city of toronto engineering and construction services … · 2 days ago · basement flooding...

179
BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41 RFP 9117-14-7256 CITY OF TORONTO Engineering and Construction Services Servicing Toronto Water BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES – STUDY AREAS 34 to 41 REQUEST FOR PROPOSAL Table of Contents NOTICE TO POTENTIAL PROPONENTS AND ADDRESS LABEL ……… .......………..….…….…... 1 SECTION 1 TERMINOLOGY ........................................................................................................................................ 6 1.1 REFERENCES TO LABELLED PROVISIONS ................................................................................................................... 6 1.2 DEFINITIONS ............................................................................................................................................................. 6 1.3 PROPOSAL PROCESS ................................................................................................................................................. 7 SECTION 2 OVERVIEW .............................................................................................................................................. 8 2.1 INTRODUCTION ........................................................................................................................................................ 8 2.2 BACKGROUND .......................................................................................................................................................... 9 2.2.1 BASEMENT FLOODING PROTECTION PROGRAM ................................................................................................. 9 2.2.2 WET WEATHER FLOW MASTER PLAN IMPLEMENTATION ................................................................................. 10 2.3 STUDY AREAS.......................................................................................................................................................... 11 2.4 CURRENT PROGRAMS, POLICIES, STUDIES AND PROJECTS..................................................................................... 18 2.5 CITY REFERENCE DOCUMENTS AND STANDARDS................................................................................................... 19 SECTION 3 SCOPE OF SERVICES ............................................................................................................................... 22 3.1 STUDY OBJECTIVES ................................................................................................................................................. 22 3.2 GENERAL PROJECT REQUIREMENTS ....................................................................................................................... 23 3.3 SPECIFIC PROJECT REQUIREMENTS ........................................................................................................................ 25 3.3.1 REQUIREMENTS SUMMARY ............................................................................................................................. 25 3.3.2 DETAILED SCOPE OF SERVICES ................................................................................................................................ 26 THE FOLLOWING SECTIONS PROVIDE A MORE DETAILED DESCRIPTION OF THE TASKS REQUIRED. ................................................................ 26 .1 DATA COLLECTION.................................................................................................................................................. 26 .2 FIELD SURVEY AND INVESTIGATION PROGRAM..................................................................................................... 29 .3 SUBSURFACE SOIL AND GROUNDWATER ASSESSMENT......................................................................................... 30 .4 RAINFALL AND FLOW MONITORING ...................................................................................................................... 31 .5 PRELIMINARY ASSESSMENT REPORT (TM#3) ......................................................................................................... 33 .6 HYDROLOGIC AND HYDRAULIC MODELLING.......................................................................................................... 34 .7 STORM DRAINAGE SYSTEM HYDROLOGIC AND HYDRAULIC ASSESSMENT ............................................................ 35 .8 SANITARY/COMBINED SEWER SYSTEM HYDROLOGIC AND HYDRAULIC ASSESSMENT .......................................... 38 .9 WET WEATHER FLOW WATER QUALITY ASSESSMENT........................................................................................... 41 .10 ALTERNATIVE ANALYSIS AND PREFERRED SOLUTIONS ...................................................................................... 42 .11 DEVELOPMENT OF PREFERRED CONCEPTUAL DESIGN ...................................................................................... 43 .12 CLASS ENVIRONMENTAL ASSESSMENT (EA) ...................................................................................................... 45 .13 MASTER PLAN REPORT DRAFT AND FINAL REPORT SUBMISSIONS ................................................................. 48 2 of 180 VIEWING COPY ONLY DO NOT SUBMIT

Upload: others

Post on 31-Jul-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

CITY OF TORONTO Engineering and Construction Services

Servicing Toronto Water

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN

CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES – STUDY AREAS 34 to 41

REQUEST FOR PROPOSAL

Table of Contents

NOTICE TO POTENTIAL PROPONENTS AND ADDRESS LABEL ……… ..... ..………..….…….…... 1

SECTION 1 ‐ TERMINOLOGY ........................................................................................................................................ 6 

1.1  REFERENCES TO LABELLED PROVISIONS ................................................................................................................... 6 1.2  DEFINITIONS ............................................................................................................................................................. 6 1.3  PROPOSAL PROCESS ................................................................................................................................................. 7 

SECTION 2 ‐ OVERVIEW .............................................................................................................................................. 8 

2.1  INTRODUCTION ........................................................................................................................................................ 8 2.2  BACKGROUND .......................................................................................................................................................... 9 

2.2.1  BASEMENT FLOODING PROTECTION PROGRAM ................................................................................................. 9 2.2.2  WET WEATHER FLOW MASTER PLAN IMPLEMENTATION ................................................................................. 10 

2.3  STUDY AREAS .......................................................................................................................................................... 11 2.4  CURRENT PROGRAMS, POLICIES, STUDIES AND PROJECTS ..................................................................................... 18 2.5  CITY REFERENCE DOCUMENTS AND STANDARDS ................................................................................................... 19 

SECTION 3 ‐ SCOPE OF SERVICES ............................................................................................................................... 22 

3.1  STUDY OBJECTIVES ................................................................................................................................................. 22 3.2  GENERAL PROJECT REQUIREMENTS ....................................................................................................................... 23 3.3  SPECIFIC PROJECT REQUIREMENTS ........................................................................................................................ 25 3.3.1  REQUIREMENTS SUMMARY ............................................................................................................................. 25 3.3.2  DETAILED SCOPE OF SERVICES ................................................................................................................................ 26 THE FOLLOWING SECTIONS PROVIDE A MORE DETAILED DESCRIPTION OF THE TASKS REQUIRED. ................................................................ 26 

.1  DATA COLLECTION .................................................................................................................................................. 26 

.2  FIELD SURVEY AND INVESTIGATION PROGRAM ..................................................................................................... 29 

.3  SUBSURFACE SOIL AND GROUNDWATER ASSESSMENT ......................................................................................... 30 

.4  RAINFALL AND FLOW MONITORING ...................................................................................................................... 31 

.5  PRELIMINARY ASSESSMENT REPORT (TM#3) ......................................................................................................... 33 

.6  HYDROLOGIC AND HYDRAULIC MODELLING .......................................................................................................... 34 

.7  STORM DRAINAGE SYSTEM HYDROLOGIC AND HYDRAULIC ASSESSMENT ............................................................ 35 

.8  SANITARY/COMBINED SEWER SYSTEM HYDROLOGIC AND HYDRAULIC ASSESSMENT .......................................... 38 

.9  WET WEATHER FLOW WATER QUALITY ASSESSMENT ........................................................................................... 41 

.10  ALTERNATIVE ANALYSIS AND PREFERRED SOLUTIONS ...................................................................................... 42 

.11  DEVELOPMENT OF PREFERRED CONCEPTUAL DESIGN ...................................................................................... 43 

.12  CLASS ENVIRONMENTAL ASSESSMENT (EA) ...................................................................................................... 45 

.13  MASTER PLAN REPORT ‐ DRAFT AND FINAL REPORT SUBMISSIONS ................................................................. 48 

2 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 2: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

3.3.9  PROJECT MEETINGS ........................................................................................................................................... 50 3.2  ELECTRONIC DOCUMENT MANAGEMENT .............................................................................................................. 51 3.3  INVOICING REQUIREMENTS ................................................................................................................................... 51 3.4  ALTERNATIVES SUGGESTED BY PROPONENTS ........................................................................................................ 52 

SECTION 4 ‐ CITY’S RESPONSIBILITIES ........................................................................................................................ 53 

4.1  GENERAL................................................................................................................................................................. 53 4.2  PUBLIC CONSULTATION .......................................................................................................................................... 53 

SECTION 5 ‐ PROPOSAL EVALUATION AND SELECTION .............................................................................................. 55 

5.1  SELECTION COMMITTEE ......................................................................................................................................... 55 5.2  EVALUATION CRITERIA ........................................................................................................................................... 55 5.3  SELECTION PROCESS ............................................................................................................................................... 57 5.4  CLARIFICATIONS ..................................................................................................................................................... 58 5.5  MANDATORY INFORMATION MEETING ................................................................................................................. 58 5.6  INTERVIEW ............................................................................................................................................................. 59 5.7  EVALUATION RESULTS ............................................................................................................................................ 59 5.8  NEGOTIATIONS AND AGREEMENT ......................................................................................................................... 59 5.9  CONSULTING AGREEMENTS/PURCHASE ORDERS .................................................................................................. 60 5.10  INSURANCE ............................................................................................................................................................. 60 5.11  NOTIFICATION ........................................................................................................................................................ 61 

SECTION 6 ‐ TECHNICAL PROPOSAL SUBMISSION ...................................................................................................... 62 

6.1  SUBMISSION OVERVIEW ........................................................................................................................................ 62 6.2  PROPOSAL DOCUMENTATION AND DELIVERY ........................................................................................................ 62 THE DOCUMENTATION FOR EACH PROPOSAL: ................................................................................................................................. 62 6.3  TECHNICAL PROPOSAL CONTENT ........................................................................................................................... 63 THE TECHNICAL PROPOSAL SHOULD CONTAIN THE FOLLOWING ITEMS: ................................................................................................ 63 

SECTION 7 ‐ COST OF SERVICES ................................................................................................................................. 72 

7.1  COST OF SERVICES DOCUMENTATION AND DELIVERY ........................................................................................... 72 7.3.9  THE DOCUMENTATION FOR EACH COST OF SERVICES: ......................................................................................................... 72 7.2  "COST OF SERVICES" SUBMISSION CONTENT ‐ GENERAL ....................................................................................... 72 7.3  BASE SCOPE OF WORK AND PROVISIONAL ITEMS .................................................................................................. 73 7.4  ALTERNATIVES SUGGESTED BY PROPONENT .......................................................................................................... 77 7.5  PAYMENTS FROM COST OF SERVICES PROPOSAL ................................................................................................... 77 7.6  CONTINGENCY ALLOWANCE .................................................................................................................................. 78 7.7  CURRENCY .............................................................................................................................................................. 78 

APPENDICES Note: Appendices A-E are attached to this RFP. A CD containing Appendices A-H is available for pick up by companies who have purchased the RFP at the Tender Office in City Hall, 100 Queen St. West, 19th Floor West Tower , Toronto, ON M5H 2N2. The Tender Office phone number is 416-392-7319. Note that the Appendix C – RFP Process Terms and Conditions attached to this RFP supersedes the Appendix C included on the CD.

Appendix A Toronto Staff Report, Work Plan for Engineering Review Addressing Basement Flooding.

Appendix B Engineering and Construction Services: Guidelines for Facilities and Structure Projects.

3 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 3: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

Appendix C RFP Process Terms and Conditions.

Appendix D Mandatory Submission Forms.

Appendix E Specimen Contract Agreement including Insurance Forms.

Appendix F City of Toronto Basement Flooding InfoWorks Modelling Guidelines.

Appendix G City of Toronto Cost per Benefiting Property Calculation Methodology.

Appendix H RFP Figures

FIGURES

Figure 2.1 Basement Flooding Protection Program Study Areas

Figure 2.2 Area 34 Previous Reported Flooding Complaints

Figure 2.3 Area 34 Storm Sewer Network, Rain Gauges, Flow Monitors

Figure 2.4 Area 34 Sanitary/Combined Sewer Network, Rain Gauges, Flow Monitors

Figure 2.5 Area 35 Previous Reported Flooding Complaints

Figure 2.6 Area 35 Storm Sewer Network, Rain Gauges, Flow Monitors

Figure 2.7 Area 35 Sanitary Sewer Network, Rain Gauges, Flow Monitors

Figure 2.8 Area 36 Previous Reported Flooding Complaints

Figure 2.9 Area 36 Storm Sewer Network, Rain Gauges, Flow Monitors

Figure 2.10 Area 36 Sanitary Sewer Network, Rain Gauges, Flow Monitors

Figure 2.11 Area 37 Previous Reported Flooding Complaints

Figure 2.12 Area 37 Storm Sewer Network, Rain Gauges, Flow Monitors

Figure 2.13 Area 37 Sanitary/Combined Sewer Network, Rain Gauges, Flow Monitors

Figure 2.14 Area 38 Previous Reported Flooding Complaints

Figure 2.15 Area 38 Storm Sewer Network, Rain Gauges, Flow Monitors

Figure 2.16 Area 38 Sanitary Sewer Network, Rain Gauges, Flow Monitors

Figure 2.17 Area 39 Previous Reported Flooding Complaints

Figure 2.18 Area 39 Storm Sewer Network, Rain Gauges, Flow Monitors

Figure 2.19 Area 39 Sanitary Sewer Network, Rain Gauges, Flow Monitors

Figure 2.20 Area 40 Previous Reported Flooding Complaints

Figure 2.21 Area 40 Storm Sewer Network, Rain Gauges, Flow Monitors

Figure 2.22 Area 40 Sanitary/Combined Sewer Network, Rain Gauges, Flow Monitors

Figure 2.23 Area 41 Previous Reported Flooding Complaints

Figure 2.24 Area 41 Storm Sewer Network, Rain Gauges, Flow Monitors

Figure 2.25 Area 41 Sanitary Sewer Network, Rain Gauges, Flow Monitors

Figure 3.1-3.4 Soil Maps: Borehole Locations, Groundwater Depths, Soil Permeability

4 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 4: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

Figure 3.5 Mandatory Downspout Disconnection Program

Figure 3.6-3.7 Conceptual Design Layout Templates

TABLES

Table 2.1 Area 34 Background characteristics

Table 2.2 Area 35 Background characteristics

Table 2.3 Area 36 Background characteristics

Table 2.4 Area 37 Background characteristics

Table 2.5 Area 38 Background characteristics

Table 2.6 Area 39 Background characteristics

Table 2.7 Area 40 Background characteristics

Table 2.8 Area 41 Background characteristics

Table 3.1 Data Collection Summary

Table 3.2 Summary of Required Deliverables

Table 6.1 Qualifications of Team Members

Table 6.2 Availability of Staff

Table 6.3 InfoWorks License Availability

Table 7.1 Upset Limit Cost Breakdown for Basement Flooding Area Investigation

5 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 5: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

SECTION 1 - TERMINOLOGY

1.1 REFERENCES TO LABELLED PROVISIONS

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

1.2 DEFINITIONS

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

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

2. “City” means the City of Toronto.

3. “Conflict of Interest” includes, but is not limited to, any situation or circumstance where: (a) in relation to the RFP process, the Proponent has an unfair advantage or engages in

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

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

4. “Consultant” means the successful Proponent with whom the City enters into an Agreement

5. “Council” means City Council.

6. “EA” means Environmental Assessment.

7. “Flooding Remediation Plan” means the comprehensive Solution to surface and basement flooding.

8. "HST" means Harmonized Sales Tax

9. “Major system” means all above ground overland flow paths and surface storages such as streets, swales, channels, ponding at low points, stormwater ponds, etc.

6 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 6: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

10. "Master Plan" means a long range plan which integrates infrastructure requirements for existing and future land use with environmental assessment principles. At a minimum, a Master Plan addresses Phases 1 and 2 of the Municipal Class EA process

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

12. “MFIPPA” means the Municipal Freedom of Information and Protection of Privacy Act, (the Act), provincial legislation that governs access to public information and the protection of personal information and privacy.

13. “Minor system" means the storm, sanitary, and combined sewer systems, underground conveyance and storage systems.

14. “must”, “shall” and “will” used in this RFP denote imperative (mandatory).

15. "Project" refers to the Master Plan Class EA Study for each study area. In other words, each Study Area is considered an individual project for the purposes of this RFP.

16. “Project Manager” means main contact person at the City for all matters relating to the project. Manager of a team of City staff assigned to the project.

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

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

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

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

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

22. “Vendor” means the successful Proponent with whom the City enters into an Agreement.

1.3 PROPOSAL PROCESS

.1 The process is governed by Appendix “C”.

7 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 7: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

SECTION 2 - OVERVIEW 2.1 INTRODUCTION

The purpose of this Request for Proposal (RFP) is to request Proponents to submit a proposal for the provision of engineering services and the undertaking of Environmental Assessment (EA) Studies for Basement Flooding Study Areas 34, 35, 36, 37, 38, 39, 40 and 41 (Figure 2.1) that address the following issues:

a) Basement and surface flooding remediation;

b) Stormwater runoff quality improvement; and,

c) Reducing combined sewer overflows (for study areas 34, 37 and 40 which have combined sewer systems)

The EA study for each Basement Flooding Study Area shall be carried out in accordance with the Municipal Engineers Association’s (MEA's) Municipal Class EA (October 2000, as amended in 2007 and 2011) document for municipal projects according to the Master Planning process as defined in the document. A Master Plan shall be developed for each Study Area that recommends projects to remediate basement and surface flooding, improve stormwater quality runoff, and reduce combined sewer overflows (for combined sewer areas) that will contribute to water quality improvements in receiving watercourses.

At a minimum, the Master Plan for each Study Area shall be undertaken following Approach #2 of the Master Planning Process. This involves the completion of Phases 1 and 2 of the Municipal Class EA process and the preparation and filing of a Master Plan report and a "Notice of Completion" at the conclusion of Phase 2 for a minimum 30-day public and external agencies review period.

The Master Plan shall be prepared to a level of investigation, consultation and documentation to fulfil the Class EA requirements for all the projects recommended within the Master Plan, as per their Class EA project schedule.

It is the responsibility of the Proponent to familiarize themselves with the Project and contractual requirements of the City as described and specified in this RFP with the Appendices, and to ascertain the full scope of services required for the Project, prior to submission of their proposal.

Each of the eight study areas is an individual Project for the purposes of this RFP. The Projects are as follows:

Study Area 34

Study Area 35

Study Area 36

Study Area 37

Study Area 38

Study Area 39

Study Area 40

Study Area 41

8 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 8: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

The City may award up to, but no more than, three (3) Projects to any one of the successful Proponents. If the Proponent wishes to be considered for more than one project under this RFP, the Proponent shall indicate within their Technical Proposal how many projects they believe that they are able to undertake concurrently (i.e. 1, 2 or 3 projects) and the Proponent should identify their capability and availability of resources. The Proponent must prove that independent qualified teams and sufficient InfoWorks licenses are available to undertake the awarded projects concurrently in order to be eligible to be awarded more than one Project. Each of the awarded projects must be carried out by a dedicated team with all the required associated resources. All projects will be awarded to the successful Proponents in the order listed below:

1. Study Area 40

2. Study Area 34

3. Study Area 41

4. Study Area 37

5. Study Area 35

6. Study Area 36

7. Study Area 38

8. Study Area 39

2.2 BACKGROUND

2.2.1 BASEMENT FLOODING PROTECTION PROGRAM

.1 On August 19, 2005, the City experienced a severe storm event that resulted in the flooding of many residents’ homes, erosion in ravines and watercourses, and damage to City’s infrastructure such as roads, bridges, culverts, and sewers. Toronto Water received over 4,200 basement flooding complaints, the majority of which originated from north of Highway 401, where the storm exceeded a 100-year event with over 150 mm of rainfall recorded within a 3-hour period.

.2 In 2006, under the direction of the City of Toronto Council, a Basement Flooding Work Plan (Appendix A) (now referred to as the Basement Flooding Protection Program) was initiated to develop comprehensive plans to reduce the risk of flooding in 31 areas that experienced flooding from severe storms. In 2013, City Council approved the city-wide expansion of the Basement Flooding Protection Program, which now includes 41 study areas.

.3 The Basement Flooding Protection Program incorporates an integrated approach to solving basement flooding problems that focuses on preventing surface flooding of private property and on reducing the amount of stormwater entering all sewer systems: storm, sanitary, and combined. It is observed that in areas prone to basement flooding, that the local roads typically do not provide a continuous flow route and are flat. As well, the roads have low lying areas where stormwater is trapped with no flow outlet, which can result in spilling of surface flooding to adjacent properties and extraneous storm flows entering the sanitary sewer system. The integrated approach provides proper overland flow route relief where surface drainage is trapped. The 2006 Work Plan includes:

9 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 9: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

i) Conducting CCTV inspection of the sewer systems to identify defects (such as blockages) and sources of extraneous stormwater (such as deteriorated pipes and maintenance holes) entering the sanitary sewer systems;

ii) Mandatory downspout disconnection in basement flooding study areas;

iii) Undertaking engineering assessments of the “major” system, that is, the overland flow routes, to evaluate options to reduce or eliminate floodwater ponding on streets during extreme storm conditions;

iv) Undertaking assessments of the “minor” system, that is, the storm sewer and sanitary/combined sewer systems, to reduce stormwater inputs and identify strategies to reduce or eliminate hydraulic bottlenecks for both sewer systems to alleviate basement flooding during extreme rainstorm conditions; and,

v) A Basement Flooding Protection Subsidy Program that provides a financial subsidy to residential homes to install flood protection devices including a backwater valve, a sump pump, and pipe severance and capping of the home's storm sewer or external weeping tile connection.

2.2.2 WET WEATHER FLOW MASTER PLAN IMPLEMENTATION

In 2003, City Council adopted a city-wide Wet Weather Flow Management Master Plan (WWFMP) to address the impacts of wet weather flow (WWF) on the City’s watercourses and receiving waters. The WWFMP focuses on controlling and reducing the impacts of combined sewer overflows (CSO), stormwater discharges, and Infiltration/Inflow (I/I) in the City’s sanitary/combined sewer system. The WWFMP requires a hierarchical approach to stormwater management, that is, considering source control measures first, then conveyance control measures, then followed by end-of-pipe control measures.

The WWFMP was developed on a watershed basis and as such the City was divided into five (5) study areas and the waterfront as follows:

Study Area 1: The total combined sewer services area in the City of Toronto which includes sections in the former municipalities of East York, York, City of Toronto, and a portion of South West of Scarborough

Study Area 2: Mimico Creek and Etobicoke Creek watersheds and the Lakefront watershed in Etobicoke

Study Area 3: Humber River watershed area excluding the combined sewer area

Study Area 4: Don River watershed area excluding the combined sewer area

Study Area 5: Rouge River and Highland Creek watersheds and the Lakefront watershed in Scarborough excluding the combined sewer area

Waterfront: From Etobicoke Creek in the west to Rouge River in the East

The WWFMP was developed in accordance with the Municipal Engineers Association (MEA) Municipal Class Environmental Assessment (June 2000). The City completed the WWFMP using Approach #1 of the Master Planning process, in which Phases 1 and 2 of the Class EA process were completed, and the Master Plan was made available for public comment. The WWFMP has been used by the City as a basis for future investigations of site-specific Schedule B and C projects.

10 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 10: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

Therefore, projects recommended in the current Class EA studies which were identified in the WWFMP have completed the Phase 1 and 2 requirements of the Class EA; however Schedule B projects require further investigation and the filing of the Master Plan Report for public review, while Schedule C projects must fulfill Phase 3 prior to filing the Master Plan Report for public review.

2.3 STUDY AREAS

Historically, basement and surface flooding in each study area has been reported to the City during heavy rain storms, including extreme storm events on May 12, 2000, August 19, 2005, July and August 2012, and July 8, 2013, depending on the study area. A review of the basement flooding complaints noted the following observations:

i) Water backed up from floor drains;

ii) Leakage through cracks in basement walls or floors;

iii) Floodwater entry from reversed slope driveways, basement windows and/or doors; and

iv) Heaved basement floors.

A profile for each of the eight (8) study areas is provided in this section of the RFP including figures showing the history of flooding reports, the storm, sanitary and combined sewer systems, and study area boundaries. The figures are prepared for the purpose of conducting cost estimates. The actual study area boundaries may extend beyond the boundaries presented in the figures. It is the Consultant’s responsibility to identify and confirm the exact boundaries of the storm drainage and the sanitary and combined sewershed for each study area, and to add these extended boundaries to the scope and cost of the EA study. For all study areas in which improvement works have been implemented or planned, the Proponent shall verify and update the model to include the updated sewer network information and as-built condition of improvement works currently under construction and works planned for construction.

2.3.1 Study Area 34

Study Area 34 was established in southwest Scarborough in 2012 after several reports of flooding were filed with the City. The flooding occurred during severe rainstorms in the summer of 2012. Historic records show that this area has experienced basement flooding under severe storm events for several years. Figure 2.2 shows previously reported basement flooding incidents in Area 34 for severe rainstorms that occurred on May 12, 2000, August 19, 2005, July 31, 2012, May 28, 2013 and July 8, 2013

Study Area 34 is located mainly in Ward 35 and in a portion of Ward 36. It is roughly bounded by Eglinton Ave. East to the north, Anndale Rd. and CNR to the south, Victoria Park Ave. to the west, and Winter Ave. to the east. It is serviced by a combined sewer system, and as well, separate storm and sanitary sewer systems. The storm sewer system in the Study Area was originally designed to convey a 2 to 5 year design storm and, as per the engineering practice at the time, there were no specific guidelines applied on the design of the major system (overland flow) drainage.

11 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 11: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

The storm, sanitary and combined sewer systems including flow monitor locations and study area boundaries for Study Area 34 are shown in Figures 2.3 and 2.4. General background information regarding this study area is provided in Table 2.1.

Table 2.1 – Area 34 Study Area Characteristics

Characteristics Study Area 34

Study area size (ha) 1,354

Number of properties 11,152

2011 population census Residential 2011: 62,792

ICI 2011: 26,219

Sanitary trunk Massey Creek Relief Sanitary Trunk

Victoria Park Combined Trunk Godfrey-Fowler Combined Trunk

Major Receiving Watercourse Taylor-Massey Creek

Number of sanitary pipes 978

Number of combined pipes 977

Number of storm pipes 1,634

Number of storm outfalls 46

Number of CSO Structures 41

2.3.2 Study Area 35

Study Area 35 was established in Etobicoke in 2013 due to severe flooding reported during the severe rainstorm of July 8, 2013. Historic records show that this area has experienced basement flooding under severe storm events for several years. Figure 2.5 shows previously reported basement flooding incidents in Area 35 for severe rainstorms that occurred on May 12, 2000, August 19, 2005, July 31, 2012, May 28, 2013, and July 8, 2013.

Study Area 35 is located mainly in Ward 4 and in a portion of Ward 2. It is roughly bounded by Dixon Rd. to the north, St George's Golf and Country Club / Princess Margaret Blvd. to the south, Hwy 427 to the west, and Scarlet Rd. / Etobicoke Creek to the east. It is serviced by separate storm and sanitary sewer systems. The storm sewer system (minor system) in the Study Area was originally designed to convey a 2 to 5 year design storm event. As per the engineering practice at the time, there were no specific guidelines applied to the design of the major system (overland flow) drainage. The storm, sanitary and combined sewer systems including flow monitor locations and study area boundaries for Study Area 35 are shown in Figures 2.6 and 2.7. General background information regarding this study area is provided in Table 2.2.

12 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 12: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

Table 2.2 – Area 35 Study Area Characteristics

Characteristics Study Area 35

Study area size (ha) 626

Number of properties 4,367

2011 population census Residential 2011: 16,630

ICI 2011: 5,010

Sanitary trunk Silver Creek

Major Receiving Watercourse Silver Creek

Number of sanitary pipes 754

Number of storm pipes 791

Number of storm outfalls 8

Number of CSO Structures 0

2.3.3 Study Area 36

Study Area 36 was established in Etobicoke in 2013 due to severe flooding reported during the severe rainstorm of July 8, 2013. Historic records show that this area has experienced basement flooding under severe storm events for several years. Figure 2.8 shows previously reported basement flooding incidents in Area 36 for the severe rainstorms that occurred on May 12, 2000, August 19, 2005, July 31, 2012, May 28, 2013, and July 8, 2013.

Study Area 36 is located mainly in Wards 2 and 4. It is roughly bounded by the CN Rail north of Hwy 409, Summitcrest Dr. / Eglinton Ave. W. to the south, Hwy 27 to the west, and Scarlet Rd. / Etobicoke Creek to the east. It is serviced by a separate storm and sanitary sewer system. The storm sewer system in the Study Area was originally designed to convey a 2 to 5 year design storm. As per the engineering practice at the time, there were no specific guidelines applied on the design of the major system (overland flow) drainage. The storm, sanitary and combined sewer systems including flow monitor locations and study area boundaries for Study Area 36 are shown in Figures 2.9 and 2.10. General background information regarding this study area is provided in Table 2.3.

Table 2.3 – Area 36 Study Area Characteristics

Characteristics Study Area 36

Study area size (ha) 734

Number of properties 3,918

2011 population census Residential 2011: 22,428

ICI 2011: 14,220

Sanitary trunk Chapman

13 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 13: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

Major Receiving Watercourse Humber Creek

Number of sanitary pipes 872

Number of storm pipes 879

Number of storm outfalls 27

Number of CSO Structures 0

2.3.4 Study Area 37

Study Area 37 was established in central Toronto in 2013 due to severe flooding reported during the severe rainstorm of July 8, 2013. Historic records show that this area has experienced basement flooding under severe storm events for several years. Figure 2.11 shows previously reported basement flooding incidents in Area 37 for the severe rainstorms that occurred on May 12, 2000, August 19, 2005, July 31, 2012, May 28, 2013, and July 8, 2013.

Study Area 37 is located mainly in Ward 21 and in portions of Wards 15 and 17. It is roughly bounded by Wingold Ave to the north, St Clair Ave. W. to the south, Dufferin St. to the west, and Bathurst St. to the east. It is serviced by a combined sewer system, and as well, separate storm and sanitary sewer systems. The storm sewer system in the Study Area was originally designed to convey a 2 to 5 year design storm. As per the engineering practice at the time, there were no specific guidelines applied on the design of the major system (overland flow) drainage. The storm, sanitary and combined sewer systems including flow monitor locations and study area boundaries for Study Area 37 are shown in Figures 2.12 and 2.13. General background information regarding this study area is provided in Table 2.4.

Table 2.4 – Area 37 Study Area Characteristics

Characteristics Study Area 37

Study area size (ha) 353

Number of properties 6,325

2011 population census Residential 2011: 34,347

ICI 2011: 7,823

Sanitary trunk No Major Sanitary Trunk

Major Receiving Watercourse Don River Tributary

Number of sanitary pipes 61

Number of combined pipes 837

Number of storm pipes 334

Number of storm outfalls 0

Number of CSO Structures 4

14 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 14: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

2.3.5 Study Area 38

Study Area 38 was established in Etobicoke in 2013 due to severe flooding reported during the severe rainstorm of July 8, 2013. Historic records show that this area has experienced basement flooding under severe storm events for several years. Figure 2.14 shows previously reported basement flooding incidents in Area 38 for the severe rainstorms that occurred on May 12, 2000, August 19, 2005, July 31, 2012, May 28, 2013, and July 8, 2013.

Study Area 38 is located mainly in Wards 3, 5 and 6. It is roughly bounded by Dixfield Dr. to the north, Lake Shore blvd. W. to the south, Renforth Dr. to the west, and Hwy 427 to the east. It is serviced by a separate storm and sanitary sewer system. The storm sewer system in the Study Area was originally designed to convey a 2 to 5 year design storm. As per the engineering practice at the time, there were no specific guidelines applied on the design of the major system (overland flow) drainage. The storm, sanitary and combined sewer systems including flow monitor locations and study area boundaries for Study Area 38 are shown in Figures 2.15 and 2.16. General background information regarding this study area is provided in Table 2.5.

Table 2.5 – Area 38 Study Area Characteristics

Characteristics Study Area 38

Study area size (ha) 720

Number of properties 4,151

2011 population census Residential 2011: 24,962

ICI 2011: 16,565

Sanitary trunk Elmcrest / Etobicoke

Major Receiving Watercourse Etobicoke Creek, Renforth Creek

Number of sanitary pipes 966

Number of storm pipes 1,116

Number of storm outfalls 22

Number of CSO Structures 0

2.3.6 Study Area 39

Study Area 39 was established in Etobicoke in 2013 due to severe flooding reported during the severe rainstorm of July 8, 2013. Historic records show that this area has experienced basement flooding under severe storm events for several years. Figure 2.17 shows previously reported basement flooding incidents in Area 39 for the severe rainstorms that occurred on May 12, 2000, August 19, 2005, July 31, 2012, May 28, 2013, and July 8, 2013.

15 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 15: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

Study Area 39 is located mainly in Ward 2. It is roughly bounded by Rexdale Blvd. to the north, Stable Rd. / Rexdale Blvd. to the south, Hwy 427 to the west, and Humber River to the east. It is serviced by a separate storm and sanitary sewer system. The storm sewer system in the Study Area was originally designed to convey a 2 to 5 year design storm. As per the engineering practice at the time, there were no specific guidelines applied on the design of the major system (overland flow) drainage. The storm, sanitary and combined sewer systems including flow monitor locations and study area boundaries for Study Area 39 are shown in Figures 2.18 and 2.19. General background information regarding this study area is provided in Table 2.6.

Table 2.6 – Area 39 Study Area Characteristics

Characteristics Study Area 39

Study area size (ha) 696

Number of properties 2965

2011 population census Residential 2011: 12,649

ICI 2011: 12,160

Sanitary trunk Berry Creek

Major Receiving Watercourse Berry Creek

Number of sanitary pipes 706

Number of storm pipes 661

Number of storm outfalls 24

Number of CSO Structures 0

2.3.7 Study Area 40

Study Area 40 was established in central Toronto in 2013 due to severe flooding reported during the severe rainstorm of July 8, 2013. Historic records show that this area has experienced basement flooding under severe storm events for several years. Figure 2.20 shows previously reported basement flooding incidents in Area 40 for the severe rainstorms that occurred on May 12, 2000, August 19, 2005, July 31, 2012, May 28, 2013, and July 8, 2013.

Study Area 40 is located mainly in Wards 16 and 22, and in portions of Wards 15 and 25. It is roughly bounded by Hwy 401 to the north, St Clair Ave. W. to the south, Allen Rd. to the west, and Bayview Ave. to the east. It is serviced by a combined sewer system, and as well, separate storm and sanitary sewer systems. The storm sewer system in the Study Area was originally designed to convey a 2 to 5 year design storm and, as per the engineering practice at the time, there were no specific guidelines applied on the design of the major system (overland flow) drainage.

16 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 16: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

The storm, sanitary and combined sewer systems including flow monitor locations and study area boundaries for Study Area 40 are shown in Figures 2.21 and 2.22, respectively. General background information regarding this study area is provided in Table 2.7.

Table 2.7 – Area 40 Background Characteristics

Characteristics Study Area 40

Study area size (ha) 1,683

Number of properties 24,241

2011 population census Residential 2011: 133,904

ICI 2011: 71,699

Sanitary trunk

St. Ives CTS, Forman-Yonge CTS, Greer CTS, Woburn STS, Fairfield CTS, Otter Crescent STS, Avenue-

Manor CTS, Hillhurst STS, Castlewood CTS, Balliol CTS

Major Receiving Watercourse Don River, Don River Tributary

Number of sanitary pipes 1,525

Number of combined pipes 2,260

Number of storm pipes 3,246

Number of storm outfalls 8

Number of CSO Structures 6

2.3.8 Study Area 41

Study Area 41 was established in Etobicoke in 2013 due to severe flooding reported during the severe rainstorm of July 8, 2013. Historic records show that this area has experienced basement flooding under severe storm events for several years. Figure 2.23 shows previously reported basement flooding incidents in Area 40 for the severe rainstorms that occurred on May 12, 2000, August 19, 2005, July 31, 2012, May 28, 2013, and July 8, 2013.

Study Area 41 is located mainly in Ward 3 and in portions of Wards 2, 4 and 5. It is roughly bounded by Bloor St. W. to the south, Stable Rd. / Woodbine Racetrack to the north, Islington Ave. to the east, and Highway 427 to the west. It is serviced by a separate storm and sanitary sewer system. The storm sewer system in the Study Area was originally designed to convey a 2 to 5 year design storm. As per the engineering practice at the time, there were no specific guidelines applied on the design of the major system (overland flow) drainage. The storm, sanitary and combined sewer systems including flow monitor locations and study area boundaries for Study Area 41 are shown in Figures 2.24 and 2.25. General background information regarding this study area is provided in Table 2.8.

17 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 17: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

Table 2.8 – Area 41 Background Characteristics

Characteristics Study Area 41

Study area size (ha) 1,786

Number of properties 7,964

2011 population census Residential 2011: 36,180

ICI 2011: 35,659

Sanitary trunk North Mimico Creek

Major Receiving Watercourse Mimico Creek

Number of sanitary pipes 1,747

Number of storm pipes 1,722

Number of storm outfalls 63

Number of CSO Structures 0

2.4 CURRENT PROGRAMS, POLICIES, STUDIES AND PROJECTS

The following section describes some of the related programs, policies, studies, and activities currently underway within Toronto. The information is made available to provide context for the EA studies. The information provided is relevant and should be considered in the assessment of the problems for the EA studies.

1. Information of on-going Investigations of Chronic Basement Flooding Class Environmental Assessment Studies are available in the City’s website at: http://www.toronto.ca/involved/projects/basement_flooding/index.htm

2. Information of completed Investigations of Chronic Basement Flooding Class Environmental Assessment Studies are available in the City’s website at: http://www.toronto.ca/involved/projects/basement_flooding/completed.htm

3. The City’s mandatory downspout disconnection by-law requires complete implementation of roof leader disconnection in combined sewer areas, chronic basement flooding areas, and rest of the city by November 20, 2011, December 3, 2013, and December 3, 2016 respectively.

4. To ensure the ongoing proper operation of the City's drainage systems, Toronto Water continually inspects the existing sewer systems using CCTV inspections. Problem areas are rectified through cleaning, repairing, and replacing components of the system to ensure they function as per their original design. Available CCTV camera inspection information is stored by the City using InfoNet and will be provided to the Proponent as requested.

18 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 18: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

5. A “Basement Flooding Protection Subsidy Program” is available to assist residential homeowners to install flood protection devices which include a backwater valve, sump pump, pipe surveillance and capping of weeping tile connection. For more details visit the website: http://www.toronto.ca/basementflooding

6. GIS-Based Hydrologic and Hydraulic Models for Combined Sewer System Management in the City of Toronto – It is an on-going project which commenced in November 2012. The Ryerson University Team (RUT) is working with Toronto Water to develop a combined sewer system Infoworks computer model for the local and trunk sewers. Areas contributing flows to the City's combined sewer system were modelled on a large scale with lumped drainage catchments. The total study area is roughly bounded by Eglinton Avenue / Lawrence Avenue to the north, Lake Ontario to the south, the Humber River to the west and Brimley Road to the east. The model can be used to determine flows contributing to the combined sewer system in the local and trunk sewers under dry weather, wet weather, and snowmelt conditions during a typical year.

2.5 CITY REFERENCE DOCUMENTS AND STANDARDS

The following reference documents are available for viewing at Metro Hall. To review the reference documents, please contact Mr. Gino Marcoccia of the Engineering and Construction Services – Capital Works Delivery Group B at 416-392-8260. The following is a brief list of each document:

General Documents (applicable to one or more study areas)

.1 Work Plan for Addressing Basement Flooding, Toronto Water Staff Report to the Works Committee, February 23, 2006, is available on the City website at http://www.toronto.ca/legdocs/2006/agendas/committees/wks/wks060307/it025.pdf.

.2 Reports of completed EA studies and information for on-going basement flooding EA studies, and project implementation are available on the City website at http://www.toronto.ca/involved/projects/basement_flooding/index.htm.

.3 Wet Weather Flow Master Plan and Basement Flooding Protection Program Update Staff Report (August 12, 2011) http://app.toronto.ca/tmmis/viewAgendaItemHistory.do?item=2011.PW7.6

.4 Expansion of the Basement Flooding Protection Program's Priority Study Areas Staff Report (October 30, 2013)

http://www.toronto.ca/legdocs/mmis/2013/ex/bgrd/backgroundfile-63918.pdf .5 Wet Weather Flow Management Master Plan, Combined Sewer System Sewershed, CH2M

HILL and MacViro Limited, Final Report, July 2003.

.6 Study Area 2: Etobicoke Creek and Mimico Creek Watersheds, Wet Weather Flow Management Master Plan. Report prepared for City of Toronto in 2003 by Totten Simms Hubicki Associates.

.7 Study Area 3: Humber River Watershed area excluding the combined sewer area, Wet

Weather Flow Management Master Plan. Report prepared for City of Toronto in 2003 by XCG Consultants Limited.

19 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 19: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

.8 Study Area 4: Don River Watershed, Wet Weather Flow Management Master Plan. Report prepared for City of Toronto in 2003 by MMM Group.

.9 Study Area 5: Highland Creek and Rouge River Watersheds, Wet Weather Flow Management

Master Plan. Report prepared for City of Toronto in 2003 by Aquafor Beech Limited.

.10 Wet Weather Flow Management Guidelines, City of Toronto, November 2006 is available on City website at http://www1.toronto.ca/city_of_toronto/toronto_water/files/pdf/wwfm_guidelines_2006-11.pdf

.11 Don River and Central Waterfront Project - Class Environmental Assessment”, August 2012 – The Don and Waterfront sanitary trunks (Low Level Interceptor, High Level Interceptor, and Mid-Toronto Interceptor) are vital to the City of Toronto as they serve the City’s main downtown financial and business district, commercial buildings, institutions, entertainment districts, and major residential and commercial neighbourhoods upstream. This project evaluated both dry and wet weather capacity requirements for the Don trunk system, the Waterfront trunk interceptors, and the Lakefront and Queen Street trunk sewers, to develop a system-wide combined sewer overflow control strategy with storage and treatment, and optimization of operational changes, ultimately, to improve the water quality of the Lower Don River and the Lake Ontario waterfront. The Infoworks computer model was used to simulate the hydrologic and hydraulic sewer systems for the Don and Waterfront Interceptors. The computer model and findings from that EA study may be used as reference in this project.

.12 Don Sanitary Trunk Sewer Capacity Analysis Final Report, by Toronto Water, Water Infrastructure Management, March 2005.

.13 City of Toronto Borehole Database, Golder Associates, December 2001.

.14 Metropolitan Toronto Wastewater System, Metro Works, October 1993.

