wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor...
Transcript of wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor...
Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement
Michael Pacholok, Chief Purchasing Official and Director
Purchasing and Materials Management Division City Hall, 18th Floor, West 100 Queen Street West Toronto, Ontario M5H 2N2
Elena Caruso Manager Goods & Services
November 9, 2016 VIA INTERNET POSTING
Page 1 of 83 (incl. attachments)
ADDENDUM NO. 2
Tender Call No. 177-2016 Re: Scarborough Transfer Station Compactor Replacement
Revised Closing Date: November 28, 2016
Please refer to the above Tender document in your possession and be advised of the following: REVISIONS TO DRAWINGS: R1. Addendum 2 includes the following revised drawings as attached:
Drawing I104 INSTRUMENTATION – P&ID FOR COMPACTOR No. 3 AND No. 4 – STAGE 1
Drawing I105 INSTRUMENTATION – CONTROL FOR NEW COMPACTOR No. 3 & 4 – STAGE 1
Drawing I106 INSTRUMENTATION – CONTROL PANELS – STAGE 1 Drawing I108 INSTRUMENTATION – P&ID FOR COMPACTOR No. 1 AND
No. 2 – STAGE 2 Drawing I109 INSTRUMENTATION – CONTROL FOR NEW COMPACTOR
No. 1 & 2 – STAGE 2 Drawing I110 INSTRUMENTATION – CONTROL PANELS – STAGE 2 Drawing E105 CONTROL WIRING DIAGRAM #1 Drawing E106 CONTROL WIRING DIAGRAM #2 Drawing E108 DEMOLITION/INSTALLATION – CONTROL CONDUITS
(STAGE 1) Drawing E110 DEMOLITION/INSTALLATION – CONTROL CONDUITS
(STAGE 2) R2. Delete note 5.1 on Drawing S100 and replace with the following:
Contractor to relocate ceiling mounted services to allow for removal of existing hoppers and installation of piping and conduits.. After installation of new hoppers, piping and conduits, Contractor to reinstate services back to their original condition and location.
R3. Revise note 1 and 2 on drawing S103 from “DRILL AND GROUT M12 HILTI ADHESIVE ANCHORS HY200 @600C/C EMBED =150MM (ANCHOR SHELL
1 of 83
Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement
NOT BE ALIGNED WITH THE ROLE OF ANCHORS SPECIFIED ABOVE)” to the following:
“DRILL AND GROUT M12 HILTI ADHESIVE ANCHORS HY200 @600C/C EMBED =150MM (ANCHOR SHALL NOT BE ALIGNED WITH THE ROLE OF ANCHORS SPECIFIED ABOVE)”.
R4. Revise note for detail 1on Drawing S104 from “DRILL AND GROUT M12 HILTI
ADHESIVE ANCHORS HY200 @600C/C EMBED =150MM (ANCHOR SHELL NOT BE ALIGNED WITH THE ROLE OF ANCHORS SPECIFIED ABOVE)” to the following:
“DRILL AND GROUT M12 HILTI ADHESIVE ANCHORS HY200 @600C/C EMBED =150MM (ANCHOR SHALL NOT BE ALIGNED WITH THE ROLE OF ANCHORS SPECIFIED ABOVE)”.
R5. Revise NOTE 1 on Drawing E102 for the breaker fuse size on Compactor #1 from
“200AT/400AF" to the following: “250AT/400AF (NOTE 1).” R6. Add the following new Notes to drawing M104:
1. COORDINATE WORK IN POWER PACK ROOM WITH EXISTING MECHANICAL AND ELECTRICAL SYSTEMS NOT SHOWN ON DRAWING.
2. HYDRAULIC PIPING CONNECTIONS TO THE POWER PACK TO BE MADE WITH FLEXIBLE HOSE ASSEMBLIES AS DESCRIBED IN THE PIPING SPECIFICATION AND CONFIGURED TO SUIT HOSE ASSEMBLY LENGTHS.
3. BENDS AND ELBOWS SHALL BE MINIMIZED AS MUCH AS POSSIBLE.
4. ALL HYDRAULIC LINES ARE TO BE CHEMICALLY CLEANED AND FLUSHED IN ACCORDANCE WITH THE CLEANLINESS REQUIREMENT NOTED IN THE PIPING SPECIFICATION.
5. EIGHT LINES SHALL BE GOING TO EACH COMPACTOR OF DIAMETERS: 4-50mmØ (CYLINDER), 2-25mmØ (CLAMPS) AND 2-50mmØ (COOLER).
6. POWER PACKS SHALL BE THOROUGHLY CLEANED AFTER PLACEMENT.
7. CONTRACTOR SHALL PROVIDE NEW AW30 HYDRAULIC OIL SUFFICIENT TO FILL ALL POWER PACK UNITS AND PIPING.
8. 75mmØ HYDRAULIC CYLINDER LINE SHALL BE PROVIDED WITH A TEE CONNECTION TO 2-50mmØ LINES TO POWER PACK.
9. CONNECTIONS TO HEAT EXCHANGER SHALL BE FLEXIBLE. HOSE ENDS TO BE O-RING BOSS ADAPTOR AT THE HEAT EXCHANGER AND CODE 61 SAE SPLIT FLANGE AT THE PIPING END. HOSE ASSEMBLY LENGTH SHALL BE NO MORE THAN 600mm.
REVISIONS TO SPECIFICATIONS R7. Add new Section 09900 – Painting Specification to Section 4. (Attached)
2 of 83
Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement
R8. Delete Section 13010 Process Control – General in its entirety and replace with the
following:
Section 13010 Process Control – General attached herein. (Attached)
R9. Delete Section 13050 Compactor in its entirety and replace with the following:
Section 13050 Compactor attached herein. (Attached) R10. Delete Section 13105A – IO_List in its entirety and replace with the following:
Section13105A – IO_List attached herein. (Attached) R11. Delete Section 13933 – PCS Site Acceptance Testing and Commissioning in its entirety
and replace with the following:
Section 13933 – PCS Site Acceptance Testing and Commissioning attached herein. (Attached)
R12. Add Section 13320 – Panel Wiring attached herein. R13. Add Section 13350 – Selector Switches, Push-Buttons, and Indicating Lights attached
herein. R14. Add Section 15100 – Hydraulic Piping attached herein. R15. Delete Clause 1.3.1.1.1 on page 1 of Section 02070 Selective Demolition and Disposal
and replace with the following:
“Removal and disposal of four (4) existing compactors, hoppers, power packs and all associated components, utilities and piping.”
R16. Delete Clause 1.2.1 on page 1 of Section 01000 General Requirements and replace
with the following: “The Contractor shall provide 50% Performance Bond and 50% Labour and Material
Payment Bond, and Liability Insurance, all based on the Contract Price, as outlined in the Information for Tenderers and General Conditions.”
REVISION TO CLOSING DATE: R17. Please be advised that the Closing Date for Tender 177-2016 has been extended to: November 28, 2016, 12:00 O'Clock (Noon) Local Time QUESTIONS AND ANSWERS Q1. There appears to be a discrepancy with regards to the bonding requirements.
Section 01000, Clause 1.2 states that “The Contractor shall provide 100%
3 of 83
Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement
Performance Bond and 100% Labour and Material Payment Bond, and Liability Insurance, all based on the Contract Price, as outlined in the Information for Tenderers and General Conditions”. However, Section 2 – Information for Bidders, Clause 6.1.B states “Every Bidder shall submit with their Bid a Bid Bond in the amount of $479,000.00 (Four Hundred and Seventy–Nine Thousand Dollars) to provide a Performance Bond and a Labour and Material Bond for the due and proper performance of the Work, each in the amount of 50% of the Contract amount including an extended 24 month warranty period.
Please confirm that the bonding requirements for this contract to be furnished by the Contractor are 50% Performance Bond and 50% Labour & Material Payment Bond.
A1. The bonding requirements for this Contract to be furnished by the Contractor are 50% Performance Bond and 50% Labour & Material Payment Bond. Also refer to R16 of Addendum No. 2.
Q2. There does not appear to be a painting specification (Division 9 – Finishes) within
the documents. However, there are references within the individual specification section to painting (pipe, supports, structural steel, etc.). Please provide a painting specification.
A2. See attached Specification Section 09900 - Painting for details. Also refer to R7 of
Addendum No. 2 Q3. Is there any insulation required for the piping systems? If so, please provide
specification. A3. Insulation is not required for the proposed piping systems. Q4. Drawing S105 indicates a cavity of 50mm with 38mm Rigid Insulation Cover With
100mm Block along the wall, Please clarify that, is it existing or new masonry block with insulation, if this wall in new masonry wall , then please provide the detail.
A4. The concrete wall within the power pack room is clad with existing 38mm rigid
insulations and 100mm blocks. Q5. Please provide a sketch / drawing indicating the available lay–down area for
Contractor’s Trailer, Engineer’s Trailer, Washroom Facilities, Material Storage, etc.
A5. File: "Site Lay-down Area.pdf" has been attached to indicate the available area for the
contractor to use. Q6. I would like to formally request a two week extension for the above named tender.
We intend to close this project but numerous equipment manufacturers have indicated without an extension they will not be able to provide pricing to us. This will not create a competitive bidding process if this occurs. Please indicate if this is acceptable.
4 of 83
Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement
A6. Yes. Refer to R17 of Addendum No. 2 Please attach this addendum to your Tender document and be governed accordingly. Bidders must acknowledge receipt of all addenda on the space provided on the Tender Call Cover Page as per the Process Terms and Conditions, Section 1, Item 8 - Addenda, of the Tender Call document. All other aspects of the Tender remain the same. Should you have any questions regarding this addendum, contact Mary Ann Morgan, Senior Corporate Buyer at (416) 338-5582 email [email protected] Yours truly, Robert Babin Supervisor, Goods & Services Purchasing and Materials Management
5 of 83
SECTION 09900
PAINTING
i
PART 1 GENERAL...................................................................................................................1
1.1 RELATED WORK........................................................................................................................... 1 1.2 REFERENCE STANDARD ............................................................................................................ 1 1.3 QUALIFICATIONS ......................................................................................................................... 1 1.4 SUBMITTALS ................................................................................................................................. 1 1.5 PROTECTION ................................................................................................................................. 1 1.6 JOB CONDITIONS ......................................................................................................................... 2 1.7 PRE-CONSTRUCTION MEETING................................................................................................ 2
PART 2 PRODUCTS ................................................................................................................3
2.1 MATERIALS ................................................................................................................................... 3
PART 3 EXECUTION ..............................................................................................................3
3.1 VERIFICATION OF SURFACE CONDITIONS ............................................................................ 3 3.2 PREPARATION .............................................................................................................................. 4 3.3 APPLICATION ................................................................................................................................ 6 3.4 COLOUR SCHEDULE .................................................................................................................... 7 3.5 SPECIAL REQUIREMENTS .......................................................................................................... 7 3.6 MATERIALS AND ITEMS TO BE FINISHED ............................................................................. 7 3.7 MATERIALS AND ITEMS NOT TO BE FINISHED .................................................................... 8 3.8 SCHEDULE OF APPLIED FINISHES ........................................................................................... 9
6 of 83
7 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
09900–1
PAINTING
SECTION 09900
PAINTING
PART 1 GENERAL
1.1 RELATED WORK
.1 Comply with Division 1 – General Requirements and all other Specification
Divisions.
1.2 REFERENCE STANDARD
.1 Master Painters Institute (MPI) Architectural Painting Specification Manual (MPI
Manual).
1.3 QUALIFICATIONS
.1 Qualifications of Applicators:
.1 Work of this section is to be performed by qualified applicators
experienced in the type of work to be done.
1.4 SUBMITTALS
.1 Submit a complete list of all materials to the Engineer for review before
proceeding with the work. List shall state areas or type of surfaces where material
is to be applied, name of manufacturer, exact name of product and code number
or identification, if applicable.
.2 Samples
.1 Identify each sample by Project title, product finish, colour name, number,
date and name of Contractor and Sub-Contractor. Submit samples of
finishes to Consultant and/or as directed for approval at least 30 days
before materials are required.
.1 Submit opaque paint samples in triplicate on 100 mm x 150 mm
(4" x 6") drawdown cards on black and white.
1.5 PROTECTION
.1 Use sufficient tarpaulins for the full protection of floors, furnishings and the work
of others not being painted in work areas, and in areas assigned for storage and
mixing of paint.
.2 Leave such areas clean and free from evidence of occupancy.
8 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
09900–2
PAINTING
.3 Keep waste rags in metal drums and remove same from building at end of each
working shift.
.4 Where possible, arrange to have completed areas barred from traffic.
.5 Any finished surfaces which are damaged due to inadequate protection from paint
spillage shall be immediately cleaned off to the complete satisfaction of the
Engineer. Any surfaces which become permanently damaged shall be replaced to
the complete satisfaction of the Engineer.
1.6 JOB CONDITIONS
.1 Conform to MPI Manual and the following.
.2 Execute work in dust free conditions suitable for production of best results.
.3 Do not paint exterior surfaces during frost, rainy or foggy weather.
.4 Temperatures:
.1 Do not paint when temperatures on the surface or the air in the vicinity of
the painting work are below the following:
.1 Exterior work: 5 deg. C. for solvent base paint; 10 deg. C. for
water base paint.
.2 Interior work: 5 deg. C. for solvent base paint; 7 deg. C. for water
base paint; 18 deg. C. for varnish.
.2 Maintain temperatures and adequately controlled ventilation during drying
period on internal surfaces.
.5 Relative humidity:
.1 Do not paint when relative humidity is higher than 85%.
.6 Moisture content of surfaces:
.1 Plaster and gypsum board: maximum moisture content: 12%.
.2 Concrete and masonry: maximum moisture content: 12%.
.3 Wood Maximum Moisture Content – 15%.
1.7 PRE-CONSTRUCTION MEETING
.1 Prior to start of work, arrange for project Site meeting of all parties associated
with work of this Section. .
9 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
09900–3
PAINTING
.1 Review Specification for work included under this Section and determine
complete understanding of requirements and responsibilities relative to
work included, storage and handling of materials, materials to be used,
installation of materials, sequence and quality control, Project staffing,
restrictions on areas requiring painting and other matters affecting
construction, to permit compliance with intent of this Section.
PART 2 PRODUCTS
2.1 MATERIALS
.1 Acceptable Products: Acceptable products are those listed in Chapter 5 of the MPI
Manuel; MPI Approved Product List.
.2 Materials shall be first grade quality of the respective manufacturer and shall
conform to or exceed the appropriate Specification of the 1-GP Series of the
Canadian General Standards Board where applicable.
.3 Paint materials for each paint system to be products of a single manufacturer. All
materials are to be compatible.
.4 All paint shall have Fire Hazard Classification of:
.1 Flame Spread Rating: 25 or less.
.2 Smoke Developed: 50 or less.
.5 Paints shall be factory tinted to required colours and thoroughly mixed before
application.
.6 In instances where materials specified are not suitable for a particular job
application or are contrary to Manufacturer’s recommendations for use on a
particular surface, such condition shall be brought to the attention of the Engineer
for clarification and instructions.
PART 3 EXECUTION
3.1 VERIFICATION OF SURFACE CONDITIONS
.1 Inspect surfaces to receive the work of this Section, before and after priming. Do
not proceed until unsatisfactory conditions are corrected.
.2 Do work only when surfaces and conditions are satisfactory for production of
quality work. Report to Consultant in writing any surfaces which are found to be
unsatisfactory. Commencement of work shall imply acceptance of substrate
surfaces.
10 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
09900–4
PAINTING
.3 Ensure temperature of surfaces to be finished is between 10 and 20 deg C (50 and
68 deg F) and surfaces are dry and free of dirt, grease or other contaminants that
may affect applied finish.
.4 Verify moisture content of surfaces with electronic moisture metre. Do not
proceed without written directions if moisture reading is higher than 12-15%.If
substrate is gypsum board, inspect to ensure joints are completely filled and
sanded smooth. Inspect surfaces for "nail popping", screw heads not recessed and
taped, breaks in surface or other imperfections and have repaired as required.
3.2 PREPARATION
.1 General
.1 Prepare surfaces to be finished under this Section, in accordance with
Chapters 2 and 3 of the MPI Manual and as specified.
.2 Check all surfaces with electric moisture meter to determine whether they
are dry enough to receive paint or finish specified and do not proceed if
reading is higher than maximum specified without written permission
from the Engineer or the Manufacturer’s representative.
.3 Check surfaces for excessive alkalinity where necessary. Neutralize
surfaces where extreme alkali conditions occur, as recommended by paint
material manufacturer.
.4 Proceed with work only when surfaces and conditions are satisfactory for
the production of a first class job.
.2 Protection
.1 Provide scaffolding, staging, platforms and ladders, as required for
execution of work. Erect scaffolding to avoid interference with work of
other trades. Comply with Occupational Health and Safety Act.
.2 Provide drop cloths or adequate plastic sheets to protect floors in areas
assigned for storage and mixing of paints.
.3 Remove finish hardware to protect from paint splatter. Mask items not
removable. Use sufficient drop cloths and protective coverings for full
protection of adjacent sills, masonry walls, and all other components of
building which do not require painting. Re-install items when paint is dry.
Clean any components that are paint spotted or soiled.
.4 Keep waste rags in covered metal drums containing water and remove
from building at end of each day.
11 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
09900–5
PAINTING
.5 Prohibit traffic, where possible, from areas where painting is being carried
out and until paint is cured. Post “wet paint” or other warning signage
during and on completion of work.
.6 When handling solvent coating materials, wear approved
vapour/particulate respirator as protection from vapours. Dust respirators
do not provide protection from vapours.
.3 Surface Preparation
.1 Remove dust, grease, loose and flaking paint, and all other loose
extraneous matter from all surfaces. Surface preparation to include the
following work as needed to provide a suitable surface for repainting:
.1 SSPC-SP1 (Solvent Cleaning): Use of solvents (such as mineral
spirits, xylene, toluene) or cleaning action to remove oil, grease,
soil drawing and cutting compounds or similar solvent soluble
contaminants. Use of gasoline or benzene should be prohibited.
.2 SSPC-SP2 (Hand Tool Cleaning): Use of scrapers, sandpaper, wire
brushing or hand impact tools to remove loose mill scale,
non-adherent rust and scaling paint or other foreign matter. Do not
use hand tool cleaning procedure for areas subject to corrosive
environment or on surfaces for vinyl chloride top coating. Remove
weld flux and spatter to avoid localized paint failure. This is not
most desirable method of surface preparation but could be used for
mild exposure conditions. Optimum performance of coating
systems should not be expected when hand tool cleaning is used.
.3 SSPC-SP3 (Power Tool Cleaning): Removes all loose mill scale,
loose rust, loose paint, and other loose detrimental foreign matter
by power wire brushing, power sanding, power grinding, power
tool chipping, and power tool descaling.
.4 SSPC-SP7 / NACE 4 (Brush-Off Blast Cleaning): When viewed
without magnification, the surface shall be free of all visible oil,
grease, dirt, dust, loose mill scale, loose rust, and loose coating.
Tightly adherent mill scale, rust, and coating may remain on the
surface. Mill scale, rust, and coating are considered tightly
adherent if they cannot be removed by lifting with a dull putty
knife.
.2 Vacuum (fibre acoustic tile and) insulation covering surfaces.
.3 Remove mildew by scrubbing affected area with solution of tri-sodium-
phosphate (TSP) (150 g) and bleach (125 g) in 3.5 L water. Rinse well
with clean water and allow to dry. If condition is serious, source out
12 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
09900–6
PAINTING
finishes with extra mildew resistance.Broom Cleaning: Process that
removes all surface dust, dirt and other contaminants by brooming, air
blast or vacuum cleaner.
3.3 APPLICATION
.1 Apply all materials according to the manufacturer’s printed instructions, MPI
Manual and as specified. Do not use adulterants. Any reduction of coating’s
viscosity shall be done in accordance with manufacturer’s directions.
.2 Apply materials evenly, uniform in sheen, colour and texture, free from roller or
brush marks, sags, runs or other defects.
.3 Any surface exhibiting incomplete or unsatisfactory coverage shall have entire
surface re-painted. Patching will not be accepted.
.4 Finishes specified are intended to cover surfaces satisfactorily; if they do not,
apply further coats until they do.
.5 Prime coat woodwork soon after woodwork is delivered to the job. Back prime all
surfaces before installation.
.6 Prime paint top and bottom of metal doors with enamel undercoater.
.7 Permit paint to dry before applying succeeding coats, touch up suction spots and
sand between coats with #00 sandpaper.
.8 Each coat of paint to be slightly darker than the preceding coat unless otherwise
approved.
.9 Finish listed surfaces indicated on Window Schedule and/or noted on Drawings,
and as specified in this section.
.10 Refer to manufacturer’s recommendations for exact instructions for thickness of
coating to obtain optimum coverage and appearance. Some materials and colours
may require additional coats and deeper colours may require use of
manufacturers’ special tinted primers. Unless otherwise specified, provide
Premium (3 coats) finish as minimum finish.
.11 Spraying not allowed without written permission.
.12 Paint entire plane of areas exhibiting incomplete or unsatisfactory coverage and of
areas, which have been cut and patched. Patching not acceptable.
