humber treatment plant hvac and water systems upgrades … · humber treatment plant hvac and water...

213
Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 CITY OF TORONTO Engineering and Construction Services Servicing Toronto Water, Solid Waste Management and Transportation Services HUMBER TREATMENT PLANT HVAC AND WATER SYSTEMS UPGRADES REQUEST FOR PROPOSAL Table of Contents SECTION 1 TERMINOLOGY ................................................................................................................ 4 1.1 REFERENCES TO LABELED PROVISIONS .......................................................................... 4 1.2 DEFINITIONS ......................................................................................................................... 4 1.3 INTERPRETATION ................................................................................................................. 5 1.4 PROPOSAL PROCESS .......................................................................................................... 5 SECTION 2 OVERVIEW........................................................................................................................ 6 2.1 INTRODUCTION ..................................................................................................................... 6 2.2 CURRENT STUDIES, DESIGN AND CONSTRUCTION PROJECTS .................................... 6 2.3 CITY REFERENCE DOCUMENTS AND STANDARDS .......................................................... 8 2.4 MANDATORY SITE/INFORMATION MEETING ................................................................... 10 SECTION 3 SCOPE OF WORK .......................................................................................................... 10 3.1 SCOPE OF WORK OVERVIEW ............................................................................................ 10 3.2 GENERAL PROJECT REQUIREMENTS .............................................................................. 19 3.3 ENGINEERING STUDIES/ENVIRONMENTAL ASSESSMENTS (EA) NOT APPLICABLE 19 3.4 PRELIMINARY DESIGN ENGINEERING SERVICES .......................................................... 20 3.5 DETAILED DESIGN ENGINEERING SERVICES ................................................................. 22 3.6 SERVICES DURING CONSTRUCTION ............................................................................... 24 3.7 SERVICES DURING TESTING AND COMMISSIONING ..................................................... 26 3.8 POST CONSTRUCTION SERVICES .................................................................................... 26 3.9 ALTERNATIVES SUGGESTED BY PROPONENT ............................................................... 27 SECTION 4 CITY OF TORONTO’S RESPONSIBILITIES .................................................................. 29 4.1 GENERAL ............................................................................................................................. 29 4.2 CONSULTANT PERFORMANCE EVALUATION.................................................................. 29 SECTION 5 PROPOSAL EVALUATION AND SELECTION .............................................................. 31 5.1 SELECTION COMMITTEE ................................................................................................... 31 5.2 SELECTION CRITERIA ........................................................................................................ 31 5.3 SELECTION PROCESS ....................................................................................................... 33 5.4 CLARIFICATIONS ................................................................................................................ 33 5.5 INTERVIEW .......................................................................................................................... 33 5.6 EVALUATION RESULTS ...................................................................................................... 34 5.7 NEGOTIATIONS AND AGREEMENT ................................................................................... 34 5.8 CONSULTING AGREEMENTS/PURCHASE ORDERS........................................................ 35 2 of 215 Viewing Copy Only DO NOT SUBMIT

Upload: others

Post on 08-Jul-2020

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

CITY OF TORONTO Engineering and Construction Services

Servicing Toronto Water, Solid Waste Management and Transportation Services

HUMBER TREATMENT PLANT HVAC AND WATER SYSTEMS UPGRADES REQUEST FOR PROPOSAL

Table of Contents

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

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

SECTION 2 OVERVIEW ........................................................................................................................ 6 

2.1  INTRODUCTION ..................................................................................................................... 6 2.2  CURRENT STUDIES, DESIGN AND CONSTRUCTION PROJECTS .................................... 6 2.3  CITY REFERENCE DOCUMENTS AND STANDARDS .......................................................... 8 2.4  MANDATORY SITE/INFORMATION MEETING ................................................................... 10 

SECTION 3 SCOPE OF WORK .......................................................................................................... 10 

3.1  SCOPE OF WORK OVERVIEW ............................................................................................ 10 3.2  GENERAL PROJECT REQUIREMENTS .............................................................................. 19 3.3  ENGINEERING STUDIES/ENVIRONMENTAL ASSESSMENTS (EA) – NOT APPLICABLE 19 3.4  PRELIMINARY DESIGN ENGINEERING SERVICES .......................................................... 20 3.5  DETAILED DESIGN ENGINEERING SERVICES ................................................................. 22 3.6  SERVICES DURING CONSTRUCTION ............................................................................... 24 3.7  SERVICES DURING TESTING AND COMMISSIONING ..................................................... 26 3.8  POST CONSTRUCTION SERVICES .................................................................................... 26 3.9  ALTERNATIVES SUGGESTED BY PROPONENT ............................................................... 27 

SECTION 4 CITY OF TORONTO’S RESPONSIBILITIES .................................................................. 29 

4.1  GENERAL ............................................................................................................................. 29 4.2  CONSULTANT PERFORMANCE EVALUATION.................................................................. 29 

SECTION 5 PROPOSAL EVALUATION AND SELECTION .............................................................. 31 

5.1  SELECTION COMMITTEE ................................................................................................... 31 5.2  SELECTION CRITERIA ........................................................................................................ 31 5.3  SELECTION PROCESS ....................................................................................................... 33 5.4  CLARIFICATIONS ................................................................................................................ 33 5.5  INTERVIEW .......................................................................................................................... 33 5.6  EVALUATION RESULTS ...................................................................................................... 34 5.7  NEGOTIATIONS AND AGREEMENT ................................................................................... 34 5.8  CONSULTING AGREEMENTS/PURCHASE ORDERS ........................................................ 35 

2 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 2: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

5.9  INSURANCE ......................................................................................................................... 35 

SECTION 6 TECHNICAL PROPOSAL SUBMISSION ....................................................................... 37 

6.1  SUBMISSION OVERVIEW ................................................................................................... 37 6.2  PROPOSAL DOCUMENTATION AND DELIVERY ............................................................... 37 6.3  TECHNICAL PROPOSAL CONTENT ................................................................................... 38 

SECTION 7 COST OF SERVICES ...................................................................................................... 45 

7.1  COST OF SERVICES DOCUMENTATION AND DELIVERY ................................................ 45 7.2  COST OF SERVICES SUBMISSION CONTENT - GENERAL .............................................. 45 7.3  BASE SCOPE OF WORK AND PROVISIONAL ITEMS ........................................................ 46 7.4  ALTERNATIVES SUGGESTED BY PROPONENT ............................................................... 50 7.5  PAYMENTS FROM COST OF SERVICES PROPOSAL ....................................................... 50 7.6  CONTINGENCY ALLOWANCE ............................................................................................ 51 7.7  CURRENCY .......................................................................................................................... 51 7.8  TAXES .................................................................................................................................. 51 

APPENDICES ....................................................................................................................................... 52 

APPENDIX A - TEHNICAL SERVICES: DESIGN AND CONSTRUCTION MAJOR WORKS FACILITIES PROJECTS APPENDIX B - RFP TERMS AND CONDITIONS APPENDIX C - STANDARD SUBMISSION FORMS APPENDIX D - SPECIMEN CONTRACT AGREEMENT, INCLUDING INSURANCE FORMS APPENDIX E - PROJECT REFERENCE MATERIAL

  

3 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 3: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

SECTION 1 TERMINOLOGY 1.1 REFERENCES TO LABELED PROVISIONS

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

1.2 DEFINITIONS

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

.2 “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.

.3 “City” means the City of Toronto.

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

.5 “Council” means City Council.

.6 “HST” means Harmonized Sales Tax.

.7 "HTP" means the Humber Treatment Plant.

.8 "HVAC" means Heating, Ventilation and Air Conditioning.

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

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

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

.12 "PCS" means the Process Control System. This system provides plant wide monitoring and control of all plant process equipment, controls and instrumentation.

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

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

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

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

4 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 4: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

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

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

.19 "HTP" means the Humber Treatment Plant.

1.3 INTERPRETATION

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

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

(b) a reference to any Act, bylaw, rule or regulation or to a provision thereof shall be deemed to

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

(c) all amounts are expressed in Canadian dollars and are to be secured and payable in Canadian

dollars; (d) all references to time shall be deemed to be references to current time in the City; (e) a word importing only the masculine, feminine or neuter gender includes members of the other

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

(f) any words and abbreviations which have well-known professional, technical or trade meanings,

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

Canadian Institute of Chartered Accountants; and (h) all index and reference numbers in the RFP or any related City document are given for the

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

(i) Any reference in this RFP to the City's Technical Services Division shall be read as

Engineering & Construction Services Division.

1.4 PROPOSAL PROCESS

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

5 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 5: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

SECTION 2 OVERVIEW 2.1 INTRODUCTION

.1 The City of Toronto (City) requires the provision of engineering services for the upgrades of plant-wide HVAC and water systems (the Project) in the Humber Treatment Plant (HTP).

.2 The HTP is one of the four wastewater treatment plants operated by Toronto Water. The HTP is located in Etobicoke, 130 the Queensway.

.3 The HTP was constructed in 1950s and expanded over the years. The plant current rated capacity is 473 ML/d. The overall plant treatment consists of the following processes: preliminary and primary treatment, secondary treatment, chemical phosphorus removal, gaseous chlorine disinfection, chemical de-chlorination, Lake Ontario effluent disposal system, secondary sludge thickening, and primary and secondary digestion with offsite ultimate sludge processing.

.4 The HTP buildings have HVAC systems that are a mixture of legacy/dated design and a new state-of-the-art design. Both dated and new systems experience operational challenges and have deficiencies identified by the Plant staff.

.5 The HTP uses utility purchased electricity and natural gas and on-site produced digester gas for building space and process heating purposes. The heating energy is distributed by a plant-wide hot water heating loop serving almost the entire plant. This centralized hot water heating system has numerous operational inconveniences and deficiencies.

.6 The HTP uses potable water, separated water (potable water downstream of backflow preventers) and filtrated flushing water (treated sewage undergone filtration and disinfection) for various plant uses. The Plant staff identified areas of improvement within these systems.

.7 The purpose of this RFP is to obtain engineering services to address issues outlined in items 4, 5, and 6 above.

2.2 CURRENT STUDIES, DESIGN AND CONSTRUCTION PROJECTS

.1 The following section describes some of the related projects and activities currently underway within Toronto. Some may only have a minor impact on the proposed project. The information has been made available to provide perspective on the current situation.

Studies/Design Assignments/Construction Projects Underway

.1 Chlorination Facility Conversion to Sodium Hypochlorite – the project is now under construction and its scope is to eliminate gaseous chlorine from the disinfection system. New sodium hypochlorite (liquid chlorine) system will be housed in the existing building. New standby power to serve the converted system will be also constructed.

.2 Odour Control and Preliminary Treatment Upgrades – the project has been tendered. Its scope includes significant overhaul of the preliminary treatment, redirection of odorous air to a new, large bio-filter and redistribution of aeration exhaust air from chemical scrubber/ozonation directly to atmosphere. Demolition of the chemical scrubber and ozonation facility is also planned under this contract.

.3 Secondary Treatment and North Primaries Upgrades – this long-term program includes three major contracts spreading in time for next 12 years. Contract #1 (recently awarded construction

6 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 6: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

tender) is to replace the travelling bridges in the North Primary Clarifiers. Contract #2 (in early design stages) includes major overhaul of the entire South Plant secondary treatment area. Contract #3 includes major overhaul of North Plant secondary treatment, but its design is in preliminary stages and may not be constructed before 2020.

.4 New East End Workshop and Conversion of Storage Building to RAS Control Room and Staff Facility – this project will be tendered in the near future and its scope includes construction of a new workshop/storage building in the east end of the plans as well as conversion of the secondary treatment control room and staff facilities relocation to an existing storage building complete with major upgrade of the said building.

.5 Digesters 7 and 8 Upgrades – this is an on-going construction project that involves rehabilitation of the digesters 7 and 8 as well and re-grading and stormwater management improvement of the entire digesters area (with exception to 9 and 10)

.6 Digesters 9 and 10 Upgrades – the project is in the design stage and is expected to be awarded shortly; it includes rehabilitation of the digesters 9 and 10 and regarding of the area to improve stormwater management.

.7 Cogeneration System Upgrades – the construction contract has been recently awarded. The scope includes numerous existing co-generation facility upgrades to improve reliability and safety. Construction to start in the fall 2013 and will take place in the gas compressor building, engine room, and engine room basement. Some co-gen related electrical plant-wide work is planned.

.8 NFPA 820 Headhouse Upgrades – the project is in its last stages of construction and its activities are limited to the existing Headhouse and North Grit Building.

.9 New Substation Construction – a new substation is being constructed at the south end of the plant. New cables and duct banks will be run Plant-wide. Construction is on-going until 2014 year-end.

.10 Plant-wide miscellaneous electrical upgrades – as a result of a Plant-wide electrical assessment project, numerous electrical equipment is being replaced.

.11 Aeration tanks repairs – major repairs of concrete and aeration equipment are being carried out in the North and South Aeration Tanks, but currently limited to one AT in the south.

.12 New Backflow Preventers Installation – new BFPs are installed on existing City water intakes to the Plant.

.13 Installation of new miscellaneous lifting devices – several minor lifting devices are being installed under blanket contract, such as monorails in square secondary tanks access houses and a small jib crane in the de-chlorination building.

.14 Final Clarifiers 13-15 Resurfacing – construction activity by City forces is taking place in this area to replace deteriorated interlocking stone with concrete paving.

Studies/Design/Construction Projects Planned

.15 Cleaning, testing and minor rehabilitation and repairs of digesters 1 through 6 – as part of the City overall digester cleaning program, digesters 1-6 may be soon due to be cleaned, pressure tested and if needed, repaired.

7 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 7: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

.16 Upgrade of primary sludge and scum handling systems – the City undertook a study to upgrade the primary scum and sludge handling/pumping system.

.17 Conversion of chlorination, de-chlorination, and effluent pumping station heating to glycol/hot water from existing electrical heating.

.18 Review status and upgrade needs of the existing effluent pumping station.

2.3 CITY REFERENCE DOCUMENTS AND STANDARDS

.1 The following reference documents will be provided on CD to those Proponents that attend and sign in at the mandatory site meeting. Viewing of these documents at Metro Hall may also be arranged as noted in 2.3.2.

a. Digester 1-6 HVAC Manual.

b. Master P&ID's for Humber Treatment Plant (Complete Volume). Within this volume, only those drawings noted within this RFP will/may require updating.

c. Sample HVAC Process & Instrumentation Diagrams.

.2 The following reference documents are available for viewing at Metro Hall. In order to arrange a review please contact Mr. Gino Marccocia of the Engineering and Construction Services at (416) 392-8260. The following is a brief summary of each document:

a. “CADD Specifications for MicroStation V8”. This document includes the City standards and requirements regarding drawing documentation.

b. Toronto Water Process Control Systems (PCS) Implementation Guidelines, latest version. This document includes the design and construction requirements with respect to instrumentation and control and SCADA at Toronto Water facilities. This manual is available in CD format to the proponents. The current version of the manual is subject to change and the latest version will be provided to the proponent at the commencement of the assignment. The requirements as outlined in this manual are to be used for preparation of the proposal and are not to be copied.

c. Toronto Water 13040 Equipment Tagging Standard, latest version.

d. Toronto Water 13100 Instrumentation Design Standard.

e. Toronto Water 13300 Control Panel Design Standard.

f. Toronto Water 16020 Electrical Control Schematic Diagram Standard.

g. Field Services Manual, City of Toronto, Technical Services, October 2007.

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

i. Use of Owners Site During Construction – Specification 01040

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

k. Confined Space Entry Procedures.

l. Facility Drawings CD, which contains the related facility engineering drawings that are available from the City.

m. The Facility Asbestos Management Plan and Designated Substances Lists for Humber Treatment Plant. The designated substances lists (DSL) for the related facilities are available for viewing.

8 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 8: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

.3 Environmental Compliance Approvals (ECAs).

a. Current ECA (Air) – note that this document will have to be amended to reflect new HVAC equipment that is a source of noise.

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

a. The City of Toronto’s “Standard Construction Specifications & Drawings for Sewers, Watermains and Roads"

www.toronto.ca/calldocuments/construction_specs.htm.

b. City of Toronto Green Building Standard, 2010:

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

c. City of Toronto Accessibility Guidelines, 2004:

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

.5 Copies of the appropriate documents will be supplied to the successful proponent.

2.4 MANDATORY SITE/INFORMATION MEETING

.1 A mandatory site meeting will be held on January 8, 2014 at 9:00 a.m. at the Humber Treatment Plant. The Proponents must sign in the log in the main administration building lobby where initial briefing will be held followed by the site walkabout. Any questions that the proponents may have must to be submitted in writing to the City Contact and will be answered in writing in a form of an addendum to the RFP. Safety boots and hard hats are mandatory for the walkabout.

.2 Interested Proponents must attend the site /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 site /information meeting shall be declared informal and will not be considered. Individuals attending the meeting must sign in and clearly indicate on the sign in sheet the name of the firm they are representing.

9 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 9: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

SECTION 3 SCOPE OF WORK 3.1 SCOPE OF WORK OVERVIEW

.1 The major scope of work items are as follows;

a. Upgrade the Plant HVAC Systems/equipment and associated controls, including centralized plant monitoring.

b. Upgrade the Plant Water Distribution Systems (Potable, Separated and Filtered Flushing) and associated controls required for connection to the Plant PCS.

c. Upgrade Plant Hot Water Heating Loop equipment and associated controls required for connection to the Plant PCS.

.2 Definitions:

a. Potable Water: water supplied from external City watermain.

b. Separated Water: potable water downstream of backflow preventers.

c. Filtrated Flushing Water: treated sewage that has undergone filtration and disinfection, and is reused at the Plant for process purposes.