.15 The City of Toronto’s “Standard Construction Specifications & Drawings for Sewers, Watermains and Roads” on CD is available for purchase at a non-refundable cost of $100 plus HST.

.16 Safe Operating Procedures for Asbestos at Toronto Water Facilities.

.17 Confined Space Entry Procedures.

.18 The City’s Health and Safety Procedures.

.19 Notification Guide for Design and Construction Projects, City of Toronto, Works and Emergency Services, June 2002.

.20 Engineering Survey Standards for Consultants (Version 2.0), City of Toronto, Technical Services.

.21 Toronto Official Plan. Available at the City’s website: http://www.toronto.ca/planning/official_plan/introduction.htm

Documents Applicable to Study Area 34 Only

.22 The Scarborough Waterfront Combined Sewer Overflow (CSO) and Stormwater Outfalls Control Class Environmental Assessment and Flood Protection Study (Study Area 33 in Ward 36, Scarborough Southwest) was completed in March 2011 by Aquafor Consultants. Study Area 33 is located south of Area 34. The Consultant shall incorporate the findings and recommendations of this study, and account for the upgrades and modifications.

20 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 20: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

.23 Pharmacy Avenue Combined Sewer Study, by MacViro Consultants Inc., October 1994; and Pharmacy Avenue Combined Sewer Solutions – Toronto Water has prepared a Briefing Note on Proposed Sewer Works along Pharmacy Avenue from Bolster Avenue and St. Bedes Road on July 20, 2012. This would include diverting the existing house lateral connections from the 1200mm diameter combined sewer to the new sanitary sewer. This sewer work has been scheduled for construction in 2014. In this Briefing Note, completing sewer separation in the drainage area was recommended in the Pharmacy Avenue Combined Sewer Study by MacViro Consultants Inc. in 1994 as the ultimate solution. The Consultant shall incorporate the findings and recommendations of this study to incorporate the findings and account for the previous upgrades and modification recommendations while developing, calibrating and validating the sewer system model in this project.

Copies of the appropriate documents will be supplied to the successful Proponent. Note the preceding list is not exhaustive. It is the Proponent’s responsibility to search and obtain other applicable studies (as required) as part of each Project.

21 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 21: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

SECTION 3 - SCOPE OF SERVICES

3.1 STUDY OBJECTIVES

The objectives of the EA study are:

.1 to identify the mechanisms which cause basement and surface flooding, to detail the respective impacts, and to develop comprehensive Flooding Remediation Plans that best meet the “targeted level of service” criteria as outlined in the" Work Plan" (Appendix A)(or Basement Flooding Protection Program) approved by City Council in April 2006 (see Section 2.2.1). For Sanitary and Storm Sewer Criteria – the "targeted level of service" criteria is summarised below:

a. Sanitary Sewer System

The maximum hydraulic grade line (HGL) of the sanitary system shall be maintained below basement elevations (1.8 m below the ground elevation) during a storm event equivalent to the May 12, 2000 storm as gauged at the City’s Oriole Yard located at Sheppard Avenue and Leslie Street. This design standard provides an enhanced level of protection against basement flooding from sanitary sewer backup for a storm event with a return frequency between one in 25 to one in 50 years.

b. Storm Drainage System

Design criteria shall be the City's 100-year design storm. The maximum HGL in the storm sewer (minor) system shall be maintained below basement elevations (1.8 m below the ground elevation) during the 100-year design storm. If it is not feasible to maintain the maximum HGL at below basement, e.g. a shallow storm sewer system of which the crown of the sewer is less than 1.8 m below ground elevation, the required level of protection shall be no surcharge condition.

As outlined in the Design Criteria for Sewers and Watermains, November 2009, the overland flow (major system) shall be maintained up to the road right-of-way or 150 mm above the crown of the road. For arterial road, the flow spread must leave at least one lane free of water in each direction up to the 100-year storm. Velocities in overland flow channels shall be minimized as the force of moving water on objects increases with the square of velocity for publicly accessible flow routes, the velocities and depths of flow for the major overland flow systems should not exceed the combinations outlined in the table below. The table lists the approximated flow depths that a child (20 kg) would be able to withstand while standing in a concrete-lined channel or gutter flow flowing at the selected velocities. Values outside of these limits must be approved by Toronto Water.

Permissible Flow Depth for Submerged Objects

Water Velocity (m/s) Permissible Flow Depth (m)

2.0 0.21

3.0 0.09

22 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 22: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

.2 to develop a plan of source controls, conveyance controls and end-of-pipe facilities needed within the study area to contribute to water quality improvements in receiving watercourses and help meet the water quality objectives of the City's Wet Weather Flow Master Plan. This includes:

a. improving stormwater runoff quality discharged from stormwater outfalls within the study area; and,

b. for study areas with combined sewer systems, treating combined sewer overflows at CSO locations to achieve the Ministry of the Environment and Climate Changes' Procedure F-5-5 (i.e. during a seven-month period from April to October in an average rainfall year, for 50% of the time, capture and treat 90% of the wet weather flow that is above the dry weather flow, to 30% BOD and 50% TSS reductions, whereas the TSS concentration should not exceed 90 mg/L).

The City of Toronto is in the process of implementing recommendations from the Wet Weather Flow Master Plan (WWFMP) with respect to stormwater quality and combined sewer overflow (CSO) control. It is more cost-effective to create and size treatment/storage facilities to address both basement flooding concerns and help meet the long-term WWFMP objectives for improving water quality in receiving watercourses. Proponents shall investigate the opportunity to integrate the basement flooding remediation preferred solutions with the stormwater quality improvement and CSO control preferred solutions (for study areas with combined sewer systems).

.3 to undertake the above work and submit a Master Plan report and provide conceptual engineering designs for storm, sanitary/combined sewer system basement flooding remediation projects and water quality control, in this Class EA study.

3.2 GENERAL PROJECT REQUIREMENTS

The City’s general project requirements are included in Appendix B (A.1). General requirements include project management and administration procedures, approvals, and standards. The Proponent is responsible for reviewing this information and familiarizing themselves with the City’s requirements, and shall include in their fees the cost of managing the project according to these requirements. At the start of the project, the Consultant is to provide a baseline work plan for review and approval by the City. The work plan will be a refinement of the proposal, which will define in detail the scope of work and schedule for the project. The schedule is to be updated monthly and reviewed at progress meetings. Changes to the project schedule require a written explanation and must be approved, in writing, from the City.

The provisions of professional services are provided in the following Appendices:

a) Engineering and Construction Services Guidelines for Facilities and Structures Projects (Appendix B - note where ‘Works & Emergency Services’ or “WES” is identified, replace with the “City of Toronto”. Where “Commissioner” is identified, replace with the “Executive Director. Engineering and Construction Services” (Appendix B)

23 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 23: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

b) RFP Process Terms and Conditions (Appendix C) Note: The Appendix C attached to this RFP supersedes the version included on the CD.

c) Mandatory Submission Forms (Appendix D)

d) Specimen Project Agreement, including Insurance Forms and Statutory Declarations (Appendix E)

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

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

2. The timeline for each project is 14 months with exception of Study Area 34, 40 and 41 for which the timeline is 24 months. Key dates for major deliverables should be clearly defined in the Proponent’s detailed work plan. This is the City’s suggested timeline and if the Proponent considers the timeline to be too short or too long, this is to be explained in the Proposal. The Proponent is to develop a timeline that they are committed to abide to.

3. At the project kick-off meeting, the Consultant is to provide an updated work plan for review and approval by the City. The work plan will be a refinement of the proposal, which will define in detail the scope of work and schedule for the Project. The schedule is to be updated monthly and reviewed at progress meetings. Changes to the project schedule require a written explanation and must be approved, in writing, from the City. Any time extension submitted by the Consultant not in compliance to the said procedures will not be considered.

4. During all phases of the Project, the Consultant shall work collaboratively with City staff. The Consultant shall solicit input from the City’s Project Manager on all critical assumptions made in their analyses, in developing and assessing alternative options, in development of documents, and in all other critical project elements. The Consultant shall ensure that sufficient time is allowed for City’s input into the decision-making processes.

5. Occupational Health & Safety: The successful Consultant is responsible for meeting the requirements of the Occupational Health & Safety Act and City Health & Safety Manual and the consultant is to review their safe work procedures with the City prior to undertaking any field work onsite.

a) Staff on-site must be knowledgeable of the governing safety regulations including, but not limited to, Industrial Regulations, Construction Regulations, Regulation Respecting Asbestos on Construction Projects and in Building Repair Operations, Diving Operations, Designated Substances, WHMIS, Workplace Safety & Insurance Act, Transportation of Dangerous Goods Act, Technical Standards & Safety Act, Highway Traffic Act, Fire Protection & Promotions Act, X-Ray Safety.

b) Staff on-site must possess written proof of competency such as appropriate training and experience in health and safety related activities applicable to the project (i.e. confined space entry, fall arrest, First Aid & CPR, Ladder & scaffolding training

24 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 24: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

documentation, WHMIS training documentation, and any other appropriate certificate required to perform inspection work).

c) The successful Consultant is responsible for providing all safety equipment for the protection of their staff, including gas detection, safety retrieval devices, and any ancillary equipment for confined space entries (CSEs) required for inspection purposes. Certification in CSE is a pre-requisite and experience in the use of self-contained breathing apparatus is also a requirement.

6. A standard entry permit must be completed before any CSEs takes place.

7. The City, as part of this RFP, has provided a set of Modelling Guidelines that must be followed when setting up the overland, storm, and sanitary/combined models. These guidelines were developed in order to maintain consistency throughout all of the basement flooding studies for the City. See Appendix F for City of Toronto InforWorks Basement Flooding Modelling Guidelines.

3.3 SPECIFIC PROJECT REQUIREMENTS

3.3.1 REQUIREMENTS SUMMARY

The scope of the EA study shall include, as a minimum, the tasks listed below:

1. Collect data on existing minor and major drainage systems and related infrastructure; 2. Determine, summarize and categorize the cause(s) of basement flooding and surface

flooding; identify the mechanism(s) by which water enters the basements;

3. Conduct a field survey and field investigation program to determine ALL roof downspout connections, reverse sloped driveways, street surface topography and street low points, overland flow surface drainage paths, cathcbasin types and locations, storm sewer outfalls, perforated sanitary MH lids, pumping stations, in the study areas;

4. For combined sewer study areas, conduct a field survey of CSO overflow control

structures, including but not limited to: taking above and below ground photographs, sketch/figure of the overflow structure, condition of the structure, measured dimensions and invert elevations of the structure and all incoming and outgoing pipes (with respect to the ground surface), high water marks, flow conditions and flow directions on the day of survey, etc. The Consultant may estimate the cost based on the number of combined sewer overflow structures in the study area. The fee for this task shall be included as a Provisional item in the cost table.

5. Develop, calibrate, and validate the hydrologic/hydraulic models of the storm and sanitary

sewer systems using the Infoworks computer model for the study area’s major (streets, overland flow paths, and spillways) and minor (local sanitary, combined and storm sewers and the major trunk interceptors) drainage systems;

6. Determine the dry and wet weather flow characteristics of the storm and sanitary/combined

sewer systems, and to identify the characteristics, defects and/or blockages that caused flooding; define surface runoff characteristics, and wet weather inflow/infiltration characteristics;

25 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 25: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

7. If flow monitoring data provided by City for the project is not adequate, develop and carry

out a flow monitoring program (prior to the submission of the existing condition modelling to the City);

8. Compare and validate computer model simulations produced by Infoworks with reported

flooding complaints and records and adjust computer model calibration to reflect such occurrences; interpret and identify the extent of potential surface flooding and basement flooding; Interpret and identify the capacity of the local sewers, trunks, and the main interceptors, level of service, bottlenecks and restrictions, and backwater impact during design and real storm events; the Consultant is required to meet with Toronto Water District Operations staff to understand operation characteristics

9. Evaluate flood remediation measures and costs using Infoworks model simulations and

develop a comprehensive Flood Remediation Plan for future condition (2031 population or 2041 forecast population data if available) to achieve the desired level of service for the study area for both the major and minor systems;

10. Using the recommendations in the 2003 WWFMP as a basis, conduct stormwater quality

control analyses to refine the stormwater runoff quality improvements recommended in the Wet Weather Flow Management Master Plan EA study for the study areas (add CSO control assessment for study areas with combined sewer systems); and incorporate comprehensive and cost-effective stormwater runoff quality improvements and CSO control improvements as part of the recommended basement flooding remediation solutions;

11. Carry-out a tree inventory (Provisional Item) for any of the preferred solutions that are

selected to go through a tree sensitive area such as a ravine. Consultation with Parks and Recreation and Urban Forestry is required.

12. Provide detailed conceptual designs of the recommended projects in the study area;

13. Prepare a Master Plan report that documents the Class EA study and fulfils Class EA

requirements for the recommended projects in the study area; and

14. Provide cost estimates for all the projects and solutions recommended in the Master Plan, including cost per benefiting property calculations (Appendix G) for all the recommended basement flooding protection projects.

3.3.2 DETAILED SCOPE OF SERVICES

The following sections provide a more detailed description of the tasks required.

.1 DATA COLLECTION

.1 The Consultant needs to familiarize themselves with the study areas, the sources of flooding, and the level of effort required to fulfill the study objectives. In order to develop a comprehensive database on which remediation measures can be assessed and selected, the Consultant shall collect and review the data identified in Table 3.1.

.2 Available data in Group 1 (Table 3.1) will be provided by the City. However, it is the Consultant's responsibility to review and ensure that the database in Group 1 is accurate, up-to-date and complete. The City will provide the available storm and

26 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 26: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

sanitary sewer network data to the Consultant in a geodatabase format, including MH IDs, X and Y coordinates, depths and/or ground elevations of MHs, connecting MH IDs and invert elevations, pipe length, size, cross-sectional shape and material for the pipes. The City will also provide available shape files identifying the catchbasin locations.

Table 3.1 - Data Collection Summary

Group 1 Description

G1-1 Land Use Classification

G1-2 Water Consumption/Billing Records

G1-3 Current Population and Projected population level for 2031 (and 2041 population forecast if available)

G1-4 Physical Sewer Network Data, including City catchbasin locations

G1-5 Aerial/Ortho Photography

G1-6 Digital Elevation Model (DEM) and Triangulated Irregular Network (TIN) in DWG format. Data collected from 1:6,000 aerial photography

G1-7 Topographical contour lines (with intervals at 0.5 m)

G1-8 Historical Basement Flooding Complaints (Hansen Records)

Group 2 Description

G2-1 Previous and Present Studies

G2-2 Historical Operation/ Maintenance records

G2-3 CCTV Records

G2-4 Smoke-test / Dye-test Results

G2-5 Sewer design criteria at the time of construction

G2-6 Former natural surface water drainage pattern and paths (presence of former watercourses in the subwatershed)

G2-7 Geotechnical reports for groundwater and soil conditions

G2-8 Improvement works done in the drainage and sewer systems

G2-9 New and planned developments in the Study Area

G2-10 Information of foundation drain connections

G2-11 Exemption records and/or survey records from the City’s Downspout Disconnection Program

.3 Other necessary data required for the major system modeling, such as street widths and cross-sections, low-point stage-storage-spill discharge relationships, major system flow paths and spill paths, etc. are to be developed by the Consultant. Although surface elevations can be obtained from the DEM (Digital Elevation Model) and/or TIN (Triangulated Irregular Network), the Consultant shall field verify the low-lying areas on site and the general topography.

27 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 27: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

.4 The Consultant is required to confirm and revise the data should there be any uncertainty on the data provided by the City during the data collection task or at any time during the project. Any update or modification on the data should be documented in both a tabular format and GIS format and reported to the City in Technical Memo #1.

.5 For costing purposes of the scope of work of this RFP, Consultants shall assume that the City’s sewer database is generally 85% complete. The Consultant is responsible to document and fill in any data gaps that are critical for modelling by using additional plans and profiles if available, conduct field inspection and survey, and/or make reasonable assumptions, as necessary. All assumptions are to be developed in consultation with the City.

.6 The exact contributing subcatchment drainage areas for the storm drainage and sanitary and combined sewer systems may extend beyond the study area boundaries shown in the figures provided in this RFP. It is the Consultant's responsibility to identify and confirm this information when developing models for the sewer systems, and include these subcatchment drainage areas in the model as part of the base scope work.

.7 The Consultant shall be responsible to collect, compile and review the Group 2 data (Table 3.1). Except for the information on natural surface drainage before development, all of the other available data in this group can be obtained from the City’s Engineering and Construction Services Division, Building Services Division, Planning Division, and Toronto Water’s Operation/Maintenance Services. The City resources are scarce with respect to City staff availability to search, retrieve and collect existing information at the various City locations. The Consultant shall include in the base scope of work, effort to search through City logs and archives to retrieve this information from the respective City locations and City Divisions. Data collected shall be documented in a tabular and ArcGIS format and reported to the City in Technical Memo #1.

.8 The Consultant shall organize all project information/data/knowledge so that it is possible to:

Share information/data/knowledge between the Consultant and the City;

Facilitate City staff to review data/information and results;

Organize and manage the databases in ESRI geodatabase format and apply ESRI ArcGIS/ArcMap (Version 10.2.1 or latest) as the user interface;

Store all information/data/knowledge such as collected data (both geo-reference data and non geo-reference data), information/data/knowledge from the field survey and investigation program, results of analysis and modelling, photographs in one entity in ESRI geodatabase format and ESRI ArcMap (Version 10.2.1 or latest);

Develop database queries and geo-processing tasks if necessary for checking;

Conduct Quality Assurance/Quality Control of the database

.9 The Consultant shall account for the boundary conditions at the interceptor, trunk sewers, and watercourses, and account for their effects on backups and surcharges to the sanitary/combined and storm sewer systems of the study area. The Consultant shall obtain floodplain mappings from Toronto Region Conservation Authority (TRCA) to establish the boundary conditions at storm outfalls and overflow structures where the study area is adjacent to the floodplain of a river/creek. Boundary conditions for the

28 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 28: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

sanitary/combined trunk sewer systems are to be established from City data and the City's trunk sewer models.

.2 FIELD SURVEY AND INVESTIGATION PROGRAM The Consultant is required to develop and carry out a Field Survey and Investigation program based on its review of the data collection, background information, and the reports of the smoke/dye testing and CCTV inspections performed by the City. The Proponent should detail the approach for completing the required field survey tasks in its proposal. The Proponent must familiarize themselves with the study area to determine the appropriate amount of effort required to complete the field survey and investigation, and budget accordingly. The scope of the Field Survey and Investigation Program shall include, as a minimum, the following tasks:

1. Verification of foundation drain connections (i.e. connecting to the City’s storm, sanitary, or combined sewers) for the properties in the study area is a difficult and onerous task to complete. In your proposal, provide discussion of your proposed methodology/approach in verification of the foundation drain connections. As a minimum, include in the base scope of work, development of appropriate assumptions on foundation drain connections based on review of construction age and practices for the homes in the study area and flow data collected. Provide any proposed innovation/ alternative enhancements to the base scope of work covered under this RFP for alternative methodologies or approach to verification of foundation drain connections. Innovation/alternative enhancements to the base scope of work will be in accordance of Sections 3.4 and 6.3.14 of this RFP.

2. Survey and record in an ArcGIS database format the number and locations of connected and disconnected roof downspouts, and where the roof leaders are discharged to (e.g. to front yard, backyard, driveway, or into the ground to combined or storm sewers), for ALL properties in the study area. The survey of properties for downspout connections is to be conducted without accessing the property, i.e. a curb-view survey.

3. Identify and record, in ArcGIS database format, ALL properties with a depressed/reversed slope driveway in the field for the study area (take photographs).

4. Using GPS (geo-reference coordinates), verify in the field, the locations (in x-y coordinates) and types of ALL catchbasins in the study area, and compare them to City database (take photographs of each type and their GPS coordinates). Attention must be paid to identify sanitary maintenance hole lids that have combination CB-MH covers. It has been observed some of the MH covers with CB openings still remained after the original combined sewers were converted to separate sanitary and storm sewer systems (identify and record in an ArcGIS database format all the combination CB-MH cover lids). Based on field results, update the catchbasin network to correspond field findings.

5. Verify through field (visual) survey the low lying areas (on streets, to parks, etc.), existing overland flow path, overland flow spill paths and outlets, including the depth to spill, extent of ponding, and potential detention locations. Identify whether there is a

29 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 29: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

need to collect supplementary topographic information (payment for topographic surveys will be made from the Provisional Site Investigation Allowance).

6. Conduct field survey of all the storm outfall locations; document the existing condition of each storm outfall structure including its: configuration and condition, shape, size, dimensions, flow rate and flow depth on the day of the survey, the invert elevation of the outfall pipe with respect to the ground surface level, whether the outfall pipe is a free outfall, partially or totally submerged outfall; take photographs of the storm outfall structure and views looking upstream and downstream from the outfall. Photographs taken shall be geo-tagged and with captions as part of the ArcGIS database.

7. Conduct CCTV inspections and smoke/dye tests if required. This task is a provisional item under Provisional Site Investigation Allowance.

8. Provide input for the preparation of a basement flooding questionnaire to collect additional information from properties within the study area with regards to their experience with basement flooding associated with wet weather events. The City will either post the questionnaire on-line or mail out hard copies, collect the answered questionnaires, and provide them to the Consultant. The Consultant shall enter the responses of the questionnaires and results into an electronic ArcGIS database format to supplement and compare with the City's Hansen flooding complaint reports. The Consultant is to sort, organize, and summarize the questionnaire results, and undertake the review and analyses of the collected information and incorporate the findings into model calibration and verification process.

The Consultant shall summarize the data collected, document the field survey and site investigation key findings and observations, and provide interpretation of the information. All field data shall be saved in GIS format and the Consultant shall prepare ArcGIS figures that will plot and overlay the data collected: topography using the DEM, surface drainage directions and overland flow directions on every street, sags and low points with potential ponding and spill paths, houses with roof downspout connections, reverse sloped driveways, poor lot grading, locations of flooding complaints from Hansen and responded questionnaires, catchbasin locations and types, pipe age, pipe slope, poor pipes, storm outfalls, etc. for correlation and interpretation. All data, photographs, and images shall be submitted in digital format. In addition to pdf and hard copy submissions, all GIS databases are to be provided to the City in digital form.

.3 SUBSURFACE SOIL AND GROUNDWATER ASSESSMENT 1. The Consultant shall review available historic soil and borehole and groundwater data

(Figures 3.1 to 3.4) and (i) compare them with flow monitoring data to determine whether high groundwater levels might have contributed to excess inflow/infiltration to enter the storm and combined/sanitary sewers, and hence flooding problems, and (ii) for evaluation of alternatives such as underground storage, infiltration/exfiltration facilities.

2. The Consultant shall recommend any additional supplemental borehole work to be done based on the review of available records, prepare the Terms of Reference, and hire the sub-contractor. The Terms of Reference shall identify the locations where geotechnical work will be undertaken together with the type of work that needs to be completed. The cost for this work will be provided under Provisional Item Allowances.

3. All testing work shall be completed by a laboratory certified by the Canadian Council of Independent Laboratories (CCIL).

30 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 30: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

4. The soil information collected shall be used to support the development and calibration of the Infoworks computer model analyses and for evaluation of alternatives. It is anticipated that geotechnical work will be used to better define: Groundwater impact on infiltration/inflow in specific areas; and Geotechnical/groundwater characteristics for proposed flood control alternatives.

The Consultant is required to present the results of Section 3.3.2.1, 3.3.2.2 and 3.3.2.3 in Technical Memorandum (TM #1) upon completion of these activities to document the key findings, and present the updated / modified data.

.4 RAINFALL AND FLOW MONITORING Rainfall and flow monitoring data available for each of the projects will be provided by the City. The City’s rain gauge and storm and sanitary/combined sewers flow monitoring locations are shown in the sewer system network figures of each of the study areas 34, 35, 36, 37, 38, 39, 40, 41 in Section 2.3 (Figures 2.3-2.4, 2.6-2.7, 2.9-10, 2.12-13, 2.15-16, 2.18-19, 2.21-22, 2.24-25). The rainfall and flow monitoring data have not been reviewed by City. The Consultant shall review and analyze the integrity of the existing monitoring data (e.g. depth and velocity plots, shape, pattern, trend, scatter plots, etc.) for analyzing dry and wet weather flow characteristics and for model calibration. The Consultant shall allow budget to undertake as a minimum the following tasks:

a) Review and analyze data for quality/adequacy/suitability for this project;

b) Recommend number and location of additional rain gauge(s) and/or flow monitors if deemed required;

c) Select and characterize the storm events that create surface and basement flooding (e.g. rainfall and runoff volumes, volumetric runoff coefficient, etc.);

d) Select and analyze the dry weather and wet weather characteristics and flow rates in the study area for the storm, sanitary, combined sewer systems (e.g. tributary area, land use mix, 24-hour 7-day diurnal patterns, wastewater production rates, seasonal and inter-event baseflows, slow and fast response characteristics, etc.);

e) Identify locations/subcatchments with high Inflow/Infiltration (I/I) source(s) in the sanitary sewer system using the rain and flow monitoring data; and

f) Select rainfall and flow data for model calibration and verification.

It is anticipated that the City’s existing rainfall and flow monitoring data will be sufficient. However, if the Consultant establishes that additional rainfall and flow monitoring data are required for supplementing the current information, the Consultant shall provide in their proposal, a discussion of the proposed alternative. In the event that, during the study, additional rainfall and flow monitoring are found to be required upon completing the analysis of the City data, the Consultant is responsible to determine whether additional flow monitoring data should be collected. The Consultant is responsible to adjust the schedule to allow time for collection and analyses of additional rainfall/flow data and the additional calibration and validation of the computer model. The Consultant must adjust their project tasks to minimize impact on project timeline and project schedule delay.

31 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 31: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

The Proponent shall include the unit costs for conducting additional rainfall and flow monitoring in the proposal as a provisional item and provide the information listed below in the proposal:

1. The Proponent shall include the unit cost of undertaking the services of additional

rainfall and flow monitoring. One (1) rain gauge and one (1) flow monitor for 5-month period (not necessarily consecutive months) in the proposal as a provisional item for budgeting purpose. The Proponent (and Sub-Contractor) is responsible for equipment selection and supply, installation, removal, protection, site calibration, obtaining permission for installation, conduct maintenance, data quality control, and data retrieval, and shall also carry out all data analysis and Quality Assurance/Quality Control for the monitors. If more than one (1) monitor is required, the cost of extra monitors will be paid-out at the rate shown in the provisional item.

2. The Consultant (and Sub-Contractor) shall demonstrate that it has the proper training

and qualifications to undertake the rainfall / flow monitoring tasks. This includes trainings in confined space entry, traffic control, and health and safety. The City will not assume any liability.

3. The flow monitors shall be able to measure the water depth and flow velocity under free

flow and surcharged conditions. All equipment shall comply with City standards, installations within the sewers and/or MHs, both storm and sanitary, must satisfy NFPA (National Fire Protection Association) Standard 820, “Standard for Fire Protection in Wastewater Treatment and Collection Facilities”, i.e. be explosion-proof and intrinsically safe (as regulated by Canadian Standards Association and/or Ontario Electrical Code requirements). The Consultant (and Sub- contractor) will be responsible for repairing and/or replacing the monitors and associated accessories if they are lost or damaged due to high flood water or corrosion.

4. Both flow and rainfall data shall be collected in 5-minute intervals. Five events with

minimum of 15 mm rainfall volume shall be collected. During flow monitoring, the Consultant (and Sub-Contractor) is responsible for reviewing the new data weekly and ensuring that the data collected is of good quality and acceptable. The Consultant (and Sub-Contractor) shall conduct weekly maintenance to check on the monitors’ performance, including independent, manual probe depth and velocity measurements. Records of such visits are to be kept and submitted to the City. Velocity profiling shall be used to calibrate the velocity probe of the flow monitors. The Consultant (and Sub-Contractor) shall immediately take corrective actions as soon as any monitoring problems and data deviations are observed. This may include adjusting, cleaning, or re-locating the sensors, etc. The Consultant (and Sub-Contractor) shall alert the City to the problems and the corrective actions being taken.

5. The Consultant (and Sub-Contractor) is responsible for notifying the City at least one

week in advance of the monitoring equipment installation/removal so that the appropriate operating divisions can be notified and approval obtained to access MHs.

6. The Consultant shall include descriptions of the additional rain gauge(s) and/or flow

monitor(s) including location, orientation, the tributary area boundary, photo of the installation, and above ground photos of the location, street view, nearest buildings and houses, etc.

32 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 32: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

7. The provided Technical Memorandum (TM#2) shall contain plots of all of the flow monitoring data collected in time versus depth, velocity, and flow, plus scatter plots of velocity versus depth to show that the data collected are of good quality. The technical memorandum shall include an evaluation of the monitor performance and suitability of results for model calibration.

8. The provided Technical Memorandum (TM#2) shall contain an interpretation and

conclusions about the dry weather and wet weather flow characteristics for all the flow monitors, including but not limited to:

Mass continuity of flows measured; Data consistency (explain if not); Diurnal pattern (24/7); Wastewater production rates; Dry weather base flows and seasonal base flows; Wet weather responses characteristics (e.g. shape, slow, moderate, fast response,

etc.); and Volumetric runoff coefficients for each rain event.

Technical Memorandum (TM #2) shall be submitted to the City by the Consultant upon the completion of the Rainfall and flow monitoring data analyses (3.3.2.4)

.5 PRELIMINARY ASSESSMENT REPORT (TM#3)

The Consultant shall submit a preliminary assessment report in the form of a Technical Memorandum (TM #3) upon completion of the tasks required in Sections 3.3.2.1 through 3.3.2.4 It shall provide detailed discussions based on the correlation and interpretation of all the collected information, such as: dry weather and wet weather responses, groundwater table, soil types, reverse sloped driveways, overland flow directions, low points and sags where surface ponding occurs, roof connections, lot grading, catchbasin locations and grate types, pipe age, pipe condition, pipe slope, depth of the sewers and its relation to the depth of basement floor levels, and Hansen flood reports, sanitary MH cover types, subsurface soil and groundwater conditions, etc. to explain possible causes of the flooding. Data gaps, assumptions, updated / modified data to be used in the study, and any potential problems observed in the field and data gaps identified, shall be documented and discussed. In this Technical Memorandum (TM #3), the Consultant shall determine, summarize and categorize the cause(s) of the basement flooding and surface flooding, and identify the mechanism(s) by which water enters the basements. The conclusions shall be used to identify existing deficiencies and formulate the modelling plan and model assumptions for analyses of basement and surface flooding and development of control measures and alternatives.

33 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 33: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

.6 HYDROLOGIC AND HYDRAULIC MODELLING

This task is to develop the hydrologic and hydraulic computer simulation models for the storm sewer system (minor system) and overland flow drainage system (major system), and the sanitary and combined sewer system, using the InfoWorks model. The consultant is required to develop and calibrate the computer model for analyzing the performance of the storm, sanitary and combined sewer systems. The following bullets outline the City’s general expectations:

The modelling software to be used shall be InfoWorks CS Version 15.0 (Collection

Systems) or the latest version at the time of this RFP issued. Prior to setting up the Infoworks model, the Consultant shall use the “Preliminary Assessment Report” that they have prepared to identify existing system characteristics and formulate the modelling approach and model assumptions.

The modelling approach will be dictated by the City of Toronto InfoWorks Basement

Flooding Modelling Guidelines provided in this RFP (Appendix F). It is the responsibility of the Proponent(s) to familiarize themselves with the Modelling Guidelines and clarify with the City any questions/concerns that they might have prior to proceeding with the model development.

The input data for the InfoWorks model shall be set up with the flexibility that they can be modified easily in the future using "global change" (e.g. for modifying the subcatchment types: roofs, driveways, backyards, etc., and their percent distribution, surface types, or changing the inlet type: inlet node, gully, etc.). The model shall be set up based on the provided guidelines.

All the modeling results shall be imported to ArcGIS for visualization, interpretation and

presentation; the Consultant shall combine the surface water elevations resulting from the hydrologic and hydraulic models and the results from the GIS surface flow paths and contour model, the extents and depths of the surface flooding are to be plotted for each of the real and design storm events; color encoding of nodes and pipes shall be used to illustrate freeboard below ground surface and percent pipe full, respectively.

Where appropriate, the model shall be extended to cover the external areas immediately upstream and downstream of the Study Area so that it will allow evaluation of potential hydraulic impacts of the upstream and downstream areas. The major and minor systems in these areas shall be accounted for. Where appropriate, the Consultant can assume a lumped modelling approach for the external areas in the base scope of work and budget accordingly in their proposal. However, the lumped approach shall be sufficiently discretized to account for all hydraulically critical components such as overflow diversions and storage facilities that would impact flows entering the study area.

The InfoWorks hydrologic and hydraulic models shall be applied for water quality

control assessments. The InfoWorks model shall be used to simulate and evaluate the effects of applying source, conveyance control measures and End-of-Pipe (EOP) facilities with respect to pollutant loading reductions to refine the recommended measures identified in the Wet Weather Flow Management Master Plan. Water quality pollutant concentrations and loadings shall include as a minimum, total phosphorus, total suspended solids, total copper and E. Coli.

34 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 34: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

One important requirement of the EA study is to develop the most cost-effective

preferred solutions which will satisfy the criteria and target levels for protecting basement flooding, CSO control, and stormwater runoff quality improvement needs. Therefore, the Proponent shall present the analytical approach/process as to how all these requirements will be attained in their proposal.

The hydrologic and hydraulic models developed for the study area shall be capable of performing both single event and continuous simulation on sewersheds consisting of storm, sanitary, and combined sewer systems.

The Consultant shall provide a geodatabase/shapefile documenting the existing level of

service for each segment of storm, sanitary, and/or combined sewer. Each segment of pipe should show if the existing pipe capacity exceeds or is below the listed storm events (e.g. 1-, 2-, 5-, or 10-year, and May 12, 2000).

Alternatives shall be sized based on future condition 2031 population (or 2041 population forecast, if available).

.7 STORM DRAINAGE SYSTEM HYDROLOGIC AND HYDRAULIC ASSESSMENT

The City will provide the storm sewer network and flow diversion structures and regulators data to the Consultant in ArcGIS data format, including x and y ordinates, ground elevations and invert elevations for the manholes; and upstream and downstream manhole IDs and invert elevations, pipe length, size, and cross section shape for the pipes, and flow control structures. However, data for major system modelling, such as street widths and cross-sections, street slopes, catchbasin locations and types, street low-point stage-storage-discharge relationships, etc. are to be developed by the Consultant. Although surface elevations can be obtained from the DEM, the Consultant shall verify the low lying areas and the topography in the field.

The Consultant shall carry out the following tasks:

1. Develop a hydrologic and hydraulic model which represents the dual drainage (major and minor) systems for the storm drainage system of the study area using the latest version of Infoworks CS (Collection Systems) developed by Wallingford Software Inc. Dual drainage system assessment for storm drainage is required to quantify surface flooding characteristics with overland flow rates and flow depths, storm sewer flow characteristics, and to evaluate alternative remediation measures; a GIS-based topographical model shall be developed to define the major system (street) surface drainage flow patterns and identify/quantify low lying areas within and outside of street right-of-ways (ROWs) which do not have an outlet for the overland flow drainage;

2. Delineate subcatchments based on the topographical characteristics and catchbasin locations. All municipal storm pipes (excluding service laterals and catchbasin leads) within the study area are to be included in the hydraulic model;

3. Calibrate the model(s) using four reasonably-sized (preferably greater than 15 mm) storm events selected from the recorded rainfall and flow data. Subsequent to calibration, use four separate reasonably-sized storm event for validation. Where there

35 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 35: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

are insufficient or no coverage of monitoring data, the Consultant shall compare the model simulated results with the reported basement flooding complaints to pro-rate and validate the model;

4. Set up meetings with the City to review assumptions and findings during model set-up, model calibration and validation, evaluation of problem areas, alternatives assessment, etc.; the Consultant is responsible to double-check and confirm with the City to get City agreement before proceeding further; interim copies of the computer model may be required by the City for review;

5. Assess the operation of the major and minor storm systems using the validated models under the major rain storm events, such as May 12, 2000 and August 19, 2005, July 15, 2012, and July 8, 2013 and compare the simulated results with the reported basement flooding complaints provided on the study areas. Rainfall data for these storm events will be provided by the City. The Consultant shall conduct site visit to explain/verify discrepancies observed between the modeling results and the flooding complaints, and adjust model calibrations to reflect actual observations. When required, the Consultant shall conduct site investigation, field survey, dye test, or CCTV to verify model data and results. A contingency has been allocated in the budget for additional site investigations. Where there is inadequate flow data, the model shall be verified by using flood complaint locations and observations;

6. Apply the validated model to generate flows for ramp-up design storms of 1-, 2-, 5-, 10-, 25- and 100-year. The ramp-up storm will be used to identify the problem areas and bottlenecks when capacity restrictions start to occur and initiate occurrence in flooding. The Consultant shall determine the level of service of the existing storm sewer system. The Consultant shall provide a geodatabase/shapefile documenting the existing condition levels of service for each segment of storm sewers to demonstrate if each existing pipe capacity exceeds or is below the storm events listed (e.g. 100 year, May 12 2000, 25-, 10-, 5-, 2-, 1-year, etc.);

7. Analyze the modeling results in combination with the information gathered for the storm drainage system to establish possible cause(s) of flooding;

8. Generate hourly time series for flows and pollutants, i.e. hydrographs and pollutographs, including total phosphorus, total suspended solids, total copper and E. Coli before and after implementation of the preferred solutions at each stormwater outfall. The time series data prepared will be used by the City at a later date. The Consultant is to determine the reduction in pollutant loadings with the implementation of the recommended preferred solutions;

9. Prepare a Technical Memorandum (TM #4) for the study area on the engineering assessment of the existing storm drainage conditions, incorporating the model calibration and validation results, identifying flooding problem areas and the factors contributing to surface flooding and/or surcharge of the minor system. The general level of service achieved for both the minor and major storm systems under the existing conditions should be discussed, citing the mechanism(s) by which water entered the basements and the potential interaction which linked the storm, sanitary and/or combined and groundwater systems. Overland flow rates, flow depths, flow velocities and volumes conveyed through the major system, and accumulation at low points on streets and at low lying areas outside of the street ROWs shall be identified. This technical document shall be prepared in conjunction with the engineering assessment of the sanitary and combined sewer system. The verification of the model for the

36 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 36: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

existing condition must be accepted by the City prior to commencing evaluation of alternatives for remediation;

10. Using the accepted InfoWorks model and TM#3, identify and evaluate various flooding remedial and water quality improvement alternatives (innovative and cost-effective solutions are encouraged), including, but not limited to, the following suggested measures to meet the level of service criteria:

i. Roof downspout disconnection;

ii. Surface re-grading;

iii. Catchbasin inlet controls (maximum 25 L/sec per inlet control device and not more than 33% of the total number of catchbasins);

iv. In-line or off-line storage;

v. Storm relief sewer;

vi. Upsizing of sewer sizes/capacities;

vii. Overland flow path diversion;

viii. Water quality improvement alternatives; and,

ix. Various feasible combinations of the above.

It is the City’s intent to control the amount of stormwater entering the storm and combined sewers under heavy storms by inlet controls (up to 25 L/sec per inlet control device and not more than 33% of the total number of catchbasins) and roof downspout disconnection. The proposed remedial works shall focus on retrofitting the existing major system so that the excessive flows can travel along overland flow path to watercourses or open areas instead of entering the City's sewers. For areas without overland flow path outlets, new storm sewers and/ or storages may be considered. The City's Mandatory Downspout Disconnection Program aims to achieve 75% downspout disconnection in flood prone areas (see Figure 3.5). Disconnection of 75% of roof area would be the ultimate target, therefore, the effectiveness of implementing the mandatory roof leader disconnections (75%) alone shall be analyzed as a stand-alone scenario. This 75% shall then be used as the baseline for source control when assessing alternative remedial scenarios.

11. Prepare and present the findings and recommendations, to City divisions, review agencies, and at the Public Information Centers (PIC), including: a discussion of the engineering assessment of the storm major and minor drainage systems, evaluation of alternatives, and the preferred alternatives to relieve surface flooding and storm sewer surcharge as per the “targeted level of service”, and to improve stormwater runoff quality, as per environmental, social, technical and cost criteria. Similar requirements for the sanitary sewer system are to be presented at the PICs. The assessment and evaluation of stormwater quality control alternatives shall refine and take into consideration the recommendations from the 2003 WWFMP to address water quality and quantity, where applicable, within the study area.

37 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 37: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

12. Finalize the analyses and preferred solutions based on input from the PICs, and consultation with City divisions (e.g. Toronto Water District Operations, Transportation, Parks, Forestry & Recreation, Real Estate and Facilities, etc.), and review agencies (e.g. TRCA, MOECC, MNR, DFO, etc.);

13. The preferred solutions for the storm drainage system shall consist of cost-effective surface / basement flooding and sewer surcharge remediation measures to the level of detailed conceptual design to confirm constructability. Design briefing notes, plan and profile drawings, site limitations, footprint, dimensions, elevations, connection details, etc. of the proposed new works to demonstrate the concept, anticipated constraints, functionality and feasibility of the preferred solutions, sequencing of its construction with other proposed projects, shall be provided.

14. Conduct a cost-benefit analysis for the preferred solutions (flood control cost per benefitting property). A ArcGIS geodatabase shape file shall be prepared to show the results and data including for example the recommended remedial works identification, description, estimated cost, cost-benefit per property, etc.;

15. Organize meetings and/or work sessions to present the work completed at each stage of this task to City staff, including, but not limited to, model setup and calibration/validation, model analyses, assumptions, model runs, results, interpretation, conclusions, alternative evaluation, benefit-cost analyses, flood remediation plan, etc. and prepare and distribute Minutes within a week.