.13 Sand smooth enamel undercoats prior to recoating.
.14 Apply primer coat soon after surface preparation is completed to prevent
contamination of substrate.
13 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
09900–7
PAINTING
.15 Prime woodwork designated for painting as soon as possible after installation.
Prime all cut surfaces, whether exposed or not.
.17 Fill open grain woods with filler tinted to match wood and work well into grain.
Wipe excess from surface before filler sets.
.18 Apply primer-sealer coats by brush or roller. Permit to dry in accordance with
manufacturer’s recommendations before applying succeeding coats. Touch up
suction spots and sand between coats with No. 120 sandpaper.
.19 Apply primer coat to unprimed ferrous metal surfaces. Where sandblast
preparation is specified, apply specified primer immediately after blast cleaning.
.20 Apply final coats on smooth surfaces by roller or brush. Hand brush wood trim
surfaces.
3.4 COLOUR SCHEDULE
.1 Colors shall be selected by the owner from the manufacturer’s full range of
colors.
.2 Obtain colour chart giving colour schemes and gloss value for various areas from
Consultant. Colour chart shall give final selection of colours and surface textures
of all finishes, and whether finishes are transparent (natural) or opaque (paint).
3.5 SPECIAL REQUIREMENTS
.1 Remove removable grilles, covers, access panels, for mechanical and electrical
systems, from location and paint separately. Paint to match adjacent walls and
ceilings, unless otherwise directed, and replace when dry. If items are not
removable, mask adjacent areas before painting.
.2 Paint sides of access doors and frames to match the surface in which they occur.
.3 Paint exposed conduit to match colour of surface to which they are anchored.
3.6 MATERIALS AND ITEMS TO BE FINISHED
.1 Generally, and not being limited to, the following are items throughout the
interior and exterior of the building and on the site that shall be painted or
finished as part of the work of this Section.
.1 Exterior:
.1 Galvanized steel bollards.
.2 Steel lintels.
14 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
09900–8
PAINTING
.3 All exterior conduit, ducts and pipes.
.4 All exterior galvanized metal straps, hangers, plates, angles, and
brackets.
.5 Steel handrails and guardrails.
.6 Hollow metal doors, door frames, and screens.
.2 Interior:
.1 All exposed ferrous metal items including structural steel.
.2 Hollow metal doors, door frames, and screens.
.3 Backboards for electrical and telephone equipment.
.4 Interior galvanized and ferrous metal straps, hangers, plates, angles
and brackets.
.5 All interior conduit exposed to view.
.6 Steel handrails and guardrails.
3.7 MATERIALS AND ITEMS NOT TO BE FINISHED
.1 The following items are not to be painted under this Section:
.1 Stainless steel, aluminum, plated or prefinished metal surfaces.
.2 Plastic Surfaces.
.3 Items supplied with baked enamel finish.
.4 Metal and materials located in concealed duct spaces, pipe tunnels or
crawl spaces, except as otherwise noted.
.5 Anodized aluminum grilles and diffusers, pumps, air handling and other
manufactured equipment with prefinished surfaces except as otherwise
noted.
.6 Insulated pipes concealed from view, copper piping and fittings.
.7 Valves and valve handles.
.8 Nameplates on equipment.
15 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
09900–9
PAINTING
3.8 SCHEDULE OF APPLIED FINISHES
.1 For paint systems, refer to paint systems listed in MPI Manual, Chapters 2 and 3.
.2 All paint systems to be premium grade conforming to MPI Manual unless
specified otherwise.
.3 Suitable paint systems are to be used based on environment (humidity, corrosive
chemical gases, etc.), level of contract (high traffic areas, low contact area, etc.),
substrate (galvanized steel, ferrous metal), etc.
.4 Generally, and not being limited to, the following paint systems are to be used
throughout the interior and exterior of the building:
.1 Exterior Paint Systems:
.1 Steel: EXT 5.1D, semi-gloss finish.
.2 Galvanized Steel (Low contact areas): EXT 5.3A, gloss finish.
.3 Galvanized Steel (Contact areas): EXT 5.3B, semi-gloss finish.
.2 Interior Paint Systems:
.1 Steel: INT 5.1E, semi-gloss finish.
.2 Galvanized Steel: INT 5.3C, semi-gloss finish.
.3 Concrete Block: INT 4.2K, semi-gloss finish.
.4 Cast-In-Place Concrete (Above Grade): INT 3.1L, semi-gloss
finish.
END OF SECTION
16 of 83
SECTION 13010
PROCESS CONTROL - GENERAL
i
PART 1 GENERAL...................................................................................................................1
1.1. GENERAL ....................................................................................................................................... 1 1.2. COMPACTOR SUPPLIER SCOPE OF WORK ............................................................................. 1 1.3. SEQUENCE OF OPERATION- CONTRACTOR SCOPE OF WORK ......................................... 1 1.4. SUBMITTALS ................................................................................................................................. 7 1.5. STANDARDS .................................................................................................................................. 7 1.6. GENERAL REQUIREMENTS........................................................................................................ 7 1.7. PROJECT INSTRUMENTATION SYSTEMS INTEGRATOR QUALIFICATIONS .................. 8 1.8. WARRANTY ................................................................................................................................... 9
PART 2 PRODUCTS (NOT USED) ........................................................................................9
PART 3 EXECUTION (NOT USED) ......................................................................................9
17 of 83
18 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
13010–1
PROCESS CONTROL - GENERAL
SECTION 13010
PROCESS CONTROL - GENERAL
PART 1 GENERAL
1.1. GENERAL
1. The general requirements for the supply and installation of all process control
equipment as specified herein and as shown in the drawings are covered in this
section.
2. Comply with the requirements of Division 1.
3. Refer to Division 15 Mechanical and Division 16 Electrical for additional
requirements
4. Refer to the Contract Drawings to ensure completeness of installation for all items
and that these items are compatible with the control and operational intent of the
design of this project.
5. Without limitation to the following sections of this division, the equipment
supplied shall be complete with all accessory items, whether specifically
mentioned or not, so as to provide completeness of installation, controls and
operation as intended. All equipment installation shall be as recommended by the
equipment manufacturer or as described in the installation drawing.
6. Process control equipment and wiring as specified, or as shown on the drawings,
are sized for the process, electrical and mechanical equipment as specified, or as
may be necessary in the future. Any additional expense incurred because of
approved substituted process control equipment from that specified shall be borne
by the Contractor.
7. Provide all necessary equipment, tools, labour, etc. for installing and testing all
equipment supplied under this Division.
8. Modify and/or remove existing equipment as shown on the Contract Drawings.
1.2. COMPACTOR SUPPLIER SCOPE OF WORK
1. Refer to specification 13050 Compactor.
1.3. SEQUENCE OF OPERATION- CONTRACTOR SCOPE OF WORK
1. Stage 1 Demolition
1. Prior to the demolishing of the equipment the following has to be done:
1. Identification of the equipment
19 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
13010–2
PROCESS CONTROL - GENERAL
2. Shutdown Schedule to be approved
3. Actual Shutdown
4. Lockout
5. Tagout
2. Demolish existing compactor #3 and #4 with exception of Station
Annunciation Safety System, remote control panel, and main local control
Console one for each compactor.
3. Demolish and remove existing green traffic lights for compactors #3 and
#4.
4. The Station Annunciation Safety System will be re-used and re-installed
for the new compactors in similar arrangement as per contract drawings.
The existing remote control panels and main local control Console will
remain. Relocate flashing red beacon at existing remote panel to the
ceiling above trailer dropped from conduit to be visible from existing
control room. Height of lights to be determined on site. .
5. Demolish and remove existing compactor #3 and #4 power pack panels
with all associated power and control wirings with exception of hydraulic
pressure transmitters and pressure gauges.
6. Hydraulic pressure transmitters and gauges are to be re-used and re-
installed for the new power pack in similar arrangement as per contract
drawings.
7. After equipment is decommissioned contractor shall assess the condition
of the equipment and reusable equipment return to the Owner (City of
Toronto).
2. Stage 1 Construction
1. Re-install existing Station Annunciation Safety System for new
compactors #3 and #4.
2. Supply, install, wire and commission new green traffic lights on each side
of the compactor as per contract drawings and specification. Re-use
existing control and power wiring.
3. Install, wire and commission new compactor #3 and # 4 power pack
panels, one for each power pack, with associated power and control wiring
as per contract drawings and specifications. Electrical contractor shall
20 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
13010–3
PROCESS CONTROL - GENERAL
coordinate installation and commissioning of power pack panels with
Compactor Supplier.
4. Provide new wiring from existing E-stop Safety Relay (one for each
compactor) to the new Power Pack panel (one for each compactor) to cut
off (shut down) the pumps. The existing E-stop Safety Relays are located
in the existing local control panels located in the control room.
5. The System Integrator to re-commission system as per existing control
narrative (part of Compactor Control Room relocation project) and the
modification described below... The logic shall remain the same with
addition of:
1. Control for the cooling fan based on temperature reading (TIT-
0003, TIT-0004) @ Power Pack Oil tank. The back-up hardwired
control of cooling fan will be provided as part of Compactor
Vendor package.
2. Monitoring of Oil Tank Level at PLC/OIT
3. Control of Dump Valve, the valve shall be called to open once
ram has met forward/reverse limit. To allow the pressure to be
released before the ram direction is called to change.
4. Truck locking clamp system, Pump will be started by operator
only no automation required. Once pump has been started operator
will depress clamp open/close to operate truck clamping arms.
Pump will remain run until operator pushes the stop button or a
pre-set timer (available for adjustment at the OIT screen) has timed
out. (Default time five minutes.
5. Main Ram Operation Sequence: Once main hydraulic pump
motor has been called to start operator will press ram forward or
cycle start. (This operation will require a delay timer to be
accessed through the OIT for set points). Once selection has been
made the main hydraulic ram solenoids high and low pressure will
both energize to move the ram in the forward motion. Once
pressure has reached the programmed set point the low pressure
solenoid will drop out allowing the high-pressure solenoid to
remain open till the forward limit has been made or maximum set
point pressure has been met (settable at OIT). Once the ram has
completed its forward motion the high pressure solenoid will be
called to close. Upon the operator or system calling for the ram
reverse ( to be set at the OIT )the main hydraulic dump valve will
be opened to depressurize the lines before changing the ram
direction (this valve requires a set able timer at the OIT).
21 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
13010–4
PROCESS CONTROL - GENERAL
6. Ram Return motion is identical to ram forward motion
7. Cycle Counter for display at OIT
6. Supply, install, wire and commission new instruments, temperature
transmitters (TIT-0003, TIT-0004) and level transmitters (LIT-0003 and
LIT-0004) at the power pack tank for the new compactors #3 and #4 as per
contract drawings and specifications.
7. Re-install existing hydraulic pressure transmitters (PIT-0003 and PIT-
0004) and pressure gauges (PG-0003 and PG-0004) at the new power
packs for the new compactor #3 and #4. Electrical contractor shall
coordinate installation of the instruments with Compactor Supplier.
8. Supply, install and commission new cabling for power and control signals
terminated to the existing RPU as per contract drawings and
specifications.
9. Electrical contractor shall coordinate with Compactor Supplier and System
Integrator to provide complete assistance during testing and
commissioning.
10. Provide, as required, conduits for control and power wiring as per
Division 16 Electrical.
3. Stage 2 Demolition
1. At the beginning of Stage 2, new compactors #3 and #4 must be
commissioned and accepted. When the Client (City of Toronto) is satisfied
with functionality and control of new compactors, demolishing of existing
compactor #1 and #2 can began.
2. Prior to the demolishing of the equipment the following has to be done:
1. Identification of the equipment
2. Shutdown Schedule to be approved
3. Actual Shutdown
4. Lockout
5. Tagout
3. Demolish existing compactor #1 and #2 with exception of Station
Annunciation Safety System, remote control panel, and main local control
Console one for each compactor.
22 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
13010–5
PROCESS CONTROL - GENERAL
4. Demolish and remove existing green traffic lights for compactors #1 and
#2.
5. The Station Annunciation Safety System will be re-used and re-installed
for the new compactors in similar arrangement as per contract drawings.
The existing remote control panels and main local control Console will
remain. Relocate flashing red beacon at existing remote panel to the
ceiling above trailer dropped from conduit to be visible from existing
control room. Height of lights to be determined on site.
6. Demolish and remove existing compactor #1 and #2 power pack panels
with all associated power and control wirings with exception of hydraulic
pressure transmitters and pressure gauges.
7. Hydraulic pressure transmitters and gauges are to be re-used and re-
installed for the new power pack in similar arrangement as per contract
drawings.
8. After equipment is decommissioned contractor shall assess the condition
of the equipment and reusable equipment return to the Owner (City of
Toronto).
4. Stage 2 Construction
1. Re-install existing Station Annunciation Safety System for new
compactors #1 and #2.
2. Supply, install, wire and commission new green traffic lights on each side
of the compactor as per contract drawings and specification. Re-use
existing control and power wiring.
3. Install, wire and commission new compactor #1 and # 2 power pack
panels, one for each power pack, with associated power and control wiring
as per contract drawings and specifications. Electrical contractor shall
coordinate installation and commissioning of power pack panels with
Compactor Supplier.
4. Provide new wiring from existing E-stop Safety Relay (one for each
compactor) to the new Power Pack panel (one for each compactor) to cut
off (shut down) the pumps. The existing E-stop Safety Relays are located
in the existing local control panels located in the control room.
5. The System Integrator to re-commission system as per existing control
narrative (part of Compactor Control Room relocation project) and the
modification described below. The logic shall mostly remain the same
with addition of:
23 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
13010–6
PROCESS CONTROL - GENERAL
1. Control for the cooling fan based on temperature reading (TIT-
0001 TIT-0002) @ Power Pack Oil tank. The back-up hardwired
control of cooling fan will be provided as part of Compactor
Vendor package.
2. Monitoring of Oil Tank Level at PLC/OIT
3. Control of Dump Valve, the valve shall be called to open once
ram has met forward/reverse limit. To allow the pressure to be
released before the ram direction is called to change.
4. Truck locking clamp system, Pump will be started by operator
only no automation required. Once pump has been started operator
will depress clamp open/close to operate truck clamping arms.
Pump will remain run until operator pushes the stop button or a
pre-set timer (available for adjustment at the OIT screen) has timed
out. (Default time five minutes).
5. Main ram pump operation sequence, Once main hydraulic pump
motor has been called to start operator will press ram forward or
cycle start. (This operation will require a delay timer to be
accessed through the OIT for set points). Once selection has been
made the main hydraulic ram solenoids high and low pressure will
both energize to move the ram in the forward motion. Once
pressure has reached the programmed set point the low pressure
solenoid will drop out allowing the high-pressure solenoid to
remain open till the forward limit has been made or maximum set
point pressure has been met (settable at OIT). Once the ram has
completed its forward motion the high pressure solenoid will be
called to close. Upon the operator or system calling for the ram
reverse ( to be set at the OIT )the main hydraulic dump valve will
be opened to depressurize the lines before changing the ram
direction (this valve requires a set able timer at the OIT).
6. Ram reverse motion is identical to the ram forward motion.
7. Cycle Counter for display at OIT
6. Supply, install, wire and commission new instruments, temperature
transmitters (TIT-0001, TIT-0002) and level transmitters (LIT-0001 and
LIT-0002) at the power pack tanks for the new compactors #1 and #2 as
per contract drawings and specifications.
7. Re-install existing hydraulic pressure transmitters (PIT-0001 and PIT-
0002) and pressure gauges (PG-0001 and PG-0002) at the power pack for
the new compactor #1 and #2. Electrical contractor shall coordinate
installation of the instruments with Compactor Supplier.
24 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
13010–7
PROCESS CONTROL - GENERAL
8. Supply, install and commission new cabling for power and control signals
terminated to the existing RPU as per contract drawings and
specifications.
9. Electrical contractor shall coordinate with Compactor Supplier and System
Integrator to provide complete assistance during testing and
commissioning.
1.4. SUBMITTALS
1. Comply with the requirements of Section 01300. Instrument submittal
requirements are in Section 13105.
2. Working drawings must be submitted and reviewed for all equipment in Division
13 before ordering or fabrication.
3. Provide a complete listing of recommended supplies for each type of supplied
equipment.
1.5. STANDARDS
1. All equipment and workmanship shall conform to the applicable standards
established by ASTM, CEC, OESC, CGSB, CSA and Electrical Safety Authority.
Where conflicting standards occur, the more stringent standard shall be applied.
2. All field devices shall be rated as noted on the Instrument List.
3. Comply with all the applicable Municipal, Provincial, and Federal regulations and
by-laws. Provide all necessary licenses, permits, approvals and certificates.
4. Provide regular inspections and a final inspection with the local Electrical Safety
Authority office(s).
1.6. GENERAL REQUIREMENTS
1. Provide all supplies used during and prior to acceptance of equipment. In
addition, provide an estimated one year’s supply of materials necessary for
normal operation and scheduled maintenance of all equipment.
1. Supplies shall be furnished in the original sealed containers, correctly
identified as to brand and grade, and with reference to the particular piece
of equipment for which it is intended.
2. Please see the individual equipment specifications for details on required
supplies.
2. The equipment specified shall generally be an “all electronic” control system,
with 4-20 mA DC linear outputs from all instruments, unless otherwise noted.
25 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
13010–8
PROCESS CONTROL - GENERAL
Equipment shall be suitable for 120 VAC, 60 Hz, single phase operation, or
24 VDC operations as shown on the drawings or described in Specifications.
3. Transmitting equipment shall generally be based on the force balance principle
with minimum movement of any part and having receiving and control equipment
compatible with the transmitting equipment. All equipment shall have a
demonstratively good maintenance record.
4. Supply and install all required current isolators, signal conditioners, etc., which
may or may not be shown, but which are required for the entire control and
instrumentation system to operate as intended.
5. The entire system has been designed for operation on standby power. All
instrument components shall have ample margin to withstand transient and other
surge voltages which may occur, including transient periods under change over
conditions.
6. All equipment mounted outdoors shall be installed in enclosures rated also for
EEMAC 3R service, with heaters, and be suitable for operating in temperatures
from 30 to +50°C.
7. All instrument local indicators shall be in metric engineering units unless
specified otherwise.
8. All instruments requiring wet taps shall be installed plumb such that all wetted
parts are below the elevation of the lowest pipe wall tap. All process connections
shall be 25 mm NPT - female, with pressure instruments to 25 mm, NPT male.
9. All panels and instruments shall be complete with factory applied finishes.
Repaint all damaged factory applied finishes.
1.7. PROJECT INSTRUMENTATION SYSTEMS INTEGRATOR QUALIFICATIONS
1. The System Integrator is to provide the following:
1. System Integrator to adhere to all requirements of the Design Package
including all specifications, drawings, and process control narrative
(PCN).
2. Provide SCADA/RPU programming, testing and commissioning in
accordance with City of Toronto’s PCS standards. Programming to be
provided by an approved System Integrator.
3. SCADA programming documentation to be in accordance with the City of
Toronto’s PCS Implementation manual.
4. Co-ordinate with the General Contractor and all sub-contractors to provide
complete assistance during site commissioning and acceptance tests of all
26 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
13010–9
PROCESS CONTROL - GENERAL
Field Equipment, PLC programs and SCADA software integration.
Provide complete I/O checkout coordination together with the General
Contractor and subcontractors.
2. SCADA/RPU programming to be provided by the following approved System
Integrator:
1. MAAK Technologies Group Inc. 9133 Leslie Street, Suite 201 Richmond Hill, Ontario, L4B 4N1 Telephone: (905) 326-9833
2. Eramosa 90 Woodlawn Road West Guelph, Ontario, N1H 1B2 Telephone: (519) 763-7774
3. Hatch Mott MacDonald 15 Allstate Parkway, Suite 300 Markham, Ontario, L3R 5BN Telephone: (905) 943-9600
1.8. WARRANTY
See Section 01010 – Summary of Work.
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION (NOT USED)
END OF SECTION
27 of 83
SECTION 13050
COMPACTOR
i
PART 1 GENERAL...................................................................................................................1
1.1 RELATED SECTIONS .................................................................................................................... 1 1.2 SHOP DRAWINGS ......................................................................................................................... 1 1.3 MAINTENANCE AND WARRANTY ........................................................................................... 2
PART 2 PRODUCTS ................................................................................................................2
2.1 COMPACTOR ................................................................................................................................. 2 2.2 COMPACTOR FRAME .................................................................................................................. 5 2.3 HOPPER ........................................................................................................................................... 5 2.4 COMPACTOR ACCESSORIES ..................................................................................................... 5 2.5 POWER UNIT ................................................................................................................................. 5 2.6 OIL COOLER (HYDRAULIC) ....................................................................................................... 6 2.7 TRAILER GRAB ASSEMBLIES (CLAMPS GRAB BARS) ......................................................... 6 2.8 QUALITY OF MATERIALS .......................................................................................................... 7 2.9 POWER PACK CONTROL PANEL ............................................................................................... 7 2.10 REMOTE CONTROL PANEL ...................................................................................................... 10 2.11 LOCAL CONTROL PANEL ......................................................................................................... 10 2.12 ACCEPTABLE MANUFACTURER ............................................................................................ 10
PART 3 EXECUTION ............................................................................................................10
3.1 GENERAL ..................................................................................................................................... 10 3.2 FACTORY INSPECTION AND TESTING .................................................................................. 11 3.3 SUPERVISION OF INSTALLATION AND TESTING ............................................................... 11 3.4 WARRANTY ................................................................................................................................. 11 3.5 COMMISSIONING ....................................................................................................................... 12
28 of 83
29 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
13050–1
COMPACTOR
SECTION 13050
COMPACTOR
PART 1 GENERAL
1.1 RELATED SECTIONS
.1 Division 1: Section 01300: Submittal Procedures
.2 Division 15: Section 15050: Basic Mechanical Materials and Methods
.3 Division 16: Section 16010: Electrical General Requirements
1.2 SHOP DRAWINGS
.1 Submit shop drawings and product data sheets in accordance with Section 01300,
Procedures.
