPY

Page 16: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 13

2. Separate UV and Residuals Treatment Buildings connected by an indoor corridor walkway. The enclosed access way (corridor) would need to be designed with heating, lighting and windows, compliant with OBC requirements.

3. One single integrated UV and RMF building.

4. For the separate UV building options, consider the following options:

a) UV Treatment Facility Building superstructure to span over the entire UV vault b) UV Treatment Facility Building superstructure to span only over the access way and

electrical room with the vault portion either covered with removal slabs and skylights. c) Consider equipment accessibility, natural lighting, building materials, removal slabs

and methodology to remove the slabs.

d. Prepare a technical memo (TM) which reviews the building configurations noted above, identifies the benefits and disadvantages of each, summarizes the capital, operating and lifecycle costs, and includes a cost-benefit analysis of the separate and combined building configurations. Provide recommendations in the TM and submit to the City for review and approval.

e. Allow for one (1) half day workshop with the City to develop evaluation criteria and weighting as part of this technical memo.

f. Allow for one (1) full day workshop to present and discuss the separate and combined building configurations proposed, any significant findings of the cost benefit analysis, and to respond to questions and provide recommendations.

g. Refine and optimize the building layouts in consultation with the City.

h. Update the technical memo to document the building configurations, technical and cost considerations and cost-benefit analysis, and summarize the agreed upon building configuration approach. Incorporate the approved building configuration approach into the design.

i. Prepare a technical memo at the 70% detailed design phase to discuss the adequacy of the existing consultant staffing level during construction and if required make recommendations to improve the current structure which may leverage the following at the minimum: mitigation of facility operational impacts, confirmation of technical requirements, improving inspection quality, reduction in City liability, Health and Safety, and overall cost savings for the City.

Settled Residuals Characterization and Testing

a. Complete a sampling program to fully characterize the settled residuals produced by the RMF Phase 1 Settling Basins. This testing should confirm the settled residuals characteristics which will be pumped to the RMF Phase 2 system. Numerous samples should be collected and tested over the course of multiple settling tank pumping draw downs (completed on various days) in order to determine the anticipated residuals solids content profile over the course of a basin draw down, as well as the average solids content. The sampling program shall be completed three (3) times, at two (2) week intervals in different basins, in order to get a good representation of the settled sludge quality.

b. Coordinate for all sample collection and sample drop off to the required laboratory. For total suspended solids measurements of a sample, the Toronto Water laboratory will be used to complete the analyses. For other analyses, retaining a commercial laboratory may be required. Any laboratory testing fees will be paid for out of the provisional item identified for Sample Testing.

VIEWING C

OPY

Page 17: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 14

c. Prepare a Residuals Sampling Program, and submit to the City for review and approval.

d. Coordinate with the City and carry-out the approved Sampling Program.

e. Prepare a technical memo to summarize the residuals sampling results, and submit to the City for review and approval. The technical memo shall provide recommendations as to whether a thickening process is required prior to the dewatering process.

Residuals Thickening and Dewatering Technology Selection

a. For the purpose of estimating the level of engineering effort, Proponents are to assume that a thickening process, after the settling basins and ahead of the dewatering system, shall be included in the residuals treatment sequence.

b. Prepare a technical memo which surveys the various thickening and dewatering technologies available on the market, the main manufacturers of these technologies, summarizes the technology benefits and disadvantages, as well as the capital, operating, maintenance and lifecycle costs, and includes a cost-benefit analysis of these various technologies. Describe the anticipated level of City staff (operator, millwright, electrician, etc.) involvement that would be anticipated for both the operation and maintenance of each technology considered (provide an estimate of hours/week, based on equipment manufacturer and municipal owner references).

c. Analysis shall consider thickening technologies including but not limited to: conventional clarifiers and plate and tube/lamella plate settlers, gravity thickeners/high-rate ballasted clarifiers, and dissolved air flotation – as well as the potential additives used to improve operating performance, including but not limited to: various coagulants (such as alum, polyaluminum chloride, ferric chloride, etc.) and polymers.

d. Analysis shall consider dewatering technologies including but not limited to: belt filter press, plate and frame press (fixed volume and variable volume/diaphragm types), screw press, centrifuges, and geotextile dewatering tubes/socks – as well as the potential additives used to improve operating performance, including but not limited to: polymers, lime, fly ash, saw dust, and diatomaceous earth.

e. Develop high-level process descriptions for the various thickening-dewatering system combinations considered. Complete a capital cost analysis, an operation and maintenance cost analysis and a life cycle cost analysis for potential operating scenarios to assist the City in confirming the preferred operating strategy to be employed, and used in the pre-selection process.

f. Thickening and dewatering technology analysis shall consider criteria such as operability and maintenance requirements (including the level of automation and operator involvement), sludge quality and sludge cake dryness, chemical requirements, impact of batch operation on performance, system robustness and life cycle costs.

g. The City requires a system with a high level of automation and minimal operator involvement (i.e., automated cleaning, automated chemical dose adjustment, etc.).

h. The City requires off-site haulage of full truckloads/bins, with no filtrate/centrate leakage from the bins. The City will provide the bin size to be used in design. Material taken offsite is to have optimal sludge dryness and is to have suitable characteristics for local Toronto landfill disposal. The minimum sludge cake dryness (i.e., percent solids) requirement for the Island WTP RMF shall be the percent solids required for landfill disposal at Green Lane Landfill, plus 5%. The system should be designed to achieve the highest sludge cake percent solids that is economical and practical.

i. The technical memo shall recommend the short-list of preferred technologies for further consideration through testing, if required.

VIEWING C

OPY

Page 18: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 15

j. Allow for three (3) half day meetings with Toronto Water DOS (District Operations Services) and staff at Clark and Harris WTPs to discuss bin sizing and RMF issues at other City facilities. The RMF design is to include measures to prevent the issues experienced at the Clark and Harris RMF facilities.

k. Allow for one (1) half day workshop with the City to develop evaluation criteria and weighting.

l. Allow for two (2) full day workshops with the City to present and discuss the significant findings and recommendations from the residuals treatment technology cost benefit analysis, and to respond to questions.

m. In order to evaluate how effective various thickening and dewatering technologies are with a specific residuals water, some technology suppliers provide laboratory services to test their treatment equipment on specific water samples. Based on the results of the Residuals Thickening and Dewatering System Cost-Benefit Analysis, and the technologies that are recommended for further consideration, coordinate with a minimum of three suppliers for each of the thickening and dewatering technologies, respectively, to complete bench-top testing at their own facilities of their thickening and dewatering technologies.

1. Collect and ship representative residuals samples, produced by the recently upgraded residuals settling basins, to the suppliers, as required. Coordinate all sample shipping logistics and paperwork requirements. Sample shipping costs will be paid for out of the provisional item identified for Sample Testing.

2. Collect and analyze the testing information from the suppliers, incorporate the results into the Cost-Benefit Analysis TM (update the technical evaluation scores accordingly), and provide recommendations on the technologies for further consideration and whether pilot testing is recommended.

n. If pilot testing is recommended, the City will determine whether or not to proceed with pilot testing, as part of this study or under another project. If pilot-scale testing is completed, incorporate the findings (such as equipment performance results and operational experience feedback) and recommendations coming out of the pilot testing exercise into this technical memorandum once testing is finished, and provide a recommendation as to the preferred thickening and dewatering technologies to be incorporated into the design.

o. If the City decides to proceed with pilot testing, the cost of these services will be covered by the Pilot Testing provisional allowance identified in Section 5. The allowance identified is intended to cover the efforts of both the Vendor, who would coordinate and oversee the testing, as well as the equipment manufacturer's costs, who would be retained by the Vendor.

RMF Chemical Application Review and Treatability Study

a. Complete a review of the current and potential new chemicals/additives which may be applied throughout the residuals stream throughout the RMF process. The aim of this review and treatability study is to develop a holistic understanding of the chemical make-up of the residuals, how the various additives interact with one another, and to assist in confirming the sludge conditioning additives to be applied through the RMF thickening and dewatering processes.

b. The review shall consider the following chemical applications, including but not limited to the coagulant added upstream of the filters, the polymer added at the inlet to the settling basins, the thickener sludge conditioning additive and the dewatering sludge conditioning additive.

VIEWING C

OPY

Page 19: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 16

c. Provide a recommendation as to whether chemical conditioning is required for each unit process of the entire RMF, including the RMF phase 1 settling basins, the thickening process and the dewatering process.

d. If it is determined that polymer additive is more effectively applied at the thickening and/or dewatering processes, instead of at the RMF Phase 1 settling basins, assess the option of re-locating the existing polymer system (installed as part of the RMF Phase 1 Upgrades) for use in the Phase 2 facility.

e. Summarize the results of the chemical application review in a technical memo for the City's review and approval.

f. Allow for one (1) half day workshop with the City to review findings and recommendations

g. Based on the results of the review, provide the City with a recommendation as to whether bench-top testing should be completed to test and verify the findings of the review and to confirm the proposed chemical application strategy, for the City's consideration and approval.

h. If recommended, and the City agrees to proceed with bench-top treatability testing, the efforts for completing this testing will be paid for out of the provisional allowance identified for the Treatability Study in Section 5. Efforts to be covered by this provisional item include development of a treatability study test plan, collection of representative samples to undertake tests, execution of the testing, summarizing the testing results and recommendations, incorporating them into the chemical application review technical memo and providing the technical memo to the City for review and approval.

i. Any required laboratory testing fees, required as part of the Treatability Study, will be paid for out of the provisional item identified for Sample Testing.

Electrical Condition Assessment and Ground Grid Study

a. Conduct an electrical condition assessment of the facility areas which may be impacted by the electrical upgrades and which are required to supply power to the UV and RMF facilities, including but not limited to:

1. the electrical 13.8 kV substation including the transformers, switchgear and crawl space beneath the switchgear floor,

2. workshop building 4160V cable run areas and mezzanine,

3. cable chambers and ductbanks between the substation, workshop building and filter building.

b. The electrical condition assessment shall include the following assessment items as a minimum: existing condition of equipment, general condition and maintenance history, cable insulation condition, duct bank condition. A visual inspection of all electrical panels, electrical equipment, lighting and emergency lighting systems, as well as conduits will be conducted for signs of corrosion, overheating, and deterioration.

c. Confirm and identify all cables and conduit in the buried ductbanks running between the substation, workshop, raw water building and filter building, including which are active and which are not. In addition to power cables, the cabling will include fibre optic lines for HVAC, communications, SCADA and security. Develop a site plan and database to document existing ductbank, conduit and cable routing, cable identify (type of cable; cable source and destination), size, rating, approximate age and condition. Physically label the individual conduits and cables at the following manholes: MH-1, MH-2, MH-3, MH-4, MH-5 and MH-6. Cable tags are to comply with PCS Guidelines – Equipment Physical Tag Lists.

VIEWING C

OPY

Page 20: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 17

d. Make use of techniques, such as blowing air into the conduit and/or other recommended methods, to confirm the conduit routing between ductbank access chambers. Provide all required equipment for completing the investigations, and conduit and cable labeling.

e. The results of this condition assessment and labeling exercise shall be summarized in a technical memorandum, complete with site plan and sectional drawings, as required, and electrical cabling database Include all recommendations and incorporate into the design and contract documents using the provisional allowance provided in Table 2-2.

f. Successful proponent will be responsible for all investigative equipment, personal protective equipment (PPE), confined space entry, fall arrest, scaffolding and any lighting required.

g. Conduct a Ground Grid Study for the new substation and UV/RMF building design and summarize findings in a Technical Memorandum which includes but not limited to: measurement of local earth resistivity using Earth Megger test set, computer analysis of the ground grid system to determine maximum ground potential rise, computer analysis of the ground grid system to determine step and touch potentials, grounding plan and details, study setup and data, step and touch voltage calculations. The findings of the study shall be used to establish size of conductors, number of ground rods, etc. Clearly state the benefits of the ground grid study which may include design time savings, material cost savings by determining the minimum size of conductors and the number of ground rods to keep the potential values below the IEEE limits.

h. Allow for one (1) half day meeting to discuss the results of the Electrical condition assessment.

Reservoir Condition Assessment

a. Conduct a detailed condition assessment of the entire treated water reservoir, between the clearwell outlet and the end of the reservoir/flow measuring channel (including the ammonia and trim-chlorine injection area, but not including the 96" pipe which runs from the reservoir to the John Street Pumping Station), including but not limited to all reservoir sluice gates, concrete surfaces and joints, sampling and chemical injection systems (pumps, piping, valving and injection equipment), flowmeter and other instrumentation, and access ways.

b. Verify the integrity of the reservoir control and expansion joints, determine whether rehabilitation of any joints in the reservoir is required and implement recommendations to address deficiencies into detailed design drawings. Due to the age of construction, the existing control and expansion joints may contain bituminous materials. These should be sampled, tested and included in the project specific DSL report. All new joint materials must be NSF 61 and NSF 372 approved for potable water application.

c. The Proponent shall include for three concrete core samples: one from the roof slab above the proposed vault area, one from the vault area external wall and one from the vault area floor slab, and patching/restoration of the cored surface. Samples to be taken from representative areas as deemed suitable by the Vendor. Provide containment measures in the core sampling area and thoroughly clean area as part of the patching/restoration process. Costs for physically completing the coring shall be paid from the provisional allowance identified in Section 5.

d. The successful Proponent will be responsible for providing all required equipment for completing the investigations, all PPE, confined space entry, fall arrest, scaffolding and any lighting required, entry disinfection procedures, and completion of the reservoir investigation and core sampling and restoration within a span of 48-72 hours.

e. The results of this condition assessment shall be summarized in a technical memorandum, including all recommendations and incorporated into the design and contract documents and cost estimates.

VIEWING C

OPY

Page 21: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 18

f. Scheduling of the reservoir condition assessment shall be limited to a time during the annual winter facility shutdown (January-March). Coordinate with the Island Plant staff a minimum of 1 month prior to the planned shutdown to confirm the exact dates for conducting the condition assessment, so that the reservoir can be drained and disinfected within the specified timelines.

g. Allow for one (1) half day meeting to discuss the results of the Reservoir condition assessment.

Island WTP Property Survey & Subsurface Utility Investigation

a. The City does not currently have an Island WTP property site plan which is to scale in AutoCAD format, and with all existing utilities included. Some existing utilities have been identified in the UV CDR proposed cable routing areas as part of the Sub-surface Utility Engineering (SUE) investigations completed as part of the UV CDR Technical Memorandum No.4 – however the AutoCAD site plan drawing from this SUE work is not to scale.

b. Oversee the completion of a SUE Investigation of the entire Island WTP property (Quality Levels D through A), in order to generate a complete composite utility drawing, which is to scale, in AutoCAD (.dwg) format, as per Appendix A.7.8. The SUE investigation shall locate all piping (potable service water, sanitary, process), gas, electrical, and communications lines.

c. Define the SUE investigation scope, prepare the terms of reference, and retain and coordinate the SUE sub-consultant, as per Appendix A.7.8. The SUE sub-consultant fees will be paid for from the provisional allowance for SUE Investigations.

d. Make use of existing as-built drawings, for an indication of where utilities are located, to confirm where Quality Level A investigations (horizontal and vertical utility location) should be completed, when defining the SUE sub consultant's scope of work and terms of reference.

e. Make use of the SUE results for areas which have been investigated within the last 5 years and are available in AutoCAD drawing format. These areas need to be re-investigated since previous SUE results are not to scale and do not include all utilities/services.

f. Allow for one (1) half day meeting with City staff to discuss the proposed SUE Terms of Reference prior to soliciting quotations for this work and existing SUE drawing availability.

g. Allow for two (2) half day meetings with City staff to review the findings from the SUE investigation.

UV Treatment Facility – Design

a. Design and construct all required facilities to provide UV disinfection treatment. The UV system shall be designed to be upgraded to UV AOP treatment capability in the future. As per the UV CDR, these future upgrades will provide seasonal UV AOP treatment with hydrogen peroxide as the oxidant chemical, chlorine gas as the oxidant quenching agent, and potentially sodium hydroxide as the pH adjustment chemical, if found to be required, including all associated equipment, channels/piping and accessories.

b. Design and construct modifications to the existing plant facilities as required to implement the UV treatment process.

c. Design and construct all required modifications to the existing substation, switchgear, onsite electrical power distribution system, and other miscellaneous systems as described in this RFP. All proposed facilities shall meet the most recent standards and address current operation and maintenance issues.

d. UV Treatment Facility Building

VIEWING C

OPY

Page 22: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 19

1. Carry out the design as required to house the new UV system and associated systems. The major parts of the proposed work are listed in the UV CDR and/or below. Items not specifically listed, but required to provide a fully functioning facility and structure to meet the intent of the City are deemed to be included in the base scope.

2. The interior structure to accommodate the approved process layout. The exterior structure to integrate with the adjacent and nearby buildings, and must comply with the City's Green Development Standards.

3. Provide means of automatic isolation of the multiple UV trains. Major process control valving shall be actuated, and capable of local and remote operation.

4. Provide all equipment necessary for maintenance of new equipment and future upgrades.

5. Provide overhead crane(s) and lifting devices in work areas with the intended use of lifting of heavy components such as UV reactors, associated piping/instrumentation/valves, and electrical equipment – in and out of the vault for maintenance purposes.

6. Ensure unencumbered access to the UV reactors, and associated equipment, to allow for maintenance of sensors, lamps and sleeves and manual cleaning (if required). If required, include stairs and platforms in lieu of ladders to access equipment requiring regular maintenance, such as sensors and lamps.

7. Allow sufficient space around the new equipment as required for maintenance. Include an area where the UV lamps and components can be cleaned, in accordance with the UV equipment manufacturer's recommendations. Use 3D BIM drawings to demonstrate that sufficient space exist around the new equipment for maintenance and work with City staff to optimize equipment placement based upon feedback from staff.

8. Design for building utilities, HVAC, dehumidification, lighting, and other services as required for use and occupancy. Design the building HVAC and dehumidification system with a Building Automation System (BAS), which is 100% compatible with the existing Administration Building BAS system and can be seamlessly integrated into the newly upgraded plant BAS system (as part of another project). Assume that dehumidification is required for the UV facility, and that wall insulation is required for UV vault walls with water on its opposite side. For heating systems, consider both electric and natural gas heater types, complete a cost-benefit analysis of the gas and electric options, and provide a recommendation to the City for review and approval in the form of a technical memorandum. Prepare a technical memorandum to review the new plant HVAC BAS System and discuss approach and make recommendations on how to integrate the new HVAC BAS System in the UV and RMF buildings into the existing plant BAS system. The City of Toronto Standard Building Automation System (BAS) Specification, December 2015 is to be used for designing the new HVAC and has been included in Appendix E.

9. The structure shall include all services and utilities required for the process and by the City. Consideration must be given to the location and routing of existing services and utilities, and protection or relocation as necessary to accommodate the proposed modifications to the structure and the process layout.

VIEWING C

OPY

Page 23: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 20

10. Include storage areas in the new facility specifically for the UV system supplies and spare parts keeping in mind the future UV AOP upgradability storage requirements. Storage areas will include shelving and racking as required and designed specifically for the equipment in the building such as lamps, sleeves, and other UV equipment consumables. Include working areas for the maintenance of the equipment located in the building.

11. Include for an appropriate number of rooms for all required electrical and network systems, as well as cable routing and connections to the Substation (via switchgear and MCCs), to the plant SCADA network, and to process equipment.

12. The Plant currently has a centralized control room located in the Administration Building. There is no requirement for a separate UV control room in the new building, however, include a dedicated UV SCADA HMI work station in the new facility local to the equipment.

13. Include for services such as phone, paging system, building security systems such as cameras, card readers, motion detectors, interior and exterior security lighting and fire monitoring system integrating into existing plant fire panel. It is the responsibility of the Vendor to ensure that the new services and upgraded facilities meet or exceed the current level of these services and tie-ins to the existing facility systems where appropriate.

14. Provide a performance testing bypass system, including but not limited to the piped connection, complete with all required valving and instrumentation, to a new bypass waste chamber (referred to as the Process Drain and Testing Pumping Station in the UV CDR). The bypass waste chamber shall include sump pumps and associated instrumentation to transfer the performance testing waste stream to either the existing RMF settling basins or the reservoir overflow pipe for disposal. Provide a recommendation on the preferred discharge location of this waste stream for the City's consideration and approval. Provide an access way for accessing and maintaining the bypass waste chamber.

15. The project works area will require significant regrading and landscaping upon the completion of facilities construction. The proposed landscaping and the new buildings are a visual part of the WTP, and shall be well planned and integrated to enhance and complement the existing site features. Prepare a technical memo to review and recommend landscaping enhancements that complement the existing site which may include at the minimum drought resistant vegetation, shrubbery, trees, walkways, flowerbeds, etc. Include for storm water management requirements, provide proper site drainage for storm water run-off. The site drainage design must have as little impact as possible and blend into the existing landscape topography. Provide proper catch basins, inlet, outlets and outlet structures to mitigate erosion from storm water run-off.

e. Reservoir Modifications

1. The design and construction of the vault within the reservoir shall be done with an aim of minimizing impacts to the existing reservoir functionality, including but not limited to: minimizing headloss, minimizing volume taken up by the vault, increasing operating volumes/depth, and maintaining all access, overflow and draining functionality within all areas of the reservoir.

VIEWING C

OPY

Page 24: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 21

2. When constructing the vault structure within the reservoir, ensure that modifications to the upstream and downstream reservoir areas are accounted for to ensure accessibility and isolation of these areas, dewatering/draining systems are provided, and new and existing instrumentation and sampling equipment are modified to account for revised hydraulics and operating levels. Include for floor gutters to control miscellaneous minor leakage.

3. The exact location and dimensions of the UV vault within the first leg of the existing treated water reservoir shall be considered and confirmed as part of the detailed design process.

4. The proposed UV vault layout includes for four (4) UV reactor pipe trains, with two trains installed in each of the two reservoir cell areas. The layout includes for maintaining the existing reservoir wall which separates the two reservoir cells inside the vault, with an opening constructed to allow access between the two UV reactor cell areas. Consider whether that existing middle wall between the reservoir cells needs to be maintained to provide structural support for the roof above, or whether the wall could be removed to form one open UV vault area. Investigate, and if required, allow for additional reinforcing for wall penetrations such as doors, etc., between the two reservoir cells. If required, develop the design to strengthen the outer walls to support the removal of the reservoir roof above the UV vault portion.

5. Investigate and, if required, allow for vault floor underpinning to counteract water table buoyance forces acting on the reservoir structure.

6. Investigate and, if required, allow for, structural modifications of the reservoir floor slab to incorporate footings/micropiles to support required loading.

7. Investigate and, if required, allow for raising the vault floor to allow for installation of floor drains.

8. The treated water flowmeter for the Island WTP is an insertion-type flowmeter installed within a flow measuring flume at the end of the reservoir cells. To keep this flowmeter conduit flooded and thereby operational, the reservoir water level needs to be maintained at a minimum depth of 1.84 m at all times. Recent testing has identified that at reservoir water levels below 3.15 m, the treated water flow meter and the treated water sampling system malfunctions. In the case of the treated water sampling system, there is a loss of suction and water is not pumped to the analyzers. As such, the City currently operates the reservoir over an operating band between a top water level of 4.15 and a minimum level of 3.5 m, resulting in 0.65 of 'usable' reservoir depth (i.e., the depth over which the level can fluctuate without any cause for concern).

9. The City wishes to re-establish the usable reservoir volume above 1.84 m depth by:

a) either modifying the existing treated water flowmeter equipment, or replacing the flowmeter with another type of flowmeter

b) modifying the reservoir water sampling system which includes the output/treated water sampling system, mid-reservoir sampling system and before and after sulphur dioxide sampling system. This includes but not limited to modifying the existing sampling point location and/or replacing/upgrading the sampling pumps, new access hatches into the reservoir to remove future sampling equipment, and any SCADA integration and SCADA screen modifications as required.

VIEWING C

OPY

Page 25: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 22

10. Complete a review of flowmeters available on the market which are appropriate for this kind of application, and provide a recommendation on how the flowmeter should be modified or what replacement flowmeter be installed, for the City's consideration and approval.

11. Carry out the design as required to:

a) Repair any damaged concrete in the vault portion of the reservoir (such as cracks or spalling), as per the condition assessment recommendations.

b) Modify/re-route any existing piping (potable service water, sampling, drain, and chemical injection systems), as needed.

c) Modify/re-route any existing irrigation piping, as needed. d) Re-locate or replace the existing reservoir effluent treated water flow meter, as required

to maximize the reservoir level operating range. e) Modify or re-locate existing reservoir effluent treated water sampling lines and points,

as required to accommodate the change in water operating levels and to maximize the reservoir level operating range. Ensure that the sampling locations and pumps shall be able to sample water across the depth of the reservoir, and not just at a fixed depth in the reservoir.

f) Provide for new appropriately sized sampling pumps, piping or valving, if required for the modifications.

12. The recent RMF Phase 1 - slowsand filter retrofit project involved working within older buried concrete basins, with basin floor elevations well below the water table (as with the reservoir). Draining of the decommissioned slowsand basins to install the concrete benching resulted in substantial dewatering efforts to deal with infiltrating water, coming from the concrete slab joints. With this in mind, provisions are to be made in this design to deal with all potential water infiltration.

13. Investigate and determine the current loading limitations on top of the existing reservoir, compare the findings against design loading, and develop the design and construction constraints accordingly.

f. UV Reactors

1. The City completed the conceptual design with the aim of selecting a preferred location which does not limit the type of UV reactor to be installed. As such, both reactor types available on the market, medium pressure (MP) and low pressure high output (LPHO) reactors, are feasible and shall be considered.

2. Review lamp type, reactor configuration and number of reactors required to meet both the UV dose and the UVAOP dose. Consider as a minimum the reactor turndown capabilities over plant flow ranges, internal redundancies for lamp failure and for operational and maintenance flexibility. Review alternative reactor body materials and, in the absence of a superior material, incorporate SST duplex as the reactor body material.

3. Consider both closed pipe, and open-channel reactor technology configurations. Complete a review and hydraulic analysis of both reactor types, including any headloss generating controls (such as weirs, gates, baffles, walls, perforated plates, mixers, etc.) as part of the preliminary design. Provide the results and recommendations to the City for consideration.

VIEWING C

OPY

Page 26: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 23

4. Assist the City in confirming the operating strategy to be employed, and used in the pre-selection process, keeping in consideration AOP upgradability.

5. Include for duty/standby reactors, in an n+1 configuration, to provide 2-log Cryptosporidium reduction at firm plant capacity (440 MLD). No reactor redundancy will be required for UV AOP operation in the future. Summarize findings for the UV reactor selection and the above criteria from items f) 1-5, complete with recommendations in a technical memorandum, for the City's review and approval.

6. Lead and carry-out the equipment pre-selection process for the UV equipment, as per Appendix A.8.8, including but not limited to development of the pre-selection documentation and evaluation of the proposal submissions. Although Appendix A.8.8 refers to the equipment pre-selection process being completed at around the 70% design stage, for this project, the equipment pre-selection may be completed as early as the Pre-Design process if beneficial for the project schedule and design process. Consider the life cycle costs of, and all requirements for, a fully-functioning UV AOP system in the UV equipment pre-selection evaluation criteria. Future build-out for UV AOP functionality and manufacturer UV AOP experience shall be accounted for in the pre-selection process.

7. It is the City's intent to pre-purchase the pre-selected equipment shop drawings as part of the pre-selection contract. Shop drawing review effort for the pre-selected equipment should be included in the Detailed Design phase services.

8. Through the pre-selection process, develop and establish a UV equipment servicing and maintenance contract with the pre-selected equipment manufacturer. This multi-year service contract shall provide the City with regular preventative maintenance and system training updates for operational staff.

9. Complete computational fluid dynamic (CFD) modelling of all proposed and existing chemical injection points within the reservoir, to ensure optimal mixing, reduce mixing zone volume requirements and establish the preferred placement of the UV vault/reactors within the first leg of the reservoir. Summarize CFD modelling results and design recommendations in a Technical Memorandum, and submit to the City for review and approval. A provisional allowance has been included in Section 5 to cover the cost of this UV AOP CFD modelling.

10. Recommend laboratory instrumentation/equipment that is deemed appropriate to have on-site to undertake relevant and timely on-site analyses to confirm the performance of the UV reactors or parameters affecting their performance such as but not limited to desktop UVT analyzer.

g. UV Instrumentation & Controls

1. Provide online instrumentation for monitoring the UV disinfection systems, including but not limited to flowrate, UVT and intensity. Identify and recommend the parameters to be monitored throughout the new processes and required instrumentation during preliminary design, and incorporate into the design once approved by the City.

VIEWING C

OPY

Page 27: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 24

2. The plant recently installed a UVT analyzer at the outlet of the clearwell. Review the sampling location to ensure it is relevant to the new UV vault location and modify if needed. Trending of the UVT analyzer is provided in SCADA however the no-flow alarm is not connected to SCADA. Design the necessary modifications to ensure that this alarm and any other relevant UVT analyzer alarm is provided to SCADA.

3. At SCADA, develop the UV disinfection mode of control. The control system shall recommend the number of reactors and lamps for operation based on cost optimization, water quality parameters, required UV dose, flow conditions and associated head loss impacts and reactor turndown capability. The SCADA system shall show the reactor system status and alarms, power usage, and the treatment target, as well as the actual treatment level being provided for virus, Giardia and Cryptosporidium inactivation.

4. Update the existing CT calculator for the Island WTP to reflect both the existing reservoir chlorine disinfection mode, as well as include disinfection from UV for a complete calculator of Cryptosporidium, Giardia and virus inactivation.

h. UV AOP Upgradability Design Requirements

1. Allow for design and integration of future requirements including but not limited to the provision for future UV AOP treatment system upgradability. All new system components shall be purposefully designed to account for future expansion and treatment process modifications, assuming the following:

a) Avoid, or minimize where practical, the need to replace major equipment components with the future UV AOP upgrades.

b) System upgrades for UV AOP operation will fit within the new UV Disinfection facility footprint, while maintaining all standard access requirements.

c) The ease of upgradability shall be fundamental to the design.

2. The preliminary design shall be completed for both the UV disinfection facility (UV Phase 1), as well as for the future UV AOP upgrade (UV Phase 2). Both the UV Phase 1 and Phase 2 upgrades will be developed to the preliminary design level, and documented in the Pre-Design Report (PDR). Both Phase 1 and Phase 2 shall include facility upgrades to the electrical system as result of discussion with Toronto Hydro. Capital and engineering cost estimates to be developed including those for the future UV AOP upgrade and included in the PDR. Once the Pre-Design Report is finalized, only the UV Phase 1 design will be developed further into detailed design. The following specific deliverables will be included in the UV Phase 2 preliminary design deliverables:

a) UV AOP Deliverables: UV vault/room layout (plan and sectionals for general arrangement drawing), HVAC plan, electrical room layout

b) Chemical System Deliverables: chemical room layouts (including all tankage, skids, scales, equipment), proposed chemical piping (inside of the chemical building to the injection point), building mechanical plan for all chemical systems

c) Implementation Plan to fully detail how the UV AOP upgrade will take place in the future

d) Any additional electrical upgrades that may be required

3. The UV disinfection system detailed design (UV Phase 1) shall include but not be limited to the following design elements, unless otherwise proposed by the Consultant and agreed to by the City:

VIEWING C

OPY

Page 28: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 25

a) Spool pieces shall be included to facilitate installation of future UV AOP reactors. b) All significant reservoir modifications, including but not limited to all new walls, weirs,

baffles, removable roof slabs, sample lines for future instrumentation and chemical injection points, and sampling equipment upgrades, will be implemented in the first stage of the design.

c) The power required for UV AOP shall be brought to the UV Facility as part of this assignment. All new major onsite electrical infrastructure coming to the UV Facility, including but not limited to cables, ductbanks, electrical conduits, cable trays, distribution panels, transformers, and switchgear, shall be designed for future UV AOP operational capacity. Inside the UV facility, electrical infrastructure will be sized for UV AOP capacity, with the exception of the cabling after the step down transformers, which will be designed for UV disinfection capacity.

d) Control panels for the UV disinfection reactors, but with footprint space reserved for the future additional UV AOP control panels.

e) HVAC ducts for future UV AOP mode, with the dehumidification and ventilation equipment sized for UV disinfection-only. Allow for future HVAC unit requirements in the superstructure roof design.

f) Plumbing, utilities and potable service water supply to accommodate future UV AOP requirements, including but not limited to cooling water supply and sampling instrumentation.

g) UV reactor by-pass, by-pass waste chamber and associated infrastructure to accommodate future UV AOP testing.

h) Infrastructure to accommodate future UV AOP chemical system upgrades, such as: 1.A dedicated room within the new RMF building which is reserved for future

hydrogen peroxide storage and dosing equipment. 2.A dedicated room within the new RMF building which is reserved for future

sodium hydroxide (pH adjustment) storage and dosing equipment. i) Complete the UV disinfection control system design and programming to meet latest

City of Toronto PCS Implementation Guidelines and Standards and shall use PLC/SCADA standard modules. The PLC, OIT and SCADA programming and integration is to be completed by the successful Proponent for the UV disinfection. 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.

j) Development of Process Control Narrative (PCN) for UV disinfection and the Process Narrative for UV AOP operation, as part of the base scope and provide for two (2) all day workshops with plant staff to review the PCN and provide feedback for implementation into detailed design.

i. UV AOP Chemical Storage & Dosing Systems

1. Chemical system upgrades, including but not limited to chemical storage, dosing and injection equipment will not be installed with the UV disinfection upgrades (UV Phase 1).

VIEWING C

OPY

Page 29: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 26

2. As identified in the UV CDR, when operating in the future UV AOP mode, the City intends to use hydrogen peroxide as the oxidant chemical, which shall be dosed upstream of the UV vault. Chlorine is to be applied downstream of the UV reactors to quench the remaining hydrogen peroxide oxidant. Chlorine will be applied using chlorine gas, which has been injected into service water to produce a high concentration chlorine solution, as chlorine gas is already employed at the facility for both pre- and post-chlorination purposes. Based on water quality modelling completed during conceptual design (as part of the UV CDR for the R.L. Clark WTP), quenching hydrogen peroxide with chlorine gas will lower the pH level of the water, potentially as low as 6.9, depending on the targeted geosmin level of treatment. Testing is currently underway with the University of Toronto to confirm the expected pH levels following peroxide quenching with chlorine gas. As such, adjustment of the pH level to the range of 7.2-7.6 are anticipated to ensure that downstream processes, such as corrosion control and wastewater treatment processes, are not impacted. The City intends to use sodium hydroxide (caustic) for adjusting the pH level downstream of the quenching agent.

3. The following chemical system upgrades are required as part of the future UV AOP upgrade, and shall be developed to the preliminary design level, as summarized in Table 2-1.

VIEWING C

OPY

Page 30: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 27

Table 2-1

UV AOP Chemical System Upgrades - General Information

General Information on UV AOP Chemical Systems

UV AOP Chemical Systems

Oxidant:

Hydrogen Peroxide

Quenching agent:

Chlorine

pH Adjustment:

Sodium Hydroxide (Caustic)

Physical State of Chemical

Liquid Gas Liquid

Form of storage Bulk liquid tanks Compressed gas tonners on weigh-scales

Bulk liquid tanks

Upgrade requirement (New or Retrofit)

New chemical system required

Retrofit to expand existing chlorine gas storage and dosing system

New chemical system required

4. Carry out the design for the oxidant, quenching and pH adjustment chemical systems as required for the UV AOP treatment process to the preliminary design level of detail. The pre-design for these chemical systems shall include preliminary design level drawings including layout and general arrangement drawings.

5. The chemical storage and dosing system shall be designed for the facility's UV AOP design capacity flow conditions. In storage recommendations, consider deterioration of the chemicals with time.

6. Design all chemical dosing systems for the required hydraulic capacity, head, and turndown capabilities in order to satisfy all potential plant flow and dose conditions.

7. Consider the need for carrier water to transport the chemical to the dosing point, and incorporate into the design as required.

8. Ensure that there is unencumbered access to the chemical storage tanks to allow assessment of the liquid levels in the storage tanks. Include stairs and platforms in lieu of ladders to access the tops of the chemical tanks.

VIEWING C

OPY

Page 31: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 28

9. Design a full-scale liquid chemical storage and dosing system (including tanks, pumps, piping and the related accessories), for both hydrogen peroxide and sodium hydroxide, based on the design as approved by the City. Include as required: chemical fill station, storage tanks, tank ventilation complete with scrubbers on the tank vent lines, dosing pumps, calibration systems, spill containment, drainage, wash down facilities, emergency showers and eye wash stations, instrumentation for automated monitoring, building mechanical controls, and related systems and accessories.

10. Identify the location in the RMF Building for both the sodium hydroxide and the hydrogen peroxide storage and dosing systems. As part of this analysis, consider the challenges associated with chemical pipe routing, methods of chemical delivery and site access. Consider removable panel walls for future use between the new rooms, removable roof slabs above the rooms for future chemical tank and equipment installations. Summarize the results of the chemical system/room location assessment in a Technical Memorandum, and submit to the City for review and approval.

11. Provide a dedicated truck connection to the sump for recovery after a chemical spill, suitable for a vacuum truck connection outside of the building.

12. Provide local storage for all chemical PPE and spill recovery equipment.

13. Design upgrades to the existing chlorine gas storage and dosing system for quenching of peroxide (including removal of existing SO2 weigh-scales and associated equipment, installation of new chlorine weigh-scales, overhead crane, chlorinators, evaporators, piping, valves, instrumentation, and the related accessories), based on the design as approved by the City. Include as required:

a) building mechanical controls, and related systems and accessories. b) a new overhead crane system in the existing chlorine tonner storage area for use with

the existing and new scales to load and unload tonner cylinders and other equipment.

14. Expansions to the chlorine building to accommodate additional chlorine system components for peroxide quenching is not anticipated.

15. Chlorine gas tonner delivery is by ferry.

j. UV Disinfection Performance Testing

1. As part of the UV pre-selection documents, develop a Performance Testing specification which will be in place with the successful equipment supplier(s). The specifications shall define the performance criteria under specified conditions for the UV disinfection systems. Confirm that the performance testing criteria are fair, reasonable and complete. The Performance Testing specifications shall have defined actions and assurances (such as compensation, system replacement, system servicing/operational support, etc.) should the commissioned systems fail to meet the Performance Testing criteria.

2. Prepare a performance testing program for testing which shall be completed by the Vendor and City on the commissioned UV disinfection systems. Submit a Technical Memorandum summarizing the testing program to the City for review and approval.

VIEWING C

OPY

Page 32: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 29

3. Carry out the performance testing program 1 month and 6 months after the UV disinfection system is commissioned. At each of the performance testing periods, analyze and summarize in a technical memorandum the performance testing results and provide recommendations for future operational modifications. Results shall be compared back to the performance testing specification as appropriate. Two technical memoranda to be submitted, with one produced at each performance testing period (at 1 month and 6 months; 2 memos in total).

4. Provide the performance testing reports to the equipment manufacturer, as appropriate, and provide all necessary support for follow-up communication with the equipment manufacturer to ensure that any issues are resolved. A provisional allowance is included in Section 5 to be drawn from for Post-Performance Testing equipment manufacturer follow-up to address outstanding issues from performance testing.

Residuals Management Facility Phase 2 Upgrade – Design

a. Design all required facilities to provide residuals treatment with thickening, dewatering and offsite hauling capabilities, including but not limited to all associated equipment, tankage, channels/piping, structures, building mechanical systems, lighting and accessories.

b. Residuals Thickening & Dewatering Building

1. Carry out the design as required to house the new thickening (if necessary) and dewatering equipment, and any associated systems (including but not limited to: pumps, valves, piping, settled residuals storage tanks, sludge storage tanks, supernatant/centrate/filtrate storage tanks, UV AOP future chemical systems, RMF chemical/additive material storage, make-up and dosing systems, truck fill bins, transformers, etc.). The major parts of the proposed work are listed below. Items not specifically listed, but required to provide a fully functioning facility and structure to meet the intent of the City are deemed to be included in the base scope.

2. The interior structure to accommodate the approved process layout. The exterior structure to blend in with the adjacent and nearby buildings, and must comply with the City's Green Development Standards.

3. Provide a drive-through driveway from the main service road to allow truck access and turning radius for accessing bins. Provide at least two standard parking spaces off of the driveway and adjacent to the building. Provide an automated security gate on each end of the driveway, with an intercom and video camera connection to the main control room. Modify fencing for new driveway and access gates. Include for appropriate signage for new gates.

4. In the same technical landscaping memo under the UV disinfection section, include for landscaping enhancements for the residue management facility that will seamlessly integrate into the existing site features. Include stormwater management requirements, provide proper site drainage for storm water run-off. The site drainage design must have as little impact as possible and blend into the existing landscape topography. Provide proper catch basins, inlet, outlets and outlet structures to mitigate erosion from storm water run-off. The proposed landscaping and the new buildings are a visual part of the WTP, and shall be well planned and implemented to project a positive public perception.

VIEWING C

OPY

Page 33: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 30

5. Design the RMF treatment process with full design capacity redundancy by providing a duty/standby configuration for all major process equipment, which are at risk of mechanical failure and/or blockage, and which would otherwise result in the facility being offline in the case of failure or if offline for maintenance, such as thickener units, dewatering units, feed pumps and sludge conditioning systems. Piping and valving shall be designed to allow for interchangeable operation of one unit at a time, or both units in parallel. Major process control valving shall be actuated, and capable of local and remote operation, in order to provide means of automatic isolation of the parallel equipment trains.

6. Provide a permanent by-pass of the new thickening and dewatering RMF facility to feed settled sludge to a truck fill station.

7. The structure shall include all services and utilities required for the process and by the City including but not limited to building utilities, HVAC, dehumidification systems, lighting, and other services. Connect sanitary lines and potable water to the new RMF Building. Design the building HVAC system with a BAS system, which is 100% compatible with the existing Administration Building BAS and can be seamlessly integrated into the newly upgraded plant BAS system (as part of another project). Assume dehumidification is required for the RMF building. For heating systems, consider both electric and natural gas heater types, complete a cost-benefit analysis of the gas and electric options, and provide a recommendation to the City for review and approval.

8. Sanitary and residuals stream connections shall not pass through or over top of the water reservoir.

9. Allow sufficient space around the new process equipment as required for maintenance. Use 3D drawings to demonstrate that sufficient space exist around the new equipment for maintenance and work with City staff to optimize equipment placement based upon feedback from staff.

10. Ensure that there is unencumbered access (i.e., include stairs and platforms in lieu of ladders) to all equipment, including but not limited to the thickener units, dewatering units, pumps, valves, storage tanks and instrumentation, to allow access for operation and maintenance.

11. Provide all equipment necessary for maintenance of new building and process equipment. As a minimum, include in the design for a new overhead crane and/or monorail system to assist in the maintenance of thickener and dewatering equipment (including pumps and valves), a loading bay for truck access to bins for offsite hauling, and a working area for thickener and dewatering system maintenance.

12. Provide for weigh scales for the dewatered cake storage bins, and integrate these weigh scales into SCADA for monitoring purposes.

13. Provide for a multi-purpose/storage room which could be used as office and meeting space for City staff, and would include a bench-top testing work space with a laboratory bench, cabinets and sink. Recommend laboratory equipment/instrumentation that is deemed appropriate to undertake relevant and timely on-site tests to assess the effectiveness of the RMF facility performance.

VIEWING C

OPY

Page 34: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 31

14. Provide for a washroom in the new facility.

15. Include storage areas in the new facility for the RMF process equipment supplies and spare parts. Storage areas will include shelving and racking as required and designed specifically for the equipment in the building.

16. Include in the design two electrical rooms – one for high voltage electrical and one for network systems. Include all required electrical and network systems, as well as cable routing and connections to the Substation (via switchgear and MCCs), to the plant SCADA network, and to process equipment.

17. The Plant currently has a centralized control room located in the Administration Building. There is no requirement for a separate RMF control room in the new building, however, include a dedicated SCADA HMI (work station) in the new facility local to the equipment, to allow access and control of the entire plant.

18. Include for services such as phone, paging, building security systems such as camera's, card readers, motion detectors, interior and exterior security lighting, and fire monitoring system integrating into existing plant fire panel. It is the responsibility of the Vendor to ensure that the new services and upgraded facilities meet or exceed the current level of these services and tie into the existing facility systems where appropriate.

c. Thickening and Dewatering Systems

1. For the purpose of estimating the level of engineering effort, Proponents are to assume that a thickening process, after the settling basins and ahead of the dewatering system, shall be included in the residuals treatment sequence.

2. Complete the thickening and dewatering system design based on the technologies selected as part of the thickening and dewatering technology selection cost benefit analysis and any subsequent testing.

3. Thickening and dewatering systems shall include automated maintenance processes whenever possible. For example, for plate and frame filter presses, the design should include for an automated spray wash system for cleaning the filter cloths, as well as an automated plate shifting system for the cake drop. Investigate, document and advise the City of all potential automation features offered by the various suppliers for consideration and City approval and incorporate into the design.

4. Design systems to achieve maximum sludge cake dryness, while minimizing the chemical additive usage, power consumption, operator involvement, and batch cycle time (where applicable).

5. In sizing the thickening and dewatering technologies, as well as all associated pumps, holding tanks and chemical systems, account for the range of solids concentrations determined in the settled residuals sampling and characterization including a buffer to account for some seasonal variability, and as confirmed with the City.

VIEWING C

OPY

Page 35: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 32

6. Include instrumentation and controls for monitoring settled residuals, thickened sludge and dewatered sludge characteristics (such as solids content, TSS, etc.), and where feasible, automate the chemical dosing systems to allow for real-time dose adjustment based on the sludge characteristics. Automation and controls, for equipment external to a large package system, to be designed, programmed and optimized by Vendor, with input from the equipment suppliers as required.

7. Lead and carry-out the pre-selection process for the thickening equipment and the dewatering equipment, as per Appendix A.8.8, including but not limited to development of the pre-selection documentation and evaluation of the proposal submissions. Assume that for the RMF two separate pre-selection processes shall be required, one for the thickening system and one for the dewatering system. Although Appendix A.8.8 refers to the equipment pre-selection process being completed at the 70% design stage, for this project, the equipment pre-selection may be completed as early as the Pre-Design process if beneficial for the project schedule and design process. It is the City's intent to pre-purchase the pre-selected equipment shop drawings as part of the pre-selection contract. Shop drawing review effort for the pre-selected equipment should be included in the Detailed Design phase services.

d. Sludge Conditioning Chemical Systems

1. For the purpose of the sludge conditioning systems described in this document, 'chemical' is also being used to refer to any other 'material additive' (such as fly ash or diatomaceous earth/vermiculite), which might be used for sludge conditioning, but is not always thought of as a 'chemical'.

2. For estimating the level of effort for this assignment, assume that two (2) new chemical conditioning systems are to be provided (one for the thickening process and one for the dewatering process).

3. Design the sludge conditioning chemical systems for the thickening and dewatering systems, as defined through the initial RMF Chemical Application Review and Treatability Study findings and recommendations, and preliminary design.

4. Design to include, but not be limited to: chemical/material receiving station, storage tanks, tote storage pads, weigh scales, tank ventilation, make-up/mixing systems, dosing pumps, calibration systems, level instrumentation, spill containment, drainage, wash down facilities, emergency showers and eye wash stations, building mechanical controls, and related systems and accessories.

5. The chemical storage and dosing systems shall be designed for the process design capacity flow conditions and in accordance with the recommendations confirmed in the technology selection analysis, testing and pre-design report. Consider any deterioration of the chemicals with time in the storage capacity design.

6. Design all chemical dosing systems for the required hydraulic capacity, head, and turndown capabilities in order to satisfy all potential flow, sludge quality, and dose conditions.

VIEWING C

OPY

Page 36: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 33

7. Complete an assessment of whether an E2 plan is required for any of the RMF chemicals, including the feasibility of designing the RMF chemical system in a manner that avoids E2 Plan obligations. If found to be required, the effort to develop the plan will be paid for out of the Provisional allowance allocated for E2 Plan Development as identified in Section 5.

8. Provide for and optimize mixing controls to achieve minimal chemical usage. If recommended by the Vendor as a beneficial investigation, complete 3D dimensional computational fluid dynamic (CFD) modelling, using ANSYS Fluent (or approved equivalent), of new and/or existing chemical injection points and mixing systems, to ensure optimal mixing and reduce mixing zone volume requirements. Summarize CFD modelling results and design recommendations in a Technical Memorandum, and submit to the City for review and approval and incorporate into the design. A provisional allowance has been included in Section 5 to cover the cost of this CFD modelling and TM development.

9. In coordination with the City, develop a control philosophy for monitoring of chemical storage and operation of the chemical dosing system.

10. Consider the need for carrier water and heat tracing to transport the chemical to the dosing point, and incorporate into the design as required.

11. Ensure that there is unencumbered access to the chemical storage tanks to allow assessment of the liquid levels in the storage tanks. Include stairs and platforms in lieu of ladders to access the tops of the chemical tanks.

12. Provide local storage for all chemical PPE and spill recovery equipment.

13. Provide for local eyewash and shower stations for each new chemical system.

e. RMF Centrate/Filtrate Disposal

1. Complete an assessment of the existing Toronto Island sanitary system as it relates to disposal of the RMF centrate/filtrate stream. Assessment shall include but not be limited to a review of the existing Toronto Island sanitary infrastructure, new piping requirements, hydraulics, City sewer use by-law requirements, impact on Ashbridges Bay Treatment Plant process performance and impact on the City's Biosolids Master Plan.

2. Investigate all potential options for disposal of the RMF centrate/filtrate stream, including but not limited to disposal to the existing sanitary system or to the diversion chamber ahead of the RMF settling basins. Consider the impact on the RMF treatment performance when examining returning the RMF centrate/filtrate to the front of the settling basins.

3. Provide a recommendation as to where the filtrate/centrate stream should be directed for disposal. Summarize findings of the assessment and recommendations in a technical memorandum, for the City's review and approval. Incorporate the City approved approach into the design.

VIEWING C

OPY

Page 37: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 34

f. Thickening & Dewatering System Performance Testing

1. As part of the thickening and dewatering equipment pre-selection documents, develop a Performance Testing specification which will be in place with the successful equipment supplier(s). The specifications shall define the performance criteria under specified conditions for the thickening and dewatering treatment systems. Confirm that the performance testing criteria are fair, reasonable and complete. The Performance Testing specifications shall have defined actions and assurances (such as compensation, system replacement, system servicing/operational support, etc.) should the commissioned systems fail to meet the Performance Testing criteria.

2. Prepare a performance testing program for testing which shall be completed by the Vendor and City on the commissioned thickening and dewatering systems. Submit a Technical Memorandum summarizing the testing program to the City for review and approval.

3. Carry out the performance testing program 1 month and 6 months after both the thickening and dewatering systems are commissioned. At each of the performance testing periods, analyze and summarize in a technical memorandum the performance testing results and provide recommendations for future operational modifications. Results shall be compared back to the performance testing specification as appropriate. Two technical memoranda to be submitted, with one produced at each performance testing period (at 1 month and 6 months; 2 memos in total).

4. Provide the performance testing reports to the equipment manufacturer, as appropriate, and provide all necessary support for follow-up communication with the equipment manufacturer to ensure that any issues are resolved. A provisional allowance is included in Section 5 to be drawn from for Post-Performance Testing equipment manufacturer follow-up to address outstanding issues from performance testing.

Overall Facility Power Upgrade – Design

a. In order to have sufficient power supply available for the new UV and RMF facilities, the City intends to initiate an application to THESL (Toronto Hydro) to upgrade the power feeder lines running from THESL's Strachan Street Transfer Station to the Island WTP Toronto Hydro substation. In preliminary discussions with Toronto Hydro, the City advised THESL that the additional power requirement is not yet known, however the intent to upgrade the overall power supply has been conveyed.

b. The City is considering how to proceed with additional power supply request given the two stage UV AOP upgrade approach being taken (UV disinfection now, with UV AOP upgrades in the future). The City will require additional power to operate UV disinfection and the RMF Phase 2 upgrades. However, once the UV AOP upgrades take place, sometime in the future, a substantial amount of additional power will be required to operate in AOP mode.

c. The City wishes to avoid doing additional feeder upgrades in the foreseeable future, after this current project is complete.

d. Power upgrade considerations include:

1. THESL will reserve a power allocation for the City based on the amount of power that the Island WTP is able to use (i.e., the peak power).

VIEWING C

OPY

Page 38: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 35

2. The City may request more power than what is needed in the near term, however the City will then incur additional capital cost without the potential for cost recoveries, and it may or may not be available for the City's use in the future.

3. The capital cost of completing the power supply upgrade will be offset by power usage recoveries.

4. A dedicated power feeder running to the Island WTP is likely cost prohibitive based on initial discussions with THESL.

e. THESL has indicated that based on a high-level assessment of what would be required to upgrade the existing feeders, a capital cost estimate of $10 million should be carried by the City. This cost shall be refined once THESL receives the Application for Service and all requested information and fees, and initiates the preliminary design for the feeder upgrades. Once the preliminary design is complete, THESL will prepare the Offer to Connect agreement to be issued to the City.

f. THESL will invoice the City directly for design and construction of the feeder upgrades terminating at the THESL's substation located on the Island WTP property (including their own construction administration and inspection), as per the terms of the Offer to Connect. The Vendor, as retained by the City through this RFP, will lead all THESL application process, communications and coordination efforts and monitor the THESL design and construction process as it relates to the scope of this project.

g. Using the Toronto Hydro Technical Memorandum developed by AECOM (issued May 25, 2016, and included in Appendix E) as a reference, provide the City with an updated recommendation for the immediate and future additional facility power supply requirements, including UV disinfection, UV AOP, RMF and other future water treatment upgrade power demands (as discussed with the successful Proponent during design). Complete a cost analysis of the upgrade options considering that THESL cannot reserve spare unused capacity and the peak demand needs to be available (consider THESL's Conditions of Service Section 6, Reference #1, Economic Evaluation Model for Distribution System Expansion, available on THESL's website). Document the options and recommended Toronto Hydro upgrade strategy and approach for supplying power for the immediate and future upgrades in the Onsite Electrical Upgrades Technical Memorandum (described in Section 2.3.17.e), including a detailed breakdown of what the recommendations are based on (i.e., list of existing and future power demands). Include the life cycle analysis (i.e., capital costs and cost recoveries) for the different upgrade scenarios in the technical memorandum.

h. Allow for two (2) full-day workshops with City staff to discuss the Toronto Hydro Upgrade Strategy options and recommended approach.

i. Coordination with THESL

1. Prepare and coordinate the THESL Application for Service package. Consultant shall coordinate the collection of all information required for the application. This application shall include the total additional power supply which the City requires from THESL, as determined in the Onsite Electrical Upgrades TM (described in Section 2.3.17.e). THESL refers to this additional power supply as the "Incremental Peak Demand Requested".

2. Assist the City with all required coordination and technical support in order to obtain the following Toronto Hydro agreements/contracts:

a) Offer to Connect from THESL for the power supply upgrades to the Island WTP.

VIEWING C

OPY

Page 39: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 36

b) Paralleling Agreement with THESL to allow the Island WTP to operate in a sustained paralleling operational mode (feeding power from the standby generators back into the grid).

3. Facilitate and conduct coordination and design meetings with THESL and City staff. Allow for the number of THESL meetings identified in Section 2.3.

4. Act on the City's behalf for technical and engineering coordination to ensure that the power supply upgrades will meet the future needs of the City.

j. THESL Offer to Connect Development & Execution

1. Develop and provide information requested by THESL which may include, but not be limited to:

a) Architectural Site Plan, Site Servicing Plan, Site Grading Plan b) Shop drawings for Primary Switchgear/Transformer and Secondary Switchboard (if

available) c) Drawings showing locations of onsite cable pits, ducts structure routing, pad-mounted

transformer foundations, cable pull rooms/cable chambers located d) Single line diagram, high voltage and low voltage electrical equipment layout e) Electricity load calculations f) Anticipated electricity load schedule and profile showing incremental peak demand

requested over 5 year period

2. The Vendor shall work with the City and THESL to identify the schedule targets that THESL will aim to meet for completion of their power supply upgrades. The Offer to Connect contract that the City will be bound to, will stipulate a date for when THESL will "Energize the Expansion Work" – at which time the City is in a "realization period" for the load/connection forecasts and power usage commitments.

k. Toronto Hydro Paralleling Agreement Development & Execution

1. As part of the Island WTP Generator Controls Upgrade project, completed in 2017, the City upgraded the controllers which operate the two main facility line breakers (L1 and L2), the Tie breaker (T), and the two standby generator line breakers (G1 and G2). These controllers act together to allow the system to operate in a '100 millisecond closed transition mode' – meaning that if the facility were running on generator power, and transitioned over to utility power, this could be done in a 'bumpless' or seamless transition, without ever losing power, with the potential for feeding generator power back into the grid for no longer than 100 milliseconds. VIEWIN

G COPY

Page 40: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 37

2. The City originally planned to establish a Paralleling Agreement with THESL as part of the Generator Control Upgrades project. An agreement of this type allows a THESL customer to feed power back into the distribution system (thereby designated as a Distributed Generation Facility) for a sustained period of time (i.e., for longer than 100 milliseconds). However, in order for an agreement to be put in place, a number of THESL requirements must be satisfied, the main one being that THESL have the ability to stop the paralleling operation at any time, should they need to do so. This stopping mechanism, referred to as a transfer trip, is typically done by sending a signal to open the primary line breakers to the facility. At the Island WTP, as the main substation switchgear contains switches and not breakers, upgrades would be required to the existing switchgear in order to provide transfer trip capability.

3. During the design of the Generator Control Upgrades project, the City's preference was to avoid modifying the main substation switchgear due to constructability concerns (note that this was prior to the completion of the Water Quality Master Plan, the UV and RMF conceptual designs, and the decision to upgrade the primary substation as part of this assignment). As a result, the City's vendor for the Generator Control Upgrade project (Poulos Engineering Ltd.) developed an alternative transfer trip strategy, which technically satisfied the THESL requirements, however was different from how THESL normally implements a transfer trip. The alternative transfer trip strategy would 'trip' the power control system from 'sustained paralleling mode' into the existing 'closed transition mode', which is the normal operating mode. In reviewing the proposed transfer trip design, THESL noted concerns with the alternative approach, and recommended that THESL's typical transfer trip configuration be used. The City agrees with the recommendation to proceed with circuit breakers in the upgraded 13.8 kV switchgear for primary protection, and to provide THESL with primary breaker status monitoring. A design concept for the paralleling agreement modifications, developed by Poulos Engineering, is included in Appendix E for information only.

4. Review and verify the THESL paralleling agreement requirements with City and Toronto Hydro staff.

5. Complete a Connection Impact Assessment (CIA) if requested by Toronto Hydro or Hydro One, as part of the application process. Include for the effort to complete a CIA in the base scope.

6. Using the Transfer Trip Protection Philosophy document, developed by Poulos Engineering Ltd., as a reference, develop an updated technical memorandum which describes all recommended modifications required for implementing the paralleling agreement for the City's and THESL's review and approval. Incorporate the recommended and approved changes into the design.

7. Provide for all modifications and new equipment required to satisfy THESL's requirements for a Paralleling Agreement including but not limited to: interlock and wiring modifications, SCADA modifications, implementation of a transfer trip, and continuous monitoring of the status of the main breakers.

l. For additional THESL coordination efforts which are over and above the scope described in Section 2, a provisional allowance is provided in Section 5.

VIEWING C

OPY

Page 41: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 38

Onsite Electrical Upgrades Assessment

a. Complete a review of all relevant electrical background documents, including but not limited to:

1. UV CDR Technical Memorandum No. 5 electrical upgrade alternatives and design recommendations

2. Toronto Hydro Technical Memorandum (AECOM, May 26, 2016) (included in Appendix E)

3. Island WTP historical power usage data (to be provided to the successful Proponent)

4. Island WTP Short Circuit and Arc Flash Coordination Study (Eaton, 2012) (included in Appendix E)

5. Transfer Trip for Paralleling Protection Design Concept (Poulos Engineering, January, 2017) (included in Appendix E)

6. Island WTP Generator Controls Upgrade - 4160 V Breaker Controller Operations Manual (Paramount, 2016) (included in Appendix E)

7. Island WTP - Diesel Generator Operating Procedure SOP

8. Diesel Generator Operations Manual and Process Narrative (Poulos/W.S. Nichols)

9. Diesel Generator SCADA Operations document (Poulos/W.S. Nichols)

b. As noted above, the UV CDR was developed for a UV treatment system capable of both UV disinfection and UV AOP modes of operation – installed as a complete system. With the City's decision to implement a UV disinfection system, which is capable of being upgraded to UV AOP capability in the future, the UV CDR Technical Memorandum No. 5 (Power Study) electrical upgrade recommendations need to be reviewed and modified for the reduced power demand required for the immediate upgrade, while also being easily upgradable to incorporate additional power for AOP implementation in the future.

c. Given the scope of the required electrical upgrades to accommodate the additional power requirements, as well as the staging and coordination efforts to maintain an operating facility, the City has elected to proceed with a new primary 13.8 kV substation, which would replace the existing City-owned primary 13.8 kV substation.

d. The new 13.8 kV City-owned substation shall be located in an area adjacent to the existing substation. It shall be fed by two new feeder cables from the Toronto Hydro-owned onsite substation, and shall supply power to the existing 4160 V secondary switchgear located in the Workshop Building. The new 13.8 kV substation would be constructed, commissioned and tested prior to decommissioning the existing 13.8 kV substation. The new 13.8 kV substation shall be capable of being upgraded to accommodate an additional feeder, and a new standby power generation system.

e. Prepare an Onsite Electrical Upgrades Technical Memorandum detailing all new electrical equipment and all proposed modifications to existing electrical system components, including but not limited to the high and medium voltage electrical substations, transformers, switchgear, cabling, metering and onsite electrical power distribution system controls, in order to supply power to the new UV and RMF systems. Update this TM based on the actual power requirements for the pre-selected UV equipment and residuals thickening and dewatering equipment.

VIEWING C

OPY

Page 42: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 39

f. The Onsite Electrical Upgrades TM shall document the following areas including, but not be limited to:

1. Review of conceptual design background documents and facility historical power consumption data (as noted in Section 2.13.17.a)

2. Toronto Hydro upgrade strategy for both the current scope of plant upgrades, as well as future UV AOP power requirements

3. Toronto Hydro requirements

4. Main substation upgrades

5. Secondary substation upgrades

6. Expansion of the electrical distribution system to supply the UV Facility and RMF

7. Paralleling agreement modifications (transfer trip and monitoring system design)

g. Allow for four (4) full-day workshops to review the Onsite Electrical Upgrades TM with the City operational staff, and confirm how the City would like to proceed.

Onsite Electrical Power Upgrade - Design

a. Carry out the design for the onsite electrical power upgrades as defined in the Onsite Electrical Upgrades TM for the current scope of design.

b. Allow for the engineering design and construction effort associated with the upgrades described in the UV CDR TM5 for the Medium Pressure UV reactor option, as well as the replacement of the existing main 13.8 kV substation. The electrical system upgrade design will need to be modified in accordance with the finalized Toronto Hydro Upgrade Strategy power supply requirements. For the purpose of assuming the level of design effort, assume that the onsite electrical power upgrades will include the follow components:

1. Supply the new 13.8 kV substation with two (2) new 13.8 kV underground feeders from the THESL substation located adjacent to the existing City substation. Replace feeders and control cables from/to the new substation, as required; adding/removing unused existing underground cable ducts and maintenance holes to accommodate the new cable arrangement.

2. Install the new 13.8 kV switchgear, housed in a new walk-in enclosure, sized with sufficient room to do maintenance work. Enclosure shall be complete with lighting, ventilation and heating systems to accommodate maintenance access and include a dewatering sump pump and connection to sewer. The new 13.8 kV switchgear shall use circuit breakers as the primary protective device. Conduct an entire plant wide arc flash study and ensure that the hazard rating of the final design is equal to or less than the current hazards. Existing current relays were recently upgraded. Consultant shall confirm that they are able to accommodate new settings.

3. Upgrade the two (2) existing 2,667 kVA 13.8 kV/4160 V transformers with two (2) new upsized 13.8 kV/4160 V transformers that can be expandable with fans (new transformer size to be confirmed as part of the Onsite Electrical Upgrades TM).

VIEWING C

OPY

Page 43: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 40

4. Once the new 13.8 kV main substation is constructed, commissioned and fully functional, decommission the existing main substation and substation yard (including but not limited to the cabling, fencing, gates, gravel base, manholes, concrete pads, and underground ductbanks within the substation footprint), or as agreed to by the City, through the Onsite Electrical Upgrades TM. Restore the site of the existing substation, complete with landscaping, to blend in with the surroundings.

5. New substation design to be fully compliant with THESL's Conditions of Services (latest version available), including all applicable Conditions of Service Reference Documents, and approved by both the City and THESL.

6. Upgrade the cables from the main substation switchgear to the transformers, as required.

7. Upgrade the cables between the 13.8 kV/4160 V transformers and the existing 5 kV Workshop Building switchgear, as required.

8. Include new 4160 V switchgear on the second floor mezzanine of the Workshop Building, as required. This switchgear will be fed from the existing 4160 V switchgear in the Workshop Building. New switchgear is to be tied into the existing standby power system controls as required to ensure existing control functionality also applies to new switchgear.

9. Make all required upgrades/modifications to the existing 4160V switchgear, including but not limited to upgrading the relays.

10. Install new ductbank and cables from the new 4160 V switchgear to the new transformers located within the UV facility and RMF building.

11. UV Facility:

a) Install new step down transformers (exact transformer size to be confirmed), complete with transformer redundancy, inside the UV Facility, as required.

b) Install distribution panels with tie breakers, with each distribution panel wired to each UV power/control panel.

c) Install power/control panels within the UV vault control panel room, with each power/control panel powered from the distribution panel. The power/control panels for the two (2) UV trains in each reservoir cell will be supplied from two (2) different distribution panels to provide a level of redundancy. A UV master control panel (MCP) will also be installed to control the entire UV system.

d) Install cables between each power/control panel within the control panel room to each UV reactor within the UV vault. Bring power for UV disinfection to the UV reactors, while ensuring that all electrical infrastructure (such as cable trays, conduits, distribution panels) are sized for future upgrades for UV AOP (refer to Section 2.3.14.h.3.c).

12. RMF Building:

a) Install transformers, distribution panels, tie breakers, and power/control panels inside the RMF facility as required.

b) Install cabling between panels and equipment, as required.

VIEWING C

OPY

Page 44: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 41

c. Prepare & update facility-wide Master Electrical Single Line Diagrams (SLD's), Master P&ID's, Master SCADA Architecture Drawing, SCADA Inventory (RPU, Servers, Clients, Access Closets) and requirements for control drawings, etc. 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.

d. Prepare and/or update process O&M manuals and SOPs in accordance with the MOECC Environmental Compliance Approval and provide associated training. PCNs, SOPs and O&Ms are also to be updated post-construction to reflect modifications made during the commissioning stage.

e. Prepare Standard Operating Procedures (SOP) documents for the UV and RMF System. Refer to the SOP sample, provided in Appendix E, as an indicator of general format and level of detail required. SOP's are to be prepared prior to commissioning and updated post-commissioning to capture any changes that have occurred.

f. Verify the completeness of the Master SLD, and complete an electrical protection coordination study (Short Circuit and Arc Flash Coordination study) for the entire WTP down to the 600 V level, and as per Appendix A.11.6.

g. On new electrical feed equipment (13.8kV, 4160V, 600V, and 480V), include for Power Quality Meters (PQM) to capture information including: volts, amps, power factors, voltage sags and swells, and harmonics. Ensure that the power quality information from the PQMs is displayed on SCADA and included in WTP power monitoring calculations. New Power Quality Meters (PQM) and Multinet and Multilin equipment is to be General Electric. 4160V Switchgear & Connection to Standby Generator Power:

1. As noted in the UV CDR, the new 4160 V electrical switchgear is to be located in the existing Workshop Building mezzanine area, in the mezzanine space adjacent to the existing 4160V switchgear. This location shall allow for ease of integration and connections with the existing switchgear and standby power systems.

2. Ensure that the electrical upgrades are compatible with and configured to use the recently upgraded power controls. Modify the existing 4160V switchgear access cage to accommodate the switchgear upgrades, if required.

3. Standby power controls are to be configured to provide standby power for UV disinfection operation and for the Residuals Management Facility operation (but not for future UV AOP operation). Perform a full audit of the WTP, including all existing and upgrade power loads, to determine the safe minimum and maximum operating production capacity when operating on the existing standby power supply. Confirm the operational limitations both with and without the RMF systems in operation.

4. Assess the critical loads on the generator and sequencing during generator start-up.

5. Update the existing Island WTP diesel generator SOP to reflect any modifications made under this project and the bumpless transfer project (Poulos/W.S. Nichols). Sequencing of loads/load shedding requirements, if any, shall be included in this SOP. A copy of the bumpless transfer project documentation and the existing SOP are available in Appendix E.

h. Shop drawings are available for the existing 13.8 kV switchgear. Existing as-built drawings are not available for the existing 13.8 kV/4160 V transformers, or cables and ductbanks coming into the main substation, and running from the main substation to the 4160 V switchgear.

VIEWING C

OPY

Page 45: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 42

i. Develop existing condition electrical drawings from the plant substation to the workshop and from the main switchgear to the filter building and raw water buildings. Drawings shall include new, existing (in use and abandoned) cable routing.

Programming & Integration

a. Complete the control system design to meet City of Toronto standards. The PLC, OIT and SCADA programming is to be completed by the Vendor as part of base scope. The Vendor is to have PLC/SCADA programming expertise and to provide 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 PCS standards. The base scope will include, but not be limited to, complete programming services including factory and site acceptance testing, site services during commissioning of programming, and meetings.

b. Consultant to integrate/incorporate the equipment vendor specific PCN into the overall RMF and UV PCN that the Consultant will develop.

c. An equipment vendor shall support a vendor/consultant for the overall project PCS software/hardware coordination.

d. As part of the equipment pre-selection document, ensure that the document includes all the relevant PCS compliance requirements. The selected Equipment vendor shall comply with TW PCS standards (refer to Appendix A.12) and shall support the overall system and to conform to suit the standards and conventions including tagging, documentation, drawings, control system and hardware, RPU/Operator Interface Terminal (OIT) programming, SCADA Programming support, control panel fabrication and OIT.

e. The consultant will be responsible for the overall PCN by incorporating an equipment vendors sub processes PCN into the Master PCN. In the As-Built stage the Vendor shall update the plant's Master PCN with all the relevant new or modified sections.

Constructability

a. The high-level construction staging developed as part of the RMF Phase 2 UV CDR shall be reviewed and further developed as part of detailed design

b. Island WTP Shutdown and Operating Constraints:

Coordination with Operations – To minimize disruption to the facility operations, at a minimum, the following items should be discussed with City staff and addressed in the design:

1. The City has a contractual agreement with Enwave to provide cold water year round to Enwave's downtown-core cooling operations. As the Island WTP is the main facility that can provide consistently low temperature treated water year round due to its deep water intake pipe, it is not able to shutdown for any length of time outside of the winter season.

2. The Island WTP is typically able to shutdown each year for a 6 week period between mid-January and mid-March.

VIEWING C

OPY

Page 46: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 43

3. The duration and start date of the winter shutdown period can only be tentatively confirmed until immediately prior to the shutdown. The 6 week duration cannot be assumed to be flexible, and it is possible that this time period could be shortened. The 6 week duration shall include 2 to 4 days for reservoir disinfection, if required. As always, WTP operations take precedence over capital upgrade projects, and a shortened shutdown period could occur for unforeseen circumstances (such as a water supply emergency, labour disruption, rising lake temperature, etc.). This should be accounted and prepared for as part of the Risk Registrar and Sequence of Construction development and design documents.

4. As noted in the UV CDR, the following reservoir cell shutdowns may occur and should be coordinated and communicated with Enwave at least eight weeks in advance. Each shutdown shall be assessed based on the anticipated water demand and chlorine contact time. Calculations for the chlorine dosing shall be provided prior to the reservoir cell shutdown:

a) Between October 1 and March 31, a maximum of 1 reservoir cell can be offline at a given time.

b) Between April 1 and September 30, no reservoir cells can be offline. The facility must be capable of operating at its rated capacity.

5. The existing electrical power supply, as provided by THESL, must be maintained to the Island WTP at all times. Between October 1 and March 31, only one of the two 13.8 kV/4160V feeders/transformers may be taken offline at a time, for a maximum duration of 3 weeks per feeder. During this time, the entire plant shall be functional and powered by the feeder/transformer that remains online at all times. Between April 1 and September 30, no feeders/transformers can be offline. The facility must be capable of operating at its rated capacity with power supply redundancy in place.

c. The constructability approach and Sequence of Construction of the UV treatment vault and RMF facility, and the interim operating strategies, must be developed around these shutdown constraints, with an emphasis on risks, risk mitigation and backup plans. Review the RMF CDR and UV CDR and develop a Constructability Technical Memorandum for constructing the UV vault within the reservoir during a finite construction window. In addition to item b)1-5 above, the TM is to include details on construction sequencing, anticipated shutdowns, hazards like high groundwater and dewatering effort, construction constraints, mitigation strategies, disinfection, financial impacts to TW, etc.

Poster Boards

a. Develop and print poster boards for the new and RMF facilities highlighting key aspects of the new facilities and treatment processes for both internal and external stakeholders. Poster boards shall include images and descriptive text. Account for a minimum of two draft versions prior to finalizing the content and layout of the poster boards.

b. Update the existing plant poster board in Appendix E to include the new UV and RMF processes.

GENERAL PROJECT REQUIREMENTS

Clauses in this subsection apply to all facilities included in the scope.

Proponents are to confirm on-site to their own satisfaction, both the accuracy of the information provided in the City’s RFP and the current site conditions prior to submission of Proposals. As-built drawings are not to be solely relied upon for design development. The requirement to meet current regulatory codes is considered to be base scope.

VIEWING C

OPY

Page 47: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 44

All proposed works must meet the most recent standards.

All proposed facilities must address current and future operation and maintenance needs.

All existing treatment systems at the plant must be maintained in operation while new facilities and interconnections with the existing facilities are constructed.

Base scope includes all demolition/refurbishment required to accommodate changes within the existing structures/areas to allow work noted in the scope.

All required design work associated with the proposed use of the existing facilities (whether modified or not), preparation of contract documents, tendering, contract administration and inspection are deemed to be included in the base scope.

New roads in the Plant are to be coordinated with the existing road network and Plant requirements.

The consultant shall ensure that all design and construction activities are coordinated with the other active facility projects as required, and will be subject to discussions and reviews by the City.

Operation, access, ergonomics requirements:

a. Ergonomics and maintainability are key concerns for the City. Select and design equipment and equipment layout to ensure these factors are addressed. Wherever possible, locate equipment at elevations where maintenance access points are between average waist and shoulder height. Design work platforms with railings and stair access where equipment is not at an accessible elevation. Provide working space around all equipment that meets or exceeds manufacturer's recommendations. Work with Plant staff to determine their needs and incorporate the feedback into the design. Include for two half-day workshops with the City's ergonomist.

b. Include specific design considerations for ergonomics and ease of access and use during maintenance activities. Include an analysis for potential musculoskeletal disorders (MSDs) related to operation and maintenance activities. Optimize ease of access and travel distances through connecting platforms and stair access points. A copy of the City's Musculoskeletal Disorder Prevention Policy, Policy for Incorporating Occupational Health, Safety and Ergonomics Principles into the Purchasing Process can be found in Appendix E. In addition, conduct an ergonomics workshop with plant staff using 3D BIM model renderings to present issues such as accessibility, location of controls, access for maintenance and removal, crane travel path. Include and define requirements for your project if there is significant new equipment and / or facilities.

The Vendor, and Vendor's sub-consultants, shall not be retained by the General Contractor, Sub-contractors or sub-trades, during the period of this contract.

This project requires development of a fire safety plans in accordance with the City of Toronto Fire Services standard and in line with fire safety plans for existing facilities at the Plant. Coordinate with the Plant Environmental Health & Safety coordinator and with Toronto Fire to develop plans for each new facility, as well as update existing plans for existing buildings which will be modified/impacted by the upgrades.

Workplan - The Vendor will be required to provide a detailed project scope break down work plan and schedule two (2) weeks prior to commencement of work for review and approval by the City. The work plan should be a refinement of the documents submitted in the quotation for this project. The schedule 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.