.8 SANITARY/COMBINED SEWER SYSTEM HYDROLOGIC AND HYDRAULIC ASSESSMENT

The City will provide the sanitary/combined sewer network and flow diversion structures and regulators data to the Consultant in ArcGIS format, including MH ID, X and Y coordinates, depths and/or ground elevations of MHs; and upstream and downstream MH IDs and invert elevations, length, size, cross-sectional shape and material for the pipes. The Consultant shall verify the accuracy of the data and data gaps.

The Consultant shall carry out the following tasks:

1. Develop a hydrologic and hydraulic model(s) (delineate subcatchment drainage areas on a MH-to-MH level) which represents the sanitary and/or combined sewer system of the study area using the latest version of InfoWorks CS;

2. Calibrate and validate the model using the flow data collected for both the dry weather flow (DWF) and wet weather flow (WWF) conditions. The Consultant shall separate the DWF into two components, the wastewater flow (i.e. domestic sanitary) and the baseflow (i.e. dry weather inflow/infiltration, groundwater, etc.). For analyzing WWF, a minimum of four reasonably-sized (preferably greater than 15 mm) storm events should be used for WWF calibration to determine rainfall derived inflow/infiltration RDII. The City will identify one of the methods in the InfoWorks model (RTK, Ground Infiltration, Runoff) to simulate wet weather inflow/infiltration in the sanitary and combined sewer system. Subsequent to calibration, use four separate reasonably sized storm events for validation. Where there are insufficient or no coverage of monitoring data, the Consultant shall compare the model simulated results with the reported basement flooding complaints to pro-rate and validate the model.

3. Set up meetings with the City to review assumptions and findings during model set-up, model calibration and validation, evaluation of problem areas, alternatives assessment,

38 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 38: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

etc.; the Consultant is responsible to double-check and confirm with the City to get City agreement before proceeding further; interim copies of the computer model may be required by the City during review;

a) Use the validated model(s) to assess the performance of the sanitary and combined sewer system under major rain storm events, including May 12, 2000 and August 19, 2005, July 15, 2012, and July 8, 2013 events and compare and validate the simulated results with the reported basement flooding complaints received on the study areas. Rainfall data for these storm events will be provided by the City. The Consultant shall conduct site visit to explain/verify discrepancies between modeling results and the flooding complaints, and adjust model calibrations to reflect actual observations. When required, the Consultant shall conduct site investigations, field survey, dye test, or CCTV to verify sewer data and model calibrations. A contingency budget has been allocated for additional field investigations. Where there is inadequate flow data, the model shall be verified by using flood complaint locations and observations;

b) Apply the validated model to generate wet weather flows for ramp-up design storms of 1-, 2-, 5-, 10-, 25- and 100-year return periods. The ramp-up storm will be used to identify the flooding problem areas and bottlenecks when capacity restrictions start to occur and initiate flooding as a result of RDII. The Consultant shall provide a geodatabase/shape file documenting the existing condition levels of service for each segment of sanitary and/or combined sewers to demonstrate if each existing pipe capacity exceeds or is below the storm events listed (e.g. May 12, 2000, 10-, 5-, 2-, 1-year, etc.).

4. Correlate the results of the storm drainage assessment with the sanitary/combined sewer system assessment to analyze the magnitude and extent of surcharging in the storm and sanitary/combined sewer systems during the various design and real storm events, and differentiate the cause(s) of flooding; identify subcatchments where there may be significant wet weather inflow/infiltration to the sanitary sewer system through illegal cross-connections and identify sources of I/I entering the sanitary sewers (e.g. through foundation drain and downspout connections, MH lid cover leaks, combination CB-MH covers, cracked or broken MHs/pipes, and displaced open pipe joints and connections); discrepancies between modeling results, flow data, and flooding complaints shall be checked by re-visiting the field and re-adjusting the computer model to reflect actual observations; a contingency budget has been allocated for additional site investigations;

5. Prepare a Technical Memorandum (TM #4) on the engineering assessment of the existing sanitary and combined sewer system(s) incorporating the model calibration/validation results; identify locations of the problem areas and the respective factors contributing to sanitary and combined sewer system surcharge and basement flooding; discuss the level of protection achieved for the sanitary and combined sewer system, citing the mechanism(s) by which water enters the basements and the potential interaction which linked the storm, sanitary, combined and groundwater systems, and how these interactions are reflected in the InfoWorks model; identify areas with significant I/I and the potential sources of I/I and recommend further I/I studies. This technical document shall be prepared in conjunction with the engineering assessment of the storm sewer system. The verification of the InfoWorks model for the existing condition must be accepted by the City prior to commencing evaluation of alternatives for remediation.

39 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 39: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

6. Using the accepted InfoWorks model and TM#3, identify and evaluate various flood remediation alternatives, including, but not limited to, the following suggested measures to meet the level of service criteria:

i) Disconnection of illegal sewer cross connections;

ii) Rainfall derived inflow/infiltration (RDII) source control measures;

iii) Replacing perforated combination CB-MH lids;

iv) Sealing sanitary MH covers in low-lying areas to prevent inflow;

v) Inline/offline above ground or underground storage;

vi) Sewer upgrades;

vii) Relief sewers (e.g. twinning);

viii) Flow diversion;

ix) Sewer rehabilitation;

x) Water quality improvement alternatives; and

xi) Various feasible combinations of the above.

For the sanitary and combined sewer systems, any proposed improvement works which will result in an increase in the peak flow rate to the trunk sewers under wet weather is not permitted.

7. Include in the model analysis, the impacts of the City’s Mandatory Downspout Disconnection Program which requires 75% implementation of roof leader disconnection in flood prone areas (see Figure 3.5). The Consultant is to model and evaluate the benefits of 75% mandatory downspout disconnection as a baseline, stand-alone, scenario and its benefit on the recommended solutions for basement flooding remediation and CSO control;

8. Generate the hourly time series for flow and pollutants, i.e. hydrographs and pollutographs including total phosphorus, total suspended solids, total copper and E. Coli before and after implementation of the preferred strategy at each combined sewer overflow structure (combined study areas). Combined sewer overflow control alternatives shall be developed based on the WWFMP to meet Ministry of Environment and Climate Change Procedure F-5-5 guideline (see also Section 3.3.9);

9. Prepare and present the findings and recommendations to City Divisions, review agencies, and at the Public Information Centres (PIC), including: a discussion of the engineering assessment of the sanitary/combined sewer system, evaluation of alternatives, and the preferred alternatives to relieve basement flooding as per the “targeted level of service” (utilizing environmental, social, technical and cost evaluation criteria) and to reduce combined sewer overflows;

10. Finalize the analyses and preferred solutions based on the input from the PICs. and consultation with City divisions (e.g. District Operations, Transportation, Parks, Forestry & Recreation, Real Estate and Facilities, etc.) and regulatory approval agencies (e.g. TRCA, MOECC, MNR, DFO, etc.);

11. The preferred solutions for the sanitary/combined sewer system shall consist of cost-effective surface / basement flooding and sewer surcharge remediation measures, and combined sewer overflow control measures, to the level of detailed conceptual design to confirm constructability. Design briefing notes, plan and profile drawings, site

40 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 40: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

limitations, footprint, dimensions, elevations, connection details, etc. of the proposed new works to demonstrate the concept, anticipated constraints, functionality and feasibility of the preferred solutions, sequencing of its construction with other proposed projects, shall be provided (see also Section 3.3.2.10).;

12. As noted, the preferred alternatives shall be sized based on the 2031 population projection (or 2041 population projection if available), and also be checked using the City’s design wastewater flow rate of 450 L/cap/day in addition to the calibrated flow rates.

13. Conduct a cost-benefit analysis for the preferred solutions (flood control cost per benefitting property). An ArcGIS geodatabase shape file shall be prepared to show the results and data including for example the recommended remedial works identification, description, estimated cost, cost-benefit per property, etc.; and

14. Organize meetings/work sessions to present the work completed at each stage of this task to City staff, including, but not limited to, model setup and calibration, model analyses, assumptions, model runs, results, interpretation, conclusions, alternative evaluation, cost analyses, flood remediation plan, etc. and prepare and distribute Minutes within a week.

Technical Memorandum (TM #4) shall be submitted to the City by the Consultant upon the completion of the tasks outlined in sections 3.3.2.6 through 3.3.2.8

.9 WET WEATHER FLOW WATER QUALITY ASSESSMENT

1. In this task, the Consultant shall develop a water quality model for wet weather flow water quality control assessment and to determine and provide the time series of flow hydrographs and pollutographs including total phosphorus, total suspended solids, total copper and E. Coli at each storm and CSO outfall location, and all discharges to the receiving waters, for the existing condition and future condition with and without stormwater quality improvements. The water quality assessment and control measures shall be based on the strategy and recommendations stipulated in the Wet Weather Flow Management Master Plan and the Ministry of Environment and Climate Changes' Procedure F-5-5. The corresponding reduction in pollutant loadings and water quality improvements with the basement flooding and water quality control measures shall be quantified by InfoWorks model analysis. Where it is feasible and appropriate, the wet weather flow water quality control works shall be integrated with the basement flooding remediation works to minimize “footprint” and land requirements, operation and maintenance costs, etc.

2. The rainfall data of the typical year (1991 or another year recommended by the Consultant selected through statistical analysis) shall be used in the continuous simulation to generate the flow hydrographs and route the pollutant concentrations and loadings for the study area. Methods for calculating pollutant loadings shall be consulted with City.

41 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 41: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

3. In the provided Technical Memorandum #5 the consultant shall summarize the wet weather flow water quality assessment and the preferred solutions for the control of storm outfall and combined sewer overflow (CSO) discharges for water quality improvement. The technical memorandum shall present the analyses conducted for existing and improved conditions, the alternatives analyzed, improvement target levels, conclusions and recommended control works.

Technical Memorandum (TM #5) shall be submitted to the City by the Consultant upon the completion of the tasks outlined in section 3.3.2.9

.10 ALTERNATIVE ANALYSIS AND PREFERRED SOLUTIONS

For the analysis of alternatives for basement flooding remediation and water quality control at CSO and storm outfalls, the Consultant shall:

1. Identify the primary cause(s) of basement and surface flooding, and differentiate the mechanism(s) by which water enters the basements; include an evaluation of the interaction between the storm, sanitary, combined, surface drainage and groundwater systems.

2. Identify potential basement flooding clusters in the Study Area based on modelling results, noting that the study areas identified by the City are based solely upon complaints received from affected residents and that not all residents who experienced flooding have necessarily reported the event.

3. Identify the extents (both vertically and horizontally) of potential surface flooding.

4. Develop shape files and geodatabase files showing the areas benefiting from each of the proposed flooding remediation works and submit to the City;

5. Determine cost per benefiting property for the basement flooding remedial solutions and develop an implementation plan for sequencing projects for the study area. The Proponent shall discuss the considerations used. A methodology to determine the cost per benefiting property has been included in Appendix G of this RFP.

6. Evaluate the cumulative water quality improvements for the Study Area resulting from implementing various alternatives of source, conveyance and E-O-P control measures on stormwater runoff discharged from storm outfalls within the study area and the combined sewer overflows for combined sewer areas; quantify and verify the corresponding reduction of pollutant loadings at the outfalls and overflows to achieve water quality improvements. This task shall be carried out for storm events observed in the typical year (1991 or another year recommended by the Consultant) for existing condition and the future condition (with and without recommended solutions).

7. Using the strategy and recommendations in the 2003 WWFMP, identify the opportunity of refining the 2003 WWFMP recommendations. Through detailed modelling analysis on the proposed stormwater and CSO (for combined sewer areas) control measures, assess the impact on the wet weather peak flow rates, discharge volumes, and water quality improvements. The following analyses are to be conducted:

i. Current baseline stormwater parameter discharges at outfalls

42 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 42: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

ii. Stormwater parameter discharges at outfalls with recommended solutions (and Downspout Disconnection at 75%)

iii. Stormwater parameter discharges at outfalls with recommended solutions (and voluntary wet weather flow source controls)

iv. Stormwater parameter discharges at outfalls with recommended solutions (and enhanced wet weather flow source controls)

8. In the provided Technical Memorandum #6 the consultant shall present the alternatives and recommended projects for mitigating sewer capacity and basement flooding problems, and also the control measures for water quality improvement. The preferred solutions must be modelled and documented, and the computer files shall be submitted together with the technical memorandum. The technical memorandum shall present the evaluation criteria and alternatives, recommended integration of basement flooding controls and water quality controls and mutual benefits if any, the logic, directions, and levels of protection or targets provided by the water quantity and water quality control works. This memorandum will be part of the Master Plan report.

Technical Memorandum (TM #6) shall be submitted to the City by the Consultant upon the completion of the tasks outlined in sections 3.3.2.10.

.11 DEVELOPMENT OF PREFERRED CONCEPTUAL DESIGN

The preferred solution for the storm, sanitary and/or combined sewer system shall be completed to the level of detailed conceptual design to confirm constructability, functionality, and feasibility of the preferred conceptual design. The Consultant shall provide design notes, plans and profiles, drawings and sketches, with all relevant design criteria (including location, “footprint”, configuration, dimensions, elevations, peak flow, volumes, connection details, etc.) of the recommended projects to demonstrate the concept. Colour aerial and street photos showing the site, design and construction considerations, potential constraints and conflicts, implementation schedule, estimated costs, and sequencing of its construction with other proposed projects, etc. shall be provided. A template of the conceptual design layout (11”x17” size) is shown in Figures 3.6 and 3.7. The Consultant shall summarize the detailed conceptual designs in a Technical Memorandum (TM #9). The TM shall include, but not limited to, the following:

1. 11”x17” conceptual design layout drawing sheets (see Figure 3.6 and 3.7 templates);

2. Capital cost and life cycle cost;

3. Land and easement requirements and costs;

4. Impact on future and current land use;

43 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 43: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

5. Capacity, performance and efficiency;

6. Operational issues, concerns, and costs;

7. Site constraints, constructability challenges, and rehabilitation/cleanup costs if required;

8. Design and construction timeline (i.e. sequencing of its design and construction as

compared to other proposed projects);

9. Mitigation measures To ensure constructability of the proposed projects, the detailed conceptual design must include the following as a minimum:

1. The Consultant shall review existing documents and record drawings for the study

areas, as well as conduct a site review of the proposed facility sites. The expected level of detail for the site review includes a walkthrough inspection of the site(s), taking digital photographs and making visual observations. Any re-design work required due to the Consultant's failure to review the existing documents and record drawings will be at Consultant’s own cost.

2. The Consultant shall visit the site as required to determine existing utilities,

locations, services, features, connections, routes, access, easements, interference, etc., related to the proposed conceptual design.

3. Field survey on trees with corresponding documentation including photos is one of

the key undertakings required in preparation of the conceptual design. In critical areas, consultation with City Parks, Forestry, & Recreation is required to establish appropriate solution with respect to tree protection. Alternate solutions or designs shall be considered if the selected solution or design requires the removal of mature trees.

4. Where the proposed work is along or crossing a major road or utility corridor, verify

in the field that the locations of the existing utilities and private servicing connection would not interfere with construction of the proposed work. If applicable, easement or land to be acquired shall be identified. Locations where maximum flow rate is imposed on the existing collection system or receiving water body shall be highlighted. Special attention shall be given to large infrastructure that will prevent the implementation of the preferred solution such as: large trunk storm and sanitary sewers, large watermains (>300mm) and other utilities, easements, shall be reviewed and documented.

5. Conceptual design cost estimates shall be prepared for alternatives comparison.

Land costs, and annual Operation and Maintenance costs including labor, energy, materials, supplies, etc. shall be provided.

6. The Consultant shall evaluate, identify, and conduct geotechnical investigations if

they are required, to determine the constructability of the recommended projects. If required, engage a geotechnical consultant to carry out soil investigations of the preferred conceptual design and provide this cost as a provisional item in the

44 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 44: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

proposal. The Consultant shall supervise and coordinate the soil investigations undertaken by the geotechnical consultant. If an archaeological subconsultant is required they shall be present on site during the geotechnical work. This cost shall be included as a provisional item.

7. A Stage 1 archaeological cultural heritage resources assessment study in

accordance with the Ontario Ministry of Culture’s “Archaeological Assessment Technical Guidelines, 1993” shall be conducted for the whole study area, with specific attention given to the locations where works are proposed. Estimated price for the study is to be included in the Cost of Services. Please contact staff of Heritage Preservation Services (HPS) for further information, (Susan Hughes, Archaeology (416) 338-1096), as required.

8. The Consultant shall identify any specific approval requirements for the alternatives

by meeting with City Divisions (District Operations, Parks, Forestry & Recreation, Planning, Real Estate & Facilities, etc.) and regulatory approval agencies (e.g. TRCA, MOECC, MNR, DFO, etc.). When applicable, arrange consultation meetings to obtain necessary approvals.

9. The Consultant shall determine the cost per benefiting property and the appropriate

bundling of solutions into projects. The number of benefitting properties will be calculated using a combination of Infonet and GIS queries and macros and principles provided by the City. The determined values will be submitted in a separate technical brief that is separate from the EA Master Plan document. Where feasible, preliminary information is to be prepared and provided to the City in advance of PIC#2. The methodology provided in this RFP should be followed when calculating the cost per benefiting home (Appendix G)

Technical Memorandum (TM #7) shall be submitted to the City by the Consultant upon the completion of the tasks outlined in section 3.3.2.11

.12 CLASS ENVIRONMENTAL ASSESSMENT (EA)

The clauses in this section provide project specific requirements for the Environmental Assessment (EA) study process, and are to be read in conjunction with the City’s general requirements in Appendix B (A.2). Where there is a conflict, the provisions in this section shall take precedence. The Proponent is responsible for reviewing this information and familiarizing themselves with the City’s requirements, and shall comply in their entirety. The Consultant is responsible for ensuring that the overall EA process is managed effectively within the shortest possible timeframe and within the available budget. The ultimate responsibility for ensuring that all the conditions of the EA process are met lies with the Consultant. This EA study shall be carried out in accordance to the Municipal Engineers Association’s Municipal Class EA (October 2000, as amended in 2007 and 2011) document for municipal projects according to the Master Planning Process as defined in the document (Part A.2.7 and Appendix 4). Master Plans examine an infrastructure system or group of related projects in order to outline a framework for planning and implementing the capital works projects under a long range comprehensive plan. It is recognized that it is beneficial to consider a group of

45 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 45: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

related projects in an overall system, as is the case with the wastewater and storm sewer network in this basement flooding study area. Master Plans typically recommend a set of works which are distributed geographically throughout the study area and which can be implemented over an extended period of time. While the works may be implemented as separate projects, collectively these works are part of a larger management system. At a minimum, the Master Plan shall be undertaken following Approach #2 of the Master Planning Process. This involves the completion of Phases 1 and 2 of the Municipal Class EA process and the preparation and filing of a Master Plan report and a "Notice of Completion" at the conclusion of Phase 2 for a minimum 30-day public and external agencies review period. A Master Plan containing any Schedule C projects, will need to be undertaken using Approach #3, which involves the completion of Phases 1 to 4 of the Class EA process, and the preparation and filing of a Master Plan report and "Notice of Completion" at the conclusion of Phase 4 for a minimum 30 day public and external agencies review period. The Master Plan shall be prepared to a level of investigation, consultation and documentation to fulfil the Class EA requirements for all preferred solutions (i.e. projects) within the Master Plan, as per their Class EA project schedule. The final Notice of Completion for the Master Plan will also be the Notice of Completion for the Schedule B and/or C projects recommended in the Master Plan. The Consultant shall provide responses and clarification to any questions and resolving any challenges (e.g. Part II Order requests) that arise during the minimum 30-day review period.

The EA activities for the study area shall include, but not be limited to, the following: 1. Public and Agency consultation shall be initiated at the commencement of the Class

EA study and conducted during Phase 2 of the Class EA process – the evaluation of alterative solutions. The Consultant shall prepare a draft Notice of Commencement of the Master Plan (to be issued by the City).

2. Preparation of a general inventory of the natural, social, and economic environments that are to be considered when reviewing the effects of projects on the study area.

3. Development of a set of screening criteria from which to evaluate the conceptual surface and basement flooding remediation, stormwater runoff quality control and CSO control alternative solutions; and, evaluation of the alternative solutions against the defined screening criteria and selection of preliminary preferred solutions. The screening criteria may include natural environment (e.g. impacts on terrestrial and aquatic systems, soils, groundwater and surface water, and stream erosion), social and cultural environment (e.g. impacts on the community, land use compatibility, and archaeological and natural heritage sites), technical (e.g. effectiveness in eliminating basement flooding and improving stormwater quality, flooding impacts on surrounding areas, and feasibility such as space, accessibility, and construction requirements), economic considerations (e.g. capital cost, operating/maintenance cost), etc.

4. Re-evaluate or confirm and finalize the preliminary preferred solutions by taking into consideration input and comments received from City, regulatory review agencies, and the public;

46 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 46: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

5. Identification of the type of Class EA, project(s), i.e., Schedule ’A’, ‘A+’, ‘B’, or ‘C’, for the preferred solutions.

6. Preparation of a DRAFT and a FINAL Master Plan report and Notice of Completion for the Master Plan, which will also serve as the Notice of Completion for any Schedule B and C projects recommended in the Master Plan. The formal planning process must be documented in the Master Plan report to satisfy Class EA requirements for all projects recommended in the Class EA study.

7. The final, completed Technical Memorandums, submitted previously and revised to address comments, will be appended to the Master Plan report.

8. The Consultant shall prepare a draft Notice of Completion of the Master Plan (to be issued by the City) advising the public and review agencies of the completion of the Class EA process after the Master Plan report is finalized in accordance with feedback received from the PICs. The Notice of Completion is to be included as part of the Master Plan report in accordance with the Class EA requirements.

The City anticipates two (2) public meetings for the Study Area will be required for the EA process:

1. At initiation of the Master Plan study after the Notice of Study Commencement - a first PIC meeting will be held with area residents to explain the problem, the objectives of the EA Study for storm drainage and sanitary and combined sewer systems, and to invite public comment on the EA study; and

2. Preferred Solutions - a second Public Information Centre or public meeting will be held with area residents and interested parties to present the results of the alternative solutions evaluation, and will include the preliminary preferred solutions for flood remediation, CSO control and stormwater runoff quality control. The PIC provides opportunities for the public to express their opinions and provide feedback on the preferred solutions.

The requirements set out in Section 4.2 for Consultant’s responsibility with respect to Public Consultation shall be observed.

MASTER PLAN WITH SCHEDULE C PROJECTS – Provisional Item

A Provisional Allowance for a Master Plan with Schedule C projects been included in the Cost of Services.

In the event that one or more Schedule C projects is recommended in the Master Plan, Phases 3 and 4 of the Class EA process must be completed for those projects. The Consultant is to conduct the necessary investigations, prepare the Master Plan report that documents Phases 1 to 4 of the Class EA process and submit to the requesting authority.

The cost for completing Phases 3 and 4 of the Class EA process for any Schedule C projects is to be included as provisional item. The cost should consider one (1) additional PIC meeting to present and receive feedback on the preliminary preferred concept design for all Schedule C projects recommended in the Master Plan. Payment for this additional requirement will be carried out in accordance with Section 7.3.

47 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 47: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

.13 MASTER PLAN REPORT - DRAFT AND FINAL REPORT SUBMISSIONS

The Consultant shall prepare and deliver the draft and final Master Plan Report for the study area that documents the results of all the EA process activities. The Master Plan report shall include documentation of the analyses/investigations/evaluations performed for the storm drainage and sanitary and combined sewer systems, assessment of alternative solutions, and selection of the respective preferred solutions, with supporting conceptual design figures, maps, models, calculations, drawings and other pertinent technical background data. For Schedule C projects, the Master Plan shall also include the assessment of alternative design concepts, and the selection of the preferred design concepts, with supporting conceptual design figures, maps, models, calculations, drawings and other pertinent technical background data. The Consultant is to allow a 3-week period for the review of the draft Master Plan by City staff. If any solutions should require permit(s) and/or approval(s) from other agencies (e.g. Toronto and Region Conservation Authority, MOECC, etc.), the Consultant shall also submit the draft report for their review and comments. The Master Plan report shall, at a minimum, include the following topics:

1. Executive Summary that is in compliant with the Provincial Accessibility for Ontarians with Disabilities Act (AODA);

2. Introduction;

3. Overview of scope of study and methodologies;

4. Existing infrastructure and data collection/review summaries (tabular and/or graphical formats with colour figures where appropriate to aid in interpretation of:

a) Connected roof downspouts b) MH and CB types c) Reverse sloped driveway locations d) Overland flow low points, etc.

5. Interpretation and correlation of all data collected in field work, rain and flow monitoring data, flood observations, and findings (include appropriate graphics);

6. Discussion on findings such as level of service and performance, sources/causes of flooding for existing condition together with the evaluation of remedial alternatives and selection of the preferred solutions;

7. Documentation of all parameters and assumptions made during model development, calibration, validation, and alternative assessments;

8. Documentation of all analyses, results, sewer system capacity assessment and performance, alternative evaluation, service level mapping, protection level, etc; result summaries presented in tabular and/or graphical formats (colour where appropriate to aid in interpretation);

9. Evaluation of alternatives and the evaluation criteria;

48 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 48: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

10. Conclusions and recommendations, including the recommended preferred alternatives, cost estimates of preferred alternatives, benefitting homes delineations, scheduling and sequence of implementation; and

11. Technical Appendices including electronic copies of the following:

a) All Technical Memorandums (#1 to #9)

b) All modelling data, analyses, including all alternatives considered (with ArcGIS shape files, input and output InfoWorks computer files, etc.); all GIS shape files shall use MTM NAD27 coordinate system; and

c) All photographs with captions (include a hard copy);

d) All relevant work notes.

The Consultant is to submit ten (10) paper copies (plus 1 unbound copy), four (4) paper copies of the Appendices, and 2 sets of CDs containing the electronic copy of the final EA Study Report to the City (with text and colour figures, one in PDF format and another in the original native format (WORD, Excel, etc.)). The City will submit the Notice of Completion to the regulatory review agencies and the public for review. The City will file the final report(s) with the City Clerk who will place it on public record for 30 calendar days for review.

The Consultant shall be responsible for preparing responses to comments received during the period (30 calendar days) of public and regulatory agency review as well as addressing any Part II order requests received within the shortest and an acceptable time frame.

Data and models prepared as a deliverable for this study are the property of the City. The methodologies may be used by the Consultant for other work; however, the data may not be used for any other purpose without the express written permission of the City.

The table (Table 3.2) summarizes the major project submissions and series of technical memorandums. The Proponent may propose to submit additional technical memorandums and/or data depending on the plan of delivery for the project. The Proponent shall note that other deliverables are also required, as specified within this document.

Table 3.2 - Summary of Required Deliverables

Submissions Number of Drafts

Number of Final Hard

Copies

1. Monthly Project Update, including schedule variance chart N/A 2

2. Work Plan 1 3 (in color)

3. Technical Memorandum #1: Data Collection, Filed Survey and Investigation Program, and Subsurface Soil and Groundwater Assessment

2 3 (in color)

4. Technical Memorandum #2: Rainfall and Flow Monitoring 2 3 (in color)

5. Technical Memorandum #3: Preliminary Assessment Report

2 3 (in color)

49 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 49: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

Submissions Number of Drafts

Number of Final Hard

Copies

6. Technical Memorandum #4: Storm Drainage System Hydrologic And Hydraulic Assessment and Sanitary/Combined System Hydrologic And Hydraulic Assessment

2 3 (in color)

7. Technical Memorandum #5: Wet Weather Flow Water Quality Impact Assessment

2 3 (in color)

8. Technical Memorandum #6: Alternative Evaluation and Preferred Solutions

2 3 (in color)

9. Technical Memorandum #7: Development of Conceptual Designs including Conceptual Design for the Preferred Solutions with 11x17 Layout Drawings and supporting documentation

2 3 (in colour)

10. Final Stage 1 Archaeological & Cultural Heritage Assessment Report

2 3 bound and 1 unbound (all

colour)

11. Draft Master Plan Report for the study area including the model for preferred solutions

2 3 (in color)

12. Final Master Plan Report including Technical Appendices for the study area, including the final hydrologic-hydraulic sewer model with all input/output data for the preferred solutions and all other alternative scenarios

2

10 bound and 1 unbound Report + 4

Tech App (all in color) + 2

CD sets

Note: With each printed hard copy submission, include an electronic version of text and all maps and figures in PDF format, containing the same documents as the hard copy. Interim Infoworks model files and ArcGIS data and shape files shall be included for all technical memos. The Consultant shall set up a web-based Sharepoint repository where all technical memos, interim Infoworks model files, ArcGIS data and shape files, PIC displays, notices, review comments and responses (in table format), meeting Minutes, updated schedules, etc. are centrally stored and are accessible to the entire City project team. The information stored on Sharepoint will be used to measure the Consultant's progress and ability to meet delivery milestones.

3.3.9 PROJECT MEETINGS

All liaisons with City staff are to be coordinated through the designated City Project Manager. This includes all data collection and meetings with staff from the different divisions and sections of the City.

Progress meetings at monthly intervals are required for the project. Meetings shall not necessarily be scheduled every four (4) weeks but can be scheduled to coincide with the following milestones: a) Start-up meeting with City staff to discuss and finalize the detailed work plan and schedule.

50 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 50: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

b) Preparation for public information centre sessions, and presentations to City of Toronto internal departments prior to the public information centre sessions; and a debriefing meeting after each PIC;

c) Field Investigation program set-up and presentation of results;

d) Rainfall and flow monitoring data analysis results;

e) Setup, calibration-validation, and simulation results of the storm, sanitary/combined sewer systems and water quality modeling activities;

f) Analysis of alternatives for surface and basement flooding;

g) Analysis of alternatives for CSO controls and stormwater quality improvements;

h) Provide for six (6) additional meetings to meet with review agencies (TRCA, MOECC, MNR, DFO, etc.) and City stakeholders which may include Councillors, specific flood community group, the Sewer Asset Planning unit of Toronto Water, District Operations, Parks, Forestry & Recreation, Facilities and Real Estate (where property and/or easement acquisition are required), Transportation, Development Engineering, etc. In these meetings, the Consultant is required to provide an overview of the Class EA study, present the findings and proposed alternatives, and to seek consultation with respect to the feasibility of the recommended projects;

i) Screening criteria, evaluation of alternative options and selection of preferred solutions; and,

j) Draft and Final Report.

In case where the baseline schedule is not met due to reasons not related to the City, and an extension of the schedule is necessary it is the responsibility of the Consultant, at its own cost, to host monthly meetings until the successful completion of the project

For all meetings and workshops, the Consultant is responsible for preparing an agenda, distributing the agenda in advance of meetings, preparing a variance schedule chart, and recording and distributing minutes to all attendees within five (5) days following each meeting.

3.2 ELECTRONIC DOCUMENT MANAGEMENT

The City’s standard requirements for electronic document management are included in Appendix B (A.1). The Proponent is responsible for reviewing this information and familiarizing themselves with City’s requirements. The Consultant shall set up a web based Sharepoint repository where all technical memos, interim Infoworks model files, ArcGIS data and shape files, PIC displays, notices, review comments and responses (in table format), meeting Minutes, updated schedules, etc. are centrally stored and are accessible to the entire City project team. The information stored on Sharepoint will be used to measure a Consultant's progress and ability to meet delivery milestones.

3.3 INVOICING REQUIREMENTS

The City’s standard requirements for invoicing are included in Appendix B (A.1). The Proponent is responsible for reviewing this information and familiarizing themselves with City’s requirements. With each invoice, the Consultant shall submit an earned value report to gauge project completion and deliverable status. Payment will be based upon completion status and deliverables received by the City, not billable hours.

51 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 51: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

3.4 ALTERNATIVES SUGGESTED BY PROPONENTS

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

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

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

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

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

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

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

52 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 52: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

SECTION 4 - CITY’S RESPONSIBILITIES 4.1 GENERAL

.1 The City will provide assistance to the successful Proponent by reviewing all submitted documents within approximately three (3) weeks of receipt, depending on the magnitude of the submission.

.2 The City will designate a Project Manager to each consultant. Upon completion of the evaluation of the RFP and award of the project.

.3 The City will provide available record drawings and/or access to facility libraries to support the project.

.4 The City will provide a copy of its Health & Safety Manual, as well as relevant Policies and Procedures/Guidelines.

4.2 PUBLIC CONSULTATION

The City's Public Consultation Unit (PCU) will lead the public consultation component of the study.

A PCU staff person will be assigned to the Class EA study and will sit on the project team. The staff person, through the City's project manager, will maintain project management control over the public consultation program. PCU staff will be involved in the planning for the study public consultation with the Consultant as early in the study as possible.

1. The Consultant will provide the City with technical support at required public and

stakeholder events/meetings. This support is to include: Preparation of an initial draft of unformatted public information materials, such as, but

not limited to, presentation slides, display panels and printed handouts, for review, input and finalization by the PCU;

Printing and mounting of the display panels; and

Attendance by the project lead and appropriate technical staff to present technical issues, greet the public, and answer questions.

2. The Consultant shall be prepared to participate in at least two (2) public events for this Study. The format of the events (e.g. drop-in, workshop or town hall style meeting) will be determined in the study design.

3. All materials prepared by the Consultant will be reviewed by the City Project Team prior to being finalized for publication. To allow for sufficient review time and revision completion, all public information materials must be drafted at least three weeks prior to publication. This, and other review periods, should be reflected in the schedule submitted with the proposal.

4. The Consultant will be responsible for preparing draft responses to comments and enquiries received from the public, agencies, media and other interested parties, with input and final review by the City, and include the responses in the final report and project file.

5. The Consultant must comply with the Accessibility for Ontarians with Disabilities Act (AODA). All public information materials prepared by the Consultant, to be posted on the City's website, must conform with World Wide Web Consortium Web Content Accessibility Guidelines (WCAG) 2.0 Level A in accordance with the AODA Integrated Accessibility Standards.

53 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 53: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

54 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 54: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

SECTION 5 - PROPOSAL EVALUATION AND SELECTION

5.1 SELECTION COMMITTEE

.1 All Proposals will be evaluated through a comprehensive review and analysis by a Selection Committee that will include members from the City's Toronto Water, and Engineering & Construction Services divisions as well as any other relevant City staff and/or stakeholders.

.2 The aim of the Selection Committee will be to evaluate the proposal(s) which, in the opinion of the Selection Committee meets the City's requirements under this RFP. The Proposal(s) selected, if any, will not necessarily be the one offering the lowest fees. Pricing is only one of the components in determining the overall total score.

.3 By responding to this RFP, Proponents will be deemed to have agreed that the evaluation of the technical proposal by the Selection Committee will be final and binding.

5.2 EVALUATION CRITERIA

.1 Evaluation criteria will include the following:

a) Project team, Software Availability, Team Structure, Past Performance

i. Technical expertise and experience are to be demonstrated for all key team members, refer to Section 6 for minimum requirements.

ii. Should the Proponent believe that they are to undertake more than one (1) project, the Proponent must provide strong evidence that it has the staffing and software resources to undertake more than one project concurrently. Specifically, the successful Proponents shall allocate an independent dedicated team and all associated resources to each project.

iii. Qualifications and experience of proposed project manager, project team, and staffing levels and staff commitment including sufficient effort for the items as identified in Section 6, including sufficient staffing levels to qualify for more than one project should beware of overlapping key team members within project team organization charts

iv. Team structure should be logical, easy for staff to understand reporting structures.

b) Project Understanding and Methodology

i. Demonstration of understanding of the Base Scope - the overall Project execution, as well as the understanding and approach to specialized tasks, will be considered;

ii. Completeness and suitability of proposed work plan and methodology

iii. Suitable QA/QC program to ensure high quality submissions

iv. Project management methodology

v. Proposed cost and schedule control measures that are appropriate; and,

vi. Innovation and value added to the project.

55 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 55: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

c) Workplan and Deliverables

i. Appropriate staffing levels and staff availability for how many of the projects that the Proponent is requesting to undertake

ii. InfoWorks license availability for each of the projects that the Proponent is requesting to undertake

iii. Proposed schedule with a logical sequence that reflects understanding of the project and reasonable timeframes of all activities for each individual project should be provided as specified in Section 6.3.11

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

.2 The evaluation criteria provided in Section 5 shall be read in conjunction with the descriptions provided below:

a) Qualifying Project is defined as project with similar scope and size as that described in this RFP and preformed within the last 5 years. Greater weight will be placed on past projects completed for the City of Toronto.

b) The Proponent's capabilities will include an evaluation of the firm's resources that are immediately available for the project. Greater weight will be given to firms with a local presence and firms that can provide equivalent alternates for key team members.

c) Project Manager will be assessed based on their qualifications, experience, and past performance on similar qualifying projects.

d) The criteria referred to as "Staff Organization" will evaluate the distribution of man-hours between Senior, Intermediate and Junior staff members, as well as the team’s geographic proximity to each other and the City of Toronto

e) Staff Allocation and Commitment will be used to evaluate the various team members availability based on the table required as part of Section 6

56 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 56: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

5.3 SELECTION PROCESS

.1 The Selection Committee will utilize the table below to determine a Total Score for each Proposal.

Stage 1. MANDATORY SUBMISSION REQUIREMENTS PASS/FAIL

Stage 2. TECHNICAL PROPOSAL EVALUATION (refer to Section 6)

Evaluation Criteria Available Points

Proponent's Points

A. Corporate Experience 10

B. Project Team, Qualifications, Structure and Software resources

35

C. Workplan, Project Understanding and Approach

25

D. References 10

Stage 3. INTERVIEW (If applicable) Should an interview be scheduled, the interview will be used to clarify potential issues and adjust, if necessary, Proponent’s scores assigned under the Stage above.

Sub-total 80.0

Stage 4. COST of SERVICES PROPOSAL EVALUATION (Refer to Section 7)

Formula: [lowest Project "x" proposal cost divided by Proponent’s Project "x" proposal cost] x 20

20

Total 100.0

.2 If the submission fails the Mandatory Submission Requirements (Appendix D), the Proposal will be rejected and the Technical Proposal and Cost of Services will not be reviewed.

.3 One (1) single Technical Proposal must be submitted to cover all eight (8) projects.

.4 The score from the Technical Proposal will be used as the Technical Score for each of the individual projects.

.5 The Technical Proposal must score a minimum 65 points of the possible 80 points to have the Cost of Services Envelope opened and evaluated. A Cost of Services score will be determined for each of the eight (8) projects as shown in the table above.

.6 The Total overall score for each individual project shall be the sum of the Technical Proposal score and the Cost of Services score for the individual project.

.7 The Proponent that achieves the highest overall Total Score for each of the individual projects will be ranked first, the second highest overall total score will ranked second, third highest overall total score will ranked third, etc…

57 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 57: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

.8 Each project will be awarded to the Proponent with the highest overall score for that particular project unless the Proponent has already been awarded their maximum number of projects (up to 3) as determined by the City's evaluation of the criteria.

.9 The Proponents will be awarded up to three (3) Projects based on proven availability of resources as determined by the City, at its sole discretion, by evaluation of the criteria requested in Section 6 of this RFP.

Project allocations shall occur in the order listed below:

1. Study Area 40

2. Study Area 34

3. Study Area 41

4. Study Area 37

5. Study Area 35

6. Study Area 36

7. Study Area 38

8. Study Area 39

.10 In the case where a Proponent has scored highest for a particular project but has already been awarded their maximum number of projects, the Project shall be awarded to the Proponent with the second highest score, unless this Proponent has also been awarded their maximum number of projects, in which case the project will be awarded to the next highest scoring Proponent, etc…In the event of a tie Total Score (Total Score rounded to one decimal point) the Proponent achieving the highest score for its Technical Proposal will be ranked first overall.

5.4 CLARIFICATIONS

.1 As part of the evaluation process, the Selection Committee may make requests for further information with respect to the content of any Proposal and/or to ascertain the understanding and responsiveness of the Proponent of and to any of the project information and requirements.

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

5.5 MANDATORY INFORMATION MEETING

.1 A mandatory information meeting will be held at 8:30 am (local Toronto time) on November 13, 2014 in Committee Room #3 at North York Civic Centre, 5100 Yonge St, North York, ON M2N 5W4.

.2 Interested Proponents must attend the information meeting to familiarize themselves with the project and ascertain the full extent of the work required. Proposals submitted by Proponents that did not attend the mandatory information meeting and sign-in shall be declared informal and will not be considered.

58 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 58: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

.3 Individuals attending the information meeting must sign in with the City's representative and clearly indicate on the sign in sheet the name of the firm they are representing in order for their Proposal submission to be considered by the City.

5.6 INTERVIEW

.1 Proponents may be invited to an interview with the Selection Committee, the results of which will be used by the Committee as a mechanism to revisit, revise and finalize the Total Score as necessary.

.2 The representatives designated by the Selection Committee in its invitation to the Proponent must attend any interview scheduled as part of this evaluation process.

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

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

.5 The Selection Committee may interview any Proponent(s) without interviewing others, and the City will be under no obligation to advise those not receiving an invitation until completion of the evaluation and selection process.

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

5.7 EVALUATION RESULTS

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

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

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

5.8 NEGOTIATIONS AND AGREEMENT

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

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

59 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 59: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

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

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

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

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

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

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

5.9 CONSULTING AGREEMENTS/PURCHASE ORDERS

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

.2 The consultant assignment shall be executed by one consulting agreement and the issuance of one Purchase Order. As this project is a study, a lien holdback of 10% will not be retained by the City.

5.10 INSURANCE

.1 The Consultant will be required to comply with the following insurance requirements:

a. Professional liability (errors and omissions coverage) insurance in the amount of not less than TWO MILLION DOLLARS ($2,000,000.00).

I. Includes Environmental Consultants Professional Liability where the consultant’s services include environmental work

II. Provides for thirty (30) days prior written notice of cancellation.

b. Comprehensive General Liability insurance in the amount of TWO MILLION DOLLARS ($2,000,000.00):

I. Adds Toronto as additional insurer.

60 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 60: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

II. Includes the following clauses: personal injury liability; a cross-liability/severability of interest; board form contractual liability; owner’s/contractor’s protective liability; contingent employer’s liability; employers liability; and non owned automobile liability.