.3 Plant HVAC Systems; Specifically, the scope of work includes the following;

a. Plant Wide

i) Provision of lifting devices over maintenance intensive equipment, where required (mainly at the recently installed glycol packages).

ii) Removal of redundant legacy equipment and piping no longer in operation (mainly in north plant operational galleries).

iii) Replacement of existing Glycol systems with Hot water systems in certain air handling units exposed to external air that are susceptive to freezing.

iv) Replacement or upgrading of existing HVAC equipment where there exists insufficient ventilation and/or lack of mechanical cooling in some electrical rooms.

v) Provision of central monitoring and control of all plant HVAC equipment with new Building Automation System (BAS). See section 3.1.3i below.

vi) Upgrade/addition of local controls on all existing/new HVAC equipment for the provision of monitoring/control from new BAS.

vii) Provision of remote monitoring/alarming from plant wide PCS SCADA System for specific designated 'Process" HVAC equipment; e.g. Gallery Ventilation fans, Chemical ventilation fans.

viii) Development of comprehensive Operational Procedures for Plant-wide HVAC and building specific narratives in some areas. As a minimum, the narratives shall include a description of the operation of all glycol/water and supply/exhaust air systems, modes of operation, system functions, recommended settings, alarms, remote operation, and comprehensive specific maintenance and troubleshooting guidelines for all system components.

ix) Development of Process & Instrumentation Diagrams (samples will be attached). x) Refer to Table E-1 in Appendix E for list of estimated quantities of new

equipment/devices.

b. Main Administration Building

i) Elimination of existing electrical duct pre-heater and upgrade to incorporate the existing glycol system serving administration building. Investigate the practicality of modifying the existing glycol system heat exchanger by increasing its size (with

10 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 10: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

additional plates) and upgrading the existing circulation pumps to increase their capacity as needed, to compensate for the removed electrical duct heater.

ii) Replacement of the central air units control system and other components such as glycol heating coils as needed to compensate for the removed electrical heating capacity, and chilled water and glycol temperature control valves.

iii) Replacement of all the existing piping, ducting and fans, unless deemed sufficient for the upgraded system, in terms of size and condition.

iv) Upgrade supply and exhaust air system for all areas with High Occupancy rating (two lunch rooms, two board rooms). Include for modification (as required) to existing supply ducting, diffusers and passive exhausts via door louvers. For replacement of the existing passive exhaust, consider alternatives including the use of transfer fans (between the room and corridor) in the suspended ceiling space with limited local ducting.

v) Review options and provide supplementary ductless AC system independent from central cooling and heating systems in the high occupancy rooms (boardrooms and lunchrooms).

vi) Specify balancing of the retrofitted air system. vii) Replacement of selected heating/cooling coils and associated valves, and room stats

(a detailed list of deficient coils will be made available to successful proponent). viii) Addition of isolation and drain valves. Replacement of miscellaneous plugged or

undersized piping and valves serving selected heating/cooling coils. Include for development of the isometric schematic of the hot water heating and cooling loops within administration building.

ix) Review attached report "Administration Building Interior Condensation and Humidity Problems" dated Dec 21, 2007, prepared by Morrison Hershfield (Appendix E). Assess and report on feasibility of recommendations that are listed in the report.

c. Operational Galleries

i) Review, field verify and assess the recommendations identified within the attached document entitled "THR Gallery Ventilation Technical Memorandum" (Appendix E). Report on the feasibility of the recommendations that are listed in the memo, not including those mentioned below.

ii) A majority of the design changes identified below are due to potentially insufficient air supply within areas classified as Hazardous locations.

iii) Upgrade ventilation (may include new AHU) system in tunnel T5 to ensure continuous six (6) ACH supply and return, which should include a new AHU to be located in digester 7 and 8 operational gallery with new fresh air intake through the gallery roof and associated ducting.

iv) Upgrade the existing glycol system (as heat source) which may include increasing the size of plate and frame heat exchanges by addition of more plates as needed, and increased capacity of glycol recirculation pumps.

v) Refurbish existing exhaust fan NX 538 located within the former Low Pressure Blower Building (LPBB). Consider a design that consists of a new free standing fan installed outdoors on a new curb on gallery roof north of LPBB, similar way to fan NX 852.

vi) Replacement of existing air flow switches with new reliable, low maintenance devices in each air handling unit that is responsible for reduced Hazardous Area classification as described in the attached document entitled "THR Gallery Ventilation Technical Memorandum" (Appendix E).

11 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 11: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

vii) Review effectiveness, functionality and need to continue operation of the existing air curtains and recommend action as needed. Include engineering effort to replace existing VFDs with new full voltage starters for 4 air curtain assemblies.

viii) Design, integration and enhancement of gallery ventilation system as described in attached document entitled "THR Gallery Ventilation Technical Memorandum" (Appendix E) in items 2.2.3, 2.2.4, 2.2.5. The upgrades of the South Plant secondary treatment areas are NOT to be included (refer to drawing in Appendix E). These areas are subject to entire overhaul under the pending Secondary Treatment Upgrades, Contract No. 2, currently in a detailed design stage.

ix) Review, field verify and assess on the condition of abandoned legacy ventilation systems needed to maintain area classification (within Operational Galleries - North Plant Secondary Area only) and described in the attached document entitled "THR Gallery Ventilation Technical Memorandum" (Appendix E).

x) Updating of existing Master Gallery Ventilation P&ID's to reflect actual field conditions and to include for design changes required under this RFP. Make note that the following drawings included within the volume supplied under Section 2.3.1, will/may require updating: 1021-P&ID-I-9601, -9602, -9603, -9604.

d. De-chlorination Building

i) Design a new ventilation system for routine operation and for spills and maintenance events, that will include; Replacement of existing ventilation system serving the de-chlorination chemical

handling room with a new 100% fresh air handling unit (located in the existing mechanical room at the second floor) to provide continuous and intermittent higher ventilation rates, suitable for the area.

Provide for both manual and automatic controls (gas detection) and new ducting system as required.

Assume electrical heating coils and local 600V power is available. Provision for FUTURE conversion of electrical heating to glycol heating for both

regular and high rate ventilation heat requirements. ii) Replacement of existing roof mounted fans with new to match part of the revised

continuous ventilation rate and provide new wall mounted exhaust fans c/w ducting to remove air from floor level suitable to handle the balance of the continuous ventilation and for intermediate high rate ventilation.

e. High Pressure Blower Building

i) Replacement of existing hot water coil makeup air unit with a new glycol coil unit; add glycol makeup and heat exchanger/pump package to suit.

ii) Removal of existing effluent water air cooling coils and filters, and refurbish air recirculation fans.

iii) Provision of heat gains extracting ventilation system to ensure blower and piping heat gains management at extreme (hot) weather conditions, to include the following; A system of mechanically supplied fresh filtrated air supply and louvered

exhaust is preferred to maintain positive pressure in the building. Two (2) sets of air systems (supply and exhaust) properly sized and balanced to

maintain building positive pressure, may be considered. Please note that the air cooling system based on once-through cooling of air

with flushing water (similar to existing) will NOT be considered as viable option.

12 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 12: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

Ensure noise emission and attenuation with new system – applies to both blower and ventilation system noise.

f. East Workshop and Electrical Room

i) Replacement of existing air makeup unit with a new glycol coil air makeup unit and associated controls. Design glycol makeup and heat exchanger/pump package to suit.

ii) Addition of new split AC system to extract heat gain from electrical room.

g. Effluent Water Filtration Plant

i) Upgrade process area ventilation system to eliminate return air in order to prevent moist/contaminated air from returning to AHU and re-introducing it back to process area. Modify existing system to operate on 100% fresh air at a reduced rate as needed. Suggest and carry out alternative design, including modification to the existing ducting/equipment, and new inline exhaust fan.

ii) Upgrade the existing electrical room HVAC system to ensure suitable heat extraction and room positive pressure to eliminate process area air infiltration.

iii) Review options and recommend additional architectural treatment of the building ceiling. It is currently limited to polyethylene vapour barrier/film and shows signs of deterioration.

h. Operational Galleries and Process Buildings (Plant-wide with exception of STB, Headworks, South Plant Secondary Treatment Area) i) Provision of stair access in lieu of ladder and appropriate roof fall prevention/handrail

system for roof top mounted HVAC equipment (east workshop, west substation, high pressure blower building). Include design of the aluminum or FRP stairway c/w lockable cage to prevent unauthorized access if located outdoors.

i. Building Automation System (BAS)

i) The design of a Building Automation System will adhere to a plant standard, determined under a contract that is presently being tendered. Refer to the BAS Network drawing within Appendix E. Once the BAS hardware vendor has been determined, this hardware will form the basis of the design under this RFP and this same vendor's hardware will be sole sourced under the subsequent contract.

ii) The complete design of the new BAS will follow the strict guidelines outlined within the City's PCS Implementation Guide. This most notably includes the requirement for standard electrical/instrumentation drawings (Schematics, I/O Wiring Diagrams, P&ID's, RPU Panel Layouts, Network Architecture Diagrams, Conduit/Cable Block Diagrams, Wiring Interconnection Diagrams, etc.). Note that Typical drawings will not be allowed. Also, tagging of all equipment shall follow Toronto Water Equipment and Data Tagging Standard, latest version.

iii) In addition, provide design review submission that includes control narrative with I/O list, table of instrument ranges, set points, process maximum and minimums, signal scaling, alarm limits, etc., for review by the City.

iv) Also, co-ordinate and partake in both the Factory Acceptance Testing (FAT) and Site Acceptance Testing (SAT).

v) Note that the 'design' of system refers to the specification and provision of all tender documents for the 'hardware' only. The programming of the system is to be included within the construction contract.

13 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 13: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

vi) General System Requirements The BAS shall generally consist of an array of Native BACnet field level

controllers and area or network controllers which monitor and/or control various mechanical, electrical and HVAC equipment. The field level controllers shall communicate over a local master-slave token-passing (MS/TP) trunk or network while the network controller shall provide the field level network interface into a high speed Ethernet Transmission Control Protocol/Internet Protocol (TCP/IP) network or Local Area Network (LAN). A Network Controller (NC) is required at each building or plant location. Various interfaces, including ones incorporating Graphical User Interfaces (GUI), connected to the LAN either directly or via an internet connection shall provide the means by which an operator accesses data from other network devices. All devices connected to the high speed network shall utilize BACnet/IP protocol for communication purposes.

Provide an LCD-based Local Display Terminal (LDT) at every Air Handling Unit or Field Equipment Controllers (FEC) where FECs are not mounted on AHUs.

The BAS shall use an open architecture and fully support a multi-system and multi-vendor environment. To accomplish this effectively, the BAS shall support open communication protocol standards and integrate with third-party devices and applications. The system shall be designed for use on the Internet using off the shelf, industry standard technology.

The system shall be modular in nature, and shall permit expansion of both capacity and functionality through the addition of sensors, actuators, controllers and operator devices, while utilizing existing controls equipment.

The control systems shall include necessary hardware, equipment and software to allow all controls system application facilities and features to be accessible via an Internet Browser.

The OWS Graphical User Interfaces shall provide PC-based, user-friendly interfaces that afford an Operator the means to access and display information about any of the system controlled and monitored by the BAS.

.4 Plant Water Distribution System; Specifically, the scope of work includes the following;

a. Conduct a complete Site Review/Condition Assessment of the existing Plant Water Distribution Systems (Potable, Separated, Filtered Flushing) that includes, but is not limited to, the following:

i) Identification of all system piping and interconnections. Make note of any corroded, non-functional or abandoned sections of piping.

ii) Identification, listing and tagging of all system components, including backflow preventers, isolation valves, filters, instrumentation, etc.

iii) Identification and listing of all components that are non-functional, corroded or abandoned. Reliable operation of all existing components must be confirmed.

iv) Specifically, where backflow preventers are used for interconnection between effluent water and potable water, these devices must be verified as operable, serviceable and reliable.

v) Identify locations that require additional isolation valves, backflow preventers, drains, venting valves, pressure gauges, flow switches, valve position indication and any other components deemed necessary to enhance system reliability and serviceability.

b. Based on the Report outlined above, make provision in the design for the following:

14 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 14: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

i) Replacement of old backflow preventers that are nonfunctional and/or obsolete (plant wide).

ii) Addition of new components (valves, gauges, controls, etc,) required to increase system reliability.

iii) Removal of all non-functional and/or abandoned piping and devices. iv) Addition of new PCS signals required for monitoring and control of upgraded Plant

Water Distribution system. v) Updating of existing Master P&ID's to reflect actual field conditions and to include for

design changes required under this RFP. Make note that the following drawings included within the volume supplied under Section 2.3.1, will/may require updating: 1021-P&ID-I-8901, -8902, -8903, -8904, -9001, -9011, -9012, -9013, -9014, -9015,

-9016, -9017, -9018, -9019, -9020, -9021, -9022, -9023.

Refer to Table E-1 in Appendix E that identifies approximate quantities of existing components.

c. Development of comprehensive Operational Procedures for Plant-wide Water Systems

and building specific narratives in some areas. As a minimum, the narratives shall include a description of the operation of all flushing/backflow-prevented/potable water systems, modes of operation, system functions, recommended settings, alarms, remote operation, and comprehensive specific maintenance and troubleshooting guidelines for all system components.

d. Upgrade backflow prevented (BFP) and flushing water cross connections with the addition of reliable automated isolation device and flow sensor/switch in order to eliminate City water migration to effluent water system during unavoidable pressure variations. The use of motorized valves powered from a UPS as the isolation device should be considered, among other options. Valve status and flow signal to be monitored at the Plant PCS system.

e. Replacement of selected flushing water isolation knife gates with bidirectional (ensuring isolation with pressure from either side). Numerous existing knife gates are not suitable for intended service capable of isolation from one direction only.

f. Include procedure to ensure that each flushing water equipment connection is free of debris and can supply filtrated flushing water as per original design intention.

g. Replacement of two (2) existing High Lift Pumps within the Flushing Water Filtration Plant to match remaining third pump. The existing controls are connected to the Plant PCS system.

h. The Proponents are hereby advised that the areas of HTP east of and including south aeration gallery (T14) , south of and including main access gallery (T17), and galleries adjacent to secondary clarifiers 1-12 are not in the scope of this project and these parts of the plant are subject of a major overhaul under the Secondary Treatment Upgrade project, that is in detailed design stage and is anticipated to be tendered in 2015. Refer to attached Figure 1 (P1) for details.

.5 Plant Hot Water Heating Loop; Specifically, the scope of work includes the following;

a. Review the attached Hot Water Heating Loop Design and Operation Review Memorandum (Appendix E) prepared by City staff, and assess the feasibility of recommendations that are listed in the memorandum, but not included below.

15 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 15: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

b. Referencing the report noted above, conduct a complete Site Review/Condition Assessment of the existing Hot Water Heating Loop Plant System that includes, but is not limited to, the following:

i) Identification of all system piping and interconnections. Make note of any corroded, non-functional or abandoned sections of piping.

ii) Identification, listing and tagging of all system components including valves, instrumentation, etc.

iii) Identification and listing of all components that are non-functional, corroded or abandoned. Reliable operation of all existing components must be confirmed.

iv) Identify locations that require additional, controls, instrumentation, etc. and any other components deemed necessary to enhance system reliability and serviceability.

v) Assessment and recommendation related to corrosion inhibitors chemicals dosage and make up system water treatment.

Refer to Table E-1 in Appendix E that identifies approximate quantities of existing components.

c. Based on the Report outlined above, make provision in the contract documents for the

following:

i) Replacement of old components, instrumentation, etc. that are nonfunctional and/or obsolete (plant wide).

ii) Removal of all non-functional and/or abandoned piping and devices. iii) Development of a comprehensive procedure and specification for extensive flushing

and cleaning of the entire hot water system. Note that the system has to be flushed in its entirety in one carefully planned and executed event during one shut down that has to be scheduled off heating season. The duration of the shut down shall not adversely affect digestion process and provision for temporary domestic hot water supply has to be specified.

iv) Addition of strategically located flow meters, pressure, and temperature gauges, flow and pressure sensors, automatic and manual air reliefs, isolation and balancing valves, and other operation, maintenance, and trouble-shooting tools as may be identified.

v) Addition of new PCS signals required for monitoring and control of upgraded Hot Water Loop.

vi) Updating of existing Master P&ID's to reflect actual field conditions and to include for design changes required under this RFP. Make note that the following drawings included within the volume supplied under Section 2.3.1, will/may require updating: 1021-P&ID-I-6201, -6202, -6203, -6204, -6205, -8601, -8602, -8603, -8604, -8605, -8606, -8607, -8608 -9611, -9612, -9613, -9614, -9615.

vii) Also, develop a new P&ID/'s that shows the entire Plant Hot Water Loop and its connections to equipment in all areas.

d. Review of the seasonal and year around loads of each zone, and recommendation related to feasibility of retrofits needed for retiring part of the hot water loop during off season.

e. Addition of a minimum of twelve (12) new magnetic flow meters on the main supply and return lines of the four (4) hot water zones, including the addition of isolation valves, drain/vent valves and spool pieces to accommodate maintenance requirements. Also, new meters to be connected to Plant PCS.

16 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 16: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

f. Removal of redundant mixing valves, including associated wiring and instrument air piping, at each of the four (4) zone pumps and replace with flanged tees, fabricated to suit.

g. Provision of new separate pressure gauges and C-degree scale thermometers at each of the following locations:

i) Each of the boilers supply and return lines. ii) Each zone pump, and booster pump suction and discharge. iii) Upstream and downstream of strainers and other flow obstructions. iv) Any other locations required to provide increased reliability and serviceability.

h. Provision of a sufficient number of non-insulated sections of hot water piping for clamp-on

flow meter installation during balancing; specify a user friendly portable clamp-on flow meter to be used during hot water system balancing to be handed over to plant staff after the contract; as a minimum, the flow metering spots (in addition to above-mentioned permanent flow meter) to be provided at each glycol system hookup, main hot water loop branches, and each boiler and booster pump assembly.

i. Provide accessible isolation valves at each main branching of each of the four (4) hot water loop zones and at the locations where missing or inaccessible.

j. Review functionality, hydraulics, and need for existing hot water boosting systems (two in Zone 3 and one in Zone 4). Carry out hydraulic calculations of the affected loops with a focus on soon to be carried out balancing of the system and recommend action and operation procedures. Review options of eliminating the booster pumps, full or partial operation with the addition of balancing valves, as required.

k. Specify balancing of the entire hot water heating system for several most probable operating scenarios. Develop operational scenarios of hot water operation for summer and winter with different heat sources. Request that the Contractor documents flows and valve settings for each operation scenarios for future reference. Include boosting systems influence on each Zone loop performance,

l. Review each of the ten (10) glycol heat exchanger packages and design a permanent lifting solution at each location, to allow for easy removal and maintenance. Consider among alternatives, the use of a floor supported monorail, or a wall or floor-mounted jib crane with CSA certified manual hoist and trolley.

m. Development of comprehensive Operational Procedures for Plant-wide Hot Water Heating System. As a minimum, the narratives shall include a description of the operation of the Plant-wide hot water heating system. More specifically, the narrative shall be developed to describe the system functionality for each of the recommended operational scenarios (two, one or none co-gen heat recovery and operation of Unilux and Clever Brooks boilers as sources of heat). Include design heat loads, flows and temperatures, recommended positions of the isolation valves at the pumps and boilers, modes of operation, system functions, recommended settings, alarms, remote operation, and comprehensive specific maintenance and troubleshooting guidelines for all system components.

.6 Note: The Consultant is required to provide all necessary health & safety equipment for access to plant areas, including that required for confined space entry. Refer to Table 7.3.

.7 City staff are aware of existing operational constraints and issues that should be addressed as part of this project. Recommendations for improvement are to be included in the pre-design report. The following items should be discussed with the staff, as a minimum:

a. How to carry out the upgrade the hot water heating system without impacting the process, domestic hot water and space heating significantly;

17 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 17: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

b. How to minimize the disruption to the HTP operation;

c. How to avoid the City being designated Constructor (i.e. physical or time separation of construction activities)

d. Ergonomics and accessibility of equipment.

.8 In general, the scope of work for this project includes preliminary design (including preparation of technical memoranda), detailed design, construction contract administration, site inspection services and post construction services for this project, including but not limited to the following:

a. Review and confirmation of the existing site conditions and background information.

b. Review, evaluation and recommendation of acceptable equipment manufacturers.

c. Prepare field investigation reports in accordance with Appendix A, including asbestos surveys, noise studies, soil studies, etc.

d. Provide technical memoranda on major project issues as listed in this RFP.

e. Complete the pre-design and detailed design of the work as described in this RFP for a complete, and upgraded facility HVAC (and associated centralized monitoring BAS), Plant Water systems and Hot Water Heating Loop, that meet current standards and addresses current operation and maintenance issues.

f. Provide contract documents, including specifications and drawings.

g. Scada control system design to meet City of Toronto standards.

h. Obtaining all necessary approvals and permits prior to tendering,

i. Tendering support and recommendation of preferred contractor.

j. Construction administration services that include contract execution, site inspection, start-up and commissioning support.

k. Field support and verification of contractor’s testing, start-up and commissioning work.

l. Co-ordination and documentation of training.

m. Preparation of O&M manuals.

n. Preparation of as-built drawings.

o. Post construction, warranty and maintenance period engineering services.