Schedule - the schedule 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.

VIEWING C

OPY

Page 48: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 45

Decision log – through all phases of the project maintain and update bi-weekly a decision log with, including name of the issue, description on how resolved and the dates when the issue was first discovered and when it was resolved.

Cost estimates – through all phases of the project maintain and update separate capital cost estimates and operating and maintenance (O&M) cost estimates for the UV Facility, the RMF Facility, and the electrical upgrades, for submission as outlined in in the Appendices. As well, provide the City with updated cost estimates at the end of April, for incorporation into the City's annual capital budget plan. Cost estimate to be as accurate as possible given the stage of the project. Assume that this annual (April) submission is separate from the other cost estimate submission deliverables. Cashflow estimates are to be provided on a quarterly basis broken down by capital accounts (UV, RMF and electrical upgrades accounts). Project capital estimates shall accompany all submission phases of the pre-design report and be continuously refined with each detailed design phase submission.

For all technical memoranda and reports (such as the Pre-Design Report) develop a Table of Contents for the proposed document, and submit it to the City for review and approval ahead of the first draft submission.

Due to the size, complexity and duration of this project, the Vendor shall implement an electronic project management information system (PMIS), such as MS Sharepoint. The Vendor is to provide to the City access to the PMIS for all phases of the project and also provide one (1) half day training session to City staff in the use of the portal. The PMIS shall be maintained during design, as well as in construction for collection and tracking of all documents including but not limited to: meeting agendas, presentations and minutes, technical memoranda, shop drawings, change orders, RFIs, schedules, construction photos and logs. The Contractor shall be provided appropriate levels of access – as discussed and confirmed with the City. The Contractor shall also be required to provide their own similar system for shop drawing and RFI submission and reviews. The Vendor will be required to use both systems.

For many projects, the involvement of all appropriate operating staff in the design meetings may not be an effective nor efficient method for obtaining operator input. Include in your work plan for additional design workshops at key milestones to ensure their input is sought at the appropriate time. Include these workshops for each contract identified in the project scope.

Appendices – the requirements for provision of engineering services are 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.

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.

Appendix A.1 – includes the City’s general project requirements for project management and administration procedures.

Specific exceptions/modification to Appendix A.1 include:

a. Additional meetings – in addition to the project meetings required in accordance with Appendix A.1, include for the meetings described below and summarized in Table 2-2

VIEWING C

OPY

Page 49: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 46

1. Five (5) half-day additional annual meetings (for each year of the project, i.e., 2018 and 2019) with the project team. The focus of these meetings will be to address project management issues (scope, schedule, fees), issues resolution, and proactive project planning.

2. One (1) half-day design meeting with the City's CADD staff to ensure a clear understanding of CADD-related requirements, including standards, submissions, etc.

3. Three (3) half-day design meetings with the City's PCS staff to ensure a clear understanding of the City's asset tagging systems and PCS requirements.

4. Two (2) half-day design meetings with the City's electrical engineer(s) to ensure a clear understanding of the City's electrical requirements.

5. Two (2) half-day design meetings with the City's Corporate Security and IT staff to co-ordinate implementation of appropriate security measures into the design of all works and incorporate their review comments. Design standards will be provided by the City.

6. Two (2) half-day design meetings with the City's insurer to identify, assess, and incorporate appropriate measure to mitigate insurance risk to the City and incorporate their review comments.

7. Ten (10) half-day design and coordination meetings with Toronto Hydro staff at THESL's Commissioners Street office location.

8. Each design stage submission as identified in A.8, allow for 1 full day review session at the plant for each submission.

9. One (1) half-day design meeting with project team to review Sequence of Construction Plan

10. One (1) half-day design meeting with City's operational staff to review WTP Shutdown Plan

11. One (1) half-day design meeting with project team to review Commissioning Plan

12. Two (2) half-day meetings with the project team to review the Vendor's proposed construction team staffing plan.

13. At the final completion stage of the Pre-Design Report (draft version) allow for a one (1) full-day workshop and presentation session of the pre-design report and preliminary design to City Staff.

VIEWING C

OPY

Page 50: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 47

Table 2-2 Summary of Project Meetings

Meetings/Workshops with City Staff & Project Stakeholders

Deliverables*

No. of Meetings

Duration (day)

Minimum Staff Required

Design - General Kick-off meeting / Chartering Workshop

Project Charter 1 0.5 PM, APM, DM, Project Sponsor

Additional Annual Review Meetings 10 0.5 PM, APM Staffing Plan Review TM 1 0.5 PM, APM, DM,

Project Sponsor Review of UV and RMF CDRs TM 2 1 PM, APM Building Configuration – Evaluation Criteria Development Workshop

Draft Criteria 1 0.5 PM, APM, DM

Building Configuration - Cost Benefit Findings Workshop

TM & drawings 1 1 PM, APM, DM

Full Property SUE Terms of Reference Review

Terms of Reference

1 0.5 PM, APM

Full Property SUE Findings Review TM 2 0.5 PM, APM Risk Registrar Workshop Risk Registrar

TM 2 0.5 PM, APM, DM, RI

Value Engineering Kick-off Meeting 1 0.5 PM, APM, DM, Discipline Leads

1st Value Engineering Workshop 5 1 PM, APM, DM, Discipline Leads, UV and RMF Specialists, Electrical Specialist, Cost Estimator, Project Scheduler

1st Value Engineering - Report Review

2 1 PM, APM, DM,

2nd Value Engineering Meeting 1 0.5 PM, APM, DM, Discipline Leads, UV and RMF Specialists, Electrical Specialist, RI

2nd Value Engineering Workshop 5 1 PM, APM, DM Value Engineering - Report Review 2 1 PM, APM, DM City's Corporate Security & IT Requirements Review

2 0.5 PM, APM, DM

City's Electrical Standards Review 2 0.5 PM, APM, Electrical Lead

City's Insurer Requirements Review 2 0.5 PM, APM, DM City CADD Requirements Review 1 0.5 PM, APM, CAD LeadPCS Asset Tagging & Requirements Review

3 0.5 PM, APM, I&C Lead , Lead Programmer

Process Control Narrative Workshop 1 1 PM, APM, I&C Lead , Lead Programmer

Alarm Conditioning Review (priority, eOps, iHistorian)

Workshop 2 0.5 PM, APM, I&C Lead , Lead Programmer

VIEWING C

OPY

Page 51: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 48

PCS Compliance Issues for Vendor-Specific Controls

Workshop 3 1 PM, APM, DM, I&C Lead, Lead Programmer

WMS Entity Information Spreadsheet Review

Populated WMS list

1 1.0 PM, APM, DM

Start-up & Commissioning Plan (inclusive of a PCS Transition Plan) Review

Workshop 2 0.5 PM, APM, DM, RI, Lead Programmer

Sequence of Construction Workshop TM 1 0.5 PM, APM, DM, RI PCS 50% Design Review see Appendix

A.12.5.2 1 1 PM, APM, DM, I&C

Lead, Lead Programmer

Constructability Review Kick-off Meeting

1 0.5 PM, APM, DM, RI

Constructability Review Workshop 5 1 PM, APM, DM, RI Constructability Review - Report Review

2 1 PM, APM, DM, RI

Constructability Plan Workshop 1 0.5 PM, APM, DM, RI PCS 70% Design Review see Appendix

A.12.5.3 2 1 PM, APM, DM, I&C

Lead, Lead Programmer

HAZOP Review 3 0.5 PM, APM Workshop with City's Ergonomist See 2.4.10.a 2 0.5 PM, APM Ergonomics Workshop with Plant Staff

See 2.4.10.b 1 0.5 PM, APM

Portal Training Session See 2.4.18 1 0.5 PM, APM Programming/control needs and FAT/SAT requirements review workshop

See 2.4.27.a.4 1 0.5 PM, APM

Toronto Building Site Plan Approval Pre-Consultation Reviews

Site Plan Application

2 0.5 PM, APM

Vendor's Construction Services Staffing Plan Review

TM 2 0.5 PM, APM, RI

Tender Site Meeting 1 0.5 PM, RI Pre-Award Meeting with Lowest Bidder

1 0.5 PM

HACCP Review TM 1 0.5 PM, APM Design - UV Facility UV AOP Upgradability Design Workshop

TM 1 1 PM, APM, UV Process Specialist

Reservoir Condition Assessment TM 1 0.5 PM, APM UV Reactor Preselection Document Development Workshops

Draft Preselection Risk Assessment Document

2 0.5 PM, APM, UV Process Specialist

UV Reactor Preselection Evaluation Review

Evaluation Results

1 0.5 PM, APM, UV Process Specialist

MOECC Consultations 4 0.5 PM, APM, UV Process Specialist

VIEWING C

OPY

Page 52: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 49

UV Instrumentation & Controls TM 1 0.5 PM, APM, UV Process Specialist, I&C Lead

UV Building Superstructure above Vault

TM 1 0.5 PM, APM,Structural Lead

UV Vault Constructability TM 1 0.5 PM, APM,Structural Lead

Pre-Design Report Review - UV PDR (2 Drafts & Final)

3 1.0 PM, APM, UV Process Specialist

Detailed Design Review - UV 50%, 70%, 95%, 100%

4 1 PM, APM, UV Process Specialist

UV PCN Review Workshop PCN Draft 2 1 PM, APM, UV Process Specialist

WTP Shutdown Plan Workshop TM 0.5 2 PM, APM, DM, RI Commissioning Plan - UV Facility TM 2 0.5 PM, APM, UV

Process Specialist, RI

Equipment shut-down/start-up procedures during construction

Workshop 2 1 PM, APM, RMF and UV Process Specialists

Design - RMF Facility Settled Residuals Characterization Testing Program

& TM 1 0.5 PM, APM, RMF

Process Specialist Toronto Water DOS, Harris WTP and Clark WTP Existing RMF System Consultations

3 0.5 PM, APM

Thickening & Dewatering Technology - Evaluation Criteria Development

Draft TM with Proposed Criteria

1 0.5 PM, APM, RMF Process Specialist

Thickening & Dewatering Technology – Cost Benefit Analysis Workshop

TM 2 1 PM, APM, RMF Process Specialist

RMF Chemical Application Review and Treatability Study

TM 1 0.5 PM, APM, RMF Process Specialist

RMF Centrate/Filtrate Stream Disposal Review

TM 1 1 PM, APM, RMF Process Specialist

Thickening Equipment Preselection Document Development Workshops

Draft Preselection Risk Assessment Document

2 0.5 PM, APM, RMF Process Specialist

Thickening Equipment Preselection Evaluation Review

Evaluation Results

1 0.5 PM, APM, RMF Process Specialist

Dewatering Equipment Preselection Document Development Workshops

Draft Preselection Risk Assessment Document

2 0.5 PM, APM, RMF Process Specialist

Dewatering Equipment Preselection Evaluation Review

Evaluation Results

1 0.5 PM, APM, RMF Process Specialist

Pre-Design Report Review - RMF PDR (2 Drafts & Final)

3 1.0 PM, APM, DM, RMF Process Specialist

Detailed Design Review - RMF 50%, 70%, 95%, 100%

4 1.0 PM, APM, DM, RMF Process Specialist

VIEWING C

OPY

Page 53: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 50

RMF Instrumentation & Controls TM 1 0.5 PM, APM, RMF Process Specialist, I&C Lead

RMF PCN Review Workshop PCN Draft 4 1 PM, APM, RMF Process Specialist

HVAC BAS Integration into Existing Plant System

TM 2 0.5 PM, APM, I&C Lead

Commissioning Plan - RMF Facility TM 2 0.5 PM, APM, RMF Process Specialist, RI

Site Plan, Landscaping & Stormwater Management Report Review

TM 2 0.5 PM, APM, Civil Lead, Landscape Architect

Design - Electrical Upgrades Electrical Condition Assessment TM 1 0.5 PM, APM, Electrical

Lead Ground Grid Study TM 1 0.5 PM, APM, Electrical

Lead THESL Upgrades Strategy Workshop TM 2 1.0 PM, APM, Electrical

Lead Onsite Electrical Upgrades Assessment - Operational Review Workshops

TM 4 1.0 PM, APM, Electrical Lead

THESL Paralleling Modifications Review

TM 2 0.5 PM, APM, Electrical Lead

Electrical Equipment Preselection Document Development Workshops

Draft Preselection Risk Assessment Document

4 0.5 PM, APM, Electrical Lead

Electrical Equipment Preselection Evaluation Review

Evaluation Results

1 0.5 PM, APM, Electrical Lead

THESL Coordination Meetings 10 0.5 PM, APM, Electrical Lead

Pre-Design Report Workshop - Electrical

PDR (2 Drafts & Final)

3 1.0 PM, APM, DM, Electrical Lead

Detailed Design Review Meetings - Electrical

50%, 70%, 95%, 100%

4 0.5 PM, APM, DM, Electrical Lead

Commissioning Plan - Electrical Upgrades

TM 2 0.5 PM, APM, Electrical Lead, RI

Consultant Staff - Site Services Plan during Construction

TM 1 0.5 PM, APM

NOTES: 1. PM = Project Manager; APM = Assistant Project Manager; DM = Design Manager; RI = Resident Inspector; TBP = To Be Proposed by Proponent. 2. Meetings/deliverables are not listed in a particular order. Proponents are to propose the order and sequencing of the project components according to the proposed workplan. 3. Deliverables noted are in addition to meeting agenda, presentation slides to facilitate discussion as appropriate, and meeting minutes, which should be provided for all meetings and workshops. 4. A half-day meeting (0.5 days) shall be assumed to be a 4 hour meeting. A full-day meeting (1 day) shall be assumed to be an 8 hour meeting. Meeting times shall be scheduled to accommodate the Island WTP staff core working hours, which are typically from 7:30am until 3:30pm. 5. Proponents are to verify the accuracy of the above list themselves and not hold the City responsible for any errors or omissions.

VIEWING C

OPY

Page 54: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 51

b. Unless otherwise noted, assume that all project meetings shall take place at the Island WTP Administration Building boardroom.

c. Throughout all stages of the project (design, tendering, construction), the Project Manager and/or Assistant Project Manager shall allow for, at a minimum, a weekly 2 hour phone call with the City's Project Manager to provide status updates on project progress.

d. Replace A.1.9.3 with the following: For written documents, the City will provide written comments to each submission in track changes mode within the MS Word document file. For drawings, the City will provide comments to each submission in track changes, pdf file comments or hand written mark-ups. The Consultant shall compile the City's comments and generate a comment tracking log with responses on how the comment was addressed or reasons why it cannot be addressed.

e. Unless noted otherwise, for all technical memorandum and report deliverables allow for two (2) draft version submissions and one (1) final version submission to the City for the City's review and approval.

f. Add Item A.1.11.2.4: Perform QA/QC for all written documents (reports, technical memoranda, etc.) specifically for document 'flow', readability, sentence structure, and clarity. A technical writing specialist should complete this QA/QC review to ensure that no editing, grammar, or spelling mistakes, or un-necessary repetition, are present, and that the document is developed in a concise manner. A technical writing review shall be completed by the vendor on the initial draft and final version of each deliverable prior to submitting to the City.

Appendix A.2 – includes City requirements related to health and safety and designated substances.

Specific exceptions/modification to Appendix A.2 include:

a. Section A.2.1.8: Safety equipment is to be provided by the Vendor, but paid for in accordance with Section 5.

b. Section A.2.2: DSL Management is to be undertaken by the Vendor. The co-ordination of the DSL Sub-Consultant is included in the base scope of work for this assignment (Note qualification requirements for undertaking DSL investigations). Payment for the DSL Sub-Consultant will be in accordance with Section 5.

Appendix A.3 – includes City requirements related to approvals.

Specific exceptions/modification to Appendix A.3 include:

a. Add Section A.3.3.1: (c) Drinking Water Works Permit Amendment and/or Drinking Water Licence Amendment

b. Add Section A.3.4.8.e: Toronto Heritage Department Permit

Appendix A.4 – includes City requirements related to design and drawings standards.

Specific exceptions/modification to Appendix A.4 include:

a. Section A.4.2.1: add item 5. Toronto Water Industrial Facilities Structured Cabling System-Inside Plant (ISP) - Design Guide For Consulting Engineers, Architects & Designers

Appendix A.11 – includes the City's general requirements for Electrical Standards.

Specific exceptions/modification to Appendix A.11 include:

a. Item A.11.6: Undertake the reviews and design identified under Item A.11.6 – Compliance of Electrical Installation in Wastewater Facilities with NFPA 820, for the residuals management facility.

VIEWING C

OPY

Page 55: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 52

b. Item A.11.7: Emergency standby power, as provided by the existing standby generators, shall be available to power the UV disinfection system, as well as the Residuals Management Facility, in the event that emergency standby power is required.

c. Item A.11.6.1.1: The Consultant shall coordinate with THESL to obtain updated utility data based on the design for installation of the new feeders.

d. Note that City electrical staff will not be responsible for inspecting any construction work, and all electrical work must be completed in full compliance with the City's electrical standards.

Appendix A.12 – includes City requirements related to the Process Control System.

Specific exceptions/modification to Appendix A.12 include:

a. Section A.12

1. Undertake separate workshops to develop/review:

a) Process Control Narrative b) Alarm conditioning (priority, eOps, iHistorian) c) PCS Compliance issues for Vendor-specific controls d) Equipment shut-down/start-up procedures during construction e) Constructability Plan f) Commissioning Plan inclusive of a PCS Transition Plan

2. Include for one (1) full day workshop at the 50% preliminary design stage with the Process Control Systems Unit, Operations Staff, and other Stakeholders as required to review the deliverables listed in Appendix A.12.5.2.

3. Include for two (2) full day workshops at the 70% detailed design stage with the Process Control Systems Unit, Operations Staff, and other Stakeholders as required to review the deliverables listed in Appendix A.12.5.3.

4. Include for one (1) full day workshop during the construction stage with the Process Control Systems Unit, Contractor, Operations Staff, and other Stakeholders as required to review design/programming/control needs, and FAT and SAT requirements.

b.

Appendix A.13 – includes City requirements related to the Work Management System Entity Information Worksheet.

Appendix A.14 – includes City requirements related to the Energy Management Plan (EMP).

ENGINEERING STUDIES

Appendix A.6 – includes the City’s general requirements for Engineering Studies.

Specific exceptions/modifications to Appendix A.6 include:

a. Section A.6.5 – Study Report – delete. Preliminary Design studies/assessments, shall be as defined in Section 2.

b. Section A.6.6 – Deliverables – delete. Deliverables shall be as defined in Section 2.

PRELIMINARY DESIGN ENGINEERING SERVICES

VIEWING C

OPY

Page 56: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 53

Appendix A.7 – includes the City’s general requirements for preliminary design engineering services.

a. Specific exceptions/modification to Appendix A.7 include:

1. Section A.7.1.10.2: Revise as follows: "Conduct pre-consultation with the Ministry prior to submitting an application for amendments to the Drinking Water Works Permit and Licence."

2. Section A.7.5.2.15 and A7.5.2.16: Through all phases of the project, maintain and update separate capital cost estimates and O&M cost estimates for the UV facility, the RMF facility and the electrical upgrades. Provide an additional updated capital cost estimate (combined and separated) at the end of April on an annual basis for incorporation in the City's annual capital budget plan.

3. Section A.7.7.1: List of deliverables is to be updated to reflect all Pre-Design deliverables listed in Table 2-4 and throughout the RFP document and appendices.

4. Section A.7.6: Undertake geotechnical investigation as described in Appendix A.7. Engage a geotechnical sub-consultant to carry out soil investigations of the preferred alternative. Develop terms of reference for hiring geotechnical sub-consultant for design and construction phases. Obtain a minimum of three (3) quotations. 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. Payment for the soils investigation sub-consultant will be in accordance with Section 5. Note Constructor status issues outlined in A.7 and comply. As part of the geotechnical investigation, the Vendor shall determine the requirement for hydrogeological investigations that may be required for the design and construction of each project and obtaining approvals - i.e., Permit to Take Water from Regulating Authorities.

5. Section A.7.8: Undertake a subsurface utility engineering (SUE) study as described in Section 2.313. Engage a SUE sub-consultant to carry out the SUE investigations of the entire Island WTP property and survey the existing above ground facilities in order to produce a site plan drawing which is to scale. Develop terms of reference for hiring the SUE sub-consultant for design and construction phases. Obtain a minimum of three (3) quotations. Co-ordinate the work and provide full-time onsite representation to supervise the investigations undertaken by the SUE consultant. These activities are considered as part of the base scope of work. Payment for the SUE sub-consultant will be made from the provisional allowance identified in Section 5. Note Constructor status issues outlined in A.7 and comply. On the site plan drawing identify whether all existing buried utility lines are active or abandoned. Make use of SUE investigations completed in the last 5 years (such those completed as part of the Island WTP HVAC and BAS upgrades and Island WTP UV Conceptual Design).

For the UV Treatment Facility, the preliminary design shall be completed for both the UV disinfection system facility (being constructed as part of this assignment), as well as for the future UV AOP upgrade (to be fully designed and constructed under a future assignment). Both phases of the two stage upgrade, the UV Disinfection upgrade, as well as the UV AOP Upgrade, shall be completed to the preliminary design level of detail, and documented in the Pre-Design Report. Once the Pre-Design Report is finalized, the detailed design will then be completed for the UV Disinfection Upgrade only.

VIEWING C

OPY

Page 57: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 54

Develop two separate UV Treatment Process Narratives – one for the UV Disinfection upgrade, and one for the future UV AOP upgrade mode of operation. Include both narratives as appendices to the Pre-Design Report.

Submit Technical Memoranda (TM) on major project issues prior to preparing the predesign report. Include these TMs in the report appendices and summarize the key elements in the predesign report.

Develop a hydraulic profile of the entire WTP, including the system upgrades.

The consultant shall perform a detailed study of the staffing and training requirements for the new UV, RMF and electrical facilities. Provide recommendation for any addition staffing and training requirements to operate the new and modified treatment processes. The recommendations are to be documented in a Technical Memorandum (TM) and included in the pre-design report.

The City is an industry partner of the University of Toronto's Drinking Water Research Group (DWRG). The DWRG works with partners from industry and government on a wide range of projects related to municipal drinking water. The DWRG (led by Prof. Ron Hofmann) is working with the City to conduct investigations to characterize the City's facility specific waters and consider how these waters would respond to the UV AOP treatment process. The results of these studies will be provided to the successful Proponent upon contract award. An allowance is included in Section 5 for retaining the DWRG for any further investigative or technical support services, as recommended by the Vendor and approved by the City. The DWRG will act as an independent 3rd party resource to the City.

The requirements for performing hydrogeological investigations shall be upon recommendation of the Vendor and approval by the City. Once approval is received from the City, the Vendor is to coordinate the activities of the Hydrogeological sub-consultant, this coordination is considered part of the base scope. The Hydrogeological Investigations and associated report will be paid out of the provisional allowance included in section 5.

It is the City’s intent to preserve as many existing trees as possible however some may require removal to accommodate the excavation for the RMF building and associated utilities. Identify those trees to be removed and provide measures in the design to protect as many trees as possible in the construction area. Coordination and review of drawings with Parks Forestry & Recreation will be required to ensure compliance with City bylaws. Retain a Certified Arborist to determine the condition of the existing trees which may be impacted by the project construction and develop a tree inventory and a tree protection plan in accordance to the City’s Tree Protection Policy and Specifications for Construction Near Trees, if required. The plan as a minimum shall include the inventory of trees to be removed, protected and require pruning. The inventory shall include detail such as size of trunk, drip line, species and health. This information shall be documented in a report and plotted accurately on the general site plan drawing. Implement the recommendations for tree replanting. The fees for retaining a certified arborist will be covered under the Provisional Allowance identified in Section 5.

Comply with A.14 in its entirety and submit an Energy Management Plan (EMP) for this project as described under Appendix A.14.4.1.

Conduct all work required to support an application for the Amendment to Drinking Water Works License and Permit Approval.

Allow for four (4) half-day pre-consultation meetings with the MOECC to discuss proposed system requirements, over the course of the design phase., including but not limited to UV dose requirements for 2-log Cryptosporidium inactivation, drinking water license and permit requirements, etc.. Assume that the meetings will be held at the MOECC Toronto office.

Value Engineering

VIEWING C

OPY

Page 58: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 55

a. As part of the base scope of work, the Consultant is to hire an independent Certified Value Specialist (CVS) and the appropriate independent (not related to Vendor's firm) subject matter experts (SMEs) to conduct a 5 day (8 hours/day) Value Engineering (VE) workshop at the project outset and second 5 day (8 hours/day) Value Engineering (VE) Constructability and Risk Management workshop during the 70% detailed design. 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.

b. The Vendor will subcontract the CVS engineering firm and 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 the CVS engineering firm (independent CVS and SMEs) services.

c. Note that the Vendor of this RFP and any affiliate companies will NOT be eligible to submit proposals for the City's call for an independent CVS and subject matter experts.

d. The Vendor 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.

e. The first VE workshop of the PDR is to be conducted at the end of the pre-design to transfer the knowledge from the PDR, while simultaneously conducting Value Engineering of the PDR. The purpose of this workshop is to identify opportunities for potential cost savings, constructability improvements, risk mitigation, constructability improvements, other project efficiencies and value for the following:

1. Identification of potential improvements and/or alternatives to the proposed design and/or operations that would result in operational efficiencies, and potential capital and/or operational cost savings;

2. Review of the selected major equipment for the technology chosen, optimal number of units, maximum and minimum capacity;

3. Review the new process building size, preliminary layout, UV disinfection and future UV AOP processes, thickening and dewatering processes, maintenance requirements, and failure scenarios;

4. Review capital cost, preliminary operating, maintenance, and asset lifecycle cost included in the Pre-design report using a Net Present Value approach; and

5. Estimate of staffing impacts to the facility for optimal operation and maintenance.

6. The Vendor shall be required to:

a) Produce ten (10) copied of the PDR for submission to the CR team for review, including 3D BIM CAD drawings and the PCN. VIEWIN

G COPY

Page 59: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 56

b) Allow for a four (4) hour kick-off meeting with the CVS Consultant and the City, to be held at the Vendor's office at least two weeks prior to the VE workshop. Include for attendance by the PM, assistant PM, design manager, and discipline leads (structural, process, mechanical, electrical). Record the meeting and issue a record of meeting within five (5) days. At this kick-off meeting, present the highlights of the pre-design to the CVS team, provide all relevant documentation, confirm objectives of the workshop, identify and discuss key project issues, review evaluation criteria, finalize the agenda for the VE workshop and develop the content of the VE team information workbook. The workbook shall contain project specific information including an overview of the VE process, a synopsis of the pre-design report, a summary of the capital works program at the Island WTP, and a detailed agenda for the workshop. The Vendor shall also confirm with the City the list of attendees, date and location for the VE workshop.

c) Provide the agenda, work plan and the VE team information workbook to all VE workshop attendees at least 5 working days prior to the VE workshop.

d) During the workshop, the Vendor shall familiarize the VE team with the site, facilities and constraints.

e) Allow for five (5) working days (8 hours / day) for the workshop. Include adequate senior staff time for the workshop sessions and include, as a minimum, participation of the following team members: project manager, assistant project manager, design manager, discipline leads (architectural, structural, process, mechanical, electrical), UV specialist, residuals specialist, electrical specialist, project scheduler and cost estimator. Include administrative personnel as required to assist with the workshop.

f) After completion of the workshop, review the CVS Consultant's report and provide the City with documented responses to the CVS Consultant's report recommendations in a technical memorandum. Allow for two (2) full-day workshops with City staff to review the CVS Consultant's report comments and the confirm how the comments will be addressed. Document how all CVS Consultant comments are being addressed in a comment tracking log.

g) Participation in the VE workshops, developing a tech memo with recommendations in response to the VE report findings, and meeting with the City to discuss the responses are included in the base scope of work.

h) Incorporating major design changes arising out of the workshop will be paid for from the provisional allowance identified in Section 5.

f. The second VE workshop will occur on the 70% design package and will focus on the constructability of the facilities and risk management and will provide recommendations to enhance the final design package. The Vendor will be required to attend and participate in the constructability review and risk management workshop conducted and facilitated by the CVS Consultant. Opportunities for further potential cost savings and value are also to be identified as part of this workshop and include:

1. Landscaping, architectural, structural, mechanical, electrical, and process control designs including materials of construction;

2. The impact of the proposed construction schedule and sequence on plant operation;

3. Proposed staging strategy, in recognition of constraints and opportunities associated with other capital projects onsite;

VIEWING C

OPY

Page 60: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 57

4. Constructability review confirming that the plant operational capacity meets the Ontario Ministry of Environment (MOE) and City’s requirements during all construction and transition phases;

5. New process building size, layout, UV disinfection process, thickening and dewatering processes, maintenance requirements, and failure scenarios;

6. Confirmation of operating, maintenance, and asset lifecycle cost included in the Pre-design report using a Net Present Value approach

7. Refinement of the risk register focused on construction aspects. Characterization of risks, consequences and likelihoods of happening. Preparation of estimates for base cost and risk components.

8. An analysis of the impact of risk components on schedule; and

9. Cost estimates (capital, operating, maintenance and asset lifecycle using Net Present Value approach). Estimate of staffing impacts to the facility

10. The risk mitigation component of the workshop will identify and analyze each of the following, as a minimum, and expand as necessary:

a) qualitative evaluation of potential risks associated with the design; b) further refinement of the risk factors identified in the RM workbook, in terms occurrence

and consequences, and mitigation measures; c) key project risks and opportunities; d) characterization of risks, consequences and likelihood of occurrence; e) the impact of risk components on project schedule; f) risk of budget overrun and delays; g) risk mitigation measures; h) preparation of a risk register; and i) preparation of separate cost estimates for base and risk components.

11. During this second VE workshop, the Vendor will be required to:

a) Produce ten (10) sets of 70% design submission documents (as per Appendix A.8.5), for submission to the CR team for review, including 3D CAD drawings and the PCN.

b) Allow for a four (4) hour meeting with the CVS Consultant, to be held at the Vendor's office at least two weeks prior to the VE workshop. Include for attendance by the PM, assistant PM, design manager, and discipline leads (architectural, structural, process, mechanical, electrical), UV specialist, residuals specialist, electrical specialist and resident senior site inspector. Record the meeting and issue a record of meeting within five (5) days. At this meeting, present the highlights of the design to the CVS team, provide all relevant documentation, confirm objectives of the workshop, identify and discuss key project issues, review evaluation criteria, finalize the agenda for the VE workshop and develop the content of the VE team information workbook. The workbook shall contain project specific information including an overview of the VE process, a synopsis of the design, a summary of the capital works program at the Island WTP, preliminary identification of risk factors based on the proposed design and a detailed agenda for the workshop. The Vendor shall also confirm with the City the list of attendees, date and location for the VE workshop

VIEWING C

OPY

Page 61: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 58

c) Provide the agenda, work plan and the VE team information workbook to all VE workshop attendees at least 5 working days prior to the VE workshop.

d) During the workshop, the Vendor shall familiarize the VE team with the site, facilities and constraints.

e) Allow for five (5) working days (8 hours / day) for the workshop. Include adequate

senior staff time for the workshop sessions and include, as a minimum, participation of the following team members: project manager, assistant project manager, design manager, and discipline leads (structural, process, mechanical, electrical), UV specialist, residuals specialist, electrical specialist, cost estimator, project scheduler and resident senior site inspector. Include administrative personnel as required to assist with the workshop.

f) After completion of the workshop, review the CVS Consultant's report and provide the City with documented responses to the CVS Consultant's report recommendations in a technical memorandum. Allow for two (2) full-day workshops with City staff to review the CVS Consultant's report comments and the confirm how the comments will be addressed. Document how all CVS Consultant comments are being addressed in a comment tracking log.

g) Participation in the VE workshops, developing a technical memo with recommendations in response to the VE report findings, and meeting with the City to discuss the responses are included in the base scope of work.

h) Incorporating major design changes arising out of the workshop will be paid for from the provisional allowance identified in Section 5.

In addition to standard 2D drawings, the Consultant shall utilize 3D BIM CAD to develop a conceptual model for the electrical, UV and RMF facilities being upgraded under this project, to provide detailed perspective for Plant staff:

a. Utilize 360 degree view camera for all tasks to provide visual view of the existing site condition during workshop and review meeting.

b. The 3D BIM model shall include: detailed structural information in relation to building retrofits and/or new construction; proposed process and mechanical equipment, including piping layouts of minimum 50 mm diameter and overhead cranes; proposed electrical and instrumentation equipment, including main conduit routes, cable trays, and panel locations; and details of access and ergonomic consideration, such as specific dimensions at operational locations.

c. Provide drawings to give City staff a thorough understanding of the facility layout and accessibility. Provide drawings in PDF and CAD formats.

d. Provide the model to the City in a format suitable for viewing with standard 3D viewer software.

Public Consultation

a. The Vendor may be required provide public consultation services for the project and ensure that any legislated requirements are met and/or follow the requirements set out in the Municipal Engineer Association Municipal Class Environmental Assessment. If an Environmental Assessment (EA) is not required, the City may still choose to undertake some form of public consultation, including but not limited to public information sessions, given the magnitude of the project and potential impacts during construction to neighbouring school and roadway access.

b. If Public Consultation support services are required for this project, payment for this effort will be taken from the provisional allowance identified in Section 5.

VIEWING C

OPY

Page 62: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 59

c. If required and requested by the City, the Vendor will need to be able to deliver the following activities but not limited to:

1. The City has a Notification Guideline for Design & Construction Projects (January 2017) which outlines requirements for notifying the public of the type of communications to be delivered in advance of construction work.

2. The City will supply the successful Proponent with notice templates to be issued for any site work (e.g. borehole drilling) and at the pre-construction (3-4 months prior to work beginning and no later than one month before work starts) and construction stages (no less than 2 weeks prior to the start of construction).

3. The successful Proponent will prepare draft notices using the templates provided and provide to the City for their review and approval. Sufficient time must be allowed for the development, revision and completion of all notices.

4. The successful Proponent will be responsible for arranging of printing and delivery of the notices to the local area. The City will arrange and pay for any translation of notices as required.

5. Notices shall be delivered to each residence/building prior to work taking place via Canada Post or door-to-door delivery and email as appropriate.

6. City staff will act as the contact on any notices.

7. The City's Public Consultation Unit can assist in identifying any key stakeholders (e.g. ratepayers, businesses, park user groups) that should be notified.

8. A final copy of the notice must be provided to the City to be posted on the website and provided to 311.

9. The successful Proponent may provide occasional assistance to the City in responding to any public inquiries.

10. Development of a Consultation Plan at the onset of the project.

11. The Plan must include a minimum number of public events – as determined by the City at the time of request.

12. Identification of key stakeholders and management of an email/mailing.

13. Preparation of draft and final notices using templates supplied by the City. The City must approve all notices prior to printing and distribution. Sufficient time must be allowed for the development, revision and completion of all notices.

14. Facilitation support and logistics for public events including arranging for meeting locations, attendance tracking, etc.

VIEWING C

OPY

Page 63: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 60

15. Preparation and production of materials for public consultation activities, including display boards, presentation and feedback forms. Materials for public consultation events should be made available on the website at the time public notice is issued.

16. Preparation of responses to written and verbal inquiries with timely and effective information or action.

17. Coordination and participation in direct stakeholder (one-on-one) meetings that may be needed to address individual interests and construction impacts.

18. Preparation of summary reports and/or minutes for consultation activities that are undertaken.

19. Correspondence with the public and develop and issue responses to written or verbal inquiries.

20. Manage consultation with aboriginal communities as outlined in the City’s guidelines.

21. Preparation of a summary of key issues raised and responses provided in the final study documentation.

d. The Vendor will be responsible for arranging and paying for venues, printing and delivery of notices and consultation materials. Notices must be delivered to properties within the study/subject area via Canada Post or door-to-door delivery and email as appropriate and at least two weeks in advance of a public event or ahead of work taking place.

e. The Vendor's logo can appear on the bottom of the first and last page of Powerpoint presentations and on the study introduction display board only. Reports prepared by the Vendor can display their logo.

f. The City will:

1. Provide templates for advertisements and notices, including a Notification Guideline for Design & Construction.

2. Provide a listing of agencies and utilities to be notified.

3. Provide an aboriginal engagement protocol and list of communities to be contacted.

4. Directly arrange and pay for the placement of newspaper advertisements and translation of notice as required and develop a project web page for the City's website.

g. All media inquiries must be handled by the City. Inquiries should be sent to the City’s Project Manager for response.

h. Accessibility for Ontarians with Disabilities Act (AODA) must be complied with. All public information materials prepared by the Vendor, to be posted on the City's website, must conform with World Wide Web Consortium Web Content Accessibility Guidelines (WCAG) 2.0 Level A in accordance with the AODA Integrated Accessibility Standards. The Vendor must supply the web version of materials (panels, presentation, final reports) in 5 megabytes or smaller PFDs.

DETAILED DESIGN ENGINEERING SERVICES

VIEWING C

OPY

Page 64: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 61

Appendix A.8 – includes the City’s general requirements for detailed design engineering services.

a. Specific exceptions/modification to Appendix A.8 include:

1. Carry out contractor prequalification process.

2. Update the City’s hazard control plans/E2 plans as required for the chemical upgrades completed under this project.

3. Section A.8.3.5: As noted for the Pre-Design, all capital costs are to be submitted as one combined project cost estimate, as well as broken down into the separate cost estimate for the UV Facility, the RMF Upgrades and the Onsite Electrical Upgrades.

4. Section A.8.4.2.2: Develop all P&IDs as smart P&IDs (i.e., data driven drawings / CAD drawings with a back-end database) – including both master P&IDs and project specific P&IDs. Existing P&ID drawing files are not in smart P&ID format, however any impacted P&IDs shall be updated in this format under the base scope of work. Develop the Smart P&IDs using Toronto Water PCS standards P&ID symbols, however the current P&ID symbols are non-intelligent. Non-standard symbols will not be accepted. Smart P&IDs shall be developed to include equipment information for all Entity equipment that would be included in the WMS Entity Information Spreadsheet(as per Appendix A.13.1.3). Equipment information shall include but not be limited to equipment tag, type, application, manufacturer, and model number.

5. Project specific database information and smart P&ID information is to be developed, configured and completed to include the consultant portion fields of the current version of the WMS spreadsheet. The information included in this database development is to be used by the 3D BIM CAD. The WMS spreadsheet is still required as its own separate deliverable but can be populated using the database information from the smart drawings.

6. Add Section A.8.4.2.9: Start-up & Commissioning Plan: Develop and provide a Start-up & Commissioning Plan which, as a minimum, includes the following discussions and descriptions for the major process equipment and their associated systems. The City may decide to provide this document to the Contractor as a basis to work from, if required.

a) Descriptions of how the new systems will be brought online; b) The order of unit process start-up/commissioning; c) Specific unit process commissioning requirements (duration, chemical requirements,

operator involvement, testing); d) Where the unit process inlet/outlet streams will be directed for interim operation,

assuming that the entire treatment train is not commissioned together (i.e., assuming that the thickening process is commissioned before the dewatering process is commissioned)

e) Start-up requirements such as disinfection/leak testing/hydraulic checks for each unit process.

7. Add Section A.8.7.6.6: List of Standard Operating Procedures (SOPs) to be developed during the construction phase. An SOP is to be developed for each major treatment unit process.

VIEWING C

OPY

Page 65: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 62

8. Carry out risk assessment, pre-selection and recommendation of 3 major equipment systems in accordance with A.8, including the preparation of the Pre-selection Risk Assessment document with input from City staff. Although Appendix A.8.8 refers to the equipment pre-selection process being completed at around the 50% design stage, for this project, the equipment pre-selection may be completed as early as the Pre-Design process if beneficial for the project schedule and design process.

9. In lieu of price-based evaluation, the City will require an equipment pre-selection process that is RFP based. Develop, in consultation with the City, the evaluation and scoring criteria. The review process will require extensive effort to develop defensible evaluation analysis by the Vendor.

10. Section A.8.8.5.2: The equipment pre-selection and design documents shall include a hybrid of performance and design specifications, balanced to ensure that the City is confident that the systems proposed by the equipment vendors meet the needs and objectives of the project. The following equipment pre-selection evaluation criteria (at a minimum) shall be considered and incorporated where deemed appropriate:

a) Experience with similar sized installations b) Qualifications of key vendor staff for installation, testing, commissioning, training and

servicing c) Ability of supplier to comply with City's PCS hardware, programming and SCADA

standards d) Ability of supplier to provide and integrate chemical systems with their thickening and

dewatering systems as a turn-key package e) UV AOP upgradability considerations and cost impacts once fully implemented f) Operations and maintenance requirements (cleaning, etc.) g) Warranty and warranty requirements h) Equipment validation requirements i) Criteria for performance guarantee contract j) Ability of supplier to provide a multi-year maintenance service agreement k) Availability and unit pricing for spare parts l) Established local presence for service support and maintained inventory of spare parts m) Capital cost n) Lifecycle cost (20 years) including AOP costs assuming AOP is implemented within

the 20 year lifecycle period. o) Any other criteria that will allow selection of the most cost effective solution.

11. Section A.8.14: Complete Hazard and Operability (HAZOP) Reviews for all major equipment in the following new facilities. Develop a HAZOP technical memorandum to document all review findings and recommendations. Allow for three (3) half-day workshops to discuss the HAZOP review findings.

a) New 13.8 kV electrical substation (switchgear, transformers) and upgraded 4160 V switchgear

b) RMF Building (thickening equipment, dewatering equipment, feed pumps, chemical systems, associated electrical equipment)

c) UV Facility (reactors and associated electrical equipment)

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

VIEWING C

OPY

Page 66: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 63

The architectural design of these new buildings and expansion to existing buildings must match or complement the existing architecture. These new buildings must be integrated and blended to existing and at the same time meeting its primary objective, which is to provide high quality reliable safe drinking water.

Ensure that the new chemical processes meet all the regulatory and codes requirements, and safety requirements. Include in the design, the protective equipment and facilities required for handling the existing and new chemicals. Transportation, bulk storage, safety and ease of handling must also be considered and provided in the design. This includes enhanced system for spill control measures, spill recovery system and containment wall in loading area. Automated system with minimal staff involvement in off-loading capabilities with full environmental protection features must be included in the design. Ensure there are sufficient room for truck turning, loading and off-loading of chemicals.

If the chemical pump skids are going to be provided by the, thickening system or dewatering system manufacturers, as a package system, the manufacturer firms shall be made aware of the City's chemical pump skid requirements (components and programming). Allow for three (3) half-day (4 hour) meetings with manufacturers to explain the City chemical pump skid standard requirements.

Comply with A.14 in its entirety and submit an Energy Management Plan (EMP) for this project as described under Appendix A.14.4.2 through A.14.4.5.

As per the City of Toronto's Wet Weather Flow Management Guidelines, develop a Stormwater Management Report for this project. This report shall identify all stormwater quantity and quality control measures and shall be developed in conjunction with the servicing, grading and drainage designs for the new developments under this project. This report will need to be provided as part of the Site Plan Control application.

Provide proper site drainage for storm water run-off. The site drainage design must have as little impact as possible and to blend into the existing landscape topography. Provide proper catch basins, inlet, outlets and outlet structures to mitigate erosion from storm water run-off.

As per the City's Toronto Green Standard, Version 2.1 (for New Mid to High-Rise Residential and All Non-Residential Development), incorporate all Tier 1 (mandatory) requirements into the new facility designs. Assume that this shall include for provision of a green roof and/or solar panels on top of the new RMF building and/or UV facility, among other requirements, as specified in the Toronto Green Standard.

Utilize 3D BIM CAD for the development of detail design drawings for all parts of the work defined in this RFP. Design will include all structural, process mechanical, building mechanical, instrumentation and electrical discipline design. 3D BIM model scope will include detailed perspective drawings for discipline coordination and City review, and plan and section drawings for tendering.

a. A single database is to be used for both the BIM and the Smart P&IDs.

b. The database is to be dynamically updated when a drawing change is made in the BIM or Smart P&ID.

c. Continually update all new tagged equipment within the BIM so that all physical locations, sizing, physical orientations, views, sections, routings, layouts, tags and WMS fields reflect the final constructed system,

d. Submit final 3D BIM in native CAD file format and neutral CAD file format.

e. Ensure that all intelligence between submitted database, as-built 3D BIM, as-built Smart P&ID when submitted to the City is correct and functioning. No breaks, errors or missing data between the deliverables will be accepted.

VIEWING C

OPY

Page 67: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 64

Develop requirements for construction and other required components, including, but not limited to:

a. Utility relocation and/or protection requirements

b. Preconstruction surveys

c. Permits and approvals

d. Requirements for work plans, method statements, records and reports for all construction operations

e. Design loads and acceptable deformation limits for temporary works

f. Groundwater control and/or dewatering arrangements

g. Erosion and sediment control plan

h. Mitigating measures to reduce environmental impacts

i. Construction instrumentation and monitoring plan

j. Qualifications of contractor's key personnel

k. Management and disposal of excavated material, both native and that modified to facilitate excavation, as well as contaminated and/or hazardous material.

l. Backfill

m. General safety, access and egress

n. Ventilation (including air quality), temporary power supply, water supply, lighting, telecommunications

o. Methodology for testing and commissioning

p. Site clean-up and general restoration

q. Any other items required by the project.

Prepare a Soils Management Plan for review and comment by the City. This Soils Management Plan will identify plans for soils management, disposal and reuse of soils impacted directly through the Construction of the UV and RMF upgrades.

For all new facilities, provide yard hydrants for the building. Develop a fire safety plan for each new building. As part of the fire safety plan, explore different options including, but not limited to, design/selection of equipment with limited use of flammable/combustible products.

Evaluate the need for, and impacts of, dewatering for construction below the water table. Advise the City on the risks and benefits associated with same and make recommendations, describing available methods including well points. Incorporate the City agreed upon recommendations into the contract documents.

Assume that dewatering may be required as a contingency by the contractor. Apply for and provide all necessary service to obtain a Permit to Take Water (PTTW).

Employ "Point Cloud Survey" mapping/imaging techniques for developing existing facility drawings. Payment for use of this survey tool, if required and approved by the City, shall be drawn from the Point Cloud Survey allowance included in Section 5.

Specify, review, and confirm work necessary for the electrical protection co-ordination study that will be produced and performed by the contractor under the construction contract.

At a minimum, undertake separate workshops with City operations staff to develop/review the following submissions

a. Each design stage submission as identified in A.8

VIEWING C

OPY

Page 68: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 65

b. Sequence of Construction Plan

c. WTP Shutdown Plan including a disinfection plan prior to returning post-filtration process tankage back into service

d. Start-up & Commissioning Plan

e. Vendor's Construction Services Staffing Plan

In the tender specifications, describe the required construction schedule and suggested sequence of construction, assuring minimal impact to the plant operations and timelines. Prepare and document a suggested 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, start up and commissioning sequence.

Include specific details with respect to process limitations and constraints such that the contractor has all necessary details to create their own sequence of construction which may be different than the suggested sequence of construction proposed by the Vendor.

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.

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

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

1. Approximate date

2. Duration

3. Approximate active time for the shutdown/isolation

4. Duration of the isolation

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

6. Disinfection approach for post-filtration process tankage

b. The document shall 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.

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.

Identify performance and equipment test requirements that will be imposed on the General Contractor. Discuss with operational staff the feasibility of proposed testing, and ensure all provisions are in place within the contract to permit testing and tie-ins to the existing, operational equipment.

VIEWING C

OPY

Page 69: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 66

The City wishes to prequalify General Contractors and mechanical, electrical sub-trades prior to tendering. Follow the requirements of Appendix A.8. All contractors and sub-trades will be pre-qualified using the same call document.

It is the City's intent 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, review the construction sequencing in detail 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. Prepare a separate site plan, 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. As part of the Sequence of Construction workshop with City staff (and others identified by the City) obtain input on other construction projects and their phasing. Incorporate this feedback in the Sequence of Construction TM and Construction Site Plan, outlining the project overlaps and prepare recommendations to avoid or mitigate Constructor status, including staging options within this and other contracts.

Process Control System Requirements:

a. 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 to be populated by the consultant with design data. Refer to Equipment and Data Tagging Standards for physical tag list templates.

b. 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.

c. Populate Entity Information Spreadsheet (WMS list) with all design data. The populated WMS list is 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.

d. A new PCN shall be developed for the entire RMF, including both the existing RMF Phase 1 upgrades processes as well as the new RMF Phase 2 upgrades processes.

e. A new PCN shall be developed for the UV Disinfection treatment process.

f. A new PCN shall be developed for the disinfection CT calculator to incorporate modifications to the chlorine CT calculator and the total disinfection calculation incorporating both UV and chlorine disinfection achievements.

g. All new PCNs shall be developed in compliance with the PCS Guidelines - Process Control Narrative specification. A sample PCN has been included in Appendix E.

VIEWING C

OPY

Page 70: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 67

h. Allow for a minimum of six (6) full-day PCN review workshops with City staff. It is anticipated that two and four review workshops will be required for each of the UV Facility and the RMF PCNs, respectively. For each PCN review workshop, provide the draft PCN document at least 2 weeks ahead of the workshop for City review ahead of time. At the workshop, provide a presentation to City operations and PCS staff to walk through the PCN and gain feedback on the PCN document details, the proposed SCADA screen alterations and the FAT and SAT test plan documents (all of these documents should be developed and reviewed concurrently). PCN development will continue in an iterative update process until the City is satisfied with the level of detail.

i. No programming shall begin until the PCN workshops have taken place and the PCN document is in its finalized state for programming – as reviewed and confirmed by the City.

j. The Vendor shall ensure that all programming changes and modifications that take place during the programming, integration and commissioning shall be thoroughly documented and fully incorporated into the final PCN document provided to the City.

k. Assume that the PCS guidelines and standards will apply to all new equipment PLCs, without exception, when estimating the level of effort for design.

l. The City's objective is to have PCS compliant hardware and software wherever feasible and to ensure, if possible, that all such hardware and software has equipment representatives in Ontario that can provide maintenance and replacement parts as necessary. It is also recognized that some equipment suppliers 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 equipment supplier, refer to the requirements listed in Appendix A.12.3.4.

Following completion of the tender period, prepare Issued For Construction drawings and specifications, which incorporate all changes made in addenda into the Tender Ready drawings and specifications, for issuing to the City and the General Contractor, as per Appendix A.8.13.8.

Develop and provide a series of large wall-mounted graphic information panels for both of the new facilities (one set for the UV facility and another set for the RMF facility) which describe the new processes and features of the new buildings. Panels shall be mounted within a designated gathering area within each of the two facilities and shall be used to facilitate tours. Panels shall highlight treatment process and green infrastructure features.

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

Identify performance and equipment test requirements that will be imposed on the General Contractor. Discuss with operational staff the feasibility of proposed testing, and ensure all provisions are in place within the contract to permit testing and tie-ins to the existing, operational equipment.

SERVICES DURING CONSTRUCTION

Appendix A.9 – includes the City’s general requirements for services during construction and commissioning are included in Appendix A.9.

a. Specific exceptions/modification to Appendix A.9 include:

VIEWING C

OPY

Page 71: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 68

1. Item A.9.11.4: Allow for five training sessions for the UV facility and five training sessions for the RMF facility, to be completed by the Vendor (as retained under this RFP). Assume that each session will be at least 2 days in length for a total of twenty (20) full-days of training. Training sessions shall be on separate non-consecutive days to accommodate staff shift schedules.

2. Training of the plant operating staff of the new facility and equipment is a joint responsibility of the consultant, general contractor (GC) and his/her sub-contractors and equipment suppliers and the City. In addition to the training requirement specified in the PCS implementation manual, the consultant shall arrange with the GC and his/her sub-contractors or equipment suppliers to provide five (5) sessions on the operation of each process/equipment to the plant operation staff, and three (3) sessions of the same training with the addition of equipment/system maintenance to the plant maintenance staff. All trainings to be provided by a certified and qualified trainer. The consultant to ensure that all training materials to be handed to plant staff be submitted to the City’s Project Manager two weeks prior to the scheduled training date. The consultant to ensure that the equipment suppliers supply 30 hardcopies and one CD/USB copy of the training materials. The consultant must attend and oversee each and every training session on site and to address any concerns that arises in the training sessions. During construction, the consultant will also be responsible for overseeing equipment supplier training of City staff as part of the start-up planning, including providing systems training on the functioning of the unit processes and treatment system as a whole. The consultant shall clearly define the content of the training and the City’s requirements as outlined in the RFP Appendix in the contract document and specifications and ensure it is executed. All training materials must be submitted in hardcopies (30 copies) and on CD to the City’s Project Manager 2 weeks prior to the training. Assume 5 sessions of training designed for the plant operation staff for each process, and 3 session of training designed for the plant maintenance staff for each process. Training sessions will be delivered between the hours of 7am and 3pm. All training to be completed during the start-up/testing phase of the project.

3. The dedicated project Contract Administrator may act as the project Field Ambassador. In this case, all Field Ambassador requirements specified in A.9.22 shall apply to the Contract Administrator.

4. Section A.9.12.4: Add "A provisional allowance is included in Section 5 to cover the travel and accommodation costs for two City and two Vendor staff to attend the FAT sessions at the equipment manufacturer's facilities. Time required to attend the FAT sessions shall be included for in the base scope proposal fee."

5. Section A.9.19: Provide the City with the complete set of For Construction Drawings within one (1) month of the Tender Closing Date, and prior to Contract Award. Include the effort for completing the For Construction Drawings in the Detailed Design or Tendering Support Services effort – and not in the Construction Services effort.

b. Additional requirements to Appendix A.9 include:

VIEWING C

OPY

Page 72: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 69

1. Add Section A.9.11.8: Ensure that Operations training sessions allow for staff to receive MOECC Approved Drinking Water Operator CEUs (O.Reg. 128/04). Vendor shall provide a sample SOP and Operations manual section to establish a minimum base scope for obtaining MOECC/Ontario Water Wastewater Certification Office (OWWCO) 'director approval' for the training. Vendor shall coordinate the training approvals application.

2. Provide project management, office staff, resident contract administration and 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 30 month (130 weeks) construction period.

3. The following staff will comprise the 100% dedicated onsite resident inspection and contract administration team who will deliver the services included in Appendix A.9.8 – Resident Staff Engineering Services During Construction. These staff are to be 100% dedicated to this project (50 hours per person per 5 day week) and shall not split their time with other City projects.

a) One resident Senior Site Inspector / Contract Administrator (130 weeks, 50 hours per week)

b) One resident Rotational Intermediate Discipline-Specific Site Inspector (civil/structural, mechanical/process, or electrical) (130 weeks, 50 hours per week)

4. Over the course of the construction period, the Intermediate Site Inspector position shall be consistently filled by a discipline-specific Inspector who is qualified to inspect the construction work taking place. For example, when the majority of the work is structural and civil work, the Intermediate Site Inspector position shall be filled by the Intermediate civil/structural Site Inspector proposed for this project. Similarly, whenever electrical work is being completed, the Intermediate Electrical Site Inspector shall be onsite to inspect the work. There will be times when multiple discipline-specific inspectors will be on-site at the same time, the City has accommodated for this scenario by providing a separate allowance in Table 5-1.

5. At the end of design and during tendering, the proposed staffing shall be detailed in the Construction Services Staffing Plan and provided to the City for review and approval. Allow for two (2) half-day meetings with City staff to review and finalize the proposed Construction Team.

6. For the Senior Site Inspector / Contract Administrator, and the Intermediate Discipline-Specific Site Inspector staff, the City expects that these three individuals will make up the core dedicated onsite team for the full duration of the construction period. The City has included a cash allowance to cover the labour for these two core dedicated onsite positions, to be drawn from based on the staff hourly rates proposed by the Vendor in their proposal.

7. Resident Site Inspection staff hours allocated above, do not include for office engineering services (such as shop drawing review, RFI/change order preparation), project management, or general office administration services required to support the project during the construction phase.

8. In addition to the Resident Construction Team, the Project Manager shall attend all progress meetings with the City and Contractor.

VIEWING C

OPY

Page 73: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 70

9. For each piece of complex process equipment, allow for five (5) shop drawing submission reviews as part of the shop drawing review process, as a minimum. These equipment items are as follows:

a) UV reactors and associated systems (such as panels, instrumentation, cleaning system)

b) Electrical switchgear (all units and voltage levels; high, medium, etc.) c) Transformers (all units and voltage levels; high, medium, etc.) d) Residuals thickening system and associated systems e) Thickening system feed pumps f) Residuals dewatering system and associated systems g) Dewatering system feed pumps h) Sludge conditioning systems (each system)

10. In addition to the SOPs and process training, coordinate and provide process equipment operation training for each unit process, including but not limited to the following:

a) UV disinfection equipment and associated systems b) Chemical dosing skids and storage tanks c) Residuals thickening process d) Sludge feed pumps and storage tanks e) Residuals dewatering process f) Upgraded and new electrical equipment (switchgear, transformers, etc.) g) SCADA upgrades h) BAS systems

11. Coordinate commissioning for the following major systems, at a minimum:

a) UV disinfection system b) Residuals thickening process including associated chemical systems, pumps and

storage tanks c) Residuals dewatering process including associated chemical systems, pumps and

storage tanks d) Upgraded and new electrical equipment e) Toronto Hydro electrical feeder upgrades f) SCADA upgrades g) BAS systems

12. The Vendor shall complete the programming, testing and commissioning of PLC / OIT / SCADA as the system integrator and coordinate with the contractors.

Include for preparation of terms of reference for the provision of specialty testing/inspection services for the following: Granular Material, Welding and Structural Steel, Asphalt and Membrane Testing, Elastomeric Bearing Testing during construction that are not provided for in Appendix A.9. The City will procure and pay for the services separately.

Include for transporting all Vendor staff directly to and from the Island WTP facility, over the duration of the construction period. If a vehicle is used for transporting purposes, coordinate with the City Toronto Water and Parks & Recreation staff to obtain overnight parking approval for the Ward's Island ferry dock parking area.

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 5.

VIEWING C

OPY

Page 74: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 71

In addition to the as-built drawing requirements of A.9, provide the following:

a. Update the facility’s master Process and Instrumentation Diagram (P&ID) and PCN to reflect the changes to the facility as a result of this assignment.

b. Update the facility’s master Single Line Diagram (SLD) and electrical control schematic diagrams.

c. The City will provide the master P&ID drawings for the facility. Specify in the contract documents, that the contractor complete red line mark ups of the facility master P&ID as part of the work.

d. Drawing requirements are in accordance with the provisions of A.9.

e. Submit project specific database information in spreadsheet format. Database information is to exactly match data that is within the smart P&IDs and 3D BIM.

f. Update project specific smart P&IDs and database to include all red lined changes from construction

g. Submit as built drawing smart P&IDs in native CAD format and neutral file format and database in spreadsheet format. All submissions to be updated with red lined changes.

h. Update all master P&IDs and develop, configure and complete a database to include all consultant portion fields of the WMS spreadsheet for all drawings impacted by the scope of work to be new smart P&IDs. Smart Master P&IDs and database in spreadsheet format are to be submitted to the Toronto Water PCS unit.

i. Drawings that are impacted by the scope of work but include existing equipment that are not modified under the scope of work, shall also be included as part of the smart P&ID upgrade and be included in the development, configuration and completion of the database.

SERVICES DURING TESTING AND COMMISSIONING

Appendix A.9 – includes the City’s general requirements for site services during testing and commissioning.

a. Additional requirements to Appendix A.9 include:

1. Coordinate with Plant Operations staff to ensure that at no time an upset or interruption to the Plant treatment process is incurred. The treatment process shall maintain priority over commissioning.

2. Monitor the activities of the Contractor for compliance with the City's vibration and noise By-laws, and with the settlement limitations of the construction contract, and report any exceedance to the Contractor and the City immediately, along with instructions in writing to resolve the problem. The specialized vibration sub-consultant (or specialized in-house staff, as the case may be) used to provide vibration consulting services during design shall review the vibration monitoring activities and reports during construction.

3. The City’s general requirements for site services during testing and commissioning, unless otherwise stated, are included in Appendix A.9. 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.

VIEWING C

OPY

Page 75: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 72

4. As system integrator, the Vendor shall comply with Toronto Water PCS standards with respect to the work procedures of data release, and the programming lockdown procedure during commissioning.

5. For the UV and RMF facilities and electrical upgrades, assume that each major unit process, in addition to the requisite FAT and SAT, will undergo a five (5) day start-up test (wet-test, as applicable) followed by a thirty (30) day performance test.

6. The commissioning specialists shall oversee the Contractor for all onsite testing and commissioning.

7. In addition to resident services previously defined, provide discipline-specific dedicated onsite commissioning specialists as follows:

a) Provide a UV treatment commissioning specialist for a minimum of thirty (30) days onsite for commissioning of the UV facility.

b) Provide a residuals treatment commissioning specialist for a minimum of thirty (30) days onsite for commissioning of the RMF facility.

c) Provide an electrical commissioning specialists for a minimum of thirty (30) days onsite for commissioning of the electrical upgrades.

8. Monitor and assess the overall performance testing of the new processes and prepare a report evaluating the test results.

9. Commissioning specialists shall oversee the following testing and commissioning phases:

a) Start-up Testing – typically completed by the manufacturer to confirm proper installation and controls

b) Functional Testing – ensures that normal and non-standard operation and controls are functional; verifies control algorithms

c) Performance Testing – checks parameters such as power consumption, capacity, headloss, treatment performance and effluent quality.

d) Operations Testing – system is operated in automatic mode by City operations staff; only minor modifications allowed to correct issues; significant changes require testing period to start over.

POST CONSTRUCTION SERVICES

Appendix A.10 – includes the City’s general requirements for post construction services are included in Appendix A.10.

Specific exceptions/modification to Appendix A.10 include:

a. The requirement to submit updated As-Built documentation includes all construction drawings, PCNs and Operation Manuals. All updates shall be submitted to the City to reflect changes during the post-construction period.

b. Provide 3D model drawings/renderings for the as constructed facilities.

The Vendor shall carry out a Hazard Analysis Critical Control Points (HACCP) review of the new UV and RMF facilities after the upgrade work is completed and commissioned. As a minimum the HACCP shall include:

a. Construct flow diagram (Create a diagram that covers all steps of the operation including steps preceding and following the specified operation)

VIEWING C

OPY

Page 76: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 73

b. On-site confirmation of flow diagram (Determine that the flow diagram is aligned with actual operations)

c. Conduct Hazard Analysis (for all general categories including determining the level of risk)

d. Identifying Critical Control Points (CCP)

e. Establishing critical limits for preventative measures

f. Procedures to monitor CCP's

g. Establishment of corrective actions

h. Establishment of procedures verifying that the HACCP system is working

i. Defining and establishing procedures for record keeping system.

At the request of the City, provide additional O&M training and support (i.e., re-fresher training sessions) to facility/City staff, subsequent to initial training activities under previous phases. The re-fresher training sessions will be paid for using the provisional allowance included in Section 5.

Provide on-site operating assistance to City staff to expedite the learning process and reinforce operating methodologies. Allow for five (5) full-day site visits by the commissioning specialist and process lead to provide City staff with operating assistance and troubleshooting support. Site visits may not be on consecutive days.

Coordination of services required in connection with construction performed and equipment supplied by the owner.

Finalize all Standard Operating Procedures (SOPs) and PCNs, incorporating any changes which may be required .

Consultant's Final Process Operations Manual (including PCN and SOPs) must incorporate all changes made during commissioning as well as any changes made while addressing deficiencies. Final submission must reflect as-built conditions.

The requirements to submit updated As-Built documentation includes all construction drawings, Operation and Maintenance Manuals, PCNs and SOPs. All updates shall be submitted to the City to reflect changes during post-construction period.

SUB-SURFACE INVESTIGATION

Refer to Appendices A.7 and A.8.

SUMMARY OF PROJECT SUBMISSIONS

Table 2-4 includes a summary of major project submissions. The Proponent should note that other deliverables are also required, as specified within this document.

The City will provide written comments to each submission in track change mode within the MS Word document file. For drawings, the City will provide comments to each submission in track changes, pdf file comments or hand written mark-ups. The Vendor shall compile the City's comments and general a comment tracking log with responses to each comment, in writing, indicating clearly how the comment has been addressed / incorporated, whether more information is required, or provide reasons why the comment has not been incorporated.

VIEWING C

OPY

Page 77: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 74

Table 2-3 Major Project Submissions

Submission Versions Number of Hard Copies

Soft Copy+MS Word (pdf,

docx) Engineering Studies

Review of UV and RMF Conceptual Designs Technical Memo (TM)

2 Draft, 1 Final Yes

New Building Configuration Cost Benefit Analysis TM 2 Draft, 1 Final Yes

Settled Residuals Testing & Characterization TM 2 Draft, 1 Final Yes

Residuals Thickening & Dewatering Technology Selection Analysis TM

2 Draft, 1 Final Yes

RMF Chemical Application Review TM (see 2.3.10.e) 2 Draft, 1 Final Staffing Plan TM 2 Draft, 1 Final Yes

Electrical Condition Assessment 2 Draft, 1 Final Yes

Ground Grid Study TM (see 2.3.11.g) 2 Draft, 1 Final

Reservoir Condition Assessment 2 Draft, 1 Final Yes

Onsite Electrical Upgrades Assessment 2 Draft, 1 Final Yes

HVAC BAS System Integration TM (see 2.3.14.d.8) 2 Draft, 1 Final Yes

Landscaping Enhancements TM (see 2.3.14.d.15) 1 Draft, 1 Final Yes

UV Reactors TM (see 2.3.14.f.5) 2 Draft, 1 Final Yes

UV CFD Modelling TM (see 2.3.14.f.9) 2 Draft, 1 Final Yes

Chemical System Location Assessment TM (see

2.3.14.i.10)

2 Draft, 1 Final Yes

UV Performance Testing TM (see 2.3.14.j.3) 2 Draft, 1 Final Yes

E2 Plan Assessment and Development (see 2.3.15.d.7) 1 Draft, 1 Final Yes

RMF Chemical Mixing CFD Modelling TM (see 2.3.15.d.8) 2 Draft, 1 Final Yes

RMF Centrate/Filtrate Disposal TM (2.3.15.e.3) 2 Draft, 1 Final Yes

RMF Performance Testing TM (see 2.3.15.f.2&3) 2 Draft, 1 Final Yes

Toronto Hydro Paralleling Agreement Implementation TM

(see 2.3.16.k.6)

2 Draft, 1 Final Yes

Constructability TM (see 2.3.20.c) 2 Draft, 1 Final Yes

Geotechnical Investigation Report 2 Draft, 1 Final Yes

Subsurface Utility Investigation Terms of Reference 1 / stage Yes

Subsurface Utility Investigation Award Recommendation 1 / stage Yes

Subsurface Utility Investigation Report & CAD drawing(s) 2 Draft, 1 Final Yes

Pre-Design

VIEWING C

OPY

Page 78: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 75

Pre-design Report (70%, 95%, 100%) 1 / stage 6 (Final only) Yes

Designated Substances and Asbestos Survey Report 1 3 Yes

Soil Investigation Report (100%) 1 3 Yes

Energy Management Plan (Pre-Design) 1 Yes

Process Narrative 2 Draft, 1 Final Yes

Geotechnical/Hydrogeological Investigation Report(s) 1 3 Yes

Risk Registrar 2 Draft, 1 Final Yes

VE CVS Report 2 Draft, 1 Final Yes

VE TM (see 2.6.12.e.6.f & g) 2 Draft, 1 Final Yes

Second VE CVS Report 2 Draft, 1 Final Yes

Second VE TM (see 2.6.12.f.11.f & g) 2 Draft, 1 Final Yes

Detailed Design

HAZOP Review TM (see 2.7.1.a.11) 2 Draft, 1 Final Yes

Stormwater Management Report (see 2.7.7) 2 Draft, 1 Final Yes

Noise Study (100%) 1 6 Yes

Tender Drawings (50%, 70%, 95%, 100%) 1 / stage 6 Yes

Tender Documents and Specifications (70%, 95%, 100%) 1 / stage 6 Yes

Pre-start Health & Safety Report at the end of detailed

design phase

2 Draft, 1 Final 6 (Final only) Yes

PCS Technical Memorandum 2 Draft, 1 Final 6 Yes

Process & Control Narratives (50%, 95%, 100%) (pre and

post commission: RMF PCN, UV PCN, UV AOP

Operation PCN, Updating Master PCN, Disinfection CT

Calculator PCN, Incorporation of Vendor PCN's, HVAC

BAS PCN, etc.)

1 / stage/PCN 6 Yes

Energy Management Plan (50%, 70%, 100%) 1 / stage 6 (Final only) Yes

Performance Testing Plan 2 Draft, 1 Final 6 (Final only) Yes

Arc Flash Coordination Study 2 Draft, 1 Final 6 (Final only) Yes

Sequence of Construction & Staging Plan (50%, 70%, 95%, 100%)

1 / stage Yes

PCS Transition Plan TM 1 / stage Yes

Sequence of Construction (70%, 95%, 100%) 1 / stage Yes

WTP Shutdown Plan (70%, 95%, 100%) 1 / stage Yes

Commissioning Plan (70%, 95%, 100%) 1 / stage Yes

Construction and Post-construction

VIEWING C

OPY

Page 79: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 76

Pre-start Health & Safety Report prior to commissioning 2 Draft, 1 Final 3 Yes

Training Materials 2 Draft, 1 Final 20 (Final only) Yes

Commissioning Plan (Final) 2 Draft, 1 Final 3 Yes

Vendor's Process Operations Manual (75%, 90%, 100%) 1 / stage 6 (Final only) Yes

As-Built Drawings 2 Draft, 1 Final 3 Yes

Standard Operating Procedures (SOPs) – pre and post

commissioning

1 / stage 6 Yes

CITY DEFINED ALTERNATIVES (not used)

ALTERNATIVES SUGGESTED BY PROPONENT

The City is interested in innovative solutions and will consider alternative approaches in the execution of the project.

Alternatives presented by the Proponent, but not specifically requested by the City, will be evaluated in accordance with Section 3.4.12.

Any alternative proposed must be of sufficient detail to allow the City to understand the merit(s) of the alternative and 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.

VIEWING C

OPY

Page 80: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 77

PROPOSAL SUBMISSION SUBMISSION OVERVIEW

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.

Proposals are expected to address the RFP content requirements as outlined herein. The Proposals should be well ordered, detailed and comprehensive. Clarity of language, adherence to suggested outline, and adequate accessible documentation is essential to the City’s ability to conduct a thorough evaluation. General marketing and promotional material will not be reviewed or considered.

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.

PROPOSAL DOCUMENTATION

The documentation for each Proposal:

a. Must be submitted in a sealed envelope or container (submissions made by fax, telephone, or electronic message 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 six (6) full copies and one pdf version of:

1. A Main Proposal Document as described in section 3.4, including all attachments (Mandatory); and

2. 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 C (Mandatory)

3. Completed Non-disclosure Agreement Form (Mandatory)

Note: Forms 1 and 2 are provided in Appendix C.

c. Must not include:

1. Any qualifying or restricting statements.

2. Exceptions to the terms and conditions of the RFP that have not been approved through addendum; or

3. Additional terms or conditions.

d. Must be completed and signed in a non-erasable medium.

e. Proponents must have attended the mandatory site information meeting as per Section 1.6.

VIEWING C

OPY

Page 81: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 78

The Cost of Services Proposal must be submitted separately in a sealed envelope, as part of the two-envelope process. Refer to Section 5 regarding the Cost of Services Proposal. Inclusion of pricing information in the Technical Proposal will render the Proposal submission non-compliant.

PROPOSAL DELIVERY

Must be delivered no later than the Closing Deadline to:

Chief Purchasing Official

Purchasing and Materials Management Division

18th Floor, West Tower, City Hall

TORONTO, ON, M5H 2N2

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.

TECHNICAL PROPOSAL CONTENT The Technical Proposal should contain the following items.

Title Page

a. Showing RFP number, closing date and time, Proponent's name, address, email address and telephone number.

Letter of Introduction

a. Introducing the Proponent and signed by the person(s) authorized to bind the Proponent to statements made in the Proposal. The letter should be signed by the person signing the submission forms. Provide details for a contact person who will act as the Proponent’s representative for post-submission communications.

Table of Contents

a. Include page numbers, identifying all submitted materials.

Format

a. Subsections 1 through 8 should be limited to 30 pages, minimum 10 point form, double sided preferred. Schedules, graphical displays, and time-task charts may be provided on 11 x 17".

Subsection 1 – Executive Summary

a. Summary of corporate experience

b. Summary of organizational chart and project team

c. Summary of understanding and approach

d. Summary of work plan and deliverables

VIEWING C

OPY

Page 82: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 79

e. Summary of schedule

Subsection 2 – Proponent's 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, if any.

b. Proponents should have staff and organization to support the project which is located within the Greater Toronto Area, adequate to ensure their ongoing ability to deliver and support the project over the period of the assignment.

c. To be evaluated fully as a viable and sound enterprise, the Proponent should include the following information, 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 evaluation.

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.

e. Provide a profile and summary of corporate history including:

1. Date company started

2. Products and/or services offered

3. Total number of employees

4. Major clients

5. A profile and summary of corporate history of any subsidiaries and affiliates and the nature of the Proponent’s relationship to them (i.e., research, financing and so on).

6. 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 Subsection 2 for each such subcontractor or other entity, will not be awarded full marks during the evaluation.

7. Where the Proposal is being presented by a consortium, provide a summary of the working history of the consortium firms.

f. Corporate Experience

1. Experience in Multidisciplinary Projects

Proponents should demonstrate sufficient project experience in the following specific areas:

a) Multidisciplinary project delivery as the prime Vendor, preferably for three (3) projects at least $30M in capital costs each and preferably involving design and construction of retrofit upgrades of existing drinking water treatment facilities (>50 MLD) commissioned within the last ten (10) years.

VIEWING C

OPY

Page 83: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 80

b) Multidisciplinary project delivery as the prime Vendor, preferably for three (3) projects at least $10M in capital costs each, involving design and construction of drinking water residuals treatment systems involving thickening and mechanical dewatering processes in a drinking water treatment plant commissioned within the last fifteen (15) years, where the residuals management facility has a design loading rate of >300 kg/day.

c) Multidisciplinary project delivery as the prime Vendor, preferably for three (3) projects at least $10M in capital costs each involving retrofit design and construction of UV disinfection and UV AOP treatment systems at a drinking water treatment plant which treat surface water, commissioned within the last ten (10) years, where the UV system has a firm design capacity of >50 MLD.

d) Multidisciplinary project delivery as the prime Vendor, preferably for three (3) projects involving design and construction of new high voltage electrical substation, at least $10M in capital costs each, commissioned within the last ten (10) years.

e) Design and construction contract administration of large and complex refurbishment of existing infrastructure, with preference for those of similar capacity and complexity to that of the Island WTP.

f) Pre-selection of custom mechanical equipment, with preference for UV reactors, drinking water residuals thickeners and dewatering systems of similar capacity to that of the Island WTP.

g) Cost estimating and cost-benefit analysis. h) Construction schedule analysis and mitigation. i) Construction management within an operating drinking water treatment plant,

preferably for projects of at least $30M in capital costs completed within the last ten (10) years.

j) Coordination of multiple large (similar size to this project) complex construction projects occurring in near proximity.

2. Staff Management Experience of Relevant Projects

a) Within the last ten (10) years, list three (3) projects with details as to size, location, owner, and names of the consultant staff that managed these projects, to demonstrate relevant experience.

b) Include project profile documentation in an Appendix. Note: Projects that are more recent, of similar scale (or larger) and most similar to the

subject of this RFP will be scored higher.

3. References

a) Proponents should complete and submit Table 3-1 - Corporate Experience and Reference.

b) The reference projects should have been successfully commissioned and at a minimum achieved Substantial Performance as defined in the Lien Act.

Note: 1. In providing references, Proponents agree that the City can contact the individuals listed 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.

