wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor...

83
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

Transcript of wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor...

Page 1: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 2: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 3: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 4: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 5: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 6: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 7: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

7 of 83

Page 8: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 9: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 10: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 11: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 12: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 13: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 14: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 15: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 16: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 17: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 18: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

18 of 83

Page 19: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 20: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 21: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 22: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 23: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 24: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 25: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 26: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 27: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 28: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 29: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

29 of 83

Page 30: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 31: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 32: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 33: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 34: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 35: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 36: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 37: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 38: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 39: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 40: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 41: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 42: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 43: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 44: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

44 of 83

Page 45: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 46: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 47: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 48: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 49: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 50: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

50 of 83

Page 51: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 52: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 53: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 54: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

54 of 83

Page 55: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 56: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 57: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 58: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 59: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 60: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 61: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

61 of 83

Page 62: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 63: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 64: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 65: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 66: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 67: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 68: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 69: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 70: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 71: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 72: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 73: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 74: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 75: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 76: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 77: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 78: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 79: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 80: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

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

Page 81: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

81 of 83

Page 82: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

82 of 83

Page 83: wx.toronto.ca · Tender Call No. 177-2016 – Addendum No. 2 Scarborough Transfer Station Compactor Replacement Michael Pacholok, Chief Purchasing Official and Director Purchasing

Haulage Bay 6( lay-down area)

Lay-down area

83 of 83