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

q. Presently, Master Process Flow/P&ID's exist for only some of the systems noted within this RFP. The update and enhancement of these drawings form an integral part of the work. The current P&IDs will be supplied on CD as per RFP Section 2.3.1.

r. Complete the PCS control system design to meet the latest City of Toronto PCS Implementation Guidelines and Standards. The programming of the PCS is to be completed by the Contractor as part of the Construction Contract.

s. Complete the Building Automation System (BAS) design to meet City of Toronto PCS standards. Refer to section 3.1.3i. above. The programming of the BAS will be completed by the Contractor as part of the construction contract.

18 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 18: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

.9 The successful Consultant shall ensure that the design and construction activities are coordinated with the other active facility projects as required.

.10 Some of the recently completed contract as-builts or on-going design drawings are not included in the attached Plant Drawings CD. These are De-chlorination Facility, Chlorination Conversion, Odour Control and Secondary Treatment Upgrades. City staff does not believe that these are relevant to this RFP process and will be made available the Consultant if requested. If any Proponent wishes to review them, he/she should request it in writing to the City Contact and viewing of available drawings will be arranged.

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

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

b. Submission Forms (Appendix C)

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

d. Project Reference Material (Appendix E)

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

.13 The approximate timeline for this project is expected to be 24 months excluding the two year warranty period. This is only the City’s suggested timeline. If the Proponent considers the timeline to be too short or too long, this is to be identified in your Proposal. Within the Proposal, the Proponent is responsible for identifying a timeline that they are committed to accomplishing.

3.2 GENERAL PROJECT REQUIREMENTS

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

.1 At the beginning of the project, the Consultant is to provide a baseline workplan for review and approval by the City. The workplan 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.

19 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 19: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

.2 In addition to the project meetings required in accordance with Appendix A.1, include for:

a. One (1) additional annual meeting (for each year of the project) with the project team. The focus of these meetings will be to address project management issues (scope, schedule, fees), issues resolution, and proactive project planning.

b. One design meeting with the City's CADD staff to ensure a clear understanding of CADD-related requirements including standards, submissions, etc.

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

.4 Note that the project shall comply with City requirements with respect to Health & Safety (note orientation requirements) and Designated Substances Management (including mandatory qualifications for (sub) consultants undertaking DSL Reports and associated activities).

.5 The project design shall meet or exceed the requirements of the Ontario Building Code as well as other applicable regulations/codes.

.6 Specific exceptions/modification to Appendix A.1 include:

a. Section A.1.1.1. change wording "A1to A7" to read: "A1, A4, A5, A6, A&".

b. Section A.1.6.2 add sentence as follows:"The next iteration of the contract document shall not be accepted for City review unless ALL City comments from previous iteration are responded to in writing and addressed, or there is a mutual agreement confirmed in writing by the City PM that selected comments do not need to be addressed at this time."

c. A.1.11.2 Federal Approvals are not relevant to this project

d. A1.11.3 only MOE and MOL permits are relevant for this project. Approvals related to Boiler and Pressure Vessels Act may be required.

e. Section A.1.11.4, 1&2 no TRCA permit or site plan approval are anticipated for this project

f. Section A.1.14.1: DSL Management is to be undertaken by the Consultant, but paid for in accordance with Section 7.3. The co-ordination of the DSL Sub-consultant is included in the base scope of work for this assignment (Note qualification requirements for undertaking DSL investigations). Payment for the DSL Sub-consultant will be in accordance with Section 7.3.

g. Section A.1.15.1.: Safety equipment is to be provided by the Consultant, but paid for in accordance with Section 7.3.

3.3 ENGINEERING STUDIES/ENVIRONMENTAL ASSESSMENTS (EA) – NOT APPLICABLE

3.4 PRELIMINARY DESIGN ENGINEERING SERVICES

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

.1 Allow for meetings every four (4) weeks with the City during the preliminary design phase of the project.

20 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 20: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

.2 Provide a thorough review and evaluation of the existing heating and ventilation systems of the plant. Conduct a complete inventory of the factors influencing the HVAC systems capacities and their related loads. Identify the requirements to improve, change and/or add to the system to achieve the optimum performance intended by this project. Supplement the available information as required.

.3 Based on the recommendations identified within the Scope of Work, evaluate the requirements and locations of new/upgraded HVAC equipment/systems, including sizing of units, layout considerations, and associated equipment. Provide preliminary equipment layouts, ducting/piping requirements, electrical and instrumentation service requirements, etc. The selection of equipment is to be based on the latest available designs and the required calculated design data, including, but not limited to, high/low environmental temperatures, ventilation/air changes, controls for dust intake, as well as for humidity control, noise and vibration, etc.

.4 Provide alternatives to the recommendations made within Section 3.1 'Scope of Work' for the proposed changes identifying benefits such as cost impacts, HVAC and performance, interaction of systems, etc.

.5 Provide all calculations and narratives explaining the recommended approach(es) taken in the systems designs, indicating air changes anticipated, volumes of air movement required, and temperature reductions anticipated.

.6 Evaluate, make recommendations and include in the design all aspects of compatibility of the new configurations with existing systems. New & upgraded equipment and components shall not be selected to operate at maximum capacity at all times.

.7 Comply with A.4.5 in its entirety and submit technical memoranda on major project issues prior to preparing the pre-design report. Include these memoranda in the report appendices and copy the key content into the body of the report.

.8 Provide a site plan clearly identifying the anticipated extent of construction activities related to the project, including all work required in underground tunnels/duct banks, etc. The purpose of this site plan is to assist the City in identifying and mitigating the obligations associated with Constructor status.

.9 Conduct all work required to support an application for the Environmental Compliance Approval (Air), inclusive of modeling, where applicable.

.10 Specific exceptions/modification to Appendix A.4 include:

a. A.4.2.3. Field edit of aerial mapping is not required.

b. A.4.2.4 Topographical survey for this project is not required.

c. A.4.2.6 Existing Structures Pre-condition Survey is not required.

d. A.4.4 Energy Management Plan shall be limited to the modified/new or evaluated (under this project) systems and equipment. It shall be focused on optimization of available digester gas utilization, heat recovery systems and heating energy savings, based on the new BAS system programming.

e. In item A.4.6.2 Plant and Facility Projects, the following items are not relevant to this project: 6.(c), 6.(e), 8., 10., 11., 12.

f. A.4.6.3 – there are no water and wastewater mains in this project scope.

g. A.4.7.1 Sub-Surface Investigation is not required.

h. A.4.8.1 – items 3., 6., and 7. are not required.

21 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 21: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

i. A.4.9 – Subsurface utility engineering study is not required.

3.5 DETAILED DESIGN ENGINEERING SERVICES

The Proponents shall assume that there will be one (1) tender package to cover the entire scope of work. The successful Consultant shall carefully review the planned construction schedule with the City, as needed to minimize potential conflict with other construction activities.

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

.1 Allow for meetings every four (4) weeks with the City during the detailed design phase of the project.

.2 Define testing and commissioning criteria and requirements with City staff. These criteria are to be used for testing of components and the final installation, including air and water balancing report. Minimum objectives to be included in the testing are for air change rates, airflow and water flow rates, temperature regulation as required, noise and vibration attenuation both indoors and outdoors, and control performance and calibration flexibility. Provide/develop all testing documents that will be required during commissioning phase.

.3 Except for proprietary equipment, at least three suppliers/manufacturers should be considered for each equipment/component specified. Discuss the equipment record of service, based on data available from other users. List features and benefits as well as advantages and disadvantages of the selected alternative. Discuss with City staff their preferences for equipment selection. Contact the suppliers/manufacturers for the names acceptable alternate equipment specified in the tender documents, and obtain from said suppliers/manufacturers written verification that their equipment meets the specification requirements. Provide this written confirmation to the City prior to tendering.

.4 Prior to tendering, engage a specialty consultant to undertake a Designated Substances Survey (DSL), in accordance with the requirement of the latest Ontario Occupational Health and Safety (OH & S) Act and regulations, Regulation 838.

.5 All design is to be done in compliance with Toronto Water's PCS Implementation Guidelines and the Toronto Water Equipment and Data Tagging Standard. Further, the Consultant shall prepare a complete Tagging List, including ETMS tag list, physical tags list and WMS Entity Worksheet, and nameplate schedule required for all equipment.

.6 Prepare detailed start-up/shut-down procedures with the input of City staff. Procedures are to detail the process and equipment related start-up/shut-down procedures that need to be implemented by plant staff during the construction phase. As long as these shutdowns are scheduled during off heating season, it is anticipated that with exception of digester heating and domestic hot water interruption as needed for hot water system upgrades, no wastewater treatment process will be affected by this project activities.

.7 It is the City's intent wherever possible to designate the general contractor as Constructor for the project. To ensure that the operations staff can gain safe access to necessary equipment/facilities during construction, review the construction sequencing with City staff, with a view to identifying special project requirements to be included in the specification, that are

22 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 22: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

required to provide safe, uninterrupted access to operational equipment. Prepare a separate site plan for each tender package, strictly for use by the City, clearly delineating the extent of construction activities related to the project, including all work required in underground tunnels/duct banks, etc. The purpose of this site plans is to assist the City in identifying and mitigating the obligations associated with Constructor status. Chair a meeting with City staff (and others identified by the City) to obtain input on other construction projects and their phasing. Prepare a memo outlining the project overlaps and prepare recommendations to avoid or mitigate constructor status, including staging options within this and other contracts.

.8 Note there is a SUBSTANTIAL level of effort required to meet the PCS requirements with respect to the City's Enterprise Tagging Management System (ETMS) and WMS . Refer to PCS Guidelines. ETMS Tags for all equipment, equipment loops, data and local area network cabling is to be tagged in accordance with the PCS Guidelines. During the detailed design phase tag lists are to be populated by the consultant with design data. The following tag lists are to be prepared in accordance with the tagging standard:

a. New equipment tag list – a listing of all new equipment

b. Replacement equipment tag list – equipment to be replaced or upgraded

c. Reuse equipment tag list – equipment to be reused in same or different capacity

d. Reused tag list – equipment to that are going to reuse tags of the equipment be removed (where there is an intent to recycle the tags)

Remove/delete tag list – equipment to be removed/deleted and tags to be retired. Also note the requirement for identifying physical tags for all equipment. Physical tag lists are to be prepared during design phase and included into the Tender document. Refer to Equipment and Data Tagging Standards for physical tag list templates. Populate Entity Information Spreadsheet (WMS list) with all design data. WMS list to be included in Tender document. Refer to Equipment and Data Tagging Standards for WMS list template.

.9 PCS Compliancy Requirements (Note that this section does not apply to the new Building Automation System (BAS), as identified above in section 3.1.3 i).

The City's objective to have PCS compliant hardware and software wherever feasible. It is also recognized that some vendors have proprietary controls and either will not provide open software nor meet Toronto-specific requirements due to their unique nature and the incompatibility with their global product. For all key pieces of process equipment being proposed that is provided with control logic by the vendor:

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

b. If the vendor will not comply, identify the rationale.

c. Facilitate a workshop with the City team (inclusive of the PM, Operations, and PCS representatives) to review compliance issues on an equipment-by-equipment basis, to inform the City of their options, and provide recommendations on procurement options to satisfy the City's objectives and the resulting design implications.

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

23 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 23: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

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

.10 At a minimum, undertake separate workshops to develop/review:

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

b. Process Control Narratives

c. Alarm priority and alarm conditioning

d. Screen Development

e. iHistorian, eOPS and POMS requirements

f. PCS Compliance issues for vendor-specific controls per Item .9 above

g. Equipment shut-down/start-up procedures during Construction

h. Constructability Plan

i. Commissioning Plan inclusive of a PCS Transition Plan

.11 Specific exceptions/modification to Appendix A.5 include:

a. A.5.1.6 should be read as: At each facility, the City of Toronto maintains complete set of Master Process and Instrumentation Diagrams (Master P7IDs), Master Single Line Diagrams (Master SLDs) and Master SCADA Architecture drawings that….etc

b. A.5.3.1 eliminate 70% and 95% review packages, but include all applicable submittals in as listed in A.5.4 through A.5.7 in two (2) 50% and 100% packages.

c. A.5.4.2.6 last bullet should be read as: New SLDs where applicable including tag number for all equipment, valves, instruments

d. A.5.5 eliminated, see item a. above.

e. A.5.5.1 no pre-selection of equipment is anticipated.

f. A.5.5.2.6 no arc flash report is required for this project.

g. A.5.5.2.8 no construction testing is required.

h. A.5.6 eliminated, see item a. above.

i. A.5.8 No equipment is to be pre-selected or pre-purchased for this project.

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

k. A.5.14 HAZOP Review is not required.

l. A.5.15 Contractors prequalification is not required.

3.6 SERVICES DURING CONSTRUCTION

The City’s general requirements for services during construction are included in Appendix A.6. The Proponent is responsible for reviewing this information and familiarizing themselves with the City’s requirements, and shall comply in its entirety. The following clauses provide 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 Contracts are to be administered in accordance with the guidelines provided in the Field Services Manual referenced in Section 2.0. The consultant must utilize the City's Contract Change Order and Change Directive forms. Specifically note the City's protocols re: signing authorities and requirements associated with Change Directives.

24 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 24: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

.2 Provide project management, office staff, resident site inspection services, and other services as required to ensure the contract is executed in accordance with the plans, specifications, and intent of the project. For estimating the effort, assume a 12 months cumulative construction period consisting of not necessarily consecutive periods. Assist the City in preparation of the City’s Contractor Evaluation Form at various milestones during the contract. The form is to be completed when performance issues arise, and at Substantial Performance and Final Completion of the Contract.

.3 It is anticipated that delineation from other contract activities may require more than one (1) construction phase, with testing/commissioning/hand-over to operations at the conclusion of each phase. Provide draft O&M manuals inclusive of interim Standard Operating Procedures (SOPs) applicable to the phase, and process training PRIOR to hand-over of each phase. Provide draft as-builts (hardcopy sufficient) within one month of hand-over of each phase. Final documents are to be provided at the completion of all phases. If due to the nature of the construction an interim SOP is required over and above the phases identified in this clause, work to develop and document the interim SOP will be authorized and paid for out of the provisional allowance noted in Section 7.

.4 Include training for each phase of equipment commissioning in accordance with Appendix A.6, if applicable.

.5 Include for one resident site inspection staff, at 50 hours per week x 52 weeks for a total of 2600 hours. Provide full-time staffing throughout individual vacation periods. This individual shall have all the necessary skills suitable for the various disciplines within the contract, including but limited to structural/civil, mechanical, electrical.

.6 Resident inspection staff hours allocated above, do not include for engineering effort to provide project management, and general office administration services required to support the project during the construction phase.

.7 Provide resident site inspection staff having a minimum of five (5) years of demonstrated experience on projects involving HVAC, piping and mechanical systems. Ensure other disciplines support as needed.

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

.9 Make allowance for period site visits (minimum of twice a month) by design team to review and verify work during construction.

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

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

.12 The Consultant is to provide additional information on the contractor completed WMS list. Provide services to include: the minimum manufacture recommended planned maintenance activities required in a job plan format to ensure the City maintains the manufacture warranty on each asset. The job plan shall include a breakdown of tasks required (including task titles and detailed task descriptions that clearly identify what is to be done with step by step detail to be

25 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 25: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

followed to ensure the correct work is completed, frequency of task, parts or material required, labour required with estimated time to complete, CbM requirements if any safety issues. As it is difficult to quantify the level of effort at this time, allow for one hundred (100) hours to complete this work task. Prior to initiating the work, prepare a workplan in consultation with City staff. Fees for this activity will be adjusted by Change Order, if necessary, to meet the project needs.

.13 Prior to commissioning of any system, the consultant's site inspector to verify in field for every tag installed to ensure the tag names are correct and matching for the associated equipment/device, power supply source, MCC Starter/Disconnect, etc and correct installation of all tags. Submit the tag list dated and initialed by the consultant site inspector prior to the commissioning of the system.

.14 Specific exceptions/modification to Appendix A.6 include:

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

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

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

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

b. Section A.6.11: delete requirement for a Field Ambassador .

3.7 SERVICES DURING TESTING AND COMMISSIONING

The City’s general requirements for site services during testing and commissioning are included in Appendix A.7. The Proponent is responsible for reviewing this information and familiarizing themselves with the City’s requirements, and shall comply in its entirety.

.1 Allow for additional design staff (other than Site Inspector) to assist in the verification of equipment check-out and testing by the Contractor, as deemed necessary.

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

a. Section A,7.7.1 should be read: Comply with the requirements of the Toronto Water PCS Implementation Guidelines

3.8 POST CONSTRUCTION SERVICES

The City’s general requirements for post construction services are included in Appendix A.6.14. The Proponent is responsible for reviewing this information and familiarizing themselves with the City’s requirements, and shall comply in its entirety. SUMMARY OF PROJECT SUBMISSIONS

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

26 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 26: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

Submission Number of Versions

Number of Hard Copies

Pre-design Report (50%, 100%) 2 6 Designated Substances and Asbestos Survey Report 2 6 Noise Study (100%), if required. 1 6 Tender Drawings (50%, 95%, 100%) 3 6 Contract Documents and Specifications (50%, 95%, 100%) 3 6 Pre-Start Health & Safety Report (PSR) at end of detailed design phase

2 6

Process & Control Narrative (50, 95%, 100%) 3 6 Monthly Site Inspection Reports (provided monthly) 1 6 Pre-Start Health & Safety Report (PSR) prior to commissioning 2 6 Updated Plant-wide Master Electrical Single Line Diagrams (SLD's), Master P&ID's, Master SCADA Architecture Drawings

2 6

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

2 6

Equipment and Process Commissioning Reports 1 6 Consultant Process O& M Manual (50%, 95%, 100%) 3 6 As-Built Drawings hard copy and 1 electronic copy on CD 2 6

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

.3 With each printed submission, include a CD containing the same documents in pdf, and the documents in their native (WORD, Excel, CADD, etc.) format.

3.9 ALTERNATIVES SUGGESTED BY PROPONENT

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

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

.3 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.

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

27 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 27: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

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

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

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

.8 Cost of Services proposals for Proponent’s alternatives are to be included in the Cost of Services envelope, along with the base proposal.

28 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 28: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

SECTION 4 CITY OF TORONTO’S RESPONSIBILITIES 4.1 GENERAL

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

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

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

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

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

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

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

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

.9 The City will pay for all approvals applications.

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

.11 The City will pay for all utility locates.

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

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

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

4.2 CONSULTANT PERFORMANCE EVALUATION

.1 The Technical Services Consultant Performance Evaluation Template (CPET) will be used to assess the performance of the Consultant through a set of performance indicators and

29 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 29: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

evaluation templates. Once completed, the CPET will be forwarded to the appropriate Directors, in the Operating Division and Technical Services, for information and/or appropriate action.

30 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 30: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

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, which will include members from the City's Engineering & Construction Services, Toronto Water and other relevant City staff and stakeholders.

.2 The Selection Committee may at its sole discretion retain additional committee members or advisors.