.2 Indicate description of components, materials, attachment devices and finishes.
Provide plan layouts including attachment locations.
.3 Height of side grabs shall be designed to suit the City’s full fleet of trucks that
may haul from the Transfer Station. The side grabs shall have a passive rubber
guard for all four (4) compactors.
.4 Indicate all wiring requirements between the main panels, control panels, power
pack panels, limit switches, status lights and other devices. All wiring shall be run
in rigid galvanized steel conduit. Coordinate wiring requirements with the
selected Compactor Manufacturer at the time of tendering and include in the
contact amount.
.5 Submit independent testing agency or evaluation service reports verifying
compliance with specified performance requirements.
.6 Shop drawings for compactor including powerpacks and control panels and the
associated mechanical and electronic components shall be stamped by a
Professional Engineer licensed to practice in Ontario.
.7 The Contractor shall submit a shop drawing package of the complete hydraulic
configuration within the power pack room. The purpose of this submission is to
allow WSP and the City to confirm that the design of the new power packs, and
the proposed layout of the hydraulic piping and other components will not create
any major space constraints after installation in the existing power pack room.
This will ensure that any components will not be unreasonably difficult to access
by the City’s operations staff. This shop drawing package shall be submitted and
finalized before fabrication of the power packs and installation of any hydraulic
piping begins. The shop drawing package shall consist of:
30 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
13050–2
COMPACTOR
.1 A to-scale 3D BIM Model of power pack room complete with all existing
and new power packs, hydraulic piping, hoses, and any other components
or features that may compromise accessibility between the power packs
.2 One (1) plan drawing of the power pack room showing all relevant
dimensions of all new power packs, hydraulic piping, hoses, and any other
components or features that may compromise accessibility between the
power packs, as installed.
.3 One (1) east elevation drawing of the power pack room showing all
relevant dimensions of the existing and new power packs, hydraulic
piping, hoses, and any other components or features that may compromise
accessibility between the power packs, as installed.
1.3 MAINTENANCE AND WARRANTY
.1 Standard oil and filter checks for five-year Warranty Period.
PART 2 PRODUCTS
2.1 COMPACTOR
.1 All four (4) compactors shall be as per the following specifications. The
Compactor shall meet all of the specified items as identified under this section.
.2 Overall Dimensions
.1 Length: 9246 mm.
.2 Width: 2438 mm.
.3 Deck Height: 1689 mm.
.4 Charge chamber length: 3048 mm.
.5 Charge chamber width: 1981 mm.
.6 Ram height: 1219 mm.
.7 Ram width: 1943 mm.
.3 Compactor Shell
.1 Horizontal side stiffeners (top and bottom): 203 mm x 152 mm x 10 mm
HSS.
.2 Vertical side stiffeners: 152 mm x 152 mm x 10 mm thick formed.
.3 Corner posts: 25 mm x 203 mm x 12 mm HSS (capped).
31 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
13050–3
COMPACTOR
.4 Rear bolt on exterior side panels: 3 mm plate.
.5 Inner rear side walls: 25 mm plate.
.6 Charge chamber base layer side walls: 12 mm plate.
.7 Charge chamber top layer side walls: 12 mm AR400 (plug weld to base
layer).
.8 Charge chamber base layer floor: 12 mm plate.
.9 Charge chamber top layer side walls: 12 mm AR400 (plug weld to base
layer).
.10 Floor stiffeners: 152 mm at 13 channel on 607 mm centers.
.11 Rear cylinder mounts: welded I-beams, 381 mmW x 38 mm thick top and
bottom c/w 203 mmW x 38 mm thick vertical section and 330 mm x
432 mm x 12 mm corner gussets.
.12 Cylinder pin mounts: 203 mm x 203 mm x 38 mm thick c/w clearance
hole for 76 mm diameter pin.
.13 Ram scraper bar: two part design c/w 102 mm x 76 mm x 10 mm angle
base and 152 mm W x 12 mm thick outer hinged scraper section.
.14 Cylinder support saddle: 102 mm x 102 mm x 10 mm HSS vertical
stiffener mounted at a distance of 3759 mm from the rear of the
compactor.
.15 Ram hold downs: 51 mm x 51 mm square bar.
.16 Breaker bar: 381 mm x 305 mm x 51 mm welded angle.
.17 Upper deck cross members: 76 mm at 4.1 channel on 508 mm centers.
.18 Upper deck finish: 3 mm plate (last 914 mm to be bolt-on).
.4 Press Head
.1 Top: 12 mm plate.
.2 Top stiffeners: 76 mm at 4.1 channels on 406 mm centers.
.3 Side walls: 12 mm plate.
.4 Floor: 12 mm AR400 plate.
.5 Floor stiffeners: 76 mm at 4.1 channels on 406 mm centers.
32 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
13050–4
COMPACTOR
.6 Face design: curved (per drawing detail A-1).
.7 Curved surface can be formed or welded sections.
.8 Face: 32 mm plate.
.9 Cylinder mounts: 38 mm plate c/w 229 mm x 229 mm x 10 mm corner
gussets.
.5 Cylinder
.1 Diameter: 229 mm.
.2 Stroke length: 4623 mm.
.3 Rod diameter: 178 mm.
.4 Pin diameter: 76 mm.
.5 Number of ports: 76 mm.
.6 Welded end cap design.
.6 Ram Geometry
.1 Ram penetration into the truck to be 1625 mm.
.2 Ram cross section dimensions to be 1219 mm high by 1943 mm wide.
.3 Front of the ram to be tilted and curved as per Figure 1 below:
.4 Compactors to be designed to operate at 3000 psi.
33 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
13050–5
COMPACTOR
.5 The rubber truck bumper guards shall be located in the middle of the
compactor and not on the outer edges as installed on the existing units.
.7 Supply all hydraulics and controls for automatic and manual operation including:
.1 Power Pack panel.
.8 Upon completion of all work, test and commission the compactors and all of their
components.
.9 All work shall be performed by qualified tradesmen with valid provincial trade
qualification certificates.
.10 All parts and equipment to be sized according to the compactor application and
meeting all local codes and industry standards such as ANSI “Stationary
Compactor Safety Requirements, CMMA, CSA, NEMA, MCI, UL.
2.2 COMPACTOR FRAME
.1 Provide all structural steel in accordance with CSA G40.21 M, Grade 300W.
Fabricate structural steel to CAN3 S16.1-M. Weld in accordance with CSA
W47.1 and CSA W59.1 and AWS D1.1.
2.3 HOPPER
.1 Supply and install custom fabricated hoppers to dimensions shown on drawings.
Hoppers shall be supported by compactor. Hoppers shall be fabricated with
AR400 plate, min 12 mm thick. Supply and install hoppers complete with
stiffeners, connections, hardware and other miscellaneous metals. Provide P.Eng.
stamped drawings for hopper.
2.4 COMPACTOR ACCESSORIES
.1 Supply and install floor mounted steel push plate at the mouth of the compactor
discharge. The floor mounted steel push plate shall have ends extending out equal
to the push plates on all four (4) compactors.
.2 Pressure setting pins shall be on both sides of box and withstand maximum
pressure of 3000 psi.
2.5 POWER UNIT
.1 Each power unit shall be suitable to produce 3000 psi and finishing a return stroke
(complete cycle) in 35 seconds while under pressure. Power unit also requires an
unloading system to minimize the retraction time of the packing cylinder. Power
units shall have an automatic pack out mode. Provide high temperature and low
oil shut off systems. Manufacturer must consider all hydraulic losses and loads
on the equipment design due to the hydraulic oil-piping configuration. Provide
34 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
13050–6
COMPACTOR
suitable accumulators for shock absorption on lines. Accumulators will by the
Contractor. All piping between the power units and the transfer compactors will
be supplied and installed by others.
.2 Each power pack shall have an interlock with the Fire Alarm/Heat detectors so the
power packs will shut down during an alarm. This is a requirement from FM
Global.
.3 The power pack shall have a separate pumping system for the Ram/Filtration
system, the Grab bars and the oil cooler.
.4 The Filtration system to be provided by minimum 10 micron spin-on canister
together with an additional oil filtration system installed on the tank (Kleenoil
model KU85-9788 or approved equivalent). Equipment must be equipped with
complete hydraulic oil fill.
.5 Oil reserve volume: 300 gallons.
.6 Oil type: 32 grade.
.7 Overall length of reservoir: 1829 mm.
.8 Overall width of reservoir: 914 mm.
.9 Overall height to top of reservoir: 1067 mm.
.10 Motor: 75hp (TEFC), Voltage: 575 V, 3 phase 77A FLC for the Ram/Filtration
system (Main Pump).
.11 Pump type: Hi-lo (vane – variable displacement piston pump).
.12 High pump capacity: 87 gpm.
.13 Low pump capacity: 35 gpm.
2.6 OIL COOLER (HYDRAULIC)
.1 The power unit is to be accompanied by an external hydraulic oil cooling system.
.2 Motor size: 10 hp.
.3 Voltage: 575 V, 3 phase, 9.9A FLC.
.4 Heat exchanger: air to oil.
2.7 TRAILER GRAB ASSEMBLIES (CLAMPS GRAB BARS)
.1 One mechanism is required, a hydraulically operated system that grabs the sides
of the trailer.
35 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
13050–7
COMPACTOR
.2 Dimension between the hook shall be no less than 110 inches, enough to fit all
trailer arrangements. Hooks shall be straight, designed to hook a trailer that is
within 5 degrees out of square from the compactor and both hooks must be
designed to tolerate non equal forces on them.
.3 Engaging trailer grab system capable of withstanding all forces produced by the
compactor is required for each unit.
.4 Height of trailer hooks to be 76 inches from the center of the hooks above
finished floor.
.5 Motor size: 5 hp.
.6 Voltage: 575 V, 3 phase, 4.9A FLC.
2.8 QUALITY OF MATERIALS
.1 All materials shall be new and in perfect condition, free from defects impairing
strength, durability or appearance.
.2 All exposed metal fastenings and accessories shall be of the same material,
texture and finish as the base metal to which they are applied or fastened, unless
otherwise specified.
.3 Steel sections and plates: to ASTM A36 or better where specified.
.4 Bolts, nuts and washers: to ASTM A307-76B.
.5 Welding materials: to CSA W59-1982.
.6 Shop primer: rust inhibited.
2.9 POWER PACK CONTROL PANEL
.1 This weather tight main control panels has a disconnect, one set of 3 phase fuse
blocks, and one motor starter is mounted on the wall and inter-wired with the
hydraulic power unit, and has provision for shutdown on activation of building
fire alarm system.
.2 Control panels requirements
.1 Enclosure shall be EEMAC 12 classification, sized as required, and be
equipped with a front access door.
.2 Enclosure shall be fabricated of high grade cold rolled sheet steel, 12
gauge 3.5 mm.
36 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
13050–8
COMPACTOR
.3 Enclosure shall be rigidly braced and stiffened to prevent any “bowing” or
deformation during the shipping or installation.
.4 All doors and edges shall be neatly turned in and smooth finished. No
visible welding seams will be accepted.
.5 Enclosure shall be completely dead front type with flush panel mounted
equipment having back connection terminals.
.6 Back plates to be 2.7 mm mild sheet steel mounted on four (4) 10 mm
collar studs.
.7 Unless otherwise indicated, doors are to be flush fitting, gasketted, hung
on concealed or piano type hinges with a 3-point latch and locking type
handle.
.8 Control Panels are to come complete with corrosion resistant stainless
steel screws, bolts, fasteners, hinges, and door handles, etc.
.9 Exterior welds to a smooth finish free of burrs. Make surfaces free of
ridges, nuts, bolt heads, and similar protrusions.
.10 Conduit Entry into the Control Panel shall be from sides or through the
bottom.
.11 Seal all conduit entry points and openings through the use of gaskets and
other means within the panel such that panels maintain their appropriate
NEMA/EEMAC rating.
.12 Provide 50mm stainless steel spacers between panel and wall.
.13 Cut, punch, or drill cutouts for face-of-panel mounted instruments and
smoothly finish with rounded edges.
.14 Use panel fabrication techniques that allow for removal and maintenance
of all equipment after installation.
.15 Fabricate panels; install instruments, plumb and wire in the factory.
Arrange wiring and tubing terminations in the control panel to match floor
(and or ceiling) openings. Test wiring and plumbing prior to shipment.
.16 Environmental Protection
.1 Provide internal condensation protection on all panels.
.2 Provide louvers, forced ventilation, or air conditioners, as required,
to limit temperature build-up to a maximum of 40 degrees C to
protect equipment.
37 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
13050–9
COMPACTOR
.3 Provide HEPA air filter, where external air is brought into the
panel, to reduce dust on electrical equipment.
.3 Accepted Manufactures:, Hammond, Hoffman, Ralston, Rittal
.4 The power pack panel consists of the following functions:
.1 EMERGENCY STOP – Push Button/Light
.1 The existing E-stop pushbutton/ light shall be re-used and rewired.
Function: Depressing this button will shut down all operations
immediately and remain deactivated until the button is retracted.
.2 ON – Green Light
.1 Provide pilot light as per specification 13350 Selector Switches
Pushbuttons and Indicating Lights and contract drawings.
Function: This light illuminates when the ON/OFF switch is turned
to the ON position.
.3 Red Flashing Horn and Light
.1 Re-used existing Red Flashing Horn and Light
.4 Provide the following dry contacts for indication and control from PLC:
.1 Main Pump Running
.2 Main Pump Overload/ Fault
.3 Clamp Pump Running
.4 Clamp Pump Overload/Fault
.5 Main Pump Start Command
.6 Hydraulic Circulation Pump Start Command
.7 Clamp Pump Start Command
.8 Cooling Fan Start Command
.9 RAM Forward Low Pressure Solenoid
.10 RAM Forward High Pressure Solenoid
.11 RAM Return Low Pressure Solenoid
38 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
13050–10
COMPACTOR
.12 RAM Return High Pressure Solenoid
.13 Locking Arm (Lock Bin) Close
.14 Locking Arm (Unlock –Bin) Open
.15 Dump Valve Open Command
2.10 REMOTE CONTROL PANEL
.1 The existing local control panel shall be modify to include additional
pushbuttons/lights. See contract drawings and specification 13350 Selector
Switches, Pushbuttons and Indication Lights and 13320 Panel Wiring for more
details.
.2 The Contractor shall ensure that the complete compactor system supplied is fully
compatible with the remote control panel as installed under the Control Room
Relocation project at the Scarborough Transfer Station.
2.11 LOCAL CONTROL PANEL
.1 The Contractor shall ensure that the complete compactor system supplied is fully
compatible with the local control panel as installed under the Control Room
Relocation project at the Scarborough Transfer Station.
2.12 ACCEPTABLE MANUFACTURER
.1 The Compactor is to be custom designed and fabricated and shall meet all of the
specified requirements as identified under this section.
.2 The following are acceptable manufacturers for this contract:
.1 Metro Compactor Services Inc.
.2 Bilt-Rite Disposal Equipment Ltd.
.3 Reaction Distributing Inc.
PART 3 EXECUTION
3.1 GENERAL
.1 Delivery of the compactors/power packs and other key equipment shall not be
shipped to site until it is ready for installation. Site storage of compactors is not
permitted and the City will not reimburse the Contractor for any cost associated
39 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
13050–11
COMPACTOR
with storage. The City will not pay for a down payment of the compactors/power
packs to the manufacturer; this will be the responsibility of the contractor. They
city will only reimburse the cost for the compactor/power pack to the contractor
once the compactor/power pack are on site.
.2 The compactors are to be installed in two (2) stages, with each stage including the
installation of two compactors. Stage 1 is to consist of compactors 3 and 4 and
Stage 2 is to consist of compactors 1 and 2. The City may elect to reverse the
order of replacement at their sole discretion. No cost may be claimed by the
Contractor resulting from a change in the order of installation.
3.2 FACTORY INSPECTION AND TESTING
.1 The City of Toronto authorized representative shall have the right to inspect the
work during all stages of production, fabrication, assembly and testing, whether at
the supplier’s own shop or those of other parties furnishing materials or
equipment to the supplier.
.2 The supplier shall notify the City of Toronto with sufficient time in advance of
making the various tests described under each item to enable the City of Toronto
representative to be present.
.3 The Contactor shall submit a test run procedure for the Engineer to review in
advance of the Factory Acceptance Test (FAT). The FAT shall not be held until
the test run procedure has been reviewed and accepted by the Engineer.
.4 All compactors shall be tested with the maximum operating pressure of 3000 psi
applied. A pressure gauge shall be installed as part of the test system so that the
pressure being applied can be accurately verified.
3.3 SUPERVISION OF INSTALLATION AND TESTING
.1 The vendor shall be responsible for providing accurate and detailed shop
drawings for detailed installation. Field verification of all dimensions is required
by the vendor.
3.4 WARRANTY
.1 The supplier shall take total responsibility for the proper performance and
warranty of the compactors and accessories. The extent of the warranty period
shall be two (2) years from the initial start-up of the equipment. The compactors
and accessories shall be designed and guaranteed to meet the designed
performance criteria as outlined in the Specifications. The warranty shall be
inclusive of material and labour (removal of defective parts and installation of
new replacement parts).
40 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
13050–12
COMPACTOR
3.5 COMMISSIONING
.1 Compactors 3 and 4 shall be fully commissioned and accepted by the City before
work on Compactors 1 and 2 may commence.
.2 The vendor shall submit the following documents at the completion of the work.
.1 The manufacturer’s certification of correctness of the installation for the
compactors, hoppers and associated components.
.2 The manuals for all materials and supplies.
.3 After completion of the work as specified herein, and after all the required
documents stated above have been submitted by the vendor and reviewed by the
City of Toronto, a complete operational trial shall be carried out by the City of
Toronto and witnessed by the supplier. Any deficiencies found thereof traceable
to the supplier shall be made good and the trial repeated to the satisfaction of and
at no cost to the City of Toronto.