III. Provides for thirty (30) days’ prior written notice of cancellation.

c. Automobile insurance in the amount of ONE MILLION DOLLARS ($1,000,000.00)

5.11 NOTIFICATION

.1 Once the City and each selected Proponent execute an Agreement, all other Proponents will be notified accordingly.

61 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 61: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

SECTION 6 - TECHNICAL PROPOSAL SUBMISSION

6.1 SUBMISSION OVERVIEW

.1 The City has set out requirements in the following sections to ensure that it receives Proposals through an open, competitive process, and that Proponents receive fair and equitable treatment in the solicitation, receipt and evaluation of their Proposals.

.2 Proposals shall address the proposal content requirements as outlined herein, must be well ordered, detailed and comprehensive. Clarity of language, adherence to suggested structuring, and adequate accessible documentation are essential to the City’s ability to conduct a thorough evaluation.

.3 The City may reject the Proposal of any Proponent who fails to comply with these requirements.

.4 The City prefers that the assumptions used by a Proponent in preparing its Proposal are kept at a minimum and to the extent possible, that Proponents will ask for clarification prior to the deadline for Proponent questions rather than make assumptions. Proponents should also review sections 3 to 6 of Appendix C with respect to asking questions about the RFP. Where a Proponent's assumptions are inconsistent with information provided in the RFP, or so extensive that the total Proposal cost is qualified, such Proponent risks disqualification by the City in the City's sole discretion.

.5 The Cost of Services Proposals shall be submitted separately from the Technical Proposal and include individual costing, for EACH of the Projects under this RFP as part of the two-envelope process. Refer to Section 7 for details on the Cost of Services Proposal. Inclusion of pricing information in the Technical Proposal will render the proposal submission as non-compliant and the Proposal will not be considered further.

6.2 PROPOSAL DOCUMENTATION AND DELIVERY

The documentation for each Proposal:

.1 Must be submitted in a sealed envelope or container (submissions made by fax, telephone, electronic message or telegram will not be accepted) displaying a full and correct return address;

.2 Sections 1 through 8 are limited to 40 pages, including figures and tables, minimum 11 point font, single sided (or printed on 20 pages double sided), but with unlimited appendices. Those Proponents wishing to qualify for more than one (1) project will be allowed one (1) additional page for project team experience and profiles plus one (1) additional page for team organization chart for each additional project the Proponent wishes to be considered for a total of up to three (3) projects. The additional pages are to be used exclusively for this purpose and should not be used to expand on other areas of the proposal.

.3 Must consist of one (1) original (clearly marked as such on its first page) and preferably five (5) full copies of:

a) Main Proposal Document as described in Section 6.3 including all attachments (Mandatory)

62 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 62: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

b) Form 1 (Proposal Submission Form) completed and signed by an authorized official of the Proponent (Mandatory)

c) Form 2 (Policy to Exclude Bids from External Parties Involved in the Preparation or Development of a Specific Call/Request) completed as indicated (Mandatory)

d) Form 3 (Restrictions on the Hiring and Use of Former City of Toronto Management Employees for City Contracts) completed, if applicable

e) Form 4 (Environmentally Responsible Procurement Statement) completed as indicated.

Note: Forms 1 to 4 are provided in Appendix D.

.4 Proponents must have attended the mandatory site/information meeting as per section 5.5 ;

.5 Must include a separate sealed Cost of Services envelope as described in Section 7.

.6 must be completed in a non-erasable medium and signed in ink;

.7 must not include:

i) any qualifying or restricting statements;

ii) exceptions to the terms and conditions of the RFP that have not be approved through an addendum; or

iii additional terms or conditions.

.8 Must be delivered no later than the Deadline to: Chief Purchasing Official Purchasing and Materials Management Division 18th Floor, West Tower, City Hall, TORONTO, ON. M5H 2N2

.9 Delays caused by any delivery service (including Canada Post and courier) shall not be grounds for an extension of the Deadline, and Proposals that arrive after the Deadline will not be accepted.

6.3 TECHNICAL PROPOSAL CONTENT

The Technical Proposal should contain the following items:

.1 Title Page: Showing RFP number, closing date and time, Proponent name, the address, telephone and fax numbers of the Proponent firm, and a contact person who will act as the Proponent’s representative for post-submission communications.

.2 Letter of Introduction: Introducing the Proponent and signed by the person(s) authorized to sign on behalf of and to bind the Proponent to statements made in response to this RFP. This should contain the same signature as the person signing the submission forms.

63 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 63: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

.3 Table of Contents: Include page numbers, identifying all included materials.

.4 Section 1 – Executive Summary: Summary of the key features of the Proposal.

.5 Section 2 – Proponent Profile: Overview of the Proponent firm(s), its history, and its future plans. Include a list of all present or pending assignments with the City, if any.

Proponents should have qualified staff, organization, culture, financial resources, market share and an installed base adequate to ensure their ongoing ability to deliver and support the project throughout its duration, including the ability to provide timely response and service to the City over the full period of the consulting Agreement.

To permit the Proponent to be evaluated fully as a viable and sound enterprise, include the following information with respect to the Proponent and, if the submission is a joint Proposal, for each consortium member. Proposals being presented by consortiums that do not include the information requested for each consortium member, will not be awarded full marks during evaluations.

I. Project profiles should include:

date company started;

services and/or products currently offered;

total number of employees in all locations which can feasible support this project

number of employees in local office that will handle this project; and,

major clients.

II. A profile and summary of corporate history of any parents or subsidiaries and affiliates and the nature of the Proponent’s relationship to them (i.e., research, financing and so on).

If the Proposal is being presented by a consortium, provide a description of the relationships between consortium members and clearly indicate the prime Proponent that will be responsible for the overall co-ordination, management and quality assurance/control of the Project on behalf of the Consultant Team. Further, the role(s) of each consortium member should be clearly outlined, and the Proposal should provide support the proposed role of each consortium member. Please note section 2 of Appendix C regarding consortiums and the requirement that there be a single Proponent.

.7 Section 3 – Proponent’s Qualifications:

a) An indication of your firm(s)’s recent experience on projects of a similar nature with details as to size, location, owner, and the name of the staff that managed these projects.

b) Demonstrated experience in the areas of qualification, including a table cross-referencing areas of experience with specific assignments, with any project profile documentation included as an Appendix.

c) Provide description of project experience for hydrologic and hydraulic sewer network modeling, including analysis of the dual drainage principle, water quality modelling, sewer design, rainfall and flow monitoring, environmental assessment, public consultation, database design and management, and ArcGIS application.

64 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 64: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

d) Provide a statement acknowledging that the Proponent understands that separate InfoWorks licenses are available for use for each project prior to award.

e) Provide a minimum of three (3) references for the purpose of evaluating the Proponent’s experience and track record of success. Note that the City prefers references for projects that are similar to the project being described in this RFP. Each reference should include:

Client's name

Client contact name and title, address and telephone number;

Size and nature of the client’s business;

Number of years dealing with the client;

Description of the project;

Timing and duration of the Proponent’s involvement in the project;

Role of the project team members in the project;

Services that were provided by the Proponent (i.e. installation, support, training and/or project management);

Date of the project; and,

Details regarding the scale of the project (e.g. fee, etc.); and the services that were provided

In providing references, Proponents agree that the City can contact the individuals provided as part of the evaluation process. Substitution of references will not be permitted after the close of the RFP.

.8 Section 4 – Project Team(s), Experience and Structure

As part of the Technical Proposal the Proponent should:

a) Provide an organization chart for each of the projects the Proponent wishes to undertake (i.e. three (3) Projects, three (3) independent teams, three (3) organization charts, three (3) InfoWorks licenses). The City will award up to three (3) projects to one Proponent. The organization chart(s) must clearly define roles and responsibilities; provide details on how the overall team structure is defined, and how each team and the overall Project(s) will be managed, including overall communication and co-ordination to deliver a successful project.

b) Provide maximum one time task matrix for each of the eight (8) projects. Hourly rates or disbursement amount must not be included (See Section 6.1.5). Include a time/task breakdown with estimated person-hours for members of each Project team required to complete the various components of the assignment. Use 5 working days per week at 8 hours per day to convert to person-days. The time/task breakdown should at a minimum match the categories provided in the table in Section 7 – Upset Limit Price Breakdown. These categories should be expanded based on your work plan of this proposal. The time/task breakdown should be sufficiently detailed so that the level of effort of each staff member is identified for the various tasks in each separate phase of the project. The time task should

65 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 65: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

provide a sum of the hours for each team member and task, as well as the percentage of each team member hours over the total number of project hours. If the team is a consortium, the number of hours for each consortium member shall be summed and a percent of the total hours for each consortium member shown. Note that the time/task breakdown is to be included in the Technical Proposal not the Cost of Services Submission.

c) The Proponent, at a minimum, should identify key team members: Project manager, head senior modeller, lead modellers, QA/QC team members, field investigation lead, conceptual design and cost estimate lead. Outline their professional qualifications, related project experience, and indicate their roles and responsibilities on this Project. Their experience profiles should highlight their project management experience and/or technical expertise with examples of completed assignments and their actual role and responsibility on the referenced project. To demonstrate team members' individual expertise complete Table 6.1 for the specific staff requested, and include in the Proposal submission. Provide a summary of their experience and role(s) in the Proposal, with detailed CVs and project profile documentation included as an Appendix.

Table 6.1 - Qualifications of Team Members

Member's Role on this Project

Proposed staff & Years experience

Experience/Qualifications

Project Manager

Head Modeller

Lead Modeller(s)

Field Investigation Lead

Conceptual design and Cost Estimate Lead

i. Project Manager – preferably at least 15 years experience as a project manager directly responsible for the provision/co-ordination of all aspects of the project(s), including hydraulic and hydrologic modelling, water quality assessment, stormwater management, design and construction of trunk sewers, and/or municipal wastewater treatment facilities, as well as consultation with regulatory agencies. The Project Manager should possess significant experience in quality control and trouble-shooting.

ii. Head Modeller – Preferably at least 15 years of experience in hydrologic and hydraulic computer modelling and analysis, extensive proven applied knowledge of the InfoWorks software, hydraulics of sewer system network and CSO, water quality management, sewer designs, flow control structures and real time control.

iii. Lead Modeller – Preferably 5 years of experience in hydrologic and hydraulic computer modelling using InfoWorks.

iv. Field Investigation Lead – Preferably 10 years of experience with extensive applied knowledge of ArcGIS and data management.

66 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 66: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

v. Conceptual Design and Cost Estimate Lead – Preferably 15 years of experience in liner infrastructure design and cost estimate of linear infrastructure projects

d) As it is required that projects be completed concurrently, teams should not share the same InfoWorks License, nor should the project team organization charts contain overlap/duplication of key team members, except for the Project Manager and the Head Modeller. The information provided will be assessed by the City and at its own discretion, will determine whether the information provided in the proposal is sufficient to qualify the Proponent for any additional projects.

e) Those Proponents wishing to qualify for more than one (1) project will be allowed one (1) additional page for project team experience and profiles plus one (1) additional page for team organization chart for each additional project the Proponent wishes to be considered. The additional pages are to be used exclusively for this purpose and should not be used to expand on other areas of the proposal.

f) Project manager and head modeller must be available to attend all monthly progress meetings

g) To demonstrate staff availability, provide a table cross-referencing key staff proposed for each project with other current or pending assignments. Include in Table 6.2, the proposed staff name, their role on the project (include Project Manager, Technical Lead(s), and key modeling staff as a minimum); the status of the project (i.e. 50% complete), and the individuals backlog.

Table 6.2 – Availability of Staff

h) Resumes for proposed individuals should be included as an Appendix to the Proposal. The resumes should clearly identify the individual’s specific qualifications and

Project status & timeline for completion

Project A City of

Toronto

Project B City of

Toronto

Project C City of

Toronto

Project D Region of X

Design – present to

2015

EA – present to 2015-16

EA – present to 2015-16

Study – Present to 2015-16

Staff name (PM) PM QA PM Staff name (Assistant

PM)

Staff name (Modeling head)

Staff name (Team lead)

Staff name (Team Technical lead)

QA Tech Lead Tech Support

Staff name (Team Modeling lead)

Modeling lead PM

Staff name (Conceptual Design

Lead) Design Lead

67 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 67: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

experience as it relates to their role in this project. The resumes should also clearly identify the individual's number of years experience in their proposed role and not the number of years working in engineering. It is important that key project individuals (i.e., those with major areas of responsibility) be named, with accompanying indication of guaranteed availability. Continuity of key personnel will be required, with a contractual obligation for substitutions are permitted only with full written approval of the City.

i) State assumptions regarding the Proponents expectations of the roles and involvement of City's staff.

.9 Section 5 – InfoWorks License Availability:

As part of the technical proposal the Proponent should:

a) Demonstrate that a dedicated license will be available for each of the Projects that the Proponent believe that they are able to undertake;

b) To demonstrate InfoWorks license availability, provide a table cross-referencing each available license proposed for each of the Projects with other present or pending Projects (Table 6.3).

Table 6.3 – Infoworks License Availability

Project status & timeline for completion

Project A

City of Toronto

Project B

City of Toronto

Project C

City of Toronto

Project D

Region of X

Total Usage

License 1 60% usage 20% usage 80%

License 2 20% usage 20%

License 3 40% usage 10% usage 50% 100%

.10 Section 6 – Project Understanding and Approach:

a) Provide a description of the general approach to the project that illustrates a clear understanding of the scope of services and work involved, as well as the methodology proposed to complete the assignment.

b) Provide details on the approach of integrating water quantity and water quality analysis

c) Discuss the modelling alternatives (Ground Infiltration, RTK and Runoff) to simulate the I/I within the sanitary sewer system.

d) Provide details on the approach of water quality modelling.

e) Detail the approach for cost-benefit analysis

68 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 68: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

f) Present details on the approach of conceptual design of the preferred solution including approach to confirm constructability.

g) Detail your quality assurance (QA) and quality control (QC) for key deliverables and for all phases of the project. Clearly outline the schedule control measures that will be implemented in order to ensure that the timeline provided for each project is maintained.

.11 Section 7 – Deliverables, Schedule and Work Plan:

a) Provide a detailed work plan indicating the project method, schedule, and Gantt Chart illustrating tasks and deliverables.It is expected that the schedule will be adhered to unless a written explanation is received from the Proponent and) written acceptance of schedule deviation is obtained from the City. A schedule for each of the eight (8) projects is to be submitted as part of the Technical Proposal.

b) Provide a discussion on the approach to undertaking the assignment, the project initiation and evolution, planning objectives and associated timelines, and the essential concepts and their methodology. The modelling Guidelines provided in this RFP are to be followed when setting-up both storm (dual drainage), combined and sanitary sewer models. Be specific in the strategy and steps proposed for the application of the monitoring data to calibration/verification/validation.

c) Detail the approach for completing the required field survey and investigation tasks as per Section 3.3.2.1 and 3.3.2.2 of this proposal

d) Provide details on the approach to achieve the modeling objectives presented in this proposal.

e) Present the study approach explaining how you will achieve verification of the model for the existing condition using flow monitoring data and flood complaint locations and identification of the potential interaction that occurred between the storm, combined, sanitary and groundwater systems and how this approach will be incorporated in the InfoWorks CS model.

f) The work plan should detail your specific steps to each component of the project as outlined in Section 3.3. The work plan should be structured to match the categories in the Table 7.1 in Section 7 – Cost of Services, but expanded on to include activities under each phase.

g) The work plan should clearly identify the base scope items and provisional items separately.

h) The work plan should detail your quality assurance (QA) and quality control (QC) plan for key deliverables and for all phases of the project.

i) The starting date of each Project is expected to be early 2015. The timeline for each project is 16 months with exception of Study Area 34, 40 and 41 for which the timeline is 24 months. Key dates for major deliverables should be clearly defined in the Proponent’s detailed work plan and Gant Chart. If the Proponent wishes to comment on duration and timeline, this is to be included in the Proposal. The Proponent's ability to maintain the proposed schedule will be evaluated in the performance review at the end of the project.

j) The schedule should include an indication of the date of commencement. As a guideline, note that tendering, award, and contract execution typically takes 3-6

69 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 69: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

months following the receipt of the tender documents, depending on project size and complexity, dollar value, and budget availability.

k) Key dates for major deliverables should be clearly defined in the Proponent's detailed work plan and highlighted in the Gantt Chart. Include 3-week time periods for all City reviews.

l) For each deliverable provide sufficient detail for the reviewers to evaluate the value of the effort expended.

m) The Proponent should specify in any change order the time impact to the schedule

n) List assumptions associated with the proposed Project schedules

.12 Section 8 – Project Management and Controls:

a) Identify management and control methods to be used during the project life cycle, as well as during the execution of the project’s phases. This should include, but is not limited to, details on pre-project planning, communication, scope management, time management, cost estimation, risk management, staff planning, cost estimation, cost control measures, dispute prevention and resolution and quality management. Provide a sample schedule variance chart. An updated schedule variance chart shall be reviewed at every progress meeting.

.13 Section 9 – Exceptions and Clarifications:

a) Identify all exceptions and clarifications to the City’s project terms of reference. If there is a need to highlight scope clarifications based on the interpretation of the RFP, all limitations on the extent of work that could be inferred must be identified in this section of the Proposal. If exceptions or scope clarifications are not provided in this section, then the City will consider that the terms of reference are met in its entirety, and all costs to meet the terms of reference are included, regardless of the text in the body of the Proposal. Substantial exceptions to the base scope by the Proponent could render the Proposal non-compliant and the Proposal rejected, at the City’s sole discretion.

.14 Section 10 – Innovation and Value Added:

a) Specify all value added activities or innovative ideas that are proposed, but were not specified in the terms of reference. Identify the costs for these items separately from the base scope, where applicable, in the Cost of Services envelope.

b) Comment on your experience with verification of foundation drain connections. (i.e. connecting to the City’s storm or sanitary or combined sewers) for properties to support modelling work. Include discussion of your proposed methodology/ approach in verification of the foundation drain connections and provide details of any proposed enhancements to the base scope of work as identified in this RFP. Identify any additional cost of your proposed alternative in accordance with Section 7.4 of this RFP.

c) Comment in your proposal as to the adequacy of the protocol and output data of the City’s existing rainfall and flow monitoring program. If additional enhancements are proposed, identify in your proposal any proposed enhancements. Identify any

70 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 70: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

additional cost of your proposed alternative in accordance with Section 7.4 of this RFP.

d) Comment in your proposal with respect to estimating pollutant loadings, establishing water quality improvement targets, and potential integration with flood mitigation control measures.

.15 Appendices – Including:

I. Mandatory Proposal Submission Forms

II. Corporate Information

III. Resumes of Proposed Project Staff

IV. Project Profile Documents

V. Time Task Matrices for each of the eight (8) projects

71 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 71: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

SECTION 7 - COST OF SERVICES

7.1 COST OF SERVICES DOCUMENTATION AND DELIVERY

7.3.9 The documentation for each Cost of Services:

.1 A separate ”Cost of Services” Fee Proposal is to be submitted for EACH of the eight (8) Projects as listed in Section 2.1 . ”.

.2 The “Cost of Services” Fee Proposals must be PACKAGED AND SEALED IN A SEPARATE ENVELOPE labelled “Cost of Services” (submissions made by fax, telephone, electronic message or telegram will not be accepted) displaying a full and correct return address.

.3 Must consist of one (1) original, clearly marked as such on its first page, and two (2) copies for each of the Projects.

.4 Any pricing shown in the Technical Proposal shall render the submission non-compliant and the Proposal will not be considered for award.

7.2 "COST OF SERVICES" SUBMISSION CONTENT - GENERAL

.1 Identify an upset limit for the project, inclusive of all taxes.

.2 Identify a specific cost per deliverable, excluding all taxes, as indicated in the project cost breakdown. The deliverable level costs shall be organized according to project costs breakdown listed below, and the time/task breakdown as shown by the Proponent in their Technical Proposal Submission.

.3 Submit a schedule of proposed hourly rates (excluding HST) for all project personnel by classification. All key personnel and any other specified individuals should be cross-referenced in Proposal Section 6 to these rated classifications. These rates, once approved, will be used for any part of the work to be paid for on a time basis as indicated elsewhere herein. These rates will be fixed for the duration of the assignment up to the completion date as identified in the Proponent’s project schedule. The City will consider requests for rate adjustment, should the duration of the project extend beyond the proposed schedule due to delays beyond the Proponent’s control. The rate adjustment shall not exceed the current consumer price index plus two percent. Rate adjustment will not be considered for delays caused by the Proponent or its sub-Proponent.

.4 Provide a Lump Sum Limit for any and all anticipated disbursements required in connection with the work, on a per task/deliverable basis. Disbursements relate to daily expenses properly and truly incurred in the performance of services required for this assignment. Payment for disbursements will be prorated on the value of work performed during a billable period.

.5 The Lump Sum Limit for disbursements associated with the general performance/delivery of this assignment is not to exceed a maximum value of 6% of the fees identified by the Proponent.

.6 Disbursements shall comprise the following general expenses that may or can occur on a daily basis:

a) Telephone calls inclusive of long distance charges and telegraphs

72 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 72: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

b) Photocopying

c) Printing

d) Facsimiles

e) Taxi Fares

f) Public Transit Fares

g) Parking

h) Delivery and Expenses Charges

i) Computer, word processing

j) Computer aided drafting design (CADD) services

k) Travel expenses for office and resident field personnel for job-related travel;

l) Notarization of invoices and/or statutory declarations

.7 Disbursements shall not include, and the City will not pay for roadway tolls, meal allowances, or use of personal computers (laptops).

.8 Disbursements that are considered “specialty services” or “specialized expenses” are to be identified separately.

.9 In the event that the value of the disbursements exceeds the percentage (%) stipulated in the City’s RFP, the value of the disbursements shall be corrected, by the City, not to exceed the maximum % value identified for disbursements associated with that phase of work. Any such corrections resulting in an adjustment to the disbursement lump sum will be similarly applied as an adjustment to the Total Upset Limit Price identified for the assignment.

.10 Provide a separate time / task breakdown and schedule

7.3 BASE SCOPE OF WORK AND PROVISIONAL ITEMS

.1 In order to be considered for this assignment, the Proponent must provide a project cost breakdown for the base scope of work and defined provisional items as indicated in Table 7.1. All parts and items in the table must be priced in order for the proposal to be considered valid.

.2 Allowances for additional cost to cover Schedule “C” level EA and one additional public event in event this is required and authorized by the City has been provided in the cost breakdown Table 7.1.

.3 Provisional allowances have been provided in the cost breakdown Table 7.1 to cover items including but not limited to site investigation and specific flood issue analyses, additional public consultation, additional flow monitoring, etc.

.4 The table of costs includes a provisional allowance in the amount of $5,000 for any additional Health & Safety equipment that may need to be rented by the Proponent for access to various areas, such as confined spaces or hazardous areas. It is expected that the base scope of work includes for standard health & safety personal protective equipment such as hardhats, safety footwear, eye protection, safety vests, safety gloves, and hearing protection. The provisional allowance is intended to cover all other specialty equipment such as respirators, gas detection, scaffolding, safety retrieval devices.

73 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 73: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

.5 A provisional item allowance has been provided in the cost breakdown Table 7.1 to cover the cost for soils and groundwater investigations. Co-ordination and management of the work is considered as part of the base scope; payment of a sub-Proponent will be from the allowance provided.

.6 The Total Upset Limit as provided in the table for each Project will be used for establishing the Cost of Services score for the Proposal evaluation and selection as outlined in Section 5.3 of the RFP.

.7 Proponents to fill in Table 7.1 - Upset Limit Cost Breakdown for Investigation of Basement Flooding Study Areas. A separate Cost of Services Fee Proposal must be packaged and sealed in a separate sealed envelope clearly labelled “Cost of Services.

74 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 74: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

Table 7.1

Upset Limit Cost Breakdown for Investigation of Basement Flooding Study Areas 34, 35, 36, 37, 38, 39, 40 & 41

(Price Form must be inserted into the sealed Cost of Services Envelope)

STUDY AREA:______________________

Item Cost ($)

A - BASE SCOPE OF SERVICES (see Note A.):

A.1 Data Collection – Group 1 $

A.2 Data Collection – Group 2 $

A.3 Field Survey and Investigation TM #1 $

A.4 Subsurface Soil and Groundwater Assessment TM #1 $

A.5 Rainfall and Flow Monitoring TM #2 $

A.6 Preliminary Assessment Report TM #3 $

A.7 Storm Drainage System Assessment TM #4 $

A.8 Sanitary/Combined Sewer System Assessment TM #4 $

A.9 Wet Weather Flow Water Quality Assessment TM #5 $

A.10 Alternative Evaluation and Preferred Solutions TM #6 $

A.11 Conceptual Designs TM #7 $

A.12 Stage 1 Archaeological Cultural Heritage Assessment Report $

A.13 Class Environmental Assessment (EA) $

A.14 Draft and Final Class EA Study Reports $

A.15 Project Management and Project Meetings $

A.16 Disbursements (up to 6%) $

A.17 Contingency Allowance $ 100,000.00

SUBTOTAL BASE SCOPE $

HST @13% $

TOTAL BASE SCOPE OF SERVICES (incl. HST) (A) $

B – ALLOWANCES FOR PROVISIONAL ITEMS (See Note B.):

B.1 Allowance for Additional Site Investigation and Specific Flood Issue Analyses

$ 75,000.00

B.2 Allowance for Subsurface Soil And Groundwater Assessment $ 10,000.00

B.3 Allowance for Health and Safety Equipment $ 5,000.00

B.4 Allowance for Rainfall and Flow Monitoring $ 55,000.00

B.5 Allowance for Additional Public Consultation Activities $ 15,000.00

75 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 75: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

Table 7.1 (Continued)

Item Cost ($)

B.6 Allowance for Tree Inventory $ 30,000.00

B.7 Additional Cost for Class EA Schedule C (i.e. cost which is over and above the base scope Class EA Schedule B) inclusive of one additional PIC meeting.

$ 25,000.00

B.8 Unit Cost for one (1) additional Public Event (including preparation and attendance

$

B.9 Unit Cost for one (1) Flow Monitoring Station $

SUBTOTAL PROVISIONAL SCOPE $

HST @ 13% $

TOTAL PROVISIONAL SCOPE OF SERVICES (incl. HST) (B) $

TOTAL UPSET LIMIT (incl. HST) (A+B) $

Notes:

A. Payment for these items will be limited to a maximum of 65% of the total task value until the receipt and approval of the draft submissions of the respective deliverables under that task:

Preliminary Assessment – draft TM #3, approved

Storm Sewer System Assessment – draft Storm Model & TM #4, approved

Sanitary Sewer system Assessment – draft Sanitary model & TM #4, approved

Water Quality Assessment – draft TM #5, approved

Alternative Evaluation and Preferred Solutions – draft TM #6, approved

Conceptual Designs – draft TM #7, approved

Stage 1 Archaeological Cultural Heritage Assessment Report – draft approved

Class Environmental Assessment – draft and final Surface and Basement Flooding Remediation Plan (Report) including the InfoWorks models, approved

B. The Proponent is to include the fixed provisional allowances as well as the Cost for additional flow monitoring, a Class EA Schedule C, and for one (1) additional public event including preparation time and attendance.

76 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 76: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

7.4 ALTERNATIVES SUGGESTED BY PROPONENT

.1 The evaluation of alternatives suggested by the Proponent is governed in accordance with Clause 3.4 of this RFP.

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

.3 Cost of Services Proposals for Proponent’s alternatives are to be included in the Cost of Services envelope, along with the base Proposal.

7.5 PAYMENTS FROM COST OF SERVICES PROPOSAL

.1 For labour costs, payment will be on a time basis at approved hourly or per diem rates to an Upset Limit for each deliverable to be provided by the successful Proponent.

.2 Payments for disbursements will be pro-rated based on the value of the work performed during a billable period.

.3 Payment for specialized expenses such as sub-surface investigations, laboratory sampling and analysis, boreholes, etc., will be paid at cost plus a mark-up of a maximum of 5%, if provided for in the cost of services proposal. Receipts must be submitted with invoices for payment.

.4 Fees for sub-Proponents will be paid at cost plus a mark-up of a maximum of 5%, if provided for in the cost of services proposal. Invoices must be submitted for payment.

.5 For the Unit Price Deliverables, payment will be at the unit price, for each deliverable provided. The City will determine how many of the units are required, once the project has progressed sufficiently to make a decision.

.6 Prices and staff rates submitted in a Proposal are to be firm for the duration of the RFP process and the term of any resulting Agreement.

.7 The City shall not be responsible for any unauthorized additional costs.

.8 The Proponent must be solely responsible for any and all payments and/or deductions required to be made including those required for the Canada Pension Plan, Employment Insurance, Workplace Safety and Insurance, and Income Tax.

.9 All invoices must clearly show HST as a separate value.

.10 Without restricting the generality of the foregoing, the Proponent acknowledges that, if it is a non-resident person, payments to the Proponent, as a non-resident person, may be subject to withholding taxes under the Income Tax Act (Canada). Further, unless the Proponent, as a non-resident person, provides the City with an official letter from Canadian Customs and Revenue Agency waiving the withholding requirements, the City will withhold the taxes it determines are required under the Income Tax Act (Canada).

.11 In the event of mathematical errors found in the pricing pages, the unit prices quoted shall prevail. Extensions and totals will be corrected accordingly by City staff and adjustments resulting from the correction will be applied to the Total Lump Sum Price quoted.

77 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 77: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT

MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT (EA) STUDIES STUDY AREAS 34 to 41

RFP 9117-14-7256

7.6 CONTINGENCY ALLOWANCE

.1 In seeking authority to engage consulting services, City Engineering and Construction Services will include a contingency amount to cover potential changes in the scope of services where warranted. Payments from the Contingency Allowance will not be permitted without prior written approval of the Executive Director of Engineering and Construction Services.

7.7 CURRENCY

.1 All dollar amounts, fee statements, and invoicing shall be in Canadian dollars. The Proponent shall assume all currency risk.

78 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 78: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

Appendix A – Toronto Staff Report, Work Plan for Engineering Review Addressing Basement Flooding

79 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 79: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

80 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 80: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

81 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 81: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

82 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 82: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

83 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 83: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

84 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 84: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

85 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 85: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

86 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 86: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

87 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 87: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

88 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 88: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

89 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 89: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

90 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 90: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

91 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 91: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

92 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 92: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

93 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 93: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

94 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 94: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

95 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 95: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

96 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 96: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

Appendix B – Engineering & Construction Services Requirements (Appendix A.1, Appendix A.2, Appendix A.3, and Appendix A.4)

97 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 97: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS REV – SEP 2012 _____________________________________________________________________________________________

Page 1 of 15

A.1 GENERAL PROJECT REQUIREMENTS

A.1.1 General

A.1.1.1 The requirements for engineering services to be provided by the Consultant to the City of Toronto for projects are as specified in the Request for Proposal and in the Appendices A.1 to A.7, inclusive. It is the responsibility of the Consultant to ascertain the full scope of the engineering services required for the project as they will be required to perform the work as specified. The Consultant shall become fully familiar and comply with the City’s project management requirements.

A.1.1.2 Wherever it is stated in the RFP, “engineering services” , it is intended that these services are inclusive of any and all professional services required in fulfillment of the project requirements.

A.1.2 Stamped Reports & Drawings

A.1.2.1 All engineering reports, drawings and specifications are to be signed and stamped by a Professional Engineer, licensed in the Province of Ontario.

A.1.3 City Project Manager (PM)

A.1.3.1 Role of Project Manager The City will assign a Project Manager for the project. The City's Project Manager will provide direction to the Consultants providing engineering services to the City throughout their contracted service period. The Project Manager will transmit instructions to and receive information from the Consultants.

A.1.3.2 Correspondence

Identify all correspondence to the City with the project number provided by the City. All correspondence either written or electronic should be addressed to the City’s Project Manager, except where agreed upon or otherwise specified by the Project Manager.

A.1.4 Co-ordination with Other City Division's and Sections

A.1.4.1 The Consultant’s contact with the City is the assigned Project Manager. The Project Manager will liaise with and coordinate work with other City sections and/or departments. The Project Manager may direct the Consultant when appropriate to work directly with other City section or department staff.

A.1.5 Project Meetings/Documentation/Tracking

A.1.5.1 Studies/EA/Design The consultant shall schedule a project commencement meeting and progress meetings at two week intervals. The Consultant shall schedule additional meetings as required for the review of draft documents, milestone design reviews, and other events as defined in the RFP.

98 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 98: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS REV – SEP 2012 _____________________________________________________________________________________________

Page 2 of 15

A.1.5.2 Contract Administration When providing site administration and engineering services during project construction, the Consultant shall schedule site meetings twice monthly, with weekly meetings during commissioning.

A.1.5.3 Agendas and Notes of Meeting

For each project meeting, unless otherwise directed, the Consultant shall prepare and distribute an agenda and conduct the meeting in an efficient manner. The Consultant shall take notes or minutes of the meeting, and the minutes of meeting are to be distributed no later than five (5) working days after the meeting.

A.1.5.4 Project Management/Tracking

The Consultant is expected to track/monitor and trace the status of the project and decisions made, etc., through the use of standard project management tools such as decision logs, change order logs, deliverable logs, etc. The Consultant PM is responsible for flagging issues that the City must resolve due to impacts on the critical path.

A.1.6 City’s Reviews

A.1.6.1 Where reference is made to submission of documents, designs, plans, etc., unless specified otherwise, they shall first be submitted in draft form to the City. A minimum of two weeks is required for City review and comment.

A.1.6.2 The Consultant shall provide a response to the City’s comments indicating concurrence or non-concurrence, and if comments are not to be incorporated the Consultant shall indicate the reason for such.

A.1.6.3 Draft documents submitted for review shall be essentially complete, so as to allow for proper evaluation of material submitted. Any unfinished or missing sections or elements shall be clearly identified in the draft, and a brief description of the intended material is to be provided.

A.1.7 Project Schedules

A.1.7.1 General The Consultant shall produce a Project Schedule and adhere to it once the assignment has been awarded and the Project Manager has issued the notice of award of the project, and a purchase order has been issued.

A.1.7.2 Baseline (Gantt Chart)

The baseline schedule shall include deliverables and other major milestones. It shall show the sequence of work, any interdependencies and the project critical path.

A.1.7.3 Tasks

Scheduling of tasks shall allow for document review time where appropriate. Task bars should show percent complete.

A.1.7.4 The schedule shall be updated monthly and reviewed at progress meetings.

99 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 99: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS REV – SEP 2012 _____________________________________________________________________________________________

Page 3 of 15

A.1.8 Document Management

A.1.8.1 General A letter of transmittal should be submitted with all deliverables submitted to the City, both electronic and hard copy. The letter of transmittal shall provide the project title, list the various documents, and number of copies.

A.1.8.2 Electronic Document Management

1. When submitting draft or final reports, design documents, and other deliverables, the

consultant shall also provide one electronic copy on CD/DVD for input to the City’s electronic document management system. This must be provided at the same time as the paper/mylar copy. In order to be compatible with the City’s technology platform, all electronic information must be provided such that it is compatible with one of the following platforms: (a) Miscrosoft Office Suite, verion XP 2003 (b) Microsoft Project, version 2003 (c) Microstation V8 (Bentley)

2. Prior to finalizing each submission, the consultant is to confirm the City’s preferred software package and version, for that submission. As part of the final submission of major deliverables, such as contract documents, tender specifications, and drawings, the consultant must supply, as well as the individual files in the native formats, one consolidated Adobe file containing all sections and details. This consolidated Adobe file to be contained on the same CD/DVD as the other files, if possible. All CD/DVD’s are to be properly labelled on the CD/DVD itself.

3. All files produced as a result of this project become the property of the City.

A.1.8.3 Hard Copies Paper print versions of documents shall be submitted to the City as per the Summary of Deliverables (Section 3 of the RFP).

A.1.9 Invoicing Requirements

A.1.9.1 General Invoices throughout the project must be submitted in a format acceptable to the City. Invoices for Engineering services shall be submitted monthly, unless otherwise stipulated. Each invoice is to include, as a minimum, the following information.

A.1.9.2 Standard Format

1. All invoices shall include the City’s Purchase Order number, and the project number.

Invoices shall be addressed to the City’s Project Manager, unless otherwise stipulated. 2. The invoice summary sheet must be broken down into tasks and associated disbursements

per the Fee Proposal. In addition, the summary sheet shall also show the following for each task: the task value, the amount billed for the billing period, the amount billed previously, the total to date, the per cent complete and the balance of the fees remaining. The individual task information must be summarized for the entire project. The Approved Change Order Amount, Total Invoice Amount, Amount Previous Payment, Holdbacks, GST

100 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 100: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS REV – SEP 2012 _____________________________________________________________________________________________

Page 4 of 15

and Total Amount Payable are to be identified separately. Charges against the contingency allowance provided for by the City will not be permitted without prior written approval.

A.1.9.3 Supporting Documentation

1. For tasks billed on time based services to an Upset Limit, the invoice must include back up information identifying the hours charged to each task by each staff, and the corresponding hourly rate and classification. Billing rates for staff or classifications must be consistent with those provided in the Fee Proposal.

2. Billing rates for staff or classifications other than those identified in the Fee Proposal shall be submitted in writing for review and shall be subject to approval prior to the utilization of the personnel on the assignment.

A.1.9.4 Disbursements

1. Unless stated otherwise in the RFP, disbursements will be paid pro-rated based on the value of the work performed during the billable period, as indicated in the Fee Proposal Submission Requirements, therefore back-up receipts are not required to be provided with the invoice.

2. Where indicated in the RFP, certain disbursements shall be paid at cost. Allowable disbursements will be paid at cost subject to detailed expense sheets, copies of receipts, vehicle travel records, and all such documentation and materials needed in respect to such valid expenses to be provided as back up to the invoice.

A.1.9.5 Work Status Report Requirements

With each invoice, the Consultant shall provide a status report for the work completed for the billing period. The status report shall identify the overall project status, as well as a brief description of the work completed for each task, percent complete, project alerts, and the work planned for the next billable period.

A.1.9.6 Statutory Declaration

With the request for final payment, the Consultant shall submit an original of the Statutory Declaration Schedule SD-F, certifying that the services performed and the disbursements claimed for the project were properly incurred in accordance with the provisions of the Consulting Services Agreement, and that no further invoices or claims will be made against the project. Note that the Statutory Declarations are required whether or not an engineering agreement is executed for the project. The Statutory Declaration is to be signed and sealed by a Executive Director of Oaths.

A.1.9.7 Audits

The proponent shall submit an accounting audit at the end of each phase of an assignment. If the assignment extends beyond a period of two years, audit reports are required at the end of the second year and at the end of each subsequent year in which services are performed. For more detailed information, refer to the engineering agreement, Section 3.

101 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 101: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS REV – SEP 2012 _____________________________________________________________________________________________

Page 5 of 15

A.1.10 Project Cost Control

A.1.10.1 General

1. The Consultant is required to maintain effective project cost control when providing engineering services to the City. Project cost control means the monitoring and control of engineering fees and construction cost throughout the life of the project. The Consultant shall provide timely notice for recommended scope changes to the Project Manager to ensure that action can be taken to mitigate cost and/or other such action so that additional funding can be obtained for the project.

2. Timely notice is defined as a reasonable period for which it will permit the Project manager to report to Committee and Council PRIOR to the expected overrun in fees or costs. Where the Consultant does not exercise proper cost control and has incurred additional cost, the City of Toronto is not obligated to honour payment for such services.

A.1.10.2 Upset Limits

1. Consultants must not exceed the approved Upset Limit without first obtaining written

approval from the Project Manager.

2. Where the Consultant has exceeded the Upset Limit without the prior written approval of the Project Manager, it shall assume full responsibility for the cost of such services.

3. It is to be clearly understood that the City accepts no responsibility for costs incurred by the Consultant for fees or additions to the contract cost where approval has not been granted for the inclusion of such work and fees to the project. If the Consultant is requested to provide engineering services which it believes to be outside the approved scope of work, it must identify the cost of the extra work and seek written approval from the Project Manager prior to commencement of the work.

A.1.10.3 Engineering Change Orders

1. All changes in engineering services provided by Consultants must be confirmed by

Change Orders and authorized by the Executive Director.

2. The request for a Change Order must identify the following: (a) Description of scope change complete with rationale and time/task breakdown to

undertake the work (b) Impact on Engineering Fees inclusive of disbursements (c) Impact on Schedule (d) Impact on Construction Cost (if applicable)

A.1.10.4 Contingency & Provisional Items

The contingency allowance is for potential extra work that may be required beyond the scope of the project, and is subject to the approval of the City. Provisional allowances are for specific items as identified in the RFP. Payments from the contingency or provisional allowance will only be made following issuance of a Change Order approved by the City.

102 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 102: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS REV – SEP 2012 _____________________________________________________________________________________________

Page 6 of 15

A.1.11 Regulatory Approvals

A.1.11.1 General

1. The Consultant will be required to liase with the City and the approving agencies; obtain all the required application forms; complete the forms and prepare any documentation requested by the approval agency, and present them to the City for execution, where necessary.

2. The City will pay for the cost of the application fees of all required approvals.

3. Where agreements must be executed between the City and the approving agencies, the Consultant shall advise the City in writing in a timely manner so that all such agreements can be executed by the City to avoid impact on project schedules.

4. The following is a list of the approvals that may be required. The City expects that the Consultant will determine and confirm for itself the specific approvals that are required for the project.