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

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

5.2 SELECTION CRITERIA

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

a. Proponent Profile & Corporate Experience

i) Proponent profile ii) Corporate experience iii) Corporate project references

b. Project team, experience, and structure:

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

ii) Experience in the design and construction of HVAC equipment and Building Automation Systems (BAS) within commercial/industrial environments is required.

iii) QA/QC team member expertise, depth of resources iv) Overall team organization and structure.

c. Project understanding and approach:

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

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

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

iv) Integrating constructability issues and concerns with operational limitations v) Suitable QA/QC program in place to ensure high quality submissions during the

project lifespan vi) Construction cost control measures including approach.

d. Project Workplan and Deliverables:

31 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 31: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

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

ii) Proposed schedule with a comprehensive and logical sequence that reflects understanding of the project and reasonable timeframes of all activities.

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

f. Proposal Structure and quality

i) Completeness, conciseness and general suitability of proposal

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

Table 5-1

Proposal Evaluation Form Stage 1. MANDATORY SUBMISSION REQUIREMENTS (Section 6.2)

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

EVALUATION CRITERIA

AVAILABLE POINTS TO BE AWARDED PROPONENT’S

POINTS

a. Project Team, Experience and Structure

25

b. Project Understanding and Approach

15

c. Project Workplan and Deliverables

20

d. Innovation and Value Added

5

e. Proposal Structure and Quality

5

f. Proponent Profile & Corporate Experience

5

Stage 2. INTERVIEW (If applicable)

Proponent must score a minimum technical score of 75% (or 56.3 points) to qualify for the short-list and further evaluation as described in Clause 5.3.

Should an interview be scheduled, the interview will be used to review /refine / revise Proponent’s scores assigned in stage 2.

Stage 3. Cost of Services

Formula: [(lowest cost proposal divided by Proponent’s proposal cost) x 25]

25

TOTAL 100

32 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 32: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

5.3 SELECTION PROCESS

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

.2

A. Mandatory Submission Requirements (Section 6)

B. Technical Proposal Submission 75 pts. C. Cost of Services Formula: [(lowest cost proposal divided by Proponent’s proposal cost) x 25]

25 pts.

Total Score 100 pts.

.3 If the submission fails the Mandatory Submission Requirements, the proposal will be rejected. The Technical Proposal and Cost of Services will not be reviewed.

.4 The Technical Proposal must score a minimum 56.3 points of the possible 75 points to have the Cost of Services Envelope opened and evaluated. Purchasing and Materials Management Division may open the Cost of Services envelope to ensure compliance with the requirements of the RFP, however the Evaluation Team will not have any knowledge of any information contained in the Cost of Services envelopes until such time that the technical evaluations are complete and Proponents are short listed.

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

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

.7 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 in order to clarify its understanding of the Proponent’s response. The clarification process shall not be used to obtain required information that was not submitted at time of close or to promote a particular Proponent.

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

5.5 INTERVIEW

.1 A Proponent whose Proposal has received a high ranking 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 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

33 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 33: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

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.

5.6 EVALUATION RESULTS

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

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

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

5.7 NEGOTIATIONS AND AGREEMENT

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

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

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

.4 During negotiations, the scope of the services may be refined, issues may be prioritized, responsibilities among the Proponent, all staff and sub-consultants 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 The terms and conditions set out in Appendix ‘D’ shall be incorporated in any Agreement entered into with the recommended Proponent. These terms and conditions are mandatory and are not negotiable. Any Proponent wishing to request that the City consider any changes to the terms and conditions set out in Appendix "D" must follow the process outlined in section 5 of Appendix "B".

34 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 34: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

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

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

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

5.8 CONSULTING AGREEMENTS/PURCHASE ORDERS

.1 For reference, 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 engineering agreement is not executed, the provisions contained within the agreement will apply including insurance requirements..

.2 Prior to undertaking work onsite, the consultant or sub-consultant preparing DSL Reports, DSL abatement specifications, DSL abatement monitoring and provision of Clearance Certificates must provide the City with proof that their Professional Liability Insurance policy includes pollution coverage, specifically and especially mould and asbestos. Also refer to the general insurance requirements described in the specimen agreement.

.3 The consultant assignment on this project shall be divided into three phases and executed by two distinct consulting agreements and/or the issuance of three (3) Purchase Orders. The first agreement shall cover the design phase inclusive of detailed design and all aspects necessary to prepare a comprehensive and all inclusive tender document as defined in this Terms of Reference as well as services pertaining to and during the tendering and award of the contract.

.4 The second agreement and/or Purchase Order shall cover general office administration and site supervision services during the construction phase from issuance of the Purchase Order to Commence Work up to post construction activities. The second agreement shall also include activities associated with commissioning, training, as-built documentation and process O & M manuals.

.5 A separate Purchase Order covering post construction activities will be issued at the completion of the work under the above agreements. This P.O. will be subject to the terms of the above two agreements with payments being made on a time basis to the Upset Sum Limit (inclusive of all applicable taxes and charges) based on suggested payment milestones as submitted in the proposal for post construction activities.

.6 The cost proposal should identify costs associated with each of the three phases as defined above. However, the total cost of all three phases will be taken into account in the overall evaluation of the proposal.

.7 It is the City's intent to prepare agreements for execution, immediately prior to the initiation of the work under the corresponding agreement.

5.9 INSURANCE

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

35 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 35: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

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 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).

36 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 36: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

SECTION 6 TECHNICAL PROPOSAL SUBMISSION 6.1 SUBMISSION OVERVIEW

.1 The City has formulated the procedures set out in this RFP to ensure that it receives Proposals through an open, competitive process, and that Proponents receive fair and equitable treatment in the solicitation, receipt and evaluation of their Proposals. The City may reject the Proposal of any Proponent who fails to comply with any such procedures.

.2 Proposals are expected to address the RFP content requirements as outlined herein, and should be well ordered, detailed and comprehensive. Clarity of language, adherence to suggested structuring, and adequate accessible documentation is essential to the City’s ability to conduct a thorough evaluation. The City is interested in Proposals that demonstrate efficiency and value for money. General marketing and promotional material will not be reviewed or considered.

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

.4 The Cost of Services proposal to be submitted separately, as part of the two-envelope process. Refer to Section 7 for details on the Cost of Services proposal. Inclusion of pricing information in the Technical proposal will render the proposal submission as informal.

6.2 PROPOSAL DOCUMENTATION AND DELIVERY

.1 The documentation for each Proposal:

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

b. Sub sections 1 through 8 should be limited to 12 pages, minimum 11 point font, single sided (or preferably printed on 6 pages double sided), with unlimited appendices;

c. Must consist of One (1) original (clearly marked as such on its first page) and preferably Six (6) full copies and one (1) pdf version of:

i) A Main Proposal Document as described in article 6.3 below, including all attachments (Mandatory);

ii) Form 1 (Proposal Submission Form) completed and signed by an authorized official of the Proponent. This includes the acknowledgement of all addenda received as per Appendix A, item 4 (Mandatory);

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

d. Should include if applicable One (1) original (clearly marked as such on its first page) and Six (6) full photocopies of:

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

ii) Form 4 (Environmentally Responsible Procurement Statement) completed as indicated;

37 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 37: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

iii) Should consist of one (1) original Form 6 (Declaration of Compliance with Anti-Harassment/Discrimination Legislation & City Policy) completed and submitted as indicated on the form, if applicable. Note: Form 6 is provided in Appendix C;

e. Must be completed in a non-erasable medium and signed in ink;

f. Must not include:

i) Exceptions to the terms and conditions of the RFP that have not been approved through addendum; or

ii) Additional terms or conditions. g. Proponents must have attended the mandatory site/information meeting.

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

i. 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

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

6.3 TECHNICAL PROPOSAL CONTENT

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.

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

.4 Subsection 1 – Executive Summary: Summary of the key features of the proposal.

.5 Subsection 2 – Proponent Profile & Corporate Experience:

a. Overview of the Proponent firm(s), its history, and its future plans. Include a list of present or pending assignments with the City of Toronto, if any.

b. Proponents should have staff, organization, and an installed base adequate to ensure their ongoing ability to deliver and support the project over the period of the contract.

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

A profile and summary of corporate history including: i) Date company started; ii) Products and/or services offered; iii) Total number of employees; iv) Major clients; and

38 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 38: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

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

vi) Please note that where the skills/expertise/experience are being provided by a subcontractor or other legal entity apart from the Proponent, a Proposal that does not include the information requested in this Subsection 2 for each such subcontractor or other entity will not be awarded full marks during the evaluation process.

d. If the Proponent is a member of a consortium, provide a description of the relationship(s) between consortium members. Please note section 2 of Appendix B regarding consortiums and the requirement that there be a single Proponent.

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

i) Demonstrated experience in the areas of qualification, including a table cross-referencing areas of experience with specific assignments should be described in this section, with any project profile documentation included as an Appendix.

ii) The successful proponent will be required to assemble a multi-disciplinary team whose expertise matches the specific needs of the project. Proponents should provide in their proposals corporate experience as well as qualifications of each team member to demonstrate sufficient project experience regarding municipal wastewater or industrial facilities HVAC design.

f. Corporate Experience

i) The Proponent should demonstrate the corporate (company) experience by providing descriptions of projects that the Proponent has completed in the past ten (10) years, as follows: Minimum (3) HVAC projects at wastewater treatment plant or industrial facility

that included a hot water heating loop. Design of HVAC that utilizes a Building Automation System (BAS) for

monitoring and control. Hot water heating loops and glycol packages. Heat extraction ventilation. Mechanical air conditioning.

ii) To demonstrate the corporate experience, Proponents are requested complete Table 6-1 and include as part of the Proposal submission. Expand as needed.

Table 6.1 - Corporate Experience

Project Name

Completion Stage

Description of Scope

Key Staff and role

on the Project

39 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 39: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

g. Corporate Project References

i) For two (2) of the projects listed for the corporate experience in Table 6-1, Proponents are requested to submit contact information for reference purposes.

ii) Note: the reference projects should have been successfully commissioned and at a minimum achieved Substantial Performance.

iii) Proponents are requested to complete Table 6-2 for all references and include in the Proposal submission.

iv) Note: all requested reference information should be provided and its complete verification may be undertaken at the discretion of the City.

v) In providing references, Proponents agree that the City can contact the individuals provided as part of the evaluation process. The City will make its own arrangements in contacting the references. Substitution of references will not be permitted after the close of the RFP.

Table 6-2 - Corporate Project References

Project Name

Company

Name

Contact Name

and Title

Telephone

Number

E-mail

Address

.6 Subsection 3 – Project Team, Experience & Structure: An indication of your team members recent experience on projects of a similar nature, with details as to size, location, owners and the name of the staff that managed and provided key technical input on these projects.

a. A list of key staff proposed for this project. Provide their professional qualifications, related project experience and an indication of their roles and responsibilities on this project. At a minimum, identify the Project Manager, Design Lead(s), and Site Inspection staff.

b. Identify the key individual project team members that make up the Project Management Team. Provide information on their specific experience and their individual roles on the project team. Their experience profiles should highlight their project management experience and technical expertise with examples of completed assignments and their actual role and responsibility on each project. Project documentation details can be included as an Appendix.

c. Identify key members of the design team including discipline leads and technical experts. Include information on the QA/QC team members. Provide information on their specific experience and their individual roles on the project team. Their experience profiles should highlight their relevant experience and technical expertise with examples of completed assignments and their role and responsibility on the referenced projects. Provide

40 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 40: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

highlights of their experience and role in the proposal, with detailed CV’s included as an Appendix.

d. Include a project organization chart with clearly defined roles and responsibilities. Provide details on how the overall team structure is defined, and how the team will be managed, including overall communication and co-ordination to deliver a successful program of this magnitude.

e. Resumes for proposed individuals are to be included as an Appendix to the proposal. It is important that key project individuals (i.e. major areas of responsibility) be named, with accompanying indication of guaranteed availability. Continuity of key personnel will be required, with a contractual obligation for substitutions only with full written approval of the client. The resumes should clearly identify the individual’s specific qualifications and experience as it relates to their role in this project and their role in the referenced projects.

f. Note: The Proponent should submit signed consent forms authorizing the disclosure of personal information to the City, or its designated agent(s), for any resumes that are submitted, however, the Proponent will accept all liability if not disclosed to the City.

g. Team Members Individual Expertise

i) Project Manager – preferably minimum ten (10) years experience in municipal wastewater or industrial facilities consulting engineering, including mechanical system and HVAC design.

ii) HVAC engineer – preferably minimum ten (10) years of experience in designs of HVAC in municipal wastewater or industrial facilities.

iii) Electrical specialist – preferably minimum of ten (10) years design experience. iv) Instrumentation/Controls Specialist – preferably minimum of ten (10) years overall

design experience and specifically, experience with the design of Building Automation Systems.

v) Site inspector – preferably minimum five (5) year construction site supervision experience on projects involving HVAC, piping and mechanical systems.

h. To demonstrate team members individual expertise Proponents are requested to complete Table 6-3 and include in the proposal submission.

Table 6-3

Qualifications for Team Members

Role on this

project

Proposed staff name, and

Years of experience

Mandatory Requirements – Expertise,

Experience and Qualifications

1. Name of completed projects meeting

mandatory requirements

2. Description of project

3. Role on referenced projectsProject Manager

HVAC Engineer

41 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 41: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

Electrical Specialist

Instrumentation/ Controls Specialist **

Site Inspector

Notes:

1. ** May be same person as the Electrical Specialist.

.7 Subsection 4 – Project Understanding and Approach: A written description of the general approach that illustrates a clear understanding with respect to the scope of work involved and the methodology proposed to complete the assignment. Provide a discussion on the project workplan development, concept design development, alternatives evaluation, including a strategy for bundling or staging of project components. In addition, the Proposal should outline the detailed approach to design and construction administration, as well as the mechanisms included for addressing operability, risk analysis, energy management, etc. The Proposal should present your approach to addressing constructability concerns recognizing operational limitations, Constructor issues, quality control, and suggestions to enhance construction quality. Identify cost estimating methodology proposed, including methods to be employed for ensuring construction cost control measures are incorporated into the process. Detail your quality assurance (QA) and quality control (QC) plan for key deliverables and for all phases of the project. Identify management and control methods during the project life cycle, as well as during the execution of the project’s phases. This should include details, but is not limited to, pre-project planning, communication, scope management, time management, cost estimation, risk management, staff planning, cost estimation, cost control measures, dispute prevention and resolution, quality management. Clearly outline the cost control measures that will be implemented in order to ensure that the upset limit for the engineering fees will not be exceeded

.8 Subsection 5 – Workplan and Deliverables: Provide a detailed time/task breakdown and schedule, indicating all tasks and deliverables.

a. The time/task breakdown should detail your project-specific approach to each phase of the project including engineering studies, pre-design activities, detailed design activities (including all necessary approvals and permits prior to tendering, tender period, award of contract(s)), contract administration (including general administration, site services, equipment start-up and commissioning, and training) and post construction services.

b. Provide a time/task breakdown with estimated person-hours for members of the project team required to complete the various components of the project. The time/task breakdown should be sufficiently detailed so that the level of effort of each staff member is identified for the various tasks in the project. The workplan should be structured to match the categories in the table in Section 7 – Cost of Services, but expanded on to include activities under each phase a minimum:

i) Pre-Design

42 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 42: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

Field Review and Verification Project Administration Meetings Pre-Design Report Technical Memoranda

ii) Detailed design Project Administration Meetings Design Approvals & Permits Tendering

iii) Construction – Note construction duration defined in Section 3.6 Contract Administration Shop Drawings/RFIs/Inspection reports Resident site services (as per clause 3.6.6) ETMS Tagging with maintenance needs (refer to clause 3.6.12) Testing and Commissioning Consultant’s O&M Manual (inclusive of PCS/SCADA) As-Built Drawings

iv) Post-Construction

c. The workplan should clearly identify the base scope items and provisional items separately.

d. The workplan should detail your quality assurance (QA) and quality control (QC) plan for key deliverable and for all phase of the project.

e. Provide an estimated overall timeline of the project, including an indication of the date of commencement. Key dates for major deliverables must be clearly defined in the proponent's detailed work plan and highlighted in the Gantt Chart. Include 2-week time periods for all City reviews. As a guideline, please note that tendering, award, and contract execution typically takes 3-6 months following receipt of contract documents, depending on project size and complexity, dollar value, and budget availability.

f. Provide a discussion of the underlying assumptions associated with the proposed project schedule.

g. Please note that the City will not tender projects without first obtaining all project approvals.

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

i. State assumptions regarding roles and involvement of client staff. This is important so clarifications of any incorrect assumptions are apparent to the Selection Committee during the proposal review, and/or Presentation/Interview meeting, if applicable.

.9 Subsection 6 – Clarifications: Confirm in this section that the Proposal meets all requirements of the RFP. If there is a need to highlight scope clarifications based on the interpretation of the RFP document, all limitations on the extent of work that could be inferred 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 is included, regardless of the text in the body of the Proposal. Note that

43 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 43: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

substantial exceptions to the base scope could render the Proposal non-compliant and the Proposal rejected, at the City’s sole discretion.

.10 Subsection 7 – Innovation and Value Added: Specify all value added activities or innovative ideas that are proposed, but were not specified in the terms of reference. Identify the costs for these items separately from the base scope, where applicable, in the Cost of Services envelope.

.11 Appendices – Including:

a. Mandatory Proposal Submission Forms.

b. Corporate Information.

c. Resumes of Proposed Project Participants.

d. Project Profile Documents.

44 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 44: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

SECTION 7 COST OF SERVICES 7.1 COST OF SERVICES DOCUMENTATION AND DELIVERY

.1 The documentation for each Cost of Services:

.2 Must be PACKAGED AND SEALED IN A SEPARATE ENVELOPE labeled Cost of Services (submissions made by fax, telephone, electronic message or telegram will not be accepted) displaying a full and correct return address;

.3 Must consist of One (1) original, clearly marked as such on its first page, preferably one (1) pdf, and preferably three (3) print copies.;

.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 Subsection 3 to these rated classifications. These classification rates, once approved, will be used for any part of the work to be paid for on a time basis as indicated elsewhere herein. These rates will be fixed for the duration of the assignment up to the completion date as identified in the Proponent’s project schedule, including the post construction services. Adjustments to an individual's classification for projects exceeding 4 years in overall duration (excluding warranty phase) will be considered, subject to suitable rationale and written approval by the City. For projects exceeding five (5) years in duration, the City will consider requests for rate adjustment, should the duration of the project extend beyond the proposed schedule due to delays beyond the Consultant’s control. The rate adjustment will be applied to the extended portion of the schedule only, and shall not exceed the current consumer price index, adjusted from the mid-point of the Proponent's schedule. Rate adjustment will not be considered for delays caused by the Consultant or its sub-consultant.

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

a. The Lump Sum Limit for disbursements associated with pre-design and detailed design services is not to exceed a maximum value of 7% of the pre-design and detailed design fees identified by the proponent;

b. The Lump Sum Limit for disbursements associated with services during construction is not to exceed a maximum value of 5% of the general office administration and site supervision services fees identified by the proponent;

45 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 45: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

c. The Lump Sum Limit for disbursements associated with post construction services is not to exceed a maximum value of 5% of the post construction services fees identified by the proponent.

.5 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.

b. Photocopying.

c. Printing.

d. Facsimiles.

e. Taxi fares.

f. Public transit fares.

g. Parking.

h. Delivery and expense 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.