END OF SECTION
41 of 83
13105 - I/O LIST
Typical for COMPACTOR #4,1 &2 I/O POINTS
Rack Slot Point Type Card Description Tag Comments
0 PS 1746-P2 Power Supply0 - CPU 1747-L552 CPU Processor, 32K1 0 DI 1746-IA16 Emergency Stop CMP-0003-HAS
1 DI ON / OFF/ Remote Selector Switch in Remote CMP-0003-YNA Local Control Panel (LCP)2 DI Main Pump Start (Push Button) HMSH-0003A-MH LCP3 DI RAM Forward Push Button HMS-0003-MNH LCP4 DI RAM Return Push Button HMS-0003-MNL LCP5 DI RAM Forward Joy Stick HS-0003-MNH Remote Control Panel (RCP)6 DI RAM Return Joy Stick HS-0003-MNL RCP7 DI Main Pump Running P-0003-MN MCC8 DI Main Pump Overload/Fault P-0003-MF MCC9 DI Safety Relay in Fault SQ-0003-XA Local Control Panel (LCP)
10 DI Spare11 DI ON / OFF/ Remote Selector Switch in ON (Local) CMP-0003-YNB Local Control Panel (LCP)12 DI Start Auto Pack Push Button HMSF-0003-MH LCP13 DI Cycle Start Push Button HMSS-0003-MH LCP14 DI Forward - Limit SW ZS-0003-MNH Packer Structure15 DI Return - Limit SW ZS-0003-MNL Packer Structure
2 0 DO 1746-OA16 Cooling Fan Start Command FN-0003-MH Power Pack1 DO Main Pump Start Command P-0003-MH Power Pack2 DO Spare3 DO Spare4 DO Cycle Start Warning (Beacon) LTG-0003A-HMD Field5 DO Loading Light (Beacon) LTG-0003B-HMD Tipping Floor6 DO Main Pump Stop Pilot Light HMSP-0003A-OFF LCP7 DO Auto Pack Pilot Light HMSF-0003-ON LCP8 DO Remote Enable Pilot Light HMS-0003-ON RCP9 DO Cycle Start Horn YAN-0003-HMD Field
10 DO Hydraulic Circulating Pump Start Command (Run) HP-0003-MH Power Pack11 DO Traffic Light Signal Green - Latch = Off LTG-003C-HMD Field12 DO Locking Arm Solenoid-Close V-0003-VL Packer Structure13 DO Locking Arm Solenoid-Open V-0003-VH Packer Structure14 DO Cycle Start Pilot Light HMSS-0003-ON LCP15 DO Main Pump Start Pilot Light HMSP-0003A-ON LCP
3 0 DI 1746-IA16 Locking Arm (Lock Bin)-Close HS-0003-ZH Remote Control Panel (RCP)1 DI Locking Arm (Unlock Bin)-Open HS-0003-ZL Remote Control Panel (RCP)2 DI UPS Fault UPS-0003-XA RPU panel3 DI UPS Low Batterry UPS-0003-EA RPU panel4 DI UPS Power Failure UPS-0003-EAL RPU panel5 DI Main Pump Stop (Push Button ) HMSB-0003A-MB LCP6 DI Main Pump Start (Push Button) HMSH-0003B-MH RCP7 DI Main Pump Stop (Push Button) HMSB-0003B-MB RCP
8 DI Clamp Pump Start (Push Button) HMSH-0003C-MH RCP
9 DI Clamp Pump Stop (Push Button) HMSH-0003C-MB RCP
10 DI Clamp Pump Running CP-0003-MN Power Pack Panel
11 DI Clamp Pump Overload/Fault CP-0003-MF Power Pack Panel
12 DI Spare13 DI Spare14 DI Spare15 DI Spare
4 0 DO 1746-OA16 Dump Valve Open DV-0003-VH Power Pack Panel
1 DO Emergency Stop Light HMS-0003-HAS LCP2 DO RAM Forward Light HMSF-0003-ON LCP3 DO RAM Return Light HMSR-0003-ON LCP4 DO System Troubles Light HMST-0003-ON LCP5 DO Main Pump Start Pilot Light HMSP-0003B-ON RCP6 DO Main Pump Stop Pilot Light HMSP-0003B-OFF RCP
7 DO Clamp Pump Start Command CP-0003-MH Power Pack Panel
8 DO Clamp Pump Start Pilot Light HMSP-0003C-ON RCP
9 DO Clamp Pump Stop Pilot Light HMSP-0003D-OFF RCP
10 DO Spare
11 DO Spare
12 DO RAM Forward Low Pressure Solenoid V-0003A-MNH Power Pack Panel
13 DO RAM Forward High Pressure Solenoid V-0003B-MNH Power Pack Panel
14 DO RAM Return Low Pressure Solenoid V-0003A-MNL Power Pack Panel
15 DO RAM Return High Pressure Solenoid V-0003B-MNL Power Pack Panel
5 - - Spare Spare Slot6 - - Spare Spare Slot7 - - Spare Spare Slot8 0 AI 1746-NI4 Pressure Indication PIT-0003-PI Power Pack
1 AI Oil Temperature Indication TIT-0003-TI Power Pack
2 AI Oil Level Indication LIT-0003-TI Power Pack
3 AI Spare9 0 AO 1746-NO4I Spare Spare AO card
1 AO Spare2 AO Spare3 AO Spare
City of TorontoScarbourgh RPU I/O List
Existing PLC
42 of 83
SECTION 13320
PANEL WIRING
i
PART 1 GENERAL...................................................................................................................1
1.1 GENERAL ....................................................................................................................................... 1
PART 2 PRODUCTS ................................................................................................................1
2.1 INTERNAL WIRING ...................................................................................................................... 1 2.2 TERMINAL BLOCKS ..................................................................................................................... 2 2.3 GROUNDING .................................................................................................................................. 3 2.4 SIGNALS AND INTERFACES ...................................................................................................... 4
PART 3 EXECUTION (NOT USED) ......................................................................................4
43 of 83
44 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
13320–1
PANEL WIRING
SECTION 13320
PANEL WIRING
PART 1 GENERAL
1.1 GENERAL
.1 Comply with the requirements of Division 1 and Section 13010 – Process Control
General.
PART 2 PRODUCTS
2.1 INTERNAL WIRING
.1 Size and install all wire and cable in accordance with CSA, Ontario Electrical
Safety Code, IEEE and other applicable electrical safety codes.
.2 Terminate all internal panel wiring to external devices at the terminal strips.
Connect all field wiring to one side of the terminal strip. Connect all panel wiring
to be connected to the opposite side. Arrange terminals for external connects in
consecutive order for conductors within a given cable.
.3 Provide continuous wire between the power supply point and the load point
without splices.
.4 Use flexible, stranded, copper TEW wiring. Run wires in continuous lengths from
terminal to terminal. Do not splice wires.
.5 For analog signal wiring, use uniformly twisted shielded pairs not smaller than
CSA 0.823 mm2 (18 AWG) with a minimum of six twists per 300 mm (1 foot).
Separate analog signal wiring at least 150 mm (6 inches) from power wiring.
Provide continuous foil or metalized plastic shields with 100 percent coverage.
Include a drain wire in continuous contact with the shield. Multiple cables must
have an overall shield and individual shields for each signal cable.
.6 Use CSA= 1.3 mm² (16 AWG) if approved under the local electrical authority or
larger for control signal wiring.
.7 Use power wiring with insulation rated at 600 V. Use CSA= 3.31 mm² (12 AWG)
or larger for power wiring.
.8 Physically separate power cables from analogue signals and communication
cables using plastic wireways. Segregate signal wiring from control power wiring
to the following categories: 120 Vac, 24 Vdc analogue, 24 Vdc digital,
communication wiring.
45 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
13320–2
PANEL WIRING
.9 Use plastic wiring wraps to bundle wires, outside of wiring ducts. Securely fasten
the bundles to the steel structure at intervals not exceeding 300 mm (12 inches).
Each bundle contains 30 conductors maximum. Use Panduit, or equal wiring
ducts and size to provide a minimum of 20 percent spare space not less than 5 per
terminal block.
.10 Provide Velcro tie wraps (Hubbell or Panduit) for bundling and securing all
wiring not enclosed in duct. Do not intermix signals within the same bundle or
duct.
.11 Wire each I/O point to field wire interface terminal blocks. Include wiring for
spare I/O points.
.12 Use twisted unshielded wire for other DC signals and segregate from wire
conducting AC signals.
.13 Colour code wiring as follows:
.1 Line and load circuits AC or DC power: Black.
.2 AC control circuits: Red.
.3 DC control circuits: Blue.
.4 Interlock control circuits on the panel energized from external source:
Yellow.
.5 DC signal grounding conductors: Green/White Stripes.
.6 Equipment grounding conductors: Green.
.7 Current carrying grounded conductor (neutral): White.
.8 Intrinsically safe light: Blue.
.14 Use PVC crimped sleeve type wire tag identifications with legible machine
printed markings and numbers. Adhesive or taped-on tags are not acceptable.
.15 Minimum spacing between two (2) rows of terminal blocks shall be 80 mm
(3 inches).
2.2 TERMINAL BLOCKS
.1 Provide DIN style high density, rail mount type terminal blocks.
.2 Provide mounting rails as required with one end stop at each end of rail.
.3 Space terminal block strips no closer than 150 mm centre to centre.
46 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
13320–3
PANEL WIRING
.4 Provide a continuous marking strip with the terminals.
.5 Provide a separate terminal for terminating each shield wire.
.6 Provide terminal block barriers to separate 24 VDC instrument loops, 120 VAC
power, 120 VAC control wiring, 24 VDC control wiring and grounding.
.7 Reserve one side of each terminal strip for field incoming conductors. Do not
make common connections and jumpers required for internal wiring on the field
side of the terminal. Terminate no more than one wire at any one terminal except
where jumper wires are needed for internal wiring in which case two wires may
be connected.
.8 Provide a minimum of 25 percent spare terminals on each rail, minimum four (4)
spares per rail.
.9 Provide 120 Vac cover plate for power terminals.
.10 Provide jumper bars to connect common wires and terminals. All common
terminals to have the same number.
.11 For each instrument or piece of equipment, group all field wiring together at the
terminal strip. Provide a common group marker for each set.
.12 Provide fused terminal blocks for 120 VAC power feed to field instruments.
Label the fuse voltage and amperage rating on top of the terminal block.
.13 Manufacturers:
.1 Allen-Bradley
.2 Entrelec
.3 Phoenix
.4 Wieland
2.3 GROUNDING
.1 Provide two (2) ground buses in each cabinet or panel, one for shield and cabinet
grounding and one for signal grounding.
.2 Provide grounding lugs for connection to the external grounding system.
.3 Provide CSA 13.3 mm2 (AWG 6) size stranded copper grounding for DC signals.
.4 Connect the ground buses with a removable cross connector located near the
panel ground.
47 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
13320–4
PANEL WIRING
.5 Ground the power system and PLC chassis in accordance with PLC
manufacture’s recommendation.
2.4 SIGNALS AND INTERFACES
.1 Analog signals are 4 to 20 mADC and conform to the compatibility requirements
of ISA Standard 50.1. Provide the signal conversion necessary for compatibility
with panel mounted instruments and the interface to the digital controllers.
.2 Provide a wire wound precision three (3) watt resistor (500 ohm ±0.1 ohm) across
the instrument signal (4 to 20 mA) terminals (for connection to the digital
controllers) to generate a 1 to 10 V signal. Mount resistors on separate terminal
blocks to avoid breakage of control loops when instruments are removed for
repair.
.3 Provide interposing relays, if required, for retransmission of isolated discrete
(digital) signals to digital controllers. Relays shall be 10 Amp, 120 VAC, SPDT
or DPDT, pin-base, plug-in style with neon indicator.
.4 Furnish, mount, and wire control components such as relays, timers, and other
equipment to provide the interfacing and interlocking between the motor starter
and associated protective circuits, or other type of control circuit function
applicable to a particular final control element. Use sealed and plug-in type
components.
.5 The Drawings show the interface for equipment. The Drawings are typical for the
equipment expected to be furnished and are provided to show the intended control
functions and interfaces. Provide intended panel functional interfaces.
PART 3 EXECUTION (NOT USED)
END OF SECTION
48 of 83
SECTION 13350
SELECTOR SWITCHES, PUSH-BUTTONS, AND INDICATING LIGHTS
i
PART 1 GENERAL...................................................................................................................1
1.1 GENERAL ....................................................................................................................................... 1
PART 2 PRODUCTS ................................................................................................................1
2.1 PUSH BUTTONS ILLUMINATED ................................................................................................ 1 2.2 PILOT LIGHTS ............................................................................................................................... 2
PART 3 EXECUTION ..............................................................................................................2
3.1 GENERAL ....................................................................................................................................... 2
49 of 83
50 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
13350–1
SELECTOR SWITCHES, PUSH-BUTTONS, AND
INDICATING LIGHTS
SECTION 13350
SELECTOR SWITCHES, PUSH-BUTTONS, AND INDICATING LIGHTS
PART 1 GENERAL
1.1 GENERAL
.1 Comply with the requirements of Division 1 and Section 13010 – Process Control
General.
PART 2 PRODUCTS
2.1 PUSH BUTTONS ILLUMINATED
.1 Provide pushbutton /status lights where identified on the contract drawings.
.1 Type: 30.5 mm NEMA 4/13 Metal, Full Voltage/Universal, extended head
without guard, LED.
.2 Color: Red and Green
.3 Contact Blocks: Standard.
.4 Contacts: Rated for 10A, 120 Vac.
.5 Contacts: 1N.0 -1N.C.
.6 Size: 30.5 mm.
.7 Quantity: As required- see contract drawings.
.8 Legend Plate:
.1 White backgrounds with black text MAIN PUMP STOP, CLAMP
PUMP SART, CLAMP PUMP STOP- at Remote Control Panel
.9 Electrical Rating: Equal class, division and group rating of the area.
.10 Approval: CSA.
.11 Accepted Manufactures: Allen Bradley.
.2 Field status and alarm lights shall conform to the following colour convention:
ITEM COLOUR
Main Pump Stop Green
Clamp Pump Start Green
51 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
13350–2
SELECTOR SWITCHES, PUSH-BUTTONS, AND
INDICATING LIGHTS
Clamp Pump Stop Red
2.2 PILOT LIGHTS
.1 Provide pilot lights where identified on the contract drawings.
.1 Type: 30.5 mm NEMA 4/13 Metal, Universal LED.
.2 Color: Green.
.3 Contact Blocks: Standard.
.4 Size: 30.5 mm.
.5 Quantity: As required- see contract drawings.
.6 Legend Plate:
.1 White backgrounds with black text Power ON. - Located at Power
Pack Panel.
.2 Colour - Green
.7 Electrical Rating: Equal class, division and group rating of the area.
.8 Approval: CSA.
.9 Accepted Manufactures: Allen Bradley.
PART 3 EXECUTION
3.1 GENERAL
.1 Label (machine-typed) contact block terminals for identification purposes.
END OF SECTION
52 of 83
SECTION 13933
PCS SITE ACCEPTANCE TESTING AND COMMISSIONING
i
PART 1 GENERAL...................................................................................................................1
1.1 GENERAL ....................................................................................................................................... 1 1.2 SUBMITTALS ................................................................................................................................. 1 1.3 TESTING PROCESS ....................................................................................................................... 1 1.4 TESTING DOCUMENTATION ..................................................................................................... 2
PART 2 PRODUCTS (NOT USED) ........................................................................................4
PART 3 EXECUTION ..............................................................................................................4
TEST DOCUMENTATION ........................................................................................................................ 4 3.2 SIMULATION ................................................................................................................................. 4 3.3 DEFECT HANDLING AND MANAGEMENT CHANGE REQUESTS ....................................... 4 3.4 CHANGE REQUEST MANAGEMENT ......................................................................................... 5
53 of 83
54 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
13933–1
PCS SITE ACCEPTANCE TESTING AND
COMMISSIONING
SECTION 13933
PCS SITE ACCEPTANCE TESTING AND COMMISSIONING
PART 1 GENERAL
1.1 GENERAL
.1 The PCS Site Acceptance Test (SAT) demonstrates that all SCADA and
controller software and hardware are working properly and that all software
configurations match the requirements identified in Detailed Software Design,
including the detailed process narratives, operating manuals and logic flow chart
diagrams, both confirmed in the Factory Acceptance Test.
.2 The software is the final versions that have been tested at the end of the FAT
stage. This software has been locked down and cannot be modified by the
Contractor/Consultant after the FAT or prior to the SAT.
.3 Test the software under all possible process conditions in order to ensure the
software contains no defects. Include a wide range of operating scenarios, with all
process setpoints, interlocks and alarm limits. In phased installation, test each
process separately after completing the installation in the process. In addition, test
the complete system performance after each of the processes have successfully
passed their SAT.
1.2 SUBMITTALS
.1 The following submittals are made during the SAT procedure:
.1 Submit the test plan: testing forms, procedures and schedules of work not
less than two (2) weeks prior to the scheduled test date. The test plan must
be approved in writing by the Owner, prior to commencement.
.2 Submit the Site Acceptance Test Report within one (1) week after
completion of SAT.
.3 On completion of the SAT, a locked down version of the HMI, OIT,
simulation software and PLC software will be submitted to the Owner for
record.
1.3 TESTING PROCESS
.1 The System Integrator shall conduct the tests. Consultant and the Owner’s
representative will actively participate in the tests. The Owner reserves the right
to test any specified hardware/ software function whether or not explicitly stated
in the test submittal.
.2 The System Integrator is to invite the following representatives of the following
groups to attend the SAT:
55 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
13933–2
PCS SITE ACCEPTANCE TESTING AND
COMMISSIONING
.1 Facility Operations/Process End Users
.2 Owner’s representative
.3 Consultant
.3 The Consultant, Owner’s representative and the end user must attend the entire
SAT and any possible subsequent SAT(s) as they sign off on all check lists.
.4 The System Integrator should meet the following criteria prior to the start of the
tests:
.1 Complete submittals and resolve disputes.
.2 Make hardware and software fully operational.
.3 Have a Consultant and Owner's representatives reviewed and approved
test procedure.
.4 Set a test date, which is agreeable within the contract schedule, minimum
of two (2) weeks prior to testing.
.5 HMI, OIT and PLC software will be loaded into the SAT testing equipment prior
to deployment on the live system. The testing equipment will be provided under
the contract or at each facility by the Owner if possible.
.6 Limit testing, in general, to seven (7) hours per day. Hold a meeting each morning
to review the day’s test schedule and a meeting each evening to review the day’s
test results and review or revise the next day’s test schedule. At the completion of
the test, meet to review the list of deficiencies. The Owner will indicate those
items which must be corrected prior to Substantial Performance.
.7 At the completion of the SAT it is the responsibility of the System Integrator,
Consultant and Owner's representatives to sign-off all forms pertaining to the
testing of the modified system.
1.4 TESTING DOCUMENTATION
.1 Prepare Factory Acceptance Test and Site Acceptance Test Check Sheet showing
the following information:
.1 For all points list the device tag name, RPU tag name, Description of
point, RPU I/O Address (if applicable), Date Verified, Comments and
Issue Log Number.
.2 For field inputs and outputs also list, HMI/RPU Address, I/O type, Rack,
Slot, Remote I/O block (if applicable), Module Point or Channel, RPU
Device Range (Minimum, Maximum and Units), RPU Range Raw Signal
56 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
13933–3
PCS SITE ACCEPTANCE TESTING AND
COMMISSIONING
Test (Minimum, Mid-range and Maximum), HMI Device Range
(Minimum, Maximum and Units) and HMI Engineering Units Test
(Minimum, Mid-range and Maximum.
.3 For analog input alarms also list the Trip point for the alarm in percent of
span, Engineering units, Time Delay, Alarm NACK, Alarm ACK,
Operator Control (Adjust Trip point and Disable), Alarm area, alarm
priority, Paging Group and Data Transfer Frequency.
.4 For discreet input alarms also list, time delay, Alarm NACK, Alarm ACK,
Operator Control (Disable), Alarm area, alarm priority, Paging Group and
Data Transfer Frequency.
.5 For all alarms show and test alarm are conditioned as documented in
Process Control Narratives.
.6 For Virtual Points also list, read/write access, minimum value, maximum
value, default value and units of measurement.
.7 For trend points also list trending attributes (Frequency and Deviation) and
Data Transfer Frequency.
.2 Prepare Process Logic Test Sheet with information describing the normal and
abnormal device operations. Provide a row for each transition to be tested and
show the following information:
Current State Action/Transition Final State/Effect Comments
List the tags and
their current state
relevant to testing
the transition or
action and observing
the final state or
effect.
List the HMI symbol
colour and shape.
Describe the action
or transition that is
being tested, e.g.
Field Mounted Start
P.B. is Depressed.
List the tags and
their expected final
state.
List the HMI
symbol expected
colour and shape.
During the test,
note any deviation
from the expected
final state or
effect.
.3 Normal Device Operations:
.1 Local Mode Operations
.2 Computer Manual Mode Operations
.3 Transfer from Local to Computer
.4 Transfer from Computer to Local
57 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
13933–4
PCS SITE ACCEPTANCE TESTING AND
COMMISSIONING
.5 Computer Automatic Mode Operations
.6 SCADA/Automation
.4 Abnormal Device Operation:
.1 Uncommended Operations
.2 Unresponsive Commands
.3 Device Operation Permissives
.4 Device Alarms
.5 Emergency Stop
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION
3.1 TEST DOCUMENTATION
.1 Use the same documentation as in Section 13921 – Factory Acceptance Test.
3.2 SIMULATION
.1 Conduct the test on the process and equipment.
.2 Where a piece of equipment or signal is not available for testing, simulate the
signals from the field and show that the designed signals are being sent and
received.
.3 Where a process function is not released by the Contract Administrator for
testing, perform process simulation using the PICS simulation software.
3.3 DEFECT HANDLING AND MANAGEMENT CHANGE REQUESTS
.1 For test failures, report the defect using a Defect Report and track the defect on
the Defect Log.
.2 Document all defects and submit to the Contract Administrator for review.
.3 Correct all faults as a first priority; testing will not proceed to the next process
until all faults are corrected, unless otherwise directed by the Contract
Administrator.
58 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
13933–5
PCS SITE ACCEPTANCE TESTING AND
COMMISSIONING
3.4 CHANGE REQUEST MANAGEMENT
.1 During testing, identify the need for changes to the system. The change must be
reported using a Change Request Report and tracked on the Change Request Log.
.2 The Contract Administrator determines the priority for correcting faults and the
priority of all Change Requests.
.3 Provide cost estimates for changes as requested by the Contract Administrator.