VIEWING C

OPY

Page 84: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 81

Table 3-1 Corporate Experience and References

Project Information References Project Name

Capital Cost

Description of Scope

Capacity (Average

Flow/Peak Flow)

Project Stage / Year of

Completion

Key Staff & Roles

Company Name

Contact Details

Subsection 3 – Organization Chart and Project Team

The Proponent is required to assemble a multi-disciplinary team whose expertise matches the specific needs of the project.

a. Organization Chart

1. Include an organization chart for this project with defined roles and responsibilities.

2. Provide details on how the team will be managed, including communication and co-ordination protocol to ensure a successful delivery of the project.

b. Team Members Individual Experience

1. The proposed project team should demonstrate project experience, including the following specific areas:

a) Drinking water treatment design, retrofit and construction experience, preferably with large-scale drinking water treatment facility upgrade projects at facilities rated for 50 MLD firm capacity or greater.

b) Experience working on a water facility design and construction projects, greater than $10M in construction capital costs, within the last ten (10) years.

c) Design and construction experience of UV disinfection and AOP systems and drinking water residuals treatment systems involving thickening and mechanical dewatering treatment processes. For UV disinfection and UV AOP treatment experience, the City's preference is for UV systems retrofitted into existing conventional surface water treatment facilities.

d) Experience working with Plant Staff during "live" retrofit work to maintain plant functionality.

e) Experience with electrical high voltage substation design and construction and integration of photovoltaic system into existing plant power systems.

f) Toronto Hydro coordination (working with THESL to upgrade feeders, and establish Offers to Connect and Paralleling Agreements)

VIEWING C

OPY

Page 85: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 82

2. For each Team Member provide information on their specific experience and proposed roles on the project team. The experience profiles should highlight relevant expertise with examples including dates, scope, construction value, location and the owner of completed assignments, including actual roles and responsibilities on each project, to the role they are being proposed.

3. Provide detailed CVs in an appendix. All CVs should be arranged in alphabetical order.

4. Proponent Team Members who demonstrate the minimum number of years required will receive a higher score. The preferred years of experience are listed in Table 3-2.

5. The City has a preference for each project team staff that has the demonstrated experience below within the last ten (10) years for each of the requirements below. In particular, the following staff should have this past experience as a minimum: Project Manager, Leads for Design, Electrical, Instrumentation & Controls, AutoCAD Design, and Resident Inspector.

6. Team Member Role Experience Requirements:

a) Project Manager - minimum of 15 years of experience in municipal water consulting engineering and design, with a strong emphasis on the demonstration of customer experience and collaborating with facility plant staff to mitigate operational impacts and working with staff to incorporate feedback into design. Past project experience should demonstrate what strategies the PM has used to develop a cooperative relationship with the client and how these strategies have a benefitted the client/project. Preference is for the project manager to have design and construction experience with retrofit upgrades at large-scale municipal potable water filtration facilities (minimum firm capacity of 50 MLD), with a preference for UV treatment retrofit upgrades, residuals management treatment upgrades and electrical substation upgrades in municipal facilities. PM should have experience working on (3) UV projects and(3) RMF upgrade projects, this would be an asset. The project manager will oversee the entire project scope and has the flexibility to structure his/her team to comply with the estimated project duration and project deliverables. The project manager shall have demonstrated abilities, through past projects, in providing strong customer service, collaborative project delivery with both the City and all partnered sub-consultants, exceptional communication skills, an ability to lead and coordinate multi-disciplinary teams, manage the project budget, use staff resources effectively, provide timely updates and proactively communicate with the City Project Manager. Management of recent Toronto Water design and construction projects at Water Treatment & Supply Water Treatment Plants in Toronto would be an asset. At a minimum, 30% of the project management design related-hours for this project (excluding meetings, workshops, and CADD hours) shall be allocated to the project manager and shown on the time/task breakdown.

b) Assistant Project Manager – preferably minimum of 7 years of demonstrated experience in drinking water treatment design and construction projects at facilities rated for 50 MLD firm capacity or greater.

VIEWING C

OPY

Page 86: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 83

c) Design Manager – preferably minimum of 15 years of demonstrated experience in drinking water treatment design and construction projects at facilities rated for 50 MLD firm capacity or greater. Preferably, the Design Manager shall have experience managing and coordinating the multi-disciplinary engineering design on for at least one UV treatment upgrade projects at a drinking water treatment facilities rated for 50 MLD firm capacity or greater and at least one (1) residuals management facility upgrade projects at a drinking water treatment facilities rated for 300 kg/day loading rate.

d) UV Process Specialist – preferably minimum of 10 years of demonstrated experience in design and construction of both UV disinfection and UV AOP treatment facilities. Preferably the UV Process Specialist has been extensively involved in the design and construction of at least three (3) UV disinfection treatment upgrade projects, at facilities with a firm capacity greater than 50 MLD, where at least one of the three projects is a UV AOP treatment system upgrade where the UV AOP treatment is for geosmin or MIB, that were commissioned within the last 10 years. At a minimum, 30% of the UV process design related-hours for this project (excluding meetings, workshops, and CADD hours) shall be allocated to the UV Process Specialist and shown on the time/task breakdown.

e) Residuals Process Specialist – preferably minimum of 15 years of demonstrated experience in design and construction of residuals management systems at drinking water treatment plants with a firm capacity greater than 50 MLD which include both thickening and mechanical dewatering treatment systems. Preferably the Residuals Process Specialist shall have been involved in the design and construction of at least two (2) residuals management upgrade projects, at a drinking water treatment facilities rate for 300 kg/day loading rate or greater, that were commissioned within the last 15 years. At a minimum, 30% of the residuals process design related-hours for this project (excluding meetings, workshops, and CADD hours) shall be allocated to the Residuals Process Specialist and shown on the time/task breakdown.

f) Hydraulic Specialist – preferably minimum of 10 years of experience in large scale potable water facility upgrade projects (minimum firm capacity greater than 50 MLD) and usage of Computational Fluid Dynamic (CFD) modelling software like (ANSYS Fluent/equivalent) to improve mixing systems.

g) Mechanical (Process) Specialist - preferably minimum 15 years of experience in potable water projects for large scale water treatment plants (minimum firm capacity greater than 50 MLD) and conducting condition assessments at these facilities.

h) Mechanical (HVAC) Specialist - preferably minimum of 15 years of demonstrated design and construction experience for large-scale potable water facility projects (minimum firm capacity greater than 50 MLD) and conducting condition assessments at these facilities.

i) Structural Specialist - preferably minimum of 15 years of demonstrated design and construction experience in large-scale potable water facilities projects (minimum firm capacity greater than 50 MLD) and conducting condition assessments at these facilities.

j) Civil Specialist - preferably minimum of 15 years of demonstrated design and construction experience for large-scale potable water facility projects (minimum firm capacity greater than 50 MLD). Should have demonstrated experience on projects involving: stormwater management for small sites (industrial and residential), various shoring techniques, micropile design, and engineering foundations subject to high groundwater. Shall be familiar with all City stormwater management requirements (Wet Weather Flow Management Guidelines and Toronto Green Standard.

VIEWING C

OPY

Page 87: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 84

k) Electrical / Power Control Specialist - minimum of 15 years of demonstrated design and construction experience on large-scale water treatment facility projects (minimum firm capacity greater than 50 MLD) involving similar engineering disciplines and involving coordination with Toronto Hydro. Should have extensive experience designing, constructing and commissioning 15 kV (or greater) electrical substations, power control systems, power supply upgrades, photovoltaic systems. Should have demonstrated experience working with Toronto Hydro to establish agreements such as Offers to Connect and Paralleling Agreements and be familiar with the local utility's requirements for said contracts. Provide information on their specific experience related to relevant water treatment plant design and construction. At a minimum, 50% of the electrical/power control related hours for this project (excluding meetings, workshops, and CADD hours) shall be allocated to the Electrical/Power Control Specialist and shown on the time/task breakdown.

l) Process Control Systems (PCS) and Instrumentation Specialist – preferably a minimum of 15 years of demonstrated design and construction experience for large-scale potable water facility projects (minimum firm capacity greater than 50 MLD). 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.). Should have extensive on City of Toronto projects working with Toronto Water's PCS Guidelines and programming standards. The PCS and Instrumentation Design Lead should have experience in testing and commissioning process control systems comparable to that required under this project. Provide information on their specific experience related to relevant water treatment plant design and construction. At a minimum, 50% of the PCS and instrumentation related hours for this project (excluding meetings, workshops, and CADD hours) shall be allocated to the PCS and Instrumentation and shown on the time/task breakdown.

m) Lead Programmer – preferably a minimum of 7 years of SCADA programming experience for large-scale potable water facility projects (minimum firm capacity greater than 50 MLD). Shall have extensive programming experience with Toronto Water's PCS Guidelines and programming standards. The City's preference is for a Lead Programmer who has programming experience at a water facility upgrade projects greater than $5M in construction cost. The Lead Programmer must be dedicated to this assignment throughout all stages of the project (design, construction, commissioning and post-construction).

n) AutoCAD Design Specialist – preferably a minimum of 10 years of demonstrated design and construction experience in for large-scale potable water facility projects (minimum firm capacity greater than 50 MLD).

o) Architectural Specialist – preferably a minimum 10 years of experience in municipal and industrial facilities with demonstrated experience in modernizing/rehabilitating the appearance of dated facilities.

p) Landscape Architect – preferably a minimum of 10 years of experience in restoration and rehabilitation of large public spaces as applicable to the Island WTP. Shall have demonstrated design and construction experience on projects involving green infrastructure, specifically the design and installation of green roofs.

VIEWING C

OPY

Page 88: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 85

q) Cost Estimator – preferably minimum of 15 years of experience in potable water projects for large scale facilitates (minimum firm capacity greater than 50 MLD), pumping stations, and standby power generation facilities. Must be an independent certified cost estimator specialist, such as Professional Quantity Surveyors (PQS) in good standing with the Canadian Institute of Quantity Surveyors. The Lead Cost Estimator should have prepared drinking water treatment upgrade cost estimates valued at a minimum of $30M, and preferably have experience working for both general contractors and cost consultants specifically for facilities of this type.

r) HAZOP Specialist - minimum of 10 years of demonstrated design and construction experience in for large-scale potable water facility projects (minimum firm capacity greater than 50 MLD).

s) HACCP Specialist – minimum of 10 years of demonstrated experience in carrying out Hazard Analysis Critical Control Point (HACCP) reviews in water/waste water plants with a minimum firm capacity of 50 MLD.

t) QA/QC Reviewers - QA/QC Reviewers will be dedicated, discipline specific individuals who report to the Project Manager and are not the main discipline-specific designer. They preferably should have a minimum of 15 years of experience in their respective discipline.

u) Resident Senior Site Inspector / Contract Administrator – preferably with a minimum of 15 years of demonstrated construction inspection experience on large-scale potable water facility projects (minimum firm capacity greater than 50 ML), involving similar engineering disciplines, and who has experience in delivery of projects or programs of at least $20M in capital. Should have excellent communication and collaboration skills which have been demonstrated by working closely with plant operations staff on recent facility construction projects. Should have a technical background in civil, structural and mechanical disciplines. The Resident Senior Site Inspector shall manage and oversee contract administration, including but not limited to: guiding and directing field engineering staff; onsite expert in both 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. The Resident Senior Site Inspector should also have experience in the use and review of complex schedules. The City's preference is for the Resident Senior Site Inspector to be a Professional Engineer licensed in Ontario. The Resident Senior Site Inspector must be fully dedicated to this assignment during the construction period.

v) Resident Rotational Civil/Structural Site Inspector - a minimum of 7 years of demonstrated construction inspection experience on large-scale potable water facility projects (minimum capacity greater than 50 MLD), involving similar engineering disciplines. Should have a technical background in civil and structural disciplines.

w) Resident Rotational Process/Mechanical Site Inspector - a minimum of 7 years of demonstrated construction inspection experience on large-scale potable water facility projects (minimum firm capacity greater than 50 MLD), involving similar engineering disciplines. Must have good communication skills. Should have a technical background in process and mechanical disciplines.

VIEWING C

OPY

Page 89: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 86

x) Resident Rotational Electrical Site Inspector – preferably a minimum of 7 years of experience in high voltage substation upgrade projects for municipal and industrial facilities. Should have demonstrated construction inspection experience for large electrical upgrade projects and shall be familiar with the City's electrical standards. In addition to these minimum requirements, the City's preference is for an electrical site inspector who is a Licensed Electrician (License 309A) and with previous construction inspection experience at other water facility upgrade projects involving main substation upgrades greater than $1M in construction cost. Should have excellent communication skills and experience working with Toronto Hydro on electrical facility upgrade projects.

y) Commissioning Specialists – preferably a minimum of 10 years of experience in the design, construction and commissioning of UV treatment systems, drinking water residuals management systems, and high voltage electrical substation upgrades, for the UV, RMF and Electrical Commissioning Specialists, respectively. Commissioning specialists should have demonstrated field experience, experience in starting up new equipment, and troubleshooting expertise.

z) Senior Scheduler - preferably a minimum of 10 years of experience with advanced scheduling of construction with comparable complexity to that of this assignment.

7. Continuity of key personnel will be required, with a contractual obligation for substitutions only with a written approval by the City.

8. Provide the guaranteed availability for key team members and their current percent commitment on other projects. 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. Do not modify Table 3-2.

9. Where a minimum percentage or number of discipline-specific hours are to be performed by the proposed senior staff member, the City reserves the right to lower the percentage or number of discipline-specific hours requirement during the course of the project execution, at the discretion of the City Project Manager.

10. Provide detailed CVs in an appendix. All CVs should be arranged in alphabetical order.

VIEWING C

OPY

Page 90: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 87

Table 3-2 Qualifications for Team Members

Project Roles

Pre

ferr

ed Y

ears

of

Exp

erie

nce

Name of Proposed Staff

Yea

rs o

f E

xper

ien

ce

Time Commitment

During Design (or During

Construction for Resident /

Commissioning staff)

List of Other Assignments

That Staff Member is

Already Committed to Delivering (for City of Toronto

or Other Municipality)

Min

imu

m %

or

Nu

mb

er o

f D

isci

plin

e-S

pec

ific

Ho

urs

by

Sta

ff *

Act

ual

% o

r N

um

ber

of

Dis

cip

line-

Sp

ecif

ic H

ou

rs b

y S

taff

*

Th

is A

ssig

nm

ent

Oth

er A

ssig

nm

ents

Project Manager 15 Assistant Project Manager 7 Design Manager 15 UV Process Specialist 10 30% Residuals Process Specialist 15 30% Hydraulic Specialist 10 Mechanical (Process) Specialist

15

Mechanical (HVAC) Specialist

15

Structural Specialist 15 Civil Specialist 15 Electrical / Power Control Specialist

15 50%

Process Control Systems (PCS) and Instrumentation Specialist

15 50%

Lead Programmer 7 AutoCAD Design Specialist 10 Architectural Specialist 10 Landscape Architect 10 Cost Estimator 15 Senior Scheduler 10 HAZOP Specialist 10 QA/QC Reviewers (list all) 15 HACCP Specialist 10 Resident Senior Site Inspector / Contract Administrator

15

Resident Civil/Structural Site Inspector

7

Resident Rotational Process/Mechanical Site Inspector

7

VIEWING C

OPY

Page 91: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 88

Resident Rotational Electrical Site Inspector

7

UV Commissioning Specialist

10

RMF Commissioning Specialist

10

Electrical Commissioning Specialist

10

* Percentage of discipline specific hours excluding meetings and CAD efforts.

Subsection 4 – Project Understanding and Approach

a. Provide a description of the understanding of the scope of work. Illustrate the approach and the proposed methods to successfully complete the project.

b. Discuss the development of the project workplan and outline a strategy for bundling or staging of project components. Furthermore, outline methods for design and construction contract administration. Include a discussion on addressing operability, risk analysis, energy management, constructability, or site specific limitations, etc.

c. Identify proposed cost estimating method for the construction contract. Identify methods for cost control measures during construction.

d. Identify management and control methods during the execution of the project’s phases. This should include details on communication, scope management, change management, time management, schedule management, risk management, staff planning, dispute prevention and resolution.

e. 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.

f. Specifically discuss the following:

1. Approach to securing required approvals

2. Schedule, with emphasis on the possible acceleration of the project delivery

3. Constructability concerns recognizing operational limitations, constructor issues, and quality control

4. Construction sequencing so as to ensure that treatment capacity is not impacted at any time during construction

Subsection 5 – Project Workplan and Deliverables

a. The workplan should be structured to match the categories in Table 5-1 in Section 5 – Cost of Services, but expanded on to include activities under each phase. The workplan provided must not include any pricing information, or the Proposal will be declared non-compliant and will not be considered further. The workplan should clearly identify the base scope items and provisional items separately and should include appropriate staffing levels and availability for all phases.

b. The workplan should include the following, as applicable:

VIEWING C

OPY

Page 92: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 89

1. Study / Pre-design

a) Project Management & Meetings b) Geotechnical Investigation, property survey and subsurface utility investigation c) Pre-Design Report and technical memoranda d) Review of UV and RMF CDR e) Condition Assessments f) QA/QC g) Participation in Value Engineering h) Capital cost estimate i) Pre-design Report and Workshops j) Approvals Coordination

2. Detailed design

a) Project Management & Meetings b) Design c) Equipment Pre-selection and shop drawing pre-purchase d) Contractor Pre-Qualification e) Risk assessment f) Value Engineering Participation g) Toronto Hydro Coordination h) Work Management System (WMS) spreadsheet i) Capital cost estimate j) Approvals & Permits k) Tendering

3. Construction duration as stipulated in the RFP

a) Project Management & Meetings b) Head Office Administration c) Design staff support during construction, start up and commissioning d) Shop Drawings/RFIs/Inspection reports e) Resident site services and site inspection services for dedicated resident construction

team f) Master Single Line Drawings, Master P&ID's, Master SCADA Architecture, Equipment-

specific tagged control drawings, control panel and RPU panel drawings, loop drawings

g) Commissioning and testing h) Vendor’s O&M Manual (inclusive of PCS/SCADA) and training i) As-Built Drawings

4. Post-Construction

a) Warranty inspections b) Any provisional items

c. Provide a detailed time/task breakdown indicating all tasks and deliverables including estimating and scheduling. Includes senior and specialty expertise during construction.

1. The time/task breakdown should detail a project-specific approach to each phase of the project including engineering studies, pre-design, detailed design, and contract administration. Post-construction should include engineering services during warranty and maintenance period, operational, process and maintenance support services.

VIEWING C

OPY

Page 93: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 90

2. 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.

3. Provide sub-totals and totals for each phase of the project in the time/task breakdown.

Subsection 6 – Schedule

a. Provide a detailed schedule with a comprehensive and logical sequence that reflects understanding of the project, indicating all tasks, deliverables and significant milestones.

1. The schedule should detail a project-specific approach to each phase of the project including engineering studies, pre-design, detailed design, and contract administration. Post-construction should include engineering services during warranty and maintenance period, operational, process and maintenance support services.

2. Provide an estimated overall timeline of the project, including an indication of the date of commencement. Key dates for major deliverables must be clearly defined in the Proponent's detailed workplan and highlighted in the Gantt chart. Gantt chart to include logical linking of interdependent tasks and identification of the project critical path. Allow 3 weeks for each City review. The City will not tender projects without first obtaining all required approvals

3. Provide a discussion of the underlying assumptions associated with the proposed project schedule and methods for maintaining the schedule.

b. For each deliverable provide sufficient detail to facilitate the review and evaluation by the City.

c. State assumptions regarding roles and involvement of City staff beyond those identified in Section 6. This is important so clarifications of any assumptions are apparent to the Selection Committee during the review of the Proposal.

d. As a guideline, please note that tendering, award, and contract execution typically takes 3 to 6 months following receipt of contract documents, depending on project size and complexity, cost, and budget availability.

Subsection 7 – Quality Assurance and Quality Control

a. Provide quality assurance (QA) and quality control (QC) plan for key deliverables and for all phases of the project. Include the documentation that is being proposed to ensure that the plan is being adhered to. Identify QA/QC team members function and authority within the organization.

Subsection 8 – Innovation and Value Added

a. 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.

VIEWING C

OPY

Page 94: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 91

PROPOSAL EVALUATION AND SELECTION SELECTION COMMITTEE

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

The Selection Committee may, at its sole discretion, retain additional committee members or advisors.

The aim of the Selection Committee will be to select one (1) Proposal that meets the City's require-ments and provides a satisfactory overall value to the City. The Proposal selected will not neces-sarily be the one offering the lowest fees or cost (pricing). Pricing is one of the components in determining the total score or ranking.

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

A Fairness Consultant has been retained because of the complexity of this RFP assignment. At a minimum, the Fairness Consultant will advise on any concerns relating to accountability/fairness and monitoring the level of openness, transparency and competitiveness of the procurement process. The Fairness Consultant's primary role is to provide an assessment of the procurement process confirming that it has been carried out in a fair and objective manner in accordance with the RFP. In the carrying out the above responsibilities, the Fairness Consultant shall function in an oversight and advisory role, as defined or amended by appropriate City staff and shall not encumber or adversely affect the City’s authority and responsibility to manage the procurement process in the best interest of the overall goals and objectives of the City.

SELECTION CRITERIA

The Proposals will be first reviewed for mandatory submission requirements, as follows:

a. Mandatory submission requirements will be scored PASS/FAIL, as described in Section 3. If all the mandatory requirements are not met, the Proposal would not be further evaluated and would be considered non-compliant.

If all mandatory submission requirements are met, the Proposal content will be evaluated using Table 4-1. Technical Proposal Content Requirements are detailed in Section 3.4, evaluation in Table 4-1 will be based upon the extent to which the Proponent's Proposal fulfills the submission requirements detailed in 3.4.6 to 3.4.12.

VIEWING C

OPY

Page 95: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 92

Table 4-1 Proposal Evaluation Form

Stage 1: Mandatory Submission Requirements Pass/Fail Stage 2: Proposal Content

Available Points

Subsection 1: Executive Summary 0 Subsection 2: Proponent Profile & Corporate Experience 5 Subsection 3: Organization Chart and Project Team 28 Subsection 4: Project Understanding and Approach 20 Subsection 5: Project Work plan and Deliverables 12 Subsection 6: Schedule 10 Subsection 7: Quality Assurance and Quality Control 2 Subsection 8: Innovation and Value Added 8 SUB-TOTAL

85

Stage 3: Cost of Services Proponents must score a minimum of 60% (51 points) in Stage 2 in order to advance to Stage 3 and have their cost envelope opened. Proponent’s fees calculates as follows: Formula: [(lowest cost Proposal divided by Proponent's Proposal cost) x 15]

15

TOTAL

100

SELECTION PROCESS

If the submission fails the Mandatory Submission Requirements, the Proposal will be rejected. The Technical Proposal and Cost of Services will not be reviewed.

The Technical Proposal must score a minimum of 51 points of the possible 85 points to have the Cost of Services Envelope opened and evaluated. Purchasing and Materials Management Division may open the Cost of Proposal envelope to ensure compliance with the requirements of the RFP, however, the Selection Committee will not have any knowledge of information contained in the Cost of Services envelopes until such time that the technical evaluations are complete and Proponents are short listed.

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

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

In the event of a tie Total Score (Total Score rounded to one decimal point), the Proponent achieving the highest score for its Technical Proposal will be ranked first overall.

CLARIFICATIONS

As part of the evaluation process, the Selection Committee may request further information with respect to the content of any Proposal 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.

VIEWING C

OPY

Page 96: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 93

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

INTERVIEW

A Proponent whose written Proposal has met or exceeded the minimum score for the technical Proposal may be invited to an interview with the Selection Committee, the results of which will be used by the Selection Committee as a mechanism to revisit, revise, confirm and finalize the score and select the recommended Proponent(s). The City reserves the right to interview up to a maximum of five (5) highest scoring Proponents. The Selection Committee may interview any Proponent(s) without interviewing others, and the City will be under no obligation to advise those not receiving an invitation until completion of the evaluation and selection process.

The representatives designated by the Selection Committee in its invitation to the Proponent must attend any interview scheduled as part of this evaluation process unless the City agrees otherwise in writing and at its sole discretion.

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.

Where the staff team proposed by the Proponent is an important element in the selection criteria, the staff team proposed shall be present for the interviews.

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

Refusal of a Proponent to participate in an interview 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.

EVALUATION RESULTS

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.

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

Proponents should be aware that Council and individual Councillors have the right to view the Proposals provided that their requests have been made in accordance with the City's procedures.

NEGOTIATIONS AND AGREEMENTS

An award of the Project 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.

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

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.

VIEWING C

OPY

Page 97: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 94

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

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 required City Council approval, the final Agreement must contain terms and conditions substantially as set out in the Council report authorizing the Agreement. Any Agreement will incorporate as schedules of appendices such part of the RFP (including addenda) and the Proposal submitted in response thereto as are relevant to the provision of the goods and/or services.

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 Appendix "B".

If negotiations between the City and a Proponent do not result in an Agreement within ninety (90) 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.

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.

CONSULTING AGREEMENTS / PURCHASE ORDERS

For reference, a specimen Agreement is included in Appendix D. The agreement may be required for all projects regardless of dollar value, at the City’s sole discretion.

Prior to undertaking work onsite, the Vendor or sub-consultant preparing DSL Reports, DSL abatement specifications, DSL abatement monitoring and provision of Clearance Certificates must provide the City with proof that their Professional Liability Insurance policy includes pollution coverage, specifically for mould and asbestos. Also refer to the general insurance requirements described in the specimen agreement.

If this assignment is for design and construction it shall be divided into three phases and executed by up to three distinct consulting agreements and the issuance of up to six (6) Purchase Orders. The design and construction phases will have a 10% lien holdback applied. The post construction phase is not subject to a 10% lien holdback.

The first agreement shall cover the design phase as defined in this RFP.

The second agreement shall cover the construction phase as defined in this RFP.

The third agreement or a Purchase Order covering post construction activities will be issued as defined in this RFP. This Purchase Order will be subject to the terms of the above two agreements with payments being made on a time basis to the Upset Sum Limit.

It is the City's intent to prepare agreements for execution prior to the initiation of the Work.

INSURANCE

The successful Vendor 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.

The Vendor will be required to comply with the following insurance requirements:

VIEWING C

OPY

Page 98: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 95

a. Professional liability (errors and omissions coverage) insurance in the amount of not less than TWO MILLION DOLLARS ($2,000,000.00);

1. Includes Environmental Consultants Professional Liability where the Vendor’s services include environmental work

2. Provides for thirty (30) days prior written notice of cancellation

3. Will extend to infringement of copyright and other intellectual property, including misuse of trade secrets, if appropriate.

b. Comprehensive General Liability insurance in the amount of TWO MILLION DOLLARS ($2,000,000.00);

1. Adds City as additional insured

2. Includes the following clauses: personal injury liability; a cross-liability/severability of interest; broad form contractual liability; owner’s/contractor’s protective liability; contingent employer’s liability; employers liability; and non-owned automobile liability

3. Provides for thirty (30) days’ prior written notice of cancellation

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.

c. Automobile Liability insurance with a minimum limit of One Million Dollars ($1,000,000) 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 Vendor is responsible for any loss or damage whatsoever to any of its materials, good, equipment or supplies and will maintain appropriate all-risk coverage as any prudent owner of such materials, goods, supplies and equipment. The 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.

   VIEWING C

OPY

Page 99: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 96

COST OF SERVICES COST OF SERVICES DOCUMENTATION AND DELIVERY

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, or electronic message 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 (1) pdf and three (3) printed copies

c. Any pricing shown in the Technical Proposal shall render the Proposal non-compliant.

COST OF SERVICES SUBMISSION CONTENT – GENERAL

Identify an upset limit for the project, net of all taxes.

Provide a project cost breakdown for the base scope of work and defined provisional items as indicated in Table 5-1. All parts and items in Table 5-1 must be priced for the entire services in order for the Proposal to be considered valid.

Identify a specific cost per deliverable, excluding all taxes, in Table 5-1. In addition provide costs for all tasks shown in the Proponent's time/task breakdown.

Submit a list of proposed hourly rates (excluding HST) for all project personnel by classification with role titles. All key personnel and any other specified individuals should be cross-referenced to the Technical Proposal. The classification rates will be used for any part of the work to be paid for on a time basis. These rates will be fixed for the duration of the assignment up to the completion date as identified in the Proponent’s project schedule. Total duration of the project includes post construction services.

Where a separate firm or sub-consultant is providing base scope work, the sub-consultant is to be identified and included in the time/task breakdown

Adjustments to an individual's classification will be considered after 4 years on the project, subject to a written request and a subsequent approval by the City. The rate adjustment shall not change the overall upset limit of the assignment.

The rates will be fixed for the duration of the assignment up to the completion date as identified in the Proponent's project schedule, including the post construction services.

Should the duration of the project extend beyond six (6) years for design and construction due to delays beyond the Proponent’s control, a rate adjustment may be considered for the subsequent years and shall not exceed the Toronto – All Items Consumer Price Index (CPI) for the subsequent years.

Provide a Lump Sum Limit for any and all anticipated disbursements required in connection with the work, on a per deliverable basis. Disbursements relate to daily expenses incurred in the performance of services required for this assignment. Payments for disbursements will be pro-rated on the value of work performed during a billable period; as follows:

a. The Lump Sum Limit for disbursements associated with pre-design and detailed design services is not to exceed a maximum value of 7% of the pre-design and detailed design fees identified by the Proponent. Disbursements for City defined alternatives associated with pre-design and detailed design shall utilize the same 7%.

VIEWING C

OPY

Page 100: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 97

b. The Lump Sum Limit for disbursements associated with services during construction is not to exceed a maximum value of 7% of the general office administration and site supervision services fees identified by the Proponent. Disbursements for City defined alternatives associated with construction shall utilize the same 7%.

c. The Lump Sum Limit for disbursements associated with post construction services is not to exceed a maximum value of 5% of the post construction services fees identified by the Proponent.

Disbursements shall cover general expenses that may or can occur on a daily basis.

Disbursements shall not include, and the City will not pay for the following:

a. Roadway tolls

b. Meal allowances

c. Use of personal computers

Disbursements that are considered “specialty services” or “specialized expenses” are to be identified separately if identified in Table 5-1.

If the value of the disbursements exceeds the percentage (%) stipulated in the City’s RFP, the value of the disbursements shall be reduced by the City to the maximum stipulated % value. Any such corrections resulting in an adjustment to the disbursement cost will be applied as an adjustment to the Total Upset Limit Price for the assignment.

Provide a lump sum cost for specialized expenses, as specified in the RFP.

The Total Upset Limit as provided in Table 5-1 will be used for establishing the Cost of Services score for the Proposal evaluation and selection as outlined in Section 4 of the RFP.

BASE SCOPE OF WORK

The cost for invoice preparation and processing is considered part of base scope.

Provide a separate cost for accounting audits in accordance with the Engineering Services Agreement, Section 3.

VIEWING C

OPY

Page 101: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 98

Table 5-1 Upset Limit Cost Breakdown for Base Scope of work

for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant Deliverables Cost ($) Residue Management Facility and Associated Electrical Upgrades Item A – RMF- Preliminary Design and Detailed Design Financial Audit $6,000.00 Preliminary Design Labour $ Detailed Design Labour $ Disbursement (not to exceed 7%) $

Item A – RMF - Subtotal – Preliminary and Detailed Design $ Item B –RMF– Services during Construction Financial Audit $6,000.00 Engineering/Office Labour $ Resident Senior Site Inspector Labour $487,500.00 Resident Rotational: Intermediate Civil/Structural Site Inspector, Intermediate Process/Mechanical Site Inspector, Intermediate Electrical Site Inspector

$407,000.00

Resident Intermediate Inspector: Overlap of Services as Per Clause 2.8.1.b.4 $50,000.00 Disbursement (not to exceed 7%) $ Schedule of maximum weekly rate allowance – Construction (from Table 5-3) $

Item B –RMF- Subtotal – Services during Construction $ Item C – RMF- Post Construction Services Financial Audit $6,000.00 Services Labour $ Disbursements (not to exceed 5%) $

Item C – RMF- Subtotal – Post Construction $ UV Facility and Associated Electrical Upgrades Item D – UV- Preliminary Design and Detailed Design Financial Audit $6,000.00 Preliminary Design Labour $ Detailed Design Labour $ Disbursement (not to exceed 7%) $

Item D – UV - Subtotal – Preliminary and Detailed Design $ Item E –UV– Services during Construction Financial Audit $6,000.00 Engineering/Office Labour $ Resident Senior Site Inspector Labour $487,500.00 Resident Rotational: Intermediate Civil/Structural Site Inspector, Intermediate Process/Mechanical Site Inspector, Intermediate Electrical Site Inspector

$407,000.00

Resident Intermediate Inspector: Overlap of Services as Per Clause 2.8.1.b.4 $50,000.00 Disbursement (not to exceed 7%) $

Item E – UV- Subtotal – Services during Construction $ Item F – UV- Post Construction Services Financial Audit $6,000.00 Services Labour $

VIEWING C

OPY

Page 102: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 99

Disbursements (not to exceed 5%) $ Item F – UV- Subtotal – Post Construction $

Value Engineering Workshops Item G – Value Engineering (1) - Preliminary Design Phase Labour $ Disbursements (not to exceed 5%) $

Item G – Subtotal Preliminary Design – VE 1 $ Item H – Value Engineering (2) - Detailed Design Phase Labour $ Disbursements (not to exceed 5%) $

Item H – Subtotal Detailed Design – VE 2 $ Item I – Subtotal – Table of Provisional Allowance Items as per Table 5-2 $ 735,750.00 SUBTOTAL (A+B+C+D+E+F+G+H+I)* $ HST (13%) $ TOTAL INCLUSIVE OF HST $

*This will be the evaluated value.

PROVISIONAL ALLOWANCES

Provisional allowances priced by the Proponent are listed in Table 5-1.

a. Provisional cash allowances defined by the City are listed in Table 5-2. Health & Safety

1. It is expected that the base scope of work includes for standard health & safety personal protective equipment such as hardhats, safety footwear, eye protection, safety vests, safety gloves, and hearing protection. The provisional cash allowance is intended to cover all other specialty equipment such as respirators, gas detection, scaffolding, safety retrieval devices or for hiring safety experts for activities such as confined space entry.

b. Designated Substances Report

1. Sub-consultant's services for the designated substances surveys and reporting will be paid from the allowance provided. Co-ordination of the sub-consultant's activities is deemed to be included in the base scope.

c. Asbestos Abatement

1. Should asbestos be identified in the Designated Substances Report, the City may hire and pay separately for asbestos remediation contractors prior to tendering of the contract, if removal in advance of the contract is feasible. Preparation of tender documents for asbestos abatement, monitoring of asbestos abatement activities and the provision of appropriate clearance certificates by a third party, updating of the DS Reports and updating of Asbestos Owner's Reports will be paid from this allowance.

d. Subsurface Investigation

1. Sub-consultant's services for subsurface investigations and reporting will be paid from the allowance provided. Co-ordination of the sub-consultant's activities is deemed to be included in the base scope.

e. Geotechnical Investigation

VIEWING C

OPY

Page 103: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 100

1. Sub-consultant's services for geotechnical investigations and reporting will be paid from the allowance provided. Co-ordination of the sub-consultant's activities is deemed to be included in the base scope.

f. VE Report

1. Review of the VE Report and implementing changes as a result of the VE Workshop will be paid from the allowance provided. Participation in the VE workshop(s) is included as base scope work.

g. Additional post-construction support

1. Additional services required in the post-construction phase of the assignment will be paid from this allowance.

VIEWING C

OPY

Page 104: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 101

Table 5-2 Table of Provisional Cash Allowance Items – All Phases

Item Description Amount (excl. HST)

Schedule of Allowance Items – Design - RMF 1. Health & Safety equipment $3,750.002. Completion of DSL Reports, Monitoring of asbestos abatement activities and

reporting $7,500.003. Allowance for Heritage sub-consultant services $3,750.004. Allowance for subsurface investigations including subsurface utility engineering,

Quality Level D through A. $7,500.005. Soils investigation, boreholes, geotechnical studies, soil testing, and grading

plans $11,250.006. Treatability Study – laboratory testing fees

$15,000.00

7. Hydrogeological investigations and associated report $1,875.00

8. PCS coordination and additional effort to implement recommendations $3,750.009. Additional workshops $11,250.0010.

Pilot testing $75,000.0011. Additional design effort for SCADA integration $18,750.0012.

Certified arborist $3,750.0013.

Incorporating major design changes from VE workshops $30,000.0014.

Public Consultation Support Services $1,875.0015.

"Point Cloud Survey" Mapping/Imaging $3,750.0016.

Additional effort beyond base scope for electrical and mechanical work associated with integrated the new building into the existing facility $15,000.00

17. Location, travel and disbursements associated with VE workshop $3,750.00

18. CVS services $37,500.00

19. Coordination of approvals (additional efforts only) $1,875.0020. Coordination of site plan approvals process (in addition to A.3 requirements) $7,500.0021. Additional effort beyond base scope to upgrade HVAC BAS system $7,500.0022. Incorporating design upgrades resulting from electrical condition assessment $18,750.0023. Bench-top treatability testing $7,500.0024. E2 plan development allowance $7,500.0025. RMF Chemical CFD Modelling $15,000.0026. Additional THESL coordination efforts $3,750.0027. Catering for workshops and meetings $4,500.00

Subtotal – Design RMF $328,875.00Schedule of Allowance Items –Construction - RMF

1. Health & safety equipment $1,875.002. Additional effort for geotechnical investigation

$3,750.003. Preparation of asbestos abatement specifications, monitoring and clearance by

an asbestos vendor during construction $3,750.00

VIEWING C

OPY

Page 105: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 102

4. Allowance for sub-surface investigation by sub-consultant during construction, Quality level A $7,500.00

5. Additional THESL coordination efforts $3,750.006. FAT travel Costs for two City Staff and two Consultants $5,625.007. PCS issues resolution $7,500.008. Additional effort for Factory Acceptance Testing $7,500.00

Subtotal – Construction RMF $41,250.00Schedule of Allowance Items – Post-Construction - RMF

1. Technical investigations, warranty support $3,750.002. Process and troubleshooting support $7,500.003. Programming and PCS support $7,500.004. Specialized services for odour sampling and testing $3,750.00

5. Post-performance testing equipment manufacturer issue resolution

$7,500.006. Refresher training sessions $11,250.00

Subtotal – Post Construction RMF $41,250.00Schedule of Allowance Items – Design - UV

1. Structural coring and additional effort for joint rehabilitation $15,000.002. UV AOP Chemical CFD Modelling $18,750.003. E2 Plan Development $3,750.004. Additional THESL coordination efforts $11,250.005. University of Toronto's Drinking Water Research Group $18,750.006. Health & Safety equipment $3,750.007. Completion of DSL Reports, Monitoring of asbestos abatement activities and

reporting $7,500.008. Soils investigation, boreholes, geotechnical studies, soil testing, and grading

plans $7,500.009. Allowance for subsurface investigations including subsurface utility engineering,

Quality Level D through A. $7,500.0010. Additional workshops beyond base scope $11,250.0011. Sample testing beyond base scope $7,500.0012. Hydrogeological investigations and associated report $1,875.0013. PCS coordination and additional effort to implement recommendations $3,750.0014. Additional effort beyond base scope for electrical and mechanical work

associated with integrated the new building into the existing facility $15,000.0015. Additional design effort for SCADA integration $18,750.0016. Public consultation support services $1,875.0017. "Point Cloud Survey" Mapping/Imaging $3,750.0018. Incorporating major design changes from VE workshops $18,750.0019. Location, travel and disbursements associated with VE workshop $3,750.0020. CVS Services $37,500.0021. Coordination of approvals (additional efforts only) $1,875.0022. Incorporating design upgrades resulting from electrical condition assessment $18,750.0023. Additional effort beyond base scope to upgrade HVAC BAS system $3,750.0024. Catering for workshops and meetings $3,750.00

Subtotal – Design UV $245,625.00Schedule of Allowance Items –Construction - UV

1. Health & safety equipment $1,875.002. Additional effort for geotechnical investigation

$1,875.00

VIEWING C

OPY

Page 106: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 103

3. Additional effort for Factory Acceptance Testing $7,500.004. Preparation of asbestos abatement specifications, monitoring and clearance by

an asbestos Vendor during construction $3,750.00

5. Allowance for sub-surface investigation by sub-consultant during construction $5,625.006. Additional THESL coordination efforts $11,250.007. FAT travel costs for two City staff and two consultants $5,625.008. PCS issues resolution $7,500.00

Subtotal – Construction UV $45,000.00Schedule of Allowance Items – Post-Construction – UV

1. Technical Investigations, Warranty Support $3,750.002. Process and troubleshooting support $3,750.003. Programming and PCS support $3,750.004. Specialized services for odour sampling and testing $3,750.005. Post-performance testing equipment manufacturer issue resolution $7,500.006. Refresher training sessions $11,250.00

Subtotal – Post Construction UV $33,750.00Subtotal of Design + Construction + Post Construction – (transferred to Table 5-1) $735,750.00

SERVICES DURING CONSTRUCTION – WEEKLY RATE

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.

Provide a proposed time-task breakdown for the weekly rate for Services During Construction.

The maximum weekly rate includes resident site inspection staff (50 Hours per week) plus associated Project Management, Engineering and Office Staff related to the Services during Construction Period. This weekly rate excludes HST.

The hourly rates in Table 5.3 shall be based upon the same hourly rates as submitted for the base contract.

The maximum weekly rate payment will not be flat rate or lump sum. The weekly rate when applied is subject to the payment terms as defined in Section 5.9 Payment from Cost of Services Proposal.

VIEWING C

OPY

Page 107: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 104

Table 5-3

Schedule of Provisional Weekly Rate Allowance – Construction

Item Description Hourly Rate

(A)

Hours/wk

(B)

Amount (excl. HST)

(A x B)

1 Resident Engineer / Contract Administrator for services during construction

$ _______ /hr 50 hr/wk $________ /wk

2 Project Management, including office support $ _______ /hr 10 hr/wk $________ /wk

3 Disbursements (maximum 5%) $________ /wk

4 Weekly rate for the addition of services during construction. To be used as required and approved by the Executive Director (1 + 2 + 3)

$________ /wk

5 Number of weeks 26

Subtotal (Item 4 x Item 5) (transfer to Table 5-1) $___________

UNIT PRICE DELIVERABLES (Not used)

CITY DEFINED ALTERNATIVES (Not used)

ALTERNATIVES SUGGESTED BY PROPONENT

In the event that the Proponent has identified a suggested improvement in the project scope as per Section 2.14, the related cost impact is NOT TO BE INCLUDED IN THE PROPONENT’S BASE PROPOSAL OR CITY ALTERNATIVES PRICING. The cost related to the Proponent’s suggested improvement/innovation idea is to be presented separately.

Cost of Services Proposals for Proponent’s alternatives are to be included in the Cost of Services envelope, along with 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 Vendor has been selected.

PAYMENTS FROM COST OF SERVICES PROPOSAL

For labour costs, payment will be on a time basis at approved hourly or per diem rates up to the maximum amount proposed for each deliverable.

Sub-consultants providing base scope work are considered to be staff and no mark-up is permitted.

Payments for disbursements will be pro-rated based on the value of the work performed during a billable period.

Fees for specialist sub-consultant services 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.

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.

VIEWING C

OPY

Page 108: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 105

The Construction Lien Act requirements shall be applied to the design and construction phases of the assignment. Refer to Section 5 of the RFP.

The 10% holdback on the first 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 second Purchase Order will be released upon substantial performance of construction phase. There is no holdback on the third Purchase Order for the post construction phase.

Prices and staff rates by classification submitted in a Proposal are to be firm for the term of resulting Agreement.

The City shall not be responsible for any unauthorized additional costs.

The Vendor 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.

All invoices must clearly show HST as a separate value and HST "registrant" number.

Without restricting the generality of the foregoing, the Vendor acknowledges that, if it is a non-resident person, payments to the Vendor, as a non-resident person, may be subject to withholding taxes under the Income Tax Act (Canada). Further, unless the Vendor, 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).

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.

PAYMENTS FOR PROVISIONAL ALLOWANCES

Payments from the provisional allowances and provisional cash allowance will not be permitted without prior written approval of the Executive Director.

PAYMENTS FOR CONTINGENCY ALLOWANCE

In seeking authority to engage consulting services, the City 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 written approval of the Executive Director.

CURRENCY

All dollar amounts, fee statements, and invoicing shall be in Canadian dollars. The Proponent shall assume all currency risk.

TAXES

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.

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.

VIEWING C

OPY

Page 109: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 106

CITY RESPONSIBILITIES GENERAL

Best efforts will be made by the City to provide information on the scope and current status of active design and construction projects as well as the current timeline for completion.

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

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

The City will provide a copy of the City’s Health & Safety Policies.

The City will pay for all utility locates.

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

The City will pay application fees for required approvals.

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

The City will pay for testing services during construction, such as compaction, concrete and welding.

Unless specifically stated elsewhere, for any public meetings needed to support the project, the City will make facility arrangements, pay rental fees and for notifications and distributions.

PUBLIC CONSULTATION – CITY AS LEAD – N/A

VIEWING C

OPY

Page 110: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 107

REFERENCES CURRENT STUDIES AND DESIGN AND CONSTRUCTION PROJECTS

The following section describes some of the related projects and activities currently underway within the Island WTP. Some may only have a minor impact on the proposed project. The information has been made available to provide perspective on the current and future situation of projects underway.

Projects Underway

a. Plant-wide Backflow Prevention Upgrades – Construction to be completed in Q3, 2017.

b. Building Automation System & HVAC Upgrades – Construction to commence in 2018.

c. Fluoride & Ammonia Building Upgrades – Under design. Construction to be completed of 2019.

d. Residue Management Facility Phase 1 Upgrades (Settling Basin Retrofit) – Construction to be completed in Q2, 2018.

e. Travelling Screen Replacement, Machine Shop Floor Upgrades and Raw Water Pumps Rehabilitation – Construction expected to take place from 2017-2020.

f. Intake Swabbing/Pigging – Design to take place in 2017 with pigging completion in 2017 – 2018

g. Diesel Generator Upgrades for DR3 Program – Design in 2018-2019.

h. Marine Yard – Design 2017 with construction completed in Q4 2018. For the southern portion of the building owned and operated by Parks & Rec (approximate seven eights of the building), Parks & Recreation has launched an architectural services assignment (RFP # CN 9118-16-5018) addressing state of good repair issues to the building envelope, building interior, and mechanical and electrical systems.

i. Residue Management Facility – Phase 1 (Construction Phase)

Projects Planned

a. Scrubber and Tonner Connection Improvements (various plant) – Design to commence in late 2017/early 2018

CITY REFERENCE DOCUMENTS AND STANDARDS

The following reference documents (Appendix E), Project Reference Material, which include Confidential Information, are available via CD from the City subject to the mandatory requirements of this RFP.

a. Two (2) Sample Standard Operating Procedures (SOP's) to be used on this project.

b. Sample Process Control Narrative (PCN).

c. “CADD Specifications for AutoCAD". This document includes the City standards and requirements regarding drawing documentation.

VIEWING C

OPY

Page 111: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 108

d. Toronto Water Process Control Systems (PCS) Implementation Guidelines, Version 3, dated December 30, 2015 This document includes the design and construction requirements with respect to instrumentation and control and SCADA at Toronto Water facilities. This manual is available in CD format to the Proponents. 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.

e. Toronto Water 13040 Equipment Tag Standard, latest version.

f. Toronto Water 13100 Instrumentation Design Standard, latest version

g. Toronto Water 13300 Control Panel Design Standard, latest version

h. Toronto Water 16020 Electrical Control Schematic Diagram Standard.

i. Toronto Water Electrical Specification Standards http://wpww10ho.pns-tw.toronto.ca/CWD/Master_SLD/ESPECS.html

j. Toronto Water Master Single Line Diagram Standard http://wpww10ho.pns-tw.toronto.ca/CWD/Master_SLD/Forms.html

k. Field Services Manual, City of Toronto, latest version.

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

m. City Design Drawing and Record Drawing Protocol, latest version.

n. Safe Operating Procedures for Asbestos at Toronto Water Facilities.

o. Confined Space Entry Procedures.

p. Hazardous Materials Survey 2016 Reassessment Island WTP, Dec. 2016

q. Facility Drawings CD, which contains the related facility engineering drawings that are available from the City.

r. PDF versions of the facility Master Single Line Diagrams, P&ID's, and Process Control Narratives.

s. Island Water Treatment Plant Facility Designated Substance

t. Sample E2 plan.

u. Island WTP RMF Phase I Upgrades Issued for Construction Drawings and Specifications (Associated Engineering, September 2015)

v. Island WTP Residuals Management Facility Phase 2 Upgrades Conceptual Design Report (Associated Engineering, October 2017)

w. Island WTP UV Treatment Facility Conceptual Design Report (AECOM, June 2017)

x. Toronto Hydro Technical Memorandum (AECOM, May 26, 2016)

y. Island WTP Short Circuit and Arc Flash Coordination Study (Eaton, 2012)

z. Transfer Trip for Paralleling Protection Design Concept (Poulos Engineering, January, 2017)

aa. Island WTP Generator Controls Upgrade - 4160 V Breaker Controller Operations Manual (Paramount, 2016)

bb. Island WTP - Diesel General Operating Procedure SOP

cc. Diesel Generator Operations Manual and Process Narrative (Poulos/W.S. Nichols)

dd. Diesel Generator SCADA Operations document (Poulos/W.S. Nichols)

VIEWING C

OPY

Page 112: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 109

ee. Musculoskeletal Disorder Prevention Policy, Policy for Incorporating Occupational Health, Safety and Ergonomics Principles into the Purchasing Process

ff. City of Toronto Standard Building Automation (BAS) Specification, December 2015.

gg. Existing plant poster boards

hh. University of Toronto IUVA poster presentation, September 2017.

ii. Drinking Water Works Permit & Drinking Water License

jj. Island WTP Geotechnical Reports

The following reference documents are available on the City website:

a. The City of Toronto’s “Standard Construction Specifications & Drawings for Sewers, Watermains and Roads"

b. City of Toronto Green Building Standard, 2010

c. City of Toronto Accessibility Guidelines, 2004

CONSULTANT PERFORMANCE EVALUATION

The Consultant Performance Evaluation Form will be used to assess the performance of the Vendor on the project. Once completed, the evaluation will be forwarded to the Operating Division and Engineering and Construction Services, for information and/or appropriate action.

   

VIEWING C

OPY

Page 113: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Professional Engineering Services for Residuals Management and Ultraviolet Treatment Facilities at the Island Water Treatment Plant

City of Toronto RFP No. 9117-17-7233

Page 110

APPENDICES APPENDIX A – STANDARD PROJECT SCOPE REQUIREMENTS

A.1 General Requirements

A.2 Health and Safety (including Designated Substances)

A.3 Approvals

A.4 Drawings and Standards

A.5 Class EA – N/A

A.6 Studies

A.7 Pre-Design

A.8 Detailed Design

A.9 Construction and Commissioning (including Inspection Reports)

A.10 Post Construction and Warranty

A.11 Electrical System

A.12 Process Control Systems (PCS)

A.13 Work Management System (WMS) Entity Information Worksheet (EIW)

A.14 Energy Management Plan (EMP)

APPENDIX B - RFP PROCESS TERMS AND CONDITIONS

APPENDIX C - SUBMISSION FORMS

APPENDIX D - SPECIMEN CONTRACT AGREEMENT, INCLUDING INSURANCE FORMS

APPENDIX E - PROJECT REFERENCE MATERIAL (available only in CD format)

APPENDIX F– NON-DISCLOSURE AGREEMENT (NDA)

VIEWING C

OPY

Page 114: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS

ECS VERSION 1.1 – JUNE 2017

_____________________________________________________________________________________________

Page 1 of 9

TABLE OF CONTENTS

A.1 GENERAL PROJECT REQUIREMENTS ................................................................. 2

A.1.1 GENERAL .................................................................................................................................... 2

A.1.2 REPORTS & DRAWINGS STAMPING ............................................................................................... 2

A.1.3 CITY PROJECT MANAGER (PM) .................................................................................................... 2

A.1.4 CO-ORDINATION WITH OTHER CITY DIVISION'S AND SECTIONS ....................................................... 2

A.1.5 PROJECT MEETINGS / DOCUMENTATION / TRACKING ...................................................................... 2

A.1.6 SUBMISSIONS – SPECIFIC OPERATIONS REQUIREMENTS ................................................................ 3

A.1.7 PROJECT SCHEDULES .................................................................................................................. 4

A.1.8 WORKPLAN .................................................................................................................................. 4

A.1.9 CITY’S REVIEWS .......................................................................................................................... 4

A.1.10 DOCUMENT MANAGEMENT ........................................................................................................... 4

A.1.11 QUALITY ASSURANCE AND QUALITY CONTROL .............................................................................. 5

A.1.12 INVOICING REQUIREMENTS ........................................................................................................... 7

A.1.13 PROJECT COST CONTROL ............................................................................................................ 8

VIEWING C

OPY

Page 115: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS

ECS VERSION 1.1 – JUNE 2017

_____________________________________________________________________________________________

Page 2 of 9

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.14, 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 Reports & Drawings Stamping

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

1. 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

1. 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

1. 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.

A.1.5.2 Contract Administration

1. When providing site administration and engineering services during project construction, the Consultant shall schedule site meetings twice monthly, with weekly meetings during commissioning.

2. Arrange, chair and minute all meetings during project to report on status of project activities, review project submissions and discuss design or construction issues.

VIEWING C

OPY

Page 116: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS

ECS VERSION 1.1 – JUNE 2017

_____________________________________________________________________________________________

Page 3 of 9

A.1.5.3 Agendas and Notes of Meeting

1. 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 Tracking

1. 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 Request for Information (RFI) log, 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.1.5.5 Decision Log

1. Through all phases of the project maintain and update bi-weekly the decision log, including name of the issue, description on how resolved and the dates when the issue was first discovered and when it was resolved.

A.1.6 Submissions – Specific Operations Requirements

A.1.6.1 To facilitate communication with the operating staff include in the scope the following:

1. All documents / reports such as Technical Memoranda (TMs), Pre-Design Reports, Engineering Studies, and Conceptual Design Reports shall include:

a) A brief executive summary, at the beginning of each document, highlighting key findings of the report, allowing someone with limited knowledge of the project understand what the report contains.

b) A tabular summary of all findings, recommendations and key design elements.

c) For all design documents, include in the workplan additional design workshops to discuss the findings and information presented in the reports.

d) Project Information Sheet

2. For vertical facilities prepare a one page project information poster (24"h x 36"w) including the scope of work, benefits, impact on Operations, key dates, consultants involved and project staff. The purpose of this project information sheet is to communicate project details to operations staff. It will be displayed on a hard copy on notices boards. This information sheet shall be updated at the following stages:

a) After award

b) After pre-design is complete

c) At 70% completion of detailed design

d) At construction kick off

e) At the start of commissioning

3. For Linear infrastructure projects, prepare a one page project information sheet including the scope of work, benefits, bypass timelines, traffic closures, park and trail closures, alternate routes, key dates, consultants involved and project staff. The purpose of this project information sheet is to communicate project details to operations, coordination and customer service staff.

VIEWING C

OPY

Page 117: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS

ECS VERSION 1.1 – JUNE 2017

_____________________________________________________________________________________________

Page 4 of 9

A.1.7 Project Schedules

A.1.7.1 General

1. 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)

1. The baseline schedule shall be provided prior to submission of the Consultant's first invoice and shall include deliverables and other major milestones. Include additional design workshops at key milestones to ensure Operations input is sought at the appropriate time. The schedule shall show the sequence of work, any interdependencies and the project critical path. Baseline schedule must be approved by the City prior to first payment.

A.1.7.3 Tasks

1. Scheduling of tasks shall allow for City document review time and Consultant's QA/QC time. Task bars should show percent complete.

A.1.7.4 The schedule shall be updated monthly and reviewed at progress meetings. Changes to the project schedule require a written explanation and must be approved, in writing, by the City.

A.1.8 Workplan

A.1.8.1 At the beginning of the project, the Consultant is to confirm and refine the baseline workplan included in the proposal for review and approval by the City.

A.1.8.2 Include in your workplan, an update of the time task breakdown included with the Proposal.

A.1.9 City’s Reviews

A.1.9.1 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 three (3) weeks is required for City review and comment.

A.1.9.2 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.1.9.3 The City will provide written comments to each submission in a standard template provided either by the Consultant or the City.

A.1.9.4 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.1.9.5 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.

A.1.10 Document Management

A.1.10.1 General

1. A record of submission, electronic or hard copy, is required with all deliverables submitted to the City. The record of submission shall provide the project title, list the various documents, and number of copies.

VIEWING C

OPY

Page 118: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS

ECS VERSION 1.1 – JUNE 2017

_____________________________________________________________________________________________

Page 5 of 9

A.1.10.2 Electronic Document Management

1. When submitting draft or final reports, site surveys, CCTV files, design drawings, contract documents, and other deliverables, the consultant shall also provide one electronic (native formats and PDF) copy on CD/DVD/USB for input to the City’s electronic document management system. This must be provided at the same time as the paper copy.

2. All electronic copies shall be editable by the City. Provide Microsoft Word, Microsoft Excel and other native files. All Adobe files shall be searchable and unlocked. Provide hydraulic modelling data files in their native software.

3. 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/USB as the other files. All CD/DVD/USB’s are to be properly labelled.

4. All files produced as a result of the project become the property of the City.

A.1.10.3 Hard Copies

1. Paper print versions of documents shall be submitted to the City as per the Summary of Deliverables (Section 2 of the RFP).

A.1.11 Quality Assurance and Quality Control

A.1.11.1 General

1. The City requires the Consultant to exercise internal Quality Assurance (QA) and Quality Control (QC) for all project deliverables submitted at each stage of project development. This is to ensure that the project will be executed to the City's requirements and expectations. Each deliverable must be signed off by the QA/QC reviewer, specialty designer and project manager.

A.1.11.2 Quality Assurance (QA) Program

1. Perform QA for the project submission to ensure that the design work, has been reviewed and checked by senior staff to conform with the QA program stated in the Proposal. The QA program shall include all those planned and systematic actions required to ensure that the works 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

b) Considerations for Constructability and Reliability

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 for hydraulic capacity and structural integrity of linear infrastructure

f) Health and Safety Requirements applicable to the design and construction, operation and maintenance and decommissioning (ensure access, space, eyewash, utilities, confined space conditions, designated substances incorporated into equipment, piping, CSA rated equipment, valves, hosing, chemicals and materials, etc..)

g) The City's requirements as specified herein and in the Request for Proposal

h) Other specific requirements to the project

VIEWING C

OPY

Page 119: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS

ECS VERSION 1.1 – JUNE 2017

_____________________________________________________________________________________________

Page 6 of 9

3. 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.

A.1.11.3 Quality Control (QC) Program

1. Perform QC for the project to ensure that the design work, when completed, has been reviewed and checked and demonstrates that these services and works meet contractual and regulatory requirements.

2. The engineering drawings 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 and operability

e) To ensure coordination with other existing linear infrastructure, locates and projects under planning, design and/or construction stages within the project area.

f) For health and safety requirements

3. The specifications have been checked for completeness to ensure:

a) All regulatory, design and construction guidelines and City's bylaws requirements are met

b) The standards referenced in the tender are current.

c) Equipment selection, sizing and material are compatible with the existing equipment and piping system. Where matching the existing is required, the equipment and piping should be investigated for possible obsolesce and spare parts availability.

d) That all material and equipment test procedures have been specified and provision for payment of testing is included.

e) That relevant codes and/or standards have been specified

f) That equipment tolerances are specified for proper installation

g) That all specifications included are tailored to the project and contain clauses relevant to the project only.

A.1.11.4 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 include 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.1.11.5 All reports, technical memoranda, drawings, manuals, contract documents and specifications, both initial draft and final copies, as a minimum, must be reviewed with QA/QC completed by the consultant prior to submission to the City. The consultant shall use the “Consultants QA/QC” table shown below on the front page of the document and shall be signed by the appropriate staff prior to submission to the City. A document with no signature will not be reviewed and will be returned.

VIEWING C

OPY

Page 120: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS

ECS VERSION 1.1 – JUNE 2017

_____________________________________________________________________________________________

Page 7 of 9

PRIME CONSULTANT:

SUB-CONSULTANT:

SUBMISSION DATE REVIEWED BY QA/QC STAFF

DATE REVIEWED BY PROJECT MANAGER

Draft 1

Draft 2

Draft 3

Final

A.1.12 Invoicing Requirements

A.1.12.1 General

1. 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.

A.1.12.2 Standard Format

1. All invoices shall include the City’s Purchase Order number, billing period and the City 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, used and remaining balance of provisional and contingency amounts, Total Invoice Amount, Amount Previous Payment, Holdbacks, Taxes 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.1.12.3 Supporting Documentation

1. For tasks billed on time based services to an Upset Limit, the invoice must identify the hours charged to each task by each staff, and the corresponding hourly rate and project role. Billing rates for staff and project roles must be consistent with those provided in the time task matrix within the Financial Proposal.

2. Billing rates for staff or project roles other than those identified in the Financial Proposal shall be submitted in writing for review and shall be subject to approval prior to the utilization of the personnel on the assignment.

3. With each invoice, the Consultant shall provide an updated budget tracking form identifying the approved budget, expenditure for the billing period, expenditure for previous month, percent spent and remaining balance for each project task. The budget tracking form shall track base scope services, provisional items and contingency allowances and follow the cost breakdown identified in the RFP and Consultant Agreement.

A.1.12.4 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.

VIEWING C

OPY

Page 121: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS

ECS VERSION 1.1 – JUNE 2017

_____________________________________________________________________________________________

Page 8 of 9

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.1.12.5 Work Status Report Requirements

1. 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, a brief description of the work completed for each task, percent complete, project-risk, proposed corrective actions, changes in the scope of work and project staffing, schedule update, expenditure update (budget tracking), cash flow projections and the work planned for the next billable period.

A.1.12.6 Statutory Declaration

1. With the request for final progress 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 Commissioner of Oaths.

A.1.12.7 Audits

1. 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 2.

2. Financial report shall be performed by an external auditor duly licensed under the Public Accounting Act, 2004 (as amended) to the effect that in his/her opinion the charges set forth in such final statement are properly chargeable under the associated engineering agreement. The report shall be in the form prescribed by the Canadian Institute of Chartered Accountants (CICA) guidelines.

A.1.13 Project Cost Control

A.1.13.1 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.

2. The Consultant shall provide written notice within 15 days for potential scope changes and/or cost overruns 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.

3. 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.1.13.2 Upset Limits

1. Consultants must not exceed the approved Upset Limit without first obtaining written approval from the City.

2. Where the Consultant has exceeded the Upset Limit without prior written approval of the City, the Consultant shall assume full responsibility for the cost of such services.

VIEWING C

OPY

Page 122: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS

ECS VERSION 1.1 – JUNE 2017

_____________________________________________________________________________________________

Page 9 of 9

3. 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, the Consultant must identify the cost of the extra work and seek written approval from the City prior to commencement of the work.

A.1.13.3 Engineering Change Orders

1. All changes in engineering services provided by Consultants must be confirmed by Change Orders and authorized by the City.

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 (working days)

d) Impact on Construction Cost (if applicable)

A.1.13.4 Contingency & Provisional Items

1. The contingency allowance is for potential extra work that may be required beyond the base scope work, and is subject to the approval of the City. Provisional items and allowances are for specific items as identified in the Agreement. Payments from the contingency or provisional allowance will only be made following issuance of a Change Order approved by the City.

END OF APPENDIX A.1

VIEWING C

OPY

Page 123: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.2 – HEALTH AND SAFETY REQUIREMENTS

INCL. DESIGNATED SUBSTANCES ECS VERSION 1.0 – OCTOBER 2016

_____________________________________________________________________________________________

Page 1 of 6

TABLE OF CONTENTS

A.2 HEALTH AND SAFETY INCLUDING DESIGNATED SUBSTANCES ..................... 2

A.2.1 GENERAL REQUIREMENTS ............................................................................................................ 2

A.2.2 DESIGNATED SUBSTANCES (INCLUDING ASBESTOS) MANAGEMENT ................................................ 2

A.2.3 MANDATORY QUALIFICATIONS FOR CONSULTANTS UNDERTAKING DESIGNATED SUBSTANCES

SURVEYS..................................................................................................................................... 5

VIEWING C

OPY

Page 124: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.2 – HEALTH AND SAFETY REQUIREMENTS

INCL. DESIGNATED SUBSTANCES ECS VERSION 1.0 – OCTOBER 2016

_____________________________________________________________________________________________

Page 2 of 6

A.2 HEALTH AND SAFETY INCLUDING DESIGNATED SUBSTANCES

A.2.1 General Requirements

A.2.1.1 The project shall comply with City requirements with respect to Health & Safety and Designated Substances Management.

A.2.1.2 Consultants who enter water and wastewater facilities or construction sites are likely to be exposed to chemical, biological and physical hazards.

A.2.1.3 The consultant 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.

A.2.1.4 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, Ministry of Labour, Regulations including but not limited to "Working at Heights" stands and "Confined Spaces" guidelines.

A.2.1.5 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, designated substances awareness and any other appropriate certificate required to be onsite).

A.2.1.6 WHMIS training, confined space awareness training, and 4-hour designated substances 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.

A.2.1.7 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.

A.2.1.8 The Consultant is responsible for providing all necessary health & 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. The City will not provide equipment for use by the Consultant, including but not limited to ladders, fall arrest equipment, and gas detection equipment.

A.2.1.9 Note health and safety obligations with respect to geotechnical work and OHSA in Appendix A.7.

A.2.1.10 Prior to initiating any work onsite, the consultant must submit a letter on company letterhead, identifying hat all personnel engaged in the assignment have had appropriate training in accordance with this appendix.

A.2.2 Designated Substances (including Asbestos) Management

A.2.2.1 Designated Substances & Asbestos Surveys (DSL) – General

1. Comply with Ontario Regulation O. Reg. 490/09.

VIEWING C

OPY

Page 125: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.2 – HEALTH AND SAFETY REQUIREMENTS

INCL. DESIGNATED SUBSTANCES ECS VERSION 1.0 – OCTOBER 2016

_____________________________________________________________________________________________

Page 3 of 6

2. In accordance with Part IV 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:

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:

a) Polychlorinated biphenyls (PCBs);

b) Ozone-Depleting Substances;

c) Urea Formaldehyde Foam Insulation;

d) Man-made mineral fibres; and

e) Mould.

4. Where the scope of work refers to “Designated Substances”, this includes all of the items noted above.

A.2.2.2 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;

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.

VIEWING C

OPY

Page 126: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.2 – HEALTH AND SAFETY REQUIREMENTS

INCL. DESIGNATED SUBSTANCES ECS VERSION 1.0 – OCTOBER 2016

_____________________________________________________________________________________________

Page 4 of 6

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.2.2.3 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.

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.2.2.2 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.

VIEWING C

OPY

Page 127: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.2 – HEALTH AND SAFETY REQUIREMENTS

INCL. DESIGNATED SUBSTANCES ECS VERSION 1.0 – OCTOBER 2016

_____________________________________________________________________________________________

Page 5 of 6

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) Provide tender site drawings and a technical specifications that will include detailed protocol for:

1. Removal of Designated Substances required under the contract (if any).

2. Quantities of materials identified.

3. 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.

4. Management in-place, as appropriate.

5. 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.

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.2.3 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:

VIEWING C

OPY

Page 128: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.2 – HEALTH AND SAFETY REQUIREMENTS

INCL. DESIGNATED SUBSTANCES ECS VERSION 1.0 – OCTOBER 2016

_____________________________________________________________________________________________

Page 6 of 6

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.2.3.2 Mandatory Qualifications for Laboratories being used for Designated Substances

1. The proposed laboratory must meet the following criteria:

a) Accredited under the National Institute of Standards and Technology (NIST) and the Canadian Association for Laboratory Accreditation (CALA). 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.

b) For asbestos note the following:

1. Individuals performing air sample analysis should be personnel registered in a Proficiency Analytical Testing (PAT) program such as the following:

a) Asbestos Analyst Registry (AAR) of the American Industrial Hygiene Association (AIHA)

b) Canadian Analytical Laboratory Accreditation (CALA) PCM

c) IIRST

2. Samples must be analyzed using appropriate method for determination in accordance with the requirements detailed in O.Reg. 278/05

END OF APPENDIX A.2

VIEWING C

OPY

Page 129: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.3 – REGULATORY APPROVALS ECS VERSION 1.0 – OCTOBER 2016

_____________________________________________________________________________________________

Page 1 of 3

TABLE OF CONTENTS

A.3 REGULATORY APPROVALS .................................................................................. 2

A.3.1 GENERAL .................................................................................................................................... 2

A.3.2 FEDERAL ..................................................................................................................................... 2

A.3.3 PROVINCIAL ................................................................................................................................. 2

A.3.4 MUNICIPAL AND OTHER AGENCY ................................................................................................... 3

VIEWING C

OPY

Page 130: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.3 – REGULATORY APPROVALS ECS VERSION 1.0 – OCTOBER 2016

_____________________________________________________________________________________________

Page 2 of 3

A.3 Regulatory Approvals

A.3.1 General

A.3.1.1 The Consultant will be required to liaise with the City and the approving agencies to: 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. The base scope also includes all communication by the Consultant with the approving agencies during the approval process until the approval is issued.

A.3.1.2 The City will pay for the cost of the application fees of all required approvals.

A.3.1.3 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.

A.3.1.4 The following sections outline approvals and permits that may be required depending on the project location and type of work. The City expects that the Consultant will determine and confirm for itself the specific approvals and permits that are required for the project.

A.3.2 Federal

1. Fisheries & Oceans Canada

a) Department of Fisheries and Oceans Act

b) Fisheries Act

2. Transport Canada

a) Department of Transport Act and Regulations

b) Government Property Traffic Act and Regulations

c) Navigable Waters Protection Act

3. Canadian National Railway

4. National Energy Board

A.3.3 Provincial

1. Ministry of Environment and Climate Change (MOECC)

a) Environmental Compliance Approval or License (Water, Sewage, Air, Waste)

b) Permit to Take Water

2. Ministry of Natural Resources (MNR) including SARA and Landowner Authorization to carry out work on Crown Land

3. Ministry of Transportation

4. The Boilers and Pressure Vessels Act Ontario (MCCR, TSSA)

5. Environmental Protection Act, Ontario Regulation 309

6. Environmental – Noise, Ontario Regulation NPC 205

7. Electrical Safety Authority (ESA)

8. Toronto Hydro / Power Stream

9. Ministry of Labour

10. Ministry of Tourism, Culture and Sports (MTCS) – Heritage and Archaeological Approval

11. Ontario Energy Board

VIEWING C

OPY

Page 131: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.3 – REGULATORY APPROVALS ECS VERSION 1.0 – OCTOBER 2016

_____________________________________________________________________________________________

Page 3 of 3

A.3.4 Municipal and other Agency

1. Digester Gas Code CAN/CGA-B105-M93

2. Technical Standards and Safety Authority (TSSA)

3. Toronto Region Conservation Authority (TRCA)

4. Transportation Services

a) Road cut permit

b) Street Occupancy Permit

c) RODARS Application for work and traffic closures at intersection(s)

5. Utility coordination, approvals and permits:

a) Toronto Hydro

b) Gas

c) Cable

d) Bell, Rogers, All stream, Cogeco and other telecom companies

e) TTC

f) Other Specific Utility crossing

6. City of Toronto Municipal By-Laws

7. 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 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 satisfying the latest requirements of the Site Plan approval process.

8. Toronto Building:

a) Building Permit

b) Plumbing Permit

c) HVAC Permit.

d) Occupancy permit

END OF APPENDIX A.3 VIEWIN

G COPY

Page 132: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.4 – STANDARDS ECS VERSION 1.0 – OCTOBER 2016

_____________________________________________________________________________________________

Page 1 of 3

TABLE OF CONTENTS

A.4 STANDARDS ........................................................................................................... 2

A.4.1 GUIDELINES, CODES & STANDARDS .............................................................................................. 2

A.4.2 CITY STANDARDS ......................................................................................................................... 2

A.4.3 CITY REQUIREMENTS FOR PLANT & FACILITY STRUCTURES ........................................................... 2

A.4.4 CITY DRAWING STANDARDS ......................................................................................................... 3

VIEWING C

OPY

Page 133: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.4 – STANDARDS ECS VERSION 1.0 – OCTOBER 2016

_____________________________________________________________________________________________

Page 2 of 3

A.4 Standards

A.4.1 Guidelines, Codes & Standards

A.4.1.1 The Consultant shall use the latest versions of 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:

1. The Boilers and Pressure Vessels Act Ontario (MCCR, TSSA, etc.)

2. CSA B149.6–15 – Code for digester gas, landfill gas and biogas generation and utilization

3. CSA B149.3–15 – Code for the field approval of fuel-related components on appliances and equipment

4. Navigable Water Act

5. Ontario Gas Utilization Code, Ontario Regulation 244, 346

6. Environmental Protection Act,

7. Ontario Health and Safety Act

8. Ontario Building Code (OESC) and latest Electrical Safety Authority (ESA) Bulletins

9. Ontario Electrical Safety Code

10. Ontario Water Resources Act

11. NFPA 820 Standard for Fire Protection in Wastewater Treatment and Collection Facilities

12. CSA Code Z462 latest edition – Workplace Electrical Safety

13. American Concrete Institute ACI 350-01

14. Safe Drinking Water Act.

15. Ministry of Environment and Climate Change (MOECC) standards and guidelines

16. American Water Works Association (AWWA) standards and specifications

17. American Society of Mechanical Engineers (ASME) standards and specifications

18. American Society for Testing and Materials (ASTM) standards and specifications

A.4.2 City Standards

A.4.2.1 When fulfilling the project requirements, the Consultant is to ensure compliance with the latest version of the following City of Toronto standards, unless specifically directed otherwise by the Project Manager:

1. “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.

2. City of Toronto’s “Standard Construction Specifications & Drawings for Sewers, Watermains and Roads”.

3. Engineering and Construction Services Field Services Manual

4. Toronto Water Electrical (Division – 16) Specifications

A.4.3 City Requirements for Plant & Facility Structures

A.4.3.1 Design plant and facility structures in accordance with Ontario Building Code for post-disaster buildings.

VIEWING C

OPY

Page 134: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.4 – STANDARDS ECS VERSION 1.0 – OCTOBER 2016

_____________________________________________________________________________________________

Page 3 of 3

A.4.3.2 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.

A.4.3.3 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.

A.4.3.4 The building/structure is to be constructed in accordance with the City’s Accessibility Design Guidelines.

A.4.3.5 The project design shall incorporate elements necessary for the completed project to achieve the Toronto Green Development Standard (a minimum of Silver level of certification under the LEED Canada NC-01 Rating System) where applicable.

A.4.3.6 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.

A.4.4 City Drawing Standards

A.4.4.1 Latest version of "CADD Specifications for AutoCAD, Consultants Manual" or “CADD Specifications for Microstation V8”.

1. Drawings with colours shall be reproducible by all printing or duplication media in black and white.

2. Except as may be modified or specified herein, or otherwise approved by the City, the collection and depiction of subsurface utility information shall conform to the applicable provisions of CI/ASCE 38-02, “Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data”.

3. Drafting and lettering shall be of proper density and legibility for a 50% reduction during reproduction.

4. 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.

5. Final drawings for reproduction shall have all drafting work and image on one side of the sheet.

6. The Consultant shall replace, at no cost to the City, sheets that do not comply with the above criteria.

7. Topographic mapping, field edit, compiled area plan, and property surveys and other data require proper editing and formatting by the Consultant in accordance with the City’s drafting standard before being used as a base plan.

END OF APPENDIX A.4

VIEWING C

OPY

Page 135: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.5 – MUNICIPAL CLASS ENVIRONMENTAL ASSESSMENT

ECS VERSION 1.0 – JUNE 2017

_____________________________________________________________________________________________

Page 1 of 2

TABLE OF CONTENTS

A.5 MUNICIPAL CLASS ENVIRONMENTAL ASSESSMENT (MCEA) .......................... 2

A.5.1 GENERAL REQUIREMENTS ............................................................................................................ 2

VIEWING C

OPY

Page 136: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.5 – MUNICIPAL CLASS ENVIRONMENTAL ASSESSMENT

ECS VERSION 1.0 – JUNE 2017

_____________________________________________________________________________________________

Page 2 of 2

A.5 MUNICIPAL CLASS ENVIRONMENTAL ASSESSMENT (MCEA)

A.5.1 General Requirements

A.5.1.1 The Consultant shall undertake the tasks defined and outlined in the 2015 version of Municipal Class Environmental Assessment (MCEA) (October 2000, as amended in 2007, 2011 & 2015). The aforementioned 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 MCEA document, and must be completed in the sequence shown in this diagram. Exhibit A.2 can be found on the MCEA website here: http://www.municipalclassea.ca/manual/page74.html The MCEA process is also outlined in the MCEA Companion Guide (2015), available on the MEA website. Additional City expectations and requirements are outlined in the following discussion.