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

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

.8 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.

.9 For specialized expenses, such as sampling analysis as specified in Section 3, provide a lump sum cost for these expenses.

7.3 BASE SCOPE OF WORK AND PROVISIONAL ITEMS

.1 In order to be considered for this assignment, the Proponent is requested to provide a project cost breakdown for the base scope of work and defined provisional items as indicated in the following table. All parts and items in the table must be priced for the entire services in order for the Proposal to be considered valid.

.2 Provide a separate cost for accounting audits in accordance with the Engineering Services Agreement, Section 3.

.3 Provide a separate cost for accounting audits of the Contractor's payroll burden rate, in accordance with A.6.3.9.

.4 The table of costs includes a provisional allowance for any additional Health & Safety equipment that may need to be rented by the consultant for access to various areas, such as confined spaces or hazardous areas. It is expected that the base scope of work includes for standard

46 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 46: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

health & safety personal protective equipment such as hardhats, safety footwear, eye protection, safety vests, safety gloves, and hearing protection. The provisional allowance is intended to cover all other specialty equipment such as respirators, gas detection, scaffolding, safety retrieval devices or for hiring safety expertise for activities such as confined space entry.

.5 A provisional allowance has been provided in the cost breakdown Table in Section 7.3 to cover the cost for completion of a DSL Report. Co-ordination of the work is considered as part of the base scope; payment of a sub-consultant for the surveys will be from the allowance provided.

.6 A provisional allowance has been provided in the cost breakdown Table in Section 7.3 to cover the preparation of tender documents for asbestos abatement, monitoring of asbestos abatement and provision of appropriate clearance certificates by an asbestos consultant. Co-ordination of the work is considered as part of the base scope; payment of a sub-consultant for the surveys will be from the allowance provided. The City may hire and pay for asbestos remediation contractors prior to tendering of the contract, if removal in advance of the contract is feasible.

.7 A provisional allowance has been provided in the cost breakdown Table in Section 7.3 to cover the cost of monitoring of asbestos abatement activities, clearance certificates, updating of DSL reports, and provision of draft Asbestos Owner’s Reports as required. Co-ordination of the work is considered as part of the base scope; payment of a sub-consultant for the surveys will be from the allowance provided.

.8 Provide a maximum weekly rate for Services during Construction to be used for adjustment to the Upset Limit, where approved by the Executive Director, in the event that the actual construction period is shorter, or longer than anticipated. This weekly rate is to include services for project management, office staff, and resident site staff, plus disbursements.

.9 A provisional allowance has been provided in the cost breakdown Table in Section 7.3 to cover the optional services required in the post-construction phase of the assignment.

.10 The Total Upset Limit as provided in the table will be used for establishing the Cost of Services score for the proposal evaluation and selection as outlined in Section 5 of the RFP.

.11 Upset Limit Cost Breakdown for Base Scope of work:

Table 7.1

Humber Treatment Plant HVAC and Water Systems Upgrade

Deliverables Cost ($)

Audit Reports per Agreement Clause 3(6) (note 4 required) (A) $

Preliminary Design and Detail Design (B)

Labour $

Disbursement $

Subtotal -Preliminary and Detail Design (B) $

47 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 47: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

Services During Construction (C)

Labour $

Disbursement $

Site Inspection Services (2600 hours from 3.6.5) $

Additional Engineering Services during Construction (weekly rate allowance – from Table 7.2)

$

Additional WMS list work (100 hours from 3.6.12) $

Fee for annual audit reports for Contractor Payroll Burden (assume one audit is required)

$

Subtotal –Services during Construction (C) $

Post Construction Services (D)

Labour $

Disbursements $

Subtotal – Post Construction Services (D) $

SUBTOTAL (A+B+C+D) $

HST (13%) $

TOTAL INCLUSIVE OF HST $

Table 7.2 Schedule of Provisional weekly rate allowance –Construction

Item Description # of Units Unit Cost

($) Amount (net

HST)

1.

Weekly rate for the addition or deletion (i.e. credit) of services during construction in the event the construction is longer/shorter than estimated (See section 7.3.8). To be used as required and approved by the Executive Director

26 $____/wk $____

Subtotal (transfer to Table 7.1) $

48 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 48: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

Notes: i) Provide a Weekly rate for adjustment to the Services during Construction upset limit,

as per clause 7.3.8. The Weekly rate shall include all services including project management, office staff, and resident site staff plus disbursements, net of HST.

Table 7.3 Table of Provisional Allowance Items – All Phases

Item Description Amount

(net HST)

Schedule of Allowance Items - Design

1. Health & Safety equipment. $5,000.00

2. Completion of DSL Reports, Monitoring of asbestos abatement activities and reporting.

$10,000.00

3. Specialized services for noise study. $10,000.00

4. Provision for the services required to prepare all tender documents for one (1) additional contract.

$30,000.00

Subtotal – Design $55,000.00

Schedule of Allowance Items –Construction

5. Preparation of asbestos abatement specifications, monitoring and clearance by an asbestos consultant during construction

$10,000.00

6. BAS/PCS issues resolution and support $30,000.00

7. Factory Acceptance Testing (FAT) – Preparation of testing documents and participation.

$20,000.00

Subtotal – Construction $60,000.00

Schedule of Allowance Items – Post Construction

8. Post construction process and troubleshooting support, additional training $20,000.00

9. Post construction BAS/PCS support $10,000.00

Subtotal – Post Construction $30,000.00

General Contingency Allowance

10. General Engineering Contingency for Items Identified During Design and Construction. $200,000.00

49 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 49: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

7.4 ALTERNATIVES SUGGESTED BY PROPONENT

.1 The evaluation of alternatives suggested by the Proponent is governed in accordance with Section 3.9.

.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-consultants will be paid at cost plus a mark-up of a maximum of 5%, if provided for in the cost of services proposal. Invoices must be submitted for payment.

.5 For the Unit Price Deliverables, payment will be at the unit price, for each deliverable provided. The City will determine how many of the “Units” are required, once the project has progressed sufficiently to make the decision.

.6 The Construction Lien Act requirements shall be applied to the design and construction phases of the assignment. Refer to Section 5.8 of the RFP.

.7 The 10% holdback on the first Purchase Order will be released upon completion of the design phase of the project and upon meeting all requirements of the Construction Lien Act. The 10% holdback on the second Purchase Order will be released upon final completion of construction phase and upon satisfying the Construction Lien Act requirements. There is no holdback on the third Purchase Order for the post construction phase.

.8 Prices and staff rates by classification submitted in a Proposal are to be firm for the duration of the RFP process and the term of any resulting Agreement.

.9 The City shall not be responsible for any unauthorized additional costs.

.10 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.

.11 All invoices must clearly show HST as a separate value and HST "registrant" number.

.12 Without restricting the generality of the foregoing, the Proponent acknowledges that, if it is a non-resident person, payments to the Proponent, as a non-resident person, may be subject to withholding taxes under the Income Tax Act (Canada). Further, unless the Proponent, as a non-

50 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 50: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

resident person, provides the City with an official letter from Canada Revenue Agency waiving the withholding requirements, the City will withhold the taxes it determines are required under the Income Tax Act (Canada).

.13 In the event of mathematical errors found in the pricing pages, the unit prices quoted shall prevail. Extensions and totals will be corrected accordingly by City staff and adjustments resulting from the correction will be applied to the Total Lump Sum Price quoted.

7.6 CONTINGENCY ALLOWANCE

.1 In seeking authority to engage consulting services, City Engineering &Construction Services will include a contingency amount to cover potential changes in the scope of services where warranted. Payments from the Contingency Allowance will not be permitted without prior approval of the Executive Director.

7.7 CURRENCY

.1 All dollar amounts, fee statements, and invoicing shall be in Canadian dollars. The Proponent shall assume all currency risk.

7.8 TAXES

.1 Harmonized Sales Tax (HST) is to be applied to the prices submitted as specified in the relevant sections of the call document or in the Price Schedule provided in this RFP.

.2 HST for the supply and delivery of materials/goods is to be shown as additional/separate line items on the Price Schedule and any subsequent invoices.

51 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 51: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

APPENDICES

52 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 52: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

APPENDIX A- TECHNICAL SERVICES: DESIGN AND CONSTRUCTION MAJOR WORKS

FACILITIES PROJECTS

A.1 GENERAL PROJECT REQUIREMENTS A.4 PRELIMINARY ENGINEERING DESIGN SERVICES A.5 DETAILED DESIGN ENGINEERING SERVICES A.6 CONTRACT ADMINISTRATION A.7 START-UP AND COMMISSIONING SERVICES

53 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 53: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

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.

54 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 54: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

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.

55 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 55: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

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

56 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 56: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

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.

57 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 57: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

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.

58 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 58: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

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

59 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 59: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

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.

60 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 60: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

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

61 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 61: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

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

62 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 62: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

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

63 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 63: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

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;

64 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 64: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

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.

65 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 65: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

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.

66 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 66: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

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.

67 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 67: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

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

68 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 68: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

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;

69 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 69: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

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.

70 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 70: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

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

71 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 71: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

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

72 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 72: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

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

73 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 73: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

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

74 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 74: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

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

75 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 75: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

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.

76 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 76: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

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,

77 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 77: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

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

78 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 78: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

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

79 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 79: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

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

80 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 80: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

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

81 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 81: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

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

82 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 82: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

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

83 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 83: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

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

84 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 84: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

APPENDIX A.5 – DETAILED DESIGN ENGINEERING SERVICES REV SEP 2012 _____________________________________________________________________________________________

Page 1 of 10

A.5 DETAILED DESIGN ENGINEERING SERVICES

A.5.1 General

A.5.1.1 Complete the detailed design of the project as outlined in the final pre-design report (unless

otherwise directed) including the preparation of contract documents, contract drawings, and technical specifications.

A.5.1.2 Provide expertise required for the design of the structures and facilities to service the best interests of the public, with due regard for the environmental and public concerns, capital cost and operating efficiency, in accordance with the recognised industry standards, guidelines, best practices, codes, regulations, etc. as established by the City and all regulating authorities. Refer to Appendix A.1.

A.5.1.3 Provide continuous quality assurance and quality control (QA/QC) to verify the technical correctness of the work and high quality services during the project life are provided. Delegate senior technical leads, external of the design team, to conduct milestone QA/QC reviews. Verify that all documents have been reviewed prior to submittal to the City. Apply version control to all documents.

A.5.1.4 Prepare drawings in accordance with the City’s Design & Drafting Standards and requirements of Appendix A.1.

A.5.1.5 Obtain drawing numbers from the City.

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

A.5.1.7 Unless specifically instructed in the Request for Proposal that automation in the facility is not required, all processes shall be fully automated, allowing for unattended operation of the system. Comply with the requirements of the Toronto Water PCS Implementation Guidelines.

A.5.2 Pre-Requisites

A.5.2.1 Do not proceed with detailed design engineering phase until the following tasks have been completed. 1. Final Pre-design Report has been accepted by the City and the Project Manager has

directed in writing to proceed with detailed design engineering phase. 2. A project workplan has been developed and presented, including the design schedule,

list of project deliverables, and required approvals. 3. Topographic survey of the project site(s) has been completed (if applicable). 4. Geo-technical/Sub-surface Investigation program has been completed and final geo-

85 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 85: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

APPENDIX A.5 – DETAILED DESIGN ENGINEERING SERVICES REV SEP 2012 _____________________________________________________________________________________________

Page 2 of 10

technical/sub-surface investigation report has been submitted (if applicable). 5. Design team members have visited and are completely familiar with the plants, facilities,

and operating procedures. 6. Design team members have reviewed drawings of the existing facilities and have

identified discrepancies on the existing record drawing details from the existing conditions.

7. All above ground and buried utilities and services have been identified and locations have been verified.

8. A meeting has been held, and information provided, on current City CADD Standards.

A.5.3 Design Review Requirements

A.5.3.1 Detailed design review packages are required at 50%, 70%, 95% and 100% design completions.

A.5.3.2 Include with each design review package the complete drawings list indicating percentage complete for each drawing. Provide with each submission, a log of City comments and changes made in the submission to address comments provided.

A.5.3.3 Decisions Log – create and maintain issues log documenting decisions made with appropriate references to other documents such as meeting minutes/notes. Append decisions log with the meeting minutes.

A.5.3.4 Capital Costs and Schedule -Track project capital costs and schedule through out the project design period. Identify impacts of design changes on the schedule and capital costs.

A.5.4 50% Design Review Package

A.5.4.1 Prior to submitting the design review package ensure that following tasks have been completed. 1. All major design decisions have been documented clearly and agreed to by the City. 2. Resolution of outstanding issues from the pre-design reports. 3. Detailed design review package contains sufficient design details to convey the design

intent. The design package indicates greater than 50% of the design completion effort e.g. the aggregate total of percent complete of the drawings in the review package represent greater than 50% total of the estimated drawings for the project.

4. Comply with the requirements of the Toronto Water PCS Implementation Guidelines. 5. Using the logic of the tagging standard and existing documents, develop, submit and

receive approval of tags for new assets, equipment and instrumentation using the City's Enterprise Tagging Management System (ETMS) and Toronto Water's Tagging Standard. Submit data using the prescribed ETMS excel spreadsheet.

6. Include a CD of all CADD drawings for the 50% submission for review by the City for conformance with the City CADD Standards.

A.5.4.2 Include with the review package the following:

1. Site Plans indicating elevations, building locations, access roads, right-of-way for underground utilities and services

2. Process Design including Master P&IDs edited to document proposed demolition, alteration and modification

including integration and tie in with existing systems New P&IDs where applicable including tag number for all equipment, valves,

instruments

86 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 86: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

APPENDIX A.5 – DETAILED DESIGN ENGINEERING SERVICES REV SEP 2012 _____________________________________________________________________________________________

Page 3 of 10

Hydraulic profile Equipment Data Sheets List of Major Equipment selection Confirm equipment that requires pre-selection/pre-purchase

3. Building Layouts indicating: Floor plans with major equipment size and location Major piping and duct work Raceways for electrical duct work, HVAC ducting, plumbing etc Building sections and elevations

4. Plans and Profile drawings of existing and proposed mains, sewer, utilities, hydro/electrical ducts/ductbanks and other services.

5. Electrical design indicating: Power source Electrical power requirements Area classification drawings Master SLDs edited to document proposed demolition, alteration and modification

including integration and tie in with existing systems New P&IDs where applicable including tag number for all equipment, valves,

instruments 6. I&C and SCADA design – develop or update the following:

Master process control narratives. Master documents will be provided in Word; revisions are to be submitted using Track Changes.

SCADA architecture drawings and updated Master SCADA Architecture Drawing 7. Updated Capital Cost Estimate

A.5.5 70% Design Review Package

A.5.5.1 Prior to submitting the design review package ensure that following tasks have been

completed:

1. Resolution of outstanding issues from the 50% design review package. 2. Comments from the 50% design review package have been incorporated. 3. Equipment pre-selection/ pre-purchase process, if applicable. See Section A.5.9 for

requirements pre-selection/ pre-purchase process. 4. Updated Capital Cost Estimates identifying changes to the pre-design cost estimates. 5. Detailed Design Review package contains sufficient design details to indicate greater

than 70% of the design completion effort, e.g. the aggregate total of percent complete of the drawings and specifications in the review package represent greater than 70% total of the estimated drawings and specifications for the project.

87 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 87: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

APPENDIX A.5 – DETAILED DESIGN ENGINEERING SERVICES REV SEP 2012 _____________________________________________________________________________________________

Page 4 of 10

A.5.5.2 Include with the review package the following: 1. Details of pre-selected equipment. 2. Drawings indicating greater than 70% design completion effort. 3. Table of Content of Technical Specifications. 4. Detailed specifications for Division 1 including summary of work, sequence of

construction, requirements for operational input, constraints, training, testing, commissioning, etc. For wastewater treatment facilities, incorporate City requirements of "Use of Owner's Site" into Division 1.

5. Detail Specifications Sections from Division 11 to Division 16 for major equipment and processes.

6. Arc Flash Hazard Assessment, based on the requirements outlined within NFPA 70E Standard for Employee Safety in the Workplace 2004 Edition. Perform an Arc Flash Assessment Study and submit a report that summarizes in table format, for each piece of equipment, calculated arc flash incident energy, flash boundaries, risk category, required PPE, Arc Flash labeling, specific site issues and any other pertinent information related to arc flash safety and mitigation. The study should also make recommendations on how the City can accommodate the operations/maintenance of existing equipment (e.g. pump, valves) that infringe on recommended arc flash boundaries.

7. Develop or update the following documents for 70% detailed design: a) Update 50% detailed design documents b) Local & Area control panel drawings and RPU panel drawings c) Equipment layouts and control schematics d) SCADA hardware and software requirements e) Instrument ranges and setpoints f) Alarm list including alarm conditioning g) Identify iHistorian, eOPS, POMS, LIMS requirements h) Paging and security i) Networking and structured cabling j) Equipment and instrumentation physical tag list k) Electrical drawings and requirements l) Removals, including hardware, wiring m) Identify RPU/HMI program/code removal in scope of work section of specification

8. Construction Testing Memo: the City internally completes and/or has standing purchase orders for a variety of construction testing (granular material, welding and structural steel, asphalt and membrane testing, elastomeric bearing testing). Prepare memo identifying list of tests required during construction, and review with City staff to determine which tests will be completed internally via the City's blanket contracts, which are to be included in the construction tender, and which will be done by procuring specialized testing services..

9. Expand on Summary of Work, Sequence of Construction, PCS Transition Plan. The PCS Transition Plan outlines the construction sequence required to ensure continuity of control, data acquisition and trending, and a strategy to migrate from existing to new systems without undue risk to system operation.

10. Include a CD of all CADD drawings for the 70% submission for review by the City for conformance with the City CADD Standards.

A.5.6 95% Design Review Package

A.5.6.1 Incorporate the comments from the City of Toronto and prepare complete set of contract

documents including Form of Tender, Information for Tenderers, etc. drawings and technical specifications.

88 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 88: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

APPENDIX A.5 – DETAILED DESIGN ENGINEERING SERVICES REV SEP 2012 _____________________________________________________________________________________________

Page 5 of 10

A.5.6.2 Ensure that design review package is complete and ready for final review by the City and suitable for review by the approval agencies. Insert on the drawings revisions table with “Issued For Approval” note and date.

A.5.6.3 Submit complete set of drawings and specifications bearing signatures and stamp of professional Engineers/Architect etc. to the City of Toronto for review and to the approval agencies.

A.5.6.4 Refer to the requirements of the Toronto Water PCS Implementation Guidelines including draft consultant SCADA Operation Manual.

A.5.6.5 For major equipment, provide written confirmation from the specified suppliers named in the tender documents, that their equipment meets the specified requirements.

A.5.6.6 If the engineering consultant is recommending that only one manufacturer be named in the specification, provide a business case that details the rationale. The business case must be signed off by the Director, Technical Services.

A.5.6.7 If the Operating Division requests that only one supplier be named, the Technical Lead, Toronto Water, will prepare a business case documenting the rationale. The business case must be signed off by the Director, Toronto Water.

A.5.6.7 Include a CD of all CADD drawings for the 95% submission for review by the City for conformance with City CADD Standards.

A.5.6.8 WMS Datasheet populated with asset column (ie pump and motor; valve and actuator).