3.5
END OF SECTION
59 of 83
SECTION 15100
HYDRAULIC PIPING
i
PART 1 GENERAL...................................................................................................................1
1.1 DESCRIPTION ................................................................................................................................ 1 1.2 DEFINITIONS ................................................................................................................................. 1 1.3 REFERENCE STANDARDS .......................................................................................................... 1 1.4 REQUIREMENTS ........................................................................................................................... 2 1.5 SUBMITTALS ................................................................................................................................. 3 1.6 COORDINATION ........................................................................................................................... 4 1.7 QUALITY ASSURANCE ............................................................................................................... 4 1.8 CONFLICTS .................................................................................................................................... 5 1.9 SHIPMENT, PROTECTION AND STORAGE .............................................................................. 5 1.10 WARRANTY ................................................................................................................................... 6
PART 2 PRODUCTS ................................................................................................................6
2.1 WROUGHT STEEL PIPES ............................................................................................................. 6 2.2 BOLTS AND NUTS ........................................................................................................................ 7 2.3 FITTINGS ........................................................................................................................................ 7 2.4 EXTERIOR FINISHES – FIELD APPLIED ................................................................................... 8 2.5 PIPE HANGERS AND SUPPORTS................................................................................................ 8
PART 3 EXECUTION ..............................................................................................................8
3.1 PREPARATION .............................................................................................................................. 8 3.2 PIPE HANDLING ............................................................................................................................ 8 3.3 INSTALLATION ............................................................................................................................. 9 3.4 TESTING ......................................................................................................................................... 9 3.5 FLUSHING .................................................................................................................................... 10
60 of 83
61 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
15100–1
HYDRAULIC PIPING
SECTION 15100
HYDRAULIC PIPING
PART 1 GENERAL
1.1 DESCRIPTION
.1 This section describes the pipe materials, fittings, appurtenances, installation,
testing and cleaning of the hydraulic mechanical piping.
.2 Piping supports are shown generically on the mechanical layout drawings. Provide
piping supports, pipe guides, couplings, expansion joints and anchors based upon
final piping layout. Typical support details and structural attachments shown on
the structural drawings indicate the level of quality that will be considered
acceptable.
.3 Contact the local Technical Standards and Safety Authority representative prior to
installation, complete all Test Data Reports, and prior to system pressure testing
contact the Technical Standards and Safety Authority representative for the
registration of this piping, as required by the Technical Standards and Safety
Authority.
1.2 DEFINITIONS
.1 Pressure terms used in this and other related sections are defined as follows:
.1 Maximum Operating Pressure: The highest pressure the hydraulic system
can achieve. This is set by the primary system relief valve.
.2 Test Pressure: The hydrostatic pressure used to determine system
compliance. This is 1.5 times the Maximum Operating Pressure.
.2 Pipe and appurtenance location terms used in this and other related sections are
defined as:
.1 Buildings: Within an environmentally controlled enclosure where
temperature is maintained above 5C.
.2 Exposed, Above Ground: Outside or within an enclosure, which is not
environmentally controlled so that the temperature is maintained above
5C. For the purpose of defining exterior protection systems, this
definition is extended to vertical piping to a point of 0.5 m below finished
ground level.
1.3 REFERENCE STANDARDS
.1 Conform to the following reference standards:
62 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
15100–2
HYDRAULIC PIPING
.1 ANSI B16.5, Pipe Flanges and Flanged Fittings.
.2 ANSI B16.9, Factory-Made Wrought Steel Butt Welding Fittings.
.3 ANSI B16.11, Forged Steel Fittings, Socket Welding and Threaded.
.4 ANSI B31.1, Power Piping.
.5 ASTM A105/A105M, Forgings, Carbon Steel, for Piping Components.
.6 ASTM A106, Seamless Carbon Steel Pipe for High Temperature Service.
.7 ASTM A181/181M, Forgings, Carbon Steel, for General Purpose Piping.
.8 ASTM A182/182M, Forged or Alloy Steel Pipe Flanges, Forged Fittings,
and Valves and Parts for High-Temperature Service.
.9 ASTM A234/A234M, Pipe Fittings of Wrought Carbon Steel and Alloy
Steel for Moderate and Elevated Temperatures.
.10 ASTM A312/312M, Seamless and Welded Austenitic Stainless Steel Pipe.
.11 ASTM A403/A403M, Wrought Austenitic Stainless Steel Pipe Fittings
.12 FEDSPEC L-C-530B(1) Coatings for Pipe, Thermoplastic Resin or
Thermosetting Epoxy
.13 ISO 4406:1999 Hydraulic Fluid Power – Fluids – Method for Coding the
Level of Contamination by Solid Particles
1.4 REQUIREMENTS
.1 The design has been completed to the degree necessary for the Contractor to tender
the project. Where the design is not fully detailed the Contractor will be required to
undertake proper installation and configuration for the piping systems.
.2 Piping and Instrumentation drawings, piping schematics, and piping layout
drawings are contained in the drawing set. The Piping and Instrumentation
Drawings (P&IDs) indicate all piping, valves, and appurtenances (other than
cleanouts, purge points, etc.). The layout drawings indicate the Engineer’s
concepts and are intended to illustrate a constructible method for the piping
systems. Some appurtenances, supports, guides and anchors, and expansion joints
are not fully shown. The Contractor’s installation and configuration will
complement and detail these drawings.
.3 It is understood that some conflicts will arise that will require that the Contractor
re-route some of his piping to allow for the installation of wiring, or similar.
63 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
15100–3
HYDRAULIC PIPING
.4 Documentation will be submitted to the Engineer as necessary to indicate
compliance with the requirements of the piping systems.
1.5 SUBMITTALS
.1 For each piping system submit documentation listing pipe, fittings, flexible
connectors, and valves to be used for each pipe size and category.
.2 Submit copies of all related correspondence with the Technical Standards and
Safety Authority, and any submissions required by any other regulatory
authorities.
.3 Product Samples: Where specified or when directed by the Engineer, provide mill
test results or product samples.
.4 For hose configurations submit manufacturer’s catalogue data, shop drawings and
assembly drawings confirming general arrangement, dimensions, tolerances,
materials of construction, weights and installation details.
.5 All Contractor welders must be certified using the Contractor’s procedures for the
pipe welding for this project. Prior to commencing any welding prepare and submit
to the Engineer a written description of welding techniques including but not
limited to materials, methods, and quality control. Identify differences in shop and
field techniques. Written procedures will be certified and in accordance with TSSA
standards. Note: All of the butt welded joints shall be assembled with a TIG root
pass.
.6 Submit weld test approvals to the City of Toronto Engineer and WSP.
.7 Prior to the commencement of welding, submit current and complete
documentation of the welder’s qualifications prior to the commencement of
welding.
.8 Prior to hydraulic testing of piping, the Contractor shall provide a hydraulic piping
pressure test procedure that describes the methodology for pressure testing. The
hydraulic pressure testing procedure shall be submitted as a shop drawing and the
pressure testing shall not commence until the Engineer has instructed the
Contractor to do so. The test procedure shall include a description of the:
.1 Testing Methodology
.2 Test pressure for the 3” line returning from each compactor
.3 Test pressure for the 2” lines going to the compactor
.4 Test pressure for the 1” compactor grab bar lines
.5 Test pressure for the 2” heat exchanger/cooler lines
64 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
15100–4
HYDRAULIC PIPING
.6 Duration of time that each pressure will be held for each test
.7 Delineated area required to carry out the pressure testing
.8 Containment methodology for the fluid in the case of leaks and spills
.9 Sample Pressure Test Report Template/Form
.9 Submit installation and testing reports in accordance with the Technical Standards
and Safety Association Boiler and Pressure Vessels Regulation Piping Systems
Installation and Test Data Report. Provide a copy of all approval documentation
from the Technical Standards and Safety Authority to the City of Toronto and to
WSP Inc.
.10 In addition to the above, the following submissions are required:
.1 Affidavit of Compliance
.2 Details of materials and methods of welding
.3 Details of specials and fittings
.4 Hydrostatic Proof – Test Reports
.5 Tabulated Layout Schedule
1.6 COORDINATION
.1 Pipe Support and Hangers: Refer to Section 15060 – Piping Support Systems.
(where applicable). Note: Hangers are not acceptable for this piping and support
configurations shall be in accordance with the designs on the structural steel
drawing S106.
.2 Co-ordinate all new piping installation with electrical wiring conduits.
.3 The Main Cylinder Hi/Low Circuit main relief valves (one per system) shall be
removed and sent to a certified relief valve shop for certification at the set pressure
of 20,340 kPa (2950 psig). Documentation of this certification to be provided to
the City of Toronto and WSP Inc.
.4 The Contractor shall provide all hydraulic fluid for flushing and reuse for final
filling of the system. The fluid shall be mineral oil. The exact selection to be
confirmed with the City of Toronto such that they can match with fluid current in
use within the facility.
1.7 QUALITY ASSURANCE
.1 Welding/Brazing Certification
65 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
15100–5
HYDRAULIC PIPING
.1 All welders to be certified under the Ontario Power Engineers and
Technical Standards and Safety Authority, Boiler and Pressure Vessels
Division.
.2 Welding/Brazing procedures and welders/brazers are to be approved by
the technical Standards and Safety Authority, Boilers and Pressure Vessels
Safety Program.
.3 All manufacturers and installers of pressure piping parts and systems must
hold a valid Certificate of Authorization for piping from TSSA.
.4 Note: All of the butt welded joints shall be assembled with a TIG root
pass.
.2 Regulatory Submissions
.1 Contractor to submit a “Piping, Welding, Brazing, Used Vessel Design
Registration Application for CRN” to TSSA
.2 Complete all regulatory requirements per the Technical Standards and
Safety Authority, Boiler and Pressure Vessels Division Guidelines for
Registration of Piping. As a minimum, include for TSSA registration of all
hydraulic piping.
.3 Complete all other submissions as required by other regulatory authorities.
1.8 CONFLICTS
.1 Review the drawings prior to installation of piping, conduit services, and fixtures
by this or any other division. Identify any conflicts and cooperate with the
Engineer to determine the adjustments necessary to resolve these conflicts.
.2 Confirm the routing of each section of pipe with other services prior to
commencement of installation. Advise the Engineer of any conflicts with existing
services or services yet to be installed. Where necessary, amend the routing of pipe
to avoid conflict after review with the Engineer.
1.9 SHIPMENT, PROTECTION AND STORAGE
.1 Deliver pipe, fittings, and specials to site using loading methods, which do not
damage pipe.
.2 Piping materials delivered to site will be clearly marked to indicate size, type,
class/schedule, and material.
.3 Until ready for incorporation in the work, store on site as recommended by the
piping materials manufacturer to prevent damage, undue stresses, or weathering.
66 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
15100–6
HYDRAULIC PIPING
.4 Store materials at least 200 mm above ground with sufficient supports to prevent
undue bending.
.5 Ship pipe expansion joints, anchors, guides and flexible connectors pre-assembled
as much as possible.
1.10 WARRANTY
.1 Provide 1-year warranty from date of Substantial Completion for work of this
Section against defects in materials and workmanship in accordance with the
Warranty and Guarantee Period.
PART 2 PRODUCTS
2.1 WROUGHT STEEL PIPES
.1 All piping for the main hydraulic cylinders and clamping cylinders shall be welded
as much as possible, with SAE flange connections at the hoses to the cylinders.
Back welded, threaded connections will not be acceptable
.2 Main Cylinder Pipe:
.1 Pipe shall be of Carbon Steel – Schedule XXS for sizes of 50 mm
(2 inches) at the cylinder and 75 mm (3 inches) and 50 mm (2 inches) for
the main runs. Piping to be to ASTM A106 Grade B seamless.
.2 The Maximum Operating Pressure shall be 20,685 kPa (3000 PSI). The
piping system shall have a safety factor of 4 to 1. Minimum pipe burst
pressure shall be 82,740 kPa (12,000 PSI).
.3 Connection to Valve body at the power unit shall be SAE “O” ring boss.
The 50 mm (2 inches) hose connecting to the piping shall have an SAE
“O” ring boss on one end and a SAE split flange connector on the other
end. All hose assemblies at the power units to be identical and have a
1,200 mm (48 inches) assembly length. The Contractor must configure the
piping and install these hoses to exceed the hose manufacturer minimum
bend radius. Hose manufacturer and type to be the same as at the cylinder.
.4 Connections at the Main Cylinder are 50 mm (2 inches) (size 32) SAE
Code 61 flat face flanges. Hoses to connect to the main hydraulic cylinder
to have companion SAE Code 61 flange adapters and split flanges at each
end of the hose. There are two 50 mm (2 inches) hoses to connect to the
blank end of the cylinder and one 50 mm (2 inches) hose for the rod end.
These hoses shall be provided by the Contractor. Hose assembly lengths
shall be 1,200 mm (48 inches) and the three hoses shall be identical. Each
end of each hose shall have a SAE connector and split flanges. Proposed
supplier and selection is noted on the drawings. The Contractor must
configure the piping and install these hoses to exceed the hose
67 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
15100–7
HYDRAULIC PIPING
manufacturer minimum bend radius. Any change in hose manufacturer or
selection is subject to prior approval by the City of Toronto Engineering
Consultant.
.3 Heat Exchanger Pipe:
.1 Pipe shall be of Carbon Steel – Schedule XXS for size of 50 mm
(2 inches) for all runs. Piping to be to ASTM A106 Grade B seamless.
.2 The Maximum Operating Pressure shall be 20,685 kPa (3000 PSI). The
piping system shall have a safety factor of 4 to 1. Minimum pipe burst
pressure shall be 82,740 kPa (12,000 PSI).
.4 Clamping Cylinder Pipe:
.1 Pipe shall be of Carbon Steel - Schedule 80 for the 25 mm (1 inch) pipe.
Piping to be to ASTM A106 Grade B seamless.
.2 The Maximum Operating Pressure shall be 5,170 kPa (750 PSI). The
measured strength of the pipe shall have a safety factor of 4 to 1.
Minimum pipe burst pressure shall be 20,685 kPa (3000 PSI).
.3 Connection to Valve body and Hydraulic cylinders shall be SAE “O” ring
boss.
.4 Piping shall terminate with hoses at the clamping cylinders and valve
body. The hoses and piping shall be configured such that there is a Code
61 SAE flange connection with split flange connectors at the piping end of
the hose and SAE “O” ring connector at the equipment end of the hose.
Hose assembly lengths shall be 1200 mm (48 inches) and the hoses shall
be identical where connection size is the same. The hoses shall be 25 mm
(1 inch) with the SAE “O” ring connector at the equipment sized for the
equipment connection size. The blank end of the cylinder is 25 mm
(1 inch) and the rod end is 19 mm (¾ inch). Flexible hose assemblies shall
be provided by the Contractor. The Contractor must configure the piping
and install these hoses to exceed the hose manufacturer minimum bend
radius. Parker is the preferred supplier for these hoses and the selected
hose shall be capable of handling the system test pressure of 7,750 kPa
(1125 psig) and be compatible with mineral oil hydraulic fluid.
2.2 BOLTS AND NUTS
.1 Use bolts and nuts supplied with the SAE flange assemblies.
2.3 FITTINGS
.1 Main Cylinder Piping
68 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
15100–8
HYDRAULIC PIPING
.1 Pipe fittings for the 75 mm (3 inches) and 50 mm (2 inches) main piping
runs shall be ASTM A234 Grade WPB butt-welded to suit the Schedule
XXS piping.
.2 Pipe fittings for the 50 mm (2 inches) main cylinder piping sections shall
be ASTM A105 3000# forged steel socket welded fittings.
.2 Clamp Cylinder Piping
.1 Pipe fittings for the main piping runs shall be ASTM A105 3000# forged
steel socket welded fittings.
2.4 EXTERIOR FINISHES – FIELD APPLIED
.1 General
Piping to be coated in accordance with FEDSPEC L-C-530B(1) and the coating
material supplier’s directions for surface preparation and coating. Pipe supports
shall be painted in accordance associated specifications.
2.5 PIPE HANGERS AND SUPPORTS
.1 Pipe Support and Hangers: Refer to Section 15060 – Piping Support Systems.
(where applicable). Note: Hangers are not acceptable for this piping and support
configurations shall be in accordance with the designs on the structural steel
drawings S106.
PART 3 EXECUTION
3.1 PREPARATION
.1 Prior to installation, inspect and field measure to ensure that existing equipment
will not interfere with the installation of this piping.
.2 Advise the Engineer of all modifications. Do not commence work on the related
piping until all modifications have been reviewed by the Engineer.
.3 Where minor modifications are required to resolve interferences with existing
equipment, the contractor shall make these modifications after approval by the
Engineer.
.4 Include any piping modifications in the shop drawings submitted prior to
fabrication or installation.
3.2 PIPE HANDLING
.1 Inspect each pipe and fitting prior to installation. Do not install damaged pipe or
piping components.
69 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
15100–9
HYDRAULIC PIPING
.2 Remove all foreign matter from inside of pipe prior to installation.
.3 Use proper implements, tools, and facilities for the proper protection of the pipe.
Exercise care in the installation so as to avoid damage.
3.3 INSTALLATION
.1 Fabricate and install pressure piping in interior building spaces in accordance with
the ASME B31.1 pressure vessel code and the Ontario Power Engineers and Boiler
and Pressure Vessel Safety Act and Regulations.
.2 Note: All of the butt welded joints shall be assembled with a TIG root pass.
.3 Make adequate provisions in piping and pipe support systems for slope (where
specified) and anchorage.
.4 Install pipe support system to adequately secure the pipe and to prevent undue
vibration, sag or stress.
.5 Provide temporary supports as necessary during construction to prevent
overstressing of equipment, valves or pipe.
.6 Confirm all measurements in the field prior to fabrication.
.7 Install pipes in straight alignment. Do not exceed 10 mm in 10 m variance from the
true alignment, in any direction. Fabricate and assemble pipe runs so that the
piping is not stressed to achieve the desired alignment and that no stresses are
transferred to equipment or equipment flanges. The “springing” of piping to ensure
alignment is not permitted. Undo and subsequently remake all piping connections
to ensure that springing does not occur. Take care not to damage equipment, valves
or flanges.
.8 Do not cut or weaken the building structure to facilitate installation. Welding to
any building structural members is subject to prior review and approval with the
engineer.
.9 In parallel pipe runs, offset flanges and/or grooved joint fittings by a minimum of
200 mm.
3.4 TESTING
.1 This activity shall be to the satisfaction of the Technical Standards and Safety
Authority representative.
.2 No system equipment shall be connected during the testing operation.
.3 Testing shall be performed before or during system flushing.
70 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
15100–10
HYDRAULIC PIPING
.4 In general, the testing procedure for each line is as follows:
.1 Fill line with water to flush out any debris in the piping and drain water at
the low point of the piping system.
.2 Gradually increase the pressure until the test pressure is reached, as per the
contract specifications.
.3 Once the test pressure has been reached, conduct a visual inspection of all
joints, connections or areas of high stress. The test pressure is to be held
for 4 hours.
.4 If there are locations that are suspected to be causing pressure losses, the
pressure test shall be done again once the leaks identified have been fixed.
.5 Once the test is complete, gradually drain the fluid from the piping to
avoid collapsing the system.
3.5 FLUSHING
.1 The contractor shall cross connect the piping system such that flushing loops are
created and there are no dead ends in the system. The contractor shall connect the
piping from these loops to a chemical cleaning / flushing unit. When chemical
cleaning and flushing is completed, the contractor shall reconnect the piping for
system operation.
.2 The contractor shall provide a suitable hydraulic line cleaning company to perform
the system chemical cleaning / flushing and verification of system cleanliness.
.3 The pipe flushing equipment shall provide a continuous indication of system
cleanliness and achieve a cleanliness level of ISO 4406:1999 16/14/11. Canadian
Chemical Cleaning Services Inc. is the recommended supplier. Alternate suppliers
will be considered if the level of cleanliness can be achieved and verified by final
documentation, subject to review and approval by the City of Toronto and WSP
Canada Inc.
.4 The contractor shall provide the system hydraulic fluid for flushing and initial fill
of the system. The contractor shall fill and transfer fluid such that contamination of
the system fluid does not occur.
.5 The contractor shall take care to keep the system closed and clean during
reconnection of components.
.6 When testing and flushing are completed the contractor shall connect the system
and fill the hydraulic unit tanks such that the systems are fully operable.
.7 The contractor shall dispose offsite of all chemical cleaning chemicals after the
cleaning operation. All containers shall be identified in accordance with WHMIS.
71 of 83
SCARBOROUGH TRANSFER STATION
COMPACTOR REPLACEMENT
CONTRACT # 16ECS-MI-07SW
SEPTEMBER 2016
15100–11
HYDRAULIC PIPING
.1 The area where chemical cleaning will occur shall be isolated sufficiently
to restrict access to the hazardous area. The contractor shall monitor the
chemical cleaning area such that the only personnel allowed within the
area have been trained for the chemical hazards and provided with the
appropriate Personal Protective Equipment, as required by the chemical
supplier MSDS sheets. The contractor shall be responsible for the safety of
all City of Toronto and contractor personnel within the defined chemical
cleaning area. Safety Procedures and training documentation shall be
provided by the contractor prior to starting the flushing work. The
documentation shall include the signature of trained personnel indicating
that they understand the Safety Procedures and agree to work in
accordance with these procedures.