A.5.1.2 It is important that the problem or opportunity to be addressed in the study be defined in consultation with the City of Toronto, the Ministry of the Environment and Climate Change (MOECC) 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.

A.5.1.3 The Consultant is required to maintain documentation, in accordance with the MCEA requirements.

A.5.1.4 The consultant is responsible for ensuring that the overall EA process is managed effectively within the shortest possible timeframe and within the available budget. The final responsibility for ensuring that all the conditions of the EA process are met lies with the Consultant.

A.5.1.5 All tasks are the responsibility of the Consultant unless specifically identified as the City's responsibility within the main body of the RFP. Follow the steps as identified in the requisite Phases of the MCEA process.

A.5.1.6 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 document so that the document is essentially written, reviewed and approved, step by step, during the course of the project when key milestones and decision points are reached. Refer to Section 2 Summary of Project Submissions.

A.5.1.7 If authorized by the City, perform an Environmental Impact Study. A provisional allowance is included in Section 5 to cover the services for the study, in case it is identified as a requirement during the EA process.

END OF APPENDIX A.5

VIEWING C

OPY

Page 137: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.6 – ENGINEERING STUDY ECS VERSION 1.1 – APRIL 2017

_____________________________________________________________________________________________

Page 1 of 4

TABLE OF CONTENTS

A.6 ENGINEERING STUDY .......................................................................................... 2

A.6.1 GENERAL PROJECT REQUIREMENTS ........................................................................................... 2

A.6.2 DATA COLLECTION ..................................................................................................................... 2

A.6.3 STANDARDS .............................................................................................................................. 3

A.6.4 CONCEPTUAL DESIGN ALTERNATIVES ......................................................................................... 3

A.6.5 STUDY REPORT ......................................................................................................................... 3

A.6.6 DELIVERABLES .......................................................................................................................... 4

VIEWING C

OPY

Page 138: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.6 – ENGINEERING STUDY ECS VERSION 1.1 – APRIL 2017

_____________________________________________________________________________________________

Page 2 of 4

A.6 Engineering Study

A.6.1 General Project Requirements

A.6.1.1 Reference Appendices

A.1 General Requirements

A.2 Health and Safety

A.4 Drawings and Standards

A.6.2 Data Collection

A.6.2.1 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.6.2.2 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.

A.6.2.3 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.

VIEWING C

OPY

Page 139: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.6 – ENGINEERING STUDY ECS VERSION 1.1 – APRIL 2017

_____________________________________________________________________________________________

Page 3 of 4

2. Study Plan

The consultant shall prepare a Study Plan tailored to the scope and goals of this study outlining the following:

a) Materials/media to be sampled and rationale

b) Sampling equipment and methodology

c) Parameters to be monitored or tested and rationale

d) Monitoring and testing equipment and methodology

e) Sampling/monitoring locations, number of samples and duplicates

f) Sampling/monitoring access issues, operational issues (ie shut-downs) and process requirements, potential impact to Certificate of Approval, and associated consultation strategy

g) Laboratory analytical plan

h) Comparative criteria (i.e. applicable Codes, Standards, Regulations, Guidelines, etc.)

i) 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:

a) Summarise all equipment components and identify those in good condition, in need of repair, and in need of replacement;

b) Estimate costs and schedule; and

c) Estimate the life-span of the refurbished equipment.

A.6.3 Standards

Refer to the RFP Appendix A.4 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.6.4 Conceptual Design Alternatives

A.6.4.1 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.6.5 Study Report

A.6.5.1 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

VIEWING C

OPY

Page 140: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.6 – ENGINEERING STUDY ECS VERSION 1.1 – APRIL 2017

_____________________________________________________________________________________________

Page 4 of 4

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.6.5.2 The review shall document the process with sufficient level of detail to support the City’s decision on proceeding with the selected alternative.

A.6.5.3 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.6.6 Deliverables

A.6.6.1 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

6. Estimated project cost

END OF APPENDIX A.6

VIEWING C

OPY

Page 141: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.7 – PRE-DESIGN ENGINEERING SERVICES

ECS VERSION 1.2 – JUNE 2017

_____________________________________________________________________________________________

Page 1 of 15

TABLE OF CONTENTS

A.7 PRE-DESIGN ENGINEERING SERVICES ............................................................... 2

A.7.1 GENERAL .................................................................................................................................... 2

A.7.2 FIELD REVIEWS, STUDIES AND SURVEYS ....................................................................................... 4

A.7.3 ENERGY MANAGEMENT PLAN (EMP) ............................................................................................ 5

A.7.4 REVIEW OF DESIGN ALTERNATIVES ............................................................................................... 5

A.7.5 PRE-DESIGN REPORT .................................................................................................................. 5

A.7.6 SPECIALTY SUB-CONSULTANTS .................................................................................................. 10

A.7.7 DELIVERABLES ........................................................................................................................... 12

A.7.8 SUBSURFACE UTILITY ENGINEERING (SUE) ................................................................................ 12

VIEWING C

OPY

Page 142: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.7 – PRE-DESIGN ENGINEERING SERVICES

ECS VERSION 1.2 – JUNE 2017

_____________________________________________________________________________________________

Page 2 of 15

A.7 Pre-Design Engineering Services

A.7.1 General

A.7.1.1 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. Visit the site to determine existing conditions, equipment locations, process layout and flow, services, features, connections, routes, access, interference, etc., related to the project. The expected level of the site review includes a walk through the facility, visual observations and verification of the available drawings and documents. 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 and verify documents or drawings will be at the Consultant’s own cost.

A.7.1.2 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.7.1.3 Provide a site plan clearly identifying the anticipated 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

A.7.1.4 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, electrical, instrumentation and components.

The Master P&ID sets typically include;

1. Process piping, size and service

2. Flow directions

3. Interconnection references to other drawings

4. Valves with tag designations

5. Mechanical equipment with tag designations

6. Instrumentation with tag designations

7. Tankage, size and service

8. Electrical distribution and control and assets inclusive of tagging

9. Control inputs and outputs, interlocks, annunciation inputs

10. Identification of components and subsystems delivered by others

11. Intended physical sequence of the equipment

12. 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.7.1.5 At each facility, the City maintains a complete set of Master Single Line Diagrams (Master SLDs) that schematically depict paths for power flow from incoming power source to each downstream load – including the ratings and sizes of each piece of electrical equipment, their circuit conductors and their protective devices.

VIEWING C

OPY

Page 143: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.7 – PRE-DESIGN ENGINEERING SERVICES

ECS VERSION 1.2 – JUNE 2017

_____________________________________________________________________________________________

Page 3 of 15

A.7.1.6 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. Refer to Appendix A.11 for the details of the requirements.

A.7.1.7 At each facility, the City of Toronto maintains a complete set of Master SCADA Architecture Drawings.

The Master SCADA Architecture drawings typically include:

1. Core closets

2. Access closets

3. RPUs

4. Servers

5. HMIs

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.7.1.8 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.

A.7.1.9 I&C and SCADA Requirements

1. Ensure that the selected equipment/system can be fully automated and is suitable for unattended operation, where appropriate.

2. Comply with the requirements of the Toronto Water Process Control System (PCS) Implementation Guidelines.

A.7.1.10 Approvals

1. Refer to Appendix A.3 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 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

VIEWING C

OPY

Page 144: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.7 – PRE-DESIGN ENGINEERING SERVICES

ECS VERSION 1.2 – JUNE 2017

_____________________________________________________________________________________________

Page 4 of 15

A.7.2 Field Reviews, Studies and Surveys

A.7.2.1 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.7.2.2 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.

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.7.2.3 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 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.7.2.4 Topographical survey

1. A topographical survey of the project area is required.

A.7.2.5 Existing Equipment

1. 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.7.2.6 Existing Structures

1. Undertake a visual 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. Review and discuss with the City further specialized investigation, if required.

2. 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.

VIEWING C

OPY

Page 145: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.7 – PRE-DESIGN ENGINEERING SERVICES

ECS VERSION 1.2 – JUNE 2017

_____________________________________________________________________________________________

Page 5 of 15

A.7.2.7 Operating Procedures

1. The Consultant shall become fully familiar with the facility’s operating procedures/systems.

A.7.2.8 Operating Procedures

1. Undertake the initial project specific survey in accordance with A.2 and provide recommendations & work scope for abatement activities.

A.7.3 Energy Management Plan (EMP)

A.7.3.1 Energy Management Plan

1. Refer to Appendix A.14 for the Energy Management Plan (EMP) requirements

2. Provide an EMP (Prelim) at the pre-design stage of the project.

3. Provide an updated EMP (Final) at 70% detailed-design stage of the project

A.7.4 Review of Design Alternatives

A.7.4.1 The Consultant shall prepare a review of design alternatives and summarize in a technical memo.

A.7.4.2 The technical memo 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 and acceptance by the City. The analysis of options shall include, but is not limited to the following:

1. Cost of ownership including annual fixed/amortized costs

2. Land requirements

3. Impact on future and current land use

4. Site constraints

5. Technology applicability

6. Equipment reliability

7. Operational issues and concerns

8. Operational and maintenance costs

9. Constructability

10. Design and construction schedule

A.7.4.3 On selected projects the review of design alternatives and the pre-design report may be combined in one document. Refer to the project specific scope of work in the RFP

A.7.5 Pre-Design Report

A.7.5.1 General

1. Prepare a comprehensive Pre-Design Report (PDR), which will provide the basis and details for the detailed design and construction of the proposed facilities.

2. Submit a report outline to the City for approval prior to commencement of the report.

3. The final PDR must be signed and stamped by a Professional Engineer licensed in Ontario.

4. Upon approval of the PDR by the City, changes will not be permitted unless authorized in writing by the City

VIEWING C

OPY

Page 146: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.7 – PRE-DESIGN ENGINEERING SERVICES

ECS VERSION 1.2 – JUNE 2017

_____________________________________________________________________________________________

Page 6 of 15

A.7.5.2 Plant & Facility Projects PDR

The scope of the PDR shall 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) Electrical power supply

d) Site access and egress

e) Storm water drainage management

f) Communication Services

g) Natural gas

5. Basic Design Data

a) Basic design data as required by the regulatory agencies.

b) Preliminary process design calculations, as required, using existing Plant data where available.

c) Rationale for the design criteria used.

d) List of standards, codes, and guidelines applied in the design

6. Process Design Elements

a) Provide Master P&ID showing all demolition and new tie-in points. Provide additions on separate drawing(s) to the Process Flow Diagram (PFD) level of detail.

b) A preliminary hydraulic profile, identifying major unit operating liquid levels. All assumptions and calculations used to develop the hydraulic profile must be included in an appendix.

c) Equipment list and data sheets for major equipment, including product information and catalogue sheets.

d) Recommendations on pre-selection or pre-purchase of process equipment, where 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, Power Distribution Panel (PDP), Motor Control Centre (MCC) and in-line measuring devices.

c) Identify all process and piping modifications required to accommodate new systems. Develop pre-design of necessary modifications as required

VIEWING C

OPY

Page 147: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.7 – PRE-DESIGN ENGINEERING SERVICES

ECS VERSION 1.2 – JUNE 2017

_____________________________________________________________________________________________

Page 7 of 15

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 comply with the standards expected for extended lifespan.

e) Landscaping must be given careful consideration to ensure that the end result will blend in with the existing surrounding area and ensure adequate drainage

9. Electrical system

a) Refer to Appendix A.11 for the details of the electrical system requirements and the following systems:

1. Fire alarm

2. Telephone/Communication System

3. Public Address System

4. Security System

5. Emergency Standby Power

10. Mitigating Measures

a) Proposed mitigating measures reducing impact on natural, economic, and community environment, such as noise attenuation, air emission reduction, and visual aesthetics.

11. Process Control System (PCS) Including Instrumentation

a) Provide Master SCADA Architecture drawing(s) showing all demolition and new tie-in points. Provide additions on a separate drawing(s)

b) Address the following requirements:

1. Paging and security

2. Equipment and instrumentation list

3. Process narrative

c) Refer to Appendix A.12 for the details of the PCS requirements

12. 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 with NFPA 820, where applicable.

c) Fan schedule, including equipment listing all units and 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 ensure that the expanded facility heating requirements are met.

VIEWING C

OPY

Page 148: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.7 – PRE-DESIGN ENGINEERING SERVICES

ECS VERSION 1.2 – JUNE 2017

_____________________________________________________________________________________________

Page 8 of 15

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.

13. Ancillary Systems

a) Plant water requirement list, frequency of use, flows and pressures.

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.

14. Reduced Drawings

a) Provide reduced drawings (11x17) of the following with the pre-design report:

1. Site Plan

2. Process diagrams

3. Hydraulic grade line

4. Electrical Master SLDs

5. Architectural elevations

6. Floor plans/ sections

7. HVAC

8. I&C and SCADA drawings in accordance with the PCS Guidelines.

15. 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

16. Operating and Maintenance (O&M) Cost Estimates

a) Provide a summary of all operation and maintenance cost components affected by the project with a brief explanation including the following:

1. Hydro

2. Potable water and other utilities as required

3. Chemicals, fuel and other consumables

4. Spare parts

5. Staffing requirements

17. External specialty services such as maintenance contracts, testing services, calibration services 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.

VIEWING C

OPY

Page 149: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.7 – PRE-DESIGN ENGINEERING SERVICES

ECS VERSION 1.2 – JUNE 2017

_____________________________________________________________________________________________

Page 9 of 15

18. 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.

e) Confirm and show that isolation and tie-ins to existing systems are possible without impacting the facilities ability to meet all regulatory requirements.

f) 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.

g) 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.

h) Provide a workplan to coordinate and perform test isolations of the existing isolation devices, including gates and stop logs / bulkheads, if required

19. Schedule

a) Prepare a preliminary schedule for final design, construction, commissioning, 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 sequence of construction required to minimize disruption to plant operations.

A.7.5.3 Water and Wastewater Mains PDR

The PDR should include the following sections:

1. Project Description

a) Background

b) Objectives

2. Plan and Profile Drawings

a) Preliminary plan and profile including:

1. Existing soils information

2. 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.

VIEWING C

OPY

Page 150: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.7 – PRE-DESIGN ENGINEERING SERVICES

ECS VERSION 1.2 – JUNE 2017

_____________________________________________________________________________________________

Page 10 of 15

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.7.6 Specialty Sub-Consultants

A.7.6.1 Geotechnical Investigation

1. Retain the services of a 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 drilling 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. Prepare and submit a Soil Investigation Report that addresses the following as a minimum:

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).

VIEWING C

OPY

Page 151: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.7 – PRE-DESIGN ENGINEERING SERVICES

ECS VERSION 1.2 – JUNE 2017

_____________________________________________________________________________________________

Page 11 of 15

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) Soil Chemical Analysis Report based on the testing of a minimum of six (6) representative soil samples, taken at the rate of 1 sample per 100m3 or as appropriate for the site size. A Qualified Person (QP) shall confirm acceptability of testing frequency required to characterize the soil affected in total, based on the site characteristics (history, land use, soil stratigraphy etc.). Analysis is to include Metals and Inorganics, Petroleum Hydrocarbons, Polycyclic Aromatic Hydrocarbons, Volatile Organic Compounds, PCBs, asbestos. Provide testing for O.Reg 347 Schedule 4 parameters at a frequency of 1 sample per 100m3. The chemical analysis is intended to address any qualitative concerns for materials to be 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.7.6.2 Noise Study

1. Retain the services of a specialized firm to conduct a noise study in compliance with NPC and the City of Toronto Municipal Code.

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.

3. Allow for a minimum of eight weeks for the City to retain these services.

VIEWING C

OPY

Page 152: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.7 – PRE-DESIGN ENGINEERING SERVICES

ECS VERSION 1.2 – JUNE 2017

_____________________________________________________________________________________________

Page 12 of 15

A.7.7 Deliverables

A.7.7.1 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 Report

8. Noise Study

A.7.8 Subsurface Utility Engineering (SUE)

A.7.8.1 Undertake SUE investigations to quality level defined in RFP per requirements below

A.7.8.2 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:

1. 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

2. 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.

3. Records Review- review records for evidence or indication of additional available records. For duplicate or conflicting information, provide clarification.

4. Aerial or Ground-Mounted Facilities- include records research, identification, and depiction of aerial or ground-mounted facilities in Quality Level ‘D’ tasks when specified.

5. 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.7.8.3 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:

1. 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.

VIEWING C

OPY

Page 153: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.7 – PRE-DESIGN ENGINEERING SERVICES

ECS VERSION 1.2 – JUNE 2017

_____________________________________________________________________________________________

Page 13 of 15

2. Identification of Surface Utility Features- identify surface features, from project topographic data (if available) and from field observations that are surface appurtenances of subsurface utilities.

3. Aerial or Ground-Mounted facilities- include survey and correlation of aerial or ground-mounted utility facilities in Quality Level C tasks if specified.

4. 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 survey data for accuracy and completeness.

5. 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.

6. 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.7.8.4 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:

1. 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.

2. 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.

3. 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.

VIEWING C

OPY

Page 154: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.7 – PRE-DESIGN ENGINEERING SERVICES

ECS VERSION 1.2 – JUNE 2017

_____________________________________________________________________________________________

Page 14 of 15

4. 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.

5. All completed design services must be certified as to accuracy a licensed Professional Engineer. All drawings and reports must be stamped and signed.

A.7.8.5 Quality Level “A”

Locating Horizontal and Vertical Position is the most accurate assessment and is typically used 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:

1. 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.

2. 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.

3. 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.

4. 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.

5. 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

VIEWING C

OPY

Page 155: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.7 – PRE-DESIGN ENGINEERING SERVICES

ECS VERSION 1.2 – JUNE 2017

_____________________________________________________________________________________________

Page 15 of 15

conditions. Identity of utility owner/operator. Other pertinent information as is reasonably ascertainable from test hole.

6. 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 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.

7. 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.

8. 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.7

VIEWING C

OPY

Page 156: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.8 – DETAILED DESIGN ENGINEERING SERVICES

ECS VERSION 1.3 – JUNE 2017

_____________________________________________________________________________________________

Page 1 of 10

TABLE OF CONTENTS

A.8 DETAILED DESIGN ENGINEERING SERVICES..................................................... 2

A.8.1 GENERAL .................................................................................................................................... 2

A.8.2 PRE-REQUISITES ......................................................................................................................... 2

A.8.3 DESIGN REVIEW REQUIREMENTS .................................................................................................. 3

A.8.4 50% DESIGN REVIEW PACKAGE ................................................................................................... 3

A.8.5 70% DESIGN REVIEW PACKAGE ................................................................................................... 4

A.8.6 95% DESIGN REVIEW PACKAGE ................................................................................................... 5

A.8.7 100% FINAL DESIGN PACKAGE .................................................................................................... 6

A.8.8 EQUIPMENT PRE-SELECTION PROCESS ........................................................................................ 7

A.8.9 SPECIFICATION REQUIREMENTS ................................................................................................... 7

A.8.10 APPROVALS ................................................................................................................................. 8

A.8.11 PRE-START HEALTH & SAFETY REVIEW ........................................................................................ 8

A.8.12 PRE-TENDER ESTIMATE ............................................................................................................... 9

A.8.13 SERVICES DURING TENDER PERIOD .............................................................................................. 9

A.8.14 HAZARD AND OPERABILITY REVIEW .............................................................................................. 9

A.8.15 CONTRACTOR PRE-QUALIFICATION ............................................................................................. 10

VIEWING C

OPY

Page 157: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.8 – DETAILED DESIGN ENGINEERING SERVICES

ECS VERSION 1.3 – JUNE 2017

_____________________________________________________________________________________________

Page 2 of 10

A.8 Detailed Design Engineering Services

A.8.1 General

A.8.1.1 Complete the detailed design of the project as outlined in the final pre-design report (unless otherwise directed) including the preparation of tender/contract documents, contract drawings, and technical specifications.

A.8.1.2 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.8.1.3 Provide continuous quality assurance and quality control (QA/QC) per Appendix A1

A.8.1.4 Prepare drawings in accordance with the City’s Design & Drafting Standards and requirements of Appendix A.4.

A.8.1.5 Obtain drawing numbers from the City.

A.8.1.6 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. The Consultant is 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.8.1.7 All processes shall be fully automated, allowing for unattended operation of the system. Comply with the requirements of the PCS Guidelines and Appendix A12

A.8.1.8 Where necessary, co-ordinate with City staff for test pits. 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. Provide the report of the test pits to the City.

A.8.1.9 Complete an assessment of newly created confined spaces (both during and after construction). Identify potential updates 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.

A.8.1.10 As per National Fire Protection Association (NFPA) 820 and Ontario Electrical Safety Code (OESC) provide electrical area classifications drawing for all working areas within the project scope and indicating areas in the project requiring a hot work permit.

A.8.2 Pre-Requisites

A.8.2.1 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-technical/sub-surface investigation report has been submitted (if applicable).

VIEWING C

OPY

Page 158: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.8 – DETAILED DESIGN ENGINEERING SERVICES

ECS VERSION 1.3 – JUNE 2017

_____________________________________________________________________________________________

Page 3 of 10

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. A workplan to identify and verify ground and buried utilities and services has been provided.

8. Electrical area classifications drawing(s) has been developed for waste-water facilities.

A.8.3 Design Review Requirements

A.8.3.1 Detailed design review packages are required at 50%, 70%, 95% and 100% design completions.

A.8.3.2 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.8.3.3 Request for Information (RFI) Log – create and maintain RFI log, including issue date and response date.

A.8.3.4 Decisions Log – create and maintain issues log documenting decisions made with appropriate references to other documents such as meeting minutes/notes, RFI. Append decisions log with the meeting minutes.

A.8.3.5 Capital Costs and Schedule -Track project capital costs and schedule throughout the project design period. Identify impacts of design changes on the schedule and capital costs

A.8.4 50% Design Review Package

A.8.4.1 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. 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 Entity Information / WMS Worksheet excel spreadsheet.

A.8.4.2 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

a) Master P&IDs edited to document proposed demolition, alteration and modification, including integration and tie in with existing systems

b) New P&IDs, where applicable, including tag number for all equipment, valves, and instruments

c) Hydraulic profile

d) Equipment Data Sheets

e) List of Major Equipment selection

f) Confirm equipment that requires pre-selection/pre-purchase

VIEWING C

OPY

Page 159: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.8 – DETAILED DESIGN ENGINEERING SERVICES

ECS VERSION 1.3 – JUNE 2017

_____________________________________________________________________________________________

Page 4 of 10

3. Building Layouts indicating:

a) Floor plans with major equipment size and location

b) Major piping and duct work

c) Raceways for electrical duct work, HVAC ducting, plumbing, etc.

d) Building sections and elevations

4. Plans and Profile drawings of existing and proposed mains, sewer, utilities, hydro/electrical ducts/duct banks and other services.

5. Electrical design

a) Refer to Appendix A.11 for the details of electrical requirements.

6. I&C and SCADA design – develop or update the following:

a) Master process control narratives.

b) SCADA architecture drawings and updated Master SCADA Architecture Drawing

7. Updated Capital Cost Estimate

8. Risk Register – the consultant needs to identify the potential risks and its impact/cost on the project during construction stage, identifying all possible risks its probability, magnitude, severity, costs and actions to be taken etc.

A.8.5 70% Design Review Package

A.8.5.1 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.

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.

A.8.5.2 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. Detailed Specifications Sections from Divisions 2 and 3.

6. Detail Specifications Sections from Division 11 to Division 16 for major equipment and processes.

7. Arc Flash Hazard Assessment Report: Refer to Appendix A.11 for the details of the requirements.

8. 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

VIEWING C

OPY

Page 160: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.8 – DETAILED DESIGN ENGINEERING SERVICES

ECS VERSION 1.3 – JUNE 2017

_____________________________________________________________________________________________

Page 5 of 10

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 specification. Refer to Appendix A.11 for the details of the requirements.

l) Removals, including hardware, wiring

m) Identify RPU/HMI program/code removal in scope of work section of specification

n) "General Info" portion of WMS EIW

9. Soil Management Plan: Prepared by a Qualified Person (QP). Advise whether soil must be managed in accordance with the MOECC document entitled "Management of Excess Soil – A Guide for Best Management Practices", or if a bespoke solution is permissible. Outline the commercial terms and algorithms governing soil handling that will be included in Divisions 2 and 3 as well as Form of Tender Schedule of Prices, i.e., volumes (reuse and disposal), stockpiling and testing logistics, excavation procedures and precautions, dewatering requirements and responsibilities, the receiving or disposal facilities that will be required and approximate volumes to each, quantities of soils that are available for reuse, constraints and conditions governing soil reuse. It is the City's position that the Soils Investigation Report is for the exclusive use of the designer, who will prepare appropriate technical and commercial terms for inclusion in the construction contract. The intent is to limit risks of changed conditions, leading to 'crisis pricing' from the Contractor during construction.

10. 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..

11. 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.

12. Updated project risk register.

13. Provide an update to the Energy Management Plan (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. Refer to Appendix A.14 for the details of EMP requirements.

A.8.6 95% Design Review Package

A.8.6.1 Incorporate the comments from the City of Toronto and prepare complete set of contract documents including Form of Tender, etc., drawings and technical specifications. The Soils Investigation Report is not to form part of the contract documents, except as approved under special circumstances by the City.

VIEWING C

OPY

Page 161: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.8 – DETAILED DESIGN ENGINEERING SERVICES

ECS VERSION 1.3 – JUNE 2017

_____________________________________________________________________________________________

Page 6 of 10

A.8.6.2 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.8.6.3 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.8.6.4 Submit draft consultant SCADA Operation Manual.

A.8.6.5 If the engineering consultant is recommending that only one manufacturer be named in the specification, provide a business case that details the rationale.

A.8.6.6 Provide an update to the Operating & Maintenance Cost Estimate provided in the pre-design phase in TM format. Provide as a final draft TM on the estimated change of the annual operating budget resulting from the work provided under this project.

A.8.6.7 Populate the WMS EIW with equipment numbers and descriptions for Vendor Contractor to provide additional detailed information during construction.

A.8.6.8 Updated project risk register.

A.8.7 100% Final Design Package

A.8.7.1 Incorporate comments from the City and the approval agencies and prepare final tender documents.

A.8.7.2 Submit electronic copy in native format (MS Word, Excel, AutoCAD) and PDF in CD/USB of final Drawings and Specifications.

A.8.7.3 Upon final approval, submit the original final tender documents to the City of Toronto. Drawings are to be submitted in the form of CADD and PDF files and the Specifications are to be submitted in their original format (i.e. Word, Excel, etc.). Insert “Issued for Tender” note and date on the drawings revisions table. 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.8.7.4 Provide to the City a digital copy of 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.

A.8.7.5 Provide final WMS EIW with equipment numbers and descriptions for Vendor Contractor to provide additional detailed information during construction incorporating feedback from 95% design stage.

A.8.7.6 Deliverables:

1. Signed, stamped drawings and specifications

2. Pre-Start Health & Safety Report including area classifications

3. Confined Space Inventory

4. Final project specific DSL and confirmation letter indicating compliance with project limits and scope.

5. Final EMP

VIEWING C

OPY

Page 162: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.8 – DETAILED DESIGN ENGINEERING SERVICES

ECS VERSION 1.3 – JUNE 2017

_____________________________________________________________________________________________

Page 7 of 10

A.8.8 Equipment Pre-Selection Process

A.8.8.1 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.8.8.2 Do not commence with pre-selection until authorised by the City.

A.8.8.3 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.8.8.4 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.8.8.5 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.

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. 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.

4. Provide technical support during the pre-selection bidding period and respond to queries

5. Prepare draft copies of addenda for issuance by the City.

6. Attend bidders’ meeting.

7. Review bids received from equipment supplies and provide written recommendation to City.

A.8.8.6 Generally, ensure that equipment pre-selection is completed prior to 70% design completion.

A.8.9 Specification Requirements

A.8.9.1 Specifications are to include only information for materials, equipment and methods of construction that is pertinent to the works under construction. All non-applicable sections and clauses are to be deleted.

A.8.9.2 Ensure that the latest version of the City of Toronto’s Front End documents are used and complete in the preparation of the Contract Documents. Obtain Contract Number from the City.

A.8.9.3 Prepare technical specifications conforming to National Master Specifications (NMS) format. The City maintains the electrical (Division-16) specifications for use in Toronto Water facilities. The consultant shall obtain the electrical specifications through the City Project Manager, and use it for the project after reviewing it and making sure it meets the project requirements.

A.8.9.4 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.

VIEWING C

OPY

Page 163: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.8 – DETAILED DESIGN ENGINEERING SERVICES

ECS VERSION 1.3 – JUNE 2017

_____________________________________________________________________________________________

Page 8 of 10

A.8.9.5 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.8.9.6 Within the tender specifications, describe the dewatering requirements/methodology for construction assuring minimal impact to the facility operations and timelines. Specify in detail, all facility and regulatory constraints including connection to existing utilities, shutdown and start up and commissioning sequence.

A.8.9.7 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.8.9.8 Include necessary specifications and drawings to remove designated substances as part of the construction work. Provide a detailed strategy for managing suspect materials.

A.8.9.9 Identify all contractor submittals, including those identified in the PCS Guidelines.

A.8.9.10 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. The detailed start-up/shut-down procedures shall be included in the tender document.

A.8.9.11 Ensure, prior to tendering, that all contract documents are complete and contain all the details required for the construction of the works. The City will not permit tendering with incomplete and/or deficient contract documents and the necessary approvals.

A.8.10 Approvals

A.8.10.1 Secure permits/approvals required for the project. Ensure that all permits and approvals have been issued prior to calling the tender for the project. Reference Appendix A3.

A.8.11 Pre-Start Health & Safety Review

A.8.11.1 Prepare a Pre-Start Health and Safety review in accordance with OHSA and applicable regulations for: racking & stacking structures, lifting devices, flammable liquids, explosion hazards, dust collectors, safeguarding of machinery, and occupational exposure.

A.8.11.2 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.8.11.3 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.8.11.4 If a trigger for a PSR is not present per above, provide a signed letter confirming such.

VIEWING C

OPY

Page 164: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.8 – DETAILED DESIGN ENGINEERING SERVICES

ECS VERSION 1.3 – JUNE 2017

_____________________________________________________________________________________________

Page 9 of 10

A.8.12 Pre-Tender Estimate

A.8.12.1 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. Pre-tender estimate should include contingency amount based on the risk register prepared for the project.

A.8.12.2 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.8.13 Services during Tender Period

A.8.13.1 General

A.8.13.2 The tender period shall not be less than three weeks and usually not more than six weeks. For complex projects, it may be as long as eight or more weeks.

A.8.13.3 During the tender period, receive requests for information/clarification from the City. Prepare addenda, as required, for distribution by the City. Addenda could include drawing or specifications revisions required to clarify the base scope of work. Submit addenda at earliest date possible and no later than one week before tender period ends.

A.8.13.4 Attend and chair one (1) site meeting with bidders. The meeting will be used to brief the bidders on the contract documents and the project and will be followed by a site walk-through. Take an attendance record 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.8.13.5 Perform evaluation or 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 the tender.

A.8.13.6 Prepare and submit recommendations to the City for award of contract including suitability of contractor to carry out the work.

A.8.13.7 Arrange to attend one (1) pre-award meeting chaired by the City 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.8.13.8 Upon closing of the tender, the Consultant is to prepare consolidated "Issued for Construction" drawings and specifications, incorporating any changes identified in the Addenda.

A.8.14 Hazard and Operability Review

A.8.14.1 Conduct a hazard and operability review at approximately 70% detailed design. This 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 equipment and its operation and will recommend measures to minimize these hazards. These measures shall be incorporated into the final design.

A.8.14.2 Submit an electronic (pdf) file of the following documents. Documents are to be provided two weeks before the date of the session:

1. P&IDs including equipment tags and control loops

VIEWING C

OPY

Page 165: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.8 – DETAILED DESIGN ENGINEERING SERVICES

ECS VERSION 1.3 – JUNE 2017

_____________________________________________________________________________________________

Page 10 of 10

2. A detailed process control narrative (numbered and including revision dates)

3. Layout drawings (numbered and including revision dates)

4. Draft Alarm list complete with priority level and set points

5. A complete node list

6. A preliminary list of deviations including standard (flow, temp, pressure, etc.) and project specific deviations

7. Do not revise documentation provided prior to session.

A.8.14.3 Utilize a third party specialist for the 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 review in particular. Design issues and comments shall be discussed at separate meetings. It is the specialists' responsibility to ensure the meeting takes place as efficiently as possible.

A.8.14.4 The specialist shall have a minimum 10 years' experience in undertaking hazard and operability analyses. The specialist shall have a basic understanding of the process such that they can direct participants towards additional decisions that may not have been considered in the preliminary list. The specialist and consultant shall not expect the City participants to be experts and must lead discussions so as to identify all of the possible deviations.

A.8.14.5 The review shall include a risk ranking of each deviation both before and after the recommendations have been included

A.8.14.6 Submit a draft report within three weeks following the review and a final report within one week from receiving the City’s comments regarding the draft 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.8.14.7 Include for a follow up meeting to review the recommendations and assigned risk ranking as required for any items that require further discussion

A.8.15 Contractor Pre-Qualification

A.8.15.1 Where contractor pre-qualification is included in the base scope of the RFP, the steps outlined in this section are to be followed.

A.8.15.2 Develop mandatory requirements (pass/fail) and a point-based evaluation structure for each category of contractors to be prequalified.

A.8.15.3 Utilizing the City's latest template, prepare a draft Request to Prequalify (RTP) for review and approval by the City. Finalize the draft with input from the City.

A.8.15.4 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.8.15.5 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.8.15.6 Participate in the review team meeting to select the qualified contractors

END OF APPENDIX A.8

VIEWING C

OPY

Page 166: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.9 – SERVICES DURING CONSTRUCTION AND COMMISSIONING

ECS VERSION 1.2 – JUNE 2017

_____________________________________________________________________________________________

Page 1 of 13

TABLE OF CONTENTS

A.9 SERVICES DURING CONSTRUCTION ................................................................... 2

A.9.1 GENERAL .................................................................................................................................... 2

A.9.2 CONTRACTOR REQUESTS FOR INFORMATION (RFI) ....................................................................... 3

A.9.3 CONSTRUCTION SCHEDULE .......................................................................................................... 3

A.9.4 SHOP DRAWINGS ......................................................................................................................... 3

A.9.5 CHANGES IN SITE CONDITIONS & SCOPE OF WORK ....................................................................... 4

A.9.6 PROGRESS PAYMENTS: ................................................................................................................ 4

A.9.7 PRE-START HEALTH AND SAFETY REPORTS: ................................................................................. 4

A.9.8 RESIDENT STAFF ENGINEERING SERVICES DURING CONSTRUCTION ............................................... 4

A.9.9 MASTER DEFICIENCY LIST: ........................................................................................................... 6

A.9.10 TRAINING AND MANUALS PROVIDED BY CONTRACTOR/SUPPLIER FOR PLANT OPERATION STAFF ON

OPERATION AND MAINTENANCE OF EQUIPMENT .......................................................................... 6

A.9.11 CONSULTANT'S OPERATION MANUALS & OPERATIONS TRAINING ................................................... 7

A.9.12 TESTING AND COMMISSIONING ..................................................................................................... 8

A.9.13 TESTING PRE-REQUISITES ........................................................................................................... 8

A.9.14 START-UP PRE-REQUISITES ......................................................................................................... 8

A.9.15 COMMISSIONING PRE-REQUISITES ................................................................................................ 9

A.9.16 SUBSTANTIAL PERFORMANCE PRE-REQUISITES ............................................................................ 9

A.9.17 HANDOVER AND ASSUMPTION OF FACILITIES ................................................................................. 9

A.9.18 CONSULTANT'S COST CONTROL OF PROJECT DURING CONSTRUCTION ......................................... 10

A.9.19 FOR CONSTRUCTION DRAWINGS ................................................................................................ 11

A.9.20 RECORD DRAWINGS – MASTER P&ID, SLDS AND SCADA ARCHITECTURE .................................. 11

A.9.21 AS-BUILT DRAWINGS – CONSTRUCTION CONTRACT .................................................................... 11

A.9.22 FIELD AMBASSADOR .................................................................................................................. 12

A.9.23 REGULATORY AGENCIES APPROVALS ......................................................................................... 13

VIEWIN

G COPY

Page 167: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.9 – SERVICES DURING CONSTRUCTION AND COMMISSIONING

ECS VERSION 1.2 – JUNE 2017

_____________________________________________________________________________________________

Page 2 of 13

A.9 SERVICES DURING CONSTRUCTION

A.9.1 General

A.9.1.1 Provide general engineering services for administering the contract and site inspection of the work during the construction phase.

A.9.1.2 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.

A.9.1.3 The Consultant is neither responsible for the construction of the work, nor are his review services rendered for the Contractor's benefit. The Consultant is the City's agent to administer the Contract.

A.9.1.4 Monitor and inspect the Contractor's work to ensure 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.9.1.5 Assist the City in the proactive identification, documentation, communication and resolution of Health & Safety concerns during the construction phase as they relate to the OHSA.

A.9.1.6 If the Consultant determines that the Contractor is not carrying out the 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’s Project Manager, and at the same time provide recommendations on the course of action to rectify the problem(s).

A.9.1.7 Conduct formal construction status review meetings. The consultant will hold project site review meetings with the City and the Contractor every two weeks during the construction phase, and on a weekly basis during the commissioning phases. The meetings will review the following, as a minimum:

1. Health and safety

2. RFI status

3. Shop drawing status

4. Site instructions

5. Changes to the contract

6. Coordination with facility and/or other contracts

7. Construction progress and schedule, including equipment procurement sub-contract status, and milestones

8. 2 week rolling schedule

9. 6 week look ahead including any shutdowns to plant operations

10. Project finances

A.9.1.8 Issue supplementary details and instructions to clarify the intent of the design to the Contractor as required.

A.9.1.9 Evaluate and advise on alternative methods, equipment and materials proposed by the Contractor as permitted by the terms and conditions of the contract.

A.9.1.10 Contracts are to be administered in accordance with the guidelines provided in the Field Services Manual. The Vendor must use the City's Daily Reports, Contract Change Order and Change Directive forms. Specifically note the City's protocols regarding signing authorities and requirements associated with Change Orders and Change Directives.

VIEWING C

OPY

Page 168: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.9 – SERVICES DURING CONSTRUCTION AND COMMISSIONING

ECS VERSION 1.2 – JUNE 2017

_____________________________________________________________________________________________

Page 3 of 13

A.9.2 Contractor Requests for Information (RFI)

A.9.2.1 Respond to Request for Information (RFI) from the Contractor no later than five (5) working days after receipt.

A.9.2.2 Consultant shall verify with contractor potential cost or schedule impact related to RFI.

A.9.2.3 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.9.3 Construction Schedule

A.9.3.1 Review the proposed baseline construction schedule submitted by the Contractor.

1. Ensure that the submitted schedule complies with the contract completion date, and incorporates all required tasks to complete the work, including commissioning and testing.

2. Ensure that the schedule complies with the contract specifications, including showing the critical path and compliance with all project constraints and restrictions.

3. 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.

4. Submit schedule assessment report to the City. With the acceptance by the City, approve the baseline schedule.

A.9.3.2 Review the monthly Contractor schedule submission and compare to the baseline schedule to evaluate work progress and critical path. Identify to the City any potential impacts to the critical path and project end date.

A.9.3.3 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.

A.9.3.4 Advise the Contractor to update the construction schedule when the rolling schedules are out of sequence with the proposed construction schedule.

A.9.4 Shop Drawings

A.9.4.1 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.

A.9.4.2 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.

A.9.4.3 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.

A.9.4.4 Maintain a log of all shop drawings received for review; Shop Dwg No.; Spec. Sect. No.; Shop Dwg. Title & Description; Originator; No. Copies received; date received; Date reviewed & approved; Date reviewed and Not Approved; No. Copies returned; Remark.

VIEWING C

OPY

Page 169: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.9 – SERVICES DURING CONSTRUCTION AND COMMISSIONING

ECS VERSION 1.2 – JUNE 2017

_____________________________________________________________________________________________

Page 4 of 13

A.9.4.5 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.9.5 Changes in Site Conditions & Scope of Work

A.9.5.1 Investigate, report and advise on unforeseen circumstances that come to the Consultant's attention during construction such as differing underground soil condition, or 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.

A.9.5.2 Issue Site Instruction (SI), Change Directive (CD), Change Notice and/or Request For Quotation as appropriate for potential changes to the work. For Site Instruction or Change Directive, the Consultant must notify the City of any cost or schedule impact and submit the SI or CD form to the City for approval by the appropriate signing authority.

A.9.5.3 Review and advise on the validity of claims, or extra charges for additions or deletions, and extension of time to the contract. Ensure that claimed costs are in agreement with the contract Schedule of Prices, where applicable. Assist with or issue Change Orders (CO) to the Contractor as per 9.18.6.

A.9.5.4 Maintain a log of COs issued and approved including: date approved, amount, related documentation such as RFI #, RFQ#.

A.9.6 Progress Payments:

A.9.6.1 Review, verify, request revisions as appropriate, and process Contractor's progress and final payment submissions, and forward the processed payment submission to the City’s Project Manager no later than 3 working days after having receiving the agreed upon submission and invoice from the Contractor. Note date of meetings with contractor to resolve payment claims on the payment certificate.

A.9.6.2 Consultant to issue payment recommendation letter with the Contractor's invoice to the City

A.9.6.3 Issue Substantial Performance Certificate in accordance with Construction Lien Act. Issue Lien Holdback payment certificate to the City. Review with Project Manager prior to issuance.

A.9.7 Pre-Start Health and Safety Reports:

A.9.7.1 The Consultant is responsible for the preparation of a construction Pre Start Health and Safety Report.

A.9.8 Resident Staff Engineering Services during Construction

A.9.8.1 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.9.8.2 Coordinate the Access Permission process for the Contractor to obtain access and handover from the Facility Operator. Prepare all documentation as required by specific facility.

A.9.8.3 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.

VIEWING C

OPY

Page 170: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.9 – SERVICES DURING CONSTRUCTION AND COMMISSIONING

ECS VERSION 1.2 – JUNE 2017

_____________________________________________________________________________________________

Page 5 of 13

A.9.8.4 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.9.8.5 Any communication with the Contractor shall be coordinated through the Consultant. Plant Operations Staff and Contractor staff should not be coordinating directly with each other. Any potential actions resulting from discussion with Plant Operations Staff shall be brought to the City Project Manager for direction on action to be taken.

A.9.8.6 Arrange for all necessary field testing, inspections or verification by specialist consulting or inspection firms. The City has open purchase orders with testing companies to perform granular material and compaction testing, welding inspection and testing, concrete testing, asphalt mix design and testing of asphalt and membranes,. Co-ordinate with the City’s Project Manager if such testing services are required.

A.9.8.7 Inspect all layout, construction work, and installation of equipment to ensure conformance with the contract documents, drawings and specifications, and that all works are completed in a good workmanship like manner.

A.9.8.8 Provide qualified technical specialists to carry out inspection of work constructed or installed to ensure quality and verify compliance with contractual requirement, Codes, and Regulations.

A.9.8.9 Liaise with and coordinate construction activities with respect to other construction projects at the facility, both ongoing and upcoming, that may impact the construction of the work.

A.9.8.10 Ensure that the Contractor conforms to the required shutdown request procedures. Issue required documentation and coordinate with operating personnel to schedule shutdowns. Ensure that the contractor arranges for alternatives to maintain plant processes with minimum interruption. Maintain a shutdown log, including initial Contractor shutdown submission date, operations response date, revised shutdown date.

A.9.8.11 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.9.8.12 Maintain adequate data and records in a Site Diary/Log and provide Daily Site Inspection Reports to the City. Template will be provided by the City. As a minimum, provide electronic copies of the daily reports on a weekly basis. Site Diary/Log is to document progress of the work, which must include at minimum the following daily information:

1. Weather conditions

2. Temperature - maximum & minimum

3. Number of workers - by company and trades

4. Heavy equipment and tools on site

5. Work performed - by company and trades, and start and end time

6. Unusual and/or significant events

7. Visitors

8. Testing

9. Delivery dates of major equipment

10. Digital photos of work in progress

VIEWING C

OPY

Page 171: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.9 – SERVICES DURING CONSTRUCTION AND COMMISSIONING

ECS VERSION 1.2 – JUNE 2017

_____________________________________________________________________________________________

Page 6 of 13

A.9.8.13 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.9.8.14 Ensure that the contractor has obtained all permits that are required for the project.

A.9.8.15 Maintain a "marked-up" set of drawings to show "Record" works. The "marked-up" drawings shall be updated weekly.

A.9.9 Master Deficiency List:

A.9.9.1 Throughout the progress of the work, prepare a deficiency list and update at appropriate milestones.

A.9.9.2 Assess deficiencies and assign a value to each deficiency.

A.9.9.3 The master Deficiency List shall be updated and/or expanded to include new deficiencies, as these become identified. The Deficiency List is to be updated and issued monthly until all deficiencies are resolved and the list is closed. 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.

A.9.9.4 If the Contractor fails to rectify the deficiencies, advise the City so that the City can evaluate the value and priority of the outstanding work. The City may choose to deduct the value of the deficiencies from the contract and notify the Surety 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 completed.

A.9.9.5 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.

A.9.10 Training and Manuals provided by Contractor/Supplier for Plant Operation Staff on

Operation and Maintenance of Equipment

A.9.10.1 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.9.10.2 Ensure draft manuals are submitted for review by the City a minimum of six (6) weeks prior to any training or commissioning being conducted. Ensure final manuals are submitted to the City prior to substantial performance of the project.

A.9.10.3 Ensure that Plant Operations 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.

VIEWING C

OPY

Page 172: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.9 – SERVICES DURING CONSTRUCTION AND COMMISSIONING

ECS VERSION 1.2 – JUNE 2017

_____________________________________________________________________________________________

Page 7 of 13

A.9.10.4 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.9.10.5 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 of date of issuance of the Substantial Completion or upon handover acceptance by the City of equipment. Obtain pdf versions of the O&M Manuals.

A.9.11 Consultant's Operation Manuals & Operations Training

A.9.11.1 Prepare Operations Manual as required by the city staff and as mandated by the MOECC Environmental Compliance Approval for Water and Sewage, and Air. Ensure that the manual is clear, comprehensive, complete, and complies with MOECC requirements. The manual shall include, but not be limited, to the following:

1. General plant description and plant treatment processes.

2. A detailed description of the expansion/upgrade work and its operational details.

3. A detailed description of how the expansion/upgrade work is integrated to the existing facility.

4. Details of new individual unit processes, including any special characteristics and special considerations.

5. Detailed technical description, and operation requirements of the expansion/upgrade works

6. Updated Master Process Control Narrative.

7. Maintenance of equipment, linking to the Operations and Maintenance Manual supplied under the construction contract by the Contractor.

8. Special observations and unique operating characteristics.

9. Detailed start-up and shut down procedures for all processes and equipment, including inter-related and auxiliary components.

10. 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.

11. 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.

12. 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.

13. 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.

A.9.11.2 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.

VIEWING C

OPY

Page 173: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.9 – SERVICES DURING CONSTRUCTION AND COMMISSIONING

ECS VERSION 1.2 – JUNE 2017

_____________________________________________________________________________________________

Page 8 of 13

A.9.11.3 Provide process training to City staff prior to the hand-over of the equipment. Training to include at a minimum:

1. Process overview

2. Standard Operation Procedures

3. Process troubleshooting

4. Control philosophy

5. SCADA system control hierarchy and screen navigation

A.9.11.4 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.9.11.5 The Process operations manual must be submitted and approved prior to the training sessions.

A.9.11.6 The lesson plan and handout material must be submitted to the Owner for review and approval prior to the training session.

A.9.11.7 Each training session shall be comprised of time spent both in the classroom and at the specific location of the subject equipment and system.

A.9.12 Testing and Commissioning

A.9.12.1 Review the Contractor's detailed start-up, testing, and commissioning plan and schedule. 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.9.12.2 Ensure that the Contractor carries out the required testing, instrumentation calibration and commissioning in accordance with the contract documents, including equipment checkout/verification, pressure testing, wet testing and performance testing as applicable.

A.9.12.3 Coordinate with City to arrange for required staff to witness testing and commissioning as appropriate.

A.9.12.4 Attend meetings for Factory Acceptance Test (FAT) and Site Acceptance Test (SAT) as necessary for proper co-ordination of work by the Contractor, the Sub-Contractors, suppliers or testing firms.

A.9.12.5 All verification reports must be documented and submitted at the end of the verification process.

A.9.13 Testing Pre-Requisites

A.9.13.1 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.9.13.2 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.9.13.3 All equipment must be identified in the field with either a temporary or permanent tag.

A.9.14 Start-up Pre-Requisites

A.9.14.1 Submit a completed Pre-Start Health and Safety Report to the City prior to the start-up and commissioning of equipment.

A.9.14.2 Draft Operation and Maintenance manuals must be submitted to the City a minimum of six (6) weeks prior to start-up or commissioning.

VIEWING C

OPY

Page 174: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.9 – SERVICES DURING CONSTRUCTION AND COMMISSIONING

ECS VERSION 1.2 – JUNE 2017

_____________________________________________________________________________________________

Page 9 of 13

A.9.14.3 Provide a Master Deficiency List prior to start-up and commissioning. Ensure that all major deficiencies have been addressed prior to allowing the Contractor to initiate start-up.

A.9.14.4 Start-up and Commissioning Plan must be accepted by the City.

A.9.14.5 Coordinate with the General Contractor to obtain the red line single line drawings in sufficient time to mount and install the drawings prior to energizing the equipment.

A.9.15 Commissioning Pre-Requisites

A.9.15.1 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.9.15.2 All training must be completed prior to Commissioning, including process training to be provided by the Consultant.

A.9.15.3 Site Acceptance Testing (SAT) must be completed and all SAT documentation submitted prior to allowing commencement of Commissioning.

A.9.15.4 The WMS spreadsheet must be submitted prior to start of Commissioning.

A.9.16 Substantial Performance Pre-Requisites

A.9.16.1 If performance testing is required all performance testing must be completed and accepted.

A.9.16.2 Prior to issuance of the Certificate of Substantial Performance, carry out an inspection of the facility with the Contractor and Plant Operation Staff. Update the Master Deficiency List within five (5) days after inspection and issue it to the Contractor, Plant Operations Staff and the Project Manager. The value of uncompleted deficiencies is to be set off against the Substantial Performance Holdback payment.

A.9.16.3 Review and accept all the required "final" shop drawings and "Record" drawings submitted by the Contractor prior to recommending Substantial Completion.

A.9.16.4 Ensure Final Operations and Maintenance Manuals have been received.

A.9.16.5 Submit Final Consultants Process Operations Manual.

A.9.16.6 Ensure all required Regulatory approvals and certificates have been obtained and documentation submitted.

A.9.17 Handover and Assumption of Facilities

A.9.17.1 Ensure that the Contractor prepares 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 prior to handover. Issue inventory list to Contractor, Plant Operation Staff and Project Manager.

A.9.17.2 Accept spare parts on behalf of City of Toronto and issue same to Plant Operation Staff. Maintain an Equipment Inventory List. Prepare and issue a Transmittal for all items handed over to the City and obtain sign-off from the Project Manager.

A.9.17.3 All required documentation must be delivered and handed over by a formal transmittal.

A.9.17.4 Formal Acceptance by the City of Toronto will occur when the following is completed:

1. 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.

2. If the contractor has performed as required by the contract, issue the Certificate of Substantial Completion and turn the facility over to Plant Operation Staff.

VIEWING C

OPY

Page 175: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.9 – SERVICES DURING CONSTRUCTION AND COMMISSIONING

ECS VERSION 1.2 – JUNE 2017

_____________________________________________________________________________________________

Page 10 of 13

3. Notwithstanding the fact that Plant Operation Staff will be operating the facility, all operation problems with be forwarded to the Consultant for resolution.

A.9.18 Consultant's Cost Control of Project during Construction

A.9.18.1 The City requires that the Consultant be fully responsible for cost control of the project with respect to engineering fees and construction administration. The City will require timely reports of impending overrun of fees, or construction contract cost.

A.9.18.2 The consultant is to monitor and assess the Contractor's performance, through the use of assessment methods such as Earned Value or other, and notify the City of performance issues or potential cost overruns, in a timely manner.

A.9.18.3 Timely report or manner 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, the City will not be obliged to honour payment for such services.

A.9.18.4 The Consultant shall submit updated reports on the project construction contract cost control sheets to the Project Manager on a monthly basis with respect to the following:

1. Tender amount with contingency amount including all applicable taxes

2. Payment to Contractor to-date – i.e. the latest copy of payment certificate

3. Approved CO's issued to-date – i.e. the CO log

4. Value of Contract to-date, including the projection of any additional cost to complete the construction works.

5. Description of work performed to-date and advice on progress to-date versus schedule submitted by Contractor.

6. Recommend any action to be taken by City of Toronto to mitigate cost overrun.

7. 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.9.18.5 City of Toronto accepts no responsibility for any such CO's where the Consultant has issued the CO's without first obtaining the written approval of the City’s Executive Director or designate.

A.9.18.6 Change Orders

Change Orders (CO) are to be issued only upon the written approval of the City of Toronto’s Executive Director or designated signing authority. All COs issued to the City for authorization shall be on the City’s Standard Change Order (CO) Form and be accompanied by a letter of recommendation and necessary documentation. The letter of recommendation must include an explanation of why the change is extra to the base contract, a brief definition of the additional scope referencing any RFI's, CD's, or Change Notices, and the rationale for the work required. All CO's should include support documentation as follows:

1. A RFI or RFQ or Change Directive/Notice identifying the additional scope of work to be performed;

2. 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;

3. Consultant’s letter noting the rationale of the recommendation to the Contractor’s response along with signed CO.

4. Change Directives and Change Orders must be processed using the City's standard forms.

VIEWING C

OPY

Page 176: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.9 – SERVICES DURING CONSTRUCTION AND COMMISSIONING

ECS VERSION 1.2 – JUNE 2017

_____________________________________________________________________________________________

Page 11 of 13

5. Change Directives must be used when authorizing the Contractor to proceed with additional work where there is insufficient 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.9.19 For Construction Drawings

A.9.19.1 A set of For Construction drawings shall be prepared incorporating any changes / additions made via Addenda during the tendering process. For Construction drawings to be provided in electronic format.

A.9.19.2 Issue Electrical Control Schematics for construction. 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 typical 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.9.20 Record Drawings – Master P&ID, SLDs and SCADA Architecture

A.9.20.1 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.9.21 As-Built Drawings – Construction Contract

A.9.21.1 Latest version of "CADD Specifications for AutoCAD, Consultants Manual" or “CADD Specifications for Microstation V8”.

A.9.21.2 Provide drafting services to provide As-Built Drawings, including the Record survey information.

A.9.21.3 Complete As-Built Drawings no later than 3 months after commissioning.

A.9.21.4 Issue one set of full size As-Built Drawings and one set of reduced 11” by 17” drawings to the City’s Project Manager.

A.9.21.5 Provide one complete set on CD-ROM. All CDs shall be properly labelled and dated.

A.9.21.6 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.

A.9.21.7 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.9.21.8 Allow 60 days for City review to confirm acceptability of files before final payment will be issued.

VIEWING C

OPY

Page 177: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.9 – SERVICES DURING CONSTRUCTION AND COMMISSIONING

ECS VERSION 1.2 – JUNE 2017

_____________________________________________________________________________________________

Page 12 of 13

A.9.22 Field Ambassador

A.9.22.1 The Consultant shall provide a full time Field Ambassador for the Notification and Community Relations as this is an integral component for the project. Residents and businesses can be more accepting of a project when they are well informed, engaged and involved. The ability of the Field Ambassador to communicate well with the public is critical. The following are the requirements of the Field Ambassador:

1. Must have a minimum of five (5) years of recent experience in project communications and/or public liaisons construction projects in the public sector. The Field Ambassador must have excellent verbal and written communications including computer skills with a demonstrated understanding of the challenges of linear construction. Demonstrated experience in conflict management and negotiation is an asset.

2. Shall be accessible at all times by phone and / or email and always be approachable while keeping a well-groomed professional appearance and attitude. The Field Ambassador must possess a vehicle and travel within the City. The Field Ambassadors' duties will include, but will not be limited to:

3. Shall serve as a public information liaison for all construction contracts within this RFP, developing rapport with construction teams, residents, and business owners.

4. Draft notices and allow sufficient time for the development, revision, completion and distribution. This, and other review periods, should be reflected in the schedule submitted with the proposal. Production of notice materials will follow City guidelines, to be provided by Public Consultation Unit. Notices must be delivered a minimum of two (2) weeks before construction work commences. Construction notices shall be delivered to each residence/business prior to work taking place via Canada Post, door-to-door delivery, and/or email, and ensuring that notices have been delivered. This may require random visits within the limits of construction when circumstances make personal delivery impractical, and use of social media and email for more frequent updates to the community.

5. Conduct periodic and proactive visits to local residents, institutions and businesses, in order to ensure early identification of issues, including but not limited to noise, broader stakeholder concerns, property damage, water service interruptions, and expediting their resolution.

6. Visit 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.

7. Respond to phone calls within 24 hours, and emails within 48 hours.

8. Arrange parking considerations with City divisions when necessary, and managing the resolution of parking tickets through Police Services when parking tickets are incurred by the public or contractors and are attributed to construction restrictions.

9. Work closely with citizens, construction teams and City staff to resolve any issues.

10. Record all interactions with the public in a detailed “Public Daily Report Log”, and Document the issues and their resolution, including taking photographs when possible.

11. Respond to public or Councillor Inquiries within two business days.

12. Provide feedback to senior management on future improvements which could proactively aid public relations issues.

13. Track contractor compliance with pre-condition survey requirements, as well as maintain a log of resident's participation in the pre-condition survey.

14. Track the status of and follow up on any third party claims and their resolution.

15. Attend the pre-construction meeting and any construction meetings as required for coordination purposes.

VIEWING C

OPY

Page 178: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.9 – SERVICES DURING CONSTRUCTION AND COMMISSIONING

ECS VERSION 1.2 – JUNE 2017

_____________________________________________________________________________________________

Page 13 of 13

16. Distribute information promptly to all relevant team members and following up frequently to ensure that issues are resolved as quickly as possible.

17. Provide monthly updates to the project team at site meetings, including detailed reports (“Public Monthly Report”).

A.9.23 Regulatory Agencies Approvals

A.9.23.1 Confirm that all required inspections by regulatory agencies have been performed prior to issuance of Substantial Completion Certificate. Ensure that all regulatory agencies have been notified of completed work.

A.9.23.2 Verify that the Contractor has provided a copy of all approvals, from these regulatory agencies, in each set of the Maintenance Manual.

END OF APPENDIX A.9

VIEWING C

OPY

Page 179: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.10 – POST CONSTRUCTION AND WARRANTY

ECS VERSION 1.1 – JUNE 2017

_____________________________________________________________________________________________

Page 1 of 4

TABLE OF CONTENTS

A.10 SERVICES DURING POST CONSTRUCTION AND WARRANTY .......................... 2

A.10.1 GENERAL .................................................................................................................................... 2

A.10.2 POST CONSTRUCTION SERVICES .................................................................................................. 2

A.10.3 LESSONS LEARNED ...................................................................................................................... 3

A.10.4 CONSULTANT'S COST CONTROL OF PROJECT DURING POST CONSTRUCTION ................................. 3

A.10.5 WARRANTY REQUEST FORM – 10-1 .............................................................................................. 4

VIEWING C

OPY

Page 180: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.10 – POST CONSTRUCTION AND WARRANTY

ECS VERSION 1.1 – JUNE 2017

_____________________________________________________________________________________________

Page 2 of 4

A.10 SERVICES DURING POST CONSTRUCTION AND WARRANTY

A.10.1 General

A.10.1.1 Provide general engineering services for administering the contract and site inspection of the work during the post construction phase.

A.10.1.2 The Contractor is responsible for carrying out his obligations under the warranty terms and conditions of the contract.

A.10.1.3 The Consultant is neither responsible for the construction of the work, nor are his review services rendered for the Contractor's benefit. The Consultant is the City's agent to administer the Contract.

A.10.1.4 Monitor and inspect the Contractor's warranty work to ensure that the Contractor carries out the work as per the contract specifications, and to confirm that the constructed plant/facility will perform and function as intended.

A.10.1.5 At the end of the warranty period, two years from the date of substantial performance, re-issue any As-Built Drawings to reflect any changes made during the warranty period.

A.10.2 Post Construction Services

A.10.2.1 Develop and maintain records of warranty on all installed components, and update the City of status every six months in a written report.

A.10.2.2 For phased projects maintain a log of all equipment including the warranty start and end date. Update the list as equipment is brought on line in different phases. Provide this log to operations staff each time this log is updated.

A.10.2.3 Where any materials and equipment supplied and/or installed for the contract, 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.10.2.4 Warranty Requests

1. Use the Warranty Request Form (see form 10-1 below) to record warranty issues and document responses. Obtain clarification from the requestor as required and forward the Warranty Request to the Contractor with five (5) working days after receipt. Urgent Warranty Requests shall be forwarded to the Contractor immediately.

2. Prepare and maintain a Warranty Request Log. The Log must include the following column headings: WR No.; Equipment/Description; Date Received; Date Forwarded to Contractor; Date Responded; Remarks; Date Completed.

A.10.2.5 During the two year warranty period ensure that:

1. Inspection shall be carried out every six (6) months;

2. Inspection where required, is carried out by all parties concerned, including Consultant, Contractor, City Project Manager, Operating Staff and Operating Support Staff;

3. The list of warranty issues identified during the inspection is sent to the Contractor within five (5) working days;

A.10.2.6 Where Warranty Requests, or inspections identify work that requires rectification:

1. Ensure the contractor notifies the City prior to carrying out the rectification work and follow the Shutdown Request Notification process as applicable

2. Ensure the contractor provides sufficient notice so that any work performed can be monitored and/or inspected

A.10.2.7 Conduct formal warranty status review meetings every six months. The meetings will review the following, as a minimum:

VIEWING C

OPY

Page 181: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.10 – POST CONSTRUCTION AND WARRANTY

ECS VERSION 1.1 – JUNE 2017

_____________________________________________________________________________________________

Page 3 of 4

1. Warranty Request Log

2. Outstanding warranty issues

3. Coordination with facility and/or other contracts for warranty work

A.10.2.8 Provide final warranty report at the end of 2 years outlining status of all warranty work.

A.10.2.9 Where the construction contract includes a warranty holdback clause the consult shall prepare a letter verifying the work and recommending the release of holdback.

A.10.3 Lessons Learned

A.10.3.1 Operability Review and Workshop

1. Facilitate a half day workshop with the City to review the operability of the system as constructed and to present options for improvement.

A.10.4 Consultant's Cost Control of Project during Post Construction

A.10.4.1 The City requires that the Consultant be fully responsible for cost control of the project with respect to engineering fees and construction administration. The City will require timely reports of impending overrun of fees, or construction contract cost.

A.10.4.2 Timely report or manner 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 engineering fees. Where the Consultant does not exercise proper cost control and has incurred additional cost, the City will not be obliged to honour payment for such services.

END OF APPENDIX A.10

VIEWING C

OPY

Page 182: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.10 – POST CONSTRUCTION AND WARRANTY

ECS VERSION 1.1 – JUNE 2017

_____________________________________________________________________________________________

Page 4 of 4

A.10.5 Warranty Request Form – 10-1

CONTRACTOR WR NO.

PROJECT xxxx - TAB DATE SUBMITTED

CONTRACT NO. DATE COMPLETED

LOCATION EQUIPMENT

Drawing Reference Equipment Tag No.

Warranty Start Date Warranty End Date

Description of Problem

Observation/Action Taken by City

Contractor's Response

Further Action Required No Further Action Required Date: Engineer: ________________________ Authorized Representative

Final Acceptance City Engineer: ________________________ Authorized Representative

VIEWING C

OPY

Page 183: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.11 – ELECTRICAL SYSTEM

ECS VERSION 1.3 – JUNE 2017

_____________________________________________________________________________________________

Page 1 of 9

TABLE OF CONTENTS

A.11 ELECTRICAL SYSTEM ........................................................................................... 2

A.11.1 GENERAL .................................................................................................................................... 2

A.11.2 ELECTRICAL DESIGN REQUIREMENTS ........................................................................................... 2

A.11.3 ELECTRICAL (DIVISION – 16) SPECIFICATIONS ............................................................................... 4

A.11.4 ELECTRICAL SINGLE LINE DIAGRAM (SLD) .................................................................................... 4

A.11.5 ELECTRICAL CONTROL SCHEMATIC DIAGRAM ................................................................................ 5

A.11.6 ELECTRICAL STUDIES AND ARC FLASH STUDY ............................................................................... 6

A.11.7 COMPLIANCE OF ELECTRICAL INSTALLATION IN WASTEWATER FACILITIES WITH NFPA 820 ............. 7

A.11.8 EMERGENCY STANDBY POWER .................................................................................................... 7

A.11.9 KEY DELIVERABLES...................................................................................................................... 7

VIEWING C

OPY

Page 184: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.11 – ELECTRICAL SYSTEM

ECS VERSION 1.3 – JUNE 2017

_____________________________________________________________________________________________

Page 2 of 9

A.11 ELECTRICAL SYSTEM

A.11.1 General

A.11.1.1 The requirements mentioned in Appendix A.11 are for consulting engineering services, related to the Electrical System of a project and form part of the base scope of all consulting assignments. The Consultant shall provide a design which meets all requirements mentioned in the Appendix A.11 and all other sections of the RFP.

A.11.1.2 The following abbreviations are used in the documents related to the electrical system, according to Toronto Water Equipment and Data Tagging Standard #13040:

1. Greater than750 V Switchgears are identified as BUS

2. Less than 750 V Switchgears are identified as PDP (Power Distribution Panels)

3. Less than 750 V Motor Control Centres are identified as MCC

4. 120/208 V Lighting Panels or Load Panels are identified as LP

A.11.2 Electrical Design Requirements

A.11.2.1 The electrical design shall comply with the latest edition of Ontario Electrical Safety Code (OESC) and all Electrical Safety Authority (ESA) bulletins.

A.11.2.2 Update/develop Master Single Line Diagram (SLD) related to the project.

A.11.2.3 Determine the overall power needs related to the project.

A.11.2.4 Identify where existing electrical infrastructure is insufficient for the new project, identify where additional power is required and how it will be provided.

A.11.2.5 Contact Toronto Hydro Electrical System Limited (THESL) to get all the relevant data required for the project. Incorporate Toronto Hydro standards/requirements in the design of the project.

A.11.2.6 In the Pre-design stage measure the power factor, harmonics and maximum demand load at existing electrical equipment of the project, for example, Power Distribution Panel (PDP), Switchgear and Motor Control Centre (MCC).

A.11.2.7 Provide new Automatic Power Factor Correction Unit (APFU) for the project to improve the power factor of the electrical system to a minimum of 0.95 lagging.

A.11.2.8 Wherever Variable Frequency Drive (VFD) is used in the project, provide means of harmonics control to meet IEEE 519 requirements. The Consultant shall mention in the Tender that the contractor shall measure the harmonics during commissioning stage of the project.

A.11.2.9 Redundancy of power to be incorporated in the electrical design, for example, Main-Tie-Main configuration.

A.11.2.10 Toronto Water has standardized on GE Multilin protection and monitoring relays. Provide power system protection for the electrical system.

A.11.2.11 Provide power monitoring for new Switchgear, MCC and motor loads greater than 100hp using GE power monitoring devices; and connect it to the SCADA system and Enervista power monitoring system. Mentioned in the Tender document to update or provide new SCADA screen for power monitoring.

A.11.2.12 Update/develop Master Process and Instrumentation Diagram (P&ID) and SCADA Architecture network drawing for all project related electrical equipment controlled and monitored through PCS/SCADA.

A.11.2.13 Provide new P&ID and network drawing for power monitoring utilizing Enervista system.

VIEWING C

OPY

Page 185: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.11 – ELECTRICAL SYSTEM

ECS VERSION 1.3 – JUNE 2017

_____________________________________________________________________________________________

Page 3 of 9

A.11.2.14 Locate Switchgear, Power Distribution Panel (PDP), Motor Control Centre (MCC) in a separate electrical room, wherever possible. Remote Processing Unit (RPU) and instrumentation devices should not be located in the electrical-room.

A.11.2.15 Design electrical rooms with a minimum of 25% spare physical space for Power Distribution Panel (PDP), Switchgear and Motor Control Centre (MCC) expansion.

A.11.2.16 Provide approximate 10% spare circuit breakers and starters in each PDP, Switchgear and MCC. Provide approximately 10% spaces as well, with all the required provisions for adding new Circuit Breakers.

A.11.2.17 Provide Electrical Control Schematic diagrams for all the new/modified equipment of the project. Provide separate detailed control schematic diagram for each equipment (typical drawing is not acceptable). All the indicating lights for PDP, MCC, Switchgear and control panel shall be "Push-To-Test' LED Type, 30mm diameter.

A.11.2.18 Provide equipment layout drawing, showing locations of all the loads and sources of power, routing of cables, cable-tray, cable-duct, bus-duct etc.

A.11.2.19 Provide a complete cable schedule with "cable tags" in a tabular form; for cable tagging standard refer to Toronto Water Specification #16122 Wires and Cables. Provide site plan showing the location of power source(s) and all the loads, such that the contractor will be able to calculate the cable length for all the new cables to be used in the project.

A.11.2.20 Provide plan and elevation drawings for all electrical equipment and electrical-room, for example High Voltage equipment, Control Panel, Switchgear, Power Distribution Panel (PDP), Motor Control Centre (MCC), Transformer etc.

A.11.2.21 Provide grounding and bonding drawing for all the equipment of the project.

A.11.2.22 Provide load/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 for example mechanical equipment.

A.11.2.23 Provide lighting schedule for the project showing types of light and its descriptions. Use LED lights, energy efficient lamps wherever possible. Describe the lighting control system used in the project.

A.11.2.24 Provide lighting layout, including lighting control schematics. Circuits to be labelled with the respective panel and circuit number, for example, LP-1201/5 where lighting panel is LP-1201 and circuit number is 5.

A.11.2.25 All power outlets/receptacles to be labelled with the respective panel and circuit number.

A.11.2.26 Provide circuit directory for Lighting Panel or Load Panel (LP).

A.11.2.27 Provide lightning protection, wherever needed.

A.11.2.28 Provide manufacturer's data sheet/catalogue for all electrical equipment used in the project, for example transformers, switchgear and motor control centre (MCC) etc.

A.11.2.29 Provide Factory Acceptance Tests (FAT), and Site Acceptance Tests (SAT) procedures in the specification/tender document for all the new/modified equipment.

A.11.2.30 Refer to Appendix A.14 Energy Management Plan (EMP) and incorporate its recommendations in the design of the electrical system. Submit EMP reports to the City.

VIEWING C

OPY

Page 186: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.11 – ELECTRICAL SYSTEM

ECS VERSION 1.3 – JUNE 2017

_____________________________________________________________________________________________

Page 4 of 9

A.11.2.31 Provide the following systems for the project:

1. Fire Alarm

a) As per the applicable code requirements provide a new fire alarm system or integrate additional devices into the existing system at the plant/facility. Provide description of the new/updated fire alarm system, including a schematic diagram that illustrates the new or expanded system. Provide "riser diagram/drawing" for the system.

2. Telephone/Communication System

a) Provide new telephone outlets and suitable telephone-sets for the project and integrate it into the existing system at the plant/facility. Consider both internal and external phone lines. Provide description of the new/updated system, including a schematic diagram that illustrates the new or expanded system. Provide "riser diagram/drawing" for the system.

b) Provide new communication outlet-ports for computers and other electronic devices, and integrate it into the existing system at the plant/facility. Provide description of the new/updated system, including a schematic diagram that illustrates the new/expanded system.

3. Public Address system

a) Provide new additional public address devices, speakers for the project, and integrate it into the existing system at the plant/facility. Provide description of the new/updated system, including a schematic diagram that illustrates the new/expanded system.

4. Security System

a) As per the City of Toronto requirement provide security system for the project, and integrate it to the existing system at the plant/facility. Provide description of the new/updated security system, including a schematic diagram that illustrates the new or expanded system. Follow the standards of the City Corporate Security.

A.11.3 Electrical (Division – 16) Specifications

A.11.3.1 The City maintains the electrical (Division-16) Specifications for use in the City of Toronto facilities. The latest version of the Specifications will be provided by the City of Toronto. The consultant shall obtain the MS Word files of the electrical Specifications through the City Project Manager, and use it for the project after reviewing and editing to ensure it meets the project specific requirements. Highlight all edits to facilitate Toronto Water review. Where a City of Toronto Specification is not available use the National Master Specification (NMS) latest version.

A.11.4 Electrical Single Line Diagram (SLD)

A.11.4.1 The City maintains the electrical Master Single Line Diagram (SLD) for Toronto Water facilities. The latest version of the SLDs are available on Toronto Water intranet.

1. The Consultant shall obtain the Master SLDs in PDF format through the City Project Manager.

2. The Consultant shall identify the individual Master SLDs which are going to be modified under the project.

3. During Pre-Design stage field verify and mark-up the project related Master SLDs.

4. The Consultant through the City Project Manager shall request for release of "SLD Legend and Abbreviations" as well as the project related Master SLD drawings in native format by filling "AutoCAD drawings Release Request Form", and submit it back to the Project Manager.

VIEWING C

OPY

Page 187: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.11 – ELECTRICAL SYSTEM

ECS VERSION 1.3 – JUNE 2017

_____________________________________________________________________________________________

Page 5 of 9

5. At the end of design phase the Consultant shall submit an updated/new Master SLDs in AutoCAD format to the City Project Manager and Capital Works Delivery (CWD) unit of Toronto Water, identifying in the revision block: Rev. No., date, Revision /Contract Number (for example: Rev. No.: 3, Date: Nov21, 2015, Revision/Contract Number: Issued for Tender/Contract 9155-9-7055)

6. At the end of the construction phase the Consultant will submit "As-built" updated/new Master SLDs in AutoCAD format to City Project Manager and Capital Works Delivery (CWD) unit of Toronto Water, with an updated revision block (for example: Rev. No: 4, Date: Mar01, 2016, Version/Contract Number: As-built/Contract 9155-9-9-7055).

A.11.4.2 The SLD should illustrate the new system and document its integration with the existing system on the Master SLDs. Show sources of electrical power and all connected loads.

A.11.4.3 For a new project all demolition and new tie-in points are to be identified on the Master SLD's to show the effect on the existing systems. If needed additional SLDs should be added as additional Masters.

A.11.4.4 The single-line diagram (SLD) is a diagram that use single lines and graphic symbols to indicate the path and components of an electrical system. It shows a correct power distribution path from the incoming power source to each downstream load and includes the ratings and sizes of each piece of electrical equipment, feeder sizes and protective devices. The Master SLD of an electrical system shall include but is not limited to:

1. Main power flow diagram - showing all the sources of power, and all the connected loads to the Switchgear/Power Distribution Panel (PDP)/Motor Control Center (MCC)

2. All circuit breakers (CB) shown (including spare circuit breakers and spaces).

3. Location of the CB or Starter indicated on the SLD/BUS (for example location '3A' indicates the breaker/starter is located at the top (Unit 'A') of section '3' of the PDP/MCC).

4. Proper tag numbers for all the equipment according to Toronto Water Equipment and Data Tagging standard #13040.

5. Show all the power devices, including Metering devices (GE PQM)

6. Ratings of Bus-bar, (Ampere, Voltage, Number of Phase, Number of Wire, Frequency, Short-Circuit Rating) protection devices (Circuit Breaker, Fuse, Starter, CT, PT), isolating device Disconnect Switch), Transformer, Motor, Generator

7. Cable description including Neutral (if any) and Bonding Conductor: size, type

8. Interlocking (if any) for circuit breaker, disconnect switch

9. For High voltage system (27.6kV, 13.8kV, 4.16kV, 2.3kV) SLD shall also include all the CTs, PTs, Protection relay c/w IEEE designated protection parameters, NGR (if any), Metering devices (Ammeter, Voltmeter, PQM), voltage indicating lights (if any).