A.5.7 100% Final Design Package

A.5.7.1 Incorporate comments from the City and the approval agencies and prepare final tender

documents.

A.5.7.2 Upon final approval, submit one set of the original final tender documents for printing by the City of Toronto. Drawings are to be submitted in the form of reproducible mylars and the specifications are to be in its final form, but not bound, ready for the calling of tender. Specifications shall be printed on both sides of the paper. Insert on the drawings revisions table with “Issued For Tender” note and date. Drawings and specifications to be stamped and signed by a Professional Engineer, licensed in the Province of Ontario. Provide one (1) paper copy of 11” x 17” stamped and signed drawings.

A.5.7.3 Submit electronic copy in CD of final Drawings and Specifications. The City will verify that the CD/CADD files meet City standards. All drawings not meeting City standards will not be accepted, and must be re-issued at not additional cost.

A.5.7.4 Provide to the City all final design calculations and design notes for the process, structural, mechanical, HVAC, electrical, and instrumentation related to detailed designs for the City’s information and storage. Calculations to include all assumptions, design criteria and design parameters. Hard copy of all calculations in a binder.

89 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 89: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

APPENDIX A.5 – DETAILED DESIGN ENGINEERING SERVICES REV SEP 2012 _____________________________________________________________________________________________

Page 6 of 10

A.5.7.5 Provide an update to the EMP provided in the pre-design phase in TM format. The update is to refresh all energy savings calculations for base case analysis, and updates to energy savings from measures implemented in detailed design, with specific information and data from the specified equipment. The TM should include all specific data for the energy calculations, based on the specified equipment.

A.5.7.6 Deliverables: 1. Signed, stamped drawings and specifications 2. Pre-Start Health & Safety Report including area classifications 3. Confined Space Inventory 4. Updated DSL and draft Asbestos Owner’s Report 5. Updated EMP

A.5.8 Equipment Pre-Selection Process

A.5.8.1 Identify, prior to 50% design completion stage, the equipment that is recommended to be pre-selected and/or pre-purchased. Provide rationale for pre-selecting/pre-purchasing the equipment. Note that the City does not pre-order pre-selected equipment.

A.5.8.2 Do not commence with pre-selection until authorised by the City.

A.5.8.3 Note that pre-selection is a form of equipment procurement, thereby requiring engineering effort and appropriate timelines for tender, evaluation and award. This must be accounted for in the project workplan and schedule.

A.5.8.4 The City has pre-selection documents that must be used that reflect the City’s specific approach to this process. Discuss the requirements in advance with City staff, so the project team has a thorough understanding of the process and timelines required.

A.5.8.5 Prepare documents for the pre-selection or pre-purchase of equipment and machinery and administer the pre-selection process. The tasks to be undertaken for pre-selection process shall include, but not be limited to the following: 1. Prepare a draft risk assessment document, to quantify the risks and consequences of

failure, of the equipment under consideration. Provide recommendations on the limitation of liability to be imposed on the vendor in the pre-selection document. The risk assessment will be finalized by the City for concurrence by City Legal and the Director's of Technical Services and Toronto Water (Wastewater).

2. Develop life-cycle analysis methodology for selection of the most appropriate equipment over the life-cycle of the equipment. Note pre-selection RFQ's are awarded based on the lowest life-cycle cost.

3. Operations staff generally require the inclusion of a maintenance term in conjunction with the preselection process. Develop maintenance requirements based on equipment specific needs, and in consultation with the City. Include maintenance cost analysis in the Form of Quotation.

4. Submit draft copy of pre-selection document for review, utilizing City of Toronto standard documents for “Request for Quotation for the Pre-Selection of Equipment”. Meet with the Project Manager and staff for review of the pre-selection document Revise draft documents and submit final for approval.

5. Provide technical support during the pre-selection bidding period and respond to queries 6. Prepare draft copies of addenda for issuance by the City of Toronto. 7. Attend bidders’ meeting. 8. Review bids received from equipment supplies and provide written recommendation to

City.

90 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 90: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

APPENDIX A.5 – DETAILED DESIGN ENGINEERING SERVICES REV SEP 2012 _____________________________________________________________________________________________

Page 7 of 10

A.5.8.6 Generally, ensure that equipment pre-selection is completed prior to 70% design completion unless in conflict with considerations under A.5.8.3.

A.5.9 Specification Requirements

A.5.9.1 Ensure that the latest version of the City of Toronto’s Front End documents are use in the preparation of the Contract Documents. Modify, as appropriate the Form of Tender and Information for Tenderers. Obtain Contract Number from the City.

A.5.9.2 Prepare technical specifications conforming to National Master Specifications (NMS) format.

A.5.9.3

Comply with the requirements of the Toronto Water PCS Implementation Manual and the Start-up, Commissioning and Training Guidelines for Major Works Facilities Projects, and incorporate necessary provisions into the specifications.

A.5.9.4 Review the RFP’s Appendix A in its entirety and include provisions within the contract documents to meet City requirements for construction and construction administration (i.e. testing, commissioning, training, DSL management strategies, O&M manuals, shutdowns, performance requirements, etc). Provide confined space inventories.

A.5.9.5 Within the tender specifications, describe the required construction schedule and sequence of execution of the project, assuring minimal impact to the plant operations and timelines. Prepare and document a sequence of proposed shutdowns and their execution timetable and obtain City approval of such. Specify in detail, all operational constraints including connection to existing plant utilities, shutdown and start up and commissioning sequence. The plan is to include specific details with respect to process limitations and constraints. Develop and incorporate PCS transition plan requirements including temporary automation facilities if necessary.

A.5.9.6 Specify in detail, procedures for access to work site during construction to ensure safety and security. Identify contractor work and storage areas. Ensure the material handling of major components is performed in a manner that prevents damage. Identify key work areas for City staff that require constant safe access that must be provided by the Contractor.

A.5.9.7 Include necessary specifications and drawings to remove designated substances as part of the construction work. Provide a detailed strategy for managing suspect materials.

A.5.9.8 Identify all contractor submittals including those identified in the PCS Implementation Guidelines.

A.5.9.9 Comply with the requirements of the Start-up, Commissioning and Training Guidelines for Works facilities and Structures Projects, and incorporate necessary provisions into the specifications.

A.5.10 Approvals

A.5.10.1 1. Secure permits/approvals required for the project. 2. The City of Toronto will pay the fee for the permits and approvals. 3. Ensure that all permits and approvals have been issued prior to calling the tender for the

project.

91 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 91: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

APPENDIX A.5 – DETAILED DESIGN ENGINEERING SERVICES REV SEP 2012 _____________________________________________________________________________________________

Page 8 of 10

A.5.11 Pre-Start Health & Safety Review

A.5.11.1 Under Ontario Regulation 851 (RRO 1990) - Occupational Health and Safety Act., as amended to O. Reg. 488/01, Owners are required to prepare a Pre-Start Health and Safety review for: racking & stacking structures, lifting devices, flammable liquids, explosion hazards, dust collectors, safeguarding of machinery, and occupational exposure. The Pre-Start Health & Safety Report is to include an assessment and recommendation with respect to area classifications for all areas within the project scope.

A.5.11.2 The review is to ensure that the construction, addition or installation of a new apparatus, structure, protective element or process, or the modification to existing apparatus, structure, protective element or process are in compliance with the applicable provisions of the Regulation for Industrial Establishments.

A.5.11.3 The work will consist of:

1. preparation of an initial report based upon review of the final drawings and specifications,

2. attendance at meetings with City to review draft initial report, 3. modifications to detailed tender drawings and specifications as required, 4. finalize initial report

A.5.11.4 If a trigger for a PSR is not present per above, provide a signed letter confirming such.

A.5.12 Pre-Tender Estimate

A.5.12.1 On completion of the design work, the Consultant shall prepare and submit a pre-tender estimate at the time of submitting the tender package to the City of Toronto.

A.5.12.2 Prepare the pre-tender estimate accurate to within ±10%. Estimates to be completed using industry recognized standard cost estimating tools such as Means or other applicable costing manuals, guidelines and standards. As a minimum, provide a breakdown by specification section, adjusted to the mid-point of construction, and inclusive of contractor overhead and profits, contingency, etc..

A.5.13 Services During Tender Period

A.5.13.1 General 1. Ensure that all required approvals are in place prior to calling tender. 2. Ensure, prior to tendering, that all contract documents are complete and contain all the

details required for the construction of the works. The City of Toronto will not permit tendering with incomplete and/or deficient contract documents and the necessary approvals.

3. The tender period shall normally not be less than three weeks and usually not more than six weeks. For complex projects, it may be as long as eight weeks

A.5.13.2 During the tender period, receive enquiries from contractors. Prepare addenda as required

for distribution by the City. Submit addenda at earliest date possible and no later than one week before tender period ends.

A.5.13.3 Attend and chair one pre-tender closing site meeting with bidders. The meeting will be used to brief the tenders on to review the contract documents and the project and to clarify points raised by tenderers, and will be followed by a site walk-through. Take an attendance record

92 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 92: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

APPENDIX A.5 – DETAILED DESIGN ENGINEERING SERVICES REV SEP 2012 _____________________________________________________________________________________________

Page 9 of 10

of all contractors present and record all questions raised and answers provided. Submit information to the City. Include information in the next addendum for the project.

A.5.13.4 Where necessary, co-ordinate with City staff for test pits during pre-tender closing site meeting. Consultants to arrange for all utility locates prior to undertaking the test pits. Take attendance and have the findings of the test pits recorded and reported by a geo-technical consultant. Include the report of the test pits in the next addendum.

A.5.13.5 Perform evaluation of tenders, including: formality, pricing, bonding, completion date, and alternatives. Submit a tender report and recommendation to the City, no later than seven consecutive calendar days after the close of tender.

A.5.13.6 Prepare and submit recommendations to the City of Toronto for award of contract including suitability of contractor to carry out the work.

A.5.13.7 Arrange to attend one pre-award meeting chaired by the City of Toronto with the lowest formal bidder. The meeting will be used to review the submitted tender and to confirm contractual obligations prior to the award of the Contract.

A.5.14 Hazard and Operability Review

A.5.14.1 Conduct a hazard and operability (HAZOP) reviews at approximately 70% of completion of detailed design. A HAZOP review is a systematic, critical examination of the engineering design and equipment. The objective of the review is to assess the hazard potential of malfunctions of the individual equipment in a system and the consequential effects on the facility, operations staff, and upon the environment. The review will identify potential hazards associated with the new equipments and its operation and will recommend measures to minimize these hazards. These measures shall be incorporated into the final design.

A.5.14.2 Submit six (6) hard copies of the following documents to each team member, as well as an electronic (pdf) file. Documents are to be provided two weeks before the date of the HAZOP session:

P&IDs including equipment tags and control loops A detailed process control narrative (numbered and including revision dates) Layout drawings (numbered and including revision dates) Draft Alarm list complete with priority level and set points A complete node list A preliminary list of deviations including standard (flow, temp, pressure, etc.) and project

specific deviations Do not revise documentation provided prior to HAZOP.

A.5.14.3 Utilize a third party HAZOP specialist for the HAZOP review meeting. The specialist shall be responsible for creating the report, providing direction to meeting participants and mediating the review to ensure that discussion is focused and relevant to the HAZOP review in particular. Design issues and comments shall be discussed at separate meetings. It is the HAZOP specialists responsibility to ensure the meeting takes place as efficiently as possible.

A.5.14.4 e HAZOP specialist shall have a minimum 10 years experience in undertaking HAZOP analysis . The HAZOP specialist shall have a basic understanding of the process such that they can direct participants towards additional deviations that may not have been considered in the preliminary list. The HAZOP specialist and consultant shall not expect the City participants to be HAZOP experts and must lead discussions so as to identify all of the possible deviations.

93 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 93: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

_____________________________________________________________________________________________

APPENDIX A.5 – DETAILED DESIGN ENGINEERING SERVICES REV SEP 2012 _____________________________________________________________________________________________

Page 10 of 10

A.5.14.5 The HAZOP review shall include a risk ranking of each deviation both before and after the

recommendations have been included

A.5.14.6 Submit a draft HAZOP report within three weeks following the review and a final report within one week from receiving the City’s comments regarding the draft HAZOP report. The final report shall include a complete set of documents used during the session. Each recommendation in the final report shall have a person responsible for the recommendation identified

A.5.14.7 Include for a follow up meeting to review the recommendations and assigned risk ranking as required for any items that require further discussion

A.5.15 Contractor Pre-Qualification

A.5.15.1 Where contractor pre-qualification is included in the base scope of the RFP, the steps outlined in this section are to be followed.

A.5.15.2 Develop mandatory requirements (pass/fail) and a point-based evaluation structure for each category of contractors to be prequalified.

A.5.15.3 Utilizing the City's latest template or example, prepare a draft Request to Prequalify (RTP) for review and approval by the City. Finalize the draft with input from the City.

A.5.15.4 The City will issue the Request to Prequalify (RTP) and accept the submissions. The evaluation of the submissions will be carried out by the City's project team but will also include the Consultant's Project Manager.

A.5.15.5 Evaluate all submissions individually. Undertake reference checks for each submission using a set of questions developed jointly by the evaluation team. Provide a summary of responses for the City to use in the prequalification process.

A.5.15.6 Participate in the review team meeting.to select the qualified contractors.

END OF APPENDIX A.5

94 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 94: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

APPENDIX A.6 – SERVICES DURING CONSTRUCTION REV SEP 2012

Page 1 of 11

A.6 – SERVICES DURING CONSTRUCTION A.6.1 General A.6.1.1 The Consultant shall provide general engineering services for administering the contract and

site inspection of the work during the construction phase. A.6.1.2 The Contractor is responsible for carrying out his obligations under the terms and conditions of

the construction contract. The Contractor is also responsible for the quality of the work. The Consultant is neither responsible for the construction of the work, nor are his review services rendered for the Contractor's benefit.

A.6.1.3 It is the Consultant's responsibility to ensure through site inspection, verification reports, etc. that

the Contractor carries out the work as designed per the contract specifications, and to confirm that the constructed plant/facility will perform and function as intended.

A.6.1.4 It is the Consultant's responsibility to verify through his Quality Assurance and Quality Control

programs that the Contractor carries out his obligations according to the contract documents and specifications.

A.6.1.5 It is the Consultant’s responsibility to both be proactive and assist the City in the identification,

documentation, communication and resolution of Health & Safety concerns during the construction phase as they relate to the OHSA.

A.6.2 Quality Assurance and Quality Control Programs during Construction

A.6.2.1 The Quality Assurance (QA) program provided by the Consultant for the City of Toronto for

construction projects, shall consist of planned and systematic actions to verify that the works are being constructed as specified in the contract documents and specifications in accordance with applicable codes, guidelines and standards. The QA program includes, but not limited to the following:

(a) Inspect all layout, construction work, and installation of equipment to ensure conformance

with design drawings and specifications, and that all works are completed in a good workmanship like manner.

(b) Maintain proper daily records of the progress of the construction work, noting unusual or unforeseen events that may have caused delays or impacts to the construction schedule.

(c) Review shop drawings to verify that contractual requirements are met for materials and equipment.

(d) Issue site instructions and clarification drawings in a timely manner when necessary to confirm the intent of contract requirements.

(e) Provide technical specialists to carry out inspection of work constructed or installed to verify its compliance with contractual requirement, codes, regulations, etc.

(f) Arrange for external specialist testing firms to verify work when necessary. (g) Perform check-out/verification of all equipment, process and/or mechanical systems,

instrumentation & control systems and SCADA systems. (h) Ensure and verify that the Contractor performs all instrumentation calibration as specified. (i) Ensure that all regulatory agencies have been notified of completed work and that the

required inspections have been performed. A.6.2.2 The Quality Control (QC) program provided by the Consultant for the City of Toronto shall

consist of the examination of services and work performed by the Contractor. The QC shall

95 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 95: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

APPENDIX A.6 – SERVICES DURING CONSTRUCTION REV SEP 2012

Page 2 of 11

includes management and documentation necessary to demonstrate that these services and work provided by the Contractor meet contractual and regulatory requirements during the construction phase.

A.6.3 General Engineering Services during Construction A.6.3.1 Conduct formal construction review meetings during the construction phase of the contract.

The consultant will hold project site review meetings with the City and the Contractor every two weeks during the construction phase, and weekly basis during the commissioning phases. The meetings will review the construction progress, the procurement of equipment items with long lead-time, sub-contract status, and scheduling and milestone goals.

A.6.3.2 Issue supplementary details and instructions to clarify the intent of the design to the

Contractor as required. A.6.3.3 Contractor Requests for Information (RFI):

a) Respond to Request for Information (RFI) from the Contractor no later than five (5) working days after receipt.

b) The consultant shall include supplementary details and instruction for clarifications, and response to RFIs in their Contract Administration Fees.

c) The consultant shall maintain a log of RFIs. The RFI Listing Log must include the following column headings: RFI No.; Spec. Sec. No.; Originator; RFI Subject; Date Received; Due Date; Date Responded; Remarks. The RFI Listing Log must be reviewed at every site meeting.

A.6.3.4 Construction Schedule:

a) Review the proposed construction schedule submitted by the Contractor. Comment on the procedures, methods and sequence of work that may have conflict with operation of the plant/facility, which will potentially impact the construction schedule. Consult with Plant Operation Staff to assist in identifying any conflicts.

b) At each site meeting, advise the Contractor to provide a rolling schedule of the construction work proposed for the next 2 week period which is between the present and the next site meeting.

c) Advise the Contractor to update the construction schedule when the rolling schedules are out of sequence with the proposed construction schedule.

A.6.3.5 Shop Drawings:

a) Advise the Contractor in the pre-construction meeting to prepare and submit a Shop Drawings List highlighting materials and equipment that have long delivery time. The Shop Drawings List, inclusive of all PCS submittals (including functional flow charts and completed WMS Datasheets), must be submitted at the first site meeting.

b) Review the Shop Drawing List with the contractor and identify materials and equipment that have long delivery time frame and installation time that may impact the construction schedule and completion date.

c) Review shop drawings submitted for general compliance with the design requirements. The Consultant shall return all shop drawings to the Contractor no later than 14 calendar days after receipt. Do not retain any shop drawings pending the submission of additional information, including return of City comments. Return shop drawings to Contractor indicating what information is required.

d) Maintain a log of all shop drawings received for review; Shop Dwg No.; Spec. Sec. No.; Shop Dwg. Title & Description; Originator; No. Copies received; date received; date reviewed & approved; Date reviewed and Not Approved; No. Copies returned; Remark.

96 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 96: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

APPENDIX A.6 – SERVICES DURING CONSTRUCTION REV SEP 2012

Page 3 of 11

e) The updated shop drawings log shall be reviewed at each site meeting and also included with each site meeting minutes until all the required shop drawings have been submitted, reviewed and returned to the Contractor.

A.6.3.6 Consider and advise on alternative methods, equipment and materials proposed by the

Contractor as permitted by the terms and conditions of the contract. A.6.3.7 Changes in Site Conditions & Scope of Work:

a) Investigate, report and advise on unforeseen circumstances that come to the Consultant's attention during construction such as differing underground soil condition, claims from Contractor for whatever reasons in a timely manner so that appropriate actions may be taken to mitigate damages or claims by the Contractor.

b) Review and advise on the validity of extra charges for additions or deletions, and extension of time to the contract. Change Orders (CO) to be issued only upon the written approval of the City of Toronto’s Project Manager. All COs issued to the City for authorization shall be on the City’s Standard Extra Work Order (EWO) Form and be accompanied by a letter of recommendation.

c) Maintain a log of EWOs issued and approved; the date approved; the amount approved with all applicable taxes included; description and rational of the changes required; the party that requested the change/extra work.