5. The requirement to seek additional approval(s) may be considered as an addition to the scope of work provided that the Consultant can demonstrate that it cannot be reasonably expected to know of the existence of these additional approval(s) at the time of submission

A.1.11.2 Federal Approvals

1. Fisheries & Oceans Canada

(a) Department of Fisheries and Oceans Act (b) Fisheries Act

2. CSA B149.6-11 – Code for Digester Gas & Landfill Gas Installations 3. Transport Canada

(a) Department of Transport Act and Regulations (b) Government Property Traffic Act and Regulations (c) Navigable Waters Protection Act

A.1.11.3 Provincial Approvals/Permits

1. Ministry of Environment (MOE) – Environmental Compliance Approval (Water, Sewage,

Air, Waste) 2. Ministry of Natural Resources (MNR) - Permit 3. Ministry of Transport – Permit 4. The Boilers and Pressure Vessels Act Ontario (MCCR, TSSA, etc) - Letter of Approval 5. Environmental Protection Act, Ontario Regulation 309 - Permit 6. Environmental – Air, Ontario Regulation 346 – Permit 7. Environmental – Noise, Ontario Regulation NPC 205 - Permit 8. Ministry of Labour

A.1.11.4 Municipal Approvals

1. Toronto Region Conservation Authority (TRCA) - Permit 2. Municipal Site Plan Letter of Approval - The City’s process for Site Plan Approval can

take up to six (6) months to complete. The process timeline officially starts when the

103 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 103: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS REV – SEP 2012 _____________________________________________________________________________________________

Page 7 of 15

Building Permit application is submitted. Include in the scope of work for two (2) pre-consultation meetings with the City’s Building & Planning Departments to verify requirements and timelines needed for completion, prior to submittal of the Building Permit Application. Allow for the pre-consultation meetings and an application package containing the following: a completed application a draft covering letter for signature by the City 10 copies of 1:200 scale with the following: a recent survey, the site plan, a grading

plan, all floor plans, all building elevations, roof plans, and a landscape plan. The landscape plan must be prepared by a qualified landscape architect

10 copies of an arborist report is required

3. Building Permit (a) Building Permit – note that a number of changes in the Building Code Ac t, 1992 and the

Building Code affect designers. Designers may be required to be registered and/or qualified as defined by the Act. Be familiar with the changes to the Act and include for the new requirements including registration/qualifications, permit application, permit timeframes and inspection requirements.

(b) Note that the site plan submitted as part of the Building Permit application must also be signed and stamped by an Architect, licensed in the Province of Ontario.

(c) Occupancy Permit 4. Road Cut Permit 5. Toronto Traffic

A.1.11.5 Utility/Authority Approvals/Permits

1. Toronto Hydro 2. Gas 3. Cable 4. Bell 5. ESA 6. TSSA

A.1.12 Design and Drawing Standards

A.1.12.1 City of Toronto Standards

1. When fulfilling the project requirements, the Consultant is to ensure compliance with the following City of Toronto standards, unless specifically directed otherwise by the Project Manager: (a) Latest version of “CADD Specifications for Microstation V8". The Consultant shall note

that topographic mapping, field edit, compiled area plan, and property surveys are collections of data from various sources. This information requires proper editing and formatting by the Consultant in accordance with the City’s drafting standard before being used as a base plan. To assist in clarifying protocols for CADD drawing development and City review, refer to "Technical Services Design Drawing and Record Drawing Protocol".

(b) Latest version of “Process Control System (PCS) Implementation Guidelines”. Note standards are to be used as a guideline for the development of the project requirements. The consultant is responsible for ensuring the standards are appropriate for the project, and shall seek approval for variance as required.

104 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 104: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS REV – SEP 2012 _____________________________________________________________________________________________

Page 8 of 15

(c) Latest version of “Start Up and Commissioning and Training Guidelines for Works Facilities and Structures Projects”.

(d) Latest version of the City of Toronto’s “Standard Construction Specifications & Drawings for Sewers, Watermains and Roads”.

A.1.12.2 City of Toronto Requirements for Plant & Facility Structures

1. Design plant and facility structures in accordance with Ontario Building Code for post-

disaster buildings. 2. Design Plant and Facility concrete structures for water-tightness, strength and

serviceability, vibration, seismic design, etc, in accordance with American Concrete Institute ACI 350-01, Code Requirements for Environmental Engineering Concrete Structures and ACI 350R-01, Commentary.

3. All chemicals, instrumentation, equipment and materials used in the operation and production of safe drinking water that come into contact with water shall meet all applicable standards set by Ministry of Environment, American Water Works Association and American National Standards Institute safety criteria standards NSF/60 and NSF/61.

4. The electrical design standard for all facilities is that every MCC must have two (2) separate feeds with Main/Tie/Main configuration from two separate transformers. Design to this standard. Include for power monitoring for any new MCC’s and connect to the SCADA system.

5. For new and refurbished electrical systems/facilities, building layouts are to physically separate switchgear (and MCC breakers), and MCC's. Due to arcflash hazards, this equipment is to be separated from all other equipment. Design MCC rooms with a minimum of 25% spare physical space for MCC system expansion. In addition, RPU's, lighting panels, etc., are to be located in controlled environments and separated from general process areas.

6. The City has corporate standards for security systems. To meet Divisional Security Standards, incorporate security features to allow monitoring and controlling of building access such as cameras, card readers, door strikes, IR photo beam sensors, etc.

7. Arcflash - The City's objective is to reduce the available arc flash energy level in all electrical equipment. The electrical design methodology shall be such to minimize the potential for arc flash without compromising co-ordination and protection of the distribution system. This applies to all equipment (switchgears, switchboards, panel boards, MCC’s, etc) rated at 250 volt and above, and also to electrical equipment supplied from 208 volt if the supply transformer is rated 125 kVA and above. Complete preliminary calculations to establish baseline category ratings of all new electrical equipment. The City of Toronto aims for Type 2 category rating on all new electrical equipment. The installation shall be in compliance with the Canadian Electrical Code (CEC) Part 1 (C22.1-06), Rule 2-306, as it relates to arc flash labels and other aspects as required.

A.1.12.3 Drawing Standards

1. Plan drawings shall conform to the requirements set forth in the City of Toronto, Digital

File/Drafting Graphic Standards Manual, or as otherwise directed or approved by the City of Toronto.

2. Drawings with colours shall be reproducible by all printing or duplication media in black and white.

3. Except as may be modified or specified herein, or otherwise approved by the City of Toronto, the collection and depiction of subsurface utility information shall conform to the

105 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 105: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS REV – SEP 2012 _____________________________________________________________________________________________

Page 9 of 15

applicable provisions of CI/ASCE 38-02, “Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data”.

4. Drafting and lettering shall be of proper density and legibility for a 50% reduction during reproduction.

5. The depiction of attributes such as line type, material type, age, condition, ownership, status (e.g. in-service, out-of-service, active, abandoned), number of conduits or direct buried cables, or other required information, shall not be eliminated, obliterated, or obscured by the manner of reproduction of by 50% reduction in size.

6. Final drawings for reproduction shall have all drafting work and image on one side of the sheet.

7. The Consultant shall replace, at no cost to the City of Toronto, plan sheets that do not comply with the above criteria.

A.1.12.4 Other Guidelines & Standards

1. The Consultant shall use recognized industry design standards, guidelines, and best practices to establish the basic design data and design criteria. The design must meet the requirements of relevant codes and applicable legislation. The following list of selected statutes and codes is provided for guidance only: (a) The Boilers and Pressure Vessels Act Ontario (MCCR, TSSA, etc) (b) CSA B149.6-11 Digester Gas Code (c) Navigable Water Act (d) Ontario Gas Utilization Code, Ontario Regulation 244, 346 (e) Environmental Protection Act, (f) Ontario Health and Safety Act (g) Ontario Building Code (h) Ontario Water Resources Act (i) NFPA 820 Standard for Fire Protection in Wastewater Treatment and Collection

Facilities (j) American Concrete Institute ACI 350-01

A.1.13 Quality Assurance and Quality Control

A.1.13.1 General

1. The City requires the Consultant to exercise internal Quality Assurance (QA) and Quality

Control (QC) for the projects it executes for the City. This is to ensure that the project will be executed to the City's requirements and expectations.

2. Preference will be given to Consultants having QA/QC programs in place at the time of Consultant selection.

A.1.13.2 QA Program

1. Perform the following minimum standard in QA for the project to ensure that the design work when completed has been reviewed and checked by senior staff from within the firm to The Quality Assurance (QA) program that the City expects from the Consultant includes all those planned and systematic actions required to ensure that the works that are to be constructed, will be designed in accordance with applicable codes, guidelines, standards and specifications.

2. Ensure it has been performed in accordance with:

(a) Good engineering practice

106 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 106: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS REV – SEP 2012 _____________________________________________________________________________________________

Page 10 of 15

(b) Constructability (c) Practical layout of equipment from an operation and maintenance perspective (d) Relevant code(s) and standard(s) that the project must comply with (e) The City's requirements as specified herein and in the Request for Proposal (f) Other specific requirements to the project

A.1.13.3 QC Program

1. The Quality Control which the City requires the Consultant to provide for projects, is the

examination of the services provided and work done, together with management and documentation necessary to demonstrate that these services and works meet contractual and regulatory requirements.

2. The City requires engineering drawings produced by the Consultant have been checked: (a) For design errors (b) For drafting errors (c) To ensure proper co-ordination has been exercised between the various engineering

disciplines within the firm and those performed by sub-consultant(s) (d) To ensure constructability

3. That specifications produced by the Consultant have been checked for completeness to ensure: (a) The City's legal and construction requirements are met (b) To ensure the City's standards for Tender Form, General Conditions, Special Provisions

etc. have been used. (c) That proper equipment has been specified (d) That the work in the various divisions in the specification are properly co-ordinated (e) That all the required approvals and permits have been specified (f) That all test procedures have been specified (g) That all codes and/or standards have been specified (h) That all equipment tolerances are specified for proper installation (i) That the Specifications are clear and concise

A.1.13.4 All reports, technical memoranda, drawings, manuals, contract documents and specifications,

both draft and final copies must be reviewed and QA/QC completed by the consultant prior to submission by the City. The consultant shall use the “Consultants QA/QC” stamp shown below to stamp the front page of the document and signed by the appropriate staff prior to submission to the City. The document with no stamp and signature will not be reviewed and will be returned. The consultant shall order and pay for the “Consultants QA/QC” stamp.

CONSULTANT’S QA/QC STAMP PRIME CONSULTANT: SUB-CONSULTANT:

SUBMISSION DATE REVIEWED BY

QA/QC STAFF DATE REVIEWED BY PROJECT

MANAGER Draft 1 Draft 2 Draft 3 Final

107 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 107: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS REV – SEP 2012 _____________________________________________________________________________________________

Page 11 of 15

A.1.14 Designated Substances (including asbestos) Management

A.1.14.1 Designated Substances & Asbestos Surveys (DSL) – General

1. On December 17, 2009, a new regulation made under the Occupational Health and Safety Act was filed with the Registrar of Regulations as Ontario Regulation O. Reg. 490/09. The regulation consolidated the previous eleven designated substance regulations, effective as of July 1, 2010.

2. In accordance with Part VI of the Ontario Occupational Health and Safety Act and Regulations, the City requires investigations and recommendations on the management of designated substances as defined under the Ontario Occupational Health & Safety Act. This includes the following Designated Substances that may be located at some City facilities:

Acrylonitrile Coke Oven Emissions Mercury

Arsenic Ethylene Oxide Silica

Asbestos Isocyanates Vinyl Chloride

Benzene Lead

3. In addition to the designated substances listed above the following materials are also to be

included:

i. Polychlorinated biphenyls (PCBs);

ii. Ozone-Depleting Substances;

iii. Urea Formaldehyde Foam Insulation;

iv. Man-made mineral fibres; and

v. Mould.

4. Where the scope of work refers to “Designated Substances”, this includes all of the items noted above.

A.1.14.2 Designated Substances Management – Scope of Services

1. Unless specifically instructed in the Request for Proposal, the Consultant shall be responsible to hire a qualified environmental sub-consultant as part of the design team to perform Designated Substances assessments, reports, and management for the project.

2. Unless specifically instructed in the Request for Proposal that a Designated Substances Survey and Report is not required, complete the Survey and Report in accordance with the requirements of the latest Ontario Occupational Health and Safety Act (OHSA) and Regulations.

3. The Consultant and sub-consultant shall review project requirements with the City, anticipate all areas that will be impacted by the project, and make all efforts to conduct destructive and non-destructive testing at the assessment stage so that, where possible, costs for Designated Substances, whether visible or hidden, can be factored into estimated project costs;

108 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 108: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS REV – SEP 2012 _____________________________________________________________________________________________

Page 12 of 15

4. Inspect and sample area indicated and related equipment and services that are suspected of containing Designated Substances to establish whether any suspect material that is likely to be disturbed, handled or removed during the demolition work, contains Designated Substances. Destructive testing shall be performed only on equipment that is to be demolished and is not currently in service or can be temporarily taken out of service in coordination with the City. Obtain approval from the City prior to any destructive testing.

5. Carry out laboratory analysis of samples to determine type and percentage of Designated Substances.

6. All sampled locations are to be labelled as to whether they contain or do not contain Designated Substances. They shall be labelled accordingly through the use of durable, high visibility labels at least three inches by one and a half inches in size and which properly and fully adhere to the surface (spray painting of locations is acceptable, and may be substituted for adhesive labels. High visibility paint in a distinctive colour is to be used). The labelling shall be performed during a separate site visit after the results of analysis have been received and the report has been reviewed at the 95% detailed design stage.

7. Prepare drawings and photographic documentation for all testing performed indicating type, location and extent of Designated Substances. Ensure that photographs of all sample locations are taken and that the inspector can trace the photograph back to the sample results and locations through use and coordination of labels, references, and site drawings.

8. Drawings prepared for the Designated Substances assessment shall be based on the design drawings for the project as prepared by the Consultant.

9. A Report shall be prepared that states whether Designated Substances containing material is likely to be disturbed, handled or removed during construction. If a material does contain Designated Substances, the Report shall state the type of Designated Substances, the approximate quantity present, and the recommended removal method. The Report shall be in full compliance with the requirements of Section 10 of Regulation 278/05 and shall include all noted Designated Substances.

10. The Report must include recommendations regarding remediation prior to tendering of the project construction contract.

11. The Report must include estimated costs for removal of Designated Substances based on estimated quantities, including requirements to meet OHSA.

12. The Report will be updated at various stages of the project as detailed below.

13. The Report shall be submitted to the City in accordance with standard submission requirements as defined in this RFP.

A.1.14.3 Designated Substances Management Work Scope Activities

1. Preliminary Design Phase

a) The environmental sub-consultant shall review previous Designated Substances

Surveys or Designated Substances Reports available at the site to identify any gaps in the information required based on the preliminary scope of the project.

b) A preliminary list of identified Designated Substances within the scope area shall be prepared for review by the City.

109 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 109: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS REV – SEP 2012 _____________________________________________________________________________________________

Page 13 of 15

2. 50% Detailed Design Phase – Draft Report

a) Provide an updated detailed drawing set and work scope to the environmental sub-consultant.

b) Carry out a detailed site survey as defined herein, including sampling and testing of all suspected Designated Substances.

c) Prepare the Report in accordance with A.1.14.2 including a site survey, sampling and analysis, and report generation.

d) The Consultant responsible for design who is fully conversant with the scope of work must walk the site with the environmental sub-consultant to identify project boundaries, specific items and equipment that will be impacted by the work.

3. 95% Detailed Design Phase – Updated Draft Report

a) Re-confirm, in writing, that the scope of work matches the Designated Substances Report conducted at the 50% detailed design phase. Confirmation that the scope of work matches the Designated Substances assessment as detailed in the Report must be signed by the Consultant who is knowledgeable as to the scope of work.

b) Where the scope of work has changed relative to the Report, carry out addition testing, and update the Survey and Report as required to ensure that the scope of work matches the Designated Substances Report.

c) Label confirmed Designated Substances containing materials identified during the survey. Also label in the same manner all materials that are identified as not containing Designated Substances.

d) Prepare the Designated Substances Report for inclusion in the Tender Documents. The intent is to ensure that a comprehensive source of information is provided to the Contractor that covers all potential locations and materials impacted by the project.

e) Include for tender site drawings and a technical specification that includes a detailed protocol for: a) removal of Designated Substances required under the contract (if any); b) quantities of materials identified; c) a strategy for dealing with any suspected Designated Substances (i.e. could not be tested for during design stage) or unanticipated Designated Substances found during construction, or d) management in-place, as appropriate. Provide technical support during the tendering process.

f) If abatement or remediation through a separate contract prior to construction is feasible, provide a detailed scope of work and site drawings for Designated Substances abatement and/or in-situ management, as well as technical support during tendering of abatement work.

g) If abatement and/or management is carried out through a separate contract prior to construction, the environmental sub-consultant shall provide monitoring and supervision of the work, and shall provide a signed clearance certificate upon completion.

4. Construction Phase – Final Report

a) If abatement and/or management is carried out through the construction phase, the

environmental sub-consultant shall provide monitoring and supervision of the work, and shall provide a signed clearance certificate upon completion.

110 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 110: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS REV – SEP 2012 _____________________________________________________________________________________________

Page 14 of 15

b) As scope changes occur throughout construction, provide updates as required to Designated Substances assessment, including testing, analysis, and updates to the Report.

c) At the completion of construction, update the Designated Substances Report to identify and detail all remaining Designated Substances within the scope of work area. Issue to the City as a Final Report.

A.1.14.4 Mandatory Qualifications for Consultants Undertaking Designated Substances Surveys

1. Consultants or sub-consultants completing designated substances and asbestos surveys for projects at Toronto Water facilities must fulfill the following mandatory requirements. Proof that the requirements are met must be provided to the City’s Project Manager, prior to any associated work proceeding: a) The firm must have a minimum five years experience working on similar projects. b) Principal or Senior Environmental Sub-Consultant must be a Certified Industrial

Hygienist or Professional Engineer with mandatory ten years of directly related experience assessing and managing Designated Substances. All reports must be reviewed and signed by this individual.

A.1.14.5 Mandatory Qualifications for Laboratories being used for Designated Substances 1. The proposed laboratory must meet the following criteria:

a) Performing the analyses must be accredited under the National Institute of Standards

and Technology (NIST) and the National Voluntary Laboratory Accreditation Program (NVLAP). Submit sample lab report with the proposal. Submit the name and NVLAP number of the accredited Bulk Analysis Laboratory that is to be used for sample analysis. All samples must be analyzed in accordance with the Ontario Ministry of Labour Code.

b) For asbestos note the following: a. Individuals performing air sample analysis should be personnel registered in

a Proficiency Analytical Testing (PAT) program such as the following: i. Asbestos Analyst Registry (AAR) of the American Industrial Hygiene

Association (AIHA) ii. Canadian Analytical Laboratory Accreditation (CALA) PCM iii. IIRST

b. Samples must be analyzed using appropriate method for determination in accordance with the requirements detailed in O.Reg. 278/05

A.1.15 Health & Safety

A.1.15.1 General Requirements

1. Consultants who enter water and wastewater facilities are likely to be exposed to chemical, biological and physical hazards.

2. The successful proponent is responsible for meeting the requirements of the

Occupational Health & Safety Act and City Health & Safety Manual and the consultant is to review their safe work procedures with the City prior to undertaking any field work onsite.

111 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 111: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.1 – GENERAL PROJECT REQUIREMENTS REV – SEP 2012 _____________________________________________________________________________________________

Page 15 of 15

3. The consultant’s staff on-site during any phase of the project must be knowledgeable of

the governing safety regulations including, but not limited to, Industrial Regulations, Construction Regulations, Regulation Respecting Asbestos on Construction Projects and in Building Repair Operations, Diving Operations, Designated Substances, WHMIS, Workplace Safety & Insurance Act, Transportation of Dangerous Goods Act, Technical Standards & Safety Act, Highway Traffic Act, Fire Protection & Promotions Act, X-Ray Safety.

4. The consultant’s staff on-site during any phase of the project must possess written proof

of competency such as appropriate training and experience in health and safety related activities applicable to the project (i.e. confined space entry, fall arrest, First Aid & CPR, Ladder & scaffolding training documentation, WHMIS training documentation, asbestos awareness and any other appropriate certificate required to be onsite).

5. WHMIS training, confined space awareness training, and 4-hour asbestos awareness

training, is mandatory for all consultant’s staff present on-site during any phase of the project. The City may request proof of training at any time.

6. For facilities where specific site orientation and security protocol exist, the consultant’s

staff onsite during any phase of the project must attend a mandatory 2-hour health and safety orientation specific to the treatment plant site before undertaking any work onsite. Orientation must be updated on an annual basis. Staff must adhere to site security and emergency procedures at all times.

7. The successful proponent is responsible for providing all safety equipment for the

protection of their staff, including gas detection, safety retrieval devices, and any ancillary equipment for confined space entries (CSEs) required for inspection purposes. Certification in CSE is a pre-requisite and experience in the use of self-contained breathing apparatus is also a requirement.

8. A standard entry permit must be completed before any CSE's take place. City staff will be

available to allow access to the facilities only. 9. Note obligations with respect to geotechnical work and OHSA in Appendix A.4, Item

A.4.7.1.

A.1.15.2 Prior to initiating any work onsite, the consultant must submit a letter on company letterhead, identifying that all personnel engaged in the assignment have had appropriate training in accordance with Section 1.15.1.4 and 1.15.1.5. The letter must be signed and signed by personnel who have the authority to bind the corporation, and is to be provided at the time of executing the Engineering Agreement.

END OF APPENDIX A1

112 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 112: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.2 – CLASS ENVIRONMENTAL ASSESSMENT REV 01 OCTOBER 2012 _____________________________________________________________________________________________

Page 1 of 7

A.2 CLASS ENVIRONMENTAL ASSESSMENT

A.2.1 General

.1 The Consultant shall undertake the tasks defined and outlined in the Municipal Class Environmental Assessment (MCEA) October 2000, as amended in 2007 and 2011, document for the municipal road projects, and municipal water and wastewater projects.

.2 The Consultant shall undertake the tasks defined and outlined in this document which generally include, but are not limited to: 1. identifying the problem/challenges or opportunity, 2. collecting, reviewing and analyzing of all relevant data, 3. notifying government agencies, affected municipalities and interested parties/groups,

the public and stakeholders about the problems, 4. identifying alternative solution(s) to the problem(s), 5. evaluating alternative solutions to the problem and providing alternative

strategies/designs before determining the preferred solution, 6. convening and participating at public information meetings to obtain public input

throughout the process, and 7. confirming the preferred solution

.3 It is important that the problem to be addressed in the study be defined in consultation with the City of Toronto, the Ministry of the Environment (MOE) and other regulatory bodies, as appropriate. It is necessary to review all previous reports and other pertinent data relating to the problem, concerns and deficiencies with the existing Plant/Facilities. In carrying out the study, the Consultant should refer to all applicable legislation.

.4 The Consultant is required to maintain a complete Project File and prepare an Environmental Study Report (ESR) for project that proceeds to Schedule C, in accordance with the MEA Class EA requirements.

.5 Notwithstanding the requirements of the Ontario Environmental Assessment Act, R.S.O. 1990, Chapter E.18, as amended, (herein referred to as the EA Act) it is a requirement that the Environmental Study Report (ESR) be produced for activities that are Approved Subject to the Screening Process.

.6 Co-ordinate public consultation activities with the City of Toronto’s Project Team including the Public Consultation Group. Refer to Section A.2.5 for the activities of the City’s Public Consultation Group.

.7 All tasks are the responsibility of the Consultant unless specifically identified as the City’s responsibility in either Section A2.6 of Appendix A.2 or within the main body of the Request for Proposal (RFP). Follow the steps as identified in the first four Phases of the MEA Class EA process. In the following discussion, specific reference is made to the four phases and various steps within each phase to explicitly indicate when selected additional activities, required by the City, are to be performed. (For clarity, the reader should reference the Class EA process schematic diagram Exhibit A.2, provided in the MEA Class EA document, when reading the following discussion.)

113 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 113: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.2 – CLASS ENVIRONMENTAL ASSESSMENT REV 01 OCTOBER 2012 _____________________________________________________________________________________________

Page 2 of 7

A.2.2 Class EA Process - Phase 1, Definition of the Problem

.1 The Consultant shall review the Terms of Reference and work program and ensure that they

understand the requirements as to: 1. Scope of Work 2. Availability of existing information from City of Toronto 3. Planning information to be used in the project.

.2 Review all currently available documents as identified in the RFP.

.3 Determine whether further information is required to finalize the problem definition phase.

.4 Prepare a draft Public Consultation Plan. Meet with the City, review, revise, and finalize the plan.

.5 Upon completion of Phase 1 – Step 1, prepare Technical Memorandum No. 1 including: 1. the formal definition of the problem 2. Notice of Commencement for review, approval, and publication by the City 3. Defined boundaries of the facility Service Area 4. Defined boundaries of the public Notification Area 5. Preliminary boundaries of the Study Area 6. List of appropriate review agencies for contact

A.2.3 Class EA Process - Phase II, Alternative Solutions to the Problem and Evaluation

.1 Following the completion of Phase 2 Step 1, prepare a Phase 2 Workplan outlining the various alternative solutions to the problem that will be considered, including, but not limited to, the following: 1. Modification and/or improvement of the proposed water or wastewater facility. 2. Expansion of the proposed water or wastewater facility. 3. Servicing of the proposed and forecasted development within the service area via another

water or wastewater facility and/or via another means. 4. Construction of a new water or wastewater facility. 5. Limit the growth of the area serviced by the facility. 6. Do nothing.

.2 The Phase 2 Workplan should also outline the additional information and data needed to identify the impact of the alternative solutions on the environment. The impacts of the alternative solutions on the natural, social and economic environment are to be evaluated within the Study Area only. The workplan shall be provided by sub-discipline, where applicable [including for example: a) air (including equipment/process exhaust, noise, dust, and other emissions) b) aquatic ecology, c) terrestrial ecology, d) hydrogeology, e) hydrology, f) traffic, g) social, h) economic, i) cultural heritage, j) archaeological study]. For each sub-discipline, the workplan should outline any field studies and investigations proposed, data to be collected, modelling to be performed, and criteria to be used to identify environmental impacts and evaluate alternative solutions

114 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 114: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.2 – CLASS ENVIRONMENTAL ASSESSMENT REV 01 OCTOBER 2012 _____________________________________________________________________________________________

Page 3 of 7

.3 Submit the Phase 2 Workplan to the City for review and approval

.4 Complete the activities outlined in the approved Phase 2 workplan. Prepare a draft Technical Memo #2 summarising work performed to-date in Phase 2 and briefly outlining the “next steps” in the process which are forthcoming) and submit for City review and approval.

.5 Prepare and provide the following materials as a minimum for public display. The quality of display shall be to the level expected and required for public display in an EA process. As a minimum, the consultant shall provide the following: 1. Display materials showing the service area 2. Display materials showing the alternative solutions being considered. 3. One copy (reproducible) of a folded hand-out information sheet showing the preferred

solutions. This information sheet should also mention: “Part II Order" rights; contact person for the proponent; how to stay involved in the planning process.

.6 Attend the Public Information Centre, present technical information on the project, and respond

to questions from the public. Technical material should include: 1. Service area information 2. Alternative solutions investigated and evaluated 3. Environmental impact of alternative solutions

.7 Review feed-back from all interested parties and select the preferred solution.

.8 Finalize Technical Memo #2 summarising all Phase 2 work performed and submit for City review and approval

.9 In accordance with requirements for projects that are considered “Schedule B”, prepare a Notice of Completion

A.2.4 Class EA Process - Phase III, Alternative Design Concepts and Evaluation

.1 Prepare a Phase 3 Workplan outlining the proposed alternative design concepts that will be evaluated for the preferred solution. The Phase 3 Workplan should also outline the additional information and data required to identify the impact of the alternative design concepts on the environment. The workplan shall be provided by sub-discipline, where applicable [including for example: a) air (including equipment/process exhaust, noise, dust, and other emissions) b) aquatic ecology, c) terrestrial ecology, d) hydrogeology, e) hydrology, f) traffic, g) social, h) economic, I) cultural heritage, j) archaeological ]. For each sub-discipline, the workplan should outline any field studies and investigations proposed, data to be collected, modelling to be performed, and criteria to be used to identify environmental impacts and evaluate alternative design concepts, and develop mitigating measures.

.2 Submit to the City for review and approval

.3 Complete the activities outlined in the approved Phase 3 workplan. Prepare a draft Technical Memo #3 summarising work performed to-date in Phase 3 and briefly outlining the “next steps” in the process which are forthcoming) and submit for City review and approval

.4 Prepare and provide the following materials for public display. The quality of display shall be to the level expected and required for public display in an EA process. As a minimum, the

115 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 115: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.2 – CLASS ENVIRONMENTAL ASSESSMENT REV 01 OCTOBER 2012 _____________________________________________________________________________________________

Page 4 of 7

consultant shall provide the following:

1. Display materials showing the alternative solutions considered and the alternative design concepts considered.

2. Display materials showing the conceptual layout of the recommended design concept for the preferred solution. (If it is an expansion of a plant, show existing facility)

3. A coloured display showing the landscaping of the facility for the recommended design concept for the preferred solution.

4. A coloured display showing an architectural rendition of the facility for the recommended design concept for the preferred solution.

5. Prepare and provide one (1) reproducible copy of folded handout information sheet of the recommended design concept for the preferred solution

.5 Attend the Public Information Centre, present technical information on the project, and respond

to questions from the public.

.6 Review feed-back from all interested parties and select the preferred solution. Where reviewing and/or approving agencies have not responded, follow up with written documentation requesting their input, if any.

A.2.5 Class EA Process - Phase IV, Documentation

.1 Prepare and submit a draft Environmental Study Report of the Class EA process for review. The following items, as a minimum, are to be included in the report: 1. Documentation of the problem 2. Alternative solutions to the problem 3. Environmental impacts of the alternative solutions and mitigating measures 4. Evaluation of alternative solutions. 5. Class EA category of alternative solution 6. Recommendations for the preferred solution 7. Alternative design concepts for the preferred solution 8. Environmental impacts of the alternative design concepts and mitigating measures. 9. Evaluation of the alternative design concepts 10. Recommendations for the preferred design concept 11. Detailed description of public consultation process, comments received and City responses

.2 Review draft ESR report with the City. Prepare final draft ESR report incorporating City comments and submit to City of Toronto.

.3 Prepare a “Notice of Completion” for publication and distribution by the City.

.4 Review feedback and answer enquires during the 30-day public review period and upon completion of the 30-day review period, review final draft ESR report and the feedback received from all reviewing and approval agencies, including the public, with City of Toronto.

.5 If there is no request for “Part II Order” (i.e. bump-up), finalise the Environmental Study Report and submit copies of the final report to the City. Note: Scope of work related to Part II Orders is in accordance with the project terms of reference, Section 2.0 of the RFP.

.6 Submit the ESR to the Ministry of Environment.

116 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 116: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.2 – CLASS ENVIRONMENTAL ASSESSMENT REV 01 OCTOBER 2012 _____________________________________________________________________________________________

Page 5 of 7

A.2.6 City of Toronto Public Consultation

.1 The City of Toronto has an internal group called the City of Toronto Public Consultation Unit

that provides support in a number of activities related to public consultation. These services, provided and paid for by the City, include the following:

1. Responsible for the overall management of the Public Consultation program.

2. Preparation of the draft and final public consultation plan with input from consultant.

3. Advance planning for public events, and the promotional activities surrounding these events, to ensure that staff and consultant time is used to its maximum efficiency.

4. Facilitation support and logistics for public events like meetings, open houses, workshops, and similar activities, including arranging for meeting locations and associated fees, refreshments, attendance tracking, preparation and distribution of public meeting/open house minutes, etc.

5. Preparation and maintenance of the database of contacts within the Notification Area, excluding regulatory contacts. The City will provide the Consultant with updates throughout the project.

The consultant to prepare and maintain database of regulatory contacts with the Notification Area. The regulatory agencies should include but not be limited to MOE–EA Branch, TRCA, MNR, DFO, Indian of Northern Affairs.

6. Development and publication of all notices and advertisements with input from consultant.

7. Receipt, tracking, and consolidation of all comments from the public. The information will be summarized and distributed to the consultant for preparation of draft responses.

8. Distribution of responses to feedback from the public.

9. Placement of ESR on file for public review.

10. Ongoing coordination with City staff and Council and the consultant in the production of materials for public consultation activities (e.g. flyers, advertisements, fact sheets, newsletters). The City’s Public Consultation shall print all materials (excluding display boards) and will be responsible for distribution to public.

11. Coordination of community outreach activities that can result from the public consultation process.

A.2.7 Cultural Heritage Resource Assessment Guidelines

.1 Where specifically requested in the Request for Proposal, Section 3 – Scope of Work, or as

authorized by Change Order, the consultant is to complete a cultural heritage resource assessment and determine whether an undertaking has the potential to impact on cultural heritage resources. The cultural heritage resource assessment will identify how the preferred undertaking and each alternative to the preferred undertaking will affect heritage resources. The cultural heritage resource assessment is to be forwarded to the Heritage Preservation Services Unit, City of Toronto and the Ministry of Culture for review and to obtain final clearances.

117 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 117: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.2 – CLASS ENVIRONMENTAL ASSESSMENT REV 01 OCTOBER 2012 _____________________________________________________________________________________________

Page 6 of 7

.2 The following types of cultural heritage resources are to be considered and inventoried:

1. Archaeological resources including known archaeological sites and lands of archaeological potential as defined by the City of Toronto and/or Toronto Region Conservation Authority in the methodology described in the Interim Report – Archaeological Master Plan (also see web link.).

2. Heritage resources including but not limited to, properties identified on the City of Toronto’s Inventory of Heritage Properties.

3. Cultural heritage landscapes.

.3 Based upon the inventory of cultural resources identified within the study area by the consultant, it is expected that a Heritage Impact Statement and an Archaeological Resource Assessment will be completed. Refer to the following web links for more detail: http://www.toronto.ca/developing-toronto/dtguide/heritage_study.htm http://www.toronto.ca/developing-toronto/dtguide/archassessment_study.htm

.4 The Cultural Heritage Resource Assessment is to be conducted by a member of the Canadian Association of Professional Heritage Consultants (www.caphc.ca).

.5 Evaluation: The consultant is to define a procedure for the evaluation of cultural heritage resources including built heritage, archaeological resources and cultural landscapes. The consultant should identify the evaluation and identification criteria used to determine the potential for heritage resources to be affected by the undertaking and the alternatives.

1. Provide draft Cultural Heritage Resource Assessment as part of Technical Memo #2. 2. Provide final Cultural Heritage Resource Assessment as part of Technical Memo #3.

.6 Mitigation and Contingency Plans: Mitigation measures are to be identified and should include a description and justification of the measures proposed. A contingency plan should be developed to guide potential construction design changes or other unforeseen circumstances that may impact upon the cultural heritage resources.

118 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 118: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.2 – CLASS ENVIRONMENTAL ASSESSMENT REV 01 OCTOBER 2012 _____________________________________________________________________________________________

Page 7 of 7

SUMMARY OF DELIVERABLES AT THE ENVIRONMENTAL STUDY REPORT STAGE

ITEM DESCRIPTION

PHASE I

1 TECHNICAL MEMORANDUM NO. 1 (DRAFT & FINAL)

2 PUBLIC CONSULTATION PLAN

PHASE II

1 PHASE 2 WORKPLAN (DRAFT & FINAL)

2 TECHNICAL MEMORANDUM NO. 2 (DRAFT & FINAL)

3 DISPLAY MATERIALS FOR PUBLIC INFORMATION CENTRE

PHASE III

1 PHASE 3 WORKPLAN (DRAFT & FINAL)

2 TECHNICAL MEMORANDUM NO. 3 (DRAFT)

3 DISPLAY MATERIALS FOR PUBLIC INFORMATION CENTRE

4 DRAFT ENVIRONMENTAL STUDY REPORT

5 FINAL DRAFT OF ENVIRONMENTAL STUDY REPORT FOR FILING

PHASE IV

1 FINAL ENVIRONMENTAL STUDY REPORT FOR CITY & MOE

END OF APPENDIX A.2

119 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 119: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.3 – ENGINEERING STUDIES REV – SEP 2012 _____________________________________________________________________________________________

Page 1 of 3

A.3 ENGINEERING STUDIES

A.3.1 Meetings

Refer to Appendix A.1 for details regarding project meetings.

A.3.2 Data Collection

A.3.2.1. General

The Consultant shall review all available pertinent documentation and conduct all necessary

field inspections, testing, studies, and surveys to suit the study scope.

A.3.2.2. Existing Data Collection

1. Existing Documents, Record Drawings and Existing Conditions

The City will provide copies of available record drawings, reports studies, Facility Forecasts and other documents pertaining to the study. Visit the site as required to determine existing conditions, equipment locations, process layout and flow, services, features, connections, routes, access, interference, etc., related to the study. The Consultant shall note that changes may have been made over time without updating the documents or record drawings. Prior to commencement of the engineering study, the Consultant shall review the existing background information, as well as conduct a site review of the facility to confirm changes or omissions, if any, in the record drawings (excluding electrical low voltage, and control wiring). The expected level of the site review includes at a minimum, a walk-through of the facility and visual observations. The Consultant shall record its findings and advise the PM of any significant changes or omissions in the existing documents and record drawings.

Any additional work required due to the Consultant’s failure to review documents or record drawings will be at the Consultant’s own cost.

2. Current Projects Review scope of current City projects and identify potential impacts on this study. Ensure that any potential impacts/conflicts are identified and discussed with the City’s Project Team, for resolution by the City.

3. Existing Equipment Perform a field review of existing process, mechanical and electrical equipment relevant to the study. Verify existing equipment capacities, conditions and layout. Review operational records and interview Operations staff and discuss equipment and/or process operating performance, efficiency, reliability and maintenance history.

4. Operating Procedures

The Consultant shall become familiar with the facility’s operating procedures/systems where relevant to the subject study.

120 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 120: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.3 – ENGINEERING STUDIES REV – SEP 2012 _____________________________________________________________________________________________

Page 2 of 3

A.3.2.3. New Data Collection

1. Following the collection of all existing data, the consultant shall prepare a Technical Memorandum summarizing the collected information, identifying where data gaps exist, and outline a recommended Study Plan so that sufficient new data can be collected to adequately complete the study.

2. Study Plan

The consultant shall prepare a Study Plan tailored to the scope and goals of this study outlining the following:

- materials/media to be sampled and rationale - sampling equipment and methodology - parameters to be monitored or tested and rationale - monitoring and testing equipment and methodology - sampling/monitoring locations, number of samples and duplicates - sampling/monitoring access issues, operational issues (ie shut-downs) and

process requirements, potential impact to Certificate of Approval, and associated consultation strategy

- laboratory analytical plan - comparative criteria (i.e. applicable Codes, Standards, Regulations,

Guidelines, etc.) - schedule

3. Original Equipment Manufacturer (OEM) Inspection

If required, the Consultant shall retain the original equipment manufacturer (where feasible) to conduct a thorough inspection of the equipment and prepare a report. The report shall:

- summarise all equipment components and identify those in good condition, in need of repair, and in need of replacement;

- estimate costs and schedule; and - estimate the life-span of the refurbished equipment.

A.3.3 Standards

Refer to the RFP Section 2.3 for the City’s standards.

The Consultant shall note that topographic mapping, field edit, compiled area plan, and property surveys are collections of data from various sources. This information requires proper editing and formatting by the Consultant in accordance with the City’s drafting standard before being used as a base plan.

A.3.4 Conceptual Design Alternatives

A.3.4.1 The Consultant shall develop several conceptual design alternatives and summarize in a

Technical Memo, which will provide the foundation for the study. Where possible, a minimum of three viable alternatives are to be identified for comparison purposes. In general, these should represent a range of alternatives with respect to performance, complexity and cost.

A.3.4.2 Submit a Technical Memo outlining the alternative conceptual designs for consideration in

121 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 121: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.3 – ENGINEERING STUDIES REV – SEP 2012 _____________________________________________________________________________________________

Page 3 of 3

the study to the City for approval prior to commencement of the review.

A.3.5 Study Report

A.3.5.1 The final study report shall outline the pertinent pre-existing data collected, summarise the results of the study plan, detail the conceptual design alternatives developed, provide an analysis and comparison of these alternatives, and include a recommendation on the preferred alternative. The analysis shall be based on the technical information, prepared by the Consultant. The analysis and comparison of the alternatives shall include, but not be limited to the following: 1. Cost of ownership (i.e. lifecycle costs) 2. Land requirements 3. Impact on future and current land use 4. Capacity, performance and efficiency 5. Operational and maintenance costs 6. Operational issues and concerns 7. Site constraints 8. Design and construction schedule 9. Constructability challenges 10. Future expandability

A.3.5.2 The review shall document the process with sufficient level of detail to support the City’s decision on proceeding with the selected alternative.

A.3.5.3 In general, the report shall include technical memoranda, the results of the study plan, and any modelling, notes of meetings, and copies of relevant correspondence with the study stakeholders.

A.3.6 Deliverables

A.3.6.1 The following provides a list of deliverables upon completion of the study. The Consultant

shall note that the RFP may contain additional project specific deliverables: 1. Draft and final study plan 2. Technical Memo on Design Alternatives 3. OEM Equipment Refurbishment Feasibility Report 4. First draft Engineering Study Report 5. Final Engineering Study Report

END OF APPENDIX A.3

122 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 122: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.4 – PRE-DESIGN ENGINEERING SERVICES REV – SEP 2012 _____________________________________________________________________________________________

Page 1 of 16

A.4 PRE-DESIGN ENGINEERING SERVICES

A.4.1 General

A.4.1.1 Existing Documents and Drawings

1. The City will provide copies of available drawings, reports, and other documents pertaining to the project. The Consultant shall note that changes may have been made over time without updating the documents or drawings. Prior to commencement of the pre-design, the Consultant shall review the existing background information, as well as conduct a site review at the facility to confirm changes or omissions, if any, in the drawings. The expected level of the site review includes a walk through the facility and visual observations. The Consultant shall record its findings and advise the PM of any significant changes or omissions in the drawings.