A.11.5 Electrical Control Schematic Diagram

A.11.5.1 The City maintains the standard for "Electrical Control Schematic Diagram specification #16020 and standard control schematic diagrams for typical equipment. The consultant shall obtain the specification #16020 and standard control schematic diagrams (AutoCAD drawings) through the City Project Manager for use by the Consultant as a template, which can be modified to suit the specific project and associated application requirement.

A.11.5.2 Provide a detailed "Electrical Control Schematic Diagram" for each equipment added or modified in the project. The Consultant shall follow it the standard and provide electrical control schematic diagram for all the new/modified electrically controlled equipment of the project, for example, Blowers, Pumps, Valves, Grinders, Conveyers, any drive; Protection relays wiring diagrams; Switchgear/PDP/MCC main Breakers and Tie-Breaker control schematics; Feeder breakers control schematics; HVAC (including Fans, Dampers, Heaters) control schematics

VIEWING C

OPY

Page 188: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.11 – ELECTRICAL SYSTEM

ECS VERSION 1.3 – JUNE 2017

_____________________________________________________________________________________________

Page 6 of 9

A.11.6 Electrical Studies and Arc flash Study

A.11.6.1 Provide the following studies/analysis and "arc-flash labels" for the electrical system under the scope of the project, and for all down-stream equipment as per the requirements of CSA Standard Z462 latest edition:

1. In the beginning of detailed design stage conduct preliminary Short-Circuit study analysis and protection coordination study for all the power equipment, and power sources. Verify the Master SLD of the facility related to the project, and contact Toronto Hydro to get all the relevant data required for the studies.

2. Once the preliminary coordination study is completed, conduct an initial Arc-Flash Hazard Analysis as per the requirements of CSA standard Z462 latest edition and provide report, including detailed recommendations for reducing the incident energy to 8 Cal/cm2 or to a lower value.

3. Submit the Arc-Flash Hazard Analysis report to the City as early as possible, latest at 70% detailed-design stage. The report shall summarize in a table format 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 of each piece of equipment/bus. 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.

4. Review the above mentioned analysis report with the City's electrical team to select a suitable arc flash mitigation recommendation for the project. It is important to note that re result of Arc Flash Hazard Analysis report may have a significant impact of the electrical design, hence the priority should be given in conducting these studies early in the design stage.

5. Update the report based on the feedback from the City and incorporate the arc flash mitigation recommendations in the electrical system design of the project before tendering the project.

6. The consultant shall include all the requirements in the Tender, which contractor has to do during construction stage of the project, including programming of the protection relays, printing of Arc Flash labels.

7. The Consultant shall identify in the Tender the quantity and details of Arc Flash Hazard Labels for all the electrical equipment affected by the project, including all downstream equipment. The contractor will print all the required Arc Flash labels for the project. All the labels shall be according to the requirements of Toronto Water Standard for "Arc flash Warning Label (Specification – Section 16011)."

8. The Consultant is responsible to ensure Arc Flash Hazard Labels are properly affixed on all the electrical equipment.

9. Construction stage activities:

a) The consultants shall update the Short Circuit and Coordination Study, utilizing the protective device data and other required parameters from the shop drawings and new equipment and cables procured for the project. Also update the Arc Flash Hazard Analysis report. Submit a Draft copy of the Arc Flash Hazard Analysis report to the City's electrical team for review. Incorporate City's comments in the Arc Flash report.

b) Just prior to the commissioning stage of the project, the Consultant shall submit the approved Final Draft Arc Flash report to the Contractor, providing the details of all the protective devices and its parameters/settings required for the project. Final Draft report shall be signed and stamped by a Professional Engineer of Ontario.

VIEWING C

OPY

Page 189: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.11 – ELECTRICAL SYSTEM

ECS VERSION 1.3 – JUNE 2017

_____________________________________________________________________________________________

Page 7 of 9

c) The Consultant shall require that the Contractor programs the protective relays in accordance with the parameter data listed within the Consultant's Final Draft Arch Flash report. The Contractor shall submit test reports to the Consultant that clearly identify any changes made to the protective relay parameters, during the commissioning.

d) The Consultant shall update the report with any changes made during commissioning and submit a final Short Circuit, Protection Coordination Arc Flash Hazard Analysis Report to the City. This final copy should be issued no later than 2 weeks after the Substantial Performance date. The final report shall be signed and stamped by a Professional Engineer of Ontario.

A.11.7 Compliance of Electrical Installation in Wastewater Facilities with NFPA 820 & OESC

A.11.7.1 During the pre-design phase, the consultant shall determine/confirm the "Electrical Area Classification" as per NFPA820. For all the areas affected by the project, including the location of all the loads provide "Electrical Area Classification" drawing for the project. Existing classification drawings may be provided for reference but the consultant must confirm they are still applicable and compliant with the current version of the code. Clearly identify each area as Unclassified/Class-1 Division-1/ Class-1 Division-2 on the contract drawings.

A.11.7.2 The consultant shall make sure the electrical design in the "classified area (Class-1 Division-1/ Class-1 Division-2)" meets the OESC code requirements. Compare the various options available to meet the code and provide a report outlining the options. The long term operating costs of increased ventilation must be compared against the capital cost of explosion rated equipment. The consultant should consult with ESA inspector assigned to the plant/facility before tendering the project.

A.11.8 Emergency Standby Power

A.11.8.1 During Pre-Design stage 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.

A.11.9 Key Deliverables

A.11.9.1 Pre-Design Stage – Key Deliverables

1. Provide Technical Memo(s) and Pre-Design Report (PDR) according to the RFP requirements, refer to Appendix A.6 (Engineering Study) and Appendix A.7 (Pre-Design Engineering Services) for details. Some of the key requirements are mentioned below:

a) The Consultant shall develop several conceptual design alternatives. 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. 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 shall include site constraints, constructability challenges and future expandability.

b) Identify source(s) of electrical power supply and its usage in the project. Identify area where additional power supply is required, and how it is going to be accomplished in the project. Prepare a site plan showing locations of supply and usage. Provide a single-line diagram illustrating the new system and document its integration with the existing system on the Master SLDs.

VIEWING C

OPY

Page 190: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.11 – ELECTRICAL SYSTEM

ECS VERSION 1.3 – JUNE 2017

_____________________________________________________________________________________________

Page 8 of 9

c) Provide Master Single Line Diagram (SLD) showing all demolition and new tie-in points. Provide additional SLD drawing(s) if needed.

d) Conceptual Layout:

1. Preliminary layout plan

2. Equipment location and orientation including, but not limited to, major equipment, transformer, switchgear, Power Distribution Panel (PDP), Motor Control Centre (MCC), and equipment control panel.

e) For wastewater facilities identify each area as unclassified/Class-1 Division-1/ Class-1 Division-2, as detailed in Section A.11.7.

f) Recommended methods for reducing arc flash hazard and what impacts, if any, they will have on the co-ordination of the system.

g) Address the following requirements: Emergency Standby Power, Fire Alarm System, Telephone/Communication System, Public Address System and Security System

h) 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.

i) Cost Estimates

j) Provide catalogue sheets for the proposed electrical equipment.

k) Provide the measured value of the following for the existing electrical system related to the project:

1. Power Factor

2. Harmonics

3. Maximum Demand Load

4. Ground resistance (in case a new Grounding system is required for the project)

A.11.9.2 Detailed Design Stage – Key Deliverables

1. Provide detailed design drawings and specifications as per the RFP requirements, refer to Appendix A.8 (Detailed Design Engineering Services) for details. Some of the key requirements are mentioned below:

a) Resolution of outstanding issues from the previous review package

b) Comments from the previous review package shall have been incorporated

c) For wastewater plant/facility provide electrical area classifications drawing for all working areas within the project scope, as detailed in Section A.11.7.

d) Provide site plans indicating elevations, building locations, access roads, right-of-way for underground utilities and services.

e) Provide three (3) drawings in each submission for the equipment which will be demolished, modified or replaced, namely a) Existing b) Demolition c) New

f) Proper tag number for all the equipment as per Toronto Water Equipment and Data Tagging standard 13040.

g) Electrical design indicating:

1. Electrical power requirements and its sources including emergency standby power.

2. Master SLDs edited to document proposed demolition, alteration and modification, including integration and tie in with existing systems. Provide additional SLDs if required.

3. Plan and elevation drawings for electrical-room and electrical equipment.

VIEWING C

OPY

Page 191: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.11 – ELECTRICAL SYSTEM

ECS VERSION 1.3 – JUNE 2017

_____________________________________________________________________________________________

Page 9 of 9

4. Equipment layout/plan drawing showing locations of all the loads, sources of power, cable runs, cable-tray, cable-duct-bank and major conduits. The loads include all existing and new process, mechanical and electrical loads which are in the scope of the project. Use site plan to show the preferred electrical cable routings for the loads.

5. Electrical Control Schematic diagrams for all the new or modified equipment

6. Grounding and bonding drawing for all the equipment of the project.

7. Load/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 design.

8. Lighting and Power layout drawings that include lighting control system suitable for the project.

9. 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 required where possible.

10. Drawings for fire alarm, telephone/communication, public address, and security systems of the project.

11. Process and Instrumentation Diagrams (P&IDs) and network drawing for electrical equipment which are controlled and monitored through PCS/SCADA, for example power-meters, protection relays, circuit-breakers, motor-starters, Soft-starter, Variable Frequency Drive (VFD) etc.

12. P&ID and network drawing for power monitoring utilizing Enervista system.

13. Provide tag number for all the equipment as per Toronto Water Equipment and Data Tagging standard 13040.

14. Construction sequencing drawings for the equipment and feeders.

15. Refer to other sections of Appendix A.11 for details of electrical requirements.

h) Cable schedule with proper cable tags, and its routing. For cable tagging, refer to standard 16122 Wires and Cables.

i) Short-circuit and protection coordination study. Arc Flash Hazard Analysis report as per the requirements of CSA Standard Z462 latest edition, including recommendations for reducing the incident energy to 8 Cal/cm2 or to a lower value.

j) Technical specification for all the electrical equipment and items

k) Updated Capital Cost Estimate

l) Provide Energy Management Plan (EMP) report in accordance with Appendix A.14 requirements.

m) Approval of Agencies (ESA, Toronto Hydro, Building Permit, and all other required permit and approval)

END OF APPENDIX A.11

VIEWING C

OPY

Page 192: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Specification Standards Division 13000

13300 Control Panel Design-V2 Page 1 of 3 Feb 2016

13300 - CONTROL PANEL DESIGN

PART 1 - STANDARD ADMINISTRATION

1.1 Standard Requirement

1. This standard is to be followed by all designers. The design guidelines expressed in this

document are to be understood together with the standard panel installation drawings and

standard specifications.

2. Guidance given in this document sets out preferences of the Water and Wastewater Section

for panel construction and installation. It is intended for use by skilled and experienced

designers. It is not intended as a comprehensive primer on panels. The designer is

responsible for producing a complete design, fully in compliance with regulatory and industry

standards.

3. Direction is given in terms of principles and objectives rather than specific definitions. The

intent is to provide guidance, but not to provide completed designs. The designers are

responsible for turning the guidance into specifics.

4. The intended use of the document is mainly in design of new panels and panel upgrades. It

can also be used to develop recommendations during field verification; however, this

document does not provide direction on when to replace a panel. The decision to replace an

existing panel depends on the specific costs and benefits of each instance.

5. The document is directed to designers. Therefore direction to others has been removed and

put into more appropriate documents. For example, assignments related to scope of work for

the designer are contained in the terms of reference for the designer. Direction to the panel

fabricator is stated in the standard specifications referenced further in this document.

6. Section headings cited in this document for panel specifications include the standard section

number for cross-referencing to the specification.

7. The specifications for panel components are split into several sections in order to use for

panels to be upgraded as well as new panels.

1.2 Coordination with Electrical Design

1. Coordinate power feeds to control panels.

2. Coordinate UPS location. In some cases, the UPS could be located in the power panel. In

other cases, the UPS could be located in or near the control panel.

1.3 Panel Specifications

When preparing tender documents, verify the manufacturers and models cited in the standard

panel and related specifications as still available. If the model or manufacturer is no longer

available, make a recommendation to the PCS Standards Team on a suitable replacement.

Develop specifications for package panels (i.e. panels packaged with process equipment such as

compressors, waste gas burners, boilers, centrifuges, large blowers and polymer preparation

systems).

VIEWING C

OPY

Page 193: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Specification Standards Division 13000

13300 Control Panel Design-V2 Page 2 of 3 Feb 2016

2 CONTROL PANELS

2.1 13310 – Panel Construction

1. Specify the EEMAC/NEMA type according to the area classification

2. Select standard panels that are large enough to contain all required equipment, with 25%

additional space for expansion.

3. Panel design to include internal and external layout.

Status lights to be arranged above corresponding pushbuttons or selector switches.

Digital and analog indicators to be arranged above corresponding controls.

4. Door handles are to be 3 point lockable.

5. Design panels following the requirements of Section 13310.

6. Provide two separate 15 Amp 120 VAC supplies to the panel. One supply feeds instruments

via a fused terminal block. The other feeds panel lighting, service outlets and heater.

7. Design a 100 mm high concrete curb for each floor mounted control panel.

8. Define labels that are to be affixed to equipment locations including terminal blocks, wiring,

face-of-panel mounted instruments, panel interiors for each device mounted on the panel

exterior and interior, pumps, control valves, field instruments and field transmitters.

9. Follow ISA-RP60.6-1984, Recommended Practice for Nameplates, Labels and Tags for

Control Centres.

2.2 13311 – Enclosures

1. Select enclosure to provide 25% spare capacity.

2. Define the enclosure material. In general, steel panels are preferred, but fibreglass and

stainless steel can be used as required.

2.3 13312 – Enclosure Accessories

1. Identify panel service conditions if different than defaults. The default indoor conditions

are: temperature from 0 to +50°C and humidity of 95% RH, non-condensing. The default

outdoor condition temperature is from -30°C to+ 50°C.

2. Define in a schedule or on the panel drawing any required accessories.

2.4 13320 – Panel Wiring

1. Design wiring in accordance with provisions of Section 13320.

2. Show one general alarm status light on each RPU panel.

2.5 13325 – DC Power Supply

1. Show power supplies on schedule or panel drawing.

2. Define single or dual loop power supply in a schedule or on panel drawing

2.6 13340 – Panel Service

1. Show output over voltage and over current protective devices that protect instruments from

damage due to power supply failure.

2.7 13350 – Selector Switches, Push-buttons and Indicating Lights

1. Follow the PCS Implementation Guidelines - Color Convention

VIEWING C

OPY

Page 194: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Specification Standards Division 13000

13300 Control Panel Design-V2 Page 3 of 3 Feb 2016

2. Use key switches only where requested by Owner.

3. Use mushroom head push buttons for emergency stop and safety related functions.

2.8 13351 – Annunciator

Design annunciators as required to meet the Implementation Guidelines - Alarming requirements.

2.9 13352 – Single Loop Controller, 13353 – Dual Loop Controller

Use single and dual loop controllers as primary controls or in very critical applications to backup

key loops in RPUs.

2.10 13354 - LCD Digital Panel Indicator, 13354.1 - LED Digital Panel Indicator

Design panel indicators where required.

2.11 13355 – Chart Recorder

Use chart recorders where required by MOE regulations.

2.12 13370 – Signal Conditioning Equipment

Show the signal converters necessary for compatibility between field signals, panel mounted

instruments and the interface to the digital controllers.

VIEWING C

OPY

Page 195: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water

Electrical Specification Standards

Division 16000

16020 – Electrical Control Schematic Diagrams-v3.1 Page 1 of 6 Dec 2016

16020 – ELECTRICAL CONTROL SCHEMATIC DIAGRAMS

PART 0 – DESIGN

0.01 General

A. Electrical control schematic diagrams are prepared to show electrical details of control panels and related instrumentation.

1. The electrical symbol sheet should be included in each drawing set containing control schematic diagrams.

2. The diagrams use ANSI/IEEE electrical symbols and nomenclature.

B. Toronto Water has developed standard control schematic diagrams for typical equipment that are consistent with the control philosophy and control hierarchy. The description of drawing and its number is mentioned in Part-2. The consultant shall obtain the standard control schematic diagrams through the City Project Manager to use it as reference drawing, and if needed modify it based on specific area and application requirement.

C. Standards for control programs using ladder logic are not covered in this standard.

0.02 Purpose of Standard

A. The purpose of this standard is to establish standards for control schematic diagram development and to present standard symbology to be used on control schematic diagrams. This standard is intended to provide a consistent way of showing information. Consistent presentation will speed reading and improve understanding of the diagrams. Consistent preparation of the diagrams will enable the use of data base access to and from information on the diagrams.

B. Control schematic diagrams for typical equipment interfaces are intended for inclusion in design projects and as starting points for further development. The use of this standard will reduce the number of interfaces, each one of which requires learning its operation, troubleshooting and maintenance. A few standard interfaces will increase safety, increase productivity and reduce operation and maintenance errors.

0.03 Purpose of Control Schematic Diagrams

A. Control schematic diagrams convey electrical connection and tagging information. A control schematic diagram should enable anyone reading it (and having a reasonable amount of electrical knowledge) to understand the means of electrical connection and therefore the interface between the field equipment and the process control system.

VIEWING C

OPY

Page 196: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water

Electrical Specification Standards

Division 16000

16020 – Electrical Control Schematic Diagrams-v3.1 Page 2 of 6 Dec 2016

B. A control schematic diagram is an electrical schematic representation of power, input/output points, instrument and control wiring of control panels and field devices for a given area. The control schematic diagram must be an accurate representation of the electrical circuits and show instruments and control equipment in proper relation. The control schematic diagram has to be unique for all instruments, devices, control panels etc. - no typical is allowed. A control schematic diagram includes the following:

1. Power supply and voltage identification 2. All field and panel wiring 3. All terminals 4. Instruments and control equipment 5. I/O signals 6. Protection/isolation devices 7. Proper labelling and tagging information

C. Control schematic diagrams are the only document that shows complete electrical connection schematics and interface to the process control system. As such, they can be a valuable tool during construction and start-up. During construction and start-up control schematic diagrams can be used for:

1. Shop drawing review of computer controls, panel and loop submittals 2. Electrical interface co-ordination 3. Control operational checkout 4. Development of as-built 5. Wire Identification

PART 1 – GENERAL

1.01 Symbols

See following drawings for Electrical symbols.

Drawing Name Drawing No.

Standard Legend - Electrical (Sheet 1 of 3), Schematic Control Symbols 1.01A Standard Legend - Electrical (Sheet 2 of 3), SLD Symbols & Abbreviations 1.01B Standard Legend - Electrical (Sheet 3 of 3), Layout Symbols 1.01C

1.02 Tagging and Labelling

A. Cables

For cable tagging, refer to standard 16122 Wires and Cables in electrical standards.

VIEWING C

OPY

Page 197: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water

Electrical Specification Standards

Division 16000

16020 – Electrical Control Schematic Diagrams-v3.1 Page 3 of 6 Dec 2016

B. Wires

All terminal and wire identification shall be determined from the control schematic diagram.

1. Use field source information first, rung number second and consecutive alpha characters for individual wires on the same rung.

2. Field source information consists of the following:

a. The process/sub-process code (up to 3 characters), the device code (up to 4 characters) and loop number (up to five characters) as per 13040 Equipment and Data Tagging Standard, make up the source (device tag) information needed on the labels.

b. The process/sub-process code could be dropped for the facilities where no more than one process exists such as: Water Supply-Main Transmission System, WPC Collection System, Storm Water Management, etc.

3. Add letters A, B, C etc. to the source information for the instrument wiring as loop

diagrams traditionally do not follow ladder diagram structure.

4. Wire identifiers should not change unless they go through an instrument, switch, light, or other physical devices in the panel. Wires passing through a junction box without a change in function would retain the same wire identifier.

5. Include hyphens and leading zeroes in the field source and rung information.

6. Generally, keep the wire tag to 18 characters or less. For longer tags, use smaller font.

7. Identify power supply wire coming from RPU panel to instruments and devices by fuse L-FUxx or circuit breaker L-CBxx identifier for AC power and as DC-FUxx or DC-CBxx for DC power where xx represent fuse number. Refer to Table 1.1 for various examples:

Devices and Instruments Power Fuse FU or Circuit Breaker CB Tag

Voltage Wire Tag

FU01 AC L-FU01

FU101 DC DC-FU101

CB05 AC L-CB05

CB201 DC DC-CB201

Table 1.1 

VIEWING C

OPY

Page 198: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water

Electrical Specification Standards

Division 16000

16020 – Electrical Control Schematic Diagrams-v3.1 Page 4 of 6 Dec 2016

8. Use fuse identifier for power supply wire coming from RPU panel for

instrumentation and equipment DIs (digital inputs) as Fx-yy-zz where: x is rack number, yy is slot number and zz is fuse number related to that DI module.

9. Wire identification examples: Example 1: Wire identifiers FLT-V-3302-06 and FLT-V-3302-06A -Filter No.33

backwash valve

FLT -Filtering, process/sub-process code V -Valve, device code 3302 -Loop number 06 -Control schematic rung (first rung on the control schematic

where wire is shown) 06A -Wire on the same rung as previous but function changed

(the other side of the open/stop/close switch) Example 2: Wire identifier RW-LIT-0001-A -Raw Water intake well level meter

RW -Raw Water, process/sub-process code LIT -Level transmitter, device code 0001 -Loop number A -First wire in the instrument loop

10. Use rack, slot, point/terminal to identify internal RPU panel wiring for I/O modules. Follow "xyyzz" format where: x is rack number, yy is slot number and zz is point/terminal number.

11. Use rack, slot to identify RPU modules power supply wires. Follow the format Lx-yy for AC and DCx-yy for DC and analog modules where x is rack number and yy is slot (module) number. Refer to Table 1.2 for various examples:

IO Module Rack/Slot/Point

Voltage Fuse FU or Circuit Breaker CB Tag

Wire Tag

IO Signal Power Supply Wire Tag

0/9/1 AC FU0-09 L0-09 L0-09-01

1/2/14 DC CB1-02 DC1-02 DC1-02-14

2/11/5 DC FU2-11 DC2-11 DC2-11-05

Table 1.2 

VIEWING C

OPY

Page 199: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water

Electrical Specification Standards

Division 16000

16020 – Electrical Control Schematic Diagrams-v3.1 Page 5 of 6 Dec 2016

C. Terminals

1. Use different terminal symbols to represent terminal location. Refer to the standard legend sheets.

2. Terminals should differentiate between Local Control Panel (LCP), Area Control Panel (ACP), RPU (PLC), MCC/Switchgear, and field/device terminals.

3. All equipment wiring should land on terminals inside of a panel, to allow differentiation between field and panel wiring.

D. Coils and Contacts

1. The control schematic diagram should cross reference all coils and contacts with one another. In the description of the rung, for a coil, numbers should be added to associated contact rung locations.

2. The numbers should be underlined if the contact is normally closed.

3. Contact rungs should cross-reference the related coil in the description area of the control schematic diagram.

PART 2 – PRODUCTS

Toronto Water has developed the following standard control schematic diagrams for use in Toronto Water facilities/plants. The consultant shall obtain the standard control schematic diagrams through the City Project Manager to use it as reference drawing, and modify it based on specific area and application requirements.

The following drawings are examples of electrical control schematics. Designers should use them as reference and modify based on specific area and application requirements.

On these examples, field wiring shown as solid lines but can also be presented as dash lines.

2.01 Constant Speed Motor/Damper Drawing No.

Constant Speed: Computer - Maintained, Local - Pushbuttons 2.01A Constant Speed: Computer - Momentary, Local - Pushbuttons 2.01B

2.02 Two Speed/Reversing Motor

Two Speed: Computer - Momentary, Local – Slow-Off-Fast 2.02A Reversing: Computer - Momentary, Local - Pushbuttons 2.02B

VIEWING C

OPY

Page 200: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water

Electrical Specification Standards

Division 16000

16020 – Electrical Control Schematic Diagrams-v3.1 Page 6 of 6 Dec 2016

2.03 Variable Speed Motor

Variable Speed Drive: Speed - 4-20mADC 2.03A

2.04 Full Open/Close Valve/Gate

Small Quarter Turn Valve, Computer - Maintained, Local - Push-buttons 2.04A

2.05 Slow Moving Valve/Gate

Computer - Maintained, Local – Spring Return Switch 2.05A Computer - Momentary, Local - Pushbuttons 2.05B

2.06 Modulating Valve/Gate

Computer - 4-20 mA, Local - Setpoint 2.06A 2.07 Full Open/Close Pneumatic Valve

Double Solenoid, Momentary Control 2.07A Single Solenoid, Maintained (Momentary Open/Close) Control 2.07B

2.08 Loop Wiring Diagram

Sample Field Instrument 2.08A

2.09 RPU Wiring Diagram

Digital Input Card 2.09A Digital Output Card 2.09B Analog Input Card 2.09C Analog Output Card 2.09D

END OF SECTION

VIEWING C

OPY

Page 201: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

REVISIONS / CONTRACT NO.No. DATE INITIAL SIGNED

DRAFTING:

TORONTO WATEROPERATIONAL SUPPORT

DATE:

DESIGN:

SCALE: SHEET No.DRAWINGNUMBER:

CHECK: CONTRACT No.

DIRECTOR,

WATER

OPERATIONAL SUPPORT

SCHEMATIC CONTROL SYMBOLS STANDARD LEGEND - ELECTRICAL (SHEET 1 OF3)ENTER FACILITY NAME

G11.01A

STANDARD DRAWING

N.T.S

JANUARY, 2016

DEVICE TERMINAL

SWITCHGEAR

TERMINAL BLOCK IN LOCAL PANEL

TERMINAL BLOCK IN RPU (PLC)

BACKUP PANEL (CBP)

TERMINAL BLOCK IN AREA

TERMINAL BLOCK IN TERMINAL

TERMINAL BLOCK OF FIRE ALARM

SELECTOR SWITCH

THREE POSITION

CLOSED

XXX ZZZ YYY

SS

OPENED

SPRING RETURN

SELECTOR SWITCH

CLOSED

XXX YYY

SS

OPENED

SELECTOR SWITCH

TWO POSITION

CLOSED

OPENED

XXX YYY

SS

THERMAL OVERLOAD

OL

LATCHING RELAY

U

L

LR

NON-ISOLATED

PULSE OUTPUT

PULSE OUTPUT

ISOLATED

ISOLATED

PULSE INPUT

PULSE INPUT

NON-ISOLATED

ANALOG OUTPUT

4-20MA UNLESS NOTED

NON-ISOLATED

DIGITAL INPUT

DIGITAL INPUT

ISOLATED

NORMALLY CLOSED

M DENOTES MOMENTARY

DIGITAL OUTPUT

NON-ISOLATED

NON-ISOLATED

DIGITAL OUTPUT

M DENOTES MOMENTARY

NORMALLY OPEN

ISOLATED

DIGITAL OUTPUT

M DENOTES MOMENTARY

NORMALLY CLOSED

NORMALLY OPEN

PO

PO CARD

PO

PO CARD

PI

PI CARD

PI

PI CARD

-

+

AO

AO CARD

-

+

AI

AI CARD

DO CARD

M

DI

DI CARD

DI

DI CARD

DO CARD

M

DO CARD

M

M

DO CARD

DO

HS

HS

SELECTOR SWITCH

CONTACT OF

TWO POSITION

XS

M DENOTES MOMENTARY

DIGITAL OUTPUT

ISOLATED

4-20MA UNLESS NOTED

ANALOG INPUT

INPUT/OUTPUT STATIC DEVICES

SC

XI

XXX

X

TE

TE

TE

OPEN ON FAILURE

NORMALLY CLOSED

VIBRATION SWITCH

SELECTOR SWITCH

CONTACT OF

NORMALLY OPEN

SS

XXX YYY

NORMALLY CLOSED

SS

XXX YYY

ANN

ELECTRICAL DEVICE AS FOLLOWS:

LETTER(S) INSIDE SYMBOL INDICATES

WH = WATTHOUR METER

W = WATTMETER

METER

TD

TD

CR

CR

TR

X-XX

SEC.

TR

X-XX

SEC.

MOTOR STARTER

M

M

TD

TD

ZS

ZS

ZS

SEPARABLE CONNECTOR

YYYZZZXXX

SS

XS

XS

ANNUNCIATOR

VA = VOLT AMMETER

VAR = VARMETER

VARH = VARHOUR METER

PF = POWER FACTOR

AH = AMPERE HOUR

AM = AMMETER

V = VOLTMETER

X

NORMALLY OPEN

PUSHBUTTON

NORMALLY CLOSED

PUSHBUTTON

SELECTOR SWITCH

HEAD PUSHBUTTON

NORMALLY CLOSED

HEAD PUSHBUTTON

NORMALLY OPEN MUSHROOM

FOOT SWITCH

NORMALLY OPEN

FOOT SWITCH

NORMALLY CLOSED

TOGGLE SWITCH

EARTH GROUND

CHASSIS GROUND

NEUTRAL

COIL CONTACTS

CONTACT, NORMALLY OPEN

NORMALLY OPEN

LIMIT SWITCHES

NORMALLY CLOSED

HELD CLOSED

NORMALLY OPEN

NORMALLY CLOSED

HELD OPEN

MAINTAINED OPEN

MAINTAINED CLOSED

CONDUCTOR

CONDUCTORS NOT

CONNECTED

CONDUCTORS

CONNECTED

CONDUCTORS

SOLENOID

CONTROL RELAY

PUSHBUTTONS & SWITCHES

PRESSURE SWITCH

NORMALLY OPEN

CLOSE ON RISE

CLOSE ON RISE

NORMALLY OPEN

TEMPERATURE SWITCH

OPEN ON RISE

NORMALLY CLOSED

PRESSURE SWITCH

TEMPERATURE SWITCH

NORMALLY CLOSED

OPEN ON RISE

OPEN ON INCREASE FLOW

NORMALLY CLOSED

FLOW SWITCH

LIQUID LEVEL SWITCH

NORMALLY CLOSED

OPEN ON RISE

FLOW SWITCH

NORMALLY OPEN

CLOSE ON INCREASE FLOW

PROCESS SWITCHES

TORQUE

OPEN ON INCREASE

NORMALLYCLOSED

TORQUE SWITCH

TORQUE SWITCH

NORMALLY OPEN

CLOSE ON INCREASE

TORQUE

CLOSE ON RISE

NORMALLY OPEN

LIQUID LEVEL SWITCH

RELAY COILS

PNEUMATIC TIMER

WITH ADJUSTABLE

TIMING RANGE

AS SHOWN

AS SHOWN

TIMING RANGE

WITH ADJUSTABLE

ELECTRIC TIMER

CONDUCTOR

SHIELD

CONDUCTOR SHIELD,

TWISTED PAIR

CONDUCTOR SHIELD

MECHANICAL CONNECTION

PILOT LIGHT

PILOT LIGHTS & METERS

PILOT LIGHT

PUSH TO TEST

LETTER(S) INSIDE SYMBOL INDICATES

COLOR AS FOLLOWS:

A = AMBER

B = BLUE

C = CLEAR

O = ORANGE

OP = OPALESCENT

R = RED

W = WHITE

SELECTOR SWITCH

SPRING RETURN

THREE POSITION

SELECTOR SWITCH

CONTACT, NORMALLY CLOSED

G = GREEN

MECHANICAL CONNECTION

WITH INTERLOCK

TIME DELAY CLOSING

TIME DELAY OPENING

NORMALLY CLOSED CONTACT

TIME DELAY OPENING WHEN

NORMALLY OPEN CONTACT

NORMALLY CLOSED CONTACT

TIME DELAY CLOSING WHEN

TEMPERATURE ELEMENTS

THERMOCOUPLE

SINGLE ELEMENT RTD

DUAL ELEMENT RTD

TERMINAL BLOCK IN CENTRAL

CONTROL PANEL (ACP)

(JUNCTION) BOX

DETECTOR IN SWITCHGEAR

TERMINAL BLOCK LEGEND

EXISTING

REMOVE

NEW

PUSHBUTTONS & SWITCHES

R

OHMS

L

R

ETM

ELAPSED TIME METER

RESISTOR WITH OHMS INDICATOR

SCR

RECTIFIER, DIODE

CAPACITOR, GENERAL

WIRE DESIGNATOR

MISCELLANEOUS

-+

V

600V

120V

A

A

CIRCUIT BREAKER

FUSE

CONTROL TRANSFORMER

VOLTAGE & RATING INDICATED

AS APPLICABLE

BATTERY

AUDIBLE DEVICE

/ PUSHBUTTON

/ PUSHBUTTON

"XXX" :

MAINTENANCE, LOCAL, MANUAL, HAND, START, OPEN

"YYY" :

REMOTE, AUTO, STOP, CLOSE

"ZZZ" :

OFF, LOCAL(ONLY WHEN "XXX" USED FOR MAINTENANCE),

STOP(ONLY WHEN "YYY" USED FOR VALVE CLOSE)

NOTE:

BY CITY.

ADDITIONAL CONTACT:

1. ANY OTHER COMBINATION SHOULD BE APPROVED

2. USE ADDITIONAL CONTACT AS MUCH AS NEEDED.

MUSHROOM

3 POSITION SELECTOR SWITCH

2 POSITION SELECTOR SWITCH

PUSH BUTTON N.C., MOMENTARY CONTACT

PUSH BUTTON N.O., MOMENTARY CONTACT

SELECTOR SWITCH, 2 POSITION

PUSH BUTTON, MOMENTARY CONTACT,

WITH N.O. & N.C. CONTACTS

(FOR ELECTRICAL DRAWING)

TB DT

TB MCC

TB P

TB PLC

TB CBP

TB ACP

TB JB

TB FA

TB CO

TB CC

NORMALLY OPEN CONTACT

CO TD C

CO TD O

DE-ENERGIZED

CO TD O.DE-ENRG

DE-ENERGIZED

CC TD C.DE-ENRG

TERMINAL BLOCK IN MCC /

CR

M

TR

TR EL

SC

LR

OL

XS O

XS C

XT

MC

MC INT

PB O

PB C

PB O MH

PB C MH

SS 2O

SS 2C

SS SR O

SS SR C

SS 3O

SS 3C

HS O

HS C

SS 3P TOP

SS 2P TOP

PB NO

PB NC

PB NO+NC

SS 2P

CB

FU

CTV

BT

HN

W D

KI

RR

SCR

R DIODE

CAP.GEN

ZS O

ZS C

ZS HC

ZS HO

ZS MO

ZLS MC

DO O.ISO.

DO C.ISO.

DO O.NON-ISO.

DO C.NON-ISO.

DI ISO

DI NON-ISO

AI

AO

PI ISO.

PI NON-ISO.

PO ISO.

PO NON-ISO.

TE

TE SINGLE

TE DUAL

WS C

WS O

LS O

LS C

FS O

FS C

PS O

PS C

TS NO CL ON RISE

TS NC O ON RISE

VS NC O ON FAIL

AL

PL

PL PUSH

TERMINAL BLOCK VALVE/VFD

VIEWING C

OPY

AutoCAD SHX Text
L
AutoCAD SHX Text
R
AutoCAD SHX Text
L
AutoCAD SHX Text
R
AutoCAD SHX Text
H
AutoCAD SHX Text
O
AutoCAD SHX Text
A
Page 202: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

REVISIONS / CONTRACT NO.No. DATE INITIAL SIGNED

DRAFTING:

TORONTO WATEROPERATIONAL SUPPORT

DATE:

DESIGN:

SCALE: SHEET No.DRAWINGNUMBER:

CHECK: CONTRACT No.

DIRECTOR,

WATER

OPERATIONAL SUPPORT

SLD SYMBOLS & ABBREVIATIONSSTANDARD LEGEND - ELECTRICAL (SHEET 2 OF3)ENTER FACILITY NAME

G21.01B

STANDARD DRAWING

N.T.S

JANUARY, 2016

BUS DUCT

BREAKER, MEDIUM AND HIGH VOLTAGE

CIRCUIT BREAKER

DISCONNECT SWITCH

DISCONNECT SWITCH FUSED

DISCONNECT SWITCH NON-INSULATED

FUSE

TRANSFER SWITCH

METER

DIGITAL METER

SWITCH

TRANSFORMER, POWER AND DISTRIBUTION

AUTOTRANSFORMER

CONTROL TRANSFORMER

POTENTIAL TRANSFORMER

CURRENT TRANSFORMER

ZERO SEQUENCE CURRENT TRANSFORMER

BUSHING CURRENT TRANSFORMER

TRANSFORMER

MOTOR INDUCTION TYPE

MOTOR SYNCHRONOUS TYPE

VARIABLE FREQUENCY DRIVE

SOFT STARTER ( BLOCK )

SOFT STARTER

RECTIFIER

INVERTER

DIODE

MOTOR STARTER

MANUAL STARTER

OVERLOAD

CONTACTOR

ELECTRICAL SYMBOLS - SINGLE LINE DIAGRAM

ELECTRICAL ABBREVIATIONS

REVERSE CONTACTOR

CAPACITOR OR REACTOR

INDUCTOR

SOLENOID

LIGHTNING ARRESTER

SURGE PROTECTION

TRANSIENT VOLTAGE SURGE SUPPRESSOR

SURGE CAPACITOR

HEATER

BATTERY

DELTA CONNECTION

WYE CONNECTION

SOLID GROUNDED NEUTRAL

RESISTOR GROUNDED NEUTRAL

GROUND

CABLE POTHEAD

WIRE CONNECTION

WIRES NOT CONNECTED

RESISTANCE TEMPERATURE DETECTOR

KEY INTERLOCK

ELECTRICAL INTERLOCK

MECHANICAL INTERLOCK

AC ALTERNATING CURRENT

A/C AIR CONDITIONING

ACT

ANN

ATS

AWG

BAT

ACTUATOR

AF AMPERE FRAME

ANNUNCIATOR

AT AMPERE TRIP

AUTOMATIC TRANSFER SWITCH

AMERICAN WIRE GAUGE

BATTERY

BKR BREAKER

C CONDUCTOR

CAPACITOR

CB

CAP

CIRCUIT BREAKER

CP

CR

CT

CCT CIRCUIT

CONTROL PANEL

CPT CONTROL POWER TRANSFORMER

CONTROL RELAY

CURRENT TRANSFORMER

DC

DG

DM

DS

EF

F

DIRECT CURRENT

DIESEL GENERATOR

DIGITAL METERING

DISCONNECT SWITCH

EXHAUST FAN

ELU EMERGENCY LIGHTING UNIT

ESTOP EMERGENCY STOP

ETM ELAPSED TIME METER

FUSE

FA FIRE ALARM

FPR FEDER PROTECTION RELAY

FVR FULL VOLTAGE REVERSING

FVNR FULL VOLTAGE NON REVERSING

GENERATOR

GFI GROUND FAULT INTERRUPTER

GEN

GND

GPR

HTR

HVAC

kVA

GROUND

GENERATOR PROTECTION RELAY

H-O-A HAND OFF AUTOMATIC

HEATER

HZ HERTZ

HEATING, VENTILATION, AIR CONDITIONING

JB JUNCTION BOX

KCMIL THOUSAND CIRCULAR MILS

KILOVOLT-AMPERES

kVAR

L/R

LSG

MCC

KILOVOLT-AMPERES REACTIVE

LA LIGHTNING ARRESTOR

LB LOAD BREAK

LP LIGHTING PANEL

LOCAL/REMOTE

LONG, SHORT AND GROUND FAULT PROTECTION

M

MOTOR

MOTOR CONTROL CENTRE

MANUAL-OFF-AUTOMATICM-O-A

MTS

NEC

O/L

N

NO

PDP

PANELBOARDPNLB

PT

RPU

MPR

MOTOR PROTECTION RELAY

METERMTR

MANUAL TRANSFER SWITCH

NEUTRAL

NC NORMALLY CLOSED

NORMALLY OPENED

NATIONAL ELECTRICAL CODE

OVERLOAD

PB PUSH BUTTON

POWER DISTRIBUTION PANEL

PNL PANEL

PLC PROGRAMMABLE LOGIC CONTROLLER

PS POWER SUPPLY

POTENTIAL TRANSFORMER

REMOTE PROCESSING UNIT

RTD RESISTANCE TEMPERATURE DETECTOR

RTU

SEN

SHLD

SOL

S/S

REMOTE TERMINAL UNIT

SENSOR

SHIELDED

SN SOLID NEUTRAL

SOLENOID

SUBSTATION

SWG SWITCHGEAR

TDR

SW SWITCH

TB TIE BREAKER

TIME DELAY RELAY

TR TRANSFORMER

TS TRANSFER SWITCH

VT

UPS UNINTERRUPTIBLE POWER SUPPLY

VFD VARIABLE FREQUENCY DRIVE

VOLTAGE TRANSFORMER

WP WEATHER PROOF

GENERATOR

RESISTOR OR HEATER

VARIABLE RESISTOR

EP EXPLOSION PROOF

LTG

LSIG LONG, SHORT, INSTANTANEOUS AND GROUND FAULT PROTECTION

LIGHTING

ONAN

ONAF

OIL NATURAL AIR NATURAL

OIL NATURAL AIR FORCE

P PUMP

P&ID PROCESS AND INSTRUMENTATION DIAGRAM

PM POWER METERING

XFMR TRANSFORMER

27

37

38

46

47

49

50

50G

51

51G

52

59

81

86

STANDARD FUNCTION NUMBERS

UNDER VOLTAGE RELAY

UNDER CURRENT/UNDER POWER RELAY

BEARING RTD RELAY

CURRENT UNBALANCE RELAY

PHASE REVERSAL RELAY

STATOR RTD RELAY

INSTANTANEOUS OVERCURRENT

INSTANTANEOUS GROUND FAULT

AC TIME OVERCURRENT

AC TIME GROUND FAULT

AC CIRCUIT BREAKER

OVERVOLTAGE RELAY

FREQUENCY RELAY

LOCK-OUT RELAY

HIGH AND MEDIUM VOLTAGE DRAWOUT CIRCUIT BREAKER

HIGH VOLTAGE UNFUSED INTERRUPTER SWITCH

HIGH VOLTAGE FUSED INTERRUPTER SWITCH

FUSE DISCONNECT TERMINAL BLOCK

LETTERS DENOTE PROTECTION FUNCTIONS

POWER CIRCUIT BREAKER WITH ELECTRONIC TRIP UNIT

RATING AND STARTER SIZE AS INDICATED

OVERLOAD RELAY. THE CONTINUOUS CURRENT

MOTOR STARTER WITH INSTANTANEOUS TRIP

CIRCUIT PROTECTOR, CONTACTOR AND THERMAL

DRAWOUT CIRCUIT BREAKER (LOW VOLTAGE)

15A

2

STU/

LSIG

DRAWOUT OR PLUG-IN CONNECTION

DISCONNECT SWITCH WITH GROUNDING

VIEWING C

OPY

AutoCAD SHX Text
MTR
AutoCAD SHX Text
DM
AutoCAD SHX Text
SW
AutoCAD SHX Text
120V
AutoCAD SHX Text
600V
AutoCAD SHX Text
kVA
AutoCAD SHX Text
TR
AutoCAD SHX Text
VFD
AutoCAD SHX Text
SS
AutoCAD SHX Text
MS
AutoCAD SHX Text
M_SIZE
AutoCAD SHX Text
M_RTG
AutoCAD SHX Text
M
AutoCAD SHX Text
M_SIZE
AutoCAD SHX Text
M_RTG
AutoCAD SHX Text
M
AutoCAD SHX Text
TVSS
AutoCAD SHX Text
+
AutoCAD SHX Text
-
AutoCAD SHX Text
RTD
AutoCAD SHX Text
K
AutoCAD SHX Text
E
AutoCAD SHX Text
M
AutoCAD SHX Text
G
Page 203: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

REVISIONS / CONTRACT NO.No. DATE INITIAL SIGNED

DRAFTING:

TORONTO WATEROPERATIONAL SUPPORT

DATE:

DESIGN:

SCALE: SHEET No.DRAWINGNUMBER:

CHECK: CONTRACT No.

DIRECTOR,

WATER

OPERATIONAL SUPPORT

LAYOUT SYMBOLS STANDARD LEGEND - ELECTRICAL (SHEET 3 OF3)ENTER FACILITY NAME

G31.01C

STANDARD DRAWING

N.T.S

DEC, 2016

VIEWING C

OPY

AutoCAD SHX Text
ELECTRICAL SYMBOLS
AutoCAD SHX Text
ELECTRICAL LAYOUT
AutoCAD SHX Text
TRANSFORMER
AutoCAD SHX Text
WALL MOUNTED TRANSFORMER
AutoCAD SHX Text
WALL MOUNTED TRANSFORMER AND PANELBOARD
AutoCAD SHX Text
WALL MOUNTED PANELBOARD
AutoCAD SHX Text
MOTORIZED VALVE
AutoCAD SHX Text
MOTORIZED DAMPER
AutoCAD SHX Text
CONTROL STATION
AutoCAD SHX Text
MOTOR STARTER
AutoCAD SHX Text
DISCONNECT SWITCH
AutoCAD SHX Text
JUNCTION BOX / PULL BOX (PB)
AutoCAD SHX Text
SINGLE RECEPTACLE
AutoCAD SHX Text
DUPLEX RECEPTACLE
AutoCAD SHX Text
WELDING RECEPTACLE
AutoCAD SHX Text
DUPLEX RECEPTACLE SPLIT
AutoCAD SHX Text
SPECIAL PURPOSE RECEPTACLE
AutoCAD SHX Text
COUNTERTOP RECEPTACLE DUPLEX
AutoCAD SHX Text
COUNTERTOP SPLIT RECEPTACLE DUPLEX
AutoCAD SHX Text
HUMIDISTAT
AutoCAD SHX Text
THERMOSTAT
AutoCAD SHX Text
SELECTOR SWITCH
AutoCAD SHX Text
LIGHTING PANEL
AutoCAD SHX Text
LIGHT FIXTURE
AutoCAD SHX Text
LIGHT FIXTURE
AutoCAD SHX Text
CEILING MOUNTED FIXTURE
AutoCAD SHX Text
WALL MOUNTED FIXTURE
AutoCAD SHX Text
EMERGENCY LIGHTING UNIT
AutoCAD SHX Text
EMERGENCY LIGHTING UNIT (REMOTE)
AutoCAD SHX Text
CEILING FAN
AutoCAD SHX Text
WALL MOUNTED FAN
AutoCAD SHX Text
SUPPLY FAN
AutoCAD SHX Text
EXHAUST FAN
AutoCAD SHX Text
UNIT HEATER
AutoCAD SHX Text
FLOAT SWITCH
AutoCAD SHX Text
PHOTO CELL
AutoCAD SHX Text
SENSOR
AutoCAD SHX Text
SINGLE POLE SWITCH ( LIGHT)
AutoCAD SHX Text
CABLE STRESS CONE
AutoCAD SHX Text
MANHOLE
AutoCAD SHX Text
HYDRO POLE
AutoCAD SHX Text
DISCONNECT HANDLE
AutoCAD SHX Text
EMERGENCY PUSH BUTTON
AutoCAD SHX Text
SECURITY CAMERA
AutoCAD SHX Text
MOTION SENSOR
AutoCAD SHX Text
CARD READER / KEY PAD (KP)
AutoCAD SHX Text
SECURITY ALARM PANEL
AutoCAD SHX Text
SPEAKER
AutoCAD SHX Text
BUZZER
AutoCAD SHX Text
BELL
AutoCAD SHX Text
SOUND ALARM
AutoCAD SHX Text
KEYPAD
AutoCAD SHX Text
ELECTRIC STRIKE
AutoCAD SHX Text
DOOR CONTACT
AutoCAD SHX Text
DOOR CONTACT EXPLOSION PROOF
AutoCAD SHX Text
OVERHEAD DOOR CONTACT
AutoCAD SHX Text
FIRE ALARM PULL STATION
AutoCAD SHX Text
FIRE ALARM PANEL
AutoCAD SHX Text
STROBE / HORN FIRE ALARAM
AutoCAD SHX Text
HEAT DETECTOR
AutoCAD SHX Text
SMOKE DETECTOR
AutoCAD SHX Text
SMOKE ALARM
AutoCAD SHX Text
FIRE DETECTOR
AutoCAD SHX Text
CARBON MONOXIDE
AutoCAD SHX Text
DATA OUTLET
AutoCAD SHX Text
TELEPHONE OUTLET
AutoCAD SHX Text
TV CABLE OUTLET
AutoCAD SHX Text
TELEPHONE DATA OUTLET
AutoCAD SHX Text
STROBE LIGHT
AutoCAD SHX Text
FLUSH WALL MOUNTED PANELBOARD
AutoCAD SHX Text
H
AutoCAD SHX Text
T
AutoCAD SHX Text
DS
AutoCAD SHX Text
CCTV
AutoCAD SHX Text
kVA
AutoCAD SHX Text
TR
AutoCAD SHX Text
kVA
AutoCAD SHX Text
TR
AutoCAD SHX Text
PB
AutoCAD SHX Text
PB
AutoCAD SHX Text
MS
AutoCAD SHX Text
JB
AutoCAD SHX Text
SIZE
AutoCAD SHX Text
TYPE
AutoCAD SHX Text
LP-XX
AutoCAD SHX Text
TYPE
AutoCAD SHX Text
PC
AutoCAD SHX Text
MD
AutoCAD SHX Text
MV
AutoCAD SHX Text
TYPE
AutoCAD SHX Text
S
AutoCAD SHX Text
MH
AutoCAD SHX Text
SP
AutoCAD SHX Text
S
AutoCAD SHX Text
SA
AutoCAD SHX Text
KP
AutoCAD SHX Text
ES
AutoCAD SHX Text
E
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
FAP
AutoCAD SHX Text
SA
AutoCAD SHX Text
FD
AutoCAD SHX Text
CO
AutoCAD SHX Text
STR
AutoCAD SHX Text
GENERAL NOTE:
AutoCAD SHX Text
THIS IS A GENERAL ELECTRICAL
AutoCAD SHX Text
SYMBOL SHEET. SOME SYMBOLS
AutoCAD SHX Text
OR NOTATIONS MAY NOT BE USED
AutoCAD SHX Text
ON THIS PROJECT.
AutoCAD SHX Text
PUMP
AutoCAD SHX Text
MOTOR
AutoCAD SHX Text
M
AutoCAD SHX Text
P
AutoCAD SHX Text
CONTROL PANEL
AutoCAD SHX Text
LIGHTING PANEL
AutoCAD SHX Text
CP
AutoCAD SHX Text
LP
AutoCAD SHX Text
DISCONNECT SWITCH FUSED
AutoCAD SHX Text
DSF
AutoCAD SHX Text
ELECTRICAL LAYOUT
Page 204: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

REVISIONS / CONTRACT NO.No. DATE INITIAL SIGNED

DRAFTING:

TORONTO WATEROPERATIONAL SUPPORT

DATE:

DESIGN:

SCALE: SHEET No.DRAWINGNUMBER:

CHECK: CONTRACT No.

DIRECTOR,

WATER

OPERATIONAL SUPPORT

CONSTANT SPEED: COMPUTER - MAINTAINED, LOCAL - PUSHBUTTONS CONSTANT SPEED MOTOR/DAMPER

ELECTRICAL CONTROL SCHEMATIC DIAGRAM

2.01A

SAMPLE DRAWING

N.T.S

JAN 2016

01

02

03

04

05

06

07

08

09

10

11

12

13

14

15

16

05

L2

L3

L1

FU

A

O/L

MOTOR

T3

T2

T1

M

FU

FU

FU

05

05

3 O/Ls

Y

LT1

CR

CR1

PB

PB

CR

CR2

LOCAL REMOTE

SS1

SS1

PB

START

PB

STOP

M

M

CR3

06

CR5

16

120VAC DI MODULE POWER SUPPLY

E-STOP

CR

CR3

R

LT2

CR2

04

CR3

06

120VAC DO MODULE POWER SUPPLY

CR

CR5

NOTE:

MOVING PARTS ARE NORMALLY EXPOSED DURING OPERATION WHICH

1. E-STOP ONLY REQUIRED WHERE ROTATING MACHINERY OR OTHER

ARE SAFETY HAZARDS.

600V

120V

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

YA

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

HAS

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

MN

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

YN

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

M

RPU-AAAA

MHMB

XXX-P-1501

XXX-P-1501-01

XXX-P-1501-10

XXX-P-1501-11

XXX-P-1501-12

XXX-P-1501-13

120VAC

XXX-P-1501-16

XXX-P-1501-05

DEVICE TERMINAL.

TERMINAL BLOCK IN MCC / SWITCHGEAR.

TERMINAL BLOCK IN LOCAL PANEL.

TERMINAL BLOCK IN RPU. (PLC)

PANEL (CBP).

TERMINAL BLOCK IN AREA CONTROL

TERMINAL BLOCK IN

TERMINAL BLOCK OF FIRE ALARM

TERMINAL BLOCK IN CENTRAL BACKUP

PANEL (ACP).

TERMINAL (JUNCTION) BOX.

DETECTOR IN SWITCHGEAR

TERMINAL BLOCK OF VALVE/VFD

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

BB

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

M

RPU-AAAA

BB

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

+

xyyzz

-

RPU-AAAA

BB

AO

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

+

xyyzz

-

RPU-AAAA

BB

AI

LETTERS INDICATE AS FOLLOWS:

AAAA: RPU NUMBER

x: RACK NUMBER

yy: SLOT NUMBER

zz: POINT/TERMINAL NUMBER

BB: FUNCTION

TERMINAL BLOCK LEGEND:INPUT/OUTPUT STATIC DEVICES LEGEND:

LX-YY-ZZ

XXX-P-1501-01A

O/L

O/L

SS1

R

M

13

xyyzz

xyyzz

xyyzz

xyyzz

xyyzz

N

LX-YY NX-YY

07

CB

CR1

03

NOT AVAILABLE

NO

NC 10

POWER ON

E-STOP

NO 11

NC

MOTOR

STARTER

START/STOP

NO 06,12

NC

RUNNING

XXX-P-1501

NOT AVAILABLE

/OVERLOAD

XXX-P-1501

E-STOP

XXX-P-1501

RUNNING

XXX-P-1501

COMPUTER

MODE

XXX-P-1501

START/STOP

NO 07

NC

VIEWING C

OPY

Page 205: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

REVISIONS / CONTRACT NO.No. DATE INITIAL SIGNED

DRAFTING:

TORONTO WATEROPERATIONAL SUPPORT

DATE:

DESIGN:

SCALE: SHEET No.DRAWINGNUMBER:

CHECK: CONTRACT No.

DIRECTOR,

WATER

OPERATIONAL SUPPORT

CONSTANT SPEED: COMPUTER - MOMENTARY, LOCAL - PUSHBUTTONS CONSTANT SPEED MOTOR/DAMPER

ELECTRICAL CONTROL SCHEMATIC DIAGRAM

2.01B

SAMPLE DRAWING

N.T.S

JAN 2016

01

02

03

04

05

06

07

08

09

10

11

12

13

14

15

16

17

05

L2

L3

L1

FU

A

O/L

MOTOR

T3

T2

T1

M

FU

FU

FU

05

05

3 O/Ls

Y

LT1

CR

CR1

PB

PB

CR

CR2

LOCAL REMOTE

SS

SS

PB

START

PB

STOP

M

M

CR3

06

CR4

15

120VAC DI MODULE POWER SUPPLY

E-STOP

CR

CR3

R

LT2

CR2

04

CR3

06

120VAC DO MODULE POWER SUPPLY

CR

CR4

CR

CR5

CR3

06

CR5

16

NOTE:

MOVING PARTS ARE NORMALLY EXPOSED DURING OPERATION WHICH

1. E-STOP ONLY REQUIRED WHERE ROTATING MACHINERY OR OTHER

ARE SAFETY HAZARDS.

600V

120V

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

00406

RPU-AAAA

YA

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

00407

RPU-AAAA

HAS

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

00408

RPU-AAAA

MN

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

00405

RPU-AAAA

YN

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

00504

M

RPU-AAAA

MH

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

00505

M

RPU-AAAA

MB

XXX-P-1601

XXX-P-1601-01

XXX-P-1601-10

XXX-P-1601-11

XXX-P-1601-12

XXX-P-1601-13

XXX-P-1601-15

XXX-P-1601-16

XXX-P-1601-05

DEVICE TERMINAL.

TERMINAL BLOCK IN MCC / SWITCHGEAR.

TERMINAL BLOCK IN LOCAL PANEL.

TERMINAL BLOCK IN RPU. (PLC)

PANEL (CBP).

TERMINAL BLOCK IN AREA CONTROL

TERMINAL BLOCK IN

TERMINAL BLOCK OF FIRE ALARM

TERMINAL BLOCK IN CENTRAL BACKUP

PANEL (ACP).

TERMINAL (JUNCTION) BOX.

DETECTOR IN SWITCHGEAR

TERMINAL BLOCK OF VALVE/VFD

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

BB

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

M

RPU-AAAA

BB

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

+

xyyzz

-

RPU-AAAA

BB

AO

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

+

xyyzz

-

RPU-AAAA

BB

AI

LETTERS INDICATE AS FOLLOWS:

AAAA: RPU NUMBER

x: RACK NUMBER

yy: SLOT NUMBER

zz: POINT/TERMINAL NUMBER

BB: FUNCTION

TERMINAL BLOCK LEGEND:INPUT/OUTPUT STATIC DEVICES LEGEND:

XXX-P-1601-01A

NOT AVAILABLE

/OVERLOAD

E-STOP

RUNNING

COMPUTER MODE

START

NO 07

NC

STOP

NO

O/L

O/L

M

XXX-P-1601

XXX-P-1601

XXX-P-1601

XXX-P-1601

XXX-P-1601

XXX-P-1601

13

00504

00505

00405

00408

00407

00406

120VAC

L0-04-2 N

L0-05 N0-05

SS

R

07

CB

2. SEE PAGES 2.09A & 2.09B FOR SAMPLE DIGITAL INPUT & DIGITAL OUTPUT

CARD WIRING DIAGRAM.

NC 07

CR1

03

POWER ON

NOT AVAILABLE

NO

NC 10

E-STOP

NO 11

NC

MOTOR

STARTER

START

NO 06,08,12

NC

RUNNING

VIEWING C

OPY

Page 206: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

REVISIONS / CONTRACT NO.No. DATE INITIAL SIGNED

DRAFTING:

TORONTO WATEROPERATIONAL SUPPORT

DATE:

DESIGN:

SCALE: SHEET No.DRAWINGNUMBER:

CHECK: CONTRACT No.

DIRECTOR,

WATER

OPERATIONAL SUPPORT

TWO SPEED:COMPUTER - MOMENTARY, LOCAL - SLOW-OFF-FAST TWO SPEED/REVERSING MOTOR

ELECTRICAL CONTROL SCHEMATIC DIAGRAM

2.02A

SAMPLE DRAWING

N.T.S

JAN 2016

01

02

03

04

05

06

07

08

09

10

11

12

13

14

15

05

L2

L3

L1

FU

A

O/L1

MOTOR

T3

T2

T1

M

FU

FU

FU

05

05

3 O/L1s

Y

LT1

CR

CR1

PB

PB

CR

CR2

LOCAL REMOTE

SS1

SS1

M

M1

CR6

23

E-STOP

CR3

06

CR8

25

600V

120V

CR4

09

CR3

06

M

M2

CR

CR3

CR

CR4

CR7

24

CR4

09

R

LT2

R

LT3

16

17

18

19

20

21

22

23

24

25

08

08

08

120VAC DI MODULE POWER SUPPLY

CR2

04

CR3

06

CR4

09

120VAC DO MODULE POWER SUPPLY

CR

CR6

CR

CR7

CR

CR8

T6

T5

T4

O/L2

3 O/L2s

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

YA

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

HAS

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

MNH

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

MNL

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

YN

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

M

RPU-AAAA

MH

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

M

RPU-AAAA

ML

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

M

RPU-AAAA

MB

XXX-AHU-0200

XXX-AHU-0200-01A

XXX-AHU-0200-05

XXX-AHU-0200-08

XXX-AHU-0200-17

XXX-AHU-0200-18

XXX-AHU-0200-19

XXX-AHU-0200-20

XXX-AHU-0200-21

XXX-AHU-0200-23

XXX-AHU-0200-24

XXX-AHU-0200-25

DEVICE TERMINAL.

TERMINAL BLOCK IN MCC / SWITCHGEAR.

TERMINAL BLOCK IN LOCAL PANEL.

TERMINAL BLOCK IN RPU. (PLC)

PANEL (CBP).

TERMINAL BLOCK IN AREA CONTROL

TERMINAL BLOCK IN

TERMINAL BLOCK OF FIRE ALARM

TERMINAL BLOCK IN CENTRAL BACKUP

PANEL (ACP).

TERMINAL (JUNCTION) BOX.

DETECTOR IN SWITCHGEAR

TERMINAL BLOCK OF VALVE/VFD

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

BB

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

M

RPU-AAAA

BB

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

+

xyyzz

-

RPU-AAAA

BB

AO

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

+

xyyzz

-

RPU-AAAA

BB

AI

LETTERS INDICATE AS FOLLOWS:

AAAA: RPU NUMBER

x: RACK NUMBER

yy: SLOT NUMBER

zz: POINT/TERMINAL NUMBER

BB: FUNCTION

TERMINAL BLOCK LEGEND:INPUT/OUTPUT STATIC DEVICES LEGEND:

O/L1

O/L1

O/L2

O/L2

XXX-AHU-0200-01

NOTE:

MOVING PARTS ARE NORMALLY EXPOSED DURING OPERATION WHICH

1. E-STOP ONLY REQUIRED WHERE ROTATING MACHINERY OR OTHER

ARE SAFETY HAZARDS.

SS1

R

M1

M2

21

11

120VAC

LX-YY-ZZ N

LX-YY NX-YY

xyyzz

xyyzz

xyyzz

xyyzz

xyyzz

xyyzz

xyyzz

xyyzz

SLOWOFFFAST

SS2

SS2

SS2

CB

FAST

NO 12,19

NC 08

RUNNING

FAST

SLOW

STARTER

FAST

STARTER

RUNNING

SLOW

E-STOP

NO 18

NC

NOT AVAILABLE

NO

NC 17

POWER ON

CR1

03

XXX-AHU-0200

NOT AVAILABLE

/OVERLOAD

XXX-AHU-0200

E-STOP

XXX-AHU-0200

RUNNING FAST

XXX-AHU-0200

RUNNING SLOW

XXX-AHU-0200

COMPUTER

MODE

XXX-AHU-0200

START FAST

NO 11

NC

XXX-AHU-0200

START SLOW

NO 13

NC

XXX-AHU-0200

STOP

NO

NC 11

SLOW

NO 14,20

NC 05

VIEWING C

OPY

Page 207: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

REVISIONS / CONTRACT NO.No. DATE INITIAL SIGNED

DRAFTING:

TORONTO WATEROPERATIONAL SUPPORT

DATE:

DESIGN:

SCALE: SHEET No.DRAWINGNUMBER:

CHECK: CONTRACT No.

DIRECTOR,

WATER

OPERATIONAL SUPPORT

REVERSING: COMPUTER - MOMENTARY, LOCAL - PUSHBUTTONSTWO SPEED/REVERSING MOTOR

ELECTRICAL CONTROL SCHEMATIC DIAGRAM

2.02B

SAMPLE DRAWING

N.T.S

JAN 2016

01

02

03

04

05

06

07

08

09

10

11

12

13

14

15

05

L2

L3

L1

FU

A

O/L

MOTOR

T3

T2

T1

M

FU

FU

FU

05

05

3 O/Ls

Y

LT1

CR

CR5

PB

PB

CR

CR6

LOCAL REMOTE

SS1

SS1

PB

FORWARD

PB

STOP

M

M1

CR7

06

CR1

23

E-STOP

CR7

06

CR3

25

600V

120V

CR8

09

PB

REVERSE

CR7

06

CR8

09

M

M2

CR

CR7

CR

CR8

CR2

24

CR8

09

R

LT2

R

LT3

16

17

18

19

20

21

22

23

24

25

08

08

08

120VAC DI MODULE POWER SUPPLY

CR6

04

CR7

06

CR8

09

120VAC DO MODULE POWER SUPPLY

CR

CR1

CR

CR2

CR

CR3

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

00410

RPU-AAAA

YA

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

00411

RPU-AAAA

HAS

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

00412

RPU-AAAA

MNH

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

00413

RPU-AAAA

MNL

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

00409

RPU-AAAA

YN

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

00501

M

RPU-AAAA

MH

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

00502

M

RPU-AAAA

ML

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

00503

M

RPU-AAAA

MB

XXX-CV-1225

XXX-CV-1225-01

XXX-CV-1225-05

XXX-CV-1225-08

XXX-CV-1225-17

XXX-CV-1225-18

XXX-CV-1225-19

XXX-CV-1225-20

XXX-CV-1225-21

XXX-CV-1225-23

XXX-CV-1225-24

XXX-CV-1225-25

DEVICE TERMINAL.

TERMINAL BLOCK IN MCC / SWITCHGEAR.

TERMINAL BLOCK IN LOCAL PANEL.

TERMINAL BLOCK IN RPU. (PLC)

PANEL (CBP).

TERMINAL BLOCK IN AREA CONTROL

TERMINAL BLOCK IN

TERMINAL BLOCK OF FIRE ALARM

TERMINAL BLOCK IN CENTRAL BACKUP

PANEL (ACP).

TERMINAL (JUNCTION) BOX.

DETECTOR IN SWITCHGEAR

TERMINAL BLOCK OF VALVE/VFD

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

BB

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

M

RPU-AAAA

BB

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

+

xyyzz

-

RPU-AAAA

BB

AO

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

+

xyyzz

-

RPU-AAAA

BB

AI

LETTERS INDICATE AS FOLLOWS:

AAAA: RPU NUMBER

x: RACK NUMBER

yy: SLOT NUMBER

zz: POINT/TERMINAL NUMBER

BB: FUNCTION

TERMINAL BLOCK LEGEND:INPUT/OUTPUT STATIC DEVICES LEGEND:

O/L

O/L

XXX-CV-1225-01A

SS1

R

M1

M2

21

120VAC

L0-04-3N

11

00410

00411

00412

00413

00409

00501

00502

00503

L0-05 N0-05

CB

NOTE:

MOVING PARTS ARE NORMALLY EXPOSED DURING OPERATION WHICH

1. E-STOP ONLY REQUIRED WHERE ROTATING MACHINERY OR OTHER

ARE SAFETY HAZARDS.

2. SEE PAGES 2.09A & 2.09B FOR SAMPLE DIGITAL INPUT & DIGITAL OUTPUT

CARD WIRING DIAGRAM.

CR5

03

NOT AVAILABLE

NO

NC 17

POWER ON

E-STOP

NO 18

NC

FORWARD

STARTER

FORWARD

NO 06,12,19

NC 08

RUNNING

FORWARD

REVERSE

STARTER

RUNNING

REVERSE

REVERSE

NO 09,14,20

NC 05

XXX-CV-1225

NOT AVAILABLE

/OVERLOAD

XXX-CV-1225

E-STOP

XXX-CV-1225

RUNNING

FORWARD

XXX-CV-1225

RUNNING

REVERSE

XXX-CV-1225

COMPUTER

MODE

XXX-CV-1225

START FORWARD

NO 11

NC

XXX-CV-1225

START REVERSE

NO 13

NC

XXX-CV-1225

STOP

NO

NC 11

VIEWING C

OPY

Page 208: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

REVISIONS / CONTRACT NO.No. DATE INITIAL SIGNED

DRAFTING:

TORONTO WATEROPERATIONAL SUPPORT

DATE:

DESIGN:

SCALE: SHEET No.DRAWINGNUMBER:

CHECK: CONTRACT No.

DIRECTOR,

WATER

OPERATIONAL SUPPORT

VARIABLE SPEED DRIVE: SPEED - 4-20mADC VARIABLE SPEED MOTOR

ELECTRICAL CONTROL SCHEMATIC DIAGRAM

2.03A

SAMPLE DRAWING

N.T.S

JAN 2016

01

02

03

04

05

06

07

08

09

10

11

12

13

14

15

16

17

18

L2

L3

L1

FU

A

MOTOR

T3

T2

T1

M

FU

FU

FU

600V

120V

VFD

CR

CR1

LOCAL REMOTE

SS1

SS1

PB

START

PB

STOP

CR7

03

CR5

26

CR

CR7

CR7

03

CR6

27

VFD CONTROL BOARD

ENABLE

REMOTE MODE

SS1

START/

CR7

03

STOP

10k POT.

LOCAL SPEED

SETPOINT

(OPTIONAL)

AUTO SPEED

SETPOINT

SPEED

INDICATION

RUNNING

CR

CR3

R

LT2

VFD FAULT

CR

CR4

A

LT3

19

20

21

22

23

24

25

26

120VAC DI MODULE POWER SUPPLY

CR3

10

120VAC DO MODULE POWER SUPPLY

CR

CR5

CR

CR6

SI

2304

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

YA

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

XA

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

MN

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

YN

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

M

RPU-AAAA

MH

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

M

RPU-AAAA

MB

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

00702

RPU-AAAA

SC

AO

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

00606

RPU-AAAA

SI

AI

XXX-P-2304-01

XXX-P-2304

XXX-P-2304-14

XXX-P-2304-15

XXX-P-2304-16

XXX-P-2304-17

XXX-P-2304-20

XXX-P-2304-21

XXX-P-2304-22

XXX-P-2304-23

XXX-P-2304-26

XXX-P-2304-27

DEVICE TERMINAL.

TERMINAL BLOCK IN MCC / SWITCHGEAR.

TERMINAL BLOCK IN LOCAL PANEL.

TERMINAL BLOCK IN RPU. (PLC)

PANEL (CBP).

TERMINAL BLOCK IN AREA CONTROL

TERMINAL BLOCK IN

TERMINAL BLOCK OF FIRE ALARM

TERMINAL BLOCK IN CENTRAL BACKUP

PANEL (ACP).

TERMINAL (JUNCTION) BOX.

DETECTOR IN SWITCHGEAR

TERMINAL BLOCK OF VALVE/VFD

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

BB

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

M

RPU-AAAA

BB

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

+

xyyzz

-

RPU-AAAA

BB

AO

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

+

xyyzz

-

RPU-AAAA

BB

AI

LETTERS INDICATE AS FOLLOWS:

AAAA: RPU NUMBER

x: RACK NUMBER

yy: SLOT NUMBER

zz: POINT/TERMINAL NUMBER

BB: FUNCTION

TERMINAL BLOCK LEGEND:INPUT/OUTPUT STATIC DEVICES LEGEND:

XXX-P-2304-01A

SS1

R

PB

PB

E-STOP

23

24

RESET

PB

RESET

CR4

13

27

PB

08

XXX-P-2304-24

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

HAS

DI

07

xyyzz

xyyzz

xyyzz

xyyzz

xyyzz

xyyzz

xyyzz

120VAC

LX-YY-ZZ N

LX-YYNX-YY

CB

NOTE:

1. SEE PAGES 2.09C & 2.09D FOR SAMPLE ANALOG INPUT & ANALOG OUTPUT

CARD WIRING DIAGRAM.

CR1

02

NOT AVAILABLE

NO

NC 20

START/STOP

NO 04,06,10

NC

RUNNING

NO 22

NC

FAULT

NO 21

NC

LOCAL

INDICATOR

XXX-P-2304

NOT AVAILABLE

/OVERLOAD

XXX-P-2304

VFD FAULT

XXX-P-2304

RUNNING

XXX-P-2304

COMPUTER

MODE

XXX-P-2304

E-STOP

XXX-P-2304

START

NO 05

NC

XXX-P-2304

STOP

NO

NC 05

(OPTIONAL)

VIEWING C

OPY

Page 209: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

REVISIONS / CONTRACT NO.No. DATE INITIAL SIGNED

DRAFTING:

TORONTO WATEROPERATIONAL SUPPORT

DATE:

DESIGN:

SCALE: SHEET No.DRAWINGNUMBER:

CHECK: CONTRACT No.

DIRECTOR,

WATER

OPERATIONAL SUPPORT

SMALL QUARTER TURN VALVE, COMPUTER-MAINTAINED, LOCAL PUSHBUTTONSFULL OPEN/CLOSE VALVE/GATE

ELECTRICAL CONTROL SCHEMATIC DIAGRAM

2.04A

SAMPLE DRAWING

N.T.S

JAN 2016

LOCAL REMOTE

SS

01

120VAC POWER SUPPLY

120VAC DO MODULE POWER SUPPLY

120VAC DI MODULE POWER SUPPLY

N

02

03

04

05

06

07

08

09

10

11

12

13

14

15

CR

CR1

FU A

SS

CR3

15

CR2

14

R

LT1

G

LT2

SS

CR

CR2

CR

CR3

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

00403

RPU-AAAA

ZH

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

00404

RPU-AAAA

ZL

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

00401

RPU-AAAA

YN

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

00402

RPU-AAAA

YA

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

00506

M

RPU-AAAA

VH

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

00507

M

RPU-AAAA

VL

XXX-V-0105

XXX-V-0105-11

XXX-V-0105-12

XXX-V-0105-14

XXX-V-0105-15

DEVICE TERMINAL

TERMINAL BLOCK IN MCC / SWITCHGEAR

TERMINAL BLOCK IN LOCAL PANEL

TERMINAL BLOCK IN RPU (PLC)

PANEL (CBP)

TERMINAL BLOCK IN AREA CONTROL

TERMINAL BLOCK IN

TERMINAL BLOCK OF FIRE ALARM

TERMINAL BLOCK IN CENTRAL BACKUP

PANEL (ACP)

TERMINAL (JUNCTION) BOX

DETECTOR IN SWITCHGEAR

TERMINAL BLOCK OF VALVE/VFD

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

BB

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

M

RPU-AAAA

BB

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

+

xyyzz

-

RPU-AAAA

BB

AO

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

+

xyyzz

-

RPU-AAAA

BB

AI

LETTERS INDICATE AS FOLLOWS:

AAAA: RPU NUMBER

x: RACK NUMBER

yy: SLOT NUMBER

zz: POINT/TERMINAL NUMBER

BB: FUNCTION

TERMINAL BLOCK LEGEND:INPUT/OUTPUT STATIC DEVICES LEGEND:

PB

OPEN

PB

CLOSE

VALVE ACTUATOR

LSO

LSC

M

LS1

LS2

XXX-V-0105-04

XXX-V-0105-05

XXX-V-0105-06

L0-04-1

N

XXX-V-0105-08

XXX-V-0105-09

00403

00404

00401

00402

00506

00507

L0-05

N0-05

XXX-V-0105-03

NOT AVAILABLE

NO

NC 12

CR1

01

OPENED

CLOSED

XXX-V-0105

OPENED

XXX-V-0105

CLOSED

XXX-V-0105

COMPUTER

MODE

XXX-V-0105

NOT AVAILABLE

XXX-V-0105

OPEN COMMAND

NO 05

NC

XXX-V-0105

CLOSE

COMMAND

NO 06

NC

NOTE:

1. SEE PAGES 2.09A & 2.09B FOR SAMPLE DIGITAL INPUT & DIGITAL OUTPUT

CARD WIRING DIAGRAM.

VIEWING C

OPY

Page 210: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

REVISIONS / CONTRACT NO.No. DATE INITIAL SIGNED

DRAFTING:

TORONTO WATEROPERATIONAL SUPPORT

DATE:

DESIGN:

SCALE: SHEET No.DRAWINGNUMBER:

CHECK: CONTRACT No.

DIRECTOR,

WATER

OPERATIONAL SUPPORT

COMPUTER - MAINTAINED, LOCAL - SPRING RETURN SWITCHSLOW MOVING VALVE/GATE

ELECTRICAL CONTROL SCHEMATIC DIAGRAM

2.05A

SAMPLE DRAWING

N.T.S

JAN 2016

DEVICE TERMINAL.

TERMINAL BLOCK IN MCC / SWITCHGEAR.

TERMINAL BLOCK IN LOCAL PANEL.

TERMINAL BLOCK IN RPU. (PLC)

PANEL (CBP).

TERMINAL BLOCK IN AREA CONTROL

TERMINAL BLOCK IN

TERMINAL BLOCK OF FIRE ALARM

TERMINAL BLOCK IN CENTRAL BACKUP

PANEL (ACP).

TERMINAL (JUNCTION) BOX.