A.6.3.8 Progress Payments:

a) Review, verify and process Contractor's progress and final payment requisitions, and forward the processed payment requisitions to the City’s Project Manager no later than 3 working days after having receiving the requisition from the Contractor. Note date of meetings with contractor to resolve payment claims on the payment certificate.

b) Issue Substantial Performance Certificate in accordance with Construction Lien Act. Issue Lien Holdback payment certificate to City of Toronto one week prior to expiry of the 45 days waiting period. Review with Project Manager prior to issuance.

A.6.4 Resident Staff Engineering Services during Construction A.6.4.1 Resident staff services may consist of a Project Manager and Inspector who shall be provided

by the Consultant on a full time or part time basis. Requirements for Resident Staff services during the construction phase will be specified in the Request for Proposal.

A.6.4.2 If the Consultant determines that the Contractor is not carrying out his work in accordance with

the Contract Documents, or the work does not satisfy the intent of the design, or does not conform with the plans and specifications, or does not continue to conform to the proposed schedule, the Consultant shall report to the City of Toronto’s Project Manager, and at the same time providing recommendations on the course of action to rectify the problem(s).

A.6.4.3 Review and discuss weekly with the Project Manager the progress of the construction works

and advise/update Project Manager, noting any contractual problems, schedules or claims and recommended strategy for resolving these issues.

A.6.4.4 Provide effective communication through field memos or discussions with Plant Operation Staff

to ensure that Contractor and Plant Operation Staff requirements are properly co-ordinated. Any actions resulting from the discussion with Plant Operation Staff shall be confirmed in writing by a field memo.

A.6.4.5 Arrange for all necessary field testing, inspections or verification by specialist consulting or

inspection firms to determine that the work conforms with intent of design requirements i.e.

97 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 97: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

APPENDIX A.6 – SERVICES DURING CONSTRUCTION REV SEP 2012

Page 4 of 11

geotechnical investigations, etc. The City has open purchase order with several testing companies to perform granular material and compaction testing, welding inspection and testing, concrete testing, asphalt mix design and testing of asphalt and membranes, and material testing of plain and steel-laminated elastomeric bearings. Co-ordinate with the City’ Project Manager if such testing services is required.

A.6.4.6 Carry out site inspection to verify that the construction works and installation of equipment are in

accordance with the drawings, contract document and specifications. A.6.4.7 Liaise with and coordinate construction activities with respect to other construction project, both

ongoing and upcoming, at the facility that may impact the construction of the project. A.6.4.8 When shut-down and/or switch-over of any electrical or mechanical equipment or process is

required, ensure that the contractor coordinates with all involved trades and with plant operating personnel, providing proper early notification. Ensure that the contractor arranges for alternatives to maintain plant processes with minimum interruption.

A.6.4.9 Provide qualified technical office staff to provide periodic site inspections during construction, as

required to ensure compliance and quality of the installation. A.6.4.10 Ensure that all reports for all field testing, calibration reports, air balancing reports, all

manufacturers' start-up report, electrical co-ordination study report etc are properly bound together in the Maintenance Manual PRIOR to the start up of the plant/facility.

A.6.4.11 Maintain adequate data and records in a Site Diary with a consistent daily report format and

provide reports to the City on a monthly basis. Provide a CD copy at the end of the project. Site diary to document progress of the work, which must include at minimum the following daily information:

(a) Weather conditions (b) Temperature - maximum & minimum (c) Number of workers - by company and trades (d) Heavy equipment and tools on site (e) Work performed - by company and trades, and start and end time (f) Unusual and/or significant events (g) Visitors (h) Testing (i) Delivery dates of major equipment (j) Hardcopy and Digital photos of work in progress (k) Others

A.6.4.12 Ensure that the contractor provides proper protection of all existing structures, finishes and

equipment, which are adjacent to work areas. Ensure that the conditions of all existing facilities are appropriately recorded, photographed during and after construction, and that at the end of the contract these are returned to the same or better condition. Ensure contractor provides adequate protection to ensure plant can maintain adequate function as an operating facility without unnecessarily impacting operations.

A.6.4.13 Ensure that the contractor has obtained all permits that are required for the project. A.6.4.14 The production and maintenance of the master Deficiency List as follows:

(a) Throughout the progress of the work, prepare a deficiency list and update at appropriate milestones.

98 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 98: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

APPENDIX A.6 – SERVICES DURING CONSTRUCTION REV SEP 2012

Page 5 of 11

(b) Prior to issuance of the Certificate of Substantial Performance, carry out an inspection of the facility with the Contractor and Plant Operation Staff. The Consultant shall produce a master Deficiency List within three days after inspection and issue it to the Contractor, Plant Operation Staff and the Project Manager.

(c) The master Deficiency List shall be updated and/or expanded to include new deficiencies,

as these become known, on a weekly basis for the first six weeks. On expiry of the sixth week, if the Contractor has not reached completion as specified in the contract, notify Contractor to perform rectification of deficiencies with a stipulated deadline of two weeks. Once the Contractor completes the rectification of the deficiencies, process the Final Payment Certificate, and provide a letter to the City indicating completion of the construction project.

(d) If the Contractor fails to rectify the deficiencies after the third notification, advise the City so that the Contractor and the Surety can be advised that others are correcting the deficiencies as provided under the terms and conditions of the contract. Assist the Project Manager to retain the services of another Contractor to have the deficiencies corrected. Separately document the engineering services required to retain the new Contractor and to verify deficiency rectification. On completion of the rectification works, advise the City of deduction amount withheld for work performed by City of Toronto.

(e) Once an item has been entered into the Deficiency List, removal from the Deficiency List IS

NOT PERMITTED. The only changes permitted to the list will be in the second and last column where the status of the item is to be updated. All deficiencies corrected by the Contractor shall be shown shaded on the Deficiency List.

(f) Provide a Master Deficiency List, prior to start-up and commissioning. Furthermore, the Consultant will ensure that all major deficiencies have been addressed prior to allowing the Contractor to initiate start-up.

A.6.4.15 All enquiries received from the Contractor shall be promptly responded to in writing, delivered by

hand, faxed or e-mailed to the Contractor, within five consecutive working days after receipt. All field memos must be identified in an appropriate manner in order to be able to verify the history of any site/field instructions.

A.6.4.16 Ensure that the Contractor prepare an inventory list of special tools, spare parts and equipment as specified in the specifications to be supplied for Plant Operation's use, three months after award of contract. Issue inventory list (FORM A-2) to Contractor, Plant Operation Staff and Project Manager.

A.6.4.17 Accept spare parts on behalf of City of Toronto and issue same to Plant Operation Staff. Ensure that Plant Operation Staff signs for all equipment using the Inventory List form.

A.6.4.18 Ensure that all the required "final" shop drawings and "Record" drawings submitted by the Contractor are reviewed and accepted by the Consultant prior to recommending Completion.

A.6.4.19 Ensure that the Contractor prepares and submits the Contractor’s Equipment Operations & Maintenance Manual a) prior to commissioning the equipment b) Final-prior to Substantial Performance.

A.6.4.20 Comply with the requirements of the Toronto Water PCS Implementation Guidelines.

A.6.4.21 Maintain a "marked-up" set of drawings to show "Record" works. The "Record" drawings shall be updated weekly.

99 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 99: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

APPENDIX A.6 – SERVICES DURING CONSTRUCTION REV SEP 2012

Page 6 of 11

A.6.4.22 Attend meetings for Factory Acceptance Test (FAT) and Site Acceptance Test (SAT) as

deemed necessary for proper co-ordination of work by the Contractor, the Sub-Contractors, suppliers or testing firms.

A.6.5 Training and Manuals provided by Contractor/Supplier for Plant Operation Staff on

Operation and Maintenance of Equipment A.6.5.1 Review and approve the Operation and Maintenance (O&M) manuals submitted by the

contractor before submitting to the City of Toronto. The City requires submission of both hardcopy and electronic copy (native and pdf formats) of Contractor O&M Manuals. In addition to reviewing the hardcopy version, review the CD to ensure that it includes all documentation provided in the hardcopy version.

A.6.5.2 Ensure draft manuals are submitted for review by the City a minimum of six (6) weeks prior to any training being conducted. Ensure final manuals are submitted to the City prior to substantial performance of the project.

A.6.5.3 Ensure that Plant Operation Staff are fully advised of the operating characteristics and maintenance requirement of ALL equipment at the commissioning performed by the Contractor and/or equipment suppliers. Confirm that all special requirements are noted and the details included in the Maintenance Manual prepared by the Contractor.

A.6.5.4 Prior to commissioning of any equipment, arrange with the supplier through the Contractor to

provide training as specified in the specifications to the Plant Operation Staff in the proper care, operation and maintenance of the equipment.

A.6.5.5 All training to be completed prior to Substantial Performance. A.6.5.6 Final O&M Manuals to include written guarantees from the contractor, identifying that the

contractor will undertake corrections of any and all defects in materials and/or workmanship utilized in the contract having warranties for two (2) years unless otherwise specified. All warranty periods shall commence on date of issuance of the Full Completion Certificate. Obtain pdf versions of the O&M Manuals.

A.6.5.7 Comply with the requirements of the Toronto Water PCS Implementation Guidelines for I&C and

SCADA requirements. A.6.6 Consultant's Operation Manuals & Operations Training A.6.6.1 Prepare Operations Manual as required by the city staff and as mandated by the MOE

Environmental Compliance Approval for Water and Sewage, and Air. Ensure that the manual is clear, comprehensive, complete, and complies with MOE requirements. The manual shall include, but not be limited, to the following: (a) General plant description and plant treatment processes. (b) A detailed description of the expansion/upgrade work and its operational details. (c) A detailed description of how the expansion/upgrade work is integrated to the existing

facility. (d) Details of new individual unit processes, including any special characteristics and special

considerations. (e) Detailed technical description, and operation requirements of the expansion/upgrade works (f) Maintenance of equipment, linking to the Operations and Maintenance Manual supplied

under the construction contract by the Contractor. (g) Special observations and unique operating characteristics.

100 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 100: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

APPENDIX A.6 – SERVICES DURING CONSTRUCTION REV SEP 2012

Page 7 of 11

(h) Detailed start-up and shut down procedures for all processes and equipment, including inter-related and auxiliary components.

(i) The manuals are to include the alarm settings, safety settings, routine equipment checks, process troubleshooting guides, Standard Operating Procedures (SOPs), and descriptions of performance measures.

A.6.6.2 Comply with the requirements of the Toronto Water PCS Implementation Guidelines to incorporate the updated Master Process Control Narrative.

A.6.6.3 Manuals must be submitted to City staff prior to substantial performance and/or prior to the equipment/system being turned over to the City. Additional submission requirements for the Consultant SCADA manual to be in accordance with the PCS Implementation Guidelines.

A.6.6.4 Provide process training to City staff prior to the hand-over of the equipment. Training to include at a minimum:

A.6.6.5 Process overview

A.6.6.6 Standard Operation Procedures

A.6.6.7 Process troubleshooting

A.6.6.8 Control philosophy

A.6.6.9 SCADA system control hierarchy and screen navigation

A.6.6.10 Training to be provided to plant staff on a shift schedule. Allow for 5 training sessions on separate days to accommodate the shift schedules.

A.6.6.11 Manuals to be in hardcopy and electronic format (native files and pdf) per Appendix A.1. A.6.7 Consultant's Cost Control of Project during Construction A.6.7.1 City of Toronto requires that the Consultant be fully responsible for cost control of the project

with respect to engineering fees and construction contract cost. City of Toronto will require timely reports of impending overrun of fees, or construction contract cost.

A.6.7.2 Timely report is defined as a reasonable period for which it will permit the Project Manager to

report to Committee and Council PRIOR to the expected overrun in either engineering fees or construction contract cost. Where the Consultant does not exercise proper cost control and has incurred additional cost, City of Toronto will not be obliged to honour payment for such services.

A.6.7.3 The Consultant shall submit update reports on the project construction contract cost control

sheets to the Project Manager on a monthly basis with respect to the following: a. Tender amount with contingency amount including all applicable taxes b. Payment to Contractor to-date – i.e. the latest copy of payment certificate c. Approved CO's issued to-date – i.e. the CO log d. Value of Contract to-date, including the projection of any additional cost to complete the

construction works. e. Description of work performed to-date and advice on progress to-date versus schedule

submitted by Contractor. f. Recommend any action to be taken by City of Toronto to mitigate cost overrun. g. Any changes to the contract must be made by the issuance of CO's to the Contractor,

includes changes to the contract even where there is no change in the contract value, i.e. extension of time to the contract.

A.6.7.4 City of Toronto accepts no responsibility for any such CO's where the Consultant has issued the CO's without first obtaining the written City’s Project Manager approval.

101 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 101: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

APPENDIX A.6 – SERVICES DURING CONSTRUCTION REV SEP 2012

Page 8 of 11

A.6.7.5 All CO's must be approved and signed by the City’s Project Manager and include support documentation as follows:

(a) A RFI or RFQ or Change Directive/Notice identifying the additional scope of work to

be performed; (b) The Contractor’s response shall include scope of work to be performed, and the cost.

The cost shall include impact cost, overhead and profit and all applicable taxes; (c) Consultant’s letter noting the rational of the recommendation to the Contractor’s

response along with signed CO. (d) Change Directives and Change Orders must be processed using the City's standard

forms. (e) Change Directives must be used when authorizing the Contractor to proceed with

additional work where there is insuffucient time to process a Change Order. Change Directives are ONLY to be used when immediate direction is needed to avoid delay impact costs. Change Directives must be signed by the City's Project Manager prior to issuance to the Contractor.. The Change Order with all backup documentation must be processed as soon as practicable, to allow for payment to the Contractor.

A.6.8 For Construction Drawings – Electrical Control Schematics

A.6.8.1 At each facility, the City of Toronto is assembling a comprehensive library of electrical control schematics for all electrically controlled equipment such as actuators, motors, vendor supplied equipment, etc. The electrical control schematics typically show source of power, interconnection with other devices, input/output connections to SCADA, isolation devices, terminal block numbers, contact and relay designations, wire numbers, etc. Each device which is electrically controlled must have a dedicated electrical control schematic produced 'for construction' in order to facilitate wiring, and the correct tagging of all wiring. Use of typical drawings is not permitted; a unique drawing must be produced for each device. Tender drawings are to be updated as early as possible during construction to include all specific information such as exact configuration, terminal block numbering, RPU I/O numbers, etc, taken from approved shop drawings and any existing equipment on site. Duplicate typial drawings and edit with specific information as required until each device has a unique control schematic that can be used for construction and record purposes.

A.6.9 Record Drawings – Master P&ID, SLDs and SCADA Architecture

Regardless of how the Consultant chose to document the work for the purposes of the construction contract, it remains a completely separate scope item to edit the existing Master P&ID set, Master SLD set and Master SCADA Architecture drawing so that they remain an accurate CAD representation of the facility following completion of the work.

A.6.10 As-Built Drawings – Construction Contract

A.6.10.1 Provide drafting services to provide As-Built Drawings information, including the Record survey information.

A.6.10.2 Complete As-Built Drawings no later than 3 months after commissioning.

A.6.10.3 Issue one set of full size As-Built Mylar Drawings and one set of reduced 11” by 17” drawings on vellum to the City’s Project Manager.

A.6.10.4 Provide one complete set on CD-ROM. Drawings shall have .dwg and .dwf extension format. All CD shall be properly labelled and dated.

A.6.10.5 The City will verify that the CD/CADD files meet City standards. All drawings not meeting City standards will not be accepted, and must be re-issued at no additional cost.

102 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 102: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

APPENDIX A.6 – SERVICES DURING CONSTRUCTION REV SEP 2012

Page 9 of 11

A.6.10.6 Record documentation includes the submittal of as-installed software for all components of the project. This documentation is to include a CD-ROM containing a copy of the HMI application as at the end of the project, and all field controller software.

A.6.10.7 Allow 60 days for City review to confirm acceptability of files before final payment will be issued. A.6.11 Field Ambassador

A.6.11.1 The Consultant is to provide the services of a Field Ambassador, who will facilitate communications between the public and project team for all construction projects. Allow for one full time equivalent Field Ambassador for the duration of the five year construction period. The Field Ambassador shall have strong communications and computer skills, to be accessible at all times via email and phone, and always be approachable while keeping a well-groomed professional appearance and attitude. The Field Ambassador’s duties will include, but not be limited to:

A.6.11.2 Serving as an accessible public information liaison for all construction projects included within the program, developing rapport with construction teams, residents, and business owners.

A.6.11.3 Preparing and delivering construction notices prior to work taking place, or ensuring that notices have been delivered through random visits when circumstances make personal delivery impractical.

A.6.11.4 Conducting random visits to local residents, institutions, and businesses, as time allows, in order to ensure early identification of issues (e.g. noise, dust, property damage, water service interruptions, concerns, etc.) and expedite their resolution.

A.6.11.5 Visiting residents, institutions, and businesses in person and serving as a point of contact for any concerns or issues raised through the project hotline or in person.

A.6.11.6 Working closely with citizens, construction teams and City staff to resolve any issues. A.6.11.7 Recording all interactions with the public in a detailed “Public Daily Report Log”, and

documenting the issues and their resolution, including taking photographs when possible. A.6.11.8 Attending the pre-construction meeting and any construction meetings as required for

coordination purposes. A.6.11.9 Distributing information promptly to all relevant team members and following up frequently to

ensure that issues are resolved as quickly as possible. A.6.11.10 Providing monthly updates to the project team at site meetings, including detailed reports

(“Public Monthly Report”).

A.6.12 Regulatory Agencies Approvals A.6.12.1 Confirm that all required inspections by regulatory agencies have been performed prior to

issuance of Substantial Completion Certificate. A.6.12.2 Verify that the Contractor has provided a copy of all approvals, from these regulatory agencies,

in each set of the Maintenance Manual. A.6.12.3 Depending on the project, inspection of the constructed plant/facility may be required by some

or all of the following regulatory agencies prior to operation and/or occupancy as known to City of Toronto, including but not limited to:

(a) Building Occupancy Permit (b) Fire Department Approval for occupancy (c) Ontario/Local Hydro Inspection (d) Electrical Safety Association (ESA) (e) Technical Standard & Safety Authority (TSSA)

103 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 103: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

APPENDIX A.6 – SERVICES DURING CONSTRUCTION REV SEP 2012

Page 10 of 11

A.6.13 Assumption of Facilities A.6.13.1 The City of Toronto will NOT assume any responsibility for the proper functioning of contractual

work during the construction of the facility. Assumption of the new facility by the City will be made on a formal basis as detailed.

A.6.13.2 All required documentation must be delivered and handed over by the prescribed time and date.

(a) Ensure that Appendix A.7 is successfully completed by the contractor (b) All required documents as described in Appendix A.6- SUMMARY OF DELIVERABLES

must be completely delivered to the Plant Operation Staff and City Project Manager A.6.13.3 Formal Acceptance by the City of Toronto will occur when the following is completed.

(a) The formal handing over of the facility to Plant Operation Staff should normally coincide with the date of the issuance of the Certificate of Substantial Completion to the contractor.