2. Any redesign work required due to the Consultant’s failure to review documents or drawings will be at the Consultant’s own cost.

A.4.1.2 Review scope of current projects and identify potential impacts on the project. Ensure that

any potential impacts/conflicts are identified and discussed with the City’s project team.

A.4.1.3 At each facility, the City of Toronto maintains a complete set of Master Process and Instrumentation Diagrams (Master P&IDs) that schematically represent the functional relationship of all piping, system equipment, instrumentation and components. The Master P&ID sets also provides some electrical information as well, and typically documents;

Process piping, size and service Flow directions Interconnection references to other drawings Valves with tag designations Mechanical equipment with tag designations Instrumentation with tag designations Tankage, size and service Electrical distrubituion and control and assets inclusive of tagging Miscellaneous - vents, drains, special fittings, sampling lines, reducers, increasers

and swagers Control inputs and outputs, interlocks, annunciation inputs Identification of components and subsystems delivered by others Intended physical sequence of the equipment Equipment rating or capacity

All demolition and new tie-in points are to be identified on the Master P&IDs, to show the effect on the existing systems. Additions may be documented (to the PFD level of detail) on a separate drawing.

A.4.1.4 At each facility, the City of Toronto maintains a complete set of Master Single Line Diagrams (Master SLDs) that schematically depict all paths for power flow between entities of the electrical system, as well as salient specifications. The Master SLD set typically documents;

123 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 123: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.4 – PRE-DESIGN ENGINEERING SERVICES REV – SEP 2012 _____________________________________________________________________________________________

Page 2 of 16

Connection to the utility Switchgear, busbars Circuit breakers and switches Transformers Conductors Motor Control Centres, and/or motors Generators Panelboards

All demolition and new tie-in points are to be identified on the Master SLD's, to show the effect on the existing systems. Additions may be documented on a separate drawing

A.4.1.5 At each facility, the City of Toronto maintains a complete set of Master SCADA Architecture Drawing. The Master SCADA Architecture drawing typically documents:

Core closets Access closets RPUs Servers HMI's

All demolition and new tie-in points are to be identified on the Master SLD's, to show the effect on the existing systems. Additions may be documented on a separate drawing

A.4.1.6 Meetings

1. Refer to Appendix A.1 for details regarding project meetings. 2. Furthermore, if dictated by the projects scope and complexity, make arrangements and

conduct additional meetings with Plant Operations staff, as required.

A.4.1.7 Equipment Redundancy and Selection

1. The Consultant shall ensure that the level of redundancy for process and/or equipment at City’s facilities meets the Certificate of Approval criteria, operating objectives, and the functionality of the associated process equipment. The City has adopted, in principle, a policy to provide firm capacity for major processes and equipment. Under the policy for each process one or two process units could be offline for maintenance and repair, while still complying will the Certificate of Approval, as well as other provincial or federal regulations.

2. Discuss with City staff their preferences for equipment selection. Identify suppliers and recommend equipment based on the following: best performance, reliability, flexibility, availability, life cycle costs, ease of maintenance, expandability, spatial requirements and supplier/owner references with respect to service in existing installations. List features, benefits, as well as advantages and disadvantages of the selected equipment, including information on equipment delivery and its impact on construction timelines. Except for proprietary equipment, consider at least three suppliers for each component, whenever possible.

3. In consultation with the City, prepare equipment list and data sheets for inclusion in the pre-design report. Ensure that the selected equipment/system can be fully automated and is suitable for unattended operation, where appropriate.

124 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 124: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.4 – PRE-DESIGN ENGINEERING SERVICES REV – SEP 2012 _____________________________________________________________________________________________

Page 3 of 16

A.4.1.8 Approvals

1. Refer to Appendix A.1 for general information. During pre-design, the Consultant shall determine the project specific approvals and co-ordinate the process with the City and the approval agencies.

2. If applicable, conduct pre-consultation with the Ministry of the Environment prior to submitting an application for amendments to the Environmental Compliance Approval.

3. Near the conclusion of the pre-design phase, identify if a pre-start health & safety review will be required at the conclusion of the design phase of the project.

A.4.1.9 I&C and SCADA Requirements

Unless specifically instructed in the Request for Proposal that automation in the facility is not

required, all processes shall be fully automated, allowing for unattended operation of the system. Comply with the requirements of the Toronto Water Process Control System (PCS Implementation Guidelines.

A.4.2 Field Reviews, Studies and Surveys

A.4.2.1 General

1. The Consultant shall identify and conduct all necessary field reviews, studies, and surveys to suit the project scope.

2. Any redesign work required due to the Consultant’s failure to conduct field reviews, surveys will be at the Consultant’s own cost.

A.4.2.2 Existing Conditions and Utilities

1. Visit the site as required to determine existing conditions, locations, services, features,

connections, routes, access, interference, etc., related to the proposed design. 2. Submit plans to utility companies to obtain locations of all below and aboveground

utilities. Provide field survey within the limits of the construction area and obtain accurate field ties to all buried utilities as identified by utility companies. Refer to A.4.9.

3. Develop an approach to ensure that critical utilities are maintained during construction. Where necessary, coordinate and arrange to expose if accurate location is critical for design purposes. Cost to expose will be borne by the City.

A.4.2.3 Field edit of Aerial Mapping

1. On projects where the City provides the Consultant with aerial mapping in digital format

within the project limits, the Consultant shall conduct a field edit (survey) of the aerial mapping. The purpose of the survey is to confirm the location, accuracy, and completeness of all topographic information; verify inverts and materials of existing pipes and manholes where new system will connect, and verify location of all above ground utilities. The Consultant shall comply with the following:

(a) Set horizontal control line in accordance with the City’s requirements with ties to existing property bars and topographic information.

(b) Set elevation control bench marks clear of the expected construction area to allow referencing of further detailed elevation information, as well as the development and control of elevations of the works to be constructed under this

125 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 125: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.4 – PRE-DESIGN ENGINEERING SERVICES REV – SEP 2012 _____________________________________________________________________________________________

Page 4 of 16

project. (c) Provide any other necessary survey work required to complete the design of the

project. (d) Provide all survey notes for layout purposes.

A.4.2.4 Topographical survey

Unless specifically excluded in the RFP, a topographical survey of the project area is

required.

A.4.2.5 Existing Equipment

Perform a field review of existing piping, process, mechanical and electrical equipment relevant to the project. Verify existing equipment and piping capacities, conditions and layout. Provide recommendations on what existing equipment can be re-used, and what equipment should be replaced. All demolition, alteration or addition must be documented using the Master P&IDs and Master SLDs to show the effect on the existing systems.

A.4.2.6 Existing Structures

1. Undertake a pre-construction survey of the existing building envelope within the project areas, including process tanks, roofs, and surfaces finish conditions. Summarize your findings and recommendations in a technical memorandum to the City. The memorandum shall be included as an appendix to the pre-design report. Review and discuss with the City further specialized investigation, if required.

2. If applicable under the project scope, determine load carrying capacity of the existing structures. Confirm the structural integrity of the existing facility to accommodate the proposed equipment and loadings, and develop pre-design to upgrade the structural integrity if necessary.

A.4.2.7 Operating Procedures

The Consultant shall become fully familiar with the facility’s operating procedures/systems.

A.4.2.8 Designated Substances Surveys

Undertake the initial project specific survey in accordance with A.1.14. and provide

recommendations & work scope for abatement activities.

A.4.4 Energy Management Plan

A.4.4.1 City of Toronto Council Energy Reduction Targets

The Council approved the following energy management targets: (a) A 20 per cent reduction in carbon dioxide emissions by 2005 from 1990 levels (b) Developments to reduce energy use in their buildings and in the City building

and facilities by at least 15 per cent by 2005 (c) The City to purchase 25 per cent of its corporate energy needs from ‘green

power’ (d) Ensure that the City accounting system allows energy use to be tracked

A.4.4.2 Energy Management Plan

126 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 126: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.4 – PRE-DESIGN ENGINEERING SERVICES REV – SEP 2012 _____________________________________________________________________________________________

Page 5 of 16

1. Council targets govern the energy management strategies for capital projects. These

strategies shall aim at minimizing the project energy requirements by using the best available energy management technology in the project design. Provide an Energy Management Plan (EMP) that evaluates and details energy efficiency measures that shall include, but are not limited to:

(a) Design of treatment processes and process equipment that minimize energy consumption.

(b) Design of building envelopes and systems that minimize heating, ventilation, and air conditioning requirements.

(c) Use of energy efficient lighting systems; use of natural light, switching facilities, timers and occupancy sensors to reduce lighting and space heating requirements in areas not continuously occupied.

(d) Power consumption monitoring and logging in each motor control centre (e) High efficiency motors where applicable, any motors with greater than 60% duty

cycle should be considered for ultra high efficiency. Any motors with intermittent loads should be considered for variable frequency drive.

(f) Power factor correction shall be greater than 0.95 lagging. (g) Evaluation of waste heat recovery options and renewable energy technologies

such as solar photovoltaic, water and air heating. 2. It is the City's objective to maximize energy savings upon completion of the program

through innovative solutions, including but not limited to the opportunities unique to the facility under consideration.

3. The Consultant shall undertake an in-depth review of the technical options and perform a cost/benefit analysis of energy efficiency measures outlined in 1. Above.

4. The Consultant shall summarize the recommended measures appropriate for the project in an EMP, with all recommendations supported by energy savings ($), energy reduction (kWh), demand reduction, (kW) and capital cost, and attach as an appendix to the pre-design report.

5. The implementation of the recommendations related to items 1. (a) through (f) in the design phase is deemed to be included in the base scope of work.

6. Inclusion of any recommendations associated with item 1 (g) will be adopted subject to City acceptance and a negotiated change in scope.

A.4.5 Review of Design Alternatives

A.4.5.1 1. The Consultant shall prepare a review of design alternatives and summarize in a report,

which will provide the foundation for the pre-design phase. Submit a report outline to the City for approval prior to commencement of the review.

2. The report shall outline project specific options, provide an analysis of these options, and include a recommendation of the preferred alternative. The analysis shall be based on the technical information, prepared by the Consultant prior to commencement of the pre-design, and on the input from the City. The analysis of options shall include, but not limited to the following:

(a) Cost of ownership including annual fixed/amortized costs (b) Land requirements (c) Impact on future and current land use (d) Operational and maintenance costs (e) Operational issues and concerns (f) Site constraints (g) Design and construction schedule (h) Constructability challenges

3. The review shall document the process with sufficient level of detail to support the City’s

127 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 127: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.4 – PRE-DESIGN ENGINEERING SERVICES REV – SEP 2012 _____________________________________________________________________________________________

Page 6 of 16

decision on proceeding with the selected option. 4. In general, the report shall include technical memoranda, test results of pilot testing,

notes of meetings, and copies of relevant correspondence with the project stakeholders. 5. On selected projects the review of design alternatives and the pre-design report, as

defined Appendix A.4, may be combined in one document. Refer to the project specific scope of work in the RFP.

A.4.6 Pre-Design Report

A.4.6.1 General

1. Prepare a comprehensive pre-design report, which will provide the basis and details for

the final detailed design and construction of the proposed facilities. Submit a report outline to the City for approval prior to commencement of the report.

2. The final pre-design report must be signed and stamped by a Professional Engineer licensed in Ontario.

3. Upon approval of the pre-design report by the City, changes will not be permitted unless authorized in writing the City’s Project Manager.

A.4.6.2 Plant & Facility Projects

The scope of the pre-design report shall be project specific. In general, the report should

include the following sections: 1. Executive Summary

2. Project Description (a) Background

(b) Objectives (c) Process units (d) Applicable guidelines and standards

3. Location plan (a) Preliminary site plan including existing facility property

(b) Land to be acquired, if applicable

4. Site services (a) Municipal water supply

(b) Municipal wastewater connection (c) Hydro power supply (d) Site access and egress (e) Storm water drainage management (f) Telephone (g) Natural gas

5. Basic Design Data (a) Basic design data as required by the MOE Environmental Compliance Approval.

(b) Complete preliminary process design calculations, as required, using existing plant data where available.

(c) Document rationale for selection of design criteria used.

6. Process Design Elements drawing.

(a) All demolition and new tie-in points are to be identified on the Master P&IDs, to

128 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 128: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.4 – PRE-DESIGN ENGINEERING SERVICES REV – SEP 2012 _____________________________________________________________________________________________

Page 7 of 16

show the effect on the existing systems. Additions may be documented (to the PFD level of detail) on a separate drawing(s).

(b) Process flow diagrams depicting equipment, piping, valves, in-line measurement devices etc. Include all ancillary systems such as process air etc.

(c) A preliminary hydraulic profile and identify all major unit operating liquid levels. All assumptions used and calculations used to develop the hydraulic profile must be included in an appendix.

(d) Equipment list and data sheets for major equipment, including product information, et

(e) Process air equipment catalogue sheets. The description of the system shall include a schematic flow diagram showing all components. Recommendations on pre-selection or pre-purchase of process equipment, as appropriate.

7. Conceptual Layout (a) Preliminary layout plan

(b) Equipment location and orientation including, but not limited to, equipment control panels and tanks including major ventilation units, electrical transformer, switchgear and motor control centre, in-line measuring devices.

(c) Identify all process and piping modifications required to accommodate new systems. Develop pre-design of necessary modifications as required.

8. Building and Landscape Design (a) Finished architectural elevations.

(b) Description of all internal and external architectural finishes. (c) An area classification schedule including the classification of each room or

building area for new facilities, as well as for existing facilities that will be upgraded under the project.

(d) Structural and architectural designs of new/expanded facilities are to be designed to ensure that the exterior will complement the surrounding environment, and to the standards expected for extended lifespan.

(e) Landscaping must be given careful consideration to ensure that the end result will blend with the existing surrounding area and ensure adequate drainage.

9. Electrical system a) All demolition and new tie-in points are to be identified on the Master SLDs, to show

the effect on the existing systems. Additions may be documented on a separate drawing(s).

b) Refer to A.1 for electrical design standards c) Source of electrical power supply and its usage in the project. Identify area where

additional power supply is required and how it is accomplished. Prepare a site plan showing locations of supply and usage. Include catalogue sheets for electrical transformers and switchgear. Provide a single-line diagram illustrating the new system and document its integration with the existing system on the Master SLDs..

d) Electrical classification for each area per NFPA 820. e) Recommended methods for reducing arc flash hazard and what impacts, if any,

they will have on the co-ordination of the system. f) Motor schedule consisting of equipment description, location, power, phase, cycle,

type. The schedule shall include cross-references under the description column to other relevant equipment lists included in the pre-design report.

g) Site power distribution using a site plan showing the preferred electrical distribution routings.

h) Lighting schedule of facility. Provide a schedule of all lighting requirements and identify areas that should have multiple lighting levels. Use of high-energy efficiency lamps is

129 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 129: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.4 – PRE-DESIGN ENGINEERING SERVICES REV – SEP 2012 _____________________________________________________________________________________________

Page 8 of 16

required where possible.

10. Fire Alarm (a) A description of the new fire alarm system, including a schematic illustrating the

new system and its integration with the existing.

11. Mitigating measures (a) Proposed mitigating measures reducing impact on natural, economic, and

community environment, such as noise attenuation, air emission reduction, and visual aesthetics.

12. Emergency standby power (a) Identify if emergency standby power is required to meet the project objectives,

including impacts to operations, life-safety, alarms, etc. In consultation with the City, prepare a list of equipment and loads recommended for standby power. Identify whether standby power needs can be met by existing systems or if new sources of standby power are required.

13. Process Control System (PCS) Including Instrumentation (a) All demolition and new tie-in points are to be identified on the Master SLDs, to

show the effect on the existing systems. Additions may be documented on a separate drawing(s)

(b) All demolition and new tie-in points are to be identified on the Master SCADA Architecture drawing(s), to show the effect on the existing systems. Additions may be documented on a separate drawing(s)

(c) Comply with the requirements of the Toronto Water PCS Implementation Guidelines. Address the following requirements:

Paging and security Equipment and instrumentation list Process narrative

14. Heating and Ventilation (a) Area schedule consisting of room description, seasonal temperature objectives,

minimum ventilation requirement. (b) Identify and classify hazardous/confined areas in compliance NFPA 820, where

applicable. (c) Fan schedule including equipment listing all units, throughput capacity. (d) Odour treatment equipment capacities, type, location and design performance

parameters. (e) Heating system and its components including, as applicable, boiler sizing, re-

circulation and booster pump capacities, equipment list with catalogue sheets, distribution piping sizes and unit heaters and other radiant heater capacities. The description of the heating system must be complemented by a schematic flow diagram that includes all components.

(f) Assessment of the existing heating system to ensue that the expanded facility heating requirements are met.

(g) Dehumidification system describing the dehumidification components, equipment sizing and equipment list with catalogue sheets.

(h) Cooling system describing the components, equipment sizing and equipment list with catalogue sheets.

15. Ancillary Systems (a) Plant water requirement list, frequency of use, flows and pressures.

130 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 130: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.4 – PRE-DESIGN ENGINEERING SERVICES REV – SEP 2012 _____________________________________________________________________________________________

Page 9 of 16

(b) Plant potable water requirements including a list showing frequency of use, flows, pressures and temperature.

(c) Fire protection system requirements including areas to be supplied with sprinklers, standby pipes, fire cabinets, hydrants, fire doors, fire dampers etc. Use a site plan and identify the areas and their respective fire protection system coverage and/or location. Where wet protection systems are applicable, identify capacity requirements and source of water.

16. Reduced Drawings In addition to full size drawings prepared for the project, provide reduced drawings (11x17)

of the following with the pre-design report:

(a) Site plan (b) Process diagrams (c) Hydraulic grade line (d) Architectural elevations (e) Floor plans/ sections (f) HVAC (g) I&C and SCADA drawings in accordance with the Toronto Water PCS

Implementation Manual – Predesign Engineering Services - Drawing Requirements.

17. Cost Estimates (a) Prepare construction cost estimate using preliminary quantity surveys and current

unit prices within ±25% accuracy. Include overhead costs including bonding, profit, and insurance. Include estimating contingency of 10 %.

(b) Identify cost of new works. (c) Identify cost of renovation works impacted by construction works because of

changes to the various codes or legislation. (d) Include all work sheets of quantity take-off. (e) Provide annual O&M cost estimates (labour, energy, materials, supplies, etc).

18. Approvals & Regulatory Issues (a) List of required approvals for the project, including identification of those to be

provided by the contractor, and those to be obtained by the consultant/City. (b) Assess construction site boundaries and identify likely constructor status. (c) Prepare preliminary list of confined spaces created during and after construction in

accordance with Regulation 632.

19. Constructability (a) Identify preliminary construction staging strategy.

(b) Identify the provision of temporary systems to maintain plant operations during construction. Include in the temporary systems any necessary temporary plumbing, piping, valving, bypasses, temporary electrical systems and temporary modifications to the existing control, monitoring and alarm systems to allow the plant to operate during construction.

(c) Address co-ordination of the construction in recognition of the other construction projects underway or proposed at the plant, noting potential interferences, construction issues, etc.

(d) Include pre-design of the demolition and decommissioning work required.

20. Schedule (a) Prepare a preliminary schedule for final design, construction, commissioning,

131 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 131: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.4 – PRE-DESIGN ENGINEERING SERVICES REV – SEP 2012 _____________________________________________________________________________________________

Page 10 of 16

and post-construction services of the project. Incorporate reasonable timelines into the schedule, addressing approvals requirements and City of Toronto Council award requirements.

(b) Propose design sequence with particular consideration to sequence of construction required to minimize disruption to plant operations.

A.4.6.3 Water and Wastewater Mains

The scope of the pre-design report shall be project specific. In general, the report should

include the following sections:

1. Project Description (a) Background

(b) Objectives

2. Plan and Profile Drawings (a) Preliminary plan and profile including:

Existing soils information Land to be acquired, if applicable

(b) Include reduced drawings (11x17) with the pre-design report

3. Mitigating measures (a) Proposed mitigating measures reducing impact on natural, economic, and

community environment, such as noise attenuation, air emission reduction, and visual aesthetics.

4. Basic Design Data (a) Basic design data as required by the MOE Certificate of Approval.

(b) Complete preliminary process design calculations, as required, using existing available system data.

5. Cost Estimates (a) Prepare construction cost estimate using preliminary quantity surveys and current

unit prices within ±25% accuracy. (b) Identify cost of new works (c) Identify cost of renovation works impacted by construction works because of

changes to the various codes or legislation. (d) Include all work sheets of quantity take-off (e) Include equipment pre-purchased by the City (valves, pipes, etc.)

6. Schedule (a) Prepare a preliminary schedule for final design, construction, and post-

construction services of the project. Incorporate reasonable timelines into the schedule, addressing approvals requirements and City of Toronto Council award requirements.

A.4.7 Specialty Sub-Consultants

A.4.7.1 Sub-Surface Investigation

1. Unless specifically instructed in the Request for Proposal that geotechnical

investigations are not required or are to be retained by the City, retain the services of a

132 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 132: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.4 – PRE-DESIGN ENGINEERING SERVICES REV – SEP 2012 _____________________________________________________________________________________________

Page 11 of 16

specialized firm that will conduct a sub-surface field investigation to establish geotechnical design parameters and the geochemical levels of soil contamination to establish soils management options.

2. If the Consultant undertakes the drilling of boreholes itself, then it shall be designated the "constructor" for the purposes of Occupational Health and Safety Act (OHSA) and shall assume all of the responsibilities and carry out all of the duties of a constructor as set out in OHSA and its regulations. Any agreement the Consultant enters into with a person who undertakes the drilliling of boreholes (the "driller"), or with another consultant who retains a driller, shall designate the "constructor" for purposes of the OHSA, and shall require the driller to assume all of the responsibilities, and carry out all of the duties, of a constructor as set out in OHSA and its regulations. For greater clarity, in no circumstances will the City undertake the drilling of boreholes and it shall assume none of the responsibilities of a constructor in relation thereto.

3. The Soil Investigation report as a minimum must address the following: (a) Soil Classification(s) (b) Borehole logs

(c) Grain size analysis curves

(d) Type and hardness of bedrock (if encountered)

(e) Depth of overburden

(f) Ground water elevations

(g) Soil proctors for overburden material

(h) Bearing capacity of soils

(i) Recommendations for soil parameters to be used for calculation of thrust blocks, and restrained joints, including coefficient of friction, shear angle, and bearing capacity.

(j) Concerns as to trench bottom uplift

(k) Recommendations for pipe bedding (materials) requirements with respect to City’s standards, assuming pipe materials to be steel encased concrete pressure pipe for this project.

(l) Recommendations for dewatering (if required) describing available methods including well points.

(m) Provide recommendations relative to bedrock blasting, and removal (if required).

(n) Recommendation for open cut trench excavation, type of shoring system, methods of tunnelling, or jacking and boring.

(o) Recommendation on the use of native backfill, placement depth of layers, and compaction specification for same.

(p) Recommendations as to resistivity of the soil, as in-situ and fully moistened, and chloride ion concentration, ph corrosivity, with respect to the proposed pipe materials. These samples are to be obtained at the proposed watermain depth. Allowed for a minimum of five (5) tests with the samples to be taken at approximately 500 metres apart.

(q) Phase 2 Environmental Site Assessment chemical analysis of six (6) representative soil samples as outlined in the Ministry of Environment (MOE) Criteria for use at Contaminated Sites in Ontario (General and Inorganic) and the

133 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 133: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.4 – PRE-DESIGN ENGINEERING SERVICES REV – SEP 2012 _____________________________________________________________________________________________

Page 12 of 16

MOE Regulation 347 plus a separate analysis for asbestos. The chemical analysis is intended to address any qualitative concerns for materials disposed off site. Make recommendation on the disposal of the material off site based on the outcome of the chemical analysis of the soil.

4. If the Request for Proposal indicates that the City will separately retain the geotechnical services, Initiate and co-ordinate all work associated with the sub-surface investigation including:

(a) Identify areas to be investigated based on the review of the existing reports and the proposed land use

(b) Prepare the terms of reference for a sub-surface investigation in compliance with the City’s standards

(c) Review the quotations and recommend a specialized firm to be retained by the City

(d) Administer all work undertaken by the selected firm (e) Incorporate the recommendations in the relevant reports

5. Allow for a minimum of eight weeks for the City to retain these services.

A.4.7.2 Noise Study

1. Unless specifically instructed in the Request for Proposal that a noise study is not required, retain the services of a specialized firm to conduct a noise study in compliance with NPC-133, Assessment of Planned Stationary Sources of Sound and the City of Toronto Municipal Code, Chapter.

2. If the Request for Proposal indicates that the City will separately retain the noise study services, the Consultant shall initiate and co-ordinate all work associated with the noise study as follows:

(a) Identify areas to be investigated based on the installation of the existing and the proposed layout of the new facilities

(b) Prepare the Terms of Reference for a noise investigation in compliance with the City’s standards

(c) Review the quotations and recommend a noise consultant to be retained by the City

(d) Administer all work undertaken by the noise consultant (e) Incorporate the recommendations and ensure implementation of noise

attenuation measures, as required. Allow for a minimum of eight weeks for the City to retain these services.

A.4.8 Deliverables

A.4.8.1 The following provides a list of deliverables upon completion of the pre-design. The

Consultant shall note that the RFP may contain additional project specific deliverables or delete some accordingly.

1. Review of Design Alternatives 2. First draft Pre-design Report 3. Second draft Pre-design Report 4. Final Pre-design Report complete with design calculations 5. Energy Management Plan 6. Technical Memorandum Building Envelope Evaluation 7. Soils Investigation 8. Noise Study

134 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 134: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.4 – PRE-DESIGN ENGINEERING SERVICES REV – SEP 2012 _____________________________________________________________________________________________

Page 13 of 16

A.4.9 Subsurface Utility Engineering (SUE)

A.4.9.1 Undertake SUE investigations to quality level defined in RFP per requirements below .

A.4.9.2 Quality Level 'D'

Utility Records and Plans Research is the first level of engineering effort. The focus is on conducting utility records research to identify utility owners that may have facilities on, or may be affected by, the proposed project. The tasks include:

a) Records and Information Research- conduct appropriate investigation (e.g. Owner records, City of Toronto archival records, TPUCC records, personal interviews, visual inspections, etc.) to help identify utility owners that may have facilities within the project limits or that may be affected by the project

b) Record Collection- collect applicable records (e.g. utility owner base maps, “as built” or record drawings, permit records, field notes, geographic information system data, oral histories, etc.) on the existence and approximate location of existing involved utilities.

c) Records Review- review records for evidence or indication of additional available records. For duplicate or conflicting information, provide clarification.

d) Aerial or Ground-Mounted Facilities- include records research, identification, and depiction of aerial or ground-mounted facilities in Quality Level ‘D’ tasks when specified.

e) Compilation and Presentation of Data- transfer information on all involved utilities to appropriate plan sheets, electronic files, and/or other documents as required by the City of Toronto. Exercise professional judgment to resolve conflicting information. For information depicted, indicate; utility type and ownership; date of depiction; quality level (s); end points of any utility data; line status (e.g. active, abandoned, out of service); line size and condition; number of jointly buried cables; and encasement.

A.4.9.3 Quality Level “C”-

Survey of Surface Features indicates the presence and approximate horizontal location of

underground utilities by surveying visible above ground utility features, such as maintenance holes, valve boxes, posts, etc., and by using professional judgment in correlating this information with existing utility records. The tasks include:

a) All tasks indicated as required under Quality Level “D”. There is no prescribed order for completing the Quality Level D tasks versus the Level C tasks.

b) Identification of Surface Utility Features- identify surface features, from project topographic data (if available) and from field observations that are surface appurtances of subsurface utilities.

c) Aerial or Ground-Mounted facilities- include survey and correlation of aerial or ground-mounted utility facilities in Quality Level C tasks if specified.

d) Utility Survey and Verifications- surveys of subsurface utility facilities or systems shall also include (in addition to subsurface utility features visible at the ground surface), determination of invert elevations of maintenance holes and vaults; sketches showing interior dimensions and line connections of such maintenance holes and vaults; any surface marking denoting subsurface utilities, furnished by utility owners for design purposes. Survey surface features of subsurface utility facilities or systems, if such features have not previously surveyed and carry out verification checks on previous

135 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 135: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.4 – PRE-DESIGN ENGINEERING SERVICES REV – SEP 2012 _____________________________________________________________________________________________

Page 14 of 16

survey data for accuracy and completeness.

e) Confined Space Procedures- confined entry procedures (including but not limited to maintenance holes, vaults, and pipes, etc.), are to comply with City of Toronto applicable procedures and requirements contained within the City of Toronto, Health and Safety Policy.

f) Correlation, Interpretation, Presentation of Data Resolution of Discrepancies- exercise professional judgment to correlate data from different sources, and to resolve conflicting information. Update (or prepare) plan sheets, electronic files, and/or other documents to reflect the integration of Quality Level ‘D’ and Quality Level ‘C’ data. Recommend follow-up investigations (e.g., additional surveys, consultations with utility owners, etc.) as may be required to further resolve discrepancies and conflicts. As appropriate amend the indicated quality level of depicted information.

A.4.9.4 Quality Level “B”-

Designating Horizontal Position increases the accuracy of the information by utilizing surface geophysical measurement methods, such as electromagnetic, magnetic, ionic, or other energy fields to search for and trace existing utilities. The tasks include:

a) All tasks indicated as required under Quality Levels “D” and “C”. There is no prescribed order for completing the Quality Level B tasks versus the Level C and Level D tasks.

b) Line Detection and Marking- select/apply appropriate surface geophysical method(s) to search for and detect subsurface utilities within the project limits, and/or to trace a particular utility line or system. In conjunction with the City of Toronto standards and based on an interpretation of data, mark the indications of utilities and label individual utility information on the ground surface, for subsequent survey. Unless otherwise directed, mark centerline of single conduit lines, and outside edges of multi-conduit systems. As an alternative to the physical marking of lines, the Consultant may, with City of Toronto approval, utilize other means of data collection, storage, retrieval, and reduction, that enables the correlation of surface geophysical data to the projects survey control.

c) Surveys- Survey all markings that indicate the presence of a subsurface utility. Perform surveys to a horizontal accuracy consistent with applicable City of Toronto survey standards. Reference surveys to the project’s survey control. Record depth information of utility, which is indicated by the particular detection method, used. Clearly identify the means used to estimate depth, and the estimated level of accuracy.

d) Correlations, Interpretation, Presentation of Data Resolution of Discrepancies- exercise professional judgment to correlate data from different sources and to resolve conflicting information. Update and/or prepare plan sheets, electronic files, and/or documents to reflect the integration of Quality Levels D, C, and B data. Recommend follow-up investigations (e.g., additional surveys, consultation with utility owners, etc.) as may be needed to further resolve discrepancies. As appropriate, amend the indicated quality level of depicted information.

e) All completed design services must be certified as to accuracy a licensed Professional Engineer. All drawings and reports must be stamped and signed.

A4.9.5 Quality Level “A”

Locating Horizontal and Vertical Position is the most accurate assessment and is typically used

136 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 136: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.4 – PRE-DESIGN ENGINEERING SERVICES REV – SEP 2012 _____________________________________________________________________________________________

Page 15 of 16

in the final design stage, when utilities have a high potential for conflicts with the proposed construction. Test holes are completed using vacuum extraction or other comparable non-destructive approaches so as to not cause damage to the utility lines. After excavation is complete, a field survey determines the exact location and position of the utility line. The Quality Level A tasks include:

a) All tasks indicated as required under Quality Levels “D”, “C”, and “B”. There is no prescribed order for completing the Quality Level A tasks versus the Level B, C and D tasks.

b) Selection of Test Locations- City of Toronto may require Quality Level A data where the precise horizontal and vertical location of utilities, obtained by exposure and survey of the utility at specific points, is needed for conflict assessment and/or resolution purposes. The Consultant may recommend test locations based on the requirements of the project and on existing subsurface utility information.

c) Selection of Method- The Consultant shall use minimally intrusive excavation techniques, acceptable to the City of Toronto, where utility lines must be exposed and surveyed at specific locations that ensure the safety of the excavation, the integrity of the utility line to be measured as well as other lines, which may be encountered during excavation. The Consultant will ensure excavation shall be by means of air or water assisted vacuum excavation equipment manufactured specifically for the purpose. No other means of mechanical excavation shall be allowed.

d) Excavation of Test Holes- clean the test hole area of surface debris. In paved areas, neatly cut and remove existing pavement, cut not to exceed 0.15 square meters unless otherwise approved. Excavate test hole by method(s) approved by the City of Toronto and to the applicable standards. The nominal diameter of the test hole shall not exceed 375 mm unless otherwise approved. Expose the utility only to the extent required for identification and data collection purposes. Avoid damage to lines, wrappings, coating, and cathodic protection or other protective coverings and features. Hand dig as needed to supplement the excavation and to ensure safety of personnel and buried plant. Revise test hole location as necessary to positively expose the utility.

e) Collection, Recording, and Presentation of Data- measure and/or record the following information on an appropriately formatted test hole data sheet that has been dated and professionally sealed by Consultant. Elevation at top and/or bottom of the utility tied to the project datum, to a vertical accuracy of +/-15mm. Elevation of existing grade over utility at test hole. Horizontal location of utility referenced to project coordinate datum, to a horizontal accuracy consistent with applicable City of Toronto survey requirements. Field sketch showing horizontal location referenced to a minimum of three (3) swing ties to physical structures existing in the field and shown on project plans. Approximate centerline bearing of utility lines. Nominal diameter of pipe, width of duct banks and configuration of non-encased multi-conduit systems. Utility structure material composition, when reasonably ascertainable. Identity of benchmarks used to determine elevations. Ascertain and note condition of utility. Pavement thickness and type when applicable. Soil type and site conditions. Identity of utility owner/operator. Other pertinent information as is reasonably ascertainable from test hole.

f) Site Restoration- replace bedding material around exposed utility lines in conformance with owner’s specifications or as otherwise directed or approved. Backfill and compact excavated material in accordance with City of Toronto requirements. Re-install color-coded warning ribbon within the backfill area and directly above the utility line. Supply/install permanent surface marker (e.g. P.K. nail, peg, steel pin, or hub) directly

137 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 137: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

_____________________________________________________________________________________________

APPENDIX A.4 – PRE-DESIGN ENGINEERING SERVICES REV – SEP 2012 _____________________________________________________________________________________________

Page 16 of 16

above the centerline of the structure or edge of structure for duct banks and record elevation of marker. Restore paved areas using grout and 50 mm asphalt at surface. Dispose of all unused material that was removed in accordance with the City’s standards and current regulations.

g) Interpretation of Data and Resolution of Discrepancies- provide professional expertise to correlate multi-sourced data and to resolve conflicting information. Update plan/profile sheets, electronic files, and/or other documents to reflect the integration of Quality Levels D, C, B and A data. Recommend follow-up investigations (e.g., additional surveys, consultation with utility owners, etc.) as may be needed to further resolve discrepancies. As appropriate, amend the indicated quality level of depicted information.

h) All completed design services must be certified as to accuracy a licensed Professional Engineer. All drawings and reports must be stamped and signed.

END OF APPENDIX A.4

138 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 138: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

Appendix C – RFP Terms and Conditions

139 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 139: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

APPENDIX C

RFP PROCESS TERMS AND CONDITIONS

1. Proponent’s Responsibility 2. Prime Proponent 3. City Contacts and Questions 4. Addenda 5. Exceptions to Mandatory Requirements, Terms and Conditions 6. Omissions, Discrepancies and Interpretations 7. Incurred Costs 8. Post-Submission Adjustments and Withdrawal of Proposals 9. No Collusion 10. Prohibition Against Gratuities 11. Acceptance of Proposals 12. Verification 13. Unbalanced Bids 14. Conflicts of Interest 15. Ownership and Confidentiality of City-Provided Data 16. Ownership and Disclosure of Proposal Documentation 17. Intellectual Property Rights 18. Failure or Default of Proponent 19. Quasi-Criminal/Criminal Activity of a Proponent 20. Publicity 21. Governing Law

140 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 140: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

1. Proponent’s Responsibility

It shall be the responsibility of each Proponent: (a) to examine all the components of this RFP, including all appendices, forms and ad-denda; (b) to acquire a clear and comprehensive knowledge of the required services before submit-

ting a Proposal; (c) to become familiar, and (if it becomes a successful Proponent) comply, with all of the

City’s Policies and Legislation set out on the City of Toronto website at http://www.toronto.ca/calldocuments/policy.htm

The failure of any Proponent to receive or examine any document, form, addendum, Agreement or policy shall not relieve the Proponent of any obligation with respect to its Proposal or any Agreement entered into or Purchase Order issued based on the Proponent’s Proposal.

2. Prime Proponent

A Proposal by a consortium of two or more entities may be submitted, but one person or company must be shown as the prime Proponent and be prepared to represent the consortium to the City by executing the Agreement, acting as the primary contact, and taking overall responsibility for performance of the Agreement.

Where a Proposal is made by a prime Proponent with associate firms working with or under the prime Proponent in either a sub-contracting or consortium relationship, it is required that those associate firms be named in the Proposal.

3. City Contacts and Questions

All contact and questions concerning this RFP should be directed in writing to the City employee(s) designated as “City Contact” in the Notice to Potential Proponents.

No City representative, whether an official, agent or employee, other than those identified “City Contacts” are authorized to speak for the City with respect to this RFP, and any Proponent who uses any information, clarification or interpretation from any other representative does so entirely at the Proponent’s own risk. Not only shall the City not be bound by any representation made by an unauthorized person, but any attempt by a Proponent to bypass the RFP process may be grounds for rejection of its Proposal.

From and after the date of this RFP until the time of any ensuing contract award, no communication with respect to this matter shall be made by any potential Proponent, or its representatives, including a third-party representative employed or retained by it (or any unpaid representatives acting on behalf of either), to promote its Proposal or oppose any competing Proposal, nor shall any potential Proponent, or its representatives, including a third party representative employed or retained by it (or any unpaid representatives acting on behalf of either), discuss the RFP or its Proposal with any City staff, City officials or Council member(s), other than a communication with the "City Contact" identified on page 1 on this RFP. Proponents should be aware that communications in relation to this RFP outside of those permitted by the applicable procurement policies and this RFP document contravene the Lobbying By-law, an offence for which a person is liable to a maximum fine of $25,000.00 on a first conviction and $100,000.00 on each subsequent conviction. In addition, the City's Procurement Processes Policy provides that any Proponent found in breach of the policy may be subject to disqualification from the call or a future call or calls at the discretion of Council.

141 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 141: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

Notwithstanding anything to the contrary as set out in this document, the obligations as set out in the City of Toronto Municipal Code, Chapter 140 shall apply. For your information, please find below the links to the City's Procurement Processes Policy, Lobbying By-Law and Interpretive Bulletin on Lobbying and Procurement: http://www.toronto.ca/citybusiness/pdf/policy_procurement_process.pdf http://www.toronto.ca/legdocs/municode/1184_140.pdf http://www.toronto.ca/lobbying/pdf/interpretation-bulleting_lobbying-procurements.pdf

4. Addenda

If it becomes necessary to revise any part of this RFP, the revisions will be by Addendum posted electronically in Adobe PDF format on the City’s website at www.toronto.ca/calldocuments. Proponents and prospective Proponents SHOULD MONITOR THAT SITE as frequently as they deem appropriate until the day of the Deadline. Only answers to issues of substance will be posted. The City reserves the right to revise this RFP up to the Closing Deadline. When an Addendum is issued the date for submitting Proposals may be revised by the City if, in its opinion, the City determines more time is necessary to enable Proponents to revise their Proposals. All Proponents must acknowledge receipt of all Addenda in the space provided on the Proposal Submission Form. The City’s Purchasing and Materials Management Division will make reasonable efforts to issue the final Addendum (if any) no later than two (2) days prior to the Deadline.

5. Exceptions to Mandatory Requirements, Terms and Conditions

If a Proponent wishes to suggest a change to any mandatory requirement, term or condition set forth in any part of this RFP, it should notify the City in writing not later than the deadline for questions. The Proponent must clearly identify any such requirement, term or condition, the proposed change and the reason for it. If the City wishes to accept the proposed change, the City will issue an Addendum as described in the article above titled Addenda. The decision of the City shall be final and binding, from which there is no appeal. Changes to mandatory requirements, terms and conditions that have not been accepted by the City by the issuance of an Addendum are not permitted and any Proposal that takes exception to or does not comply with the mandatory requirements, terms and conditions of this RFP will be rejected.

6. Omissions, Discrepancies and Interpretations

A Proponent who finds omissions, discrepancies, ambiguities or conflicts in any of the RFP documentation or who is in doubt as to the meaning of any part of the RFP should notify the City in writing not later than the deadline for questions. If the City considers that a correction, explanation or interpretation is necessary or desirable, the City will issue an Addendum as described in the article above titled Addenda. The decision and interpretation of the City shall be final and binding, from which there is no appeal. No oral explanation or interpretation shall modify any of the requirements or provisions of the RFP documents.

7. Incurred Costs

The City will not be liable for, nor reimburse, any potential Proponent or Proponent, as the case may be, for costs incurred in the preparation, submission or presentation of any Proposal, for interviews or any other activity that may be requested as part of the evaluation process or the process for the negotiation or execution of an Agreement with the City, as the case may be.

142 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 142: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

The rejection or non-acceptance of any or all Proposals shall not render the City liable for any costs or damages to any firm that submits a Proposal.

8. Post-Submission Adjustments and Withdrawal of Proposals

No unilateral adjustments by Proponents to submitted Proposals will be permitted.

A Proponent may withdraw its Proposal at any time prior to the Deadline by notifying the City Buyer designated in this RFP in writing on company letterhead or in person, with appropriate identification. Telephone and e-mail requests will not be considered.

A Proponent who has withdrawn a Proposal may submit a new Proposal, but only in accordance with the terms of this RFP.

After the Deadline each submitted Proposal shall be irrevocable and binding on Proponents for a period of 120 days.