DETECTOR IN SWITCHGEAR

TERMINAL BLOCK OF VALVE/VFD

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

BB

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

M

RPU-AAAA

BB

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

+

xyyzz

-

RPU-AAAA

BB

AO

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

+

xyyzz

-

RPU-AAAA

BB

AI

LETTERS INDICATE AS FOLLOWS:

AAAA: RPU NUMBER

x: RACK NUMBER

yy: SLOT NUMBER

zz: POINT/TERMINAL NUMBER

BB: FUNCTION

TERMINAL BLOCK LEGEND:INPUT/OUTPUT STATIC DEVICES LEGEND:

01

M

T1

T2

T3

XXX-V-0102

575VAC, 3∅, 60Hz

POWER SUPPLY

02

03

04

05

06

07

08

09

10

11

12

13

14

15

16

17

18

19

20

FU01

FU03

FU02

120VAC DI MODULE

XXX-V-0102-05

XXX-V-0102-13

XXX-V-0102-15

XXX-V-0102-16

POWER SUPPLY

NOTES:

1. INDICATES OPEN CONTACTS.

2. INDICATES CLOSE CONTACTS.

SAMPLE LIMIT SWITCH CONTACT DEVELOPMENT

VALVE POSITION

INTERMEDIATE

LSC 5 (9) (13)

CLOSEOPEN

SWITCH NUMBERS

LSC 6 (10) (14)

LSO 7 (11) (15)

LSO 8 (12) (16)

21

120VAC DO MODULE POWER SUPPLY

XXX-V-0102-25

XXX-V-0102-24

22

23

24

25

LSC13

LSC10

LSO12

IN REMOTE

R

G

LT

LT

HS

MHS

CLOSE

L/O/R

STOP

MHS

MHS

OPEN

LS015

LSC9

R

LT01

OPENED

XXX-V-0102-20

G

LT02

CLOSED

XXX-V-0102-19

LL/PPPP

LL/PPPP LL/PPPP

ACP PLC

SS1

SS1

SS2

CR1

24

CR2

25

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

YA

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

YN

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

ZH

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

ZL

DI

SS1

XXX-V-0102-14

XXX-V-0102-14A

PLC

LL/PPPP

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

M

RPU-AAAA

VH

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

M

RPU-AAAA

VL

CR

CR1

CR

CR2

LL: LINE NUMBER

PPPP: PAGE NUMBER

XXX-V-0102-06

XXX-V-0102-07

14

08

LX-YY-ZZ

N

XXX-V-0102

XXX-V-0102

LX-YY

NX-YY

xyyzz

xyyzz

xyyzz

xyyzz

xyyzz

xyyzz

INTERLOCK TO A DEVICE(S)

IF REQUIRED

(WIRES TO BE TAGGED ACCORDING

TO THE DEVICE TAG)

FROM OTHER PANEL IF REQUIRED

XXX-V-0102

VALVE ACTUATOR

SS2

OPEN CLOSE

XXX-V-0102

NOT AVAILABLE

XXX-V-0102

COMPUTER

MODE

XXX-V-0102

OPENED

XXX-V-0102

CLOSED

XXX-V-0102

OPEN COMMAND

NO 08

NC

XXX-V-0102

CLOSE COMMAND

NO 09

NC

VIEWING C

OPY

Page 211: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

L1

L2

L3

600V

120V

08

08

08

MOTOR

T3

T2

T1

M

10

10

10

O/L

XXX-G-0101

DEVICE TERMINAL.

TERMINAL BLOCK IN MCC / SWITCHGEAR.

TERMINAL BLOCK IN LOCAL PANEL.

TERMINAL BLOCK IN RPU. (PLC)

PANEL (CBP).

TERMINAL BLOCK IN AREA CONTROL

TERMINAL BLOCK IN

TERMINAL BLOCK OF FIRE ALARM

TERMINAL BLOCK IN CENTRAL BACKUP

PANEL (ACP).

TERMINAL (JUNCTION) BOX.

DETECTOR IN SWITCHGEAR

TERMINAL BLOCK OF VALVE/VFD

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

BB

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

M

RPU-AAAA

BB

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

+

xyyzz

-

RPU-AAAA

BB

AO

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

+

xyyzz

-

RPU-AAAA

BB

AI

LETTERS INDICATE AS FOLLOWS:

AAAA: RPU NUMBER

x: RACK NUMBER

yy: SLOT NUMBER

zz: POINT/TERMINAL NUMBER

BB: FUNCTION

TERMINAL BLOCK LEGEND:

INPUT/OUTPUT STATIC DEVICES LEGEND:

O/L

O/L

FU

FU

FU

DS

FU

LS7

LS3

3 O/Ls

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

PB2

STOP

LSXX

LS5

LS4

OPEN

PB1

C

10

O

TS18

CLOSE

PB3

TS17

O

08

LS8

LS1

C

08

O

10

C

XXX-G-0101-11

XXX-G-0101-12

XXX-G-0101-03

XXX-G-0101-07

14

XXX-G-0101-08

01

02

03

04

05

06

07

08

09

10

11

12

13

14

XXX-G-0101-11

14

XXX-G-0101-12

CR

CR1

R

LT1

G

LT2

CLOSED

R

LT3

G

LT4

LOCAL REMOTE

SS1

14

LS2

LS6

120VAC DO MODULE POWER SUPPLY

13

XXX-G-0101-15A

120VAC DI MODULE POWER SUPPLY

XXX-G-0101-19XXX-G-0101-19A

XXX-G-0101-20

XXX-G-0101-21

XXX-G-0101-22

XXX-G-0101-24

XXX-G-0101-25

XXX-G-0101-17

15

16

17

18

19

20

21

22

23

24

25

XXX-G-0101-15

13

XXX-G-0101-12

13

XXX-G-0101-11

SS1

ACP PLC

SS2

SS2

CLOSEOPEN

SS3

SS3

CR2

24

CR3

25

SS1SS2

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

YN

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

YA

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

ZH

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

ZL

DI

CR

CR2

CR

CR3

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

M

RPU-AAAA

VH

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

M

RPU-AAAA

VL

REVISIONS / CONTRACT NO.No. DATE INITIAL SIGNED

DRAFTING:

TORONTO WATEROPERATIONAL SUPPORT

DATE:

DESIGN:

SCALE: SHEET No.DRAWINGNUMBER:

CHECK: CONTRACT No.

DIRECTOR,

WATER

OPERATIONAL SUPPORT

COMPUTER - MOMENTARY, LOCAL - PUSHBUTTONS SLOW MOVING VALVE/GATE

ELECTRICAL CONTROL SCHEMATIC DIAGRAM

2.05B

SAMPLE DRAWING

N.T.S

VALVE FULL CLOSED

8

7

5

6

4

VALVE FULL OPENEDCONTACT

3

2

1

INTERMEDIATE

VALVE POSITION

LIMIT SWITCH CONTACT DEVELOPMENT

OPEN LIMIT

BY PASS

CLOSED INDICATION

INDICATION LIGHT

CLOSE LIMIT

FUNCTION

BY PASS

OPENED INDICATION

INDICATION LIGHT

9

10

11

14

15

16

13

12

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

INTER LOCK

SPARE

LL: LINE NUMBER

PPPP: PAGE NUMBER

XXX-G-0101-01

XXX-G-0101-05

XXX-G-0101-08A

15

10

17

19

LX-YY-ZZ

N

xyyzz

xyyzz

xyyzz

xyyzz

xyyzz

xyyzz

LX-YY

NX-YY

O

C

INTERLOCK TO A

DEVICE(IF REQUIRED)

CR1

02

NOT AVAILABLE

NO

NC 20

OPENED

OPEN

NO 11

NC 10

CLOSE

NO 12

NC 08

XXX-G-0101

COMPUTER

MODE

XXX-G-0101

NOT AVAILABLE

XXX-G-0101

OPENED

XXX-G-0101

CLOSED

XXX-G-0101

OPEN

COMMAND

NO 17

NC

XXX-G-0101

CLOSE

COMMAND

NO 18

NC

VIEWING C

OPY

Page 212: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

REVISIONS / CONTRACT NO.No. DATE INITIAL SIGNED

DRAFTING:

TORONTO WATEROPERATIONAL SUPPORT

DATE:

DESIGN:

SCALE: SHEET No.DRAWINGNUMBER:

CHECK: CONTRACT No.

DIRECTOR,

WATER

OPERATIONAL SUPPORT

COMPUTER - 4-20mA/LOCAL SETPOINTMODULATING VALVE/GATE

ELECTRICAL CONTROL SCHEMATIC DIAGRAM

2.06A

SAMPLE DRAWING

N.T.S

DEVICE TERMINAL.

TERMINAL BLOCK IN MCC / SWITCHGEAR.

TERMINAL BLOCK IN LOCAL PANEL.

TERMINAL BLOCK IN RPU. (PLC)

PANEL (CBP).

TERMINAL BLOCK IN AREA CONTROL

TERMINAL BLOCK IN

TERMINAL BLOCK OF FIRE ALARM

TERMINAL BLOCK IN CENTRAL BACKUP

PANEL (ACP).

TERMINAL (JUNCTION) BOX.

DETECTOR IN SWITCHGEAR

TERMINAL BLOCK OF VALVE/VFD

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

BB

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

M

RPU-AAAA

BB

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

+

xyyzz

-

RPU-AAAA

BB

AO

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

+

xyyzz

-

RPU-AAAA

BB

AI

LETTERS INDICATE AS FOLLOWS:

AAAA: RPU NUMBER

x: RACK NUMBER

yy: SLOT NUMBER

zz: POINT/TERMINAL NUMBER

BB: FUNCTION

TERMINAL BLOCK LEGEND:INPUT/OUTPUT STATIC DEVICES LEGEND:

01

M

T1

T2

T3

XXX-V-0101

CONTROL VALVE

575VAC, 3∅, 60Hz

POWER SUPPLY

02

03

04

05

06

07

08

09

10

11

12

13

14

15

16

17

18

19

20

FU01

FU03

FU02

120VAC DI MODULE

XXX-V-0101-14

XXX-V-0101-15

XXX-V-0101-16

XXX-V-0101-17

(WIRES TO BE TAGGED ACCORDING

POWER SUPPLY

NOTES:

1. INDICATES OPEN CONTACTS.

2. INDICATES CLOSE CONTACTS.

SAMPLE LIMIT SWITCH CONTACT DEVELOPMENT

VALVE POSITION

INTERMEDIATE

LSC 5 (13)

CLOSEOPEN

SWITCH NUMBERS

LSC 6 (14)

LSO 7 (15)

LSO 8 (16)

LSA 9 (17)

LSA 10 (18)

LSB 11 (19)

LSB 12 (20)

LS

LSC 14

LS

LSA 18

LT

LT

LS

LS

ZCI

R

G

IN REMOTE

LSB 12

LSA 10

SETPOINT INDICATION

OPEN

CLOSE

STOP

L/0/R

ZI

MHS

MHS

HS

MHS

LL/PPPP

LL/PPPP

LL/PPPP

LL/PPPP

CRX

LL/PPPP

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

00605

RPU-AAAA

ZI

AI

XXX-V-0101-07

XXX-V-0101-08

XXX-V-0101-05

INTERLOCK FROM A DEVICE(S)

LL: LINE NUMBER

PPPP: PAGE NUMBER

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

00701

RPU-AAAA

VC

AO

XXX-V-0101-11

XXX-V-0101-12

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-XXXX

YA

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-XXXX

YN

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-XXXX

ZH

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-XXXX

ZL

DI

IF REQUIRED

INTERLOCK TO A DEVICE

IF REQUIRED

TO THE DEVICE TAG)

(WIRES TO BE TAGGED ACCORDING

INTERLOCK TO A DEVICE

IF REQUIRED

TO THE DEVICE TAG)

LX-YY-ZZ

N

xyyzz

xyyzz

xyyzz

xyyzz

XXX-V-0101

VALVE ACTUATOR

NOTE:

1. SEE PAGES 2.09C & 2.09D FOR SAMPLE ANALOG INPUT & ANALOG OUTPUT

CARD WIRING DIAGRAM.

POSITION

INDICATION

XXX-V-0101

NOT AVAILABLE

XXX-V-0101

COMPUTER

MODE

XXX-V-0101

OPENED

XXX-V-0101

CLOSED

POSITION

SETPOINT

POSITION

INDICATION

VIEWING C

OPY

Page 213: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

REVISIONS / CONTRACT NO.No. DATE INITIAL SIGNED

DRAFTING:

TORONTO WATEROPERATIONAL SUPPORT

DATE:

DESIGN:

SCALE: SHEET No.DRAWINGNUMBER:

CHECK: CONTRACT No.

DIRECTOR,

WATER

OPERATIONAL SUPPORT

DOUBLE SOLENOID, MOMENTARY CONTROLFULL OPEN/CLOSE PNEUMATIC VALVE

ELECTRICAL CONTROL SCHEMATIC DIAGRAM

2.07A

SAMPLE DRAWING

N.T.S

JAN 2016

01

120VAC POWER SUPPLY FROM

LP-AAAA, CB-YY

02

03

04

05

06

07

08

09

10

11

12

13

14

15

DEVICE TERMINAL

TERMINAL BLOCK IN MCC / SWITCHGEAR

TERMINAL BLOCK IN LOCAL PANEL

TERMINAL BLOCK IN RPU (PLC)

PANEL (CBP)

TERMINAL BLOCK IN AREA CONTROL

TERMINAL BLOCK IN

TERMINAL BLOCK OF FIRE ALARM

TERMINAL BLOCK IN CENTRAL BACKUP

PANEL (ACP)

TERMINAL (JUNCTION) BOX

DETECTOR IN SWITCHGEAR

TERMINAL BLOCK OF VALVE/VFD

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

BB

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

M

RPU-AAAA

BB

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

+

xyyzz

-

RPU-AAAA

BB

AO

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

+

xyyzz

-

RPU-AAAA

BB

AI

LETTERS INDICATE AS FOLLOWS:

AAAA: RPU NUMBER

x: RACK NUMBER

yy: SLOT NUMBER

zz: POINT/TERMINALL NUMBER

BB: FUNCTION

TERMINAL BLOCK LEGEND:INPUT/OUTPUT STATIC DEVICES LEGEND:

CR

CR1

LOCAL REMOTE

SS

SS

OPEN

CLOSE

CR4

17

CR5

18

INSTRUMENT

AIR

SUPPLY

EXHAUST

XXX-V-0505

ZH

ZL

XXX-V-0505-08

XXX-V-0505-09

R

LT1

CR

CR2

CR

CR3

G

LT2

120VAC DO MODULE POWER SUPPLY

CR

CR4

CR

CR5

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

M

RPU-AAAA

VH

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

M

RPU-AAAA

VL

xyyzz

xyyzz

LX-YY

16

17

XXX-V-0505-17

XXX-V-0505-18

120VAC DI MODULE POWER SUPPLY

SS

04

XXX-V-0505-12

xyyzz

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

YN

DI

CR2

08

CR3

09

XXX-V-0505-13

xyyzz

XXX-V-0505-14

xyyzz

XXX-V-0505-15

xyyzz

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

YA

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

ZH

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

ZL

DI

18

19

20

LX-YY-ZZ

N

LCB-YY

NX-YY

CR1

02

NOT AVAILABLE

NO

NC 13

OPEN

CLOSE

OPENED

CLOSED

XXX-V-0505

OPEN

NO 14

NC

XXX-V-0505

CLOSED

NO 15

NC

XXX-V-0505

COMPUTER

MODE

XXX-V-0505

NOT AVAILABLE

XXX-V-0505

OPENED

XXX-V-0505

CLOSED

XXX-V-0505

OPEN COMMAND

NO 04

NC

XXX-V-0505

CLOSE COMMAND

NO 05

NC

VIEWING C

OPY

Page 214: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

01

02

03

04

05

06

07

08

09

10

11

12

13

14

15

CR

CR1

INSTRUMENT

AIR

SUPPLY

EXHAUST

OPEN

XXX-V-0506

ZH

ZL

XXX-V-0506-10

XXX-V-0506-11

R

LT1

CR

CR4

CR

CR5

G

LT2

16

17

120VAC DI MODULE POWER SUPPLY

SS

08

XXX-V-0506-14

xyyzz

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

YN

DI

CR4

10

CR5

11

XXX-V-0506-15

xyyzz

XXX-V-0506-16

xyyzz

XXX-V-0506-17

xyyzz

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

YA

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

ZH

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

ZL

DI

18

19

20

LX-YY-ZZ

N

CRO

06

LOCAL REMOTE

SS

OPEN

CLOSE

CRO

06

SS

120VAC POWER SUPPLY FROM

LP-AAAA, CB-YY

LCB-YY

120VAC DO MODULE POWER SUPPLY

CR

CR2

CR

CR3

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

M

RPU-AAAA

VH

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

M

RPU-AAAA

VL

xyyzz

xyyzz

LX-YY

XXX-V-0506-19

XXX-V-0506-20

NX-YY

CR2

19

CR3

20

CR

CRO

CRO

06

REVISIONS / CONTRACT NO.No. DATE INITIAL SIGNED

DRAFTING:

TORONTO WATEROPERATIONAL SUPPORT

DATE:

DESIGN:

SCALE: SHEET No.DRAWINGNUMBER:

CHECK: CONTRACT No.

DIRECTOR,

WATER

OPERATIONAL SUPPORT

SINGLE SOLENOID MAINTAINED (MOMENTARY OPEN/CLOSE) CONTROLFULL OPEN/CLOSE PNEUMATIC VALVE

ELECTRICAL CONTROL SCHEMATIC DIAGRAM

2.07B

SAMPLE DRAWING

N.T.S

JAN 2016

DEVICE TERMINAL

TERMINAL BLOCK IN MCC / SWITCHGEAR

TERMINAL BLOCK IN LOCAL PANEL

TERMINAL BLOCK IN RPU (PLC)

PANEL (CBP)

TERMINAL BLOCK IN AREA CONTROL

TERMINAL BLOCK IN

TERMINAL BLOCK OF FIRE ALARM

TERMINAL BLOCK IN CENTRAL BACKUP

PANEL (ACP)

TERMINAL (JUNCTION) BOX

DETECTOR IN SWITCHGEAR

TERMINAL BLOCK OF VALVE/VFD

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

RPU-AAAA

BB

DI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

xyyzz

M

RPU-AAAA

BB

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

+

xyyzz

-

RPU-AAAA

BB

AO

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

+

xyyzz

-

RPU-AAAA

BB

AI

LETTERS INDICATE AS FOLLOWS:

AAAA: RPU NUMBER

x: RACK NUMBER

yy: SLOT NUMBER

zz: POINT/TERMINALL NUMBER

BB: FUNCTION

TERMINAL BLOCK LEGEND:INPUT/OUTPUT STATIC DEVICES LEGEND:

XXX-V-0506

COMPUTER

MODE

XXX-V-0506

NOT AVAILABLE

XXX-V-0506

OPENED

XXX-V-0506

CLOSED

XXX-V-0506

OPEN COMMAND

NO 08

NC

XXX-V-0506

CLOSE COMMAND

NO

NC 08

XXX-V-0506

CLOSED

NO 17

NC

XXX-V-0506

OPEN

NO 16

NC

CLOSED

OPENED

CR1

02

XXX-V-0506

NOT AVAILABLE

NO

NC 15

XXX-V-0506

OPEN

NO 03,07,09

NC

VIEWING C

OPY

Page 215: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

FE

0004

FIT

0004

XXX-FIT-0004-A

XXX-FIT-0004-B

IS033

I/I

E

F

S

H

J

XXX-FIT-0004-E

XXX-FIT-0004-C

XXX-FIT-0004-D

IS035

IS034

/PPPP /PPPP

TO SUMMATOR

(IF REQUIRED)

IS032

IS031

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

00604

RPU-AAAA

FI

AI

N G

+

-

L

/PPPP

/PPPP

/PPPP L-FUXX

N

G

G

N

L-FUXX

POWER SUPPLY

FROM FUXX

PIT

0001

DC0-06-1

XXX-PIT-0001-A

24VDC+

-

00601

SHLD

24VDC AI MODULE POWER SUPPLY

DC0-06-1

0VDC

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

00601

RPU-AAAA

PI

AI

PDIT

0002

DC0-06-2

XXX-PDIT-0002-A

24VDC+

-

00602

SHLD

24VDC AI MODULE POWER SUPPLY

DC0-06-2

0VDC

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

00602

RPU-AAAA

PDI

AI

R1

LOSS OF SIGNAL

120VAC DI MODULE POWER SUPPLY

00603

COM

SHLD

00414

120VAC

/PPPP

/PPPP

/PPPP L-FUXX

N

G

G

N

L-FUXX

POWER SUPPLY

FROM FUXX

N GL

LE

0201

LIT

0201

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

00603

RPU-AAAA

LI

AI

MIKE THANG, 2002:[email protected], TORONTO, ONTARIO, CANADA

00414

RPU-AAAA

XA

DI

+

-

X

X

REVISIONS / CONTRACT NO.No. DATE INITIAL SIGNED

DRAFTING:

TORONTO WATEROPERATIONAL SUPPORT

DATE:

DESIGN:

SCALE: SHEET No.DRAWINGNUMBER:

CHECK: CONTRACT No.

DIRECTOR,

WATER

OPERATIONAL SUPPORT

SAMPLE FIELD INSTRUMENT LOOP WIRING DIAGRAM

ELECTRICAL CONTROL SCHEMATIC DIAGRAM

2.08A

SAMPLE DRAWING

N.T.S

JAN 2016

FIELD/LOCAL CONTROL PANEL/MCC

PLC PANEL (SPC-RPU-AAAA)

XXX-LIT-0201-A

XXX-LIT-0201-B

L0-04-4

XXX-LIT-0201-C

VIEWING C

OPY

Page 216: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

REVISIONS / CONTRACT NO.No. DATE INITIAL SIGNED

DRAFTING:

TORONTO WATEROPERATIONAL SUPPORT

DATE:

DESIGN:

SCALE: SHEET No.DRAWINGNUMBER:

CHECK: CONTRACT No.

DIRECTOR,

WATER

OPERATIONAL SUPPORT

DIGITAL INPUT CARDRPU WIRING DIAGRAM

ELECTRICAL CONTROL SCHEMATIC DIAGRAM

2.09A

SAMPLE DRAWING

N.T.S

Mar 2016

FIELD/LOCAL CONTROL PANEL/MCC

PLC PANEL (SPC-RPU-AAAA)

MIKE THANG, 2002 : [email protected], TORONTO, ONTARIO, CANADA

PPPP

120 V

PPPP

N

GEPACSystems RX3i

XXX-SPC-RPU-AAAA

RACK 0SLOT 4

120VAC INPUT, 16-POINT

IC694MDL240

NEUTRAL

1

19

2

3

4

10

11

12

13

14

15

16

N

I1

5

6

L

01

O2

RACK 0

SLOT 4

DIGITAL INPUT

7

8

9

VALVE COMPUTER

XXX-V-0105-YN

VALVE

XXX-V-0105-YA

NOT AVAILABLE

I2

VALVE OPENED

XXX-V-0105-ZH

VALVE CLOSED

XXX-V-0105-ZL

PUMP COMPUTER MODE

XXX-P-01601-YN

PUMP NOT AVAILABLE

CONVEYOR COMPUTER

I3

I4

I5

I6

I7

I8

I9

I10

I11

I12

I13

I14

SPARE

SPARE

I15

I16

O3

O4

O5

L

O6

O7

O8

O9

L

10

11

12

13

14

L

15

L

16

L0-04

NEUTRAL

SS

LOCAL REMOTE

ZL

ZH

XXX-V-0105-YN

VALVE COMPUTER MODE

XXX-V-0105-YA

VALVE NOT AVAILABLE

XXX-V-0105-ZH

VALVE OPENED

XXX-V-0105-ZL

VALVE CLOSED

SS

LOCAL REMOTE

CR2

CR3

XXX-P-1601-YA

PUMP NOT AVAILABLE

XXX-P-1601-HAS

PUMP E-STOP

XXX-P-1601-MN

PUMP RUNNING

XXX-P-1601-YN

PUMP COMPUTER MODE

SS

LOCAL REMOTE

CR6

CR7

XXX-CV-1225-YA

CONVEYOR NOT AVAILABLE

XXX-CV-1225-HAS

CONVEYOR E-STOP

XXX-CV-1225-MNH

CONVEYOR RUNNING FORWARD

XXX-CV-1225-YN

CONVEYOR COMPUTER MODE

CR8

XXX-CV-1225-MNL

CONVEYOR RUNNING REVERSE

L0-04-1

L0-04-2

L0-04-3

L0-04-4

R1

XXX-LIT-0201-XA

LEVEL TRANSMITTER LOSS

OF SIGNAL

SPARE

SPARE

XXX-LIT-0201-C

XXX-P-01601-YA

PUMP E-STOP

XXX-P-01601-HAS

PUMP RUNNING

XXX-P-01601-MN

MODE

XXX-CV-1225-YN

MODE

CONVEYOR

XXX-CV-1225-YA

NOT AVAILABLE

CONVEYOR E-STOP

XXX-CV-1225-HAS

CONVEYOR RUNNING

XXX-CV-1225-MNH

FORWARD

CONVEYOR RUNNING

XXX-CV-1225-MNL

REVERSE

LEVEL TRANSMITTER

XXX-LIT-0201-XA

LOSS OF SIGNAL

XXX-P-1601-10

XXX-P-1601-11

XXX-P-1601-12

XXX-P-1601-13

XXX-CV-1225-21

XXX-CV-1225-17

XXX-CV-1225-18

XXX-CV-1225-19

XXX-CV-1225-20

XXX-V-0105-11

XXX-V-0105-12

XXX-V-0105-08

XXX-V-0105-09

L

XXX-P-1601

PUMP

CR1

CR1

CR5

XXX-V-0105

VALVE

XXX-CV-1225

CONVEYOR

00401

00402

00403

00404

00405

00406

00407

00408

00409

00410

00411

00412

00413

00414

00415

00416

VIEWING C

OPY

Page 217: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

REVISIONS / CONTRACT NO.No. DATE INITIAL SIGNED

DRAFTING:

TORONTO WATEROPERATIONAL SUPPORT

DATE:

DESIGN:

SCALE: SHEET No.DRAWINGNUMBER:

CHECK: CONTRACT No.

DIRECTOR,

WATER

OPERATIONAL SUPPORT

DIGITAL OUTPUT CARDRPU WIRING DIAGRAM

ELECTRICAL CONTROL SCHEMATIC DIAGRAM

2.09B

SAMPLE DRAWING

N.T.S

Mar 2016

FIELD/LOCAL CONTROL PANEL/MCC

PLC PANEL (SPC-RPU-AAAA)

MIKE THANG, 2002 : [email protected], TORONTO, ONTARIO, CANADA

GE PACSystems RX3i

XXX-SPC-RPU-AAAA

RACK 0SLOT 5

120VAC RELAY OUTPUT, 16-POINT

IC694MDL940

GROUP Q1-Q4

1

2

3

4

10

12

13

14

15

19

Q1

5

7

8

9

SPARE

SPARE

GROUP Q5-Q8

6

GROUP Q9-Q12

11

GROUP Q13-Q16

16

18

17

20

Q2

Q3

Q4

Q5

Q6

Q7

Q8

Q9

Q10

Q11

Q12

Q13

Q14

Q15

Q16

01

N

02

N

03

N

04

N

05

N

06

N

07

N

08

N

09

N

10

N

11

N

12

N

13

N

14

N

15

N

16

N

CONVEYOR START

XXX-CV-1225-MH

FORWARD

PPPP

120 V

PPPP

N

NL0-05

NEUTRAL

FU-05

CR

CR1

CR

CR2

CR

CR3

XXX-CV-1225-MH

CONVEYOR START FORWARD

XXX-CV-1225-ML

CONVEYOR START REVERSE

XXX-CV-1225-MB

CONVEYOR STOP

CONVEYOR START

XXX-CV-1225-ML

REVERSE

CONVEYOR STOP

XXX-CV-1225-MB

XXX-CV-1225-23

XXX-CV-1225-24

XXX-CV-1225-25

N0-05

CR

CR4

CR

CR5

N0-05

XXX-P-1601-15

XXX-P-1601-16

XXX-P-1601-MB

PUMP STOP

XXX-P-1601-MH

PUMP START

PUMP START

XXX-P-1601-MH

PUMP STOP

XXX-P-1601-MB

CR

CR2

CR

CR3

N0-05

XXX-V-0105-VL

VALVE CLOSE

XXX-V-0105-VH

VALVE OPEN

XXX-V-0105-14

XXX-V-0105-15

VALVE OPEN

XXX-V-0105-VH

VALVE CLOSE

XXX-V-0105-VL

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

RACK 0

SLOT 5

DIGITAL OUTPUT

XXX-CV-1225

CONVEYOR

XXX-P-1601

PUMP

XXX-V-0105

VALVE

00501

00502

00503

00504

00505

00506

00507

00508

00509

00510

00511

00512

00513

00514

00515

00516

VIEWING C

OPY

Page 218: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

REVISIONS / CONTRACT NO.No. DATE INITIAL SIGNED

DRAFTING:

TORONTO WATEROPERATIONAL SUPPORT

DATE:

DESIGN:

SCALE: SHEET No.DRAWINGNUMBER:

CHECK: CONTRACT No.

DIRECTOR,

WATER

OPERATIONAL SUPPORT

ANALOG INPUT CARDRPU WIRING DIAGRAM

ELECTRICAL CONTROL SCHEMATIC DIAGRAM

2.09C

SAMPLE DRAWING

N.T.S

Mar 2016

FIELD/LOCAL CONTROL PANEL/MCC

PLC PANEL (SPC-RPU-AAAA)

0V

FU-06

DC0-06-1

XXX-PIT-0001-A

+

-

PIT

0001

MIKE THANG, 2002 : [email protected], TORONTO, ONTARIO, CANADA

PPPP

0 V

PPPP

24VDC

GEPACSystems RX3i

XXX-SPC-RPU-AAAA

RACK 0SLOT 6

ANALOG INPUT, CURRENT, 16 CHANNELS

IC694ALG223

+24V IN

+24V OUT

COM

1

19

2

3

4

10

11

12

13

14

15

16

17

18

DC0-06

CH-1

CH-2

5

CH-3

6

CH-4

+24V

01

COM

SHLD

+24V

O2

COM

SHLD

+24V

O3

COM

SHLD

+24V

O4

COM

SHLD

RACK 0

SLOT 6

ANALOG INPUT

-

+

FIT

0004

+24V

O5

COM

SHLD

+24V

O6

COM

SHLD

+24V

O7

COM

SHLD

+24V

O8

COM

SHLD

+24V

O9

COM

SHLD

+24V

10

COM

SHLD

+24V

11

COM

SHLD

+24V

12

COM

SHLD

+24V

13

COM

SHLD

+24V

14

COM

SHLD

+24V

15

COM

SHLD

+24V

16

COM

SHLD

CH-5

CH-6

CH-7

CH-8

CH-9

CH-10

CH-11

CH-12

CH-13

CH-14

CH-15

CH-16

7

8

9

DC0-06-2

XXX-PDIT-0002-A

+

-

PDIT

0002

PRESSURE TRANSMITTER

XXX-PIT-0001

DIFF. PRESSURE TRANSMITTER

XXX-PDIT-0002

SEE SHEET 2.08A FOR

LOOP DRAWING DETAIL

FLOW TRANSMITTER

XXX-FIT-0004

XXX-LIT-0201-B

+

-

LIT

0201

LEVEL TRANSMITTER

XXX-LIT-0201

VALVE POSITION INDICATION

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

GND20

PRESSURE INDICATION

XXX-PIT-0001-PI

DIFF. PRESSURE

XXX-PDIT-0002-PDI

INDICATION

FLOW INDICATION

XXX-FIT-0004-FI

LEVEL INDICATION

XXX-LIT-0004-LI

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

XXX-V-0101-08

+

-

ZI

0101

XXX-LIT-0201-A

XXX-V-0101-07

XXX-V-0101

VALVE POSITION

XXX-V-0101-ZI

INDICATION

PUMP SPEED INDICATION

XXX-P-2304-17

+

-

SI

2304

XXX-P-2304-16

XXX-P-2304

PUMP SPEED

XXX-P-2304-SI

INDICATION

00601

00602

00603

00604

00605

00606

00607

00608

00609

00610

00611

00612

00613

00614

00615

00616

VIEWING C

OPY

Page 219: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

REVISIONS / CONTRACT NO.No. DATE INITIAL SIGNED

DRAFTING:

TORONTO WATEROPERATIONAL SUPPORT

DATE:

DESIGN:

SCALE: SHEET No.DRAWINGNUMBER:

CHECK: CONTRACT No.

DIRECTOR,

WATER

OPERATIONAL SUPPORT

ANALOG OUTPUT CARDRPU WIRING DIAGRAM

ELECTRICAL CONTROL SCHEMATIC DIAGRAM

2.09D

SAMPLE DRAWING

N.T.S

Mar 2016

FIELD/LOCAL CONTROL PANEL/MCC

PLC PANEL (SPC-RPU-AAAA)

MIKE THANG, 2002 : [email protected], TORONTO, ONTARIO, CANADA

GE

PACSystems RX3i

XXX-SPC-RPU-AAAA

RACK 0SLOT 7

ANALOG OUTPUT, 8-CHANNEL

IC694ALG393

+24V INPUT 1

3

CH-1

CURRENT COM

19

01

COM

VALVE POSITION

XXX-V-0101-VC

SETPOINT

PPPP

24 V

PPPP

0V

0VDC-07

FU-07

5

CH-2

7

CH-3

9

CH-4

11

CH-5

13

CH-6

15

CH-7

17

CH-8

20

FRAME GROUND

24V IN

S

02

COM

S

03

COM

S

04

COM

S

05

COM

S

06

COM

S

07

COM

S

08

COM

S

+

-

VC

0101

XXX-V-0101-11

XXX-V-0101-12

XXX-V-0101-VC

VALVE POSITION SETPOINT

RACK 0

SLOT 7

ANALOG OUTPUT

+

-

SC

2304

XXX-P-2304-SC

PUMP SPEED SETPOINT

XXX-P-2304-14

XXX-P-2304-15

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

PUMP SPEED

XXX-P-2304-SC

SETPOINT

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

00701

00702

00703

00705

00706

00707

00708

00704

VIEWING C

OPY

Page 220: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 1 of 39 Nov 2016

13100 - INSTRUMENTATION DESIGN

 

Table of Contents 

1  STANDARD ADMINISTRATION ................................................................................................................... 4 

1.1  STANDARD REQUIREMENT ............................................................................................................................ 4 

2  PRODUCTS ........................................................................................................................................................ 5 

2.1  GENERAL INSTRUMENTATION STANDARDS (13105) ...................................................................... 5 2.1.1  Instrument Data Sheets ............................................................................................................................ 5 2.1.2  Codes ....................................................................................................................................................... 5 2.1.3  General Installation ................................................................................................................................. 5 2.1.4  Electrical design ...................................................................................................................................... 6 2.1.5  Installation Drawings .............................................................................................................................. 6 2.1.6  Specifications ........................................................................................................................................... 7 2.1.7  Applications ............................................................................................................................................. 7 

2.2  ANALYSIS INSTRUMENTS (13110) ........................................................................................................ 9 2.2.1  Solids Analyzers (13110) ......................................................................................................................... 9 2.2.2  Particle Analyzer (13110.1) ..................................................................................................................... 9 2.2.3  Turbidity-Low Range Analyzer (13110.2) ............................................................................................. 10 2.2.4  Turbidity - High Range Analyzer (13110.3) .......................................................................................... 10 2.2.5  Suspended Solids Meter, In-line (13110.4) ............................................................................................ 10 2.2.6  Suspended Solids Meter (13110.5) ........................................................................................................ 10 2.2.7  Sludge Density Meter (In-Line Type) (13110.6) .................................................................................... 10 2.2.8  Sludge Density Meter, Ultrasonic (13110.7) ......................................................................................... 11 2.2.9  Chlorine Residual Analyzer (Probe) (13111) ........................................................................................ 11 2.2.10  pH Analyzer (13113) ........................................................................................................................ 12 2.2.11  Conductivity Analyzer (13115) .......................................................................................................... 12 2.2.12  Dissolved Oxygen - Dissolved Oxygen Sensors (13116-Sec 2.01) .................................................... 12 2.2.13  Portable Dissolved Oxygen Analyzer (13116-Sec 2.02) .................................................................... 13 2.2.14  Fluoride Analyzer (13118) ................................................................................................................ 13 2.2.15  Streaming Current Detector (13120) ................................................................................................ 13 2.2.16  Phosphate Analyzer (13121) ............................................................................................................. 13 2.2.17  Ammonia Analyzer (13122) ............................................................................................................... 13 2.2.18  Nitrate Analyzer (13123) ................................................................................................................... 13 

2.3  GAS ANALYZERS (13125) ...................................................................................................................... 14 2.3.1  Application ............................................................................................................................................. 14 2.3.2  Installation ............................................................................................................................................. 14 2.3.3  Chlorine Gas Detector (13125.1) .......................................................................................................... 15 2.3.4  Ozone Leak Detector (13125.2) ............................................................................................................. 15 2.3.5  Combustible Gas Detection (13125.3) ................................................................................................... 15 2.3.6  Hydrogen Sulfide (H2S) Gas Monitors (13125.5) .................................................................................. 16 2.3.7  Oxygen Monitor (13125.6) .................................................................................................................... 16 2.3.8  Work Area Hazardous Gas Monitor (13125.4) ..................................................................................... 16 2.3.9  Stack Gas Monitor (13125.7) ................................................................................................................. 17 2.3.10  Gas Detector (13215.8) ..................................................................................................................... 17 2.3.11  Ozone Concentration Transmitter, Wet Gas (13125.9) ..................................................................... 17 2.3.12  Ozone-in –Oxygen Monitor (13126) .................................................................................................. 17 

VIEWING C

OPY

Page 221: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 2 of 39 Nov 2016

2.3.13  Ozone-in-Oxygen Monitor-Low Concentration (13126.1) ................................................................ 17 2.3.14  Ozone-In-Oxygen Monitor-Medium Concentration (13126.2) .......................................................... 17 2.3.15  Ozone-In-Oxygen Monitor-High Concentration (13126.3) ............................................................... 17 

2.4  FLOW INSTRUMENTS (13130) .............................................................................................................. 18 2.4.1  Application ............................................................................................................................................. 18 2.4.2  Installation ............................................................................................................................................. 19 2.4.3  Magnetic Flow Meter (13130) ............................................................................................................... 19 2.4.4  Vortex Shedding (13131) ....................................................................................................................... 20 2.4.5  Clamp-On Ultrasonic (Doppler) Flow Meter (13132.1) ....................................................................... 20 2.4.6  Clamp On Ultrasonic (Transit Time) Flow Meter (13132.2) ................................................................. 21 2.4.7  Insertion Ultrasonic (Transit Time) Flow Meter (13133) ...................................................................... 21 2.4.8  Thermal Mass Flow Meter (13134) ....................................................................................................... 21 2.4.9  Coriolis Mass Flow and Density Meter (13136).................................................................................... 21 2.4.10  Orifice Plate (13137.1) ...................................................................................................................... 21 2.4.11  Pitot Tube (13137.2) .......................................................................................................................... 22 2.4.12  Venturi ( 13137.3) ............................................................................................................................ 22 2.4.13  Parshall Flume (13137.4) ................................................................................................................. 22 2.4.14  Broad Crested Weir (13137.5) .......................................................................................................... 22 2.4.15  Flow Switches (13138) ...................................................................................................................... 22 2.4.16  Paddle Wheel Flow Switch (13138.1) ............................................................................................... 23 2.4.17  Thermal Flow Switch (13138.2) ........................................................................................................ 23 2.4.18  Open Channel Flow Meter-Submersible (13142) .............................................................................. 23 2.4.19  Open Channel Flow Meter-Radar (13143) ....................................................................................... 23 

2.5  LEVEL INSTRUMENTS (13150) ............................................................................................................. 24 2.5.1  Application ............................................................................................................................................. 24 2.5.2  Level -Non-Contact (13150) .................................................................................................................. 25 2.5.3  Ultrasonic Level Transmitters (13150.1) ............................................................................................... 25 2.5.4  Radar Level Transmitter - Horn Antenna (13150.3) ............................................................................. 26 2.5.5  Radar Level Transmitter - Rod Antenna (13150.4) ............................................................................... 26 2.5.6  Capacitance Level Transmitter (13152) ................................................................................................ 27 2.5.7  Level-Direct Sensing DPT, Flange Mounted (13153.1) ........................................................................ 27 2.5.8  Level-Submersible DPT (13153.2) ......................................................................................................... 27 2.5.9  Sludge Blanket Detector, Fixed Submerged Sensor (13157) ................................................................. 27 2.5.10  Float Switch (Tilt) (13158.1) ............................................................................................................. 28 2.5.11  Ultrasonic Level Switch (13158.2) .................................................................................................... 28 2.5.12  Capacitance Level Switch (13158.3) ................................................................................................. 28 2.5.13  Vibration Level Switch (13158.4) ...................................................................................................... 29 2.5.14  Conductance Level Switch (13158.5) ................................................................................................ 29 

2.6  PRESSURE INSTRUMENTS (13160) ...................................................................................................... 30 2.6.1  Application ............................................................................................................................................. 30 2.6.2  Installation ............................................................................................................................................. 30 2.6.3  Pressure Transmitter (13160) ................................................................................................................ 31 2.6.4  Differential Pressure Transmitters (13161) ........................................................................................... 31 2.6.5  Pressure Seal (13166) ............................................................................................................................ 31 2.6.6  Annular Pressure Seal (13167) .............................................................................................................. 31 2.6.7  Pressure Switches (13168) ..................................................................................................................... 31 2.6.8  Pressure Indicator (Gauge) (13169) ..................................................................................................... 32 

2.7  TEMPERATURE INSTRUMENTS (13170) ............................................................................................. 33 2.7.1  Application ............................................................................................................................................. 33 2.7.2  Temperature Transmitter (13170) ......................................................................................................... 33 2.7.3  Temperature Element and Transmitter, RTD (13170.1) ........................................................................ 33 2.7.4  Temperature Element and Transmitter, Thermocouple (13170.2) ......................................................... 33 2.7.5  Ambient Air Temperature and Humidity Transmitter (13171.1) ........................................................... 34 2.7.6  Duct Air Temperature and Humidity Transmitter (13171.2) ................................................................. 34 

VIEWING C

OPY

Page 222: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 3 of 39 Nov 2016

2.7.7  Ambient Air Humidity Transmitter (13171.3) ........................................................................................ 34 2.7.8  Duct Air Humidity Transmitter (13171.4) ............................................................................................. 34 2.7.9  Thermowell (13176) ............................................................................................................................... 34 2.7.10  Temperature Switch (13177) ............................................................................................................. 34 2.7.11  Temperature Indicator (13178) ......................................................................................................... 35 

2.8  MISCELLANEOUS INSTRUMENTS (13180) ........................................................................................ 36 2.8.1  Samplers (13180) ................................................................................................................................... 36 2.8.2  Limit Switch (13183) .............................................................................................................................. 36 2.8.3  Motion Detector (13184) ...................................................................................................................... 36 2.8.4  Weight Scale (Hydraulic Weight Cell) (13187) ..................................................................................... 36 2.8.5  Weigh Scales (Load Cell) (13188) ......................................................................................................... 37 2.8.6  Smoke Detector (13190) ........................................................................................................................ 38 2.8.7  Heat Detector (13191) ........................................................................................................................... 38 2.8.8  Instrument Listing (13199) .................................................................................................................... 38 

VIEWING C

OPY

Page 223: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 4 of 39 Nov 2016

1 STANDARD ADMINISTRATION

1.1 Standard Requirement This standard is to be followed by all designers. The design guidelines expressed in this document are to be understood together with the standard instrument installation drawings and standard specifications.

1. Guidance given in this document sets out preferences of the Water and Wastewater Section

for instrument selection and installation. It is intended for use by skilled and experienced designers. It is not intended as a comprehensive primer on instrumentation. The designer is responsible for producing a complete design, fully in compliance with regulatory and industry standards.

2. Direction is given in terms of principles and objectives rather than specific numeric

definitions. The intent is to provide guidance, but not to provide completed designs. The designers are responsible for turning the guidance into specifics.

3. The intended use of the document is mainly in design of new and replacement instruments. It

can also be used to develop recommendations during field verification; however, this document does not provide direction on when to replace an instrument. The decision to replace an existing instrument depends on the specific costs and benefits of each instance.

4. The document is directed to designers. Therefore direction to others has been removed and

put into more appropriate documents. For example, assignments related to scope of work for the designer are contained in the terms of reference for the designer. Direction to the contractor is stated in tender specifications.

5. Section headings for specific instruments include the standard number for cross referencing

to the instrument specification

VIEWING C

OPY

Page 224: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 5 of 39 Nov 2016

2 PRODUCTS

2.1 GENERAL INSTRUMENTATION STANDARDS (13105)

2.1.1 Instrument Data Sheets

1. Instrument Data Sheets for new instruments are to be prepared by the Consultant for various stages of the project. The data sheet formats are based on the Instrumentation Society of America’s (ISA) standards. Other formats must be approved by City staff.

2. The supplier of the instruments will be responsible to complete the balance of the information

required on these data sheets as part of the Shop Drawing submission.

2.1.2 Codes

1. Follow applicable codes and industry standards. 2. Separation of signals, communication and power should follow the latest version of Ontario

Electrical Safety Code and IEEE requirements. 3. Follow the requirement of NFPA820 (Standard for Fire Protection in Wastewater Treatment

and Collection Facilities), MOL (Ministry of Labour), MOE (Ministry of Environment), Ontario Electrical Safety Code for electrical hazardous classification requirement and all relevant regulation.

2.1.3 General Installation

1. Follow manufacturer’s recommendations for designing and specifying installations. 2. Installations should provide for efficient and safe means of maintenance.

a. Locate transmitter with adequate clearance and accessibility for service. For pipe/rack mounted instruments at least 1000 mm distance/clearance to be considered to the wall.

b. Allow sufficient clearance for cover removal and adjustment of switches. c. Provide adequate clearance (50mm minimum) from piping and other obstructions for

operation of valve handles. d. Provide safe access to the sensor.

3. Coordinate with other design disciplines to provide power, conduits, process pipe-fittings,

clearances and devices required for installation. 4. Route signals in flexible, armored conduit for up to a meter (as appropriate to allow removal

of the sensor) and thereafter in rigid galvanized steel conduit. 5. Support sensor heads and electronic enclosures with a separate support bracket where the:

a. Process pipe or tank is not adequate to support the additional weight.

VIEWING C

OPY

Page 225: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 6 of 39 Nov 2016

b. Process pipe or tank vibrates excessively. c. Instrument head extends more than 200mm from the pipe or tank wall.

6. Where vibration of the process piping is excessive, connect instruments using flexible tubing.

7. Wall mounted supports are preferred over free-standing stands. See drawings G01 and G02 - Appendix A – Instrumentation Installation Drawings.

8. Locate indicators such that indicator display is readily readable at eye level from floor

elevation. 9. Remote mounting of transmitter electronics is recommended in most installations. The

benefit is that the electronics can be isolated from high process vibration and temperature and mounted in a location more convenient for operation and maintenance. Exceptions include pressure transmitters, which are always integral with the sensor. Temperature transmitters are often mounted on the thermowell head to eliminate special wiring of thermocouple compatible conductors. Locate transmitter as close as possible to the process connection.

10. General requirements for mounting instruments outdoors should be addressed in the

specifications and the installation drawings. Requirements should address manufacturer’s recommendations for heat, humidity and freezing protection.

2.1.4 Electrical design

1. Power supply to 120 VAC instruments is preferred to be from a control panel. Power supply from the power distribution panel is acceptable if a control panel is not nearby.

2. Designs of power distribution for 120 VAC instruments or power supplies are to have

individual breakers (see related guidance in the panel and electrical design standards). 3. Provide a separate (independent) circuit on a power distribution panel board to power the

analyzer. 4. Provide a local power on/off switch for each 120 VAC powered instrument. 5. In general, normally closed contacts that open on detection of the alarm condition or loss of

power are preferred for critical or safety alarms.

2.1.5 Installation Drawings

1. Installation drawings are prepared for 8 ½ by 11 page size. 2. The drawings will be bound in tender packages either at the end of the instrument

specifications or in Appendix A - Instrumentation Installation Drawings. 3. The drawings are to be clear, unambiguous instructions to the installers. 4. See Appendix A – Instrumentation Installation Drawings for preferred installation. Include

appropriate standard installation drawings in specifications. Installations not addressed in the

VIEWING C

OPY

Page 226: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 7 of 39 Nov 2016

standard drawings should be added as a note in the specification or shown on a special installation drawing.

5. Show elevation or insertion depth of sensor tips on installation drawings. This information

should be shown on the mechanical drawing or on the detail, but not on both. Probe lengths are specified in the instrument specifications or instrument list.

6. Define the quality of materials used for the installation. Where practical, show as a table of

materials. 7. Installation detail drawings prepared for a contract tender should not show the split in

responsibility between potential sub-contractors. It is the contractor’s prerogative to apportion work to sub-contractors and carries the responsibility to coordinate all work performed under the contract.

2.1.6 Specifications

1. All transmitters should have a local indicator in engineering units (metric). 2. Accuracy and repeatability are both important. In most cases it is only necessary to specify

accuracy because an accurate instrument must provide repeatable readings. In some cases, accuracy is not as important as repeatability. The data sheet will define accuracy for all instruments and repeatability where needed. The instrumentation design standard will define accuracy targets for some applications such as revenue metering.

3. Select the calibrated range to give best resolution around the process setpoint. Typically the

range of the process is 50-75% of the instrument range. 4. Specify packing for isolation valves that minimizes leaks.

2.1.7 Applications

2.1.7.1 General

Instruments should be selected and installations should be designed to provide the accuracy and repeatability required to accomplish the objectives of the corresponding process narrative.

2.1.7.2 Application Tables

Several sections have tables that show preferred meter types for various applications. Designs should use the preferred meter type in most instances. The table is based on City of Toronto experience and is not intended to cover every possible situation or meter type. The recommendations in the table are general and do not cover all applications or installations. The designer needs to verify that the recommended instrument is adequate for each specific instance. In general, use the preferred instrument where practical. Select one of the okayed instruments if the preferred instrument is not practical or if no preferred instrument is listed. For applications where no preference or okayed instrument type is listed, propose an instrument for review by the City.

VIEWING C

OPY

Page 227: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 8 of 39 Nov 2016

2.1.7.3 Pressurized Applications

Where instruments are installed in pressurized pipes or tanks, provide a convenient way for a technician to read the pressure and if necessary to safely relieve the pressure prior to attempting work on the instrument. The pressure gauge, isolation valves and vent or drain valves should be shown in other normal design documents e.g. on the P&IDs and mechanical drawings. Specific installation detail drawings may be needed to show how these devices are to be installed.

VIEWING C

OPY

Page 228: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 9 of 39 Nov 2016

2.2 ANALYSIS INSTRUMENTS (13110)

2.2.1 Solids Analyzers (13110)

2.2.1.1 Application

Applications are shown in the following table.

Application Range Analyzer Optic US Filtered Water cnt/ml Particle Counter * See Note 1 P X Filtered Water NTU 0-1 Turbidity – Low Range P X Treated Water NTU 0-1 Turbidity – Low Range P X Raw Water NTU 0-30 Turbidity – High Range * See Note 2 P X Waste Wash Water NTU 0-1000 Turbidity – High Range P X Secondary Effluent mg/l 0-100 Turbidity – High Range P X Centrate mg/l 0-1000 Suspended Solids – Low Range P X Primary Effluent mg/l 50-1000 Suspended Solids – Low Range P X Mixed Liquor mg/l 500 - 5000 Suspended Solids – Mid-Low Range P X RAS/WAS mg/l 500 – 10,000 Suspended Solids – Mid-Low Range P X TWAS mg/l 10,000 – 100,000 Sludge Density – Mid-High Range P X Primary Sludge mg/l 10,000 – 100,000 Sludge Density – Mid-High Range P X Digested Sludge mg/l 3,000-7,000 Sludge Density – Mid-High Range P X Thickened Sludge mg/l 4,000-10,000 Sludge Density – High Range P X Dewatered Sludge mg/l 100,000 –

500,000 - -

P – preferred, O – okay, X – not acceptable, - – not rated. Note 1. Must be able to automatically count and size particles

2 micron, 2-5 microns 5-10 micron, 10 – 50 micron

Note 2. The range is < 1.O NTU 85% of the time. Instrument(s) will handle ranges: 0–30, 0–3.0, 0-1.0, 0-0.2 NTU

2.2.2 Particle Analyzer (13110.1)

2.2.2.1 Application

Particle analyzers are currently used to monitor a selected stream at a water production facility. This monitoring is used for analysis of the effectiveness of treatment. It is not used for control.

2.2.2.2 Installation

See general requirements.

VIEWING C

OPY

Page 229: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 10 of 39 Nov 2016

2.2.3 Turbidity-Low Range Analyzer (13110.2)

2.2.3.1 Application

Each water supply filter effluent needs to be continuously monitored for turbidity.

2.2.3.2 Installation

See general requirements.

2.2.4 Turbidity - High Range Analyzer (13110.3)

2.2.4.1 Application

Use high-range turbidity meters for waste wash water from filters, final effluent from wastewater treatment.

2.2.4.2 Installation

See general requirements.

2.2.5 Suspended Solids Meter, In-line (13110.4)

2.2.5.1 Application

The analyzer measures absorption of light and correlates it to the amount of suspended solids. Specify the self-cleaning air purge feature. It is automatic, time-based, controlled from the transmitter.

2.2.5.2 Installation

See drawing A15.1 - Appendix A – Instrumentation Installation Drawings .

2.2.6 Suspended Solids Meter (13110.5)

2.2.6.1 Application

See 13110.4 Suspended Solids Meter, In-line.

2.2.6.2 Installation

See drawing A14.1 and A14.2 - Appendix A – Instrumentation Installation Drawings

2.2.7 Sludge Density Meter (In-Line Type) (13110.6)

2.2.7.1 Application

The analyzer measures absorption of light and correlates it to the amount of suspended solids, or Ultrasonic sludge density meters. Nuclear density meters are not acceptable. Specify the self-cleaning air purge feature. It is automatic, time-based, controlled from the transmitter.

VIEWING C

OPY

Page 230: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 11 of 39 Nov 2016

2.2.7.2 Installation

1. Indicate the analyzer mounting: pipe or wall. 2. See drawing A16 - Appendix A – Instrumentation Installation Drawings.

2.2.8 Sludge Density Meter, Ultrasonic (13110.7)

See 13110.6 - Sludge Density Meter (In-Line Type).

2.2.9 Chlorine Residual Analyzer (Probe) (13111)

2.2.9.1 Application - Waste Water Treatment Plants

Chlorine residual is measured by taking a sample stream of the plant effluent and routing it through the analyzer. The range of regulated residual will typically be between 0.2 and 0.75 mg/l. The range of the Instrument will be from 0-2 mg/l. Use analyzers based on the amperometric principle of measurement. Measure total (as opposed to free) chlorine when monitoring chlorine residual for appropriate control of disinfection processes.

2.2.9.2 Installation

Design a sampling system for the analyzer.

1. Physically locate the sample point so it does not contribute unnecessary dead time in the chlorine residual analysis. Take care to ensure the sample point is clean, thoroughly mixed, and representative of the process stream.

2. For final residual determination, collect a sample from the process stream after sufficient

contact time has occurred for disinfection between the chlorination addition point and process measurement. A commonly accepted disinfection period is 30 minutes. For wastewater treatment, a minimum alternative time is the mean residence time from the point of chlorine injection to the plant outfall at average flow rate. The total time is from the chlorine injection into the process until the sample is delivered to the analyzer.

3. Determine pump size and length of sample line to provide the desired transport time. 4. Install a sample withdrawal valve next to the analyzer inside the instrument housing so

samples can be taken for calibration checks. 5. Provide a source of clean water and necessary valves inside the instrument housing so the

sample line can be backflushed to prevent plugging. 6. If solids are present, install a physical (strainer) filter upstream from the analyzer.

VIEWING C

OPY

Page 231: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 12 of 39 Nov 2016

7. Install the analyzer in a standard instrument housing that allows easy access and clearance for maintenance.

8. Locate the analyzer next to a floor drain. Provide shutoff (block) and bleed valves; size valve

and select type and material for the application. 9. Provide a table nearby with the necessary equipment and chemicals to perform calibration

checks. 10. Provide flushing facilities for cleaning probes. 11. See drawing A01 - Appendix A – Instrumentation Installation Drawings.

2.2.10 pH Analyzer (13113)

2.2.10.1 Application

The probe should be placed in process streams (full pipe) that have a flow rate within the manufacturer’s recommended range of flow.

2.2.10.2 Installation

Install retractable probes that can be set at the manufacturer’s recommended depth. The preferred probe orientation is vertical to the process flow (See drawing A02 -Appendix A – Instrumentation Installation Drawings.). A slanted orientation is acceptable (See drawing A03- Appendix A – Instrumentation Installation Drawings.). A tee mounting is not desirable because of the potential for accumulation of material and air.

2.2.11 Conductivity Analyzer (13115)

See 13113 - pH Analyzer.

2.2.12 Dissolved Oxygen - Dissolved Oxygen Sensors (13116-Sec 2.01)

2.2.12.1 Application - Waste Water Treatment Plants

Dissolved Oxygen (D.O.) analyzers are used for measuring D.O. in wastewater aeration tanks in order to maintain control of the activated sludge process. The typical range of interest for D.O. concentration is between 0 and 3.0 mg/l. Specify only membrane type sensors.

2.2.12.2 Installation

Locate sensors and transmitters to accommodate available cable lengths. Many manufacturers supply sensors with cable of standard lengths of 15 meters (50 feet), optional length to 30 meters (100 feet). Non-standard lengths are usually at extra cost. Refer to the installation drawing A06.2 (Appendix A – Instrumentation Installation Drawings.) for hand r-rail mounted installation. The use of floats to support the sensor is not recommended. The use of air purge is not recommended.

VIEWING C

OPY

Page 232: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 13 of 39 Nov 2016

2.2.13 Portable Dissolved Oxygen Analyzer (13116-Sec 2.02)

See 13116 Dissolved Oxygen

2.2.14 Fluoride Analyzer (13118)

2.2.14.1 Application

Use for measuring fluoride concentration in treated water.

2.2.14.2 Installation

See drawing A21 - Appendix A – Instrumentation Installation Drawings

2.2.15 Streaming Current Detector (13120)

2.2.16 Phosphate Analyzer (13121)

2.2.17 Ammonia Analyzer (13122)

2.2.18 Nitrate Analyzer (13123)

VIEWING C

OPY

Page 233: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 14 of 39 Nov 2016

2.3 GAS ANALYZERS (13125)

2.3.1 Application

Combustible gas monitors should be installed in all confined spaces that are rated as Hazardous: Class I, Division 1. Work safety monitors should be installed where required by building code and in confined spaces which are accessed on a frequent enough basis to make portable monitors inefficient. Hydrogen sulfide monitors may be used as stand-alone monitors or in conjunction with combustible gas monitors in spaces where other toxic gases are not a problem. In addition, some specific applications are shown in the following table.

Application LEL H2S O2 O3 CO Cl NH3 Chlorine room P Chlorine storage area P Sewage pumping station room – staffed P P Sewage pumping station wet wells – staffed

P

Sewage pumping station – not staffed P Water pumping station Digester equipment /compressor room P P Digester tunnels P P Primary sludge tunnels P P Dewatering room Ozonator room P

P – preferred, O – okay, X – not acceptable, - – not rated.

In general, hardwired DI is the preferred output signal type from a gas monitor.

2.3.2 Installation

1. Locate sensors according to the following principles:

1. Locate sensor head away from fresh air sources, such as open windows and ventilation system discharge points.

2. Mount sensors for lighter-than-air gases near the ceiling, accessible for routine calibration. Lighter-than-air gases include ammonia, carbon monoxide, methane, and hydrogen.

3. Sensors for heavier-than-air gases should be located within three feet of the floor, but away from locations where the sensor head might be wetted. Heavier-than-air gases include chlorine, hydrogen sulfide, ozone and most flammable volatile chemicals.

2. Mount the transmitter unit in a readily accessible location to facilitate preventive maintenance

and inspection.

VIEWING C

OPY

Page 234: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 15 of 39 Nov 2016

3. Connect power supply to source backed-up by emergency power generator.

4. Refer to drawing A32 - Appendix A – Instrumentation Installation Drawings.

2.3.3 Chlorine Gas Detector (13125.1)

2.3.3.1 Application

Chlorine gas monitors are used to detect leaks in chlorine storage and chlorination equipment rooms. Chlorine leak detectors need to measure chlorine under atmospheric conditions in concentrations ranging from 0 to 5.0 ppm. In a leak incident, the sensor will be subjected to high concentration for some time before returning to normal conditions.

2.3.3.2 Installation

1. Mount the chlorine sensor head within three feet of the floor (6 inches recommended), away from any sources of water impingement, and away from fresh air sources, such as door louvers or open windows. Follow applicable guidelines in the Building Code and Chlorine Institute for siting sensors.

2. Mount the transmitter, if possible in a separate room from where the expected chlorine leak

might occur.

3. Refer to drawing A35 - Appendix A – Instrumentation Installation Drawings.

2.3.4 Ozone Leak Detector (13125.2)

2.3.4.1 Application

Ozone gas monitors are required near ozonators for the purpose of providing leak detection warning to personnel.

2.3.4.2 Chemically Sensitive Tape

1. Design sample system such that the sample pump draws a representative sample past sensor or design a system with sensors mounted in key locations.

2. The sample inlet should be mounted within three feet of the floor, away from any sources of

water impingement, and away from fresh air sources, such as door louvers or open windows.

2.3.5 Combustible Gas Detection (13125.3)

2.3.5.1 Application

The use of IR sensors is recommended for applications where high humidity or high contaminates.

Application Catalytic LEL

Infrared LEL – path

Infrared LEL – point

VIEWING C

OPY

Page 235: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 16 of 39 Nov 2016

Application Catalytic LEL

Infrared LEL – path

Infrared LEL – point

Sewage pumping station room – staffed O P Sewage pumping station wetwells – staffed P Sewage pumping station – not staffed P Digester equipment /compressor room P P Digester tunnels P P Primary sludge tunnels P Dewatering room

P – preferred, O – okay, X – not acceptable, - – not rated.

2.3.5.2 Installation

Follow guidelines of the Canadian Gas Association for siting sensors.

2.3.6 Hydrogen Sulfide (H2S) Gas Monitors (13125.5)

2.3.6.1 Installation

See general requirements.

2.3.7 Oxygen Monitor (13125.6)

Mount the oxygen sensor head between three and five feet of the floor, away from any sources of water impingement, and away from fresh air sources, such as door louvers or open windows.

2.3.8 Work Area Hazardous Gas Monitor (13125.4)

2.3.8.1 Application

The work area gas monitor detects the following gases: 1. hydrogen sulfide

2. combustible gases typified by methane

3. percent oxygen

Provide audio and visual alarms in the work area when preset limits are exceeded. Each system consists of a monitor/readout unit and separate gas sensor units. Sensor units receive power from and continuously send signals corresponding to gas values to control modules located in the monitor/readout unit. Systems that scan the sensors successively are not acceptable.

2.3.8.2 Installation

See general requirements.

VIEWING C

OPY

Page 236: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 17 of 39 Nov 2016

2.3.9 Stack Gas Monitor (13125.7)

2.3.10 Gas Detector (13215.8)

2.3.11 Ozone Concentration Transmitter, Wet Gas (13125.9)

2.3.12 Ozone-in –Oxygen Monitor (13126)

2.3.12.1 Application

Ozone-In-Oxygen monitors are used to monitor ozonation process in Water treatment Plants.

2.3.13 Ozone-in-Oxygen Monitor-Low Concentration (13126.1)

2.3.14 Ozone-In-Oxygen Monitor-Medium Concentration (13126.2)

2.3.15 Ozone-In-Oxygen Monitor-High Concentration (13126.3)

VIEWING C

OPY

Page 237: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 18 of 39 Nov 2016

2.4 FLOW INSTRUMENTS (13130)

2.4.1 Application

Meter selection preferences are shown in the following table.

Liquid Applications Application Accuracy US

Transit US

Doppler Mag Thermal Coriolis Vortex Venturi Flume Weir

Alum - - P - - - - - - Ammonia - - P - - - - - - Caustic Soda - - - - - - - - - Diesel Fuel - - - P - - - - - Ferrous Chloride

- O O - - - - - -

Filtered Water - - P - - - P - - Fluoride - - P - - - - - - Hypochlorite - - - - - - - - - Polymer - - P - - - - - - Sewage - - P - - - O - PAC Slurry - - P - - - - - - Primary Effluent

- - P - - - O O -

Mixed Liquor O - P - - - O - - Final Effluent - - P - - - - - - Digested Sludge

- - P - - - - - O

Primary Sludge

- - P - - - - - -

TWAS - - P - - - - - - WAS/RAS - - P - - - - - - Raw Water - - P - - - P - - Treated Water - - P - - - P - - Wash Water - - P - - - P - - Water Revenue 0.25% - - P - - - P - - Leachate - - P - - - - - - P – preferred, O – okay, X – not acceptable, - – not rated. VIEWIN

G COPY

Page 238: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 19 of 39 Nov 2016

Gas Applications Application

Target Accuracy

Coriolis Orifice Pitot Thermal Venturi Vortex

Air, low dp - - P O - - Air, normal dp - O - - O - Ammonia - - - - - - Chlorine P - - - - - Digester Gas, low dp - - - O - O Digester Gas, normal dp - O - - O O Natural Gas - O - - - - Scrubber Off-gas - - - - - - Sulfur Dioxide P - - - - - Steam - P - - - -

P – preferred, O – okay, X – not acceptable, - – not rated.

2.4.2 Installation

Design installations to provide the target installed accuracy (or a minimum of +/- 5%) including adequate runs of straight pipe upstream and downstream of the flow meter. 1. Install meters upstream from control valves. 2. Do not install a meter after a double change in planes (e.g., a tee and an elbow). 3. Do not install a meter where gas can collect or a line can self-drain when flow stops. 4. Install the transmitter remotely from the primary element where the primary element is in a

location where a submergence hazard exists, or on a vertical pipe or on a pipe with high vibration.

2.4.3 Magnetic Flow Meter (13130)

2.4.3.1 Application

Design choices for the meter are shown in the following table according to the application.

Liquid Applications Service AC/DC

Type Electrode Liner Liner

Protection Grounding Empty

Pipe Detection

Alum - - - - - - Ammonia ? ? ? ? yes yes Diesel Fuel - - - - - - Ferrous Chloride DC Electrodeless Ceramic 316SS yes yes Fluoride DC Pt/Rh PTFE ? yes yes Filtered Water - 316SS Rubber 316SS yes yes Hypochlorite - - - - - - Polymer DC 316SS Ceramic 316SS yes yes Sewage DC 316SS Polyurethane 316SS yes yes Primary Effluent DC 316SS Polyurethane 316SS yes yes Mixed Liquor - - - - -

VIEWING C

OPY

Page 239: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 20 of 39 Nov 2016

Service AC/DC Type

Electrode Liner Liner Protection

Grounding Empty Pipe

Detection Final Effluent - - - - - Digester Supernatant

DC 316SS Polyurethane 316SS yes yes

Digested Sludge DC 316SS Polyurethane 316SS yes yes Primary Sludge DC 316SS Polyurethane 316SS yes yes TWAS DC 316SS Polyurethane

or Teflon 316SS yes yes

WAS/RAS DC 316SS Polyurethane 316SS yes yes Raw Water - - - - - - Treated Water - 316SS Rubber 316SS yes yes Wash Water - 316SS Rubber 316SS yes yes Leachate DC electrode-less - 316SS yes yes

2.4.3.2 Installation

1. Install meters downstream from pumps. 2. Never install a meter where gas can collect or a line can self-drain when flow stops. 3. Install meters where the pipe remains full at all times. 4. Install meters in vertical pipes where flow is upward. 5. Install a by-pass line and three shutoff valves for critical process units so the meter can be

removed without process line shutdown. Provide flushing and draining connections. 6. Install the transmitter remotely from the primary element where the primary element is in a

location where a submergence hazard exists, or on a vertical pipe, or on a pipe with high vibration or where the pipe is150mm (6 inches) or more in diameter.

7. Ground the meter in accordance with manufacturer’s instructions. 8. Install meters with at least five pipe diameter straight line upstream and two pipe diameter

straight line downstream. 9. Install separate conduits for signal and power wiring to the meter and between the transmitter

and control panel. 10. Install meters upstream from control valves.

2.4.4 Vortex Shedding (13131)

2.4.5 Clamp-On Ultrasonic (Doppler) Flow Meter (13132.1)

2.4.5.1 Application

1. Use where accuracy is not important.

VIEWING C

OPY

Page 240: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 21 of 39 Nov 2016

2. Use on pipes with smooth, solid walls.

2.4.5.2 Installation

1. Mount the transmitter on a pipe stand or wall readily accessible for inspection and maintenance.

2. On horizontal pipes up to 600mm (24 inch) diameter, mount the transducers on the sides of

the pipe rather than on the top and bottom. On pipes over 600mm (24 inch) diameter, mount the transducers according to manufacturer recommendations.

2.4.6 Clamp On Ultrasonic (Transit Time) Flow Meter (13132.2)

See 13132.1 Clamp-On Ultrasonic (Doppler) Flow Meter

2.4.7 Insertion Ultrasonic (Transit Time) Flow Meter (13133)

2.4.7.1 Installation

1. Do not install transmitter in direct sunlight. Provide a shield if necessary. 2. Install transducers in the horizontal plane in horizontal pipe runs. Install transducers in any

vertical plane in vertical pipe runs. 3. See general requirements.

2.4.8 Thermal Mass Flow Meter (13134)

See general requirements.

2.4.9 Coriolis Mass Flow and Density Meter (13136)

See general requirements.

2.4.10 Orifice Plate (13137.1)

2.4.10.1 Application

Use orifice plates for most air flow measurements.

Where installed in horizontal pipes, specify vent hole for liquid flow applications or drain hole for gas flow applications to remove buildup of gas or liquid respectively. Require the manufacturer to size the orifice within a beta ratio of 0.3 to 0.75 to match the differential pressure transmitter calibrated range and to provide the calculations.

VIEWING C

OPY

Page 241: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 22 of 39 Nov 2016

2.4.11 Pitot Tube (13137.2)

2.4.11.1 Application

Use self-averaging pitot tubes for measuring air flow in ventilation ducts and process pipes where there is insufficient pressure drop to use an orifice plate or flow tube.

2.4.11.2 Installation

See drawings F07, F08 and F09 - Appendix A – Instrumentation Installation Drawings.

2.4.12 Venturi ( 13137.3)

2.4.12.1 Application

Use Venturi Flow Tubes for measuring raw, filtered and treated water. The classical Venturi is preferred. Use the Low-Loss Venturi Tube only where the classical tube will not fit adequately and the low-loss tube will. Do not use insert Venturi flow tubes? Require the manufacturer to size the flow tube within a beta ratio of 0.3 to 0.75 to match the differential pressure transmitter calibrated range and to provide the calculations.

2.4.12.2 Installation

See drawings F10 - Appendix A – Instrumentation Installation Drawings

2.4.13 Parshall Flume (13137.4)

2.4.13.1 Application

Use ultrasonic level meters as the secondary element.

2.4.13.2 Installation

See general requirements.

2.4.14 Broad Crested Weir (13137.5)

2.4.14.1 Application

Use ultrasonic level meters as the secondary element.

2.4.14.2 Installation

See general requirements.

2.4.15 Flow Switches (13138)

2.4.15.1 Application

Use paddlewheel type switches in most applications. Do not use where the sensor will become fouled with debris.

VIEWING C

OPY

Page 242: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 23 of 39 Nov 2016

2.4.16 Paddle Wheel Flow Switch (13138.1)

2.4.16.1 Installation

See drawings F04.1 - Appendix A – Instrumentation Installation Drawings,

2.4.17 Thermal Flow Switch (13138.2)

2.4.17.1 Application

Thermal flow meters (dispersion or delta temperature) should only be used as a last choice because of their expense and high maintenance. Current applications include:

Alum Ammonia - requires constant adjustment Digester gas Fluoride

2.4.17.2 Installation

1. Alignment of the probe is critical, so provide alignment markings on the pipe and probe to enable easy re-alignment after the probe is returned from servicing.

2. See drawings F05.1 - Appendix A – Instrumentation Installation Drawings.

2.4.18 Open Channel Flow Meter-Submersible (13142)

2.4.18.1 Application

Use this type of meter (magnetic flow probe and submersible pressure sensor) for temporary sewage or stream flow measurement.

2.4.19 Open Channel Flow Meter-Radar (13143)

VIEWING C

OPY

Page 243: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 24 of 39 Nov 2016

2.5 LEVEL INSTRUMENTS (13150)

2.5.1 Application

The following table shows preferred meter types for various applications. Designs should use the preferred meter type. The table is based on City of Toronto experience and is not intended to cover every possible situation or meter type. In addition to guidelines expressed in the table: 1. Admittance Level – do not use. 2. Radar (radio) Level – use in applications similar to ultrasonic level applications and where

isolation from both the liquid and gas space is required. 3. In general, avoid using fixed level probes (conductivity and capacitance) because they are

difficult to adjust. 4. Avoid using bubblers because of their energy consumption and high maintenance costs.

Liquid Level Applications Ultrasonic Radar Capacitance Conductivity DP Submersible

P Tape

Acid - - O O O - O Alum P - - - - - - Ammonia P - - - - - - Caustic Soda P - - - - - - Diesel Fuel P - - - - - - Ferrous Chloride P - O - - - - Fluoride P - - - - - - Hypochlorite - - - - - - O Polymer P - - O - - - PAC Slurry P - - - - - - Sewage P - - O - O - Primary Effluent P - - - - - - Mixed Liquor P - - - - - - Final Effluent P - - - - - - Digested Sludge O P - - O - - Digester Cover - - - - - - - Primary Sludge P - - O - - - TWAS P - - O - - - WAS/RAS P - - - - - - Raw Water - - - - O O - Treated Water - - - - O O - Wash Water - - - - O O - Waste Sumps O - - - - - -

P – preferred, O – okay, X – not acceptable, - – not rated.

VIEWING C

OPY

Page 244: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 25 of 39 Nov 2016

Level Switch Applications Float (Tilt) Capacitance Conductivity Acid - O O Alum - - - Ammonia Caustic Soda Diesel Fuel O - - Fluoride Ferrous Chloride - O O Hypochlorite O - - Polymer - - O Polymer, Dry - - - Sewage O - - Primary Effluent O - - Mixed Liquor - - - Final Effluent O - - Digested Sludge - - O Primary Sludge - - - TWAS - - - WAS/RAS - - - Raw Water O O - Treated Water O O - Wash Water O O - Waste Sumps O - - Flood Switch P - O P – preferred, O – okay, X – not acceptable, - – not rated.

2.5.2 Level -Non-Contact (13150)

2.5.3 Ultrasonic Level Transmitters (13150.1)

2.5.3.1 Application

Liquid Level Applications Probe

(Separate T Comp) Probe

(Built-in T Comp) Synched acoustics

External T Comp.

Acid - - - - Alum O P - N/A Ammonia - P - N/A Caustic Soda - P - N/A Diesel Fuel - - - - Ferrous Chloride - P - N/A Fluoride - P - N/A Hypochlorite - - - - Polymer - P - N/A Sewage P - - yes Primary Effluent P - - yes Mixed Liquor P - - yes Final Effluent P - - yes Digested Sludge P - - yes

VIEWING C

OPY

Page 245: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 26 of 39 Nov 2016

Probe (Separate T Comp)

Probe (Built-in T Comp)

Synched acoustics

External T Comp.

Digester Cover - - - - Primary Sludge P - - yes TWAS P - - yes WAS/RAS P - - yes Raw Water - - - - Treated Water - - - - Wash Water - - - - Waste Sumps P - - no Accuracy 0.25% or 2mm 0.25% or 6mm

P – preferred, O – okay, X – not acceptable, - – not rated.

2.5.3.2 Installation

1. Design installations that:

1. Provide all stainless steel mounting hardware for surface, panel or handrail mounting as required by location.

2. Provide front mounted visible data display. 3. Follow manufacturer’s recommendation for the minimum separation between the sensor

and maximum expected media level. 4. Mount the sensor away from side walls to avoid signal interference. 5. Allow adequate clearance for ultrasonic signal over total range.