END OF SECTION
72 of 83
LEGEND
EXISTING
NEW
TYPICAL FOR COMPACTOR No.4
PROCESS AND INSTRUMENTATION DIAGRAM FOR COMPACTOR No.3,
PB/L
2
2 2
2
2
2
2
2
MNL
0003
DI
MH
0003
DO
MF
0003
DI
LO
CAL A
RE
A C
ON
TR
OL P
AN
EL
OIT
LO
CAL P
LC C
ON
TR
OL P
AN
EL
YNA
0003
DI
CO
MP
AC
TO
R N
o.3
CM
P-0
003-Y
NA
MNH
0003
DI
CO
MP
AC
TO
R N
o.3
HM
S-0
003-M
NH
MNL
0003
DIH
MS-0
003-M
NL
HMS
MH
0003
DI
HM
SS-0
003-M
H
E-STOP
PB/L
HMS
START
PUMP
PB/L
HMS
START
CYCLE
PB/L
HMS
FORWARD
RAM
PB/L
HMS
RETURN
RAM
PB/L
HMS
PACK
AUTO
PB/L
YI
TROUBLES
SYSTEM
HS
REMOTE
ON/OFF/
COMPACTOR No.3
IN R
EM
OTE
RA
M F
OR
WA
RD P
B
CO
MP
AC
TO
R N
o.3
RA
M R
ET
UR
N P
B
CO
MP
AC
TO
R N
o.3
CY
CLE S
TA
RT P
B
MH
0003
DI
HM
SF-0
003-M
H
CO
MP
AC
TO
R N
o.3
ST
AR
T A
UT
O P
AC
K P
B
HAS
0003
DO
CM
P-0
003-H
AS
CO
MP
AC
TO
R N
o.3
E-S
TOP LIG
HT
ON
0003
DO
HM
SF-0
003-O
N
CO
MP
AC
TO
R N
o.3
RA
M F
OR
WA
RD LIG
HT
ON
0003
DO
HM
SR-0
003-O
N
CO
MP
AC
TO
R N
o.3
RA
M F
RET
UR
N LIG
HT
ON
0003
DO
HM
ST-0
003-O
N
CO
MP
AC
TO
R N
o.3
SYSTE
M T
RO
UBLE LIG
HT
HMS
E-STOP
PB/L
YI
ENABLE
REMOTE
HS
RAM RETURN
RAM FORWARD/
HMS
(CLOSE)
LOCK
HMS
(OPEN)
UNLOCK
COMPACTOR No.3 REMOTE PANEL
MNH
0003
DI
CO
MP
AC
TO
R N
o.3
HS-0
003-M
NH
MNL
0003
DI
CO
MP
AC
TO
R N
o.3
HS-0
003-M
NL
ZH
0003
DI
HS-0
003-Z
H
ZL
0003
DI
HS-0
003-Z
L
RA
M F
OR
WA
RD J
OY S
TIC
K
RA
M R
ET
UR
N J
OY S
TIC
K
CO
MP
AC
TO
R N
o.3
LO
CK (C
LOSE
D) P
B
CO
MP
AC
TO
R N
o.3
ON L
OC
K P
B
0N
0003
DO
HM
S-0
003-O
N
CO
MP
AC
TO
R N
o.3
MN
0003
DI
P-0
003-M
N
CO
MP
AC
TO
R N
o.3
MAIN P
UM
P R
UN
NIN
G
P-0
003-M
H
CO
MP
AC
TO
R N
o.3
MAIN P
UM
P S
TA
RT C
OM
MA
ND
P-0
003-M
F
CO
MP
AC
TO
R N
o.3
MAIN P
UM
P O
VE
RLO
AD
M
M
M
P-0003
(RAM PUMP)
MAIN PUMP
(LOCK/UNLOCK PUMP)
HP-0003
PUMP
HYDRAULIC
FN-0003
FAN
COOLING
MH
0003
DO
HP-0
003-M
H
CO
MP
AC
TO
R N
o.3 H
YD
RA
ULIC CIR
CU
LATIN
G
PU
MP S
TA
RT C
OM
MA
ND
MH
0003
DO
FN-0
003-M
H
CO
MP
AC
TO
R N
o.3 C
OO
LIN
G F
AN
PU
MP S
TA
RT C
OM
MA
ND
VL
0003
DO
CO
MP
AC
TO
R N
o.3 L
OC
K A
RM
V-0
003-V
L
VH
0003
DO
CO
MP
AC
TO
R N
o.3 L
OC
K A
RM
V-0
003-V
H
MNH
0003
DI
ZS-0
003-M
NH
SO
LE
NOIL
D C
LOSE
SO
LE
NOIL
D O
PE
N
CO
MP
AC
TO
R N
o.3
FO
RW
AR
D LIMIT S
WIT
CH
FIE
LD
T-0003
POWER PACK TANK
COMPACTOR No.3
LE
0003
LIT
0003
PE
0003
PIT
0003
PG
0003
TE
0003
TIT
0003
LI
0003
AI
LIT-0
003-LI
CO
MP
AC
TO
R N
o.3 P
OW
ER P
AC
K T
AN
K
LE
VEL IN
DIC
ATIO
N
PI
0003
AI
LIT-0
003-LI
CO
MP
AC
TO
R N
o.3 P
OW
ER P
AC
K T
AN
K
PR
ESS
UR
E IN
DIC
ATIO
N
TI
0003
AI
TIT-0
003-TI
CO
MP
AC
TO
R N
o.3 P
OW
ER P
AC
K T
AN
K
TE
MPE
RAT
UR
E IN
DIC
ATIO
N
HM
SP-0
003-O
N
CO
MP
AC
TO
R N
o.3
MAIN P
UM
P R
UN LIG
HT
ON
0003
DO
HM
SS-0
003A-O
N
CO
MP
AC
TO
R N
o.3
CY
CLE S
TA
RT PIL
OT LIG
HT
ON
0003A
DO
HM
SF-0
003-O
N
CO
MP
AC
TO
R N
o.3
AU
TO P
AC
K PIL
OT LIG
HT
ON
0003
DO
MH
0003
DI
CO
MP
AC
TO
R N
o.3
HM
SH-0
003-M
H
MAIN P
UM
P S
TA
RT P
B
YI
ON
POWER
LDS
POWER PACK PANEL
COMPACTOR No.3
HMS
E-STOP
PB/L
ZS-0
003-M
NL
CO
MP
AC
TO
R N
o.3
RET
UR
N LIMIT S
WIT
CH
UPS-0003
XA
0003
DI
CO
MP
AC
TO
R N
o.3
UPS-0
003-X
A
EA
0003
DI
CO
MP
AC
TO
R N
o.3
UPS-0
003-E
A
EAL
0003
DI
UPS-0
003-E
AL
UPS F
AU
LT
UPS L
OW B
ATTE
RY
CO
MP
AC
TO
R N
o.3
UPS P
OW
ER F
AIL
UR
E
ESS ESS ESS ESS ESS
PANEL
PACK
POWER
PANEL
CONTROL
LOCAL
PANEL
CONTROL
REMOTE
AREA
FIELD
AREA
FIELD
HMS
0003
DI
CO
MP
AC
TO
R N
o.3
HM
S-0
003-M
NH
E-S
TOP
YAN-0003A
LTG-0003A,
(COMPACTOR AREA)
LIGHT
HORN, FLASHING
LTG-0003B
HOPPER AREA)
(TIPPING FLOOR/
LOADING LIGHT
HMD
0003A
DO
CO
MP
AC
TO
R N
o.3
LT
G-0
003A-H
MD
HMD
0003
DO
CO
MP
AC
TO
R N
o.3
YA
N-0
003-H
MD
CY
CLE S
TA
RT W
AR
NIN
G (BE
AC
ON)
CY
CLE S
TA
RT H
OR
N
HMD
0003B
DO
CO
MP
AC
TO
R N
o.3
LT
G-0
003B-H
MD
LO
ADIN
G LIG
HT (BE
AC
ON)
RR
LTG-0003C
(COMPACTOR AREA)
TRAFFIC LIGHTS
GG
CO
MP
AC
TO
R N
o.3
LT
G-0
003B-H
MD
TR
AFFIC LIG
HT L
ATC
H
HMD
0003C
DO
HMS
E-STOP
PB/L
HMS
START
PUMP
PB/L
HMS
START
CYCLE
PB/L
HMS
FORWARD
RAM
PB/L
HMS
RETURN
RAM
PB/L
HMS
PACK
AUTO
PB/L
YI
TROUBLES
SYSTEM
HS
REMOTE
ON/OFF/
COMPACTOR No.4
LOCAL CONTROL PANEL
RELAY
SAFETY
XA
0003
DI
SAFET
Y R
ELA
Y
SQ-0
003-X
A
UPS F
AU
LT
IN F
AU
LT
IN R
EM
OTE
YNB
0003
DI
CO
MP
AC
TO
R N
o.3
CM
P-0
003-Y
NB
IN L
OC
AL (
ON)
CY
CLE S
TA
RT P
B
HM
SP-0
003B-O
FF
CO
MP
AC
TO
R N
o.3
MAIN P
UM
P S
TOP PIL
OT LIG
HT
ON
0003B
DO
MB
0003
DI
CO
MP
AC
TO
R N
o.3
HM
SH-0
003-M
B
CY
CLE S
TOP P
B
HMS
STOP
PUMP
PB/L
HMS
STOP
PUMP
PB/L
L
PBPB
V-0
003A-M
NH
CO
MP
AC
TO
R N
o.3
RA
M F
OR
WA
RD L
OW P
RESS
UR
E
MNH
0003A
DO
V-0
003B-M
NH
CO
MP
AC
TO
R N
o.3
RA
M F
OR
WA
RD HIG
H P
RESS
UR
E
MNH
0003B
DO
LL L
HMS
START
PUMP
MAIN
PB/LR
HMS
STOP
PUMP
MAIN
PB/LG
HMS
START
PUMP
CLAMP
PB/LG
HMS
STOP
PUMP
CLAMP
PB/LR
R G
B
M
CP-0003
PUMP
CLAMP
MN
0003
DI
CO
MP
AC
TO
R N
o.3
CP-0
003-M
N
CLA
MP P
UM
P R
UN
NIN
G
MF
0003
DI
CO
MP
AC
TO
R N
o.3
CP-0
003-M
N
CLA
MP P
UM
P O
VE
RLO
AD
MH
0003
DO
CP-0
003-O
N
CO
MP
AC
TO
R N
o.3
CLA
MP P
UM
P S
TA
RT C
OM
MA
ND
V-0
003B-M
NH
CO
MP
AC
TO
R N
o.3
RA
M R
ET
UR
N HIG
H P
RESS
UR
E
MNL
0003B
DO
DV-0
003-V
H
CO
MP
AC
TO
R N
o.3
DU
MP V
ALVE O
PE
N
VH
0003
DO
MH
0003B
DI
CO
MP
AC
TO
R N
o.3
HSS
H-0
003B-M
H
MAIN P
UM
P S
TA
RT P
B
0N
0003B
DO
HM
SP-0
003B-O
N
CO
MP
AC
TO
R N
o.3
MAIN P
UM
P S
TA
RT PIL
OT LIG
HT
MB
0003B
DI
CO
MP
AC
TO
R N
o.3
HM
SB-0
003B-M
B
MAIN P
UM
P S
TOP P
B
HM
SB-0
003B-O
FF
CO
MP
AC
TO
R N
o.3
MAIN P
UM
P S
TOP PIL
OT LIG
HT
OFF
0003B
DO
MH
0003C
DI
CO
MP
AC
TO
R N
o.3
HM
SH-0
003C-M
H
CLA
MP P
UM
P S
TA
RT P
B
HM
SP-0
003C-O
N
CO
MP
AC
TO
R N
o.3
CLA
MP P
UM
P S
TA
RT PIL
OT LIG
HT
ON
0003C
DO
MB
0003C
DI
CO
MP
AC
TO
R N
o.3
HM
SH-0
003C-M
B
CLA
MP P
UM
P S
TOP P
B
HM
SP-0
003C-O
FF
CO
MP
AC
TO
R N
o.3
CLA
MP P
UM
P S
TOP PIL
OT LIG
HT
OFF
0003C
DO
COMPACTOR No.3 POWER PACK HYDRAULICS
G
R
R
R
G
R
R R
G
R R
R
G
R
R R
G
R
YAN-0003B
LTG-0003C,
(POWER PACK)
LIGHT
HORN, FLASHING
R
V-0
003B-M
NH
CO
MP
AC
TO
R N
o.3
RA
M R
ET
UR
N L
OW P
RESS
UR
E
MNL
0003A
DO
S.C.
I104
SCARBOROUGH TRANSFER STATION
JAN. 20161661-2016-06-30
V.J.
SCHEMATIC
COMPACTOR REPLACEMENT
A.S.
INSTRUMENTATION - P&ID FOR COMPACTOR No.3 AND No.4 - STAGE 1
16ECS-MI-07SW
1 2016-08-19 ISSUED FOR TENDER
SSIONAL
EN
GIN
EE
R
PR
OVINCE OFONTAR
IO
LIC
EN
S
PROFE
ED
100161280
A.SAMBOTELECAN
2016-11-07
SOLID WASTE MANAGEMENT SERVICES
SIGNEDINITIALREVISIONSDATENo.
DESIGN:
DATE:
SCALE: N.T.S.
DRAFTING: CHECK:
DRAWING
NUMBER:
A.S. CONTRACT No.
ENGINEERING AND CONSTRUCTION SERVICES
DIRECTOR OF PROCESSING
DEREK ANGOVE, P.ENG.
AND RESOURCE MANAGEMENT
JIM McKAY
ACTING GENERAL MANAGER OF SWMS
2 2016-11-07 A.S.ISSUED FOR ADDENDUM No.2
73 of 83
B
G
R
R
R
R
R
ESS 3ESS1ESS 2
2
2
2
2
ON
4
2
2
2
3
2
1
3
3
4
2
PM
2
2
ESS
O/L
1
3
3
1
4
4
VAC 2
14
15
13
7
8
5
6
11
12
9
10
0VAC 1
R1
PILOT LIGHT
REMOTE ENABLE
CYCLE START HORN
PUMP (RUN)
CIRCULATING
HYDRAULIC
LIGHT (LOCAL)
AUTO PACK PILOT
SIGNAL GREEN
TRAFFIC LIGHT
(BEACON)
WARNING
CYCLE START
LIGHT (LOCAL)
CYCLE START PILOT
16 PTS 120 VAC OUTPUTS
RACK 0 SLOT 2
SLC 504
CLOSE
LOCKING ARM SOLENOID
OPEN
LOCKING ARM SOLENOID
4
(LOCAL)
RAM FORWARD P.B3
E-STOP
(REMOTE)
RAM RETURN JOY STICK
(REMOTE)
STICK
RAM FORWARD JOY
(LOCAL)
RAM RETURN P.B
(LOCAL)
P.B
MAIN PUMP START
COM
10
11
8
9
14
15
12
13
L101
LS
SWITCH
REVERSE LIMIT
N
LS
0
SWITCH
FORWARD LIMIT
16 PTS 120 VAC INPUTS
RACK 0 SLOT 1
SLC 504
STATUS
MAIN PUMP (MOTOR) RUN
(LOCAL)
START AUTO PACK P.B
(LOCAL)
CYCLE START P.B
15
SPARE
SPARE
4-20mA
4-20mA
4-20mA
SHIELD
SHIELD
SHIELD
6
7
4
5
10
11
8
9
3
L103
R5
N
0
1
R6
R7
L104
VAC 1
N
0
14
VAC 2
12
13
16 PTS 120 VAC OUTPUTS
RACK 0 SLOT 4
SLC 504
R8
2
7
FORCE
ENETFLT
BATTERY
REM PROG
RS232
RUN
RUN
PANEL
LOCAL CONTROL
MOUNTED ON
HMI
6
7
3
5
SPARE
SPARE
ANALOG OUTPUTS
RACK 0 SLOT 9
SLC 504
SPARE
4
EATON
1
2
0
10
11
8
9
1746-NI4
AI MODULE
7
2
4
0
1
5
6
3
ANALOG INPUTS
RACK 0 SLOT 8
SLC 504
SPARE
16 PTS 120 VAC INPUTS
RACK 0 SLOT 3
SLC 504
3
11
12
9
10
15
COM
13
14
0
1
N L102
5
6
2
4
SPARE
SPARE
SPARE
SPARE
8
1746-OA16
DO MODULE
1746-OA16
DO MODULE
1746-IA16
DI MODULE
1746-IA16
DI MODULE
SPARE
SPARE
SPARE
SPARE
LEGEND
1746-NO4I
AO MODULE
1
2
0
6
7
4
5
OVERLOAD
MAIN PUMP STARTER
NOTES:
1. ALL SHIELDS SHALL BE GROUNDED AT ONE POINT ONLY.
2
4
2
2
2
2
3
4
4
2
START COMMAND
COOLING FAN
1746-IA16
DI MODULE
2.
CONTROL PANEL (OPERATORS' ROOM).
INTERPOSING RELAYS R1,R2,R3,R4,R5,R6,R7 ARE LOCATED IN THE LOCAL
2
3.
+_
COM
24 VDC
OVERLOAD ALARM AND CYCLE COUNT WILL BE DISPLAYED ON HMI
LOW OIL LEVEL ALARM, HIGH OIL TEMPERATURE ALARM, MAIN PUMP
STOP LIGHT
EMERGENCY
LIGHT
RAM FORWARD
LIGHT
RAM RETURN
LIGHT
SYSTEM TROUBLES
TYPICAL FOR COMPACTOR No.4
PLC POWER DISTRIBUTION FOR COMPACTOR No. 3,
RS-232
R
6
(BEACON)
LOADING LIGHT
6
3
2
4
UPS LOW BATTERY
UPS POWER FAILURE
UPS FAULT2
2
2
COMPACTOR AREA
BECON/HORNL1052A
L104
DO MODULE
120VAC PLC RACK 0 SLOT 2
L102
L103
L101
DI MODULE
120VAC PLC RACK 0 SLOT 3 2A
2A
2A
DI MODULE
120VAC PLC RACK 0 SLOT 1
2A
DO MODULE
120VAC PLC RACK 0 SLOT 4
1500VA
UPS
15A C.B.
L1002A
POWER SUPPLY
120VAC PLC
15ASWITCH
DOOR
FLORESENT LIGHT
15A
15A
SUPPRESSOR
SURGE
LN G
UTILITY RECEPTACLE
15A
JSL
UPSCR
UNIT
BYPASS
UPS
15A
CR UPS CR UPS
UPS RECEPTACLE
PIT-0003
PRESSURE
HYDRAULIC
TIT-0003
INDICATION
OIL TEMPERATURE
LIT-0003
INDICATION
OIL LEVEL
CRH
1
CRG
4
4
14ESS
CRH
L106
2A
2A
COMPACTOR AREA
ESTOP/BEACON
2A
AREA
BEACON HOPPER L108
COMPACTOR AREA
ESTOP/BEACONL107
2AL109
2A
HMI
5AL116
L117
POWER SUPPLY
24VDC 5A
(24 VDC) (0 VDC)
2A
2A
L111
2A
L110
2AL113
L112
G
2AL118
CRG
2AL114
2AL115
2AL119
2AL120
SPARE
+24 VDC
L118
OFF REMOTE
G
2
(1747-L552)
CPU
SLC 5/05
CAT 6a (ETHERNET)
EXISTING
NEW
LOCATED IN TIPPING FLOOR
LOCATED IN THE FIELD (COMPACTOR AREA)
LOCATED IN THE REMOTE CONTROL PANEL
LOCATED IN THE LOCAL CONTROL PANEL (OPERATORS ROOM)
LOCATED IN POWER PACK PANEL
120VAC 15A FROM LP PP-K-5
(REMOTE)
CLOSE
LOCKING ARM
(REMOTE)
OPEN
LOCKING ARM
SAFETY E-STOP RELAY
5AL116
POWER SUPPLY
24VDC 5A
+ -
SLOT 9 AO MODULE
24 VDC PLC RACK 0,
MODULE
REDUNDANCY+ -- +
+ -
+ -
TRAFFIC LIGHTS
NEW
(LOCAL)
SWITCH IN REMOTE
ON/OFF//REMOTE
ON
2
OFF REMOTE
(LOCAL)
SWITCH IN LOCAL(ON) MODE
ON/OFF//REMOTE
IN FAULT
E-STOP SAFETY RELAY
R
2
2
G
SPARE
PILOT LIGHT (LOCAL)
MAIN PUMP STOP
LIGHT
MAIN PUMP START
(LOCAL)
MAIN PUMP STOP PB
3
(REMOTE)
MAIN PUMP START PB
3
(REMOTE)
MAIN PUMP STOP PB
3
3
(REMOTE)
START PB
CLAMP PUMP
(REMOTE)
STOP PB
CLAMP PUMP
1
RUNNING
CLAMP PUMP
OVERLOAD
CLAMP PUMPO/L
PM
R
3
PILOT LIGHT
MAIN PUMP START
G PILOT LIGHT
MAIN PUMP STOP
R9 START COMMAND
CLAMP PUMP
G
R PILOT LIGHT
CLAMP PUMP STOP
PILOT LIGHT
CLAMP PUMP START
R13
R14
R15HIGH PRESSURE
RAM RETURN
LOW PRESSURE
RAM RETURN
HIGH PRESSURE
RAM FORWARD
LOW PRESSURE
RAM FORWARD2 1
2 1
2 1
2 1
UNLOCK
NEW SLO6
LOCKING
NEW SOL5
RETURN HIGH PRESSURE
NEW SOL4
RETURN LOW PRESSURE
NEW SOL3
FORWARD HIGH PRESSURE
NEW SOL2
FORWARD LOW PRESSURE
NEW SOL1
2 1
3
3
3
2 1
2
2
2
2
2
2
2
2
R10
R11
R12
OPEN
DUMP VALVE
3
R21
2
START COMMAND
MAIN PUMP 12
SPARE
SPARE
R3
R4
2
1
S.C.