If the City makes a request to a Proponent for clarification of its Proposal, the Proponent will provide a written response accordingly, which shall then form part of the Proposal.

9. No Collusion

No Proponent may discuss or communicate about, directly or indirectly, the preparation or con-tent of its Proposal with any other Proponent or the agent or representative of any other Proponent or prospective Proponent. If the City discovers there has been a breach at any time, the City reserves the right to disqualify the Proposal or terminate any ensuing Agreement.

10. Prohibition against Gratuities

No Proponent and no employee, agent or representative of the Proponent, may offer or give any gratuity in the form of entertainment, participation in social events, gifts or otherwise to any officer, director, agent, appointee or employee of the City in connection with or arising from this RFP, whether for the purpose of securing an Agreement or seeking favourable treatment in respect to the award or amendment of the Agreement or influencing the performance of the Agreement, including without restriction enforcement of performance standards, or expressing appreciation, or providing compensation, for the award of an Agreement or for performance of the City's obligations thereunder or for conferring favours or being lenient, or in any other man-ner whatsoever.

If the City determines that this article has been breached by or with respect to a Proponent, the City may exclude its Proposal from consideration, or if an Agreement has already been entered into, may terminate it without incurring any liability.

11. Acceptance of Proposals

The City shall not be obliged to accept any Proposal in response to this RFP.

The City may, without incurring any liability or cost to any Proponent: a) accept or reject any or all Proposal(s) at any time; b) waive immaterial defects and minor irregularities in any Proposals; c) modify and/or cancel this RFP prior to accepting any Proposal; d) award a contract in whole or in part.

The City is relying on the experience and expertise of the Proponent. The City reserves the right to disqualify any Proponent who has given inaccurate, incomplete, false or misleading information in the sole opinion of the City.

143 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 143: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

12. Verification

The City reserves the right to verify with any Proponent or with any other person any information provided in its Proposal but shall be under no obligation to receive further information.

If, in the opinion of the City, any Proponent has clearly misinterpreted the services or underestimated the hours or value of the services to be performed as reflected in its Proposal content and submitted price/fees, or all or any or any combination of them, then the City may reject its Proposal as not representative of the scope of the services).

13. Unbalanced Bids (In this paragraph “Bid” refers to the Proposal)

The City may reject a bid if it determines, in its sole discretion, that the bid is materially imbalanced.

A bid is materially imbalanced when:

(1) it is based on prices which are significantly less than cost for some items of work and prices which are significantly overstated in relation to cost for other items of work; and

(2) the City had determined that the proposal may not result in the lowest overall cost to the City even though it may be the lowest submitted bid; or

(3) it is so unbalanced as to be tantamount to allowing an advance payment.

14. Conflicts of Interest

In its Proposal, the Proponent must disclose to the City any potential Conflict of Interest that might compromise the integrity of the call process or the performance of the Work. If a Conflict of Interest does exist, the City may, at its discretion, refuse to consider the Proposal. The Proponent has an ongoing duty to disclose any potential Conflict of Interest while engaged in the call process and thereafter in the performance of the Work. If a potential Conflict of Interest exists or arises during the evaluation process or the negotiation of the Agreement, the City may, at its discretion, refuse to consider the Proposal or withhold the awarding of any Agreement to the Proponent until the matter is resolved to the City’s sole satisfaction.

The Proponent must also disclose whether it is aware of any City employee, Council member or member of a City agency, board or commission or employee thereof having a financial interest in the Proponent and the nature of that interest.

If, during the Proposal evaluation process or the negotiation of the Agreement, the Proponent is retained by another client giving rise to a potential Conflict of Interest, then the Proponent will so inform the City. If the City requests, then the Proponent will refuse the new assignment or will take such steps as are necessary to remove the potential Conflict of Interest concerned.

Proponents are cautioned that the acceptance of their Proposal may preclude them from participating as a Proponent in subsequent projects where a Conflict of Interest may arise. The successful Proponent for this project may participate in subsequent/other City projects provided the successful Proponent has satisfied pre-qualification requirements of the City, if any, and in the opinion of the City, no Conflict of Interest would adversely affect the performance and successful completion of an Agreement by the successful Proponent.

15. Ownership and Confidentiality of City-Provided Data

All correspondence, documentation and information provided by City staff to any Proponent or prospective Proponent in connection with, or arising out of this RFP, the Services or the acceptance of any Proposal:

144 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 144: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

a) is and shall remain the property of the City; b) must be treated by Proponents and prospective Proponents as confidential; c) must not be used for any purpose other than for replying to this RFP, and for fulfillment

of any related subsequent Agreement.

16. Ownership and Disclosure of Proposal Documentation

The documentation comprising any Proposal submitted in response to this RFP, along with all correspondence, documentation and information provided to the City by any Proponent in connection with, or arising out of this RFP, once received by the City:

a) shall become the property of the City and may be appended to the Agreement and/or Purchase Order with the successful Proponent;

b) shall become subject to the Municipal Freedom of Information and Protection of Privacy Act ("MFIPPA"), and may be released, pursuant to that Act.

Because of MFIPPA, prospective Proponents are advised to identify in their Proposal material any scientific, technical, commercial, proprietary or similar confidential information, the disclosure of which could cause them injury.

Each Proponent’s name at a minimum shall be made public. Proposals will be made available to members of City Council provided that their requests have been made in accordance with the City’s procedure and may be released to members of the public pursuant to MFIPPA.

17. Intellectual Property Rights

Each Proponent warrants that the information contained in its Proposal does not infringe any intellectual property right of any third party and agrees to indemnify and save harmless the City, its staff and its consultants, if any, against all claims, actions, suits and proceedings, including all costs incurred by the City brought by any person in respect of the infringement or alleged infringement of any patent, copyright, trademark, or other intellectual property right in connection with their Proposal.

18. Failure or Default of Proponent

If the Proponent, for any reason, fails or defaults in respect of any matter or thing which is an obligation of the Proponent under the terms of the RFP, the City may disqualify the Proponent from the RFP and/or from competing for future tenders or RFP issued by the City for a period of one year. In addition, the City may at its option either:

a) Consider that the Proponent has withdrawn any offer made, or abandoned the Agreement if the offer has been accepted, whereupon the acceptance, if any, of the City shall be null and void; or

b) Require the Proponent to pay the City the difference between its Proposal and any other Proposal which the City accepts, if the latter is for a greater amount and, in addition, to pay the City any cost which the City may incur by reason of the Proponent’s failure or default, and further the Proponent will indemnify and save harmless the City, its officers, employees and agents from all loss, damage, liability, cost, charge and expense whatever which it, they or any of them may suffer, incur or be put to by reason of such default or failure of the Proponent.

19. Quasi-Criminal/Criminal Activity of a Proponent:

The City may reject a Proposal or Proponent if the City:

a) Confirms that the Proponent or any individual that owns, directs, or controls the Proponent has been charged with or convicted of an offence under the Criminal Code, an offence as defined in the Provincial Offences Act, or an offence pursuant to similar

145 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 145: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

laws outside of Ontario, or has been named in an order or similar enforcement action by a regulatory authority;

b) Determines that this charge, conviction or order is material to the given procurement; and

c) Determines that, in light of this charge or conviction, awarding to that Bidder could compromise the delivery of the goods or services or would otherwise undermine the business reputation of the City or the public's confidence in the integrity of the call process.

20. Publicity

The Proponent and its affiliates, associates, third-party service providers, and subcontractors shall not release for publication any information in connection with this RFP or any Agreement without prior written permission of the City.

21. Governing Law

This RFP and any Proposal submitted in response to it and the process contemplated by this RFP including any ensuing Agreement shall be governed by the laws of the Province of Ontario. Any dispute arising out of this RFP or this RFP process will be determined by a court of competent jurisdiction in the Province of Ontario.

146 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 146: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

Appendix D – Mandatory Submissions

147 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 147: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

APPENDIX D

STANDARD SUBMISSION FORMS

FORM 1: Proposal Submission Form – Mandatory

FORM 2: Policy to Exclude Bids From External Parties Involved in the Preparation or

Development of a Specific Call/Request - Mandatory

FORM 3: Restrictions on the Hiring and Use of Former City of Toronto Management Employees for City Contracts – If Applicable

FORM 4: Environmentally Responsible Procurement – If Applicable

FORM 5: Notice of No Submission – If Applicable FORM 6: Declaration of Compliance with Anti-Harassment / Discrimination Legislation &

City Policy FORM 7: City of Toronto Customer Service Training Requirements: Contractors,

Consultants and other Service Providers – If Applicable

148 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 148: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

FORM 1

PROPOSAL SUBMISSION FORM

REQUEST FOR PROPOSAL NO. 9117-14-7256 For: Basement Flooding Remediation & Water Quality Improvement Master Plan – Class EA Studies - Study Areas 34 to 41 CLOSING: 12:00 NOON (local Toronto time) December 9, 2014

SUBMITTED BY: _________________________________________________________________________________________ (PROPONENT'S FULL LEGAL NAME) ADDRESS: _______________________________TELEPHONE NO. ____________________________ _______________________________FAX NO. ____________________________________ _______________________________EMAIL: ____________________________________ _______________________________DATE: ______________________________________ SIGNATURE OF AUTHORIZED SIGNING OFFICER _______________________________________________________________________________________ PRINTED NAME OF SIGNING OFFICER THIS FORM MUST BE SIGNED AND SUBMITTED WITH YOUR PROPOSAL OR YOUR PROPOSALWILL BE DECLARED INFORMAL.

I/WE HEREBY SUBMIT MY/OUR PROPOSAL FOR THE PROVISION OF THE GOODS AND/OR SERVICES AS DESCRIBED WITHIN THE REQUEST FOR PROPOSAL DOCUMENT FOR THE ABOVE NAMED PROJECT. I/WE HAVE CAREFULLY EXAMINED THE DOCUMENTS AND HAVE A CLEAR AND COMPREHENSIVE KNOWLEDGE OF THE REQUIREMENTS AND HAVE SUBMITTED ALL RELEVANT DATA. I/WE AGREE, IF SELECTED TO PROVIDE THOSE GOODS AND/OR SERVICES TO THE CITY IN ACCORDANCE WITH THE TERMS, CONDITIONS AND SPECIFICATIONS CONTAINED IN THE REQUEST FOR PROPOSAL DOCUMENT AND OUR SUBMISSION. I/WE AGREE THAT THIS SUBMISSION IS BEING MADE WITHOUT ANY COLLUSION OR FRAUD.

ACKNOWLEDGE RECEIPT OF ADDENDA BY NUMBER AND ISSUE DATE: ADDENDUM NO. ________ DATED _________________________ ADDENDUM NO. ________ DATED _________________________ ADDENDUM NO. ________ DATED _________________________ ADDENDUM NO. ________ DATED _________________________

149 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 149: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

FORM 2

POLICY TO EXCLUDE BIDS FROM EXTERNAL PARTIES INVOLVED IN THE PREPARATION OR DEVELOPMENT OF A SPECIFIC CALL/REQUEST

To ensure Fair and Equal Treatment in its competitive procurements, the City of Toronto will undertake to:

disallow bidders/proponent from submitting a bid to any Tender, Quotation, or Proposal call in which the bidders/proponent has participated in the preparation of the call document; and

a bidder/proponent who fails to comply will result in disqualification of their response to the call/request.

Did you, the proponent, assist the City of Toronto in the preparation of this Request for Proposal call? Specify: Yes _______ No _________ For a copy of the City of Toronto Policy, visit the website at http://www.toronto.ca/citybusiness/pdf/bidsfromexternalparties.pdf

150 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 150: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

FORM 3

RESTRICTIONS ON THE HIRING AND USE OF FORMER CITY OF TORONTO MANAGEMENT

EMPLOYEES FOR CITY CONTRACTS

The purpose of this Policy to ensure that former City of Toronto management employees who took part in a separation program or received a retirement package, are prohibited from participating in contracts directly or indirectly related to the City of Toronto or its special purpose bodies for a period of two years starting from an employee’s separation date.

Former employees covered by this policy are prohibited from participating in contracts directly or indirectly related to the City of Toronto or its special purpose bodies for a period of two years starting from the employee’s separation date. This would include, but not be limited to, for example, the following roles:

As an independent contractor/consultant; As a contractor/consultant on City project Work for a company/firm (but, the firm may compete); or As a contractor/consultant on City project Work for a company/firm that has been sub-contracted by

another company/firm.

Former City of Toronto management employees who took part in a separation program or received a retirement incentive are prohibited from participating in contracts directly or indirectly related to the City of Toronto and its special purpose bodies for a period of two years starting from an employee’s termination date.

Notes: (1) Adopted by Council at its meeting of February 4, 5, & 6, 1998, Report No. 2, Clause No. 2 of the Strategic Policies and Priorities Committee, and

(2) Revised by City Council at its meeting of November 26, 27, 28, 2002, Report No. 14, Clause No. 6, Administration Committee.

Respondents are to state the name(s) of any former City of Toronto management employee(s) hired/used by your firm, if any, who have left the employ of the City or its special purpose bodies within the last two years.

Specify: .

This policy will be considered in the evaluation of all submissions received by the City of Toronto.

For further information contact:

Manager, Corporate Purchasing, Policy & Quality Assurance 18th

Floor, West Tower, City Hall, (416) 392-0387 For a copy of the City of Toronto Policy, visit the website at http://www.toronto.ca/calldocuments/pdf/former_employees.pdf

151 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 151: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

FORM 4 ENVIRONMENTALLY RESPONSIBLE PROCUREMENT STATEMENT

The City of Toronto Environmentally Responsible Procurement Policy encourages bidders to also offer products/services that are environmentally preferred. Environmentally preferred products/services offered must be competitive in cost, conform to specifications, performance requirements and, be suitable for the intended application as determined by the using department(s) Environmentally preferred products/services are those such as durable products, reusable products, energy efficient products, low pollution products/services, products (including those used in services) containing maximum levels of post-consumer waste and/or recyclable content, and products which provide minimal impact to the environment. An environmentally preferred product is one that is less harmful to the environment than the next best alternative having characteristics including, but not limited to the following: 1. Reduce waste and make efficient use of resources: An Environmentally Preferred Product

would be a product that is more energy, fuel, or water efficient, or that uses less paper, ink, or other resources. For example, energy-efficient lighting, and photocopiers capable of double-sided photocopying.

2. Are reusable or contain reusable parts: These products such as rechargeable batteries,

reusable building partitions, and laser printers with refillable toner cartridges. 3. Are recyclable: A product will be considered to be an Environmentally Preferred Product if

local facilities exist capable of recycling the product at the end of its useful life. 4. Contain recycled materials: An Environmentally Preferred Product contains post-consumer

recycled content. An example is paper products made from recycled post-consumer fibre. 5. Produce fewer polluting by-products and/or safety hazards during manufacture, use or

disposal: An EPP product would be a non-hazardous product that replaces a hazardous product.

6. Have a long service-life and/or can be economically and effectively repaired to upgraded. Bidders shall if requested, provide written verification of any environmental claims made in their bid/Proposal satisfactory to the City of Toronto within five (5) working days of request at no cost to the City. Verification may include, but not be limited to, certification to recognized environmental program (e.g., Environmental Choice Program [ECP]), independent laboratory tests or manufacturer's certified tests, Only proven environmentally preferred products/services shall be offered. Experimental or prototype products/services will not be considered. For a copy of the City of Toronto Environmentally Responsible Procurement Policy, visit the website at http://www.toronto.ca/calldocuments/pdf/environment_procurement.pdf State if environmentally preferred products/service is being offered: YES______ NO______ State briefly the environmental benefit of the product/service offered: __________________________________________________________________________ __________________________________________________________________________

152 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 152: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

IMPORTANT - PLEASE READ THIS It is important to the City of Toronto to receive a reply from all invited Proponents. There is no obligation to submit a Proposal; however, should you choose not to submit, completion of this form will assist the City in determining the type of services you are interested in submitting a Proposal in the future. INSTRUCTIONS: If you are unable, or do not wish to submit a Proposal on this Request for Proposals, please complete the following portions of this form. State your reason for not submitting a Proposal by checking applicable box(es) or by explaining briefly in the space provided. It is not necessary to return any other Request for Proposals documents. 1. We do not offer this service.

Other reasons or additional comments.

2. We do not offer services to these requirements.

3. Unable to offer services competitively.

4. Cannot handle due to present commitments.

5. Quantity/project too large.

6. Cannot meet delivery/completion requirements.

7. Licensing restrictions.

Do you wish to participate in Request for Proposals for services in the future? YES ____ NO ____

For City’s use only - Do not write in this space.

Company Name: Address: Signature of Company Representative: Position: Date:

Tel. No.: Fax No.:

Fax: 416-397-7779

FORM 5 NOTICE OF “NO SUBMISSION”

RFP # : 9117-14-7256 VM

CLOSING DATE: December 9, 2014

153 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 153: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

FORM 6

Declaration of Compliance with Anti-Harassment/Discrimination Legislation & City Policy

Organizations/individuals in Ontario, including the City of Toronto, have obligations under the Ontario Human Rights Code, the Occupational Health and Safety Act, the Employment Standards Act, the Accessibility for Ontarians with Disabilities Act, the Criminal Code of Canada and the Charter of Rights and Freedoms. In addition, the City of Toronto also has policies that prohibit discrimination on the additional grounds of political affiliation or level of literacy, subject to the requirements of the Charter. Organizations are required to have and post policies, programs, information, instruction, plans and/or other supports, and an appropriate internal process available to their employees and service recipients to prevent, address and remedy discrimination, racism, harassment, hate and inaccessibility complaints under the applicable legislation and including the additional grounds of discrimination prohibited under City policy. Individuals are obliged to refrain from harassment/hate activity. The City of Toronto requires all organizations and individuals that contract with the City to sign the following Declaration of Compliance with Anti-Harassment/Discrimination Legislation & City Policy. This Declaration must be signed by your organization and submitted with the contract or Letter of Understanding. The name of your organization and the fact that you have signed this declaration may be included in a public report to City Council.

Declaration:

I/we uphold our obligations under the above provincial and federal legislation. In addition, I/we uphold our obligations under City policies which prohibit harassment/discrimination on a number of grounds including political affiliation and level of literacy. WHERE LEGALLY MANDATED I/we have in place the necessary policies, programs, information, instruction, plans and/or other supports that are consistent with our obligations, and I/we have an internal process available to my/our employees and service recipients to prevent, address and remedy discrimination, racism, harassment, hate and inaccessibility complaints. I/we agree that I/we shall, upon the request of the City, provide evidence of the policies, programs, information, instruction, plans and other supports and an appropriate internal complaint resolution process required under this Declaration which is sufficient to allow the City to determine compliance. I/We acknowledge that failure to demonstrate compliance with this declaration to the satisfaction of the operating Division, in consultation with the City Solicitor, may result in the termination of the contract. Name of Vendor or Name of Grant Applicant (Organization or Individual): Complete Address: Email _____________________________ Tel. No. ____________________________ Postal Code: Fax No. ____________________________ Name of Signing Officer or Name of Applicant (Name – please print): Position

Signature: Date: Authorised Signing Officer or Individual

Multilingual Services: 311 and TTY 416-338-0889.Further information: www.toronto.ca/diversity.ca

Gro

up/V

endo

r/Ind

ivid

ual N

ame:

D

ate:

For O

ffice

Use

Onl

y

DE

CL

AR

AT

ION

OF

CO

MP

LIA

NC

E W

ITH

AN

TI-

HA

RA

SS

ME

NT

/DIS

CR

IMIN

AT

ION

LE

GIS

LA

TIO

N &

CIT

Y P

OL

ICY

154 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 154: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

FORM 7

City of Toronto Accessible Customer Service Training Requirements:

Contractors, Consultants and other Service Providers

(Accessibility Standard for Customer Service, O. Reg. 429/07, AODA 2005)

The City of Toronto supports the goals of the Accessibility for Ontarians with Disabilities Act

(AODA), 2005 and is committed to providing equal treatment and equitable benefits of City

services, programs and facilities in a manner that respects the dignity and independence of

people with disabilities.

Under section 6 of the Accessibility Standard for Customer Service, O. Reg. 429/07 (Appendix

A), established by the AODA, the City of Toronto must ensure that employees, volunteers and

all other personnel, including third party contractors, who deal with members of the public or

other third parties on behalf of the City or, who participate in developing City policies,

practices or procedures on the provision of goods and services receive training on accessible

customer service.

All personnel must complete training that meets the requirements of the Accessible Customer

Service regulation and includes:

An overview of the AODA

Understanding the requirements of the Regulation

How to interact and communicate with persons with various types of disabilities;

How to interact with persons with disabilities who use an assistive device or require

the assistance of a guide dog or other service animal or the assistance of a support;

How to use equipment or devices available on the provider’s premises or otherwise

provided by the provider to people with disabilities to access goods or services; and

What to do if a person with a particular type of disability is having difficulty accessing

the provider’s goods or services.

Third party contractors and other service providers are to ensure that training records are

maintained, including dates when training is provided, the number of personnel who received

training and individual training records. Contractors are required to ensure that this information

is available, if requested by the City of Toronto.

Access an e-learning course:

The training requirements can be fulfilled by completing the e-Learning course “Serve-ability:

Transforming Ontario’s Customer Service”, which can be found on the Ministry of Community

and Social Services website:

http://www.mcss.gov.on.ca/mcss/serve-ability/splash.html

For more information:

How to comply with the Accessible Customer Service Standard at:

www.accessON.ca/compliance

Requirements of the Accessibility Standards for Customer Service (Ontario Regulation

429/07):

www.e-laws.gov.on.ca/html/source/regs/english/2007/elaws_src_regs_r07429_e.htm

155 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 155: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

Appendix E - Specimen Contract Agreement Including Insurance Forms

156 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 156: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

v.29-03-10 1

THIS AGREEMENT made in quadruplicate this ______ day of _____________, 200__

BETWEEN: CITY OF TORONTO

(the “City”) Of The First Part

- and -

[ENTER Consultant’s Full Legal Name] (the “Consultant”)

Of The Second Part WHEREAS the City issued the RFP in connection with obtaining professional consulting services for [enter the project name / title] (herein referred to as the "Project"), and the Consultant submitted a Proposal in response to the RFP; and

INSERT 1 of the following clauses:

[All Services Combined in Single Contract clause]

WHEREAS the Consultant has agreed to perform Services in connection with the Project, in accordance with the terms and conditions set forth in this Agreement; and

OR

[Preliminary and Detailed Design Services Contract clause]

WHEREAS the Consultant has agreed to perform, pursuant to this Agreement, Services in connection with preliminary design and detailed design for the Project in accordance with the terms and conditions set forth in this Agreement; and further, pursuant to two separate agreements (which may include a purchase order in the case of post-construction services), services during construction (including site supervision services, testing and commissioning) and post-construction services, with respect to the Project as set forth in those respective agreements; and

OR

[Construction Services Contract clause]

WHEREAS the Consultant has agreed to perform, pursuant to this Agreement, Services during construction including site supervision services, testing and commissioning for the Project in accordance with the terms and conditions set forth in this Agreement; and further, pursuant to two separate agreements (which may include a purchase order in the case of post-construction services), preliminary design and detailed design services and post-construction services, with respect to the Project as set forth in those respective agreements; and

INSERT 1 of the following clauses: [Approval Clause - by GM]

WHEREAS the Consultant was selected in accordance with the provisions of Municipal Code Chapters 71 and 195 to provide the Services in connection with the Project in accordance with all the terms and conditions of the RFP and the Proposal at a total cost not in excess of $[ENTER AMOUNT] inclusive of contingency and applicable taxes, being within the delegated authority and financial authority of the Division Head;

OR [Approval Clause - by Bid Committee]

WHEREAS at its meeting held on [ENTER DATE], the Bid Committee adopted the recommendations in the Staff Report from the Director of Purchasing and Materials Management dated [ENTER DATE], and authorized the retention of the Consultant to provide the Services in connection with the Project;

OR

[Approval Clause - by Council]

WHEREAS at its meeting held on [ENTER DATE], City Council adopted Item No. __ of Report No. ___ of the [ENTER appropriate committee name] Committee, thereby authorizing the retention of the Consultant to provide the Services in connection with the Project;

NOW THEREFORE, in consideration of the mutual covenants contained in this Agreement, the parties agree as follows:

157 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 157: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

v.29-03-10 2

1. INTERPRETATION

(1) The Interpretation provisions of and definitions contained in the RFP are incorporated into and form part of this Agreement.

(2) Definitions

In addition to the foregoing, the following terms shall have the meanings as specified in this section unless the context otherwise specifies or requires:

(a) “Additional Services” are those services which are not contemplated or provided for in the scope of Services set out in the RFP and which are expressly authorized by the Division Head in writing and in advance in accordance with this Agreement.

(b) “Addendum” and “Addenda” means a written addendum or written addenda issued by the City which modify the RFP and include(s) the following:

[INSERT “None.” where no Addenda and DELETE box below]

Addendum No. 1 dated [ENTER DATE] Addendum No. 2 dated [ENTER DATE] Addendum No. 3 dated [ENTER DATE]

(c) “Business Day” means any day other than a Saturday, Sunday or a statutory or civic holiday in the

Province of Ontario.

(d) “Claims” or “Claim” means any damages, losses, costs, demands, claims, actions, causes of action, suits, proceedings, executions, liens or otherwise for, without limitation, compensation, liabilities, damages or loss of any kind and any nature whatsoever and howsoever caused including property damage or loss, bodily injury or death, loss of reputation, loss of opportunity, economic loss, royalties, judgments, fines, penalties, interest, charges, expenses and costs (including legal costs on a substantial indemnity basis).

(e) “City” means the City of Toronto and where an authority or discretion is conferred upon the City under this Agreement, means the appropriate official or representative of the City as designated or appointed under its governing by-laws, resolutions or policies from time to time or under this Agreement.

(f) “Clarification Letter(s)” means a written document issued by the Consultant clarifying its Proposal.

The Consultant's Proposal has been clarified by the following letter(s) of the Consultant:

Letter(s) of the Consultant dated [ENTER DATE] (the “Clarification Letter(s)”).

Each reference in this Agreement to the Consultant’s Proposal (or individually to the Consultant’s

Technical Proposal or Cost of Services Proposal) shall be taken as a reference to the respective Proposal as modified by the foregoing Clarification Letter(s).

[INSERT “There has been no clarification made of the Consultant’s Proposal.” where no Clarification Letters and

DELETE box above]

(g) “Confidential Information” means, with respect to the City, all documents, information and material which are identified by the City to the Consultant as confidential or containing confidential information; or which ought by their nature to be considered as confidential or as containing confidential information of the City, which the Consultant and/or its subcontractors receive or are exposed to by reason of this Agreement or performing the Services including: (i) any personal information; (ii) any software code and associated documentation owned or licensed by the City; and (iii) any administrative, commercial, financial, proprietary, technical, commercial labour relations, statistical or regulatory information of the City, or of any third party which may be contained in records of the City and was supplied in confidence to the City and identified as such to the Consultant. Notwithstanding the foregoing, Confidential Information shall not include any document, information or material that is or becomes publicly available through no act or failure of the Consultant from a source other than the Consultant prior to receipt from the City; or becomes independently available to the Consultant as a matter of right.

158 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 158: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

v.29-03-10 3

(h) “Construction Lien Act” means the Construction Lien Act, R.S.O. c. C.30 and regulations thereunder, as amended from time to time.

(i) “Division Head” means the [General Manager, Toronto Water][Executive Director of Technical Services] [ENTER appropriate Division Head for Project] and includes such person’s designate.

(j) “including” means “including but not limited to”.

(k) “Indemnitees” means the City, its elected officials, officers, directors, employees, agents, representatives, successors and assigns.

(l) “Optional Item” means an item which has not been set out in the scope of work of the RFP but has been proposed by the Consultant in its Proposal as an enhancement or additional service which may benefit the Project.

(m) “Personnel” means the Consultant’s personnel and includes: (i) the Consultant’s officers, directors, partners, employees, agents and subcontractors; (ii) any person employed or engaged by or under the control of the Consultant or its subcontractors

to perform or supply any part of the Services including goods related thereto; and (iii) any other person for whom the Consultant is responsible at law.

(n) “Project” means [ENTER brief Project description].

(o) “Proposal” means the Consultant’s Technical Proposal dated [ENTER DATE] and Cost of Services Proposal dated [ENTER DATE], including all appendices, exhibits and attachments thereto, submitted in response to the RFP (individually the “Technical Proposal” and the “Cost of Services Proposal”, respectively). Each reference to the Proposal in this Agreement shall be taken as a reference to the Proposal as modified by the Clarification Letter(s), if any.

(p) “Provisional Item” means a Service identified in Schedule A which shall only be undertaken by the Consultant at the request and upon the prior written authorization of the Division Head.

(q) “RFP” means the Request for Proposal No. [ENTER RFP # ], issued by the City on [ENTER DATE], in connection with obtaining professional consulting services for the Project. Each reference to the RFP in this Agreement shall be taken as a reference to the RFP as modified by the Addenda, if any.

(r) “Services” means those services, and goods related thereto, and obligations detailed in this Agreement, including Schedule A, to be provided and undertaken by the Consultant for the City and shall include Provisional Items and Additional Services, unless the context requires otherwise, authorized by the Division Head in accordance with this Agreement.

(s) “Working Day” shall have the same meaning as set out or described in the RFP and, where there is no meaning or description of Working Day set out in the RFP, it shall have the same meaning as Business Day.

(3) Interpretation

(a) For the purposes of this Agreement, any reference to a “subcontractor” of the Consultant shall include a sub-consultant of the Consultant.

(b) Any reference to the Division Head or other officer or representative of the City shall be construed to mean the person holding that office from time to time, and the designate or deputy of that person, and shall be deemed to include a reference to any person holding a successor office or the designate or deputy of that person.

(c) Without restricting or limiting the rights and privileges of the City to any broader interpretation, any breach or default of or in respect of a term, covenant, warranty, condition or provision of the Agreement, or a liability caused, by any of the Consultant’s Personnel shall constitute a breach or default or liability caused by the Consultant.

(d) A reference to any Act, bylaw, rule, policy or regulation or to a provision thereof shall be deemed to include a reference to any Act, bylaw, rule, policy or regulation or provision enacted in substitution thereof or amendment thereof.

(e) This Agreement shall not be construed as or deemed to be an agreement for the benefit of any third parties, and no third party shall have any right of action arising in any way under this Agreement for any cause whatsoever.

159 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 159: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

v.29-03-10 4

(f) Any services, goods or incidentals not explicitly specified in this Agreement but which are necessary to conform to professional or safety standards or codes governing such Services, or which may be fairly implied as “included”, shall be done or supplied by the Consultant as if such services, goods or incidentals had been explicitly specified.

(g) Any words and abbreviations, which have well-known professional, technical or trade meanings, are used in this Agreement in accordance with such recognized meanings, unless expressly provided otherwise.

(h) All amounts are expressed in Canadian dollars and are to be payable in Canadian dollars and all references to time shall be deemed to be references to current time in the City.

(4) Priority of Documents

In the event of any conflict or disagreement between the various documents or any omissions contained in the documents making up this Agreement, the documents shall govern in the following order of precedence:

(a) A written amendment to this Agreement in accordance with the terms hereof, the amendment bearing the later date having priority (if any); (b) This Agreement including Schedules “A” and “B”; (c) Addenda, the addendum bearing the later date having priority (if any); (d) RFP; (e) Statutory Declaration by the Consultant (Schedule “SD-Final”); (f) Clarification Letter(s) of the Consultant (if any), the Clarification Letter bearing the later date having priority; and (g) Consultant’s Proposal (including the Technical Proposal and Cost of Services Proposal).

The foregoing documents are incorporated into and form part of this Agreement, even if said documents are not physically attached hereto. The Consultant acknowledges receipt of all such documents.

2. PERFORMANCE

(1) The Consultant agrees and covenants, and represents and warrants, to the City and acknowledges that the City is relying on such representations, warranties and covenants in entering into this Agreement, as follows:

(a) to supply and perform the Services, more particularly set forth in Schedule "A" attached hereto, and undertake, perform and complete its undertakings and obligations provided for in this Agreement to the satisfaction of the Division Head in accordance with all the terms and conditions of this Agreement;

(b) to supply and provide, at its sole cost, save as otherwise expressly provided in this Agreement, all necessary equipment, goods, materials, analysis, transportation, accommodation, labour, personnel, technical assistance and incidentals required in performing or supplying the Services, and all overhead expenses in connection therewith;

(c) to supply, perform and provide the Services in a careful, professional, skilful, diligent, timely and workmanlike manner according to the best standards of practice, care, skill and diligence to be expected of professionals and contractors in the performance of services similar to those called for under this Agreement including the use of materials and methods as are properly suited to the function and performance intended;

(d) to make available and employ for the purposes of this Agreement only such persons as are professionally qualified, careful, skilled and experienced in the duties required of them to perform the Services properly and in a competent and professional manner and ensure that every such person is properly and thoroughly trained and instructed;

(e) to ensure that its Personnel, when using any buildings, premises, equipment, hardware or software owned, leased or licensed by the City shall comply with all security policies, regulations or directives relating to those buildings, premises, equipment, hardware or software of which the Consultant has received oral or written notice;

160 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 160: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

v.29-03-10 5

(f) to use, in the performance of the Services, those Personnel specifically named in its Proposal and to not add to or substitute any such Personnel or engage any other subcontractor without the prior written approval of the Division Head. The City reserves the right to require the Consultant to immediately replace any of its Personnel supplying or performing the Services, upon written notice by the Division Head, where such person in the reasonable opinion of the Division Head has performed unsatisfactorily or breached an obligation of the Consultant under this Agreement or has otherwise acted improperly. The City shall not pay any fee or compensation whatsoever in respect of the time required by the replacement for any such Personnel to gain familiarity with the Project.

(g) to be solely responsible for the payment of all its Personnel employed or engaged for the purpose of assisting in or undertaking any of its obligations under this Agreement;

(h) to adhere to the Project time schedule and any amendments thereto approved in writing by the Division Head; and

(i) to comply with and conform to all statutes, laws, by-laws, regulations, requirements, ordinances, notices, rulings, orders, directives and policies (including the City policies referenced in the RFP) of the municipal, provincial and federal governments and any other lawful authority and all court orders, judgments and declarations of a court of competent jurisdiction (collectively referred to as the “Laws”), applicable to the Services to be provided by, and the undertakings and obligations of, the Consultant under this Agreement.

(2) The Consultant represents and warrants that its Personnel and, where applicable, the respective workforce of each are fully qualified to perform the Services and the obligations under this Agreement and hold all requisite licences, rights and other authorizations required by any Laws with respect thereto and all powers, capacities and authorities under its governing legislation. Where required by any Laws, the Personnel shall be duly licensed in performing the Services to the satisfaction of the Division Head.

(3) The Consultant shall ensure that all its Personnel comply with the terms of this Agreement and, in particular without limiting the foregoing, the responsibilities of the Consultant with respect to matters concerning safety, compliance with all Laws and the conduct of the Services.

(4) The Consultant shall co-ordinate the services of all its Personnel in a manner acceptable to the Division Head. The Consultant shall ensure that its Personnel at all times work in a professional, co-operative and collegial manner with City staff and the City’s other consultants. It shall be the Consultant's responsibility to control and check the Services of all of its Personnel and to ascertain that all Services are performed in accordance with this Agreement.

(5) The Consultant, in providing the Services, shall and is deemed to be an independent contractor and not the agent or employee of the City.

(6) No subcontracting of any part of the Services or this Agreement by the Consultant shall relieve the Consultant of any responsibility for the full performance of all of its obligations under this Agreement. Notwithstanding the approval of any of its Personnel by the City, the Consultant shall be fully responsible for every such Personnel’s activities, works, Services and acts or omissions. Without limiting the generality of any other provision of this Agreement, the Consultant shall be solely responsible and liable to the City for all its costs, losses or damages arising from errors or omissions or non-compliance with this Agreement of or by the Consultant’s Personnel or any of them. The Consultant’s responsibility and

liability as set out in this Agreement shall survive the termination or expiry of this Agreement.

3. PAYMENT

(1) The City will pay the Consultant for the Services performed by the Consultant pursuant to this Agreement, in the amounts and manner, and at the times, set forth in Schedule "B" Fees and Expenses hereto attached.

(2) The Consultant shall, even if the rate of payment set forth in Schedule "B" hereto attached is based on an hourly, daily or other time-based rate, perform all of the Services notwithstanding that the value of the time spent by the Consultant in performance thereof exceeds the maximum amount specified in the Schedule, on the basis that neither such rate nor any provision of this Agreement shall relieve the Consultant from performing all the Services or all its undertakings and obligations under this Agreement.

161 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 161: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

v.29-03-10 6

(3) The Consultant agrees to keep and maintain accurate and complete records and accounts related to any costs payable by the City under this Agreement. All such records, including timesheets, correspondence, receipts and memoranda pertaining to the Services shall be available for inspection by any authorized employee or agent of the City at all reasonable times for the purpose of auditing the Consultant's costs and the Consultant shall provide every reasonable assistance for that purpose. Such records shall be kept for a period of 12 months after completion of all of the Consultant’s services in respect to the Project or termination of this Agreement, whichever occurs last.

(4) At the request of the Division Head, the Consultant shall submit to the City, when claiming reimbursement of expenses, except where the RFP does not require disbursements to be itemized and claimed on an individual basis, detailed expense sheets, copies of receipts, and/or per diem documentation, invoices, vehicle travel records and all such documents and materials in respect of such expenses.

(5) Upon completion of all Services pursuant to this Agreement, the Consultant shall submit to the Division Head a statutory declaration attached as Schedule SD-FINAL (Final Payment) to this Agreement, completed by a senior professional engineer (or, where professional engineering services are not performed, a senior professional regulated by a professional body in respect to the Services performed), who is a fully authorized representative of the Consultant, detailing the Services, or part thereof, for which payment is being claimed, itemizing all disbursements claimed at the time of such submission and certifying that such Services have been performed and disbursements claimed in accordance with the provisions of this Agreement. The details of the performance of the Services, or part thereof, to be contained in the statutory declaration shall be satisfactory to the Division Head.

(6) At the time of submission of the final statement or within a reasonable time thereafter, the Consultant shall submit to the Division Head the certificate of an auditor duly licensed under the Public Accounting Act, 2004 to the effect that in his/her opinion the charges set forth in such final statement (exclusive of any Services to be paid on a fixed fee basis) are properly chargeable under this Agreement. Audit reports must be in the format prescribed by The Canadian Institute of Chartered Accountants (CICA). Reports which are not in accordance with current CICA guidelines will not be accepted. The City reserves the right to conduct an audit of the records of the Consultant at the option of the Division Head. In the event that the Services are scheduled to extend or, while not scheduled to do so, do extend beyond a period of two years, audit reports satisfactory to the Division Head shall be required at the end of the second year of Services and on the last day in each subsequent year in which Services are performed; provided, however, that in the final year of Services, the audit report shall be provided within 60 days of the last day of performance of the Services.

4. CONSTRUCTION LIEN ACT

(1) For the purposes of this section, “supply of services”, “improvement” and “holdback” shall have the same

meaning, respectively, as defined by the Construction Lien Act.

(2) Where any part of the Services constitutes a supply of services upon or in respect to an improvement, the City shall retain a holdback as required by the Construction Lien Act from each sum otherwise payable to the Consultant under this Agreement with respect to those Services. The holdback shall be retained, held and released by the City in accordance with the Construction Lien Act.

5. RIGHT OF OWNERSHIP/CONFIDENTIAL INFORMATION

(1) Any item, including tangible and intangible property, created, prepared or purchased by the Consultant or any person on its behalf in connection with the Services or this Agreement and charged to the City’s

account, including all original written materials, programs, card decks, tapes, disks, listings, books, reports, drawings, maps plans, and all other documents, items, materials and information,

(a) is and shall be deemed and shall remain the sole and absolute property of the City, including all copyright therein and rights of use and reproduction, without the payment of any additional compensation by the City to the Consultant; and

(b) shall be delivered to the Division Head upon completion of the Services or other termination of this Agreement, whichever occurs first, or as otherwise directed by the Division Head.

(2) All proprietary rights in, connected with or arising out of, the ideas, concepts, know-how, techniques, computer data or programming developed by the Consultant or the Consultant’s Personnel, or by the

162 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 162: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

v.29-03-10 7

Consultant or the Consultant’s Personnel and the City and its personnel jointly, during the course of this Agreement relating to the Services provided under this Agreement shall be the sole and absolute property of the City and shall be treated as trade secrets to which the City alone is entitled, with the concomitant duty of confidentiality and non-disclosure. The Consultant shall obtain all necessary assignments of copyright and waivers of moral rights in all Services and related goods to be delivered to the City in accordance with this Agreement and shall provide satisfactory proof thereof to the Division Head upon request.

(3) The Consultant acknowledges that any item, document or other matter which is the property of the City, or in which the City has proprietary rights, pursuant to subsections (1), (2) and (3) of this section and the information contained therein are the property of the City having been developed in confidence for the City for its own and sole use.

(4) Any documents, data or other information obtained from the City or prepared by the Consultant for the City shall be disclosed only to those of the Consultant's employees, agents or subcontractors who have a "need to know" for purposes of assisting the Consultant in the performance of the Services.

(5) The Consultant shall not use, disclose, disseminate or reproduce or in any way making known to third parties or to the public any Confidential Information of the City communicated to or acquired by the Consultant in the course of carrying out the Services, except:

(a) as may be strictly required for the purposes of carrying out the Services, or

(b) as expressly permitted in advance by the City in writing, or

(c) as may be required by law to be disclosed pursuant to a court or tribunal order or other legal compulsion and, if so compelled, the Consultant shall only furnish the portion of the City Confidential Information that it is legally required to furnish. Where the Consultant is required by law to disclose any such documents, data or information, the Consultant shall promptly notify the Division Head upon such legal requirement being imposed to permit the City an opportunity to seek an order or other remedy to prohibit or restrict such disclosure.