2. When located outdoors, provide protection from direct sun rays by means of shield or enclosure for sensor.

3. Where used to measure dry solids level, provide a vibrator on the tank to remove solids from

the tank walls. 4. Use sensors with temperature compensation built into the sensor head such that it reads the

temperature of the gas space above the liquid level being measured. 5. See drawings L02 and L11 - Appendix A – Instrumentation Installation Drawings.

2.5.4 Radar Level Transmitter - Horn Antenna (13150.3)

2.5.4.1 Installation

See drawings L12.1 to L12.6 - Appendix A – Instrumentation Installation Drawings.

2.5.5 Radar Level Transmitter - Rod Antenna (13150.4)

2.5.5.1 Installation

See drawings L13 - Appendix A – Instrumentation Installation Drawings.

VIEWING C

OPY

Page 246: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 27 of 39 Nov 2016

2.5.6 Capacitance Level Transmitter (13152)

2.5.6.1 Installation

1. Design installations that:

1. Isolate the probe from vibration and possible physical damage. Do not mount it in the direct stream of process fluid. If required, use a deflecting baffle in front of the probe in the direction of flow. Locate probe to be easily removable for maintenance. Provide adequate clearance for probe removal.

2. Wire the probe to a junction box close to the probe to facilitate withdrawal of the probe for maintenance. If the transmitter can be located close enough, the junction box installation can be omitted.

3. Ensure that nothing is in contact with the probe anywhere along its length, except for the fluid to be measured.

4. Provide a grounding probe or other suitable grounding scheme for applications in non-conducting vessels.

5. Specify insulated probe for conductive fluids.

2.5.7 Level-Direct Sensing DPT, Flange Mounted (13153.1)

2.5.8 Level-Submersible DPT (13153.2)

2.5.9 Sludge Blanket Detector, Fixed Submerged Sensor (13157)

2.5.9.1 Application

Sludge blanket level is measured in the following applications: 1. Primary clarifiers Typical range of blanket solids 10,000 to 50,000 mg/l

2. Secondary clarifiers Typical range of blanket solids 5,000 to 20,000 mg/l

3. Sludge thickeners Typical range of blanket solids 30,000 to 80,000 mg/l

4. Clarifier and thickener tanks are between 5m and 10m deep.

2.5.9.2 Installation

1. Provide immersion sensors mounting assembly for simple handrail installation, easily pivoted and removable for cleaning and service.

2. Design the sensor installation to get a representative reading. 3. When the probe assembly is located more than 5m from the transmitter, provide a weather-

proof junction box for cable connection at the sensor location. 4. Wire from the sensor to the junction box within 3m of the sensor location.

VIEWING C

OPY

Page 247: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 28 of 39 Nov 2016

5. Wire from junction box to the analyzer transmitter, no greater than 30m from the sensor location, using manufacturer’s recommended cable in conduit.

6. Provide transmitter enclosure mounting to flat surface or handrail. 7. Use corrosion resistant mounting hardware.

2.5.10 Float Switch (Tilt) (13158.1)

2.5.10.1 Application

1. Do not use for scum, raw sewage or where the flow velocity is high. The use of float switches to monitor level in sumps is acceptable for many applications. They should be avoided if possible in raw sewage due to problems with collection of rags on the float.

2. Do not use switches that use mercury. Use switches that use non-toxic fluids or dry

switches.

2.5.10.2 Installation

1. Design installations that:

1. Mount float switches on a rigidly held stand pipe. 2. Wire the switch to a junction box close to the switch to facilitate removal for

maintenance. 3. Provide easily removable switch for maintenance or cleaning, without emptying the tank

or sump in which they are mounted.

2.5.11 Ultrasonic Level Switch (13158.2)

2.5.12 Capacitance Level Switch (13158.3)

2.5.12.1 Installation

1. Design installations that:

1. Isolate the probe from vibration and possible physical damage. Do not mount it in the direct stream of process fluid. If required, use a deflecting baffle in front of the probe in the direction of flow. Locate probe to be easily removable for maintenance. Provide adequate clearance for probe removal.

2. Wire the probe to a junction box close to the probe to facilitate withdrawal of the probe for maintenance. If the transmitter can be located close enough, the junction box installation can be omitted.

3. Ensure that nothing is in contact with the probe anywhere along its length, except for the fluid to be measured.

4. Provide a grounding probe or other suitable grounding scheme for applications in non-conducting vessels.

5. Specify insulated probe for conductive fluids.

VIEWING C

OPY

Page 248: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 29 of 39 Nov 2016

2.5.13 Vibration Level Switch (13158.4)

2.5.14 Conductance Level Switch (13158.5)

VIEWING C

OPY

Page 249: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 30 of 39 Nov 2016

2.6 PRESSURE INSTRUMENTS (13160)

2.6.1 Application

1. General applications include:

1. Static open tank levels 2. Static closed tank level (differential) 3. Aeration delivery line air pressure 4. Pump discharge pressure 5. Plant air and instrument air pressures 6. Plant potable and non-potable water pressures 7. Plant seal water pressure 8. Liquid, gas and vapor processes 9. Induced draft (incinerator) 10. Digester tank level 11. Filter head loss 12. Differential pressure flow meters

2. Pressure transmitters with a ‘drift-free’ guarantee should normally be used for all applications

except flow measurement. 3. For chemicals and slurries, install a diaphragm seal and use instruments with filled tubes. 4. Use annular seals for thickened sludge and dewatered sludge.

2.6.2 Installation

1. Provide universal mounting bracket for handrail or vertical surface or 50 mm (2 inch) pipe. 2. Provide stainless steel valve manifold assembly with line shutoff valve. 3. Connect unit to liquid process lines horizontally. Slope lines 80 mm/meter (1 in/foot)

downward toward the instrument to allow gas bubbles to bleed back to the process line. 4. Connect unit to gaseous process lines at the top of pipes or tanks to minimize moisture or

solids entry to sensing line. 5. Provide for flushing lines with air or water where contaminant fouling may occur. 6. Provide filled diaphragm seals for severe process fluids where contamination or fouling will

occur. Where an annular ring is installed, provide self-sealing to allow removal of the gauge or switch. The ring should be abrasion resistant (soft rubber or neoprene).

7. Materials recommended for harsh environments: Hasteloy-C for chlorine, 316 stainless steel

for digester gas and steam.

VIEWING C

OPY

Page 250: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 31 of 39 Nov 2016

8. Tap depends on application:

1. 13mm for air, gas, steam, hydraulic fluid 2. 20mm for clean water 25mm for other applications. See drawings P01, P02 and P03 for making process connections - Appendix A – Instrumentation Installation Drawings.

2.6.3 Pressure Transmitter (13160)

2.6.4 Differential Pressure Transmitters (13161)

2.6.4.1 Installation

See Drawings P12 through P16, P18 and P18.1 - Appendix A – Instrumentation Installation Drawings.

2.6.5 Pressure Seal (13166)

2.6.6 Annular Pressure Seal (13167)

2.6.7 Pressure Switches (13168)

2.6.7.1 Application

Generally install an isolation valve for the instrument. Equip each pressure switch with a test button and a visible indication of its health status (indicating lamp or mechanical flag). For safety and critical applications wire the health status signal to the RPU. For situations where the pressure switch is required for safety and where a valve is installed to allow the pressure switch to be isolated, install a limit switch on the instrument isolation valve and wire it to the controls to shut down the process when the isolation valve is closed. The intent is to not allow a process to operate when its safety interlocks are not in operation. If a switch used for a safety interlock is isolated for maintenance, then the process needs to be shutdown.

2.6.7.2 Installation

See drawings P22 through P24 – Appendix A – Instrumentation Installation Drawings.

VIEWING C

OPY

Page 251: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 32 of 39 Nov 2016

2.6.8 Pressure Indicator (Gauge) (13169)

2.6.8.1 Application

Pressure gauges should be installed as needed for process operation and for maintenance. Install a gauge near each pressure switch.

2.6.8.2 Installation

See drawings P22 through P24 – Appendix A – Instrumentation Installation Drawings.

VIEWING C

OPY

Page 252: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 33 of 39 Nov 2016

2.7 TEMPERATURE INSTRUMENTS (13170) This standard contains requirements on the following types of temperature measurement:

2.7.1 Application

Use thermocouples in the following applications: 1. Incineration 0 to 1000 degree C (32 to 1900°F)

2. Heat treatment 0 to 700 degree C (32 to 1300°F)

3. Digestion 0 to 100 degree C (32 to 212°F)

4. Boilers 0 to 500 degree C (32 to 1000°F)

5. HVAC systems 0 to 150 degree C (32 to 300°F)

6. Raw Water (Lake) temperature measurement 0 to 30°C (32 to 86°F) Use RTDs for equipment protection or where increased accuracy is needed and where the range is limited; for example: digester temperature, bearing temperature, motor winding temperature. The sensors need to be securely seated in the thermowell. Use thermistors in applications for equipment protection and instrument correction or calibration. Specify remote mounting of the electronics in most situations.

2.7.2 Temperature Transmitter (13170)

2.7.2.1 Installation

1. Provide cold junction reference for thermocouples. 2. Use dual element, 3-wire RTDs. 3. Use multiple point temperature transmitters where convenient for monitoring, but do not use

for control.

2.7.3 Temperature Element and Transmitter, RTD (13170.1)

2.7.4 Temperature Element and Transmitter, Thermocouple (13170.2)

VIEWING C

OPY

Page 253: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 34 of 39 Nov 2016

2.7.5 Ambient Air Temperature and Humidity Transmitter (13171.1)

2.7.6 Duct Air Temperature and Humidity Transmitter (13171.2)

2.7.7 Ambient Air Humidity Transmitter (13171.3)

2.7.8 Duct Air Humidity Transmitter (13171.4)

2.7.9 Thermowell (13176)

2.7.9.1 Installation

1. Design installations with a thermowell for the sensor. High pressure applications may use

surface mount sensors rather than thermowells. 2. Provide a test thermowell complete with cap and chain where the sensor is used in a control

loop. 3. Provide armoured cable to the sensor connection head. 4. Where the sensor is used to measure temperature of fluid in a pressurized conduit, provide

thermowell with fluid seal fittings to make the installation safe and leak proof. 5. Allow for sensor removal for service without interrupting process. 6. Use materials that match the application. Typically use 316 SST. 7. Coordinate lagging extensions with mechanical design of pipe insulation. 8. See drawings T01 and T02 – Appendix A – Instrumentation Installation Drawings.

2.7.10 Temperature Switch (13177)

2.7.10.1 Application

Use vapor pressure type switches in most applications. Use bi-metallic switches for heating and ventilation applications.

2.7.10.2 Installation

1. Install vapor pressure switches in an orientation where the sensing element is in a vertical plane.

2. Install bi-metallic switches in an orientation where the sensing element will not contact other

surfaces.

VIEWING C

OPY

Page 254: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 35 of 39 Nov 2016

2.7.11 Temperature Indicator (13178)

VIEWING C

OPY

Page 255: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 36 of 39 Nov 2016

2.8 MISCELLANEOUS INSTRUMENTS (13180)

2.8.1 Samplers (13180)

2.8.1.1 Application

The sampler may be used for all water, wastewater and sludge streams up to 10% solids. The sampler takes a sample by pumping from the process stream into a sample bottle within a refrigerated storage compartment.

2.8.1.2 Installation

1. If sequential samples are required, add this requirement to the specifications The sequential

sampler can accommodate the following sampling routines:

1. 1 bottle composite sample 2. 2 bottle single or duplicate composite samples 3. 8 bottle composite samples in multiple bottles or in sequence of bottles 4. 24 bottle multiple or single samples in separate bottle

2. The sample system needs to be engineered for each installation and therefore should not be

part of the sampler specification. Some ideas for consideration in designing the sample system are included in the installation drawings as a guide.

3. If the suction head of the sample line exceeds the capability of the sampler, provide a separate

pump and sampling chamber complete with piping and valving. The pump should be positive displacement type, dual head.

4. Install the sampler as part of a complete sampling system.

2.8.2 Limit Switch (13183)

2.8.3 Motion Detector (13184)

2.8.4 Weight Scale (Hydraulic Weight Cell) (13187)

2.8.4.1 Application

Weight measured by pressure may be used in the following applications: 1. Chlorine tanks weighing up to 1 tonne.

VIEWING C

OPY

Page 256: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 37 of 39 Nov 2016

Weight measured by load cell may be used in the following applications: 1. Chlorine tanks weighing up to 1 tonne.

2. Chemical tanks.

3. Chemical preparation tanks.

4. Truck weigh scales. Hydraulic pressure measurement is preferred in applications involving one or two measurements. For multiple measurements, the load cells with a single indicator would be more cost effective. Costs of the instrument need to be evaluated against process control reliability.

2.8.4.2 Installation

1. Locate transmitter indoors in heated room or inside heated weatherproof housing. 2. Design installation to obtain symmetry of forces (center of gravity) applied from the tank to

the sensor and any restraints such as pipe connections stay bars or rigid supports. 3. Install the sensor cable/probe assembly in accordance with manufacturer’s instructions. 4. Mount the transmitter enclosure and indicator to flat surface or handrail. 5. Use corrosion resistant mounting hardware. 6. Use stainless steel tubing between hydraulic cell and transmitter.

2.8.5 Weigh Scales (Load Cell) (13188)

2.8.5.1 Application

See 13187 – Weight Scale (Hydraulic Weight Cell).

2.8.5.2 Installation

1. Install the sensor cable/probe assembly in accordance with manufacturer’s instructions. 2. Mount the transmitter enclosure and indicator to flat surface or handrail. 3. Use corrosion resistant mounting hardware. VIEWIN

G COPY

Page 257: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 38 of 39 Nov 2016

2.8.6 Smoke Detector (13190)

2.8.7 Heat Detector (13191)

2.8.8 Instrument Listing (13199)

See Sample Instrument listing sample table below.

VIEWING C

OPY

Page 258: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Toronto Water Instrumentation Design Standards Division 13000

13100-Instrumentation Design-V2.1 Page 39 of 39 Nov 2016

INSTRUMENTATION LISTING – SAMPLE TABLE

Device Instrument ISA Fluid Maximum Calibrated Refer to Instrument Instrument

Description I.D. Tag Range Range Spec Data Sheet Notes

VIEWING C

OPY

Page 259: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.12 – PROCESS CONTROL SYSTEM ECS VERSION 1.1 – APRIL 2017

_____________________________________________________________________________________________

Page 1 of 10

TABLE OF CONTENTS

A.12 PROCESS CONTROL SYSTEM (PCS) .................................................................. 2

A.12.1 GENERAL .................................................................................................................................. 2

A.12.2 ELECTRONIC TAG MANAGEMENT SYSTEM (ETMS) ...................................................................... 3

A.12.3 HARDWARE AND SOFTWARE ....................................................................................................... 4

A.12.4 PRELIMINARY DESIGN PHASE ..................................................................................................... 4

A.12.5 DETAILED DESIGN PHASE........................................................................................................... 6

A.12.6 CONSTRUCTION PHASE .............................................................................................................. 9

VIEWING C

OPY

Page 260: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.12 – PROCESS CONTROL SYSTEM ECS VERSION 1.1 – APRIL 2017

_____________________________________________________________________________________________

Page 2 of 10

A.12 PROCESS CONTROL SYSTEM (PCS)

A.12.1 General

A.12.1.1 Toronto Water has implemented a Process Control System for control and monitoring of its facilities which include, but are not limited to, Water Treatment Plants, Wastewater Treatment Plants, Water Supply Transmission, and Sewage Pumping & Collection Stations. In general, the PCS consists of instrumentation, control devices, wiring, networking, input/output devices, control panels, local and central Human Machine Interfaces (HMIs), Supervisory Control And Data Acquisition (SCADA) Systems, and Remote Processing Units (RPUs) / Programmable Logic Controllers (PLCs). The requirements for consulting engineering services, related to PCS, are specified in the Process Control System (PCS) Guidelines and Toronto Water Instrumentation Design and Electrical Specification Standards which all form part of the base scope of all Consulting assignments with any PCS component(s).

A.12.1.2 For bidding purposes, in addition to the PCS Guidelines, the following specifications have a direct impact on the Consultant's effort and therefore are included as appendices:

1. 13100 – Instrumentation Design Specification

2. 13300 – Control Panel Design Specification

3. 16020 – Electrical Control Schematic Diagrams Specification

A.12.1.3 In general, for all Consulting assignments with any PCS component(s), the Consultant shall:

1. Be responsible for engineering and design of the Instrumentation and Control (I&C) and SCADA System, including development of new system control logic or integration with existing system control logic.

2. Prepare new, or update existing, Process Control Narratives, Instrumentation & Control Drawings, SCADA Architecture, and P&ID.

3. Prepare contract specifications and drawings of the I&C and SCADA system.

4. Review the RPU and HMI/SCADA program, including configuration, as prepared by the contractor and ensure compliance with Toronto Water's PCS standards.

5. Develop process flow charts as required.

6. Prepare all requirements for the Factory Acceptance Test (FAT) plan.

7. Attend and approve the FAT at the contractor's facility, within Ontario, to ensure compliance with the design and Toronto Water's requirements.

8. Prepare all requirements for the Site Acceptance Test (SAT) plan.

9. Attend and approve the Site Acceptance Test (SAT) on site to ensure compliance with the design and Toronto Water's requirements.

10. Prepare all requirements, including but not limited to Transition Plans, P&IDs, I&C Drawings, Process Control Narrative(s), for operational tests / system performance tests.

11. Attend the site and approve all operational tests / system performance tests.

12. Review the Operation and Maintenance Manual prepared by the Contractor and ensure compliance with the contract specifications.

13. Review the Plant SCADA Operation Manual and ensure compliance with the design. Submit at the specified milestones.

14. Prepare and conduct PCS training.

15. Verify all necessary testing and performance of the SCADA system.

16. Prepare "As-Built" documentation for all PCS related drawings and documents produced during the design phase.

A.12.1.4 If the PLC and SCADA programming is being completed by the Consultant, then the Consultant shall take on the role of the System Integrator and shall:

VIEWING C

OPY

Page 261: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.12 – PROCESS CONTROL SYSTEM ECS VERSION 1.1 – APRIL 2017

_____________________________________________________________________________________________

Page 3 of 10

1. Develop control logic flow chart(s) and submit to the Process Control Systems Unit for review before the start of any programing.

2. Configure and program the PLC in accordance with the specified process control narratives and comply with Toronto Water PCS standards.

3. Configure and program the HMI/SCADA and OIT (Operator Interface Terminal) in accordance with the specified process control narratives and comply with Toronto Water PCS Standards.

4. Review and test the PLC and HMI/SCADA programs to ensure compliance with the design specifications and Toronto Water's PCS standards and guidelines.

5. Conduct the PCS training in accordance with Toronto Water's PCS standards and guidelines and prepare all training material.

6. Perform the software FAT for Toronto Water Staff or other City representatives to attend and witness.

7. Perform the SAT for the appropriate Toronto Water Staff or other City representatives to attend and witness.

8. Perform the operational test / system performance test for the appropriate Consultant and Toronto Water Staff to attend and witness.

9. Release the SCADA system for Toronto Water staff once all testing is successfully completed and accepted.

10. Provide SCADA/PLC support and response within 24hours to address any issues related to the newly implemented system.

11. Respond to Toronto Water for all deficiencies and correct the deficiencies in a timely manner.

12. Prepare the SCADA Operation and Maintenance Manual and submit to the Process Control Systems Unit at the appropriate timelines.

A.12.1.5 Toronto Water has a Process Control System Unit (PCSU) which maintains the standards and guidelines for PCS projects and technology. The PCSU also maintains the facilities' PCS Master Documentation which includes Master P&ID, Master Process Control Narratives, SCADA Architecture Drawings, and Hardware and Software Inventory Lists. The PCSU also provides support for review of SCADA hardware and software deliverables, including but not limited to, servers, PLCs, networking, and all related customized programming.

A.12.2 Electronic Tag Management System (ETMS)

A.12.2.1 Toronto Water's PCS unit manages and maintains the ETMS. The purpose of the ETMS is to ensure uniqueness of the tags and proper tag structure in accordance with Toronto Water tagging standards. As part of the base scope the Consultant shall:

1. Request an ETMS tag report for the related facility and process(es) which are being upgraded as part of the project.

2. Ensure all equipment, equipment loops, data and local area network cabling added or modified under the project are tagged in accordance with Toronto Water's Equipment and Tagging Standards.

3. Use related Master P&IDs in conjunction with ETMS database or ETMS tag report in order to assure tag loop numbers follow existing tag logic.

4. Determine tag numbers that will be used in the P&ID drawing(s) and all related project documentation for the identification of all equipment.

5. Update the ETMS tag report to be reserved in the ETMS.

VIEWING C

OPY

Page 262: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.12 – PROCESS CONTROL SYSTEM ECS VERSION 1.1 – APRIL 2017

_____________________________________________________________________________________________

Page 4 of 10

A.12.3 Hardware and Software

A.12.3.1 The City has developed standard programming methods, in the form of programming modules, for use within the City of Toronto Water, Wastewater, Distribution, and Collection systems in order to ensure consistency between the PAC and HMI development. The standard methods are to be used by consultants and integrators so as to maintain a consistent approach to programming and a single standardized approach to SCADA system implementation. A Software Function Block User Guide has been development and will be made available to the consultant and integrator.

A.12.3.2 Programming modules have been developed for analog instruments, constant speed motors (forward and reverse), VFD motors, valves (discrete and analog), generators, PID control, duty control, and other function blocks. The following exists for each programming module / function block:

1. PLC/RTU Standard device logic using Proficy Machine Edition

2. HMI Standard configuration and popup graphics to match the PLC/RTU logic using iFix.

3. OIT Standard configuration and popup graphics to match the PLC/RTU logic using Proficy Machine Edition.

4. Simulation Software function blocks for simulation testing of control systems.

A.12.3.3 The City's objective to have PCS compliant hardware and software when feasible. It is also recognized that some vendors have proprietary controls and either will not provide open software nor meet Toronto-specific requirements due to the unique nature and incompatibility with their global product.

A.12.3.4 For all key pieces of equipment being proposed that are provided with control logic by the vendor undertake the following:

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

2. Identify the rationale if the vendor will not comply

3. Facilitate a workshop with the City team (inclusive of the PM, Operations, and PCS representatives) to review compliance issues for individual equipment-by-equipment basis. List options and provide recommendations on procurement options to meet the City's objectives and the resulting design implications.

4. Prepare a technical memo documenting:

a) Vendor track record regarding compliance with PCS;

b) Vendor comments and concerns;

c) Number of vendors that could comply for each device of concern;

d) Risk to the City (both product and maintenance) of non-compliance (probability and consequence);

e) Cost (capital and operating); and

f) Final team decision and recommendations.

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

A.12.4 Preliminary Design Phase

A.12.4.1 The Consultant shall follow Toronto Water's PCS Guidelines and Standards throughout the Preliminary Design Phase. The Consultant shall:

VIEWING C

OPY

Page 263: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.12 – PROCESS CONTROL SYSTEM ECS VERSION 1.1 – APRIL 2017

_____________________________________________________________________________________________

Page 5 of 10

1. Visit the existing facility, or a similar Toronto Water facility, and become familiar with the existing interfaces, PCS equipment including tagging, software, control strategies, and network architecture to be matched and/or upgraded.

2. Request and review all engineering reports and drawings for the PCS system related to the project including existing process control narratives, SCADA operation manuals, P&IDs, control schematics, loop drawings, and RPU panel drawings.

3. Review previous preliminary design report(s) and detailed designs prepared for the PCS system.

4. Complete a field verification report in accordance with the field verification procedure in Toronto Water's PCS Guidelines to ensure that the design will meet the requirements of the facility and achieve a targeted level of automation.

A.12.4.2 At the 50% Preliminary Design Phase the Consultant shall:

1. Prepare an equipment and instrumentation list in tabular format of all existing (re-used) and proposed equipment and instrumentation to be installed under this assignment. This table shall be modified throughout the project phases and will serve as a source document for preparation of tag lists during detailed design.

2. Review and document all existing hardware (PLCs/Severs/Network, etc.) affected by the project and determine the system capacity, capability of expansion, and identify any obsolete hardware to be replaced as part of upgrading the existing or expansion of the PCS.

3. Review and document all existing software affected by the project and identify all additional software required for modifications to the HMI, PLC, and networking devices so as to fully integrate the new or expanded works into the existing system.

4. Review and document all existing control wiring and structured cabling / network cabling, and identify all additional cabling that will be required so as to fully integrate the new or expanded works into the existing system.

5. Review the existing alarm notification and security system of the facility and document the proposed modifications and additions to provide the required services for notification of the critical PCS alarms of the project.

6. Review the existing power supplies to the relevant areas for the facility and document the proposed modifications and additions to provide the required power to for the proposed upgrades.

A.12.4.3 At the 75% Preliminary Design Phase the Consultant shall:

1. Provide a process narrative, or update an existing process narrative for each process, clearly describing how it is to be operated in all modes of process control. Process narrative are to be written in plain English and will not apply solely to the new processes/equipment, but will detail all interactions with existing process/equipment control such as alarm triggers, process variables shared by multiple processes, report generation, etc.

2. Provide a process flow diagram or update an existing process flow diagram to clearly illustrate the relationships between the various affected processes and associated instrumentation.

3. Include a section detailing any alternative designs related to the PCS that might offer benefits to Toronto Water in terms of cost or functionality.

4. Provide a cost estimate to construct the PCS portion of the project.

VIEWING C

OPY

Page 264: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.12 – PROCESS CONTROL SYSTEM ECS VERSION 1.1 – APRIL 2017

_____________________________________________________________________________________________

Page 6 of 10

A.12.4.4 The 100% Preliminary Design shall include all updates to reflect comments and revisions made during the review of the 75% preliminary design submittals. The 100% preliminary design submittal shall be reviewed by City staff to provide final comments to allow the Consultant to finalize the report.

A.12.5 Detailed Design Phase

A.12.5.1 The Consultant shall follow Toronto Water's PCS Guidelines and Standards throughout the Detailed Design Phase. The Consultant shall:

1. Prepare and submit for approval new equipment tag list in ETMS spreadsheet format. A tag import template spreadsheet will be provided to the Consultant.

2. Prepare and submit a replacement equipment tag list in ETMS spreadsheet format for equipment that is going to be replaced or upgraded. In the case the original tag will not be changed but the equipment description might.

3. Prepare and submit a reuse equipment tag list in ETMS spreadsheet format for equipment that will be reused in same or different capacity or function as part of the project.

4. Prepare and submit a reused tag list of removed equipment in ETMS spreadsheet format which refers to the tags of the removed or to be removed equipment but there is an intention to reuse or recycle the tags. Consultant must identify measures during transition if there will be a period of time where two identical tags in the field and SCADA would exist.

5. Prepare and submit a remove/delete equipment tag list in ETMS spreadsheet format which refers to the existing equipment to be removed as part of the project.

6. Prepare detailed technical specifications related to PCS. Note that Toronto Water PCSU maintains a base set of standards and specifications related to PCS which Consultants can obtain from the City's Project Manager. The Consultant shall modify or edit these standards as required to suit the project specific requirements, after obtaining consent from Toronto Water PCSU. Where modifications are required, the Consultant shall highlight the proposed deviations to the City to ensure that the proposed changes to do compromise the City's overall goal of standardizing the PCS across all Toronto Water facilities.

7. Be responsible to ensure that all contract detailed technical specifications and drawings related to PCS meet the requirements for proper project execution.

A.12.5.2 At the 50% Detailed Design Phase the Consultant shall:

1. Update the Master Process Control Narrative (PCN) and/or create new PCN for each process being automated as per the requirements in Toronto Water's PCS Guidelines. As a minimum the PCN(s) shall include:

a) A thorough description of key control system elements and all manual and automatic modes of process control.

b) A list of all equipment to be controlled and proposed methods to be used, complete with I/O lists, alarm details, historian requirements, and business systems requirements.

c) A process description including a physical layout, mechanical objectives, and treatment objectives.

d) A process definition including the process name, its relationship to other processes, general components, and physical location boundaries.

e) Block diagram(s) showing all process components

f) Any objectives of the process and general goals.

VIEWING C

OPY

Page 265: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.12 – PROCESS CONTROL SYSTEM ECS VERSION 1.1 – APRIL 2017

_____________________________________________________________________________________________

Page 7 of 10

g) A process control strategy which includes safe limits of operating targets for the process and operating equipment, a list of priority 1 alarms (alarms which need immediate attention from the operator or alarms that affect multiple operation areas), general alarms, a description of all alarms for each device, the process to bring alarm details to SCADA to allow for remote diagnosis, and requirements for activation and method of reset (manual and automatic) for each alarm.

h) Information of influent sources and effluent destinations.

i) A description of each piece of equipment that can potentially control influents and effluents or change the process.

j) A description of any/all ancillary processes such as spill containments, sample stations, etc. in same level of detail as main process(es) but as separate PCNs.

k) A thorough control system description, including network controllers, location of I/O, panels, modes of control (Automatic, Manual), sequences, alarm handling, and the required control logic.

l) A table showing all real I/O data points and program generated data points associated with the process.

m) A thorough and detailed description of all control logic during normal operation (Auto Mode) which includes all startup and shutdown sequences, all control setpoints associated with Auto logic in tabular format, all sequences, fault response operation, etc.

n) A thorough and detailed description of all back up modes of operation (if necessary) with full descriptions of all requirements to begin each scenario listed and all requirements to return back to normal operation (Auto Mode)

o) A thorough and detailed description of all interlocks generated in the software in the PLC as well as all hard wired interlocks in the control circuits.

p) A thorough and detailed alarm list in tabular format which includes every alarm condition that can be generated by the process, alarm priority, alarm limit, all conditions upon which the alarm is generated, details on any delay timers, details on how to reset any alarm, details on how to enable/disable alarms (if required), etc.

q) A thorough and detailed description in tabular format of all points to be trended by the system historian complete with tag names, deadbands, ranges, sampling rate, grouping for effectiveness of display, etc.

r) A thorough and detailed description in tabular format of all data points which will need to be made available to Toronto Water business systems, such as iHistorian, WMS, POMS, eOPS, LIMS, etc.

s) Block diagrams where necessary to clearly show logical connections and interactions of the control system components.

2. Update the Master P&IDs provided by the City, or prepare/create new P&IDs in case masters do not exist, in accordance with the latest ANSI/ASI standards and Toronto Water PCS Guidelines.

3. Update Master SCADA Architecture drawing of the facility to show modifications and additions of new equipment.

4. Develop device typical control schematics and typical instrument wiring diagram/loop drawings in accordance with Toronto Water PCS Guidelines.

5. Provide drawings and specifications for any power supply upgrades and additions required as a result of new or modified equipment.

6. Update the Master Single Line Drawings (SLDs) provided by the City, or prepare/create new SLDs in case masters do not exist, in accordance with Toronto Water PCS Guidelines.

VIEWING C

OPY

Page 266: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.12 – PROCESS CONTROL SYSTEM ECS VERSION 1.1 – APRIL 2017

_____________________________________________________________________________________________

Page 8 of 10

7. Provide an updates cost estimate related to PCS to construct the project.

A.12.5.3 At the 70% Detailed Design Phase the Consultant shall:

1. Produce equipment and instrumentation layout drawings as required which show the approximate position of the devices within the facility/area.

2. Produce Device Control Schematics and Instrument Wiring Diagram/Loop Drawings for each device/instrument. These drawings are based on the approved typical instrument wiring diagram/loop drawings produced at the 50% detailed design phase. Drawings shall include proper wire tags, fuse/circuit breaker tags, wire size, and colour in accordance with the Toronto Water PCS Guidelines.

3. Provide drawings for new panels or modifications to any existing control panels. Control panels drawings must as a minimum include control panel layouts, RPU (PLC Layout, Panel Power Distribution, and I/O Modules Wiring Diagram. Drawings shall include proper wire tags, fuse/circuit breaker tags, wire size, and colour in accordance with the Toronto Water PCS Guidelines.

4. Identify requirements for development of cable block diagrams by the contractor during the construction phase. As a minimum, diagrams must show all cables, source and destination location, number of wires, wire size, and all junction boxes. These drawing shall form part of the Consultant's as built PCS drawings.

5. Create or update the Hardware and Software Inventory Lists for the facility indicating what new software or hardware is required for the SCADA system. These include Server, Client, RPU, termination panel, and Access Closet hardware and software Inventory and available capacity.

6. Update the PCN to include all instrument ranges, setpoints, and default values.

7. Provide a PCS I/O Tag List for inclusion in Toronto Water's ETMS database upon approval by the City. The list shall identify related device status: new, reuse, replace, and delete as well as the intention to reuse (recycle) device tags.

8. Refine/develop the Alarm list in the PCN to include Alarm Priority (High, Medium, Low, WIN911) and Alarm Conditioning

9. Update the iHistorian, eOPS, POMS, LIMS, requirements in the PCN.

10. Complete the detailed design for the alarm notification and security that formed part of the preliminary design report. Coordination with the City's Corporate Security is required at this stage for security related issues.

11. Complete the detailed design of the networking and structure cabling requirements formed in the Preliminary Design Report.

12. Populate the Entity Information List (WMS List) with design data (Tag Name, Description, Equipment Type, Location, Size, Range, etc.)

13. Create equipment physical tag lists indicating details of tag quantities, sizes, and types for all field equipment to be physically tagged during construction.

14. Provide electrical drawings and requirements for all electrical upgrades for the project.

15. Create a FAT/SAT Check Sheet and Process Logic Test Sheet in accordance with Toronto Water's PCS Guidelines. These sheets must be sufficiently detailed for a programmer to interpret/program and must include sufficient information to allow for fully testing implementing the intent of the Process Control Narrative. These sheets will form part of the tender and be used at the FAT/SAT during the construction phase.

16. Provide drawings identifying obsolete hardware and wiring to be removed under the project.

VIEWING C

OPY

Page 267: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.12 – PROCESS CONTROL SYSTEM ECS VERSION 1.1 – APRIL 2017

_____________________________________________________________________________________________

Page 9 of 10

17. Where tags have been deleted or recycled, provide a detailed list indicating which software objects and references should be removed from existing systems, i.e.: PLC, HMI/SCADA, iHistorian, etc.

A.12.5.4 At the 95% Detailed Design Phase the Consultant shall:

1. Provide an updated cost estimate related to PCS to construct the project.

A.12.5.5 The 100% detailed design shall include all updates to reflect comments and revisions made during the review of the 95% detailed design submittal.

A.12.6 Construction Phase

A.12.6.1 In addition to the preliminary and detailed design requirements listed above, the Consultant shall:

1. Provide individual "Issued for Construction" for PCS drawings in the event that typical drawings formed part of the tender documentation.

2. Review all shop drawings. Note that the City has the option to review the PCS shop drawings and may choose to exercise this option after the Consultant's initial review is completed prior to submitting to the contractor. This is not a parallel activity and the responsibility for accuracy and correctness for the PCS shop drawing review will lie with the Consultant.

3. Approve equipment FAT prior to any equipment being delivered to the project site.

4. Review all Contractor written transition plans prior to submitting to the City for approval.

5. Review all software (PLC, SCADA) prepared during construction for compliance with Toronto Water Standards. Software review includes Process Display Programming, Operator Interface Programming, Alarming, Colour Convention, RPU Software Programming, and Standard Software Modules.

6. Review and approve a detailed FAT test plan. This test plan is to broaden the FAT Check Sheet and Process Logic Test Sheet previously prepared during the design phase. The detailed FAT test plan must include:

a) All Field I/O to be tested such as equipment status, control modes and hardwired alarms.

b) All virtual points to be tested such as alarms (including priority and conditioning), setpoints, and operator entered parameters.

c) All automatic logic tests designed to prove that the program responds as detailed in the PCN.

d) A thorough graphics review.

e) The PCN and the contract drawings (Control Schematics, Loop Diagrams, and P&IDs).

f) Proposed FAT schedule and description of the proposed testing environment (Hardware/Software Utilized).

g) All the software components (Known as PRE-FAT Version of the Software)

7. Review a Hardware SAT plan that includes:

a) A SAT schedule.

a) A testing procedure for each item.

b) Sign-off documentation.

VIEWING C

OPY

Page 268: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.12 – PROCESS CONTROL SYSTEM ECS VERSION 1.1 – APRIL 2017

_____________________________________________________________________________________________

Page 10 of 10

c) Details of City involvement, including any operational requirements such as shutdowns, communication interruptions, etc.

8. Review a Hardware Training plan, in accordance with Toronto Water PCS Guidelines, containing a schedule and detailed outline of all material to be covered.

9. Complete all I/O tests, loop tests, network tests, and instrumentation calibration verification sheets jointly with the Contractor prior to the hardware SAT.

10. Compile all the Hardware SAT results and submit to the City for review. The hardware SAT involves Control Panels and Local Operating Interfaces, Networking Equipment, Workstations, PLCs, and instrumentation.

11. Perform the SAT and ensure that the software functions according to the PCN.

12. Ensure all control loops are tuned and all process variables respond according to design.

13. Finalize tag lists and PCS I/O lists identifying all changes made throughout construction and commissioning for including into the ETMS and WMS.

14. Submit As-Built documentation integrating all changes into documentation prepared in the design phase of the project.

15. Update all master documentation such as Master P&IDs, Master PCNs, and Master SLDs.

A.12.6.2 In the event the Consultant is the System Integrator, the consultant shall:

1. Create and submit a detailed FAT plan (including all components) to the City with a copy of all the software components (Known as PRE-FAT Version of the Software) for review and approval by the City.

2. Host the FAT to the details presented in the schedule and FAT test plan documentation and Toronto Water's PCS Guidelines. Upon successful completion for the FAT, the Consultant shall submit a copy of all software components to the City (Known as the PRE-SAT Version of Software).

3. Perform training on the new software components prior to the SAT.

END OF APPENDIX A.12

VIEWING C

OPY

Page 269: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.13 – WORK MANAGEMENT SYSTEM

ENTITY INFORMATION WORKSHEET ECS VERSION 1.1 – JUNE 2017

_____________________________________________________________________________________________

Page 1 of 4

TABLE OF CONTENTS

A.13 WORK MANAGEMENT SYSTEM (WMS) ENTITY INFORMATION WORKSHEET (EIW) ...................................................................................................................... 2

A.13.1 GENERAL .................................................................................................................................... 2

A.13.2 PRELIMINARY DESIGN PHASE ....................................................................................................... 3

A.13.3 DETAILED DESIGN PHASE ............................................................................................................. 3

A.13.4 CONSTRUCTION PHASE ................................................................................................................ 4

VIEWING C

OPY

Page 270: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.13 – WORK MANAGEMENT SYSTEM

ENTITY INFORMATION WORKSHEET ECS VERSION 1.1 – JUNE 2017

_____________________________________________________________________________________________

Page 2 of 4

A.13 Work Management System (WMS) Entity Information Worksheet (EIW)

A.13.1 General

A.13.1.1 Toronto Water utilizes a Work Management System (WMS) for all identification, planning, scheduling and execution of preventive and corrective maintenance work in its Water Treatment Plants, Wastewater Treatment Plants, Water Supply Transmission, and Sewage Pumping & Collection Stations. This system requires detailed data on all equipment or Entities that require maintenance in order to suitably plan, capture, track and improve maintenance activities. The Entity Information Worksheet (EIW) is used for the collection and submission of equipment or Entity information pertinent to the operation and maintenance of plant equipment and is integral to the development of maintenance schedules and asset management. Toronto Water has an Optimized Maintenance Unit (OMU) which maintains the standards and guidelines for the WMS EIW. The OMU also provides support for review of WMS EIW deliverables, including but not limited to tagging of assets and naming of assets not related to the Process Control System (PCS).

A.13.1.2 The requirements for consulting engineering services, related to the WMS EIW form part of the base scope of all Consulting assignments with any installed or retrofitted component(s). The Consultant shall:

1. Prepare the initial WMS EIW for submission to the Contractor. The WMS EIW shall form part of the tender documentation.

2. Attend and participate in all WMS EIW information and review meetings

3. Review the WMS EIW submissions prepared by the Contractor during construction and ensure compliance with the contract specifications.

4. Review the WMS EIW and submit at the specified milestones.

5. Submit "As-Built" WMS EIW documentation.

A.13.1.3 Any Entity with a standard tag found on the Contract P&IDs, Contract Drawings or equipment lists will require an entry in the WMS EIW. The following types of equipment are required to be tracked and listed in the WMS and therefore require entries in the EIW:

1. Pumps and motors

2. Tanks

3. Valves and actuators

4. Process Mechanical - 75mm or larger or for regulatory purposes

5. Building Mechanical – motorized valves only

6. Instruments, sensors and analyzers

7. HVAC equipment (blowers, heaters, AHUs, etc.)

8. Computers, servers, PLCs, network, software and other SCADA equipment

9. Cranes, conveyors, hoists, forklifts and other conveyance equipment

10. Operated doors (overhead, roll-up, automated, etc.)

11. Fire prevention and suppression equipment

12. Electrical equipment (switchgears, MCCs, generators, UPSs, breakers, disconnects, etc.)

13. Consultant supplied process equipment (dosing skids, glycol packages, mixers, blowers, bar screens, chemical prep skids, lube skids, etc.)

14. Maintenance equipment (tools, testing equipment, cleaning equipment, welders, lifting equipment)

15. Personal Protective & Safety Equipment (eyewash stations, harnesses, SCBA, AEDs, Electrical gloves, Arc Flash Protective Gear)

VIEWING C

OPY

Page 271: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.13 – WORK MANAGEMENT SYSTEM

ENTITY INFORMATION WORKSHEET ECS VERSION 1.1 – JUNE 2017

_____________________________________________________________________________________________

Page 3 of 4

16. Phone and paging systems

17. Vehicles

18. Exit and emergency lighting

A.13.1.4 The following items are not requirements of the WMS and do not need entries in the WMS EIW:

1. Permanent structural entities (buildings, frames, floors)

2. Mechanical piping

3. Wiring (electrical, signal, network)

4. Basins, sumps

5. Roads and pathways

6. Landscaping (trees, plants, ornaments, etc.)

7. Doors (non-operated) and windows

8. Furniture

9. Plumbing fixtures (taps, faucets, sinks)

10. Non tagged valves smaller than 75mm other that do not perform regulatory functions

A.13.2 Preliminary Design Phase

A.13.2.1 The Consultant shall:

1. Attend a workshop at the existing facility, or a similar Toronto Water facility, and to become familiar with Equipment tagging, Work Management System and the Entity Information Worksheet.

A.13.3 Detailed Design Phase

A.13.3.1 The Consultant shall:

1. Prepare and submit for approval a new equipment WMS EIW using the EIW template. An EIW template spreadsheet will be provided to the Consultant.

2. Prepare and submit for approval a replacement equipment WMS EIW list using the EIW template for equipment that is going to be replaced or upgraded. In the case the original tag remains valid but the existing equipment is to be replaced with new, the EIW must be updated for the replacement equipment.

3. Prepare and submit for approval a deleted equipment WMS EIW using the EIW template.

4. Prepare and submit for approval a reused equipment WMS EIW list using the WMS EIW template for equipment that will be reused in same or different capacity or function as part of the project. In this case the EIW must reflect any relevant changes to function, location, drawings and maintenance requirements.

A.13.3.2 At the 70% Detailed Design Phase the Consultant shall:

1. Organize and chair a workshop to discuss WMS EIW requirements with Facility staff and understand scope of equipment to be captured on WMS EIW

2. Populate the WMS EIW with design data per the template. Complete "General Info" portion of the worksheet which includes:

a) Entity Number: provided by Consultant

b) Entity Name: provided by Consultant

c) Entity Site Name: provided by Consultant

d) Parent Entity Number: provided by Consultant

VIEWING C

OPY

Page 272: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.13 – WORK MANAGEMENT SYSTEM

ENTITY INFORMATION WORKSHEET ECS VERSION 1.1 – JUNE 2017

_____________________________________________________________________________________________

Page 4 of 4

e) Parent Site name: provided by Consultant

f) Original Entity Number: provided by Consultant

g) Criticality: provided by Consultant

h) Entity Type: provided by Consultant

i) Entity Classification: provided by Consultant

j) Entity Category: provided by Consultant

k) Entity Location Description: provided by Consultant

l) Entity Description: provided by Consultant

m) Drawing Number: provided by Consultant

A.13.3.3 At the 95% Detailed Design Phase the Consultant shall:

1. Prepopulate the WMS EIW with equipment numbers to indicate to the contractor where additional detailed information is required following equipment purchase during construction. For example, a pump with a motor should have the equipment number populated in the "motor" and the "pump" tabs of the WMS EIW.

A.13.3.4 The 100% detailed design shall include all updates to reflect comments and revisions made during the review of the 95% detailed design submittal.

A.13.4 Construction Phase

A.13.4.1 In addition to the items listed above, the Consultant shall:

1. Review the WMS EIW populated by the Contractor and ensure full compliance with the specifications prior to submitting to the City.

2. All changes to tag list made throughout construction shall be reflected in the WMS EIW.

END OF APPENDIX A.13

VIEWING C

OPY

Page 273: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.14 – ENERGY MANAGEMENT PLAN

ECS VERSION 1.1 – JUNE 2017

_____________________________________________________________________________________________

Page 1 of 9

TABLE OF CONTENTS

A.14 ENERGY MANAGEMENT PLAN (EMP) .................................................................. 2

A.14.1 GENERAL .................................................................................................................................... 2

A.14.2 ENERGY REDUCTION TARGET ....................................................................................................... 3

A.14.3 ENERGY MANAGEMENT PLAN (EMP) - ENERGY EFFICIENCY RECOMMENDED MEASURES ................ 3

A.14.4 ENERGY MANAGEMENT PLAN (EMP) FOR CAPITAL PROJECTS ....................................................... 5

A.14.5 SERVICES DURING CONSTRUCTION ............................................................................................... 8

A.14.6 SITE SERVICES DURING TESTING AND COMMISSIONING .................................................................. 9

VIEWING C

OPY

Page 274: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.14 – ENERGY MANAGEMENT PLAN

ECS VERSION 1.1 – JUNE 2017

_____________________________________________________________________________________________

Page 2 of 9

A.14 ENERGY MANAGEMENT PLAN (EMP)

A.14.1 General

A.14.1.1 The City of Toronto (Toronto Water) needs an Energy Management Plan (EMP) for each project. The consultant shall prepare an EMP as per the requirements mentioned in the Appendix A.14 (EMP), and submit it to the City as a deliverable during Pre-Design and Detailed Design stages of the project.

EMP Updates Baseline Develop Monitoring and Verification (M&V) Plan

M&V Updates, Training, Manuals

Pre-Screening Checklist, Draft EMP

Preliminary Design

Construction

PCS Construction

PCS Software Program

PCS Field Testing

Testing & Commissioning

Substantial Performance

Update M&V as required

Energy Reduction Measures Captured

Detailed Design

Tendering Process

EMP input Project Phase

VIEWING C

OPY

Page 275: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.14 – ENERGY MANAGEMENT PLAN

ECS VERSION 1.1 – JUNE 2017

_____________________________________________________________________________________________

Page 3 of 9

A.14.2 Energy Reduction Target

A.14.2.1 City of Toronto Council Energy Reduction Targets

1. The Council approved the following energy management targets:

a) A 20 percent 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 percent by 2005

c) The City to purchase 25 percent of its corporate energy needs from “green power”

d) Ensure that the City accounting system allows energy use to be tracked

A.14.2.2 Toronto Water Energy Optimization Plan (2015)

1. The Toronto Water Division has established the following energy optimization targets:

a) A 20 percent per capita reduction in greenhouse gas emissions by 2035 from 2014 levels.

b) Revenue Generation based on energy savings and incentive received demonstration of innovation in energy use.

A.14.3 Energy Management Plan (EMP) - Energy Efficiency Recommended Measures

A.14.3.1 Council and Division targets govern the energy management strategies for capital projects. These strategies shall aim at understanding the energy impacts and minimizing the energy requirements by using the best available energy management technology in the project design where feasible and cost-effective. Provide an Energy Management Plan (EMP) that evaluates and details energy impacts and efficiency measures that shall include, but are not limited to the following:

1. Building Envelope and HVAC General Considerations:

a) Design of building envelopes and systems that minimize heating, ventilation, and air conditioning requirements

b) Heating and ventilation units monitored and controlled through Building Automation System (BAS): occupancy and load scheduling, lockouts, sensors, resets, diagnostics, alarm conditions

c) Programmable temperature controllers to allow set back during non-occupied periods

d) Use of gas fired heaters and dehumidifiers

e) Outdoor air supply units optimally sized to meet ventilation requirements, and integrated with BAS to reduce ventilation load during non-occupied periods

f) Use of doors with high thermal values and gaskets to reduce air flow

g) Window positions to maximize use of natural light and allow passive solar heating where desired

h) Reflective window films, high performance windows, window shades/overhangs to minimize unwanted solar heat gain/loss

i) Insulated wall assemblies

j) Ceiling fans

k) Recirculation systems to recover heat from areas with warm exhaust air

l) Installation of heat-generating equipment outdoors

m) Consideration of rooftop solar panels, cool roofs, and green roofs

n) Proper installation and sealing of duct work

o) Sizing of HVAC units to better match load requirements;

p) Energy recovery ventilators (ERV)

VIEWING C

OPY

Page 276: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.14 – ENERGY MANAGEMENT PLAN

ECS VERSION 1.1 – JUNE 2017

_____________________________________________________________________________________________

Page 4 of 9

2. Lighting/Electrical General Considerations:

a) Use of energy efficient lighting systems and lighting control devices: occupancy/vacancy sensors, daylight sensors, timers, photocells for occupancy/non-occupancy conditions, dimming capabilities

b) Maximize use of natural daylight

c) Task lighting for locally focused light

d) Energy efficient lighting technologies qualifying for energy incentive programs

e) Peak shaving, load shedding

f) Power factor correction - shall be greater than 0.95 lagging

g) Digital power consumption monitoring and logging of switchgear and MCCs

h) LED lighting that is Energy Star compliant or listed in the Design Light Consortium’s (DLC) most recent Qualified Product Listing (QPL)

3. Process General Considerations:

a) Design of treatment processes and process equipment that optimize energy consumption

b) Pump selection to optimize power consumption (best efficiency point located close to point in system curve at which pump operates most often), including trimming of impellers for existing pumps

c) Pump operation optimization (duty tables)

d) High efficiency motors where applicable – any motors with greater than 60% duty cycle should be considered for ultra high efficiency

e) Any motors with intermittent loads should be considered for variable frequency drives (VFDs)

f) Soft starters

g) Energy efficient blowers such as turbo blowers with air or magnetic bearings

h) Optimization of process control (backwash, chemical dosing) to minimize energy use while meeting regulatory and performance needs

i) Insulate process piping to minimize condensation and humidity

4. Control system &/or operational changes

5. Evaluation of waste heat recovery options, renewable energy technologies or any other recommendations which do not fit with items (a) – (d) above.

A.14.3.2 It is the City’s objective to maximize energy savings upon completion of the project through innovative solutions, including but not limited to the opportunities unique to the facility under consideration.

A.14.3.3 The Consultant shall undertake the development of an EMP if energy usage for any of the following systems are impacted by the scope of work:

1. Process and/or mechanical systems

2. Operational procedures and related control systems

3. HVAC equipment and building automation systems

4. Lighting and electrical systems

5. Building envelope systems

VIEWING C

OPY

Page 277: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.14 – ENERGY MANAGEMENT PLAN

ECS VERSION 1.1 – JUNE 2017

_____________________________________________________________________________________________

Page 5 of 9

A.14.4 Energy Management Plan (EMP) for Capital Projects

A.14.4.1 PRE-DESIGN Engineering Services

1. If an EMP is required, the Consultant shall undertake an in-depth review of the technical options and perform a cost-benefit analysis of the relevant energy efficiency measures recommended (refer to Item A.14.3 for suggestions). Otherwise, the Consultant shall document in a brief memo why the EMP is not required.

2. The Consultant shall prepare the EMP during Pre-Design stage of the project, and summarize the recommended energy management measures appropriate for the project in the EMP and attach as an appendix to the predesign report. Include calculations and assumptions as appropriate, such as system schedule and equipment ratings. Include a table similar to the following table in the summary for new projects:

Energy

Management

Recommendation

Energy Impact

Capital

Cost ($) Annual

Cost ($)

Annual

Consumption

(kWhand/ or

natural gas

cubic meters )

Demand

(kW)

Greenhouse

Gas

Emission

(GHG) ( Kg

or Tonnes)

3. The scope of EMP has be project specific and should include the following sections:

a) Scope of work, overall project goals and specific relevance to energy optimization.

b) System Design Considerations – assumptions and considerations with respect to energy optimization for process and non-process equipment.

1. How to operate for now and later and the transitions in between

2. Operational impacts

3. Building services impacts

c) Design Standards – include discussion on relevant standards/regulations/codes, such as those described in proposed RFP/RFQ Appendix Section – A.14.

1. Motors and Drive Systems – includes assumptions and energy management measures, such as use of energy efficient motors, VFDs.

2. Power Monitoring – includes description of power monitoring systems to track and report performance.

3. Innovative technology or energy conservations measures that reduce total cost of ownership

d) Incentives and Rebates – discussion on relevant funding from sources external to Toronto Water such as those described in proposed RFP/RFQ Appendix Section A.14

e) Estimated Change in Energy Consumption – includes breakdown of energy use before and after by process unit, non-process system, or equipment, as appropriate. Link to the proposed RFP/RFQ Appendix Section – A.14 including normalized energy consumption per ML.

f) Evaluation of Expected Peak Loads – as applicable, to confirm whether electrical system upgrades are required.

g) Electrical Power Management – includes consideration of peak shaving, load shedding, etc.

h) Design of Buildings and Building Services – includes energy management measures such as those described in proposed RFP/RFQ Appendix Section A.14.

VIEWING C

OPY

Page 278: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.14 – ENERGY MANAGEMENT PLAN

ECS VERSION 1.1 – JUNE 2017

_____________________________________________________________________________________________

Page 6 of 9

4. For retrofits to existing systems, include a summary of the estimated electricity and/or natural gas use for the new system in comparison with the existing system. Identify energy consumption and demand for the existing system, the new system, and the net change upon completion of the project. Include calculations and assumptions as appropriate, such as system schedule and equipment ratings. Include the following table in the summary as appropriate for specific equipment, process, or energy management measures:

Existing System New System

GHG

(kg/tonne)

Estimated

Annual

Energy

Savings

($)

Estimated

Capital

Cost ($)

GHG

reduction

Equipment,

Process, or

Energy

Measure

Description

Demand

(kW)

Annual

Consumption

(kWh) and

Normalized

Consumption

(kWh/ML)

GHG

(kg/tonne)

Demand

(kW)

Annual

Consumption

(kWh) and

Normalized

Consumption

(kWh/ML)

e.g. Building

services,

treated

water

pumping,

filter

backwash

5. The EMP will be used by Toronto Water to demonstrate successful energy management

practices, to demonstrate the cost-effectiveness of projects, and to receive any third party Conservation and Demand Management (CDM) incentives &/or rebates applicable for this project, including but not limited to the programs offered by the following agencies:

a) Toronto Hydro (example, SaveONenergy Program - relevant for HVAC, lighting, process and systems, compressed air systems, audits)

b) IESO (example, Demand Response)

c) Enbridge (example, Commercial Retrofit Program (2015-2020))

d) Federal and Provincial governments

e) City of Toronto

6. The design shall meet or exceed the requirements of any applicable municipal, provincial or federal standards/legislation/guidelines including the following:

a) Green Energy Act (GEA), 2009

b) Renewable Energy Approvals (O. Reg. 350/09)

c) Ontario Electrical Safety Code

d) Ontario Building Code – Energy Efficiency Clauses

e) Cap-and-Trade (tentatively in place in 2017)

f) Toronto Green Standard – minimum Tier 1 Compliance against Ontario Building Code (OBC)

g) Toronto Green Roof Bylaw (Municipal Code Chapter 492, 2013)

h) NFPA 820 (Wastewater Facilities)

i) Environmental Compliance Approval (ECA)

j) Electrical Safety Authority (ESA)

7. The implementation of the recommendations related to A.14.3 items 1. (a) through (d) in the design phase is deemed to be included in the base scope of work.

8. Inclusion of any recommendations associated with A.14.3 item 1. (e) will be adopted subject to City acceptance and a negotiated change in scope.

VIEWING C

OPY

Page 279: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.14 – ENERGY MANAGEMENT PLAN

ECS VERSION 1.1 – JUNE 2017

_____________________________________________________________________________________________

Page 7 of 9

A.14.4.2 Detailed-Design Engineering Services

1. 50% Design Review Package: Submit the following with 50% detailed-design review package

Updated Energy Management Plan (EMP): 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. Submit for review by the City including Toronto Water’s Operations Efficiency Unit.

2. 70% Design Review Package: Submit the following with 70% detailed-design package

Updated Energy Management Plan (EMP): 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. Submit for review by the City including Toronto Water’s Operations Efficiency Unit.

3. 100% Final Design Package

The Consultant shall undertake the following work during the detailed design phase to support the City in its preparation of submission of applications for incentives from Toronto Hydro or Enbridge Gas or other agencies prior to tendering:

a) Measurement & Verification (M&V): The Consultant will recommend a plan for Measurement & Verification of the existing system, and for the new system after the project is implemented. The Project M&V shall be consistent with the International Performance Measurement and Verification protocol (IPMVP). The objective of measurement and verification activities is to confirm that the Energy Management Measures are installed and resulting in Energy Savings and Demand Savings. The Consultant will provide a means for monitoring of both the existing and new systems.

1. The Consultant is to determine in consultation with the City one of the following generic M&V options based on design and appropriate information available:

a) Engineering calculations (using both stipulated values and measurements)

b) Metering and monitoring (spot, short-term, or continuous measurement)

c) Utility bill analysis

d) Computer simulation models

A.14.4.3 Conservation and Demand Management (CDM) Incentives: Assist the City in the preparation of submission of pre-project documentation for Conservation and Demand Management (CDM) Incentives/Rebates.

A.14.4.4 Updated Energy Management Plan (EMP): The consultant is to update and finalize the EMP in Technical Memorandum (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. Provide the following prior to tendering:

1. Identification of eligible equipment and lighting through consideration with the City (i.e. Toronto Water’s Operations Efficiency Unit).

2. A description of the base case – i.e. identify number, type, and wattage of existing devices to be removed, including description of existing control system (if any).

VIEWING C

OPY

Page 280: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.14 – ENERGY MANAGEMENT PLAN

ECS VERSION 1.1 – JUNE 2017

_____________________________________________________________________________________________

Page 8 of 9

3. A description of the proposed case – i.e. number, type, and wattage of new devices to be installed, including description of existing control system (if any).

4. Energy Demand (kW) and Annual Consumption (kWh and or m3 natural gas used) for the base case i.e. existing eligible equipment, and for the post-retrofit case, i.e. new equipment.

5. Estimated total project cost (total upset limit) with breakdown of costs by measure (i.e. lighting, building envelope and HVAC, process mechanical, control systems).

6. Estimates of costs for each measure by Labour and Material Components (i.e. unit costs such as $/fixture, and $/hour of labour).

7. Product or performance data sheets for proposed equipment.

8. Proposed Measurement and Verification (M&V) Plan for the project.

9. Partial completion of the application for CDM Incentives/Rebates. City to provide sample applications to the Consultant by request.

A.14.4.5 Ensure the tender includes the following requirements for contractor scope of work for the purpose of qualification for Conservation and Demand Management (CDM) Incentives/Rebates:

1. Product or performance data sheets showing the actual model number of the installed equipment, rated capacities, efficiencies, and/or performance curves where applicable.

2. An itemized invoice showing:

a) Actual costs of the equipment purchased and installed

b) Actual costs of labour for the installation of the equipment by suppliers

c) Actual costs to dispose of or decommission the replaced equipment if any

d) Actual costs of inspection of the project as may be required pursuant to laws and regulations if any

3. All appropriate disposal certificates or similar documentation showing that the old equipment that was removed or replaced was disposed of or decommissioned in accordance with appropriate disposal or decommissioning processes, applicable laws, and in accordance with commercially reasonable environmental practices.

4. To implement the M&V plan as provided in the scope of work and facilitate the implementation of the pre and post equipment installation measurement and verification of energy and demand savings.

A.14.4.6 Deliverables

1. Energy Management Plan (EMP) deliverables include the following:

a) EMP in the Pre-Design Report (PDR)

b) Updated EMP at 50% Detailed-Design stage of the project

c) Updated EMP at 70% Detailed-Design Stage of the project

d) Completed Conservation and Demand Management (CDM) Incentive(s) form

A.14.5 Services during Construction

A.14.5.1 Quality Assurance and Quality Control Programs during Construction.

1. Perform Measurement & Verification (M&V) of the existing system per the requirements of Section A.14

A.14.5.2 Training and Manuals provided by Contractor/Supplier for Plant Operation Staff on Operation and Maintenance of Equipment

VIEWING C

OPY

Page 281: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

_____________________________________________________________________________________________

APPENDIX A.14 – ENERGY MANAGEMENT PLAN

ECS VERSION 1.1 – JUNE 2017

_____________________________________________________________________________________________

Page 9 of 9

1. Ensure that Plant Operation Staff are fully advised of any Energy Management Measures associated with the Energy Management Plan which are related to operations and/or control measures.

A.14.5.3 Consultant’s Operation Manuals & Operations Training

1. The manuals are to include the alarm setting, safety settings, routine equipment checks, process troubleshooting guides, Standard Operating Procedures (SOPs), descriptions of performance measures, and descriptions of information associated with the Energy Management Plan which are related to the operation and functionality of the new system.

2. 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 Operating 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 Energy Management Measures related to operations and control

3. Training to be provided to plant staff on a shift schedule. Allow for 5 training sessions on separate days to accommodate the shift schedules.

4. Manuals to be in hardcopy and electronic format (native files and pdf) per RFP requirement.

A.14.6 Site Services During testing and commissioning

A.14.6.1 Commissioning Phase

1. Perform Measurement & Verification (M&V) of the new system per the requirements of Section A.14.

2. The commissioning phase may only be terminated upon successful completion of all the verification/checkout and commissioning of equipment, system and sub-systems, 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.14

VIEWING C

OPY

Page 282: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

APPENDIX B

RFP PROCESS TERMS AND CONDITIONS

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 addenda; (b) to acquire a clear and comprehensive knowledge of the required services before submitting 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://www1.toronto.ca/wps/portal/contentonly?vgnextoid=6281a73f0243b510VgnVCM10000071d60f89RCRD

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

VIEWING C

OPY

Page 283: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

$100,000.00 on each subsequent conviction. In addition, the City's Supplier Code of Conduct 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. 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 the City, for any reason, determines that it is necessary to revise any part of this RFP or to provide additional information relating to this RFP, such information will be communicated to all Proponents by addenda. Each addendum shall form an integral part of this RFP. Such addenda may contain important information, including significant changes to this RFP. Proponents are responsible for obtaining all addenda issued by the City. All Proponents must acknowledge receipt of all Addenda in the space provided on the Proposal Submission Form. The City reserves the right to revise this RFP up to the Closing Deadline. If any addendum is issued after the Deadline for Issuing Addenda, the City may at its discretion extend the Closing Deadline for a reasonable amount of time. 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.

VIEWING C

OPY

Page 284: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

7. Proponents Shall Bear Their Own Costs Every Proponent shall bear all costs associated with or incurred by the Proponent in the preparation and presentation of its Proposal including, if applicable, costs incurred for interviews, demonstrations, 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.

8. Limitation of Liability The City shall not be liable for any costs, expenses, loss or damage incurred, sustained or suffered by any Proponent prior, or subsequent to, or by reason of the acceptance or the non-acceptance by the City of any Proposal, or by reason of any delay in acceptance of a Proposal, except as provided in this RFP. 9. Post-Submission Adjustments and Withdrawal of Proposals No unilateral adjustments by Proponents to submitted Proposals will be permitted. At any time throughout the RFP process, a Proponent may withdraw a submitted Proposal prior to the Closing Deadline. To effect a withdrawal, a notice of withdrawal must be sent to the City Contact and must be signed by an authorized representative of the Proponent. The City is under no obligation to return withdrawn Proposals. A Proponent who has withdrawn a Proposal may submit a new Proposal, but only in accordance with the terms of this RFP. 10. Binding Proposal

After the Closing Deadline each submitted Proposal shall be irrevocable and binding on Proponents for a period of 120 days.

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. Proponents and their Affiliated Persons that are currently on a City of Toronto suspended vendor list are not eligible for an award. 12. Verify, Clarify and Supplement When evaluating proposals, the City may request further information from the Proponent or third parties in order to verify, clarify or supplement the information provided in the Proponent's Proposal. The City may revisit and re-evaluate the Proponent’s Proposal or ranking on the basis of any such information. 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.

VIEWING C

OPY

Page 285: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

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. No Incorporation by Reference The entire content of the Proponent's Proposal should be submitted in a fixed form and the content of websites or other external documents referred to in the Proponent's Proposal will not be considered to form part of its Proposal. 14. 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: (a) 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 (b) 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 (c) it is so unbalanced as to be tantamount to allowing an advance payment. 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: (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 (a) 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:

i) shall become the property of the City and may be appended to the Agreement and/or Purchase Order with the successful Proponent;

ii) shall become subject to the Municipal Freedom of Information and Protection of Privacy Act ("MFIPPA"), and may be released, pursuant to that Act. (b) Because of MFIPPA, Proponents should identify in their Proposal material any scientific,

technical, commercial, proprietary or similar confidential information, the disclosure of which could cause them injury.

(c) Each Proponent’s name at a minimum shall be made public. (d) 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.

VIEWING C

OPY

Page 286: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

(e) The City will not return the Proposal or any accompanying documentation submitted by a Proponent.

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) Consider that the Proponent has abandoned any Agreement and 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. The Proponent shall be ineligible to submit a new Proposal or bid for any Call that the City is required to reissue as a result of the Proponent's failure or default or where the City deems that the Proponent has abandoned the Agreement.

19. 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. 20. Selection of Top-Ranked Proponent(s) The top-ranked Proponent(s), as established under the evaluation that are selected by the City to enter onto an agreement pending award will be so notified by the City in writing.

21. Notification to Other Proponents Once the recommended Proponent(s) is notified of their selection, the other Proponents will be notified by the City in writing of the outcome of the RFP process.

22. Debriefing Proponents may request a debriefing after receipt of a notification of the outcome of the selection process. All requests must be in writing to the City Contact and must be made within sixty (60) days of notification of the outcome of the selection process. The intent of the debriefing information session is to aid the

VIEWING C

OPY

Page 287: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Proponent in presenting a better proposal in subsequent procurement opportunities. Any debriefing provided is not for the purpose of providing an opportunity to challenge the RFP process. 23. No Contract until Execution of Written Agreement No legal relationship or obligation regarding the procurement of any good or service shall be created between the Proponent and the City by the RFP process until the selection of the Proponent to provide the Deliverables pursuant to an Agreement. 24. Cancellation The City may cancel or amend the RFP process without liability at any time. 25. Bid Protest Procedure (a) Pre-award bid disputes. Proponents should seek a resolution of any pre-award dispute by communicating directly with the City Contact as soon as possible from the time when the basis for the dispute became known to them. The City Contact may delay the outcome of the selection process, or any interim stage of this RFP process, pending the acknowledgement and resolution of any pre-award dispute. For more information, see the Pre-Award and Post-Award Bid Dispute Procedure. (b) Post-award bid disputes. Any dispute to the outcome of this RFP process must be received in writing by the City Contact no later than ten (10) days after the date of the notification of the outcome of the selection process, or where a debriefing has been requested, no later than five (5) days after such debriefing is received. Any dispute that is not timely received or in writing will not receive further consideration. Any written dispute with a procurement value over $100,000 that cannot be resolved by the City Contact through consultations with the Proponent, shall be referred to the Treasurer or their designate(s) for an impartial review, based on the following information: i. A specific description of each act or omission alleged to have materially breached the procurement process; ii. A specific identification of the provision in the solicitation or procurement procedure that is alleged to have been breached; iii. A precise statement of the relevant facts; iv. An identification of the issues to be resolved; v. The Proponent's arguments, including any relevant supporting documentation; and vi. The Proponent's requested remedial action. The Treasurer or their designate(s), in consultation with the City Solicitor, may: i. Dismiss the dispute; ii. Accept the dispute and direct the City Contact to take appropriate remedial action, including, but not limited to, rescinding the award and any executed contract, and canceling the solicitation. For more information, see the Pre-Award and Post-Award Bid Dispute Procedure.

VIEWING C

OPY

Page 288: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

26. Supplier Code of Conduct (a) Honesty and Good Faith

Proponents must respond to the City's RFP in an honest, fair and comprehensive manner that accurately reflects their capacity to satisfy the requirements stipulated in the RFP. Proponents shall submit a Proposal only if they know they can satisfactorily perform all obligations of the contract in good faith. Proponets shall alert the Buyer to any factual errors, omissions and ambiguities that they discover in the RFP as early as possible in the process to avoid the RFP being cancelled.

(b) Confidentiality and Disclosure Proponents must maintain confidentiality of any confidential City information disclosed to the Proponent as part of the RFP.

(c) Conflicts of Interest and Unfair Advantage Proponents must declare and fully disclose any actual or potential conflict of interest or unfair advantage related to the preparation of their bid or where the Proponent foresees an actual or potential conflict of interest in the performance of the contract.

(d) Collusion or Unethical Bidding Practices No Proponent may discuss or communicate, directly or indirectly, with any other Proponent or their Affiliated Persons about the preparation of their Bid including, but not limited to, any connection, comparison of figures or arrangements with, or knowledge of any other supplier making a submission for the same work. Proponents shall disclose to the Buyer any affiliations or other relationships with other Proponents that might be seen to compromise the principle of fair competition, including any proposed subcontracting relationships.

(e) Illegality A Proponent shall disclose to the Buyer any previous convictions of itself or its Affiliated Persons for collusion, bid-rigging, price-fixing, bribery, fraud or other similar behaviours or practices prohibited under the Criminal Code, the Competition Act or other applicable law, for which they have not received a pardon.

(f) Interference Prohibited No Proponent may threaten, intimidate, harass, or otherwise interfere with any City employee or public office holder in relation to their procurement duties. No Proponent may likewise threaten, intimidate, harass, or otherwise interfere with an attempt by any other prospective Proponent to bid for a City contract or to perform any contract awarded by the City.

(g) Gifts of Favours Prohibited No Proponent shall offer gifts, favours or inducements of any kind to City employees or public office holders, or otherwise attempt to influence or interfere with their duties in relation to the RFP or management of a contract.

(h) Misrepresentations Prohibited Proponents are prohibited from misrepresenting their relevant experience and qualifications in relation to the RFP and acknowledge that the City's process of evaluation may include information provided by the Proponent's references as well as records of past performance on previous contracts with the City or other public bodies.

(i) Prohibited Communications No Proponent, or Affiliated Person, may discuss or communicate either verbally, or in writing, with any employee, public office holder, or the media in relation to any solicitation between the time of the issuance

VIEWING C

OPY

Page 289: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

of the RFP to the award and execution of final form of contract, unless such communication is with the Buyer and is in compliance with Chapter 140, Lobbying of the Municipal Code.

(j) Failure to Honour Bid Proponents shall honour their Bid, except where they are permitted to withdraw their bid in accordance with the process described in the RFP. Proponents shall not refuse to enter into a contract or refuse to fully perform the contract once their bid has been accepted by the City.

(k) Proponent Performance Proponents shall fully perform their contracts with the City and follow any reasonable direction from the City to cure any default. Proponents shall maintain a satisfactory performance rating on their Contracts with the City and other public bodies to be qualified to be awarded similar contracts.

(l) Disqualification for Non-Compliance with Supplier Code of Conduct Proponents shall be required to certify compliance with the Supplier Code of Conduct in the RFP Submission Form 1 (Appendix C), with their Bid and verify compliance, upon request from the Buyer, prior to award. Any contravention of the Supplier Code of Conduct by a Proponent, including any failure to disclose potential conflicts of interest or unfair advantages, may be grounds for the Chief Purchasing Official to disqualify a Proponent from the RFP and suspend the Proponent from future procurements.

27. Governing Law and Interpretation The terms and conditions in this Appendix A - Terms and Conditions of RFP Process: (a) are included for greater certainty and intended to be interpreted broadly and separately (with no particular provision intended to limit the scope of any other provision); (b) are non-exhaustive (and shall not be construed as intending to limit the pre-existing rights of the parties to engage in pre-contractual discussions in accordance with the common law governing direct commercial negotiations); and (c) are to be governed by and construed in accordance with the laws of the province of Ontario and the federal laws of Canada applicable therein.

VIEWING C

OPY

Page 290: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

APPENDIX C

STANDARD SUBMISSION FORMS

FORM 1: Proposal Submission Form – Mandatory

FORM 2: Notice of No Submission – If Applicable

VIEWING C

OPY

Page 291: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

FORM 1

PROPOSAL SUBMISSION FORM

REQUEST FOR PROPOSAL (RFP) NO. 9117-17-7233 FOR: PROFESSIONAL SERVICES FOR DESIGN AND CONSTRUCTION ADMINISTRATION FOR RESIDUALS MANAGEMENT AND ULTRAVIOLET TREATMENT FACILITIES AT THE ISLAND WATER TREATMENT PLANT CLOSING: FEBRUARY 2, 2018, 12:00 NOON (LOCAL TORONTO TIME)

PROPONENT INFORMATION

Please complete following form, and name one (1) authorized person to be the contact for the procurement process and for any clarifications or amendments that might be necessary.

Full Legal Name of Proponent:

Any Other Trade Name under Which the Proponent Carries on Business:

Street Address:

City, Province/State:

Postal Code:

Phone Number:

Fax Number:

Company Website (If Any):

Contact Person and Title:

Contact Phone:

Contact Facsimile:

Contact E-mail:

1. REQUEST FOR PROPOSAL TERMS, CONDITIONS AND SPECIFICATIONS

By signing this form the Proponent agrees that if selected to provide the goods and/or services described in this Request for Proposal document, they will provide those goods and/or services in accordance with the terms, conditions, and specifications contained in the Request for Proposal document and in accordance with the Proponent's proposal submission.

VIEWING C

OPY

Page 292: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

2. POLICIES The Proponent has read, understood and agrees to comply with the policies, practices and statements found on the City’s website at the following link: http://insideto.toronto.ca/purchasing/index.htm Without limiting the Proponent's acknowledgement of the City's general procurement policies, by signing this form, the Proponent acknowledges and certifies that the Proponent, and any of its proposed subcontractors, will provide the goods and/or services in compliance with the following specific policies:

3. 1 POLICY TO EXCLUDE BIDS FROM EXTERNAL PARTIES INVOLVED IN THE PREPARATION OR DEVELOPMENT OF A SPECIFIC 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: POLICY TO EXCLUDE BIDS FROM EXTERNAL PARTIES INVOLVED IN THE PREPARATION OR DEVELOPMENT OF A SPECIFIC CALL/REQUEST

3.2 RESTRICTIONS ON THE HIRING AND USE OF FORMER CITY OF TORONTO EMPLOYEES FOR CITY CONTRACTS Proponents 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 in addition to any other potential conflicts of interest and unfair advantages identified in the RFP. For a copy of the City of Toronto Policy, visit the website: RESTRICTIONS ON THE HIRING AND USE OF FORMER CITY OF TORONTO MANAGEMENT EMPLOYEES FOR CITY CONTRACTS 3.3 RIGHT TO REJECT DEBTORS AND SET OFF POLICY For a copy of the City of Toronto Policy, visit the website: RIGHT TO REJECT DEBTORS AND SET OFF POLICY

VIEWING C

OPY

Page 293: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

3.4 ENVIRONMENTALLY RESPONSIBLE PROCUREMENT STATEMENT For a copy of the City of Toronto Environmentally Responsible Procurement Policy, visit the website: ENVIRONMENTALLY RESPONSIBLE PROCUREMENT STATEMENT State if environmentally preferred products/service is being offered: YES______ NO______ State briefly the environmental benefit of the product/service offered: __________________________________________________________________________ __________________________________________________________________________

3.5 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.