I105
SCARBOROUGH TRANSFER STATION
1661-2016-06-31
V.J.
SCHEMATIC
COMPACTOR REPLACEMENT
JAN. 2016
A.S.
16ECS-MI-07SW
1 2016-08-19 ISSUED FOR TENDER
SSIONAL
EN
GIN
EE
R
PR
OVINCE OFONTAR
IO
LIC
EN
S
PROFE
ED
100161280
A.SAMBOTELECAN
2016-11-07
INSTRUMENTATION - CONTROL FOR NEW COMPACTOR No.3 & 4 - STAGE I
SOLID WASTE MANAGEMENT SERVICES
SIGNEDINITIALREVISIONSDATENo.
DESIGN:
DATE:
SCALE: N.T.S.
DRAFTING: CHECK:
DRAWING
NUMBER:
A.S. CONTRACT No.
ENGINEERING AND CONSTRUCTION SERVICES
DIRECTOR OF PROCESSING
DEREK ANGOVE, P.ENG.
AND RESOURCE MANAGEMENT
JIM McKAY
ACTING GENERAL MANAGER OF SWMS
2 2016-11-07 A.S.ISSUED FOR ADDENDUM No.2
PIT
PE
LIT
LE
TIT
TE
74 of 83
TROUBLES
SYSTEM
L
R
OFF
L
R
TROUBLES
SYSTEM
G
AUTO PACK
REMOTE
R
RAM RETURN
PB/L
OIT
OFF
REMOTE
ON
COM 4
COMPACTOR No.4
ON
PB/L
PB/L
R
E-STOP
PB/L
G
CYCLE START
PB/L
G
PUMP START
PB/L
E-STOP
PB/L
G
COMPACTOR No.3
PB/L
R
PUMP START
PB/L
R
RAM FORWARD
PB/L
G
CYCLE START
R
RAM RETURN
PB/L
R
RAM FORWARD
PB/L
G
OIT
COM 3
AUTO PACK
REMOTE
REMOTE
LEGEND
EXISTING
NEW
EXISTING LOCAL CONTROL PANEL FOR COMPACTORS No.3 AND No.4
COMPACTOR No.3
NEW POWER PACK PANEL FOR
COMPACTOR No.4
NEW POWER PACK PANEL FOR
R
PUMP STOP
PB/L
R
PUMP STOP
PB/L
G
PB/L
LOCKING ARMG
COMPACTOR No.1
R
B
REMOTE ENABLE
FORWARDING
RAM
EMERGENCY STOP
E-STOP
L
REVERSE
RAM
OPEN PB CLOSE PB
COMPACTOR No.1
EXISTING REMOTE CONTROL PANEL FOR
COMPACTOR No.2
EXISTING REMOTE CONTROL PANEL FOR
PB/L
R
START
MAIN PUMP START
PB/L
G
MAIN PUMP STOP
STOP
PB/L
G
CLAMP PUMP START
START
R
CLAMP PUMP STOP
PB/L
STOP
G
PB/L
LOCKING ARMG
COMPACTOR No.2
R
B
REMOTE ENABLE
FORWARDING
RAM
EMERGENCY STOP
E-STOP
L
REVERSE
RAM
OPEN PB CLOSE PB
PB/L
R
START
MAIN PUMP START
PB/L
G
MAIN PUMP STOP
STOP
PB/L
G
CLAMP PUMP START
START
R
CLAMP PUMP STOP
PB/L
STOP
22
2
POWER ON
DS
COMPACTOR No.3
EMERGENCY STOP
COMPACTOR No.4
G GDS
E-STOP
RR
E-STOP
EMERGENCY STOP
POWER ON
LL
R R2 2
2
S.C.
I106
SCARBOROUGH TRANSFER STATION
1661-2016-06-32
V.J.
LAYOUT
COMPACTOR REPLACEMENT
JAN. 2016
A.S.
16ECS-MI-07SW
1 2016-08-19 ISSUED FOR TENDER
SSIONAL
EN
GIN
EE
R
PR
OVINCE OFONTAR
IO
LIC
EN
S
PROFE
ED
100161280
A.SAMBOTELECAN
2016-11-07
INSTRUMENTATION - CONTROL PANELS - STAGE 1
SOLID WASTE MANAGEMENT SERVICES
SIGNEDINITIALREVISIONSDATENo.
DESIGN:
DATE:
SCALE: N.T.S.
DRAFTING: CHECK:
DRAWING
NUMBER:
A.S. CONTRACT No.
ENGINEERING AND CONSTRUCTION SERVICES
DIRECTOR OF PROCESSING
DEREK ANGOVE, P.ENG.
AND RESOURCE MANAGEMENT
JIM McKAY
ACTING GENERAL MANAGER OF SWMS
2 2016-11-07 A.S.ISSUED FOR ADDENDUM No.2
75 of 83
LEGEND
EXISTING
NEW
TYPICAL FOR COMPACTOR No.2
PROCESS AND INSTRUMENTATION DIAGRAM FOR COMPACTOR No.1,
22
2
2
2
2
2
2
MNL
0001
DI
MH
0001
DO
MF
0001
DI
LO
CAL A
RE
A C
ON
TR
OL P
AN
EL
OIT
LO
CAL P
LC C
ON
TR
OL P
AN
EL
YNA
0001
DI
CO
MP
AC
TO
R N
o.1
CM
P-0
001-Y
NA
MNH
0001
DI
CO
MP
AC
TO
R N
o.1
HM
S-0
001-M
NH
MNL
0001
DI
HM
S-0
001-M
NL
HMS
MH
0001
DI
HM
SS-0
001-M
H
E-STOP
PB/L
HMS
START
PUMP
PB/L
HMS
START
CYCLE
PB/L
HMS
FORWARD
RAM
PB/L
HMS
RETURN
RAM
PB/L
HMS
PACK
AUTO
PB/L
YI
TROUBLES
SYSTEM
HS
REMOTE
ON/OFF/
COMPACTOR No.1
IN R
EM
OTE
RA
M F
OR
WA
RD P
B
CO
MP
AC
TO
R N
o.1
RA
M R
ET
UR
N P
B
CO
MP
AC
TO
R N
o.1
CY
CLE S
TA
RT P
B
MH
0001
DI
HM
SF-0
001-M
H
CO
MP
AC
TO
R N
o.1
ST
AR
T A
UT
O P
AC
K P
B
HAS
0001
DO
CM
P-0
001-H
AS
CO
MP
AC
TO
R N
o.1
E-S
TOP LIG
HT
ON
0001
DO
HM
SF-0
001-O
N
CO
MP
AC
TO
R N
o.1
RA
M F
OR
WA
RD LIG
HT
ON
0001
DO
HM
SR-0
001-O
N
CO
MP
AC
TO
R N
o.1
RA
M F
RET
UR
N LIG
HT
ON
0001
DO
HM
ST-0
001-O
N
CO
MP
AC
TO
R N
o.1
SYSTE
M T
RO
UBLE LIG
HT
HMS
E-STOP
PB/L
YI
ENABLE
REMOTE
HS
RAM RETURN
RAM FORWARD/
HMS
(CLOSE)
LOCK
HMS
(OPEN)
UNLOCK
COMPACTOR No.1 REMOTE PANEL
MNH
0001
DI
CO
MP
AC
TO
R N
o.1
HS-0
001-M
NH
MNL
0001
DI
CO
MP
AC
TO
R N
o.1
HS-0
001-M
NL
ZH
0001
DI
HS-0
001-Z
H
ZL
0001
DI
HS-0
001-Z
L
RA
M F
OR
WA
RD J
OY S
TIC
K
RA
M R
ET
UR
N J
OY S
TIC
K
CO
MP
AC
TO
R N
o.1
LO
CK (C
LOSE
D) P
B
CO
MP
AC
TO
R N
o.1
ON L
OC
K P
B
0N
0001
DO
HM
S-0
001-O
N
CO
MP
AC
TO
R N
o.1
MN
0001
DI
P-0
001-M
N
CO
MP
AC
TO
R N
o.1
MAIN P
UM
P R
UN
NIN
G
P-0
001-M
H
CO
MP
AC
TO
R N
o.1
MAIN P
UM
P S
TA
RT C
OM
MA
ND
P-0
001-M
F
CO
MP
AC
TO
R N
o.1
MAIN P
UM
P O
VE
RLO
AD
M
M
M
P-0001
(RAM PUMP)
MAIN PUMP
(LOCK/UNLOCK PUMP)
HP-0001
PUMP
HYDRAULIC
FN-0001
FAN
COOLING
MH
0001
DO
HP-0
001-M
H
CO
MP
AC
TO
R N
o.1 H
YD
RA
ULIC CIR
CU
LATIN
G
PU
MP S
TA
RT C
OM
MA
ND
MH
0001
DO
FN-0
001-M
H
CO
MP
AC
TO
R N
o.1 C
OO
LIN
G F
AN
PU
MP S
TA
RT C
OM
MA
ND
VL
0001
DO
CO
MP
AC
TO
R N
o.1 L
OC
K A
RM
V-0
001-V
L
VH
0001
DO
CO
MP
AC
TO
R N
o.1 L
OC
K A
RM
V-0
001-V
H
MNH
0001
DI
ZS-0
001-M
NH
SO
LE
NOIL
D C
LOSE
SO
LE
NOIL
D O
PE
N
CO
MP
AC
TO
R N
o.1
FO
RW
AR
D LIMIT S
WIT
CH
FIE
LD
T-0001
POWER PACK TANK
COMPACTOR No.1
LE
0001
LIT
0001
PE
0001
PIT
0001
PG
0001
TE
0001
TIT
0001
LI
0001
AI
LIT-0
001-LI
CO
MP
AC
TO
R N
o.1 P
OW
ER P
AC
K T
AN
K
LE
VEL IN
DIC
ATIO
N
PI
0001
AI
LIT-0
001-LI
CO
MP
AC
TO
R N
o.1 P
OW
ER P
AC
K T
AN
K
PR
ESS
UR
E IN
DIC
ATIO
N
TI
0001
AI
TIT-0
001-TI
CO
MP
AC
TO
R N
o.1 P
OW
ER P
AC
K T
AN
K
TE
MPE
RAT
UR
E IN
DIC
ATIO
N
HM
SP-0
001-O
N
CO
MP
AC
TO
R N
o.1
MAIN P
UM
P R
UN LIG
HT
ON
0001
DO
HM
SS-0
001A-O
N
CO
MP
AC
TO
R N
o.1
CY
CLE S
TA
RT PIL
OT LIG
HT
ON
0001A
DO
HM
SF-0
001-O
N
CO
MP
AC
TO
R N
o.1
AU
TO P
AC
K PIL
OT LIG
HT
ON
0001
DO
MH
0001
DI
CO
MP
AC
TO
R N
o.1
HM
SH-0
001-M
H
MAIN P
UM
P S
TA
RT P
B
YI
ON
POWER
LDS
POWER PACK PANEL
COMPACTOR No.1
HMS
E-STOP
PB/L
ZS-0
001-M
NL
CO
MP
AC
TO
R N
o.1
RET
UR
N LIMIT S
WIT
CH
UPS-0001
XA
0001
DI
CO
MP
AC
TO
R N
o.1
UPS-0
001-X
A
EA
0001
DI
CO
MP
AC
TO
R N
o.1
UPS-0
001-E
A
EAL
0001
DI
UPS-0
001-E
AL
UPS F
AU
LT
UPS L
OW B
ATTE
RY
CO
MP
AC
TO
R N
o.1
UPS P
OW
ER F
AIL
UR
E
ESS ESS ESS ESS ESS
PANEL
PACK
POWER
PANEL
CONTROL
LOCAL
PANEL
CONTROL
REMOTE
AREA
FIELD
AREA
FIELD
HMS
0001
DI
CO
MP
AC
TO
R N
o.1
HM
S-0
001-M
NH
E-S
TOP
YAN-0001A
LTG-0001A,
(COMPACTOR AREA)
LIGHT
HORN, FLASHING
LTG-0001B
HOPPER AREA)
(TIPPING FLOOR/
LOADING LIGHT
HMD
0001A
DO
CO
MP
AC
TO
R N
o.1
LT
G-0
001A-H
MD
HMD
0001
DO
CO
MP
AC
TO
R N
o.1
YA
N-0
001-H
MD
CY
CLE S
TA
RT W
AR
NIN
G (BE
AC
ON)
CY
CLE S
TA
RT H
OR
N
HMD
0001B
DO
CO
MP
AC
TO
R N
o.1
LT
G-0
001B-H
MD
LO
ADIN
G LIG
HT (BE
AC
ON)
RR
LTG-0001C
(COMPACTOR AREA)
TRAFFIC LIGHTS
GG
CO
MP
AC
TO
R N
o.1
LT
G-0
001B-H
MD
TR
AFFIC LIG
HT L
ATC
H
HMD
0001C
DO
HMS
E-STOP
PB/L
HMS
START
PUMP
PB/L
HMS
START
CYCLE
PB/L
HMS
FORWARD
RAM
PB/L
HMS
RETURN
RAM
PB/L
HMS
PACK
AUTO
PB/L
YI
TROUBLES
SYSTEM
HS
REMOTE
ON/OFF/
COMPACTOR No.2
LOCAL CONTROL PANEL
RELAY
SAFETY
XA
0001
DI
SAFET
Y R
ELA
Y
SQ-0
001-X
A
UPS F
AU
LT
IN F
AU
LT
IN R
EM
OTE
YNB
0001
DI
CO
MP
AC
TO
R N
o.1
CM
P-0
001-Y
NB
IN L
OC
AL (
ON)
CY
CLE S
TA
RT P
B
HM
SP-0
001B-O
FF
CO
MP
AC
TO
R N
o.1
MAIN P
UM
P S
TOP PIL
OT LIG
HT
ON
0001B
DO
MB
0001
DI
CO
MP
AC
TO
R N
o.1
HM
SH-0
001-M
B
CY
CLE S
TOP P
B
HMS
STOP
PUMP
PB/L
HMS
STOP
PUMP
PB/L
L
PBPB
V-0
001A-M
NH
CO
MP
AC
TO
R N
o.1
RA
M F
OR
WA
RD L
OW P
RESS
UR
E
MNH
0001A
DO
V-0
001B-M
NH
CO
MP
AC
TO
R N
o.1
RA
M F
OR
WA
RD HIG
H P
RESS
UR
E
MNH
0001B
DO
LL L
HMS
START
PUMP
MAIN
PB/LR
HMS
STOP
PUMP
MAIN
PB/LG
HMS
START
PUMP
CLAMP
PB/LG
HMS
STOP
PUMP
CLAMP
PB/LR
R G
B
M
CP-0001
PUMP
CLAMP
MN
0001
DI
CO
MP
AC
TO
R N
o.1
CP-0
001-M
N
CLA
MP P
UM
P R
UN
NIN
G
MF
0001
DI
CO
MP
AC
TO
R N
o.1
CP-0
001-M
N
CLA
MP P
UM
P O
VE
RLO
AD
MH
0001
DO
CP-0
001-O
N
CO
MP
AC
TO
R N
o.1
CLA
MP P
UM
P S
TA
RT C
OM
MA
ND
V-0
001B-M
NH
CO
MP
AC
TO
R N
o.1
RA
M R
ET
UR
N HIG
H P
RESS
UR
E
MNL
0001B
DO
DV-0
001-V
H
CO
MP
AC
TO
R N
o.1
DU
MP V
ALVE O
PE
N
VH
0001
DO
MH
0001B
DI
CO
MP
AC
TO
R N
o.1
HSS
H-0
001B-M
H
MAIN P
UM
P S
TA
RT P
B
0N
0001B
DO
HM
SP-0
001B-O
N
CO
MP
AC
TO
R N
o.1
MAIN P
UM
P S
TA
RT PIL
OT LIG
HT
MB
0001B
DI
CO
MP
AC
TO
R N
o.1
HM
SB-0
001B-M
B
MAIN P
UM
P S
TOP P
B
HM
SB-0
001B-O
FF
CO
MP
AC
TO
R N
o.1
MAIN P
UM
P S
TOP PIL
OT LIG
HT
OFF
0001B
DO
MH
0001C
DI
CO
MP
AC
TO
R N
o.1
HM
SH-0
001C-M
H
CLA
MP P
UM
P S
TA
RT P
B
HM
SP-0
001C-O
N
CO
MP
AC
TO
R N
o.1
CLA
MP P
UM
P S
TA
RT PIL
OT LIG
HT
ON
0001C
DO
MB
0001C
DI
CO
MP
AC
TO
R N
o.1
HM
SH-0
001C-M
B
CLA
MP P
UM
P S
TOP P
B
HM
SP-0
001C-O
FF
CO
MP
AC
TO
R N
o.1
CLA
MP P
UM
P S
TOP PIL
OT LIG
HT
OFF
0001C
DO
COMPACTOR No.1 POWER PACK HYDRAULICS
G
R
R
R
G
R
R R
G
R R
R
G
R
R R
G
R
YAN-0001B
LTG-0001C,
(POWER PACK)
LIGHT
HORN, FLASHING
R
V-0
001B-M
NH
CO
MP
AC
TO
R N
o.1
RA
M R
ET
UR
N L
OW P
RESS
UR
E
MNL
0001A
DO
S.C.
I108
SCARBOROUGH TRANSFER STATION
JAN. 20161661-2016-06-34
V.J.
SCHEMATIC
COMPACTOR REPLACEMENT
A.S.
INSTRUMENTATION - P&ID FOR COMPACTOR No.1 AND No.2 - STAGE 2
16ECS-MI-07SW
1 2016-08-19 ISSUED FOR TENDER
SSIONAL
EN
GIN
EE
R
PR
OVINCE OFONTAR
IO
LIC
EN
S
PROFE
ED
100161280
A.SAMBOTELECAN
2016-11-07
SOLID WASTE MANAGEMENT SERVICES
SIGNEDINITIALREVISIONSDATENo.
DESIGN:
DATE:
SCALE: N.T.S.
DRAFTING: CHECK:
DRAWING
NUMBER:
A.S. CONTRACT No.
ENGINEERING AND CONSTRUCTION SERVICES
DIRECTOR OF PROCESSING
DEREK ANGOVE, P.ENG.
AND RESOURCE MANAGEMENT
JIM McKAY
ACTING GENERAL MANAGER OF SWMS
2 2016-11-07 A.S.ISSUED FOR ADDENDUM No.2
76 of 83
G
B
G
R
2
2
2
3
4
4
ESS 3ESS1ESS 2
2
2
4
2
4
2
2
2 3
3
2
PM
2
2
ESS
O/L
1
3
3
1
4
4
VAC 2
14
15
13
7
8
5
6
11
12
9
10
0VAC 1
R1
PILOT LIGHT
REMOTE ENABLE
CYCLE START HORN
PUMP (RUN)
CIRCULATING
HYDRAULIC
LIGHT (LOCAL)
AUTO PACK PILOT
SIGNAL GREEN
TRAFFIC LIGHT
(BEACON)
WARNING
CYCLE START
LIGHT (LOCAL)
CYCLE START PILOT
16 PTS 120 VAC OUTPUTS
RACK 0 SLOT 2
SLC 504
CLOSE
LOCKING ARM SOLENOID
OPEN
LOCKING ARM SOLENOID
4
(LOCAL)
RAM FORWARD P.B3
E-STOP
(REMOTE)
RAM RETURN JOY STICK
(REMOTE)
STICK
RAM FORWARD JOY
(LOCAL)
RAM RETURN P.B
(LOCAL)
P.B
MAIN PUMP START
COM
10
11
8
9
14
15
12
13
L101
LS
SWITCH
RETURN LIMIT
N
LS
0
SWITCH
FORWARD LIMIT
16 PTS 120 VAC INPUTS
RACK 0 SLOT 1
SLC 504
STATUS
MAIN PUMP (MOTOR) RUN
(LOCAL)
START AUTO PACK P.B
(LOCAL)
CYCLE START P.B
4-20mA
4-20mA
4-20mA
SHIELD
SHIELD
SHIELD
L103
R5
N
R6
R7
7
FORCE
ENETFLT
BATTERY
REM PROG
RS232
RUN
RUN
PANEL
LOCAL CONTROL
MOUNTED ON
HMI
6
7
3
5
SPARE
SPARE
ANALOG OUTPUTS
RACK 0 SLOT 9
SLC 504
SPARE
4
EATON
1
2
0
10
11
8
9
1746-NI4
AI MODULE
7
2
4
0
1
5
6
3
ANALOG INPUTS
RACK 0 SLOT 8
SLC 504
SPARE
16 PTS 120 VAC INPUTS
RACK 0 SLOT 3
SLC 504
3
12
15
COM
13
14
0
1
N L102
5
6
2
4
SPARE
SPARE
SPARE
SPARE
1746-OA16
DO MODULE
1746-IA16
DI MODULE
1746-IA16
DI MODULE
SPARE
SPARE
SPARE
SPARE
1746-NO4I
AO MODULE
1
2
0
4
5
OVERLOAD
MAIN PUMP STARTER
START COMMAND
COOLING FAN
G
2
+_
COM
24 VDC
RS-232
3
2
1
4
LEGEND
NOTES:
1. ALL SHIELDS SHALL BE GROUNDED AT ONE POINT ONLY.
2.