(6) The Consultant shall deliver to the Division Head, upon completion of the Services, any computer data or program used by the Consultant in performing the Services and paid for by the City, subject to any third party proprietary rights with respect to any computer data or program used by the Consultant but which was developed by a third party with resources unrelated to this Agreement which may be purchased or licensed directly by the City, at the City’s option.

(7) The Consultant shall return forthwith and without demand all Confidential Information of the City as may be in documentary form or recorded electronically or otherwise upon the termination of its Services.

(8) Any reports or other documentation delivered to the City by the Consultant shall become the property of the City and may be subject to disclosure under the terms of the Municipal Freedom of Information and

Protection of Privacy Act, R.S.O. 1990, c.M.56 (the “MFIPPA”). While the City is not responsible for the

interpretation of any of the provisions of MFIPPA, if the Consultant believes that any part of the reports or other documentation delivered to the City reveals any trade secret, intellectual property right or any scientific, technical, commercial, financial or other similar information belonging to the Consultant and the Consultant wishes the City to attempt to preserve the confidentiality of the trade secret, intellectual property right or information, the trade secret, intellectual property right or information must be clearly and specifically designated as confidential.

6. INSURANCE [Note: Specimen Certificate & Policy Coverages to be set out in RFP]

(1) The Consultant agrees to purchase and maintain in force, at its own expense, the policies of insurance and coverages set out in the RFP for the duration of this Agreement, except in the case of professional liability (errors and omissions) insurance which shall be maintained for a period ending no sooner than two (2) years after the termination of this Agreement or the completion of the Project, whichever occurs last. Such insurance shall be in accordance with the requirements of the RFP and be provided by an insurer licensed to carry on the business of an insurer in Ontario and acceptable to the City. The Consultant shall provide the City with certificates of insurance as proof of such coverage, in a form acceptable to the City in accordance with the RFP, originally signed by the insurer or its authorized agent and delivered to the City prior to the execution of this Agreement and the commencement of the Consultant’s Services.

163 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 163: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

v.29-03-10 8

(2) Prior to the execution of this Agreement and the commencement of the Consultant’s Services, the Consultant shall also provide the City with proof of professional liability insurance maintained by any subcontractor engaged by the Consultant in relation to the Services, where such subcontractor is under a professional obligation to maintain the same, in a form and with an insurer acceptable to the City.

(3) The City reserves the right to require the Consultant to purchase additional insurance coverage or alter existing insurance coverage as the City’s Manager of Insurance & Risk Management may reasonably require. The City agrees to pay the reasonable incremental cost to the Consultant of such additional insurance or any increase in existing coverages, where applicable. Provided, however, the City’s obligation to pay any incremental cost shall not include any costs attributable to risk factors unrelated to the increase of coverage requested by the City, including the Consultant’s claims history, or any costs that exceed generally available market prices for such coverages available to consultants providing like services. The Consultant shall obtain the prices for such coverage changes and provide same to the City.

(4) Any premiums due on any insurance policy under this section but not paid by the Consultant may be paid directly to the insurer(s) or broker(s) by the City, which shall be entitled to deduct the amount of same along with its reasonable costs in so doing from any monies otherwise due to the Consultant by the City either under this Agreement or otherwise.

(5) To ensure there is no gap in coverage, the Consultant shall provide original signed Certificates evidencing renewals or replacements to the City prior to the expiration date of the original policies, without notice or request by the City.

(6) The Consultant agrees that insurance policies may be subject to reasonable deductible amounts, which deductible amounts shall be borne by the Consultant. The certificates of insurance must include details of the insurance coverage, exclusions, deductibles and any conditions of coverage.

(7) The Consultant shall bear all costs, expenses, losses and damages of its own and those of the City which may arise as a result of the Consultant failing to or delaying in promptly complying with this section.

7. WORKPLACE SAFETY AND INSURANCE ACT

The Consultant shall be in good standing with the Workplace Safety and Insurance Board (“WSIB”) throughout the term of this agreement. If requested by the [General Manager/Executive Director/etc.] or his designate, the Consultant shall produce certificates issued by the WSIB to the effect that they have paid in full their assessment based on a true statement of the amount of payrolls. If the Consultant is considered by WSIB to be an independent operator without coverage, the Consultant shall provide a letter to that effect from the WSIB.

8. INDEMNITIES

(1) The Consultant shall indemnify and save harmless the Indemnitees from and against any and all Claims resulting from:

(a) any breach, violation or non-performance by or on behalf of the Consultant of any covenant, obligation or agreement of the Consultant contained in this Agreement, including any express or implied warranty;

(b) any negligent acts, errors or omissions or wilful misconduct by or on behalf of the Consultant relating to the Services to be provided under this Agreement;

(c) any acts performed by or on behalf of the Consultant beyond the authority of the Consultant hereby conferred, whether negligent or otherwise;

(d) any inaccuracy in or breach of any of the representations or warranties of the Consultant contained in this Agreement;

(e) any preserved or perfected lien under the Construction Lien Act filed or made on account of the Services performed under this Agreement, provided that such liens are not the direct result of the default in payment by the City to the Consultant of amounts properly due under this Agreement. The Consultant shall cause any such lien or claim which may be filed or made to be released, vacated or otherwise discharged within 5 days of obtaining notice of the lien or claim or from receipt by the Consultant of written notice from the City. If the Consultant fails to release, vacate or discharge any such lien or claim, then the City may, but is not obligated to, obtain a discharge or release of the lien or

164 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 164: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

v.29-03-10 9

claim or otherwise deal with the lien or claim, and the Consultant shall pay all reasonable costs and expenses, including reasonable legal fees, incurred by the City in so doing;

(f) any infringement or alleged infringement of any patent, trade secret, service mark, trade name, copyright, official mark, moral right, trademark, industrial design or other proprietary rights conferred by contract, common law, statute or otherwise in respect to the Services or any matter provided to the City or performed by the Consultant, or anyone else for whom at law it is responsible.

(2) The Consultant shall pay all reasonable costs, expenses and legal fees that may be incurred or paid by the Indemnitees in connection with any Claim with respect to a matter for which the Consultant is obligated to indemnify the Indemnitees pursuant to this section, provided that the indemnity obligations of the Consultant under this section shall not extend to loss or damage attributable to the negligence or wilful misconduct of any Indemnitee to the extent that such Indemnitee’s negligence or wilful misconduct caused the loss or damage.

(3) In the event any Claim is asserted in respect to which an Indemnitee is entitled to indemnification under this section, and without prejudice to any other right or remedy the City may have, the City shall be entitled to deduct or withhold a reasonable sum on account of such Claim, including reasonable legal costs, from monies owed or payable by the City to the Consultant under this Agreement pending the final determination or settlement of any such Claim. In the event (i) the Consultant is, becomes, or is deemed to be bankrupt or an insolvent person pursuant to the Bankruptcy and Insolvency Act (Canada); (ii) the Consultant makes a general assignment for the benefit of creditors; or (iii) a receiver or interim-receiver is appointed with respect to some or all of the Consultant’s business, assets, or property, then the City shall be entitled, without prejudice to any other right or remedy the City may have, to further deduct or withhold a reasonable sum on account of such Claim, including reasonable legal costs, from any monies owed or payable by the City to the Consultant under the Project or any other agreement or account. The provisions of this subsection shall not apply in the event that such Claim is otherwise fully provided for under any insurance provided by the Consultant to or for the benefit of the City.

(4) This section shall survive the expiration or earlier termination of this Agreement.

9. DEFAULT & TERMINATION

(1) The following shall constitute, without limitation, Acts or Events of Default (“Default”) by the Consultant: (a) where the Consultant fails or neglects to commence the Services within ten (10) Working Days of a

formal direction by the Division Head to commence; (b) where the Consultant fails or neglects to proceed, once commenced, with the provision of Services

diligently and at a rate of progress that, in the reasonable opinion of the Division Head, will ensure entire completion of the Services within the time provided for in the Agreement or where the City reasonably determines that the Consultant has abandoned its duties with respect to this Agreement;

(c) where the Consultant fails or neglects to complete the Services within the time limit(s) under this Agreement;

(d) where the Consultant has made any material misrepresentation in respect to this Agreement or any part thereof;

(e) where the Consultant fails to comply with and maintain in good standing any insurance policies and coverages, securities, professional certificates, permits, licences or approvals required by this Agreement or commits any acts or omissions that, in the opinion of the Division Head, jeopardizes or may jeopardize these policies, securities, certificates, permits, licences or approvals;

(f) where the Consultant fails or refuses to correct, rectify or remedy any unsatisfactory or defective Services, when so ordered by the City in writing, or fails to prosecute the Services with the required skill and diligence;

(g) where the Consultant fails to comply with any Law applicable to the Services; (h) where the Consultant subcontracts the whole or any part of this Agreement or the Services or makes

an assignment of this Agreement or the Services thereunder or any part thereof, without the prior written consent of the City;

(i) where a lien arises with respect to the Services undertaken by the Consultant under the Agreement and remains unpaid by the Consultant after demand to pay therefore, unless vacated or discharged and released by payment into a court of competent jurisdiction or otherwise, within Five (5) Working Days of such demand, save and except a valid and proper lien of the Consultant registered against the property affected by the Agreement;

165 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 165: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

v.29-03-10 10

(j) where any of the goods, chattels or effects of the Consultant shall at any time during the Term be seized or taken in execution of attachment; or if a writ of execution shall be issued against the goods, chattels or effects of the Consultant; or if the Consultant shall make any assignment for the benefit of creditors; or if the Consultant shall be adjudged bankrupt or insolvent, commit any act of bankruptcy or insolvency or make any proposal under or take advantage of any of the provisions of any act or statutes whatsoever that may be in force regarding bankrupt or insolvent debtors or debtors who are not able to or do not pay their debts promptly and in full; or if a receiving order or winding up order shall be made against or in respect of the Consultant; or if any actions or proceedings shall be taken to wind up, dissolve or liquidate the Consultant or its assets by, against or in respect of the Consultant; or where a resolution is passed or any other act undertaken for the winding up of the Consultant; or a receiver, manager or trustee is appointed in respect of the business or assets of the Consultant, or any part of thereof, by a court of competent jurisdiction, or under an agreement;

(k) where the Consultant ceases or threatens to cease to carry on its business, or where the Consultant makes or agrees to make a bulk sale of its assets; or defaults in payment of any indebtedness or liability to a chartered bank or other lending institution, whether secured or not; and

(l) where the Consultant fails to comply with or observe or perform, or breaches or violates, any material provision, term, covenant, warranty, condition and/or obligation of the Agreement.

(2) In the event that the Consultant has committed a Default or a Default has occurred, the Division Head may provide written notice (“Default Notice”) to the Consultant to the effect that if the Consultant does not completely remedy the Default to the satisfaction of the Division Head within Five (5) Working Days of delivery of the Default Notice or otherwise expressly granted in writing by the Division Head in his or her absolute discretion, then the Division Head may, in his/her sole discretion, on the behalf of the City: (a) suspend the performance of the Agreement by the Consultant and either perform the Services on a

temporary basis itself or engage another consultant to perform the Services on a temporary basis; (b) terminate the Agreement and/or the Services of the Consultant immediately by giving notice to that

effect to the Consultant; (c) cease all payments to the Consultant, save for the payment of those Services, if any, that have been

furnished by the Consultant to the satisfaction of the Division Head up to the time of such termination and that have not yet been paid by the City (the Consultant shall have no claim of any kind otherwise against the City), subject to any rights or remedies the City may have against the Consultant;

(d) enforce any performance security provided by the Consultant or deduct or set-off from funds retained under such performance security or otherwise held, but such enforcement shall not preclude the City from recovering any further amounts or damages incurred by the City as a result of the Default by the Consultant;

(e) engage another consultant to complete the Project or may itself complete the Project, without further liability to the Consultant,

(f) where the City performs or engages another consultant to perform the Services, either on a temporary basis or otherwise, the City may employ such means as the Division Head may deem necessary or advisable to complete the Services to his satisfaction with such changes therein as in the Division Head's opinion are necessary or advisable by reason of the Consultant's Default,

or any combination of the foregoing.

(3) Notwithstanding subsection (2) of this section and without prejudice to or foregoing any other right, privilege or remedy of the City, in the event that any emergency services are necessitated as a result of the Default of the Consultant, such services may be undertaken immediately, without notice, by the City and all reasonable costs incurred by the City arising from such emergency or as a result of such emergency services shall be borne by the Consultant and payable forthwith upon written demand by the City, with particulars of the emergency and services necessitated thereby, and the City shall have no liability to the Consultant for any loss or damage or compensation whatsoever resulting from such action by the City.

(4) In addition to the rights and remedies in subsection (2) and (3) of this section, if the City terminates the Consultant’s Services in whole or part, as a result of a Default by the Consultant, the City may but is not obliged to: (a) take possession of and utilize any items, goods, material and equipment of the Consultant devoted

to that part of the Services terminated, within the Project site, which is intended to be utilized in the Services, subject to the secured rights of third parties;

(b) withhold further payments to the Consultant with respect to the Services or the portion of the Services withdrawn from the Consultant until the Services or portion thereof withdrawn are

166 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 166: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

v.29-03-10 11

completed to the satisfaction of the Division Head; (c) charge the Consultant the additional cost over the Consultant’s Proposal price for completing the

Services or portion thereof withdrawn from the Consultant; (d) charge the Consultant a reasonable allowance, as determined by the Division Head, to cover

correction to the Services performed by the Consultant that may be required; (e) charge the Consultant for any costs and damages the City may have sustained as a result of the

Default; and (f) charge the Consultant the amount by which the cost of corrections to the Services exceeds the

allowance provided for such corrections, or any combination of the foregoing.

(5) The Consultant's obligation under this Agreement as to quality, correction and warranty of the Services, performed prior to the time of termination of this Agreement or termination of the Consultant's right to continue with the Services in whole or in part, shall continue to be in force after such termination.

(6) In addition to the foregoing rights of the City, the Division Head may, at his or her sole option and upon providing not less than ten (10) Working Days’ prior written notice to the Consultant, elect to suspend the Services for up to ninety (90) calendar days or discontinue the Services and terminate this Agreement for any reason. In such an event, the Consultant shall have no claim, including for any loss or damages, against the City except for payment for such of the Services as have been satisfactorily performed by the Consultant to the satisfaction of the Division Head to the date of notice of the suspension or discontinuance of Services, subject to any rights or remedies the City may have against the Consultant. The Consultant shall immediately suspend or discontinue the Services, as the case may be, on the date and to the extent specified in the notice and place no further orders for materials or services for the terminated portion of the Services. In the event of a discontinuance of Services, termination shall become effective on such date as shall be stated in the City's notice.

(7) The rights and remedies provided in this section given to the City are distinct, separate and cumulative, may be exercised at any time and from time to time independently or in combination, are in addition to all other legal, equitable or statutory rights, privileges and remedies to which the City is otherwise entitled, as well as any other rights and remedies stipulated in this Agreement, and the exercising or taking of any one right or remedy shall not preclude the exercising or taking of any other rights or remedies.

10. NON-WAIVER

No condoning, excusing or overlooking by the City or any of its representatives of any Default by the Consultant at any time or times in respect of any provision contained in this Agreement shall operate as a waiver of the City's rights under this Agreement in respect of any continuing or subsequent Default or so as to defeat or affect in any way the rights of the City under this Agreement in respect of any such continuing or subsequent Default. No waiver shall be inferred from or implied by anything done or omitted by the City or any of its representatives and no waiver of any rights of the City shall be effective unless expressly provided in writing by an authorized representative of the City.

11. SET-OFF

In addition to any other remedies the City may have under this Agreement, the City shall have the right to set-off, withhold, retain or deduct from amounts due or owing by the City to the Consultant under the Project an amount sufficient to cover any monetary Claims or other amount due or owing from time to time, or portions thereof, by the Consultant to the City, including any amount owing to the City pursuant to the Consultant’s indemnification of the City under this Agreement.

12. OCCUPATIONAL HEALTH & SAFETY

(1) The Consultant shall comply with all federal, provincial or municipal occupational health and safety

legislative requirements, including, and without limitation, the Occupational Health and Safety Act, R.S.O., 1990 c.0.1 and all regulations thereunder, as amended from time to time (collectively the "OHSA").

(2) Nothing in this section shall be construed as making the City the "employer" (as defined in the OHSA) of any workers employed or engaged by the Consultant for the Services, either instead of or jointly with the Consultant.

167 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 167: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

v.29-03-10 12

(3) The Consultant agrees that it will ensure that all subcontractors engaged by it are qualified to perform the Services and that the employees of subcontractors are trained in the health and safety hazards expected to be encountered in the Services.

(4) The Consultant acknowledges and represents that:

(a) The workers employed to carry out the Services have been provided with training in the hazards of the Services to be performed and possess the knowledge and skills to allow them to work safely;

(b) The Consultant has provided, and will provide during the course of this agreement, all necessary

personal protective equipment for the protection of workers;

(c) The Consultant’s supervisory employees are competent, as defined in the OHSA, and will carry out their duties in a diligent and responsible manner with due consideration for the health and safety of workers;

(d) The Consultant has in place an occupational health and safety policy in accordance with the

OHSA; and

(e) The Consultant has a process in place to ensure that health and safety issues are identified and addressed and a process in place for reporting work-related injuries and illnesses.

(5) The Consultant shall provide, at the request of the [General Manager/Executive Director/etc.] or his

designate, the following as proof of the representations made in subsections 4(a) and 4(d) of this section:

(a) documentation regarding the training programs provided or to be provided during the Services

(i.e. types of training, frequency of training and re-training); and (b) the occupational health and safety policy.

(6) The Consultant shall immediately advise the [General Manager/Executive Director/etc.] or his designate

in the event of any of the following:

(a) A critical injury that arises out of Services that is the subject of this agreement; (b) An order(s) is issued to the Consultant by the Ministry of Labour arising out of the Services that

is the subject of this agreement; (c) A charge is laid or a conviction is entered arising out of the Services that is the subject of this

agreement, including but not limited to a charge or conviction under the OHSA, the Criminal Code, R.S.C 1985, c. C-46, as amended and the Workplace Safety and Insurance Act, 1997, S.O. 1997, c. 16, Sched. A, as amended.

(7) The Consultant shall be responsible for any delay in the progress of the Services as a result of any

violation or alleged violation of any federal, provincial or municipal health and safety requirement by the Consultant, it being understood that no such delay shall be a force majeure or uncontrollable circumstance for the purposes of extending the time for performance of the Services or entitling the Consultant to additional compensation, and the Consultant shall take all necessary steps to avoid delay in the final completion of the Services without additional cost to the City.

(8) The parties acknowledge and agree that employees of the City, including senior officers, have no authority to direct, and will not direct, how employees, workers or other persons employed or engaged by the Consultant do work or perform a task that is the subject of this agreement.

168 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 168: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

v.29-03-10 13

(9) The Consultant:

(a) must, immediately upon the execution of this Agreement and prior to commencement of the Services, forward to the Division Head a copy of the Material Safety Data Sheets (the “MSDS”)

for each hazardous material (as defined in the OHSA) to be used in the performance of the Services;

(b) shall not bring onto the work site any hazardous material, as defined in the OHSA, without first obtaining the prior written authorization of the Division Head and maintaining at the Project site a copy of the relevant MSDS readily accessible to all workers, Consultant’s Personnel and City

personnel;

(c) shall not remove or interfere with any "designated substance" as defined by the OHSA, except in full compliance with the OHSA and after notifying the Division Head; and

(d) shall, following discovery that any designated substance has been removed or interfered with other than in compliance with subsection (c) of this section, forthwith report same to the Division Head and ensure that no further non-compliant removal or interference occurs.

13. SCHEDULES

The following Schedules attached to this Agreement shall constitute an integral part of this Agreement and all expressions defined in this Agreement shall have the same meanings in such Schedules, unless expressly provided otherwise in such Schedules:

Schedule "A": Professional Consulting Services Schedule "B": Fees and Expenses Schedule “SD-FINAL”: Statutory Declaration Schedule “C”: Consultant’s Cost of Services Proposal Schedule “D”: Clarification Letter(s) of the Consultant (if any)

The RFP, the Addenda (where applicable) and the Consultant’s Proposal are incorporated by reference into this Agreement as if they were set out in this Agreement in their entirety and form part of this Agreement, even if said documents are not physically attached hereto. The Consultant acknowledges receipt of such documents.

14. SUCCESSORS AND ASSIGNS

(1) This Agreement and all terms, covenants, conditions and provisions herein shall be binding upon and shall enure to the benefit of the City and the Consultant and their respective permitted assigns, successors and legal representatives.

(2) Except as expressly permitted in this Agreement, the Consultant shall not:

(a) assign, transfer or encumber in any manner or part this Agreement without the prior written consent of the City; or

(b) subcontract any Services under this Agreement or any part thereof to a third party or change any approved subcontractor without the prior written consent of the Division Head.

(3) No assignment or subcontracting shall, in any circumstances, relieve the Consultant of its responsibilities, obligations and liabilities under this Agreement.

169 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 169: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

v.29-03-10 14

15. AGREEMENT IN WRITING

No verbal arrangement or agreement relating to the Services will be of any force or effect unless it is in writing and signed by duly authorized representative(s) of the City. The City shall not be bound by any oral communication or representation whatsoever, including but not limited to any instruction, amendment or clarification of this Agreement or any of the documents comprising this Agreement, or any representation, information, advice, inference or suggestion, from any person (including but not limited to an elected official, employee, agent, independent consultant or any other person acting on the behalf of or at the direction of the City or other representative of the City) concerning this Agreement, any of the documents comprising this Agreement, or any other matter concerning this Agreement. Where in this Agreement a reference is made to the express written agreement, approval or consent of the City or the Division Head, it shall be understood that the City or Division Head shall not be deemed or construed to have agreed to any stipulation, specification, exclusion, limitation or other term or condition that deviates from a provision set out in this Agreement, unless that deviation is expressly confirmed in a written and express amendment to this Agreement.

No officer, employee, representative or agent of the City is authorized to orally alter any portion of this Agreement. The City shall not be bound by any written representation whatsoever concerning this Agreement unless executed by the person designated and authorized in accordance with this Agreement or in accordance with a direction or authorization of City Council. The Consultant releases and waives all claims whatsoever in negligence, in equity or otherwise with respect to any oral or unauthorized representations or communications.

16. ENTIRE AGREEMENT

The documents comprising this Agreement are complementary and what is required by any part thereof shall be considered as being required by the whole. This Agreement, as may be amended from time to time by the written agreement of the parties in accordance with the terms herein, contains the entire agreement between the parties hereto with respect to the subject matters hereof. It is agreed that there is no representation, warranty, collateral contract or condition affecting this Agreement except as expressed in it. No amendment, modification or supplement to this Agreement shall be valid or binding unless set out in writing and executed by the parties hereto.

17. GOVERNING LAW

This Agreement shall be governed by, subject to and construed in accordance with the laws of the Province of Ontario and the laws of Canada, as applicable to the matters herein. Any action or other legal proceeding arising under or with respect to this Agreement (including any motion or other interlocutory proceeding) shall be brought in a Court or a tribunal, whichever may be applicable, sitting in Toronto, Ontario. In the event that there is no applicable Court or tribunal sitting in Toronto, the proceeding shall be brought in the court (or other forum) of competent jurisdiction nearest to the City of Toronto within the Province of Ontario. The Consultant and the City each irrevocably submit to the exclusive jurisdiction of the courts of the Province of Ontario in accordance with the foregoing.

18. SURVIVAL

In addition to any obligations set forth in this Agreement that by their nature survive the completion of the Services or termination of this Agreement, those obligations set out in ss. 2(1)(g) and 2(6) [liability for and payment of Consultant’s Personnel], ss. 3(3) [retention of records], s. 5 [Rights of Ownership/Confidential Information], s. 6 [Insurance], ss. 7(2) [Workers’ Compensation Claims], s. 8 [Indemnities], s. 9

[Default/Termination], s. 11 [Set-Off], ss. 12(7) [OHSA indemnity], s. 14 [Successors and Assigns], s. 15 [Agreement in Writing] and s. 17 [Governing Law] or otherwise expressly intended to survive shall continue to bind the Consultant notwithstanding the completion of all or part of the Services and payment therefore in accordance with this Agreement or the termination of this Agreement.

19. SEVERANCE WHERE PROVISION ILLEGAL, ETC.

If any provision of this Agreement or the application thereof to any person or circumstances is found to be invalid, unenforceable or void by any court or tribunal of competent jurisdiction, such provision shall be deemed severable and all other provisions of this Agreement shall be deemed to be separate and independent therefrom and continue in full force and effect unless and until similarly found invalid, void or

170 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 170: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

v.29-03-10 15

unenforceable. The remaining provisions of this Agreement and its application to any person or circumstances shall not be affected thereby, but this severance provision shall apply only insofar as the effect of that severance is not to change the fundamental nature of the obligations assumed respectively by the City and Consultant.

20. FURTHER ASSURANCES

The Consultant agrees that it will do all such acts and execute all such further documents, conveyances, deeds, assignments, transfers and the like, and will cause the doing of all such acts and the execution of all such further documents (including waivers of moral rights) as are within its power to cause the doing or execution of, as the City may from time to time reasonably request, in writing, and as may be necessary or desirable to give full effect to this Agreement.

21. NOTICES

Any demand or notice to be given pursuant to this Agreement shall be duly and properly made and given if made in writing and delivered to the party for whom it is intended at the address as set out below, either personally, by facsimile or by means of prepaid registered mail addressed to such party as follows:

(1) in the case of the City:

City of Toronto [ENTER Division Head] [ENTER Division Head’s Address] Attention: [ENTER contact person]

(2) in the case of the Consultant: [ENTER Consultant’s name and address] Attention: [ENTER contact person]

or to such other addresses as one party may from time to time notify the other party in writing, and any demand or notice so made or given shall be deemed to have been duly and properly given and received on the day on which it was personally delivered or, if delivered by facsimile, shall be deemed to be delivered as of the next Business Day following the date of transmission (provided a confirmation of transmission receipt is issued) or, if mailed, then, in the absence of any interruption in postal service in the City of Toronto affecting the delivery or handling thereof, on the day following three (3) full Business Days following the date of mailing.

171 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 171: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

v.29-03-10 16

IN WITNESS WHEREOF the City and the Consultant have hereunto affixed their respective corporate seals attested to by the hands of their proper officers in that behalf duly authorized.

SIGNED, SEALED AND DELIVERED ) CITY OF TORONTO ) in the presence of: ) ) ) ) City Clerk ) City Clerk [delete where not required] ) (c/s) ) ) _____________________________ ) [ENTER - Division Head’s Title] ) )

) [enter Consultant’s Full Legal Name] ) ) ) ______________________________ ) Name: ) Title: ) (c/s) ) ) ______________________________ ) Name: ) Title: ) ) I/We have authority to bind the Corporation.

Approved As To Form

………………………………………… Confirmed by Division Head:

----------------- ----- Alternate Wording #1 -----

Authorized by Division Head pursuant to Municipal Code Chapters 71 and 195.

------ Alternate Wording # 2 ------

Authorized by Minute No. [ENTER #] of the Bid Committee on

the ______ day of ______________.

------ Alternate Wording # 3 ------

Authorized by name of standing Committee, Item No. [ENTER #], as adopted by City of Toronto Council on

the ______ day of ________________________.

172 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 172: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

v.29-03-10 17

SCHEDULE “A”

PROFESSIONAL CONSULTING SERVICES Subject to the provisions of this Agreement, the Consultant shall provide the Services more particularly described in this Schedule for the Project, ensuring that the project approach, staffing, organization, methodology and schedule are in accordance with the RFP and the Consultant's Proposal. Services:

[USE where Services all in one Agreement]

The Consultant shall provide and undertake the following Services for the Project:

[insert Brief Description of Services to be performed under this Agreement – See following examples:]

Preliminary Design and Detailed Design for the Project [DELETE if not applicable] Services during construction including office and site supervision services, testing and

commissioning [DELETE if not applicable] Post-Construction Services for the Project [DELETE if not applicable]

including those Services identified in:

Sections 2 and 3, Appendix A.1, Appendix A.4 and Appendix A.5 of the RFP; and [INSERT

applicable Appendices for the Services]

the Consultant’s Technical Proposal. For further clarity, Optional Items included in the Consultant’s Proposal shall not be included in the Services unless identified as a Provisional Item in this Schedule.

and, without limiting the foregoing, those related professional services and responsibilities otherwise detailed in the RFP and this Agreement in the nature of a general or specific responsibility of the Consultant related to the Project.

[USE for Preliminary and Detailed Design Services Agreement]

The Consultant shall provide and undertake the following Services for the Project:

Preliminary Design and Detailed Design for the Project

including those Services identified in:

Sections 2, 3.1, 3.2, 3.3, 3.4 and 3.8, Appendix A.1, Appendix A.4 and Appendix A.5 of the RFP; and [INSERT correct Section & Appendix references from RFP]

the Consultant’s Technical Proposal. For further clarity, Optional Items included in the Consultant’s Proposal shall not be included in the Services unless identified as a Provisional Item in this Schedule.

and, without limiting the foregoing, those related professional services and responsibilities otherwise detailed in the RFP and this Agreement in the nature of a general or specific responsibility of the Consultant related to the Project, save and except services during construction (including site supervision services, testing and commissioning) and post-construction service set out in sections 3.5, 3.6 and 3.7 and Appendix A.6 and Appendix A.7, of the RFP which are subject to two further separate agreements (which may include a purchase order for post-construction services). [INSERT

correct Section & Appendix references from RFP]

173 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 173: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

v.29-03-10 18

[USE for Services during Construction Agreement]

The Consultant shall provide and undertake the following Services for the Project:

Services during construction including site supervision services, testing and commissioning

including those Services identified in:

Sections 2, 3.1, 3.2, 3.5, 3.6 and 3.8, Appendix A.1, Appendix A.6 and Appendix A.7 of the RFP; and [INSERT correct Section & Appendix references from RFP]

the Consultant’s Technical Proposal. For further clarity, Optional Items included in the Consultant’s Proposal shall not be included in the Services unless identified as a Provisional Item in this Schedule.

and, without limiting the foregoing, those related professional services and responsibilities otherwise detailed in the RFP and this Agreement in the nature of a general or specific responsibility of the Consultant related to the Project, save and except preliminary design and detailed design services and post-construction services set out in sections 3.3, 3.4 and 3.7 and Appendix A.4 and Appendix A.5 of the RFP which are subject to two separate agreements (which may include a purchase order for post-construction services). [INSERT correct Section & Appendix references from RFP]

[Provisional Items clause - DELETE where inapplicable]

Provisional Items:

In addition to the foregoing, the Consultant shall provide the following Provisional Items set out in the Consultant’s Proposal, if and when required by the Division Head:

[INSERT, as applicable]

[INSERT, as applicable]

[INSERT, as applicable]

Throughout the Project, the Consultant shall work collaboratively with the City staff. The Consultant shall ensure that sufficient time and resources are allocated to allow for City’s input into decision-making processes, that the City’s concerns are adequately addressed and that all Services are coordinated with the other active associated projects as required. The Consultant shall provide any Additional Services, if and as may be required by the City, upon the prior written authorization to proceed with such Additional Services from the Division Head. The fees and expenses for any such Additional Services are subject to the approval of the Division Head, in his/her sole discretion, and, if approved, shall be paid under the contingency allowance (where applicable) provided for in Schedule "B" - Fees and Expenses to this Agreement.

174 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 174: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

v.29-03-10 19

SCHEDULE “B”

FEES AND EXPENSES

1. Notwithstanding anything to the contrary in this Agreement, the total fees and disbursements (including overhead and all taxes) for all Services to be provided by the Consultant under this Agreement, including any authorized Provisional Items and Additional Services, shall not exceed a maximum price of $000,000.00 (the “Maximum Agreement Price”).

2. The Consultant’s fees and disbursements are set out in its Cost of Services Proposal attached as Schedule C, as modified by any Clarification Letter(s).

[where the Services to be performed by the Consultant under this Agreement are not separately set out in the Consultant’s Cost of Services Proposal (i.e. separately for design/construction/post-construction) OR where CLARIFICATIONS have altered the amounts in the Consultant’s Cost of Services Proposal or Mathematical ERRORS need to be corrected INSERT revised Cost of Services table below and DELETE above sentence]

2. The Consultant’s fees and disbursements are comprised of the following:

Service Deliverables Cost

A. BASE SERVICE DELIVERABLES :

[INSERT Type of Service – e.g. Preliminary Design] $000,000.00 [INSERT Type of Service – e.g. Detailed Design] $000,000.00 Disbursements $000,000.00

BASE DELIVERABLES SUB-TOTAL: $000,000.00

B. PROVISIONAL ITEMS: (WHERE APPLICABLE AND AUTHORIZED)

[INSERT Item] $000,000.00 [INSERT Item] $000,000.00 [INSERT Item] $000,000.00

PROVISIONAL ITEMS SUB-TOTAL: $000,000.00

C. CONTINGENCY ALLOWANCE FOR ADDITIONAL SERVICES: (WHERE APPLICABLE AND AUTHORIZED) $000,000.00 Maximum Agreement Price for Services (exclusive of GST) $000,000.00

GST @ 5% $00,000.00 Maximum Agreement Price for Services (inclusive of GST) $000,000.00

3. An amount of $000,000.00 (inclusive of all fees, disbursements and taxes) is reserved as an allowance for

Provisional Items, where authorized by the Division Head. [DELETE where not applicable] 4. An amount of $000,000.00 (inclusive of all fees, disbursements and taxes) is reserved as a contingency

allowance for Additional Services which may arise during the course of the Project, where authorized by the Division Head. [DELETE where not applicable]

5. The initial estimated cost of Service deliverables or tasks may be adjusted during the Agreement by mutual

agreement between the City and the Consultant, provided that the total cost of Services under this Agreement is not greater than the Maximum Agreement Price.

6. Provisional Items and Additional Services shall only be provided on an “as and when requested” basis.

The City shall not be responsible for the payment of any Provisional Item or Additional Services unless those services have been authorized and assigned to the Consultant by prior written approval of the

175 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 175: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

v.29-03-10 20

Division Head. If and upon being authorized, the Consultant shall proceed forthwith to supply the Provisional Item(s) or Additional Service(s), as the case may be, in accordance with: (i) the provisions of this Agreement; (ii) the terms of such authorization; and (iii) in the case of Provisional Items, the price set out in the Consultant’s Proposal; or in the case of Additional Services, the applicable unit rates or prices or lump sum amount set out in the Consultant’s Proposal or otherwise agreed to in writing by the Consultant and the Division Head, as the case may be.

7. If any Services under this Agreement are included by the Consultant in a progress claim as partially or

fully completed, but are not completed in accordance with this Agreement, the City may withhold from payment the total amount payable, or a part thereof, for those Services until they are completed or corrected to the full satisfaction of the Division Head, and the Division Head shall notify the Consultant in writing of its action and the reason for same.

8. The City shall pay the Consultant on a monthly basis, within forty-five (45) days of the City’s receipt of the

Consultant's invoice properly prepared to show details of the portion of the Services accomplished and the hours expended by the Consultant's Personnel to carry out the Services covered by the said invoice.

9. All or part of the aforementioned amounts are to be paid by the Consultant on a timely basis to any other

firm and/or personnel which assists the Consultant in performing part or all of the Services, and the Consultant shall advise the Division Head when such payments by the Consultant have all occurred. It is agreed and understood that the City will not pay any firm and/or personnel other than the Consultant for the Services and that it is the Consultant's responsibility to pay all the other firms and personnel.

10. The Consultant's fees and disbursements shall be in accordance with the Consultant's Cost of Services

Proposal [REPLACE “the Consultant’s Cost of Services Proposal” with “section 2 of this Schedule” where

replacement has been made in section 2] and shall not exceed the specified Maximum Agreement Price with respect to the Services under this Agreement. Subject to section 7 [Confirm correct section reference] (Cost of Services) of the RFP, the payment for Services and authorized Additional Services shall be paid in accordance with the following:

(a) Time of Principals, Senior Officers, Specialists

For time-based services, Personnel specifically identified in the Consultant’s Proposal attached hereto shall be billed at the all-inclusive hourly or per diem flat rates indicated therein or this Schedule “B”, as the case may be; otherwise billing rates for this class of personnel shall be submitted for review and shall be subject to prior approval of the Division Head.

(b) Time of other Staff For time-based services, staff or personnel classifications specifically identified in the Proposal attached hereto shall be billed at the hourly or per diem flat rates indicated therein.

Billing rates for staff or classifications other than those identified in the Proposal shall be submitted for review and shall be subject to prior approval of the Division Head.

(c) Disbursements A lump sum limit for any and all anticipated disbursements required in connection with any part of the Services shall be provided as identified in the RFP.

Payments for disbursements will be pro-rated based on the value of the Services performed during a billable period.

SCHEDULE “SD-FINAL”

STATUTORY DECLARATION BY THE CONSULTANT

RE: FINAL PAYMENT

176 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 176: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

v.29-03-10 21

PROVINCE OF ONTARIO ) IN THE MATTER OF ) the consulting agreement entered into ) between the City of Toronto ) and ___________________________________ ) dated ___________________ (the “Agreement”) ) and an Invoice dated ___________________ (the “Invoice”) ) To Wit:

I, ____________________________________ of the ____________________________________ (Name) (City, Town, etc.)

in the ____________________________________ (Regional Municipality, City, etc.)

do solemnly declare that: [modify to appropriate professional type, where no engineering services are being provided under agreement]

1. I am a senior professional engineer employed by ______________________________________ (Consultant’s full legal name)

(the “Consultant”). I have personal knowledge of the facts herein set forth and, as a duly authorized representative of the Consultant, have the authority to certify as follows.

2. Attached hereto and marked as Exhibit A to this my declaration are true copies of statements of the

Consultant as part of the Invoice addressed to the City of Toronto setting forth in detail the services performed and the disbursements incurred by the Consultant during the period from the ____ day of _________________, 200___ to the ____ day of _________________, 200___, and for which payment is requested. I do hereby certify that such services were performed and such disbursements were properly incurred by the Consultant pursuant to and in accordance with the provisions of the Agreement.

3. The Consultant has completed all Services (as defined in the Agreement) to be performed by the

Consultant. AND I make this solemn declaration conscientiously believing it to be true and knowing that it is of the same force and effect as if made under oath and by virtue of the Canada Evidence Act. DECLARED before me at the ) ) _________________ of _____________________, ) ) in the Province of Ontario, ) ) this day of _________________, 200___. ) ________________________________ ) ) ) _______________________________ ) A Commissioner, etc.

177 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 177: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

v.29-03-10 22

SCHEDULE “C”

CONSULTANT’S COST OF SERVICES PROPOSAL

[ATTACH Cost of Services Proposal for the Services applicable to this Agreement - e.g. Cost of Services Proposal for Design

Services/ Cost of Services Proposal for Construction Services - where Services are not all within 1 agreement]

178 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 178: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

v.29-03-10 23

SCHEDULE “D”

CONSULTANT’S CLARIFICATION LETTER(S)

[REMOVE Schedule “D” where there are no clarifications]

179 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT

Page 179: CITY OF TORONTO Engineering and Construction Services … · 2 days ago · BASEMENT FLOODING REMEDIATION AND WATER QUALITY IMPROVEMENT MASTER PLAN CLASS ENVIRONMENTAL ASSESSMENT

v.29-03-10 24

CERTIFICATE OF INSURANCE

To be completed only by the Insurer or its representative)

City of Toronto Contact Name:

Address:

1. Name of Insured 2. Address and Telephone # of Insured

3. Operations of Named Insured for which certificate is issued: (NOTE: Provide specific project information including the Toronto contract number) 4. Commercial General Liability

Please state amount of deductible or self retained portion of coverage: _____________________________

Insuring Company Policy Number Policy Limit(s) (per occurrence) Effective Date Expiry Date

Primary Insurer:

Umbrella/Excess Insurer:

5. Policy Provisions/Amendments/Endorsements

A. Commercial General Liability is extended to include Cross-Liability and Severability of Interest, Broad Form Contractual Liability, Owner’s and Contractor’s Protective Liability, Contingent Employers Liability, Employer’s Liability, Non-Owned Automobile Liability, Products/Completed Operations, Personal Injury Liability and, if applicable to the insured operations as detailed in Item 3, coverage for Blasting, Pile Driving and Collapse.

B. The CITY OF TORONTO, ITS BOARDS, AGENCIES, COMMISSIONS OR SUBSIDIARY OPERATIONS, AS APPLICABLE, are included as Additional Insureds but only with respect to liability arising out of the operation of the Insured for which a Contract is issued by the City of Toronto.

C. The Commercial General Liability Policy(ies) identified above shall protect each insured in the same manner and to the same extent as though a separate policy has been issued to each, but nothing shall operate to increase the Limits of Liability as identified above beyond the amount or amounts for which the Company would be liable if there had been only one Insured.

D. The Commercial General Liability Policy(ies) identified above shall apply as primary insurance and not excess to any other insurance available to the Additional Insureds as set out in Item 5B.

E. If cancelled or materially changed to reduce the coverage outlined on this Certificate during the period of coverage as stated herein, thirty (30) days, (fifteen (15) days if cancellation is due to non-payment of premium), prior written notice by registered mail will be given by the Insurer(s) to the CITY OF TORONTO at the address provided on this Certificate.

6. Automobile Liability (if applicable): Please note Sections 5A to 5D do not apply to this policy.

Insuring Company Policy Number Policy Limit(s) Effective Date Expiry Date

CERTIFICATION

I certify that the insurance is in effect as stated in this Certificate and that I have authorization to issue this Certificate for and on behalf of the Insurer(s). This Certificate is valid until the expiration date(s) shown in Item 4 (and Item 6 if applicable) unless notice is given in writing in accordance with Item 5E.

Date Broker’s or Insurer’s Name and Address Signature and Stamp of Certifying Official

180 of 180

VIEW

ING C

OPY ONLY

DO NOT S

UBMIT