VIEWING C

OPY

Page 294: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

3.6 DECLARATION OF COMPLIANCE WITH THE CITY OF TORONTO FAIR WAGE AND LABOUR TRADES POLICY By signing this form, the proponent acknowledges and certifies that the proponent, and any of its proposed subcontractors, will provide the services in compliance with the City's Fair Wage and Labour Trades Policy. The policy and schedules are available on the Fair Wage Office website – www.toronto.ca/fairwage

3.7 ACCESSIBILITY STANDARDS FOR CUSTOMER SERVICE TRAINING REQUIREMENTS POLICY For a copy of the City of Toronto Policy, visit the website: ACCESSIBILITY STANDARDS FOR CUSTOMER SERVICE TRAINING REQUIREMENTS POLICY

3. OTHER CONFLICT OF INTERESTS OR PROHIBITED CONDUCT The City may prohibit a proponent from participating in a procurement process, or from being awarded a contract based on past performance or based on inappropriate conduct in a prior procurement process or resulting contract, and such inappropriate conduct shall include but not be limited to the following:

(a) the submission of quotations containing misrepresentations or any other inaccurate, misleading or incomplete information;

(b) the refusal of the proponent to honour its pricing or other commitments made in a proposal or bid; (c) the proponent has communicated or entered into an agreement or arrangement with other

proponents or suppliers in relation to this procurement process without the knowledge of the City's Chief Purchasing Official;

(d) the proponent or its affiliated persons have previous convictions for collusion, price fixing, bribery, fraud or similar behaviour or practices prohibited by applicable law;

(e) the proponent has threatened, intimidated or harassed other prospective suppliers or City staff in relation to an existing or proposed City contract;

(f) the proponent has offered gifts or favours (including employment) to City staff, Councillors or other officials which might influence or interfere with their official duties with the City;

(g) the proponent or any persons retained by the proponent has attempted to communicate or lobby any City staff or Councillors to obtain a contract, except for such communications as are explicitly permitted with the Chief Purchasing Official under the City's Lobbyist Registry By-law; or

(h) any other conduct, situation or circumstance, as solely determined by the City, that constitutes a Conflict of Interest.

For the purposes of this section, the term “Conflict of Interest” means

(a) in relation to the procurement process, the proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage, including but not limited to (i) having, or having access to, confidential information of the City in the preparation of its proposal that is not available to other proponents, (ii) communicating with any person with a view to influencing preferred treatment in the procurement process (including but not limited to the lobbying of decision makers involved in the procurement process), or (iii) engaging in conduct that compromises, or could be seen to compromise, the integrity of the procurement process; or

VIEWING C

OPY

Page 295: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

(b) in relation to the performance of its contractual obligations contemplated in the contract that is the subject of this procurement, the proponent’s other commitments, relationships or financial interests (i) could, or could be seen to, exercise an improper influence over the objective, unbiased and impartial exercise of its independent judgment, or (ii) could, or could be seen to, compromise, impair or be incompatible with the effective performance of its contractual obligations.

If the box below is left blank, the proponent will be deemed to declare that (a) there was no Conflict of Interest or other prohibited conduct in connection with preparing its proposal; and (b) there is no foreseeable Conflict of Interest in performing the contractual obligations contemplated in the procurement process. The proponent declares that there is an actual or potential Conflict of Interest relating to the preparation of its proposal, and/or the proponent foresees an actual or potential Conflict of Interest in performing the contractual obligations contemplated in the procurement. If the proponent declares an actual or potential Conflict of Interest or any prohibited conduct, the proponent must set out the details below:

The following individuals, as employees, advisers, or in any other capacity (a) participated in the preparation of our proposal; AND (b) were employees of the City and have ceased that employment within twenty four (24) months prior to the Submission Deadline:

Name of Individual: Job Classification: Department: Last Date of Employment with the City: Name of Last Supervisor: Brief Description of Individual’s Job Functions: Brief Description of Nature of Individual’s Participation in the Preparation of the Proposal:

(Repeat above for each identified individual. Proponents may include this information on a separate sheet if more space is required) The proponent agrees that, upon request, the proponent shall provide the City with additional information from each individual identified above in a form prescribed by the City. VIEWIN

G COPY

Page 296: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

4. DISCLOSURE OF INFORMATION The proponent hereby agrees that any information provided in this proposal, even if it is identified as being supplied in confidence, may be disclosed where required by law or if required by order of a court or tribunal. The proponent hereby consents to the disclosure, on a confidential basis, of this proposal by the City to the City’s advisers retained for the purpose of evaluating or participating in the evaluation of this proposal. The proponent shall provide the City with ongoing disclosure, should the proponent be awarded a contract and any of the information provided above change.

5. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA BY NUMBER AND ISSUE DATE I/WE ACKNOWLEDGE THE RECEIPT OF: ADDENDUM No(s). TO DATED TO

SIGNATURE OF AUTHORIZED SIGNING OFFICER _______________________________________________________________________________________ PRINTED NAME OF SIGNING OFFICER

I have authority to bind the proponent and attest to the accuracy of the information provided in this proposal.

THIS FORM MUST BE SIGNED AND SUBMITTED WITH YOUR PROPOSAL OR YOUR PROPOSAL WILL BE DECLARED NON-COMPLIANT.

VIEWING C

OPY

Page 297: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

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 by email: [email protected]

FORM 2

NOTICE OF “NO SUBMISSION”

RFP # : 9117-17-7233 PV

CLOSING DATE: FEBRUARY 2, 2018

VIEWING C

OPY

Page 298: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2017.06.20 1

THIS AGREEMENT made in quadruplicate this ______ day of _____________, 20__ BETWEEN:

CITY OF TORONTO (the “City”)

Of The First Part - and -

[ENTER Consultant’s Full Legal Name]

(the “Consultant”) Of The Second Part

[NOTE to writer: Do not change any of the clauses or legal language. Only fill in blanks/highlighted areas, and choose / delete only clauses with instructions in red. ] WHEREAS the City issued the RFP in connection with obtaining professional consulting services for [enter the project name / title] (herein referred to as the "Project"), and the Consultant submitted a Proposal in response to the RFP; and

INSERT 1 of the following clauses:

[All Services Combined in Single Contract clause]

WHEREAS the Consultant has agreed to perform Services in connection with the Project, in accordance with the terms and conditions set forth in this Agreement; and

OR

[Preliminary and Detailed Design Services Contract clause]

WHEREAS the Consultant has agreed to perform, pursuant to this Agreement, Services in connection with preliminary design and detailed design for the Project in accordance with the terms and conditions set forth in this Agreement; and further, pursuant to two separate agreements (which may include a purchase order in the case of post-construction services), services during construction (including site supervision services, testing and commissioning) and post-construction services, with respect to the Project as set forth in those respective agreements; and

OR

[Construction Services Contract clause]

WHEREAS the Consultant has agreed to perform, pursuant to this Agreement, Services during construction including site supervision services, testing and commissioning for the Project in accordance with the terms and conditions set forth in this Agreement; and further, pursuant to two separate agreements (which may include a purchase order in the case of post-construction services), preliminary design and detailed design services and post-construction services, with respect to the Project as set forth in those respective agreements; and

INSERT 1 of the following clauses: [Approval Clause - by GM] WHEREAS the Consultant was selected in accordance with the provisions of Municipal Code Chapters 71 and 195 to provide the Services in connection with the Project in accordance with all the terms and conditions of the RFP and the Proposal at a total cost not in excess of $[ENTER AMOUNT] inclusive of contingency and applicable taxes, being within the delegated authority and financial authority of the Division Head;

OR [Approval Clause - by Bid Committee]

WHEREAS at its meeting held on [ENTER DATE], the Bid Award Panel adopted the recommendations in the Staff Report from the Director of Purchasing and Materials Management dated [ENTER DATE], and authorized the retention of the Consultant to provide the Services in connection with the Project;

OR

[Approval Clause - by Council]

WHEREAS at its meeting held on [ENTER DATE], City Council adopted Item No. __ of Report No. ___ of the [ENTER appropriate committee name] Committee, thereby authorizing the retention of the Consultant to provide the Services in connection with the Project;

VIEWING C

OPY

Page 299: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2017.06.20 2

NOW THEREFORE, in consideration of the mutual covenants contained in this Agreement, the parties agree as follows:

1. INTERPRETATION

(1) The Interpretation provisions of and definitions contained in the RFP are incorporated into and form part of this Agreement.

(2) Definitions

In addition to the foregoing, the following terms shall have the meanings as specified in this section unless the context otherwise specifies or requires:

(a) “Additional Services” are those services which are not contemplated or provided for in the scope of Services set out in the RFP and which are expressly authorized by the Division Head in writing and in advance in accordance with this Agreement.

(b) “Addendum” and “Addenda” means a written addendum or written addenda issued by the City which modify the RFP and include(s) the following:

[INSERT “None.” where no Addenda and DELETE box below]

Addendum No. 1 dated [ENTER DATE] Addendum No. 2 dated [ENTER DATE] Addendum No. 3 dated [ENTER DATE]

(c) “Business Day” means any day other than a Saturday, Sunday or a statutory or civic holiday in the Province of Ontario.

(d) “Claims” or “Claim” means any damages, losses, costs, demands, claims, actions, causes of action, suits, proceedings, executions, liens or otherwise for, without limitation, compensation, liabilities, damages or loss of any kind and any nature whatsoever and howsoever caused including property damage or loss, bodily injury or death, loss of reputation, loss of opportunity, economic loss, royalties, judgments, fines, penalties, interest, charges, expenses and costs (including legal costs on a substantial indemnity basis).

(e) “City” means the City of Toronto and where an authority or discretion is conferred upon the City under this Agreement, means the appropriate official or representative of the City as designated or appointed under its governing by-laws, resolutions or policies from time to time or under this Agreement.

(f) “Clarification Letter(s)” means a written document issued by the Consultant clarifying its Proposal.

The Consultant's Proposal has been clarified by the following letter(s) of the Consultant:

Letter(s) of the Consultant dated [ENTER DATE] (the “Clarification Letter(s)”).

Each reference in this Agreement to the Consultant’s Proposal (or individually to the Consultant’s Technical Proposal or Cost of Services Proposal) shall be taken as a reference to the respective Proposal as modified by the foregoing Clarification Letter(s).

[INSERT “There has been no clarification made of the Consultant’s Proposal.” where no Clarification Letters

and DELETE box above]

(g) “Confidential Information” means, with respect to the City, all documents, information and material which are identified by the City to the Consultant as confidential or containing confidential information; or which ought by their nature to be considered as confidential or as containing confidential information of the City, which the Consultant and/or its subcontractors receive or are exposed to by reason of this Agreement or performing the Services including: (i) any personal information; (ii) any software code and associated documentation owned or licensed by the City;

VIEWING C

OPY

Page 300: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2017.06.20 3

and (iii) any administrative, commercial, financial, proprietary, technical, commercial labour relations, statistical or regulatory information of the City, or of any third party which may be contained in records of the City and was supplied in confidence to the City and identified as such to the Consultant. Notwithstanding the foregoing, Confidential Information shall not include any document, information or material that is or becomes publicly available through no act or failure of the Consultant from a source other than the Consultant prior to receipt from the City; or becomes independently available to the Consultant as a matter of right.

(h) "Conflict of Interest” means, in relation to the performance of its obligations under this Agreement, the Consultant’s other commitments, relationships or financial interests (i) could or could be seen to exercise an improper influence over the objective, unbiased and impartial exercise of its independent judgement; or (ii) could or could be seen to compromise, impair or be incompatible with the effective performance of its obligations under this Agreement.

(i) “Construction Lien Act” means the Construction Lien Act, R.S.O. c. C.30 and regulations thereunder, as amended from time to time.

(j) “Division Head” means the [General Manager, Toronto Water][Executive Director of Engineering and Construction Services] [ENTER appropriate Division Head for Project] and includes such person’s designate.

(k) “including” means “including but not limited to”.

(l) “Indemnitees” means the City, its elected officials, officers, directors, employees, agents, representatives, successors and assigns.

(m) “Optional Item” means an item which has not been set out in the scope of work of the RFP but has been proposed by the Consultant in its Proposal as an enhancement or additional service which may benefit the Project.

(n) “Personnel” means the Consultant’s personnel and includes: (i) the Consultant’s officers, directors, partners, employees, agents and subcontractors; (ii) any person employed or engaged by or under the control of the Consultant or its

subcontractors to perform or supply any part of the Services including goods related thereto; and

(iii) any other person for whom the Consultant is responsible at law.

(o) “Project” means [ENTER brief Project description].

(p) “Proposal” means the Consultant’s Technical Proposal dated [ENTER DATE] and Cost of Services Proposal dated [ENTER DATE], including all appendices, exhibits and attachments thereto, submitted in response to the RFP (individually the “Technical Proposal” and the “Cost of Services Proposal”, respectively). Each reference to the Proposal in this Agreement shall be taken as a reference to the Proposal as modified by the Clarification Letter(s), if any.

(q) “Provisional Item” means a Service identified in Schedule A which shall only be undertaken by the Consultant at the request and upon the prior written authorization of the Division Head.

(r) “RFP” means the Request for Proposal No. [ENTER RFP # ], issued by the City on [ENTER DATE], in connection with obtaining professional consulting services for the Project. Each reference to the RFP in this Agreement shall be taken as a reference to the RFP as modified by the Addenda, if any.

(s) “Services” means those services, and goods related thereto, and obligations detailed in this Agreement, including Schedule A, to be provided and undertaken by the Consultant for the City and shall include Provisional Items and Additional Services, unless the context requires otherwise, authorized by the Division Head in accordance with this Agreement.

(t) “Working Day” shall have the same meaning as set out or described in the RFP and, where there is no meaning or description of Working Day set out in the RFP, it shall have the same meaning as Business Day.

(3) Interpretation

VIEWING C

OPY

Page 301: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2017.06.20 4

(a) For the purposes of this Agreement, any reference to a “subcontractor” of the Consultant shall include a sub-consultant of the Consultant.

(b) Any reference to the Division Head or other 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.

(c) Without restricting or limiting the rights and privileges of the City to any broader interpretation, any breach or default of or in respect of a term, covenant, warranty, condition or provision of the Agreement, or a liability caused, by any of the Consultant’s Personnel shall constitute a breach or default or liability caused by the Consultant.

(d) A reference to any Act, bylaw, rule, policy or regulation or to a provision thereof shall be deemed to include a reference to any Act, bylaw, rule, policy or regulation or provision enacted in substitution thereof or amendment thereof.

(e) This Agreement shall not be construed as or deemed to be an agreement for the benefit of any third parties, and no third party shall have any right of action arising in any way under this Agreement for any cause whatsoever.

(f) Any services, goods or incidentals not explicitly specified in this Agreement but which are necessary to conform to professional or safety standards or codes governing such Services, or which may be fairly implied as “included”, shall be done or supplied by the Consultant as if such services, goods or incidentals had been explicitly specified.

(g) Any words and abbreviations, which have well-known professional, technical or trade meanings, are used in this Agreement in accordance with such recognized meanings, unless expressly provided otherwise.

(h) All amounts are expressed in Canadian dollars and are to be payable in Canadian dollars and all references to time shall be deemed to be references to current time in the City.

(4) Priority of Documents

In the event of any conflict or disagreement between the various documents or any omissions contained in the documents making up this Agreement, the documents shall govern in the following order of precedence:

(a) A written amendment to this Agreement in accordance with the terms hereof, the amendment bearing the later date having priority (if any); (b) This Agreement including Schedules “A” and “B”; (c) Addenda, the addendum bearing the later date having priority (if any); (d) RFP; (e) Statutory Declaration by the Consultant (Schedule “SD-Final”); (f) Clarification Letter(s) of the Consultant (if any), the Clarification Letter bearing the later date having priority; and (g) Consultant’s Proposal (including the Technical Proposal and Cost of Services Proposal).

The foregoing documents are incorporated into and form part of this Agreement, even if said documents are not physically attached hereto. The Consultant acknowledges receipt of all such documents.

2. PERFORMANCE

(1) The Consultant agrees and covenants, and represents and warrants, to the City and acknowledges that the City is relying on such representations, warranties and covenants in entering into this Agreement, as follows:

(a) to supply and perform the Services, more particularly set forth in Schedule "A" attached hereto, and undertake, perform and complete its undertakings and obligations provided for in this

VIEWING C

OPY

Page 302: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2017.06.20 5

Agreement to the satisfaction of the Division Head in accordance with all the terms and conditions of this Agreement;

(b) to supply and provide, at its sole cost, save as otherwise expressly provided in this Agreement, all necessary equipment, goods, materials, analysis, transportation, accommodation, labour, personnel, technical assistance and incidentals required in performing or supplying the Services, and all overhead expenses in connection therewith;

(c) to supply, perform and provide the Services in a careful, professional, skilful, diligent, timely and workmanlike manner according to the industry standards of practice, care, skill and diligence to be expected of professionals and contractors in the performance of services similar to those called for under this Agreement including the use of materials and methods as are properly suited to the function and performance intended;

(d) to make available and employ for the purposes of this Agreement only such persons as are professionally qualified, careful, skilled and experienced in the duties required of them to perform the Services properly and in a competent and professional manner and ensure that every such person is properly and thoroughly trained and instructed;

(e) to ensure that its Personnel, when using any buildings, premises, equipment, hardware or software owned, leased or licensed by the City shall comply with all security policies, regulations or directives relating to those buildings, premises, equipment, hardware or software of which the Consultant has received oral or written notice;

(f) to use, in the performance of the Services, those Personnel specifically named in its Proposal and to not add to or substitute any such Personnel or engage any other subcontractor without the prior written approval of the Division Head. The City reserves the right to require the Consultant to immediately replace any of its Personnel supplying or performing the Services, upon written notice by the Division Head, where such person in the reasonable opinion of the Division Head has performed unsatisfactorily or breached an obligation of the Consultant under this Agreement or has otherwise acted improperly. The City shall not pay any fee or compensation whatsoever in respect of the time required by the replacement for any such Personnel to gain familiarity with the Project.

(g) to be solely responsible for the payment of all its Personnel employed or engaged for the purpose of assisting in or undertaking any of its obligations under this Agreement;

(h) to adhere to the Project time schedule and any amendments thereto approved in writing by the Division Head; and

(i) to comply with and conform to all statutes, laws, by-laws, regulations, requirements, ordinances, notices, rulings, orders, directives and policies (including the City policies referenced in the RFP) of the municipal, provincial and federal governments and any other lawful authority and all court orders, judgments and declarations of a court of competent jurisdiction (collectively referred to as the “Laws”), applicable to the Services to be provided by, and the undertakings and obligations of, the Consultant under this Agreement.

(2) The Consultant represents and warrants that its Personnel and, where applicable, the respective workforce of each are fully qualified to perform the Services and the obligations under this Agreement and hold all requisite licences, rights and other authorizations required by any Laws with respect thereto and all powers, capacities and authorities under its governing legislation. Where required by any Laws, the Personnel shall be duly licensed in performing the Services to the satisfaction of the Division Head.

(3) The Consultant shall ensure that all its Personnel comply with the terms of this Agreement and, in particular without limiting the foregoing, the responsibilities of the Consultant with respect to matters concerning safety, compliance with all Laws and the conduct of the Services.

(4) The Consultant shall co-ordinate the services of all its Personnel in a manner acceptable to the Division Head. The Consultant shall ensure that its Personnel at all times work in a professional, co-operative and collegial manner with City staff and the City’s other consultants. It shall be the Consultant's

VIEWING C

OPY

Page 303: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2017.06.20 6

responsibility to control and check the Services of all of its Personnel and to ascertain that all Services are performed in accordance with this Agreement.

(5) The Consultant, in providing the Services, shall and is deemed to be an independent contractor and not the agent or employee of the City.

(6) No subcontracting of any part of the Services or this Agreement by the Consultant shall relieve the Consultant of any responsibility for the full performance of all of its obligations under this Agreement. Notwithstanding the approval of any of its Personnel by the City, the Consultant shall be fully responsible for every such Personnel’s activities, works, Services and acts or omissions. Without limiting the generality of any other provision of this Agreement, the Consultant shall be solely responsible and liable to the City for all its costs, losses or damages arising from errors or omissions or non-compliance with this Agreement of or by the Consultant’s Personnel or any of them. The Consultant’s responsibility and liability as set out in this Agreement shall survive the termination or expiry of this Agreement.

3. PAYMENT

(1) The City will pay the Consultant for the Services performed by the Consultant pursuant to this Agreement, in the amounts and manner, and at the times, set forth in Schedule "B" Fees and Expenses hereto attached.

(2) The Consultant shall, even if the rate of payment set forth in Schedule "B" hereto attached is based on an hourly, daily or other time-based rate, perform all of the Services notwithstanding that the value of the time spent by the Consultant in performance thereof exceeds the maximum amount specified in the Schedule, on the basis that neither such rate nor any provision of this Agreement shall relieve the Consultant from performing all the Services or all its undertakings and obligations under this Agreement.

(3) The Consultant agrees to keep and maintain accurate and complete records and accounts related to any costs payable by the City under this Agreement. All such records, including timesheets, correspondence, receipts and memoranda pertaining to the Services shall be available for inspection by any authorized employee or agent of the City at all reasonable times for the purpose of auditing the Consultant's costs and the Consultant shall provide every reasonable assistance for that purpose. Such records shall be kept for a period of 12 months after completion of all of the Consultant’s services in respect to the Project or termination of this Agreement, whichever occurs last.

(4) At the request of the Division Head, the Consultant shall submit to the City, when claiming reimbursement of expenses, except where the RFP does not require disbursements to be itemized and claimed on an individual basis, detailed expense sheets, copies of receipts, and/or per diem documentation, invoices, vehicle travel records and all such documents and materials in respect of such expenses.

(5) Upon completion of all Services pursuant to this Agreement, the Consultant shall submit to the Division Head a statutory declaration attached as Schedule SD-FINAL (Final Payment) to this Agreement, completed by a senior professional engineer (or, where professional engineering services are not performed, a senior professional regulated by a professional body in respect to the Services performed), who is a fully authorized representative of the Consultant, detailing the Services, or part thereof, for which payment is being claimed, itemizing all disbursements claimed at the time of such submission and certifying that such Services have been performed and disbursements claimed in accordance with the provisions of this Agreement. The details of the performance of the Services, or part thereof, to be contained in the statutory declaration shall be satisfactory to the Division Head.

(6) At the time of submission of the final statement or within a reasonable time thereafter, the Consultant shall submit to the Division Head the certificate of an auditor duly licensed under the Public Accounting Act, 2004, S.O. 2004 c.8 to the effect that in his/her opinion the charges set forth in such final statement (exclusive of any Services to be paid on a fixed fee basis) are properly chargeable under this Agreement. Audit reports must be in the format prescribed by The Canadian Institute of Chartered Accountants (CICA). Reports which are not in accordance with current CICA guidelines will not be accepted. The City reserves the right to conduct an audit of the records of the Consultant at the option of the Division Head.

VIEWING C

OPY

Page 304: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2017.06.20 7

In the event that the Services are scheduled to extend or, while not scheduled to do so, do extend beyond a period of two years, audit reports satisfactory to the Division Head shall be required at the end of the second year of Services and on the last day in each subsequent year in which Services are performed; provided, however, that in the final year of Services, the audit report shall be provided within 60 days of the last day of performance of the Services.

4. CONSTRUCTION LIEN ACT

(1) For the purposes of this section, “supply of services”, “improvement” and “holdback” shall have the same meaning, respectively, as defined by the Construction Lien Act R.S.O. 1990, c. C.30.

(2) Where any part of the Services constitutes a supply of services upon or in respect to an improvement, the City shall retain a holdback as required by the Construction Lien Act from each sum otherwise payable to the Consultant under this Agreement with respect to those Services. The holdback shall be retained, held and released by the City in accordance with the Construction Lien Act.

5. RIGHT OF OWNERSHIP/CONFIDENTIAL INFORMATION

(1) Any item, including tangible and intangible property, created, prepared or purchased by the Consultant or any person on its behalf in connection with the Services or this Agreement and charged to the City’s account, including all original written materials, programs, card decks, tapes, disks, listings, books, reports, drawings, maps plans, and all other documents, items, materials and information,

(a) is and shall be deemed and shall remain the sole and absolute property of the City, including all copyright therein and rights of use and reproduction, without the payment of any additional compensation by the City to the Consultant; and

(b) shall be delivered to the Division Head upon completion of the Services or other termination of this Agreement, whichever occurs first, or as otherwise directed by the Division Head.

(2) All proprietary rights in, connected with or arising out of, the ideas, concepts, know-how, techniques, computer data or programming developed by the Consultant or the Consultant’s Personnel, or by the Consultant or the Consultant’s Personnel and the City and its personnel jointly, during the course of this Agreement relating to the Services provided under this Agreement shall be the sole and absolute property of the City and shall be treated as trade secrets to which the City alone is entitled, with the concomitant duty of confidentiality and non-disclosure. The Consultant shall obtain all necessary assignments of copyright and waivers of moral rights in all Services and related goods to be delivered to the City in accordance with this Agreement and shall provide satisfactory proof thereof to the Division Head upon request.

(3) The Consultant acknowledges that any item, document or other matter which is the property of the City, or in which the City has proprietary rights, pursuant to subsections (1), (2) and (3) of this section and the information contained therein are the property of the City having been developed in confidence for the City for its own and sole use.

(4) Any documents, data or other information obtained from the City or prepared by the Consultant for the City shall be disclosed only to those of the Consultant's employees, agents or subcontractors who have a "need to know" for purposes of assisting the Consultant in the performance of the Services.

(5) The Consultant shall not use, disclose, disseminate or reproduce or in any way making known to third parties or to the public any Confidential Information of the City communicated to or acquired by the Consultant in the course of carrying out the Services, except:

(a) as may be strictly required for the purposes of carrying out the Services, or

(b) as expressly permitted in advance by the City in writing, or

(c) as may be required by law to be disclosed pursuant to a court or tribunal order or other legal compulsion and, if so compelled, the Consultant shall only furnish the portion of the City Confidential Information that it is legally required to furnish. Where the Consultant is required by law to disclose

VIEWING C

OPY

Page 305: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2017.06.20 8

any such documents, data or information, the Consultant shall promptly notify the Division Head upon such legal requirement being imposed to permit the City an opportunity to seek an order or other remedy to prohibit or restrict such disclosure.

(6) The Consultant shall deliver to the Division Head, upon completion of the Services, any computer data or program used by the Consultant in performing the Services and paid for by the City, subject to any third party proprietary rights with respect to any computer data or program used by the Consultant but which was developed by a third party with resources unrelated to this Agreement which may be purchased or licensed directly by the City, at the City’s option.

(7) The Consultant shall return forthwith and without demand all Confidential Information of the City as may be in documentary form or recorded electronically or otherwise upon the termination of its Services.

(8) Any reports or other documentation delivered to the City by the Consultant shall become the property of the City and may be subject to disclosure under the terms of the Municipal Freedom of Information and Protection of Privacy Act, R.S.O. 1990, c.M.56 (the “MFIPPA”). While the City is not responsible for the interpretation of any of the provisions of MFIPPA, if the Consultant believes that any part of the reports or other documentation delivered to the City reveals any trade secret, intellectual property right or any scientific, technical, commercial, financial or other similar information belonging to the Consultant and the Consultant wishes the City to attempt to preserve the confidentiality of the trade secret, intellectual property right or information, the trade secret, intellectual property right or information must be clearly and specifically designated as confidential.

6. INSURANCE [Note: Specimen Certificate & Policy Coverages to be set out in RFP]

(1) The Consultant agrees to purchase and maintain in force, at its own expense, the policies of insurance and coverages set out in the RFP for the duration of this Agreement, except in the case of professional liability (errors and omissions) insurance which shall be maintained for a period ending no sooner than two (2) years after the termination of this Agreement or the completion of the Project, whichever occurs last. Such insurance shall be in accordance with the requirements of the RFP and be provided by an insurer licensed to carry on the business of an insurer in Ontario and acceptable to the City. The Consultant shall provide the City with certificates of insurance as proof of such coverage, in a form acceptable to the City in accordance with the RFP, originally signed by the insurer or its authorized agent and delivered to the City prior to the execution of this Agreement and the commencement of the Consultant’s Services.

(2) Prior to the execution of this Agreement and the commencement of the Consultant’s Services, the Consultant shall also provide the City with proof of professional liability insurance maintained by any subcontractor engaged by the Consultant in relation to the Services, where such subcontractor is under a professional obligation to maintain the same, in a form and with an insurer acceptable to the City.

(3) The City reserves the right to require the Consultant to purchase additional insurance coverage or alter existing insurance coverage as the City’s Manager of Insurance & Risk Management may reasonably require. The City agrees to pay the reasonable incremental cost to the Consultant of such additional insurance or any increase in existing coverages, where applicable. Provided, however, the City’s obligation to pay any incremental cost shall not include any costs attributable to risk factors unrelated to the increase of coverage requested by the City, including the Consultant’s claims history, or any costs that exceed generally available market prices for such coverages available to consultants providing like services. The Consultant shall obtain the prices for such coverage changes and provide same to the City.

(4) Any premiums due on any insurance policy under this section but not paid by the Consultant may be paid directly to the insurer(s) or broker(s) by the City, which shall be entitled to deduct the amount of same along with its reasonable costs in so doing from any monies otherwise due to the Consultant by the City either under this Agreement or otherwise.

(5) To ensure there is no gap in coverage, the Consultant shall provide original signed Certificates evidencing renewals or replacements to the City prior to the expiration date of the original policies, without notice or request by the City.

VIEWING C

OPY

Page 306: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2017.06.20 9

(6) The Consultant agrees that insurance policies may be subject to reasonable deductible amounts, which deductible amounts shall be borne by the Consultant. The certificates of insurance must include details of the insurance coverage, exclusions, deductibles and any conditions of coverage.

(7) The Consultant shall bear all costs, expenses, losses and damages of its own and those of the City which may arise as a result of the Consultant failing to or delaying in promptly complying with this section.

7. WORKPLACE SAFETY AND INSURANCE ACT

The Consultant shall be in good standing with the Workplace Safety and Insurance Board (“WSIB”) throughout the term of this agreement. If requested by the Division Head or his/her designate, the Consultant shall produce certificates issued by the WSIB to the effect that they have paid in full their assessment based on a true statement of the amount of payrolls. If the Consultant is considered by WSIB to be an independent operator without coverage, the Consultant shall provide a letter to that effect from the WSIB.

8. INDEMNITIES

(1) The Consultant shall indemnify and save harmless the Indemnitees from and against any and all Claims resulting from:

(a) any breach, violation or non-performance by or on behalf of the Consultant of any covenant, obligation or agreement of the Consultant contained in this Agreement, including any express or implied warranty;

(b) any negligent acts, errors or omissions or wilful misconduct by or on behalf of the Consultant relating to the Services to be provided under this Agreement;

(c) any acts performed by or on behalf of the Consultant beyond the authority of the Consultant hereby conferred, whether negligent or otherwise;

(d) any inaccuracy in or breach of any of the representations or warranties of the Consultant contained in this Agreement;

(e) any preserved or perfected lien under the Construction Lien Act filed or made on account of the Services performed under this Agreement, provided that such liens are not the direct result of the default in payment by the City to the Consultant of amounts properly due under this Agreement. The Consultant shall cause any such lien or claim which may be filed or made to be released, vacated or otherwise discharged within 5 days of obtaining notice of the lien or claim or from receipt by the Consultant of written notice from the City. If the Consultant fails to release, vacate or discharge any such lien or claim, then the City may, but is not obligated to, obtain a discharge or release of the lien or claim or otherwise deal with the lien or claim, and the Consultant shall pay all reasonable costs and expenses, including reasonable legal fees, incurred by the City in so doing;

(f) any infringement or alleged infringement of any patent, trade secret, service mark, trade name, copyright, official mark, moral right, trademark, industrial design or other proprietary rights conferred by contract, common law, statute or otherwise in respect to the Services or any matter provided to the City or performed by the Consultant, or anyone else for whom at law it is responsible.

(2) The Consultant shall pay all reasonable costs, expenses and legal fees that may be incurred or paid by the Indemnitees in connection with any Claim with respect to a matter for which the Consultant is obligated to indemnify the Indemnitees pursuant to this section, provided that the indemnity obligations of the Consultant under this section shall not extend to loss or damage attributable to the negligence or wilful misconduct of any Indemnitee to the extent that such Indemnitee’s negligence or wilful misconduct caused the loss or damage.

(3) In the event any Claim is asserted in respect to which an Indemnitee is entitled to indemnification under this section, and without prejudice to any other right or remedy the City may have, the City shall be entitled to deduct or withhold a reasonable sum on account of such Claim, including reasonable legal costs, from monies owed or payable by the City to the Consultant under this Agreement pending the final determination or settlement of any such Claim. In the event (i) the Consultant is, becomes, or is deemed

VIEWING C

OPY

Page 307: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2017.06.20 10

to be bankrupt or an insolvent person pursuant to the Bankruptcy and Insolvency Act (Canada); (ii) the Consultant makes a general assignment for the benefit of creditors; or (iii) a receiver or interim-receiver is appointed with respect to some or all of the Consultant’s business, assets, or property, then the City shall be entitled, without prejudice to any other right or remedy the City may have, to further deduct or withhold a reasonable sum on account of such Claim, including reasonable legal costs, from any monies owed or payable by the City to the Consultant under the Project or any other agreement or account. The provisions of this subsection shall not apply in the event that such Claim is otherwise fully provided for under any insurance provided by the Consultant to or for the benefit of the City.

(4) This section shall survive the expiration or earlier termination of this Agreement.

9. DEFAULT & TERMINATION

(1) The following shall constitute, without limitation, Acts or Events of Default (“Default”) by the Consultant:

(a) where the Consultant fails or neglects to commence the Services within ten (10) Working Days of a formal direction by the Division Head to commence;

(b) where the Consultant fails or neglects to proceed, once commenced, with the provision of Services diligently and at a rate of progress that, in the reasonable opinion of the Division Head, will ensure entire completion of the Services within the time provided for in the Agreement or where the City reasonably determines that the Consultant has abandoned its duties with respect to this Agreement;

(c) where the Consultant fails or neglects to complete the Services within the time limit(s) under this Agreement;

(d) where the Consultant has made any material misrepresentation in respect to this Agreement or any part thereof;

(e) where the Consultant fails to comply with and maintain in good standing any insurance policies and coverages, securities, professional certificates, permits, licences or approvals required by this Agreement or commits any acts or omissions that, in the opinion of the Division Head, jeopardizes or may jeopardize these policies, securities, certificates, permits, licences or approvals;

(f) where the Consultant fails or refuses to correct, rectify or remedy any unsatisfactory or defective Services, when so ordered by the City in writing, or fails to prosecute the Services with the required skill and diligence;

(g) where the Consultant fails to comply with any Law applicable to the Services;

(h) where the Consultant subcontracts the whole or any part of this Agreement or the Services or makes an assignment of this Agreement or the Services thereunder or any part thereof, without the prior written consent of the City;

(i) where a lien arises with respect to the Services undertaken by the Consultant under the Agreement and remains unpaid by the Consultant after demand to pay therefore, unless vacated or discharged and released by payment into a court of competent jurisdiction or otherwise, within Five (5) Working Days of such demand, save and except a valid and proper lien of the Consultant registered against the property affected by the Agreement;

(j) where any of the goods, chattels or effects of the Consultant shall at any time during the Term be seized or taken in execution of attachment; or if a writ of execution shall be issued against the goods, chattels or effects of the Consultant; or if the Consultant shall make any assignment for the benefit of creditors; or if the Consultant shall be adjudged bankrupt or insolvent, commit any act of bankruptcy or insolvency or make any proposal under or take advantage of any of the provisions of any act or statutes whatsoever that may be in force regarding bankrupt or insolvent debtors or debtors who are not able to or do not pay their debts promptly and in full; or if a receiving order or winding up order shall be made against or in respect of the Consultant; or if any actions or proceedings shall be taken to wind up, dissolve or liquidate the Consultant or its assets by, against or in respect of the Consultant; or where a resolution is passed or any other act undertaken for the winding up of the Consultant; or a receiver, manager or trustee is appointed in respect of the business or assets of the Consultant, or any part of thereof, by a court of competent jurisdiction, or under an agreement;

VIEWING C

OPY

Page 308: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2017.06.20 11

(k) where the Consultant ceases or threatens to cease to carry on its business, or where the Consultant makes or agrees to make a bulk sale of its assets; or defaults in payment of any indebtedness or liability to a chartered bank or other lending institution, whether secured or not; and

(l) where the Consultant fails to comply with or observe or perform, or breaches or violates, any material provision, term, covenant, warranty, condition and/or obligation of the Agreement.

(2) In the event that the Consultant has committed a Default or a Default has occurred, the Division Head may provide written notice (“Default Notice”) to the Consultant to the effect that if the Consultant does not completely remedy the Default to the satisfaction of the Division Head within Five (5) Working Days of delivery of the Default Notice or otherwise expressly granted in writing by the Division Head in his or her absolute discretion, then the Division Head may, in his/her sole discretion, on the behalf of the City: (a) suspend the performance of the Agreement by the Consultant and either perform the Services on

a temporary basis itself or engage another consultant to perform the Services on a temporary basis; (b) terminate the Agreement and/or the Services of the Consultant immediately by giving notice to that

effect to the Consultant; (c) cease all payments to the Consultant, save for the payment of those Services, if any, that have

been furnished by the Consultant to the satisfaction of the Division Head up to the time of such termination and that have not yet been paid by the City (the Consultant shall have no claim of any kind otherwise against the City), subject to any rights or remedies the City may have against the Consultant;

(d) enforce any performance security provided by the Consultant or deduct or set-off from funds retained under such performance security or otherwise held, but such enforcement shall not preclude the City from recovering any further amounts or damages incurred by the City as a result of the Default by the Consultant;

(e) engage another consultant to complete the Project or may itself complete the Project, without further liability to the Consultant,

(f) where the City performs or engages another consultant to perform the Services, either on a temporary basis or otherwise, the City may employ such means as the Division Head may deem necessary or advisable to complete the Services to his/her satisfaction with such changes therein as in the Division Head's opinion are necessary or advisable by reason of the Consultant's Default,

or any combination of the foregoing.

(3) Notwithstanding subsection (2) of this section and without prejudice to or foregoing any other right, privilege or remedy of the City, in the event that any emergency services are necessitated as a result of the Default of the Consultant, such services may be undertaken immediately, without notice, by the City and all reasonable costs incurred by the City arising from such emergency or as a result of such emergency services shall be borne by the Consultant and payable forthwith upon written demand by the City, with particulars of the emergency and services necessitated thereby, and the City shall have no liability to the Consultant for any loss or damage or compensation whatsoever resulting from such action by the City.

(4) In addition to the rights and remedies in subsection (2) and (3) of this section, if the City terminates the Consultant’s Services in whole or part, as a result of a Default by the Consultant, the City may but is not obliged to: (a) take possession of and utilize any items, goods, material and equipment of the Consultant devoted

to that part of the Services terminated, within the Project site, which is intended to be utilized in the Services, subject to the secured rights of third parties;

(b) withhold further payments to the Consultant with respect to the Services or the portion of the Services withdrawn from the Consultant until the Services or portion thereof withdrawn are completed to the satisfaction of the Division Head;

(c) charge the Consultant the additional cost over the Consultant’s Proposal price for completing the Services or portion thereof withdrawn from the Consultant;

(d) charge the Consultant a reasonable allowance, as determined by the Division Head, to cover correction to the Services performed by the Consultant that may be required;

(e) charge the Consultant for any costs and damages the City may have sustained as a result of the Default; and

(f) charge the Consultant the amount by which the cost of corrections to the Services exceeds the allowance provided for such corrections,

VIEWING C

OPY

Page 309: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2017.06.20 12

or any combination of the foregoing.

(5) The Consultant's obligation under this Agreement as to quality, correction and warranty of the Services, performed prior to the time of termination of this Agreement or termination of the Consultant's right to continue with the Services in whole or in part, shall continue to be in force after such termination.

(6) In addition to the foregoing rights of the City, the Division Head may, at his or her sole option and upon providing not less than ten (10) Working Days’ prior written notice to the Consultant, elect to suspend the Services for up to ninety (90) calendar days or discontinue the Services and terminate this Agreement for any reason. In such an event, the Consultant shall have no claim, including for any loss or damages, against the City except for payment for such of the Services as have been satisfactorily performed by the Consultant to the satisfaction of the Division Head to the date of notice of the suspension or discontinuance of Services, subject to any rights or remedies the City may have against the Consultant. The Consultant shall immediately suspend or discontinue the Services, as the case may be, on the date and to the extent specified in the notice and place no further orders for materials or services for the terminated portion of the Services. In the event of a discontinuance of Services, termination shall become effective on such date as shall be stated in the City's notice.

(7) The rights and remedies provided in this section given to the City are distinct, separate and cumulative, may be exercised at any time and from time to time independently or in combination, are in addition to all other legal, equitable or statutory rights, privileges and remedies to which the City is otherwise entitled, as well as any other rights and remedies stipulated in this Agreement, and the exercising or taking of any one right or remedy shall not preclude the exercising or taking of any other rights or remedies.

10. NON-WAIVER

No condoning, excusing or overlooking by the City or any of its representatives of any Default by the Consultant at any time or times in respect of any provision contained in this Agreement shall operate as a waiver of the City's rights under this Agreement in respect of any continuing or subsequent Default or so as to defeat or affect in any way the rights of the City under this Agreement in respect of any such continuing or subsequent Default. No waiver shall be inferred from or implied by anything done or omitted by the City or any of its representatives and no waiver of any rights of the City shall be effective unless expressly provided in writing by an authorized representative of the City.

11. SET-OFF

In addition to any other remedies the City may have under this Agreement, the City shall have the right to set-off, withhold, retain or deduct from amounts due or owing by the City to the Consultant under the Project an amount sufficient to cover any monetary Claims or other amount due or owing from time to time, or portions thereof, by the Consultant to the City, including any amount owing to the City pursuant to the Consultant’s indemnification of the City under this Agreement.

12. OCCUPATIONAL HEALTH & SAFETY (1) The Consultant shall comply with all federal, provincial or municipal occupational health and safety

legislative requirements, including, and without limitation, the Occupational Health and Safety Act, R.S.O., 1990 c.0.1 and all regulations thereunder, as amended from time to time (collectively the "OHSA").

(2) Nothing in this section shall be construed as making the City the "employer" (as defined in the OHSA) of any workers employed or engaged by the Consultant for the Services, either instead of or jointly with the Consultant.

(3) The Consultant agrees that it will ensure that all subcontractors engaged by it are qualified to perform

the Services and that the employees of subcontractors are trained in the health and safety hazards expected to be encountered in the Services.

(4) The Consultant acknowledges and represents that:

VIEWING C

OPY

Page 310: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2017.06.20 13

(a) The workers employed to carry out the Services have been provided with training in the

hazards of the Services to be performed and possess the knowledge and skills to allow them to work safely;

(b) The Consultant has provided, and will provide during the course of this agreement, all

necessary personal protective equipment for the protection of workers;

(c) The Consultant’s supervisory employees are competent, as defined in the OHSA, and will carry out their duties in a diligent and responsible manner with due consideration for the health and safety of workers;

(d) The Consultant has in place an occupational health and safety policy in accordance with the

OHSA; and

(e) The Consultant has a process in place to ensure that health and safety issues are identified and addressed and a process in place for reporting work-related injuries and illnesses.

(5) The Consultant shall provide, at the request of the Division Head or his/her designate, the following

as proof of the representations made in subsections 4(a) and 4(d) of this section:

(a) documentation regarding the training programs provided or to be provided during the Services (i.e. types of training, frequency of training and re-training); and

(b) the occupational health and safety policy.

(6) The Consultant shall immediately advise the Division Head or his/her designate in the event of any of

the following:

(a) A critical injury that arises out of Services that is the subject of this agreement; (b) An order(s) is issued to the Consultant by the Ministry of Labour arising out of the Services

that is the subject of this agreement; (c) A charge is laid or a conviction is entered arising out of the Services that is the subject of this

agreement, including but not limited to a charge or conviction under the OHSA, the Criminal Code, R.S.C 1985, c. C-46, as amended and the Workplace Safety and Insurance Act, 1997, S.O. 1997, c. 16, Sched. A, as amended.

(7) The Consultant shall be responsible for any delay in the progress of the Services as a result of any

violation or alleged violation of any federal, provincial or municipal health and safety requirement by the Consultant, it being understood that no such delay shall be a force majeure or uncontrollable circumstance for the purposes of extending the time for performance of the Services or entitling the Consultant to additional compensation, and the Consultant shall take all necessary steps to avoid delay in the final completion of the Services without additional cost to the City.

(8) The parties acknowledge and agree that employees of the City, including senior officers, have no authority to direct, and will not direct, how employees, workers or other persons employed or engaged by the Consultant do work or perform a task that is the subject of this agreement.

VIEWING C

OPY

Page 311: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2017.06.20 14

(9) The Consultant:

(a) must, immediately upon the execution of this Agreement and prior to commencement of the Services, forward to the Division Head a copy of the Material Safety Data Sheets (the “MSDS”) for each hazardous material (as defined in the OHSA) to be used in the performance of the Services;

(b) shall not bring onto the work site any hazardous material, as defined in the OHSA, without first obtaining the prior written authorization of the Division Head and maintaining at the Project site a copy of the relevant MSDS readily accessible to all workers, Consultant’s Personnel and City personnel;

(c) shall not remove or interfere with any "designated substance" as defined by the OHSA, except in full compliance with the OHSA and after notifying the Division Head; and

(d) shall, following discovery that any designated substance has been removed or interfered with other than in compliance with subsection (c) of this section, forthwith report same to the Division Head and ensure that no further non-compliant removal or interference occurs.

13. SCHEDULES

The following Schedules attached to this Agreement shall constitute an integral part of this Agreement and all expressions defined in this Agreement shall have the same meanings in such Schedules, unless expressly provided otherwise in such Schedules:

Schedule "A": Professional Consulting Services Schedule "B": Fees and Expenses Schedule “SD-FINAL”: Statutory Declaration Schedule “C”: Consultant’s Cost of Services Proposal Schedule “D”: Clarification Letter(s) of the Consultant (if any)

The RFP, the Addenda (where applicable) and the Consultant’s Proposal are incorporated by reference into this Agreement as if they were set out in this Agreement in their entirety and form part of this Agreement, even if said documents are not physically attached hereto. The Consultant acknowledges receipt of such documents.

14. SUCCESSORS AND ASSIGNS

(1) This Agreement and all terms, covenants, conditions and provisions herein shall be binding upon and shall enure to the benefit of the City and the Consultant and their respective permitted assigns, successors and legal representatives.

(2) Except as expressly permitted in this Agreement, the Consultant shall not:

(a) assign, transfer or encumber in any manner or part this Agreement without the prior written consent of the City; or

(b) subcontract any Services under this Agreement or any part thereof to a third party or change any approved subcontractor without the prior written consent of the Division Head.

(3) No assignment or subcontracting shall, in any circumstances, relieve the Consultant of its responsibilities, obligations and liabilities under this Agreement.

VIEWING C

OPY

Page 312: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2017.06.20 15

15. AGREEMENT IN WRITING

No verbal arrangement or agreement relating to the Services will be of any force or effect unless it is in writing and signed by duly authorized representative(s) of the City. The City shall not be bound by any oral communication or representation whatsoever, including but not limited to any instruction, amendment or clarification of this Agreement or any of the documents comprising this Agreement, or any representation, information, advice, inference or suggestion, from any person (including but not limited to an elected official, employee, agent, independent consultant or any other person acting on the behalf of or at the direction of the City or other representative of the City) concerning this Agreement, any of the documents comprising this Agreement, or any other matter concerning this Agreement. Where in this Agreement a reference is made to the express written agreement, approval or consent of the City or the Division Head, it shall be understood that the City or Division Head shall not be deemed or construed to have agreed to any stipulation, specification, exclusion, limitation or other term or condition that deviates from a provision set out in this Agreement, unless that deviation is expressly confirmed in a written and express amendment to this Agreement.

No officer, employee, representative or agent of the City is authorized to orally alter any portion of this Agreement. The City shall not be bound by any written representation whatsoever concerning this Agreement unless executed by the person designated and authorized in accordance with this Agreement or in accordance with a direction or authorization of City Council. The Consultant releases and waives all claims whatsoever in negligence, in equity or otherwise with respect to any oral or unauthorized representations or communications.

16. ENTIRE AGREEMENT

The documents comprising this Agreement are complementary and what is required by any part thereof shall be considered as being required by the whole. This Agreement, as may be amended from time to time by the written agreement of the parties in accordance with the terms herein, contains the entire agreement between the parties hereto with respect to the subject matters hereof. It is agreed that there is no representation, warranty, collateral contract or condition affecting this Agreement except as expressed in it. No amendment, modification or supplement to this Agreement shall be valid or binding unless set out in writing and executed by the parties hereto.

17. GOVERNING LAW

This Agreement shall be governed by, subject to and construed in accordance with the laws of the Province of Ontario and the laws of Canada, as applicable to the matters herein. Any action or other legal proceeding arising under or with respect to this Agreement (including any motion or other interlocutory proceeding) shall be brought in a Court or a tribunal, whichever may be applicable, sitting in Toronto, Ontario. In the event that there is no applicable Court or tribunal sitting in Toronto, the proceeding shall be brought in the court (or other forum) of competent jurisdiction nearest to the City of Toronto within the Province of Ontario. The Consultant and the City each irrevocably submit to the exclusive jurisdiction of the courts of the Province of Ontario in accordance with the foregoing.

18. SURVIVAL

In addition to any obligations set forth in this Agreement that by their nature survive the completion of the Services or termination of this Agreement, those obligations set out in ss. 2(1)(g) and 2(6) [liability for and payment of Consultant’s Personnel], ss. 3(3) [retention of records], s. 5 [Rights of Ownership/Confidential Information], s. 6 [Insurance], ss. 7(2) [Workers’ Compensation Claims], s. 8 [Indemnities], s. 9 [Default/Termination], s. 11 [Set-Off], ss. 12(7) [OHSA indemnity], s. 14 [Successors and Assigns], s. 15 [Agreement in Writing] and s. 17 [Governing Law], s. 22 [Conflict of Interest] or otherwise expressly intended to survive shall continue to bind the Consultant notwithstanding the completion of all or part of the Services and payment therefore in accordance with this Agreement or the termination of this Agreement.

VIEWING C

OPY

Page 313: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2017.06.20 16

19. SEVERANCE WHERE PROVISION ILLEGAL, ETC.

If any provision of this Agreement or the application thereof to any person or circumstances is found to be invalid, unenforceable or void by any court or tribunal of competent jurisdiction, such provision shall be deemed severable and all other provisions of this Agreement shall be deemed to be separate and independent therefrom and continue in full force and effect unless and until similarly found invalid, void or unenforceable. The remaining provisions of this Agreement and its application to any person or circumstances shall not be affected thereby, but this severance provision shall apply only insofar as the effect of that severance is not to change the fundamental nature of the obligations assumed respectively by the City and Consultant.

20. FURTHER ASSURANCES

The Consultant agrees that it will do all such acts and execute all such further documents, conveyances, deeds, assignments, transfers and the like, and will cause the doing of all such acts and the execution of all such further documents (including waivers of moral rights) as are within its power to cause the doing or execution of, as the City may from time to time reasonably request, in writing, and as may be necessary or desirable to give full effect to this Agreement.

21. NOTICES

Any demand or notice to be given pursuant to this Agreement shall be duly and properly made and given if made in writing and delivered to the party for whom it is intended at the address as set out below, either personally, by facsimile or by means of prepaid registered mail addressed to such party as follows:

(1) in the case of the City:

City of Toronto [ENTER Division Head] [ENTER Division Head’s Address] Attention: [ENTER contact person]

(2) in the case of the Consultant: [ENTER Consultant’s name and address] Attention: [ENTER contact person]

or to such other addresses as one party may from time to time notify the other party in writing, and any demand or notice so made or given shall be deemed to have been duly and properly given and received on the day on which it was personally delivered or, if delivered by facsimile, shall be deemed to be delivered as of the next Business Day following the date of transmission (provided a confirmation of transmission receipt is issued) or, if mailed, then, in the absence of any interruption in postal service in the City of Toronto affecting the delivery or handling thereof, on the day following three (3) full Business Days following the date of mailing.

22. CONFLICT OF INTEREST:

(1) The Consultant shall: (a) avoid any Conflict of Interest in the performance of its contractual obligations; (b) disclose to the City without delay any actual or potential Conflict of Interest that arises during the performance of its contractual obligations; and (c) comply with any requirements prescribed by the City to resolve any Conflict of Interest. In addition to all other contractual rights or rights available at law or in equity, the City may immediately terminate the Contract upon giving notice to the Consultant where: (a) the Consultant fails to disclose an actual or potential Conflict of Interest; (b) the Consultant fails to comply with any requirements prescribed by the City to resolve a Conflict of Interest; or (c) the Consultant’s Conflict of Interest cannot be resolved.

VIEWING C

OPY

Page 314: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2017.06.20 17

(2) The Division Head shall have the right to decide in consultation with the City Solicitor whether such interest constitutes a Conflict of Interest such that the City shall have the right to terminate the services being provided by the Consultant pursuant to this Agreement.

(3) The absence of any disclosure of interest under this provision shall be treated as a representation and warranty by the Consultant that no such potential Conflict of Interest exists.

(4) The Consultant shall not hire any current or former officer or employee of the City to perform any services covered by this Agreement, unless approved by the City.

(5) This Article shall survive any termination or expiry of the Contract.

VIEWING C

OPY

Page 315: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2017.06.20 18

IN WITNESS WHEREOF the City and the Consultant have hereunto affixed their respective corporate seals attested to by the hands of their proper officers in that behalf duly authorized.

SIGNED, SEALED AND DELIVERED ) CITY OF TORONTO ) in the presence of: ) ) ) ) ) City Clerk [delete where not required] ) (c/s) ) ) _____________________________ ) [ENTER - Division Head’s Title] ) )

) [enter Consultant’s Full Legal Name] ) ) ) ______________________________ ) Name: ) Title: ) (c/s) ) ) ______________________________ ) Name: ) Title: ) ) I/We have authority to bind the Corporation.

Approved As To Form

………………………………………… Confirmed by Division Head:

----------------- ----- Alternate Wording #1 -----

Authorized by Division Head pursuant to Municipal Code Chapters 71 and 195.

------ Alternate Wording # 2 ------

Authorized by Minute No. [ENTER #] of the Bid Award Panel on

the ______ day of ______________.

------ Alternate Wording # 3 ------

Authorized by name of standing Committee, Item No. [ENTER #], as adopted by City of Toronto Council on

the ______ day of ________________________.

VIEWING C

OPY

Page 316: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2017.06.20 19

SCHEDULE “A” PROFESSIONAL CONSULTING SERVICES Subject to the provisions of this Agreement, the Consultant shall provide the Services more particularly described in this Schedule for the Project, ensuring that the project approach, staffing, organization, methodology and schedule are in accordance with the RFP and the Consultant's Proposal. Services:

[USE where Services all in one Agreement]

The Consultant shall provide and undertake the following Services for the Project:

[insert Brief Description of Services to be performed under this Agreement – See following examples:]

Preliminary Design and Detailed Design for the Project [DELETE if not applicable] Services during construction including office and site supervision services, testing and

commissioning [DELETE if not applicable] Post-Construction Services for the Project [DELETE if not applicable]

including those Services identified in:

Section 2 Appendices A.1-A.4, Appendix A.7 and Appendix A.8 , and Appendices A.11-A.14, of the RFP; and [INSERT applicable Appendices for the Services]

the Consultant’s Technical Proposal. For further clarity, Optional Items included in the Consultant’s Proposal shall not be included in the Services unless identified as a Provisional Item in this Schedule.

and, without limiting the foregoing, those related professional services and responsibilities otherwise detailed in the RFP and this Agreement in the nature of a general or specific responsibility of the Consultant related to the Project.

[USE for Preliminary and Detailed Design Services Agreement]

The Consultant shall provide and undertake the following Services for the Project:

Preliminary Design and Detailed Design for the Project

including those Services identified in:

Section 2, Appendices A.1-A.4, Appendix A.7 and Appendix A.8, and Appendices A.11-A.14 of the RFP; and [INSERT correct Section & Appendix references from RFP]

the Consultant’s Technical Proposal. For further clarity, Optional Items included in the Consultant’s Proposal shall not be included in the Services unless identified as a Provisional Item in this Schedule.

and, without limiting the foregoing, those related professional services and responsibilities otherwise detailed in the RFP and this Agreement in the nature of a general or specific responsibility of the Consultant related to the Project, save and except services during construction (including site supervision services, testing and commissioning) and post-construction service set out in sections 2.8, 2.9 and 2.10 and Appendix A.9 and Appendix A.10, of the RFP which are subject to two further separate agreements (which may include a purchase order for post-construction services). [INSERT correct Section & Appendix references from RFP]

VIEWING C

OPY

Page 317: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2017.06.20 20

[USE for Services during Construction Agreement]

The Consultant shall provide and undertake the following Services for the Project:

Services during construction including site supervision services, testing and commissioning

including those Services identified in:

Section 2, Appendices A.1-A.4, Appendix A.9 and and Appendices A.11-A.14, of the RFP; and [INSERT correct Section & Appendix references from RFP]

the Consultant’s Technical Proposal. For further clarity, Optional Items included in the Consultant’s Proposal shall not be included in the Services unless identified as a Provisional Item in this Schedule.

and, without limiting the foregoing, those related professional services and responsibilities otherwise detailed in the RFP and this Agreement in the nature of a general or specific responsibility of the Consultant related to the Project, save and except preliminary design and detailed design services and post-construction services set out in sections 2.6, 2.7 and 2.10 and Appendix A.7 and Appendix A.8 of the RFP which are subject to two separate agreements (which may include a purchase order for post-construction services). [INSERT correct Section & Appendix

references from RFP]

[Provisional Items clause - DELETE where inapplicable]

Provisional Items:

In addition to the foregoing, the Consultant shall provide the following Provisional Items set out in the Consultant’s Proposal, if and when required by the Division Head:

[INSERT, as applicable]

[INSERT, as applicable]

[INSERT, as applicable]

Throughout the Project, the Consultant shall work collaboratively with the City staff. The Consultant shall ensure that sufficient time and resources are allocated to allow for City’s input into decision-making processes, that the City’s concerns are adequately addressed and that all Services are coordinated with the other active associated projects as required. The Consultant shall provide any Additional Services, if and as may be required by the City, upon the prior written authorization to proceed with such Additional Services from the Division Head. The fees and expenses for any such Additional Services are subject to the approval of the Division Head, in his/her sole discretion, and, if approved, shall be paid under the contingency allowance (where applicable) provided for in Schedule "B" - Fees and Expenses to this Agreement. VIEWIN

G COPY

Page 318: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2017.06.20 21

SCHEDULE “B”

FEES AND EXPENSES

1. Notwithstanding anything to the contrary in this Agreement, the total fees and disbursements (including overhead and all taxes) for all Services to be provided by the Consultant under this Agreement, including any authorized Provisional Items and Additional Services, shall not exceed a maximum price of $000,000.00 (the “Maximum Agreement Price”).

2. The Consultant’s fees and disbursements are set out in its Cost of Services Proposal attached as Schedule C, as modified by any Clarification Letter(s).

[where the Services to be performed by the Consultant under this Agreement are not separately set out in the Consultant’s Cost of Services Proposal (i.e. separately for design/construction/post-construction) OR where CLARIFICATIONS have altered the amounts in the Consultant’s Cost of Services Proposal or Mathematical ERRORS need to be corrected INSERT revised Cost of Services table below and DELETE above sentence]

2. The Consultant’s fees and disbursements are comprised of the following:

Service Deliverables Cost A. BASE SERVICE DELIVERABLES :

[INSERT Type of Service – e.g. Preliminary Design] $000,000.00 [INSERT Type of Service – e.g. Detailed Design] $000,000.00 Disbursements $000,000.00

BASE DELIVERABLES SUB-TOTAL: $000,000.00

B. PROVISIONAL ITEMS: (WHERE APPLICABLE AND AUTHORIZED)

[INSERT Item] $000,000.00 [INSERT Item] $000,000.00 [INSERT Item] $000,000.00 PROVISIONAL ITEMS SUB-TOTAL: $000,000.00

C. CONTINGENCY ALLOWANCE FOR ADDITIONAL SERVICES: (WHERE APPLICABLE AND AUTHORIZED) $000,000.00 Maximum Agreement Price for Services (exclusive of GST) $000,000.00

GST @ 5% $00,000.00 Maximum Agreement Price for Services (inclusive of GST) $000,000.00

3. An amount of $000,000.00 (inclusive of all fees, disbursements and taxes) is reserved as an allowance

for Provisional Items, where authorized by the Division Head. [DELETE where not applicable] 4. An amount of $000,000.00 (inclusive of all fees, disbursements and taxes) is reserved as a contingency

allowance for Additional Services which may arise during the course of the Project, where authorized by the Division Head. [DELETE where not applicable]

5. The initial estimated cost of Service deliverables or tasks may be adjusted during the Agreement by

mutual agreement between the City and the Consultant, provided that the total cost of Services under this Agreement is not greater than the Maximum Agreement Price.

VIEWING C

OPY

Page 319: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2017.06.20 22

6. Provisional Items and Additional Services shall only be provided on an “as and when requested” basis. The City shall not be responsible for the payment of any Provisional Item or Additional Services unless those services have been authorized and assigned to the Consultant by prior written approval of the Division Head. If and upon being authorized, the Consultant shall proceed forthwith to supply the Provisional Item(s) or Additional Service(s), as the case may be, in accordance with: (i) the provisions of this Agreement; (ii) the terms of such authorization; and (iii) in the case of Provisional Items, the price set out in the Consultant’s Proposal; or in the case of Additional Services, the applicable unit rates or prices or lump sum amount set out in the Consultant’s Proposal or otherwise agreed to in writing by the Consultant and the Division Head, as the case may be.

7. If any Services under this Agreement are included by the Consultant in a progress claim as partially or

fully completed, but are not completed in accordance with this Agreement, the City may withhold from payment the total amount payable, or a part thereof, for those Services until they are completed or corrected to the full satisfaction of the Division Head, and the Division Head shall notify the Consultant in writing of its action and the reason for same.

8. The City shall pay the Consultant on a monthly basis, within forty-five (45) days of the City’s receipt of the

Consultant's invoice properly prepared to show details of the portion of the Services accomplished and the hours expended by the Consultant's Personnel to carry out the Services covered by the said invoice.

9. All or part of the aforementioned amounts are to be paid by the Consultant on a timely basis to any other

firm and/or personnel which assists the Consultant in performing part or all of the Services, and the Consultant shall advise the Division Head when such payments by the Consultant have all occurred. It is agreed and understood that the City will not pay any firm and/or personnel other than the Consultant for the Services and that it is the Consultant's responsibility to pay all the other firms and personnel.

10. The Consultant's fees and disbursements shall be in accordance with the Consultant's Cost of Services

Proposal [REPLACE “the Consultant’s Cost of Services Proposal” with “section 2 of this Schedule” where

replacement has been made in section 2] and shall not exceed the specified Maximum Agreement Price with respect to the Services under this Agreement. Subject to section 7 [Confirm correct section reference] (Cost of Services) of the RFP, the payment for Services and authorized Additional Services shall be paid in accordance with the following:

(a) Time of Principals, Senior Officers, Specialists

For time-based services, Personnel specifically identified in the Consultant’s Proposal attached hereto shall be billed at the all-inclusive hourly or per diem flat rates indicated therein or this Schedule “B”, as the case may be; otherwise billing rates for this class of personnel shall be submitted for review and shall be subject to prior approval of the Division Head.

(b) Time of other Staff For time-based services, staff or personnel classifications specifically identified in the Proposal attached hereto shall be billed at the hourly or per diem flat rates indicated therein.

Billing rates for staff or classifications other than those identified in the Proposal shall be submitted for review and shall be subject to prior approval of the Division Head.

(c) Disbursements A lump sum limit for any and all anticipated disbursements required in connection with any part of the Services shall be provided as identified in the RFP.

Payments for disbursements will be pro-rated based on the value of the Services performed during a billable period.

VIEWING C

OPY

Page 320: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2017.06.20 23

SCHEDULE “SD-FINAL”

STATUTORY DECLARATION BY THE CONSULTANT

RE: FINAL PAYMENT PROVINCE OF ONTARIO ) IN THE MATTER OF ) the consulting agreement entered into ) between the City of Toronto ) and ___________________________________ ) dated ___________________ (the “Agreement”) ) and an Invoice dated ___________________ (the “Invoice”) ) To Wit:

I, ____________________________________ of the ____________________________________ (Name) (City, Town, etc.)

in the ____________________________________ (Regional Municipality, City, etc.)

do solemnly declare that:

[modify to appropriate professional type, where no engineering services are being provided under agreement] 1. I am a senior professional engineer employed by ______________________________________ (Consultant’s full legal name)

(the “Consultant”). I have personal knowledge of the facts herein set forth and, as a duly authorized representative of the Consultant, have the authority to certify as follows.

2. Attached hereto and marked as Exhibit A to this my declaration are true copies of statements of the

Consultant as part of the Invoice addressed to the City of Toronto setting forth in detail the services performed and the disbursements incurred by the Consultant during the period from the ____ day of _________________, 20___ to the ____ day of _________________, 20___, and for which payment is requested. I do hereby certify that such services were performed and such disbursements were properly incurred by the Consultant pursuant to and in accordance with the provisions of the Agreement.

3. The Consultant has completed all Services (as defined in the Agreement) to be performed by the

Consultant. AND I make this solemn declaration conscientiously believing it to be true and knowing that it is of the same force and effect as if made under oath and by virtue of the Canada Evidence Act. DECLARED before me at the ) ) _________________ of _____________________, ) ) in the Province of Ontario, ) ) this day of _________________, 200___. ) ________________________________ ) ) ) _______________________________ ) A Commissioner, etc.

VIEWING C

OPY

Page 321: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2017.06.20 24

SCHEDULE “C”

CONSULTANT’S COST OF SERVICES PROPOSAL

[ATTACH Cost of Services Proposal for the Services applicable to this Agreement - e.g. Cost of Services Proposal for Design Services/ Cost of Services Proposal for Construction Services - where Services are not all within 1 agreement]

VIEWING C

OPY

Page 322: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2017.06.20 25

SCHEDULE “D”

CONSULTANT’S CLARIFICATION LETTER(S)

[REMOVE Schedule “D” where there are no clarifications]

VIEWING C

OPY

Page 323: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

iToRoNToTo be completed only by the insurer or by its representative.

1 of 2

Certificate of nuranceCapital Construmon Projects

Name of Insured: City of Toronto Contact Name, Address, and Telephone Number:

Address and Telephone Number of Insured:

Operations of Named Insured for which certificate is issued:

ProvidespecificprojectinformationincIudingthecitofTorontocontractnumber)

1. Commercial General Liability: Deductible $____________________________________

Insuring Company Policy Limit(s). Effective Date Expiry Date

Pohcy Number $(per occurrence)

(yyyy-mm-dd) (flyy-mm-dd)

Primary Insurer:

UmbrellalExcess Insurer:

EjApplicable to Auto Coverage

Contractor’s Pollution Liability,Sudden and Gradual if applicable

Commercial General Liability policy provisions:

a) The CITY OF TORONTO, ITS BOARDS, AGENCIES, COMMISSIONS OR SUBSIDIARY OPERATIONS, ASAPPLICABLE, and the CONSULTANT are included as Additional Insureds but only with respect to liability arising out ofthe operations of the Insured for which a contract or proposal is issued by the City of Toronto,

b) The policy includes a Cross-Liability and Severability of Interest, Blanket Form Contractual Liability, Owner’s andContractor’s Protective Liability, Broad Form Property Damage, Contingent and/or Employer’s Liability, Non-OwnedAutomobile Liability, Products/Completed Operations and any other provision relevant to the contract work. Ifapplicable to the insured operations, coverage for Blasting, Pile Driving and Collapse.

c) The Commercial General Liability PoIicyes) identified above shall apply as primary insurance and not excess to anyother insurance available to the City.

2. Automobile Liability, if applicable: Deductible $

ingCom pa ny Policy N um ber

Policy Um it(5) D

33-0005 2012 -08

VIEWING C

OPY

Page 324: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

Certificate of insurance;Or1SflJc.tK)n roiecs

3. Contractor’s Equipment Property Insurance: Deductible $

____________________________

Contractors tools & equipment materials & supplies in an amount to reflect the replacement cost.Policy includes a Waiver of Subrogation Clause in favour of the City,

All-Risk PropertyInsuring Company Policy Number Limit(s)

Effective Date Expiry Date

($) (yyyy-mm-dd)_- (yyyy-mm-dd)

4. Builders’ Risk or Installation Floater - Products, supplies and equipment and/or systems, including boiler andmachinery, if applicable, that forms part of the Work. Deductible $

Identify Policy Type:

Builders’ Risk DInstallation Floater D

The Owner shall be included as an additional insured and a joint loss payee.

Expiry DateLimit of Coverage Effective Date

All of the above policies (with the exception of the Automobile Insurance, Section 2 above) must include a clause that statesthat if the policy is cancelled during the period of coverage, as stated herein, thirty (30) days, (fifteen (15) days if cancellation is dueto non-payment of premium), prior written notice by registered mail will be given by the Insurer(s) to the City of Toronto.

CERTIFICATIONI certify that the insurance is in effect as stated in this Certificate and that I have authorization to issue this Certificate for and onbehalf of the Insurer(s). This Certificate is valid until the expiralion date(s) stated in the Expiry Date’ provision, unless notice isgiven in writing in accordance with the provision of this Certificate.

Date Broker’s or Insurer’s Name and Address Signature and Stamp of Certifying Official

33-0005 2012 -08 2 of 2

VIEWING C

OPY

Page 325: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

 

APPENDIX F NON-DISCLOSURE AGREEMENT

1) Proponents must properly complete and sign the following NDA as part of the RFP process in order to be eligible to request a copy of Appendix E - Project Reference Material which contains Confidential Information ("Appendix E").

2) Once completed and signed, the NDA form must be submitted to the official point

of contact identified in the RFP document. Failure by the Proponent to do so will result in the following:

(a) The Proponent will not be eligible to receive Appendix E; and (b) Any Proposal submitted by the Proponent will be deemed non-compliant

with the RFP mandatory requirements and will not be considered by the City including for contract award.

VIEWING C

OPY

Page 326: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

 

NON-DISCLOSURE AGREEMENT (NDA) THIS NON-DISCLOSURE AGREEMENT (NDA) is given to the City of Toronto (the "City") effective as of December 5, 2017 by the undersigned Proponent, with its principal business address as noted below (the "Proponent"). WHEREAS the Proponent will require Appendix E in order to participate in the RFP No. 9117-17-7233 (the "RFP") and submit a response, the Proponent acknowledges that it must execute this NDA, as required by the RFP, and abide by its requirements in order to be eligible to request and receive Appendix E from the City; and WHEREAS disclosure of the information contained in Appendix E to the public or unauthorized third parties would reasonably be expected to prejudice the interests of the City; and, as such, maintaining the confidentiality of this information is of paramount importance to the City; and WHEREAS the City is prepared to provide the information contained in Appendix E to the Proponent only on the express condition of the execution and delivery to the City of this NDA by the Proponent; and NOW THEREFORE, in consideration of participating in the RFP and being eligible to receive the information contained in Appendix E and/or receiving Appendix E from the City, and for other good and valuable consideration, the receipt and sufficiency of which is acknowledged, the Proponent hereby agrees in favour of the City as follows: 1. The Proponent acknowledges and agrees that all of the content of and information

contained in Appendix E, Project Reference Material, to the RFP, available in CD format only, is proprietary and confidential and shall be considered confidential information ("Confidential Information").

2. The Proponent agrees that the Confidential Information and all of the rights therein

or related thereto (whether in whole or in part) are, and shall at all times remain, the property of the City.

3. All Confidential Information is provided "AS IS". The City makes no warranties,

express, implied or otherwise, regarding, without limitation, its accuracy, completeness, currency, fitness for a particular purpose, or performance.

4. The Proponent acknowledges and agrees that unauthorized disclosure or use of the Confidential Information will cause the City substantial and irreparable damage. The Proponent further agrees that it may be impossible or inadequate to measure and calculate the City’s damages from any breach of the terms and conditions set forth herein. Accordingly, the Proponent agrees that if it breaches or threatens breach of this NDA, the City will have available, in addition to any other right or remedy available, the right to obtain an injunction against it, from a court of competent jurisdiction restraining such breach or threatened breach and to specific performance of any such provision of this NDA, and the Proponent

VIEWING C

OPY

Page 327: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

 

hereby consents to the issuance of such an injunction and to the ordering of specific performance under such circumstances.

5. The Proponent shall at all times strictly adhere to the terms and conditions of this

NDA. 6. The Proponent agrees: a. to keep and maintain the Confidential Information as strictly confidential;

b. to take all reasonable, necessary and appropriate precautions to safeguard and protect the Confidential Information to prevent the unauthorized disclosure of the Confidential Information to third parties. The Proponent shall maintain the physical security of the Confidential Information notwithstanding the medium in which the Information is received or stored. The Proponent shall advise the City Solicitor immediately in the event of a security breach.

c. not to disclose the Confidential Information or any part thereof to any third

party except as expressly permitted by this NDA; d. not to use the Confidential Information for any purpose other than preparing

a response to the RFP; e. that title to the Confidential Information is and at all times shall be held by

the City and shall not, under any circumstances, pass from the City to the Proponent;

f. to not copy or reproduce the Confidential Information in any manner

whatsoever except for the sole purpose of the RFP; and, g. to immediately return the Confidential Information and any copies thereof to

the City upon request by the City and to destroy all electronic versions of the Confidential Information in its possession and to certify to the City that this has been done; and, in this event, to cease all use of the Confidential Information.

7. The Proponent may only disclose the Confidential Information to its directors,

officers, employees and any professional consultant(s) and/or subcontractors the Proponent may retain for the purpose of the RFP ("Representatives"). The Proponent may disclose the Confidential Information on a strictly need-to-know basis to its Representatives solely for the purpose of assisting in the preparation of a response to the RFP.

8. The Proponent assumes full responsibility and liability for ensuring that all of its

Representatives are made aware of and comply with the obligations set out in this NDA. The Proponent shall be liable for any breach of this NDA by any of its Representatives.

VIEWING C

OPY

Page 328: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

 

9. The above obligations shall not apply to any Confidential Information which is or

which becomes generally known to the public by means other than a breach of this NDA by the Proponent, or which is independently developed by the Proponent without use of, or access to, the Confidential Information.

10. In the event that any disclosure of the Confidential Information is required by law,

the Proponent will immediately notify the City Solicitor in writing of such requirement prior to the disclosure or release of any of the Confidential Information at the following address:

City of Toronto Legal Services Metro Hall, 26th Floor 55 John St. Toronto, ON M5V 3C6 Attention: City Solicitor Fax: 416-397-5624 11. The provisions of this NDA will remain in effect regardless of whether the RFP

process proceeds or an agreement is reached with a selected Proponent or any other party. For greater clarity, the NDA and the Proponent's obligations hereunder shall survive the suspension, early termination, completion or early expiry of the RFP process, the RFP, any ensuing agreement and/or the provision of any services thereunder.

12. This NDA shall be governed by and construed in accordance with the laws of the

Province of Ontario and the laws of Canada in force therein. The Proponent irrevocably submits to the jurisdiction of the Province of Ontario and the venue of Toronto in any action brought by the City concerning this NDA or the performance thereof.

13. If any portion of this NDA is found to be invalid or unenforceable by law then that

portion of the NDA will be severed and the remaining portion will remain in full force and effect.

14. This NDA will enure to the benefit of the City and its successors and assigns and

shall be binding upon the Proponent and its successors. Any assignment by the Proponent of this NDA is prohibited and shall be void.

The Proponent, as properly named below, hereby executes this NDA by the signature of its duly authorized signatory. Legal Name of Proponent: ___________________________________________

VIEWING C

OPY

Page 329: VIEWING - Toronto · a. in relation to the RFP process, the Proponent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage,

 

Proponent Contact and Title: ___________________________________________ Proponent Business Address: ___________________________________________ ___________________________________________ ___________________________________________ Proponent Telephone No: ___________________________________________ Proponent Fax No: ___________________________________________ Proponent Email Address: ___________________________________________ _________________________________________________ Signature of Authorized Signatory on behalf of the Proponent _________________________________________________ (Print Name and Position of Authorized Signatory) I/We have the authority to bind the Proponent.

VIEWING C

OPY