CONTROL PANEL (OPERATORS' ROOM).
INTERPOSING RELAYS R1,R2,R3,R4,R5,R6,R7 ARE LOCATED IN THE LOCAL
3.
OVERLOAD ALARM AND CYCLE COUNT WILL BE DISPLAYED ON HMI
LOW OIL LEVEL ALARM, HIGH OIL TEMPERATURE ALARM, MAIN PUMP
6
R
6
(BEACON)
LOADING LIGHT
3
2
4
UPS LOW BATTERY
UPS POWER FAILURE
UPS FAULT2
2
2
PIT-0001
PRESSURE
HYDRAULIC
LIT-0001
INDICATION
OIL LEVEL
TIT-0001
INDICATION
OIL TEMPERATURE
4ESS 12
+24 VDC
L118
1
4
4
CRG
CRH
ON OFF REMOTE
(1747-L552)
CPU
SLC 5/05
CAT 6a (ETHERNET)
EXISTING
NEW
LOCATED IN TIPPING FLOOR
LOCATED IN THE FIELD (COMPACTOR AREA)
LOCATED IN THE REMOTE CONTROL PANEL
LOCATED IN THE LOCAL CONTROL PANEL (OPERATORS ROOM)
LOCATED IN POWER PACK PANEL
(REMOTE)
CLOSE
LOCKING ARM
(REMOTE)
OPEN
LOCKING ARM
COMPACTOR AREA
BECON/HORNL1052A
L104
DO MODULE
120VAC PLC RACK 0 SLOT 2
L102
L103
L101
DI MODULE
120VAC PLC RACK 0 SLOT 3 2A
2A
2A
DI MODULE
120VAC PLC RACK 0 SLOT 1
2A
DO MODULE
120VAC PLC RACK 0 SLOT 4
1500VA
UPS
15A C.B.
L1002A
POWER SUPPLY
120VAC PLC
15ASWITCH
DOOR
FLORESENT LIGHT
15A
15A
SUPPRESSOR
SURGE
LN G
UTILITY RECEPTACLE
15A
JSL
UPSCR
UNIT
BYPASS
UPS
15A
CR UPS CR UPS
UPS RECEPTACLE
CRH
120VAC 15A FROM LP PP-K-1
L106
2A
2A
COMPACTOR AREA
ESTOP/BEACON
2A
AREA
BEACON HOPPER L108
COMPACTOR AREA
ESTOP/BEACONL107
2AL109
2A
HMI
5AL116
L117
POWER SUPPLY
24VDC 5A
(24 VDC) (0 VDC)
2A
2A
L111
2A
L110
2AL113
L112
G
2AL118
CRG
2AL114
2AL115
2AL119
2AL120
SPARE
SAFETY E-STOP RELAY
5AL116
POWER SUPPLY
24VDC 5A
+ -
SLOT 9 AO MODULE
24 VDC PLC RACK 0,
MODULE
REDUNDANCY+ -- +
+ -
+ -
TYPICAL FOR COMPACTOR No.2
PLC POWER DISTRIBUTION FOR COMPACTOR No. 1,
2
ON
2
OFF REMOTE
(LOCAL)
SWITCH IN LOCAL(ON) MODE
ON/OFF//REMOTE
VALVE
SLAVE
(LOCAL)
SWITCH IN REMOTE
ON/OFF//REMOTE
IN FAULT
E-STOP SAFETY RELAY
R
2
2
(LOCAL)
CYCLE STOP PB
SPARE
PILOT LIGHT (LOCAL)
MAIN PUMP STOP
LIGHT
MAIN PUMP START
11
9
10
8
6
7
3
(REMOTE)
MAIN PUMP START PB
3
(REMOTE)
MAIN PUMP STOP PB
3
3
(REMOTE)
START PB
CLAMP PUMP
(REMOTE)
STOP PB
CLAMP PUMP
1
RUNNING
CLAMP PUMP
OVERLOAD
CLAMP PUMPO/L
PM
R
R
R
R
2
2
2
2
4
3
0
1
L104
VAC 1
N
0
16 PTS 120 VAC OUTPUTS
RACK 0 SLOT 4
SLC 504
2
1746-OA16
DO MODULE
STOP LIGHT
EMERGENCY
LIGHT
RAM FORWARD
LIGHT
RAM RETURN
LIGHT
SYSTEM TROUBLES
UNLOCK
NEW SLO6
LOCKING
NEW SOL5
RETURN HIGH PRESSURE
NEW SOL4
RETURN LOW PRESSURE
NEW SOL3
FORWARD HIGH PRESSURE
NEW SOL2
FORWARD LOW PRESSURE
NEW SOL1
TRAFFIC LIGHTS
NEW
2
2
22
2
2
R8
2 1
2
15
SPARE
SPARE
6
7
5
10
11
8
9
14
VAC 2
12
13
R
3
PILOT LIGHT
MAIN PUMP START
G PILOT LIGHT
MAIN PUMP STOP
R9 START COMMAND
CLAMP PUMP
G
R PILOT LIGHT
CLAMP PUMP STOP
PILOT LIGHT
CLAMP PUMP START
R13
R14
R15HIGH PRESSURE
RAM RETURN
LOW PRESSURE
RAM RETURN
HIGH PRESSURE
RAM FORWARD
LOW PRESSURE
RAM FORWARD2 1
2 1
2 1
2 1
3
3
3
2 1
2
R10
R11
R12
OPEN
DUMP VALVE
3
R21
2
START COMMAND
MAIN PUMP 12
SPARE
SPARE
R3
R4
2
1
S.C.
I109
SCARBOROUGH TRANSFER STATION
1661-2016-06-35
V.J.
SCHEMATIC
COMPACTOR REPLACEMENT
JAN. 2016
A.S.
16ECS-MI-07SW
1 2016-08-19 ISSUED FOR TENDER
SSIONAL
EN
GIN
EE
R
PR
OVINCE OFONTAR
IO
LIC
EN
S
PROFE
ED
100161280
A.SAMBOTELECAN
2016-11-07
INSTRUMENTATION - CONTROL FOR NEW COMPACTOR No.1 & 2 - STAGE 2
SOLID WASTE MANAGEMENT SERVICES
SIGNEDINITIALREVISIONSDATENo.
DESIGN:
DATE:
SCALE: N.T.S.
DRAFTING: CHECK:
DRAWING
NUMBER:
A.S. CONTRACT No.
ENGINEERING AND CONSTRUCTION SERVICES
DIRECTOR OF PROCESSING
DEREK ANGOVE, P.ENG.
AND RESOURCE MANAGEMENT
JIM McKAY
ACTING GENERAL MANAGER OF SWMS
2 2016-11-07 A.S.ISSUED FOR ADDENDUM No.2
PIT
PE
LIT
LE
TIT
TE
77 of 83
TROUBLES
SYSTEM
L
R
OFF
L
R
TROUBLES
SYSTEM
G
AUTO PACK
REMOTE
R
RAM RETURN
PB/L
OIT
OFF
REMOTE
ON
COM 2
COMPACTOR No.2
ON
POWER ON
DS
COMPACTOR No.1
EMERGENCY STOP
COMPACTOR No.2
G GDS
E-STOP
R
PB/L
R
PB/L
R
E-STOP
E-STOP
PB/L
R
CYCLE START
PB/L
G
PUMP START
EMERGENCY STOP
POWER ON
PB/L
E-STOP
PB/L
G
COMPACTOR No.1
PB/L
R
PUMP START
PB/L
R
RAM FORWARD
PB/L
G
CYCLE START
R
RAM RETURN
PB/L
R
RAM FORWARD
PB/L
G
OIT
COM 1
AUTO PACK
REMOTE
REMOTE
EXISTING LOCAL CONTROL PANEL FOR COMPACTORS No.1 AND No.2
COMPACTOR No.1
NEW POWER PACK PANEL FOR
COMPACTOR No.2
NEW POWER PACK PANEL FOR
LEGEND
EXISTING
NEW
G
PB/L
LOCKING ARMG
COMPACTOR No.1
R
B
REMOTE ENABLE
FORWARDING
RAM
EMERGENCY STOP
E-STOP
L
REVERSE
RAM
OPEN PB CLOSE PB
COMPACTOR No.1
EXISTING REMOTE CONTROL PANEL FOR
COMPACTOR No.2
EXISTING REMOTE CONTROL PANEL FOR
LL
R
PUMP STOP
PB/L
R
PUMP STOP
PB/L
PB/L
R
START
MAIN PUMP START
PB/L
G
MAIN PUMP STOP
STOP
PB/L
G
CLAMP PUMP START
START
R
CLAMP PUMP STOP
PB/L
STOP
G
PB/L
LOCKING ARMG
COMPACTOR No.2
R
B
REMOTE ENABLE
FORWARDING
RAM
EMERGENCY STOP
E-STOP
L
REVERSE
RAM
OPEN PB CLOSE PB
PB/L
R
START
MAIN PUMP START
PB/L
G
MAIN PUMP STOP
STOP
PB/L
G
CLAMP PUMP START
START
R
CLAMP PUMP STOP
PB/L
STOP
2
2 2
R R2 2
2
S.C.
I110
SCARBOROUGH TRANSFER STATION
1661-2016-06-36
V.J.
SCHEMATIC
COMPACTOR REPLACEMENT
JAN. 2016
A.S.
16ECS-MI-07SW
1 2016-08-19 ISSUED FOR TENDER
SSIONAL
EN
GIN
EE
R
PR
OVINCE OFONTAR
IO
LIC
EN
S
PROFE
ED
100161280
A.SAMBOTELECAN
2016-11-07
INSTRUMENTATION - CONTROL PANELS - STAGE 2
SOLID WASTE MANAGEMENT SERVICES
SIGNEDINITIALREVISIONSDATENo.
DESIGN:
DATE:
SCALE: N.T.S.
DRAFTING: CHECK:
DRAWING
NUMBER:
A.S. CONTRACT No.
ENGINEERING AND CONSTRUCTION SERVICES
DIRECTOR OF PROCESSING
DEREK ANGOVE, P.ENG.
AND RESOURCE MANAGEMENT
JIM McKAY
ACTING GENERAL MANAGER OF SWMS
2 2016-11-07 A.S.ISSUED FOR ADDENDUM No.2
78 of 83
NOTES:
LEGEND
EXISTING
NEW
RPU 1
EXISTING
#5
PULL BOX
EXISTING
#7
PULL BOX
EXISTING
(INFIELD)
REMOTE CONTROL PANEL
COMPACTOR No.1
(T-0001)
POWER PACK TANK
COMPACTOR No.1
MCC
EXISTING
(NOTE 6)
3-21mmC
NEW
(NOTE 4)
TO REMAIN
2-53mmC
EXISTING
NOTE 4
REMAIN
CONDUITS TO
EXISTING
(NOTE 4)
TO REMAIN
1-53mmC
EXISTING
(IN POWER PACK ROOM)
POWER PACK PANEL
COMPACTOR No.1
NOTE 4
REMAIN
CONDUITS TO
EXISTING
(NOTE 5)
1-35mmC
NEW 24#14 in
(NOTE 5)
1-35mmC
NEW 24#14 in
(NOTE 5)
1-35mmC
NEW 20#14 in
(NOTE 5)
1-35mmC
NEW 20#14 in
RPU 2
EXISTING
#6
PULL BOX
EXISTING
#8
PULL BOX
EXISTING
(INFIELD)
REMOTE CONTROL PANEL
COMPACTOR No.2
(T-0002)
POWER PACK TANK
COMPACTOR No.2
MCC
EXISTING
(NOTE 6)
3-21mmC
NEW
(NOTE 4)
TO REMAIN
2-53mmC
EXISTING
NOTE 4
REMAIN
CONDUITS TO
EXISTING
(NOTE 4)
TO REMAIN
1-53mmC
EXISTING
(IN POWER PACK ROOM)
POWER PACK PANEL
COMPACTOR No.2
NOTE 4
REMAIN
CONDUITS TO
EXISTING
(NOTE 5)
1-35mmC
NEW 24#14 in
(NOTE 5)
1-35mmC
NEW 24#14 in
(NOTE 5)
1-35mmC
NEW 20#14 in
(NOTE 5)
1-35mmC
NEW 20#14 in
NOTE 9
21mmC
EXISTING
NOTE 9
21mmC
EXISTING
AND SPECIFICATION PRIOR TO REMOVAL OF THE WIRING AND CONDUITS.
THIS CONDUIT FOR I&C DEVICES. CONTRACTOR TO CONFIRM WITH I&C DRAWINGS
FOR PROJECT OF COMPACTOR CONTROL ROOM RELOCATION. ALLOW TO REUSE
REMOVE EXISTING WIRING CONDUITS AND CONNECTION WHICH INSTALLED 9.
AS REQUIRED.
TO RELOCATE THE EXISTING WIRING AND CONDUITS FOR NEW INSTALLATION
PROTECTED DURING DEMOLITION AND NEW CONSTRUCTION. CONTRACTOR
WHERE THE EXISTING WIRING AND CONDUITS TO REMIAN SHALL BE 8.
BE RE-USED.
CONTRACTOR TO ENSURE THAT THE EXISTING WIRING AND CONDUIT SHOULD7.
PRESSURE INDICATION AND TANK LEVEL INDICATION.
PROVIDE 3 RUNS OF (2#28 SHIELDED IN 21mmC) FOR OIL TEMPERATURE, TANK6.
NEW CONDUITS.
PROVIDE NEW WIRING AS SHOWN ON I&C DRAWING I108 AND I109 IN THE5.
COMPACTOR CONTROL ROOM RELOCATION SHALL KEEP EXISTING TO REMAIN.
THE EXISTING WIRING AND CONDUITS WHICH INSTALLED FOR PROJECT OF 4.
ON SITE PRIOR TO INSTALLATION.
ROUTING. CONTRACTOR SHALL VERIFY THE EXACT ROUTING OF CONDUITS
IT'S CONTRACTOR RESPONSIBILITY FOR ALL CONDUIT'S LENGTH AND3.
TO VERIFY THE SIZE AND NUMBER OF CONTROL WIRING AND CONDUITS.
CONTRACTOR TO COORDINATE WITH I&C DRAWINGS AND SPECIFICATION2.
PLAN DRAWING SHALL BE VERIFIED ON SITE BY CONTRACTOR.
THE LOCATION OF ALL DEVICES WHICH ARE NOT SHOWN ON THE1.
K.L.
SCARBOROUGH TRANSFER STATION
JAN 20161661-2016-06-20
E.M.
SCHEMATIC
E.M.
COMPACTOR REPLACEMENT
E105
16ECS-MI-07SW
CONTROL WIRING DIAGRAM #1
1 2016-08-19 ISSUED FOR TENDER
SSIONAL
EN
GIN
EE
R
PR
OVINCE OFONTAR
IO
LIC
EN
S
PROFE
ED
100058343
Y.MA
2016-11-07
SOLID WASTE MANAGEMENT SERVICES
SIGNEDINITIALREVISIONSDATENo.
DESIGN:
DATE:
SCALE: N.T.S.
DRAFTING: CHECK:
DRAWING
NUMBER:
E.M. CONTRACT No.
ENGINEERING AND CONSTRUCTION SERVICES
DIRECTOR OF PROCESSING
DEREK ANGOVE, P.ENG.
AND RESOURCE MANAGEMENT
JIM McKAY
ACTING GENERAL MANAGER OF SWMS
E.M.2 2016-11-07 ISSUED FOR ADDENDUM No.2
2
2
2
79 of 83
NOTES:
LEGEND
EXISTING
NEW
RPU 3
EXISTING
#1
PULL BOX
EXISTING
#3
PULL BOX
EXISTING
(INFIELD)
REMOTE CONTROL PANEL
COMPACTOR No.3
(T-0003)
POWER PACK TANK
COMPACTOR No.3
MCC
EXISTING
(NOTE 6)
3-21mmC
NEW
(NOTE 4)
TO REMAIN
2-53mmC
EXISTING
NOTE 4
REMAIN
CONDUITS TO
EXISTING
(NOTE 4)
TO REMAIN
1-53mmC
EXISTING
(IN POWER PACK ROOM)
POWER PACK PANEL
COMPACTOR No.3
NOTE 4
REMAIN
CONDUITS TO
EXISTING
(NOTE 5)
1-35mmC
NEW 24#14 in
(NOTE 5)
1-35mmC
NEW 24#14 in
(NOTE 5)
1-35mmC
NEW 20#14 in
(NOTE 5)
1-35mmC
NEW 20#14 in
RPU 4
EXISTING
#2
PULL BOX
EXISTING
#4
PULL BOX
EXISTING
(INFIELD)
REMOTE CONTROL PANEL
COMPACTOR No.4
(T-0004)
POWER PACK TANK
COMPACTOR No.4
MCC
EXISTING
(NOTE 6)
3-21mmC
NEW
(NOTE 4)
TO REMAIN
2-53mmC
EXISTING
NOTE 4
REMAIN
CONDUITS TO
EXISTING
(NOTE 4)
TO REMAIN
1-53mmC
EXISTING
(IN POWER PACK ROOM)
POWER PACK PANEL
COMPACTOR No.4
NOTE 4
REMAIN
CONDUITS TO
EXISTING
(NOTE 5)
1-35mmC
NEW 24#14 in
(NOTE 5)
1-35mmC
NEW 24#14 in
(NOTE 5)
1-35mmC
NEW 20#14 in
(NOTE 5)
1-35mmC
NEW 20#14 in
NOTE 9
21mmC
EXISTING
NOTE 9
21mmC
EXISTING
AND SPECIFICATION PRIOR TO REMOVAL OF THE WIRING AND CONDUITS.
THIS CONDUIT FOR I&C DEVICES. CONTRACTOR TO CONFIRM WITH I&C DRAWINGS
FOR PROJECT OF COMPACTOR CONTROL ROOM RELOCATION. ALLOW TO REUSE
REMOVE EXISTING WIRING CONDUITS AND CONNECTION WHICH INSTALLED 9.
AS REQUIRED.
TO RELOCATE THE EXISTING WIRING AND CONDUITS FOR NEW INSTALLATION
PROTECTED DURING DEMOLITION AND NEW CONSTRUCTION. CONTRACTOR
WHERE THE EXISTING WIRING AND CONDUITS TO REMIAN SHALL BE 8.
BE RE-USED.
CONTRACTOR TO ENSURE THAT THE EXISTING WIRING AND CONDUIT SHOULD7.
PRESSURE INDICATION AND TANK LEVEL INDICATION.
PROVIDE 3 RUNS OF (2#28 SHIELDED IN 21mmC) FOR OIL TEMPERATURE, TANK6.
NEW CONDUITS.
PROVIDE NEW WIRING AS SHOWN ON I&C DRAWING I104 AND I105 IN THE5.
COMPACTOR CONTROL ROOM RELOCATION SHALL KEEP EXISTING TO REMAIN.
THE EXISTING WIRING AND CONDUITS WHICH INSTALLED FOR PROJECT OF 4.
ON SITE PRIOR TO INSTALLATION.
ROUTING. CONTRACTOR SHALL VERIFY THE EXACT ROUTING OF CONDUITS
IT'S CONTRACTOR RESPONSIBILITY FOR ALL CONDUIT'S LENGTH AND3.
TO VERIFY THE SIZE AND NUMBER OF CONTROL WIRING AND CONDUITS.
CONTRACTOR TO COORDINATE WITH I&C DRAWINGS AND SPECIFICATION2.
PLAN DRAWING SHALL BE VERIFIED ON SITE BY CONTRACTOR.
THE LOCATION OF ALL DEVICES WHICH ARE NOT SHOWN ON THE1.
K.L.
SCARBOROUGH TRANSFER STATION
JAN 20161661-2016-06-21
E.M.
SCHEMATIC
E.M.
COMPACTOR REPLACEMENT
E106
16ECS-MI-07SW
CONTROL WIRING DIAGRAM #2
1 2016-08-19 ISSUED FOR TENDER
SSIONAL
EN
GIN
EE
R
PR
OVINCE OFONTAR
IO
LIC
EN
S
PROFE
ED
100058343
Y.MA
2016-11-07
SOLID WASTE MANAGEMENT SERVICES
SIGNEDINITIALREVISIONSDATENo.
DESIGN:
DATE:
SCALE: N.T.S.
DRAFTING: CHECK:
DRAWING
NUMBER:
E.M. CONTRACT No.
ENGINEERING AND CONSTRUCTION SERVICES
DIRECTOR OF PROCESSING
DEREK ANGOVE, P.ENG.
AND RESOURCE MANAGEMENT
JIM McKAY
ACTING GENERAL MANAGER OF SWMS
E.M.2 2016-11-07 ISSUED FOR ADDENDUM No.2
2
2
2
80 of 83
81 of 83
82 of 83
Haulage Bay 6( lay-down area)
Lay-down area
83 of 83