(b) On that date, the Consultant will convene a meeting with the contractor, Plant Operations Staff, and the City Project Manager. If the contractor has performed as requrid by the contract, issue the Certificate of Substantial Completion and turn the facility over to Plant Operation Staff.

(c) Notwithstanding the fact that Plant Operation Staff will be operating the facility, all operation problems with be forwarded to the Consultant for resolution in accordance to Clause A.6.4.12

A.6.14 Post Construction Services A.6.14.1 At the end of the warranty period, two year from the date of completion, re-issue any As-Built

Drawings and CAD disk to reflect any changes made during the warranty period. A.6.14.2 Any materials and equipment supplied for the contract, construction completed, or part thereof

that were found to be defective, or inadequate within the guarantee/warranty period instruct the Contractor/Installer/Supplier to replace/correct the deficiencies without cost to the City.

A.6.14.3 Develop and maintain records of warranty on all installed components, and update the City of its

status every six months in a written report. The report shall include the performance of equipment, and if the equipment is not performing as per specification, notify the Contractor/Supplier/Installer to correct the deficiencies without cost to the City.

A.6.14.4 During the two years warranty period ensure that:

(a) The inspection shall be carried out every six (6) months; (b) The inspection, where required, is carried out by all parties concerned, that is Consultant,

Contractor, City’s Project Manager, Operating Staff and Operating Support Staff; (c) A list of warranty deficiencies identified during this period is send to the contractor within

five working days; (d) Provide deficiency resolution services in accordance to clause A.6.4.14 (e) The contractor shall notify the Consultant and the City prior to carrying out the rectification

work so that any work performed can be inspected; (f) Upon completion of satisfactory rectification work by the contractor, notify the Contractor

and the City in writing stating that all of its contractual obligations under the terms of the warranty have been fulfilled, upon expiration of the 2 year warranty period.

104 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 104: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

APPENDIX A.6 – SERVICES DURING CONSTRUCTION REV SEP 2012

Page 11 of 11

SUMMARY OF DELIVERABLES FOR SERVICES DURING CONSTRUCTION

ITEM CONSTRUCTION PHASE

1 CONSTRUCTION PHOTOGRAPHS AT ALL KEY STAGES OF THE WORKS, FILED AND TITLED, AND DAILY PROGRESS REPORT

2 ISSUANCE OF PAYMENT CERTIFICATES ON A MONTHLY BASIS TO COMPLETION 3 ISSUANCE OF CO'S, WITHIN 15 CONSECUTIVE WORKING DAYS 4 ISSUANCE OF THE SPARE PART LISTS TO CONTRACTOR 2 MONTHS AFETR AWARD

OF CONTRACT 5 ELECTRICAL CONTROL SCHEMATICS FOR EACH INDIVIDUAL EQUIPMENT 6. DRAFT MASTER SINGLE LINE DIAGRAMS 7. DRAFT MASTER P&ID's

ITEM PRIOR TO SUBSTANTIAL PERFORMANCE 1 ROTATING EQUIPMENT VERIFICATION REPORT 2 MECHANICAL SYSTEM VERIFICATION REPORT 3 INSULATION TEST & ELECTRICAL SYSTEM VERIFICATION REPORT 4 INSTRUMENTATION AND CONTROL LOOPS VERIFICATION REPORT 5 CALIBRATION REPORT 6 AIR BALANCING REPORT & HVAC VERIFICATION REPORT 7 ETMS DATASHEETS POPULATED WITH MAINTENANCE INFORMATION

ITEM AT SUBSTANTIAL PERFORMANCE 1 MAINTENANCE MANUALS 2 LISTING OF ALL SUB-CONTRACTORS, NAME OF CONTACT PERSON, TELEPHONE &

FAX NUMBERS, & E-MAIL ADDRESS 3 LISTING OF ALL SUPPLIERS, NAME OF CONTACT PERSON, TELEPHONE & FAX

NUMBERS, & E-MAIL ADDRESS 4 ALL WARRANTY & GUARANTEE CERTIFICATES IN EACH SET OF MAINTENANCE

MANUAL 5 AS-BUILT DRAWINGS & SOFTWARE (if applicable) 6 DEFICIENCY LIST 7 ALL APPROVALS & PERMITS FILED IN MAINTENANCE MANUAL 8 PLANT OPERATION MANUAL INCLUDING SCADA 9 CO-ORDINATION STUDY OF PROTECTIVE DEVICES 10 CERTIFICATE OF SUBSTANTIAL PERFORMANCE 11 PAYMENT CERTIFICATE FOR HOLDBACK RELEASE 12 FINAL MASTER SINGLE LINE DIAGRAMS UPDATED TO REFLECT INSTALLED

CONDITION 13 FINAL MASTER P&ID'S AND PCN'S UPDATED TO REFLECT INSTALLED CONDITION

ITEM CONTRACT COMPLETION

1 LETTER CONFIRMING COMPLETION 2 CONTRACTOR'S PERFORMANCE REPORT

ITEM PRIOR TO PROJECT CLOSEOUT 1 INTERIM INSPECTIONS & REPORTS (4) 2 FINAL INSPECTION AND REPORT

Note: This list is not comprehensive and does NOT include all PCS deliverables. Refer to PCS Guidelines.

END OF APPENDIX A.6

105 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 105: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

APPENDIX A.7 – SERVICES DURING TESTING AND COMMISSIONING REV SEP 2012

Page 1 of 5

A.7 – SITE SERVICES DURING TESTING AND COMMISSIONING A.7.1 General

A.7.1.1 Testing and Commissioning generally consists of the following stages:

a) Testing:check out/verification b) Commissioning: wet test (as applicable) c) Commissioning: performance testing (as applicable)

A.7.1.2 It is mandatory that verification of all equipment, system and sub-system, processes, and

auxiliary systems are fully tested and documented (See FORM A-1 to FORM A-18 at end of this section) and verified by the Consultant.

A.7.1.3 A summary sheet (11X17 folded, FORM A-17) identifying all the new equipment installed must be included at the front of the verification reports. The summary sheet must as a minimum contain the following column headings across the top row: i) Tag Number ii) Description and Equipment Location iii) Model Number iv) Drawing No. v) Specifications No. vi) Shop Drawing No. vii) Delivery Date viii) Installed Date ix) Insulation test completed x) Start-up Date xi) Verification:

a) Resident Staff (Consultant) b) Plant Operation Staff

xii) Red/Green Tag xiii) Comments

xiv) Provide equipment maintenance data, preventative maintenance activities and scheduling data, in an appropriate format, which can then be loaded into the City’s existing Work Management and Asset Management Systems. The equipment data fields are to match the data fields in the Work Management System and Asset Management System.

A.7.1.4 All verification reports must be documented and submitted at the end of the verification

process.

A.7.2 Pre-Requisites

A.7.2.1 The Consultant may not allow commissioning of the facility to commence until the start-up phase has been completed and all the reports delivered to and accepted by the Project Manager.

A.7.2.2 Review the Contractor's detailed start-up, testing, and commissioning plan. Ensure that the plan generally follows the requirements of the contract, and incorporates the requirements of the PCS Transition Plan. The plan must be reviewed by the consultant in conjunction with input from key City staff prior to approval. The procedures are to be reviewed and approved two months prior to scheduled start-up/shut-downs.

A.7.2.3 Review Contractor's updated functional flow charts

A.7.2.4 Ensure that the tagging of installed equipment during Start-up and Commissioning are

106 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 106: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

APPENDIX A.7 – SERVICES DURING TESTING AND COMMISSIONING REV SEP 2012

Page 2 of 5

carried out as follows:

i) Contractor shall clearly identify all equipment and/or systems that are being installed

with a red tag (see FORM A-3) to indicate that the Contractor is installing and responsible for the equipment. The Contractor, Consultant and Plant Operation Staff must sign the red tag.

ii) After the equipment has been installed, aligned, started-up, tested and certified by the manufacturer/vendor as having been installed properly, remove the red tag from this equipment and/or system and replace with a green tag (See FORM A-3). The Contractor, Consultant and Plant Operation Staff must sign the green tag.

iii) All equipment and/or systems identified with a green tag will indicate that the equipment is fully functional and may be used by the City for operation of the facility.

A.7.2.5 Prior to testing, the Electrical Control Schematics associated with each electrically controlled

device must be complete. One paper copy must be available on site to facilitate troubleshooting, and redlining with any changes, corrections or modifications that arise during testing.

A.7.2.6 Prior to testing, the Master SLDs must be complete. One paper copy must be available on site to facilitate isolation of devices, and redlining with any changes, corrections or modifications that arise during testing.

A.7.2.7 Prior to commissioning, the Master P&IDs must be complete. One paper copy of the relevant drawings must be on site to facilitate partial startups, testing and tweaking, and redlining of any changes, corrections or modifications that arise during commissioning.

A.7.2.8 Prior to commissioning of the equipment, finalize the draft copy (prepared during the design phase) of the Pre-Start Health and Safety Report based on any change orders issued during the construction phase, and an on-site inspection of the as-constructed works. The report shall detail the measures necessary to bring the construction, addition, installation or modification into compliance before operation. Note that the preparation of the report is a provisional item in the Cost of Services.

A.6.9 Prior to commissioning of the equipment, update and finalize the Master PCN based on any changes during the construction phase.

A.7.2.10 Comply with the requirements of the Toronto Water PCS Implementation Guidelines

A.7.2.11 The Consultant, with input from the City, will develop (ie define the number and general content) of the FAT/SAT test scripts and the control logic test scripts.

A.7.3 Rotating Equipment Check-Out/Verification Requirements

A.7.3.1 Submit to the Project Manager a listing of all rotating equipment to be checked-out by the Contractor two months after the date of award of contract. After reviewed and accepted by the Project Manager, provide two final copies to the Contractor and two copies to Plant Operation Staff. Include a description of the verification activities in a checklist format.

A.7.3.2 Ensure that the Plant Operation Staff, the Contractor and his Sub-Contractors, and Suppliers are present to witness the execution of the check-out/verification procedure as provided for under the terms and condition of the contract, and note whether the equipment passed or failed its proper operation test.

107 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 107: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

APPENDIX A.7 – SERVICES DURING TESTING AND COMMISSIONING REV SEP 2012

Page 3 of 5

A.7.3.3 Complete the rotating equipment check-out/verification procedure form and ensure that all parties present sign the form. Issue one copy to: i) Plant Operation Staff ii) Contractor/Supplier iii) Resident Engineer

A.7.3.4 If the rotating equipment check-out/verification failed, reschedule for a new date to perform the

check-out/verification procedure. On completion, re-issue the Form.

A.7.3.5 See FORMS A-1, A-6, A-7, A-11, A-12 and A-13 for the Rotating Equipment Check Out/Verification Form at the end of this section.

A.7.4 Mechanical/Process System Check-Out/Verification Requirements

A.7.4.1 Submit to the Project Manager a listing of all mechanical/process system to be checked-out by the Contractor two months after the date of award of contract. After reviewed and accepted by the Project Manager, provide two final copies to the Contractor and two copies to Plant Operation Staff.

A.7.4.2 Ensure that the Plant Operation Staff, the Contractor and his Sub-Contractors, and Suppliers are presence to witness the execution of the check-out/verification procedure as provided for under the terms and condition of the contract, and note whether the equipment passed or failed its proper operation test.

A.7.4.3 Complete the System Verification Forms for each system and/or sub-system after each test and ensure that all parties present sign the Form. Issue one copy to:

i) Plant Operation Staff. ii) Contractor/Sub-Contractors/Supplier iii) Resident Engineer

A.7.4.4 If the mechanical/process system fails to perform in the manner as designed and as per the

contract specifications, arrange a new date for check-out/verification. On completion, re-issue the Form.

A.7.4.5 See FORMS A-1, A-6, A-7, A-11, A-12 and A-13 for the Mechanical/Process System Check-Out/Verification Form.

A.7.5 Instrumentation Calibration Report(s)

A.7.5.1 Submit to the Project Manager a listing of all instrumentation equipment to be checked-out by the Contractor two months after the date of award of contract. After reviewed and accepted by the Project Manager, provide two final copies to the Contractor and two copies to Plant Operation Staff.

A.7.5.2 For the calibration of each field device, arrange for the Contractor and appropriate electrical, mechanical, instrumentation and control Sub-Contractors and Plant Operation Staff to be present for the calibration tests.

A.7.5.3 Ensure that the Contractor/Sub-Contractors/Suppliers carry out the proper calibration of each field instrument or devices as per the contract specifications.

A.7.5.4 Complete Calibration Report Form for each instrument or field device after each calibration test and ensure that all parties sign the form on conclusion of each test. Issue a copy to:

i) Plant Operation Staff ii) Contractor/Sub-Contractors/Supplier

108 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 108: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

APPENDIX A.7 – SERVICES DURING TESTING AND COMMISSIONING REV SEP 2012

Page 4 of 5

iii) Resident Engineer

A.7.5.5 See FORM A-4 for the Instrumentation Calibration Form.

A.7.5.6 Comply with the requirements of the PCS Implementation Guidelines.

A.7.6 Instrumentation & Control System Loop Check-out/Verification Requirements.

A.7.6.1 Provide to the Project Manager a listing of all digital and analog loops to be checked-out by the Contractor two months after the date of award of contract.

A.7.6.2 Submit four draft copies of a complete listing of all loop wiring between instrument and field devices, complete with its identification tag. When accepted by the Project Manager, provide two final copies to the Contractor and two copies to City of Toronto.

A.7.6.3 Provide the Contractor and Plant Operation Staff with two sets of test procedures for all instrumentation and control loops for verification of the correctness of operation.

A.7.6.4 When testing instrumentation loops, ensure that the Contractor performs the testing of each loop in sequence and in group. The testing of an instrument loop will be graded on a pass/failed basis. If more than two instrument loops within a group fail the loop checkout, the entire group of loops will be deemed to have failed the checkout. When the failed loops have been repaired, the entire group must be re-tested.

A.7.6.5 Complete Control Loop Verification Form for each logical group of instrument loop test and ensure that the Form is signed by all parties at the conclusion of each test. Issue a copy to:

i) Plant Operation Staff ii) Contractor/Sub-Contractors/Supplier iii) Resident Engineer

A.7.6.6 Arrange for the Contractor, electrical, instrumentation and control Sub-Contractors for testing of loop wiring between instrument and field devices and advise Plant Operation Staff to be present for the procedure.

A.7.6.7 Verify that the Contractor has executed the work in accordance with contract specifications and/or current industrial practice. Permit no splicing of any loop wires between instrument and field devices and reject any connection not in compliance with manufacturers' recommendations or industry practice or specification.

A.7.6.8 Confirm the test procedure and provide one set of test records to Plant Operation Staff.

A.7.6.9 The Control Loop Verification Form is to be found in FORM A-5.

A.7.6.10 Comply with the requirements of the Toronto Water PCS Implementation Guidelines.

A.7.7 SCADA System Check out/Verification by Consultant

A.7.7.1 Comply with the requirements of the Toronto Water PCS Implementation Manual.

A.7.8 HVAC Checkout/Verification Requirements

A.7.8.1 Direct the Contractor to perform and submit "Air Balance Report" and to correct all work, which does not conform to specification. Rebalance the system again and verify correctness of Air Balance Report.

109 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 109: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

APPENDIX A.7 – SERVICES DURING TESTING AND COMMISSIONING REV SEP 2012

Page 5 of 5

A.7.8.2 Where the HVAC system is an all-electronic system, direct the Contractor to perform loop checkout, zone control checkout and finally the system checkout as specified in Clause A.7.5 in its entirety.

A.7.8.3 Allow the HVAC system to perform for one week prior to system verification checkout. Direct the Contractor to verify proper operation of HVAC system.

A.7.8.4 Upon successful completion of Clauses A.7.8.1 to A.7.8.3, arrange with the Contractor, mechanical, system integrators and Plant Operation Staff for demonstration of the proper operation of HVAC system on a zone by zone basis. Submit HVAC Checkout/Verification Form upon successful completion of this demonstration. See FORM A-14.

A.7.8.5 Failure of any one zone will require the re-testing of the entire HVAC system from the beginning.

A.7.9 Commissioning Phase

A.7.9.1 Commissioning requirements to comply with the requirements of the City’s Start up, Commissioning and Training Guidelines for Major Works Facilities projects.

A.7.*.2 Comply with the requirements of the 5- day wet test.

A.7.9.3 Where specifically indicated in the Terms of Reference, comply with the requirements of performance testing.

A.7.9.4 The commissioning phase may only be terminated upon successful completion of all the verification/checkout and commissioning of equipment, system and sub-system, processes etc that enables the facility to operate in the manner as designed and intended per the contract specifications and drawings prepared by the Consultant.

END OF APPENDIX A.7

110 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 110: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

APPENDIX B- RFP TERMS AND CONDITIONS

1. Proponent’s Responsibility ................................................................................ 112 2. Prime Proponent ............................................................................................... 112 3. City Contacts and Questions ............................................................................. 112 4. Addenda ............................................................................................................ 113 5. Exceptions to Mandatory Requirements, Terms and Conditions ...................... 113 6. Omissions, Discrepancies and Interpretations .................................................. 113 7. Incurred Costs ................................................................................................... 113 8. Post-Submission Adjustments and Withdrawal of Proposals ............................ 114 9. No Collusion ...................................................................................................... 114 10. Prohibition Against Gratuities ............................................................................ 114 11. Acceptance of Proposals ................................................................................... 114 12. Verification ......................................................................................................... 114 13. Unbalanced Bids ............................................................................................... 115 14. Conflicts of Interest ............................................................................................ 115 15. Ownership and Confidentiality of City-Provided Data ....................................... 115 16. Ownership and Disclosure of Proposal Documentation .................................... 116 17. Intellectual Property Rights ............................................................................... 116 18. Failure or Default of Proponent ......................................................................... 116 19. Quasi-Criminal/Criminal Activity of a Proponent … ........................................... 116 20. Publicity ............................................................................................................. 117 21. Governing Law .................................................................................................. 117

111 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 111: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

1. Proponent’s Responsibility

It shall be the responsibility of each Proponent: (a) to examine all the components of this RFP, including all appendices, forms and addenda; (b) to acquire a clear and comprehensive knowledge of the required services before submitting a

Proposal; (c) to become familiar, and (if it becomes a successful Proponent) comply, with all of the City’s

Policies and Legislation set out on the City of Toronto website at http://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. 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.

112 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 112: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

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.

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.

113 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 113: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

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 content of its Proposal with any other Proponent or the agent or representative of any other Proponent or pro-spective 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, di-rector, 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 compensa-tion, for the award of an Agreement or for performance of the City's obligations thereunder or for con-ferring favours or being lenient, or in any other manner 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.

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.

114 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 114: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

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 performance of the Work. If such a conflict of interest does exist, the City may, at its discretion, refuse to consider the Proposal.

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 such an 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.

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 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 pro-spective Proponent in connection with, or arising out of this RFP, the Services or the acceptance of any Proposal: a) is and shall remain the property of the City; b) must be treated by Proponents and prospective Proponents as confidential; c) must not be used for any purpose other than for replying to this RFP, and for fulfillment of any

related subsequent Agreement.

115 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 115: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

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 laws outside of Ontario;

b) Determines that this charge or conviction 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.

116 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 116: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

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.

117 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 117: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Humber Treatment Plant HVAC and Water Systems Upgrades

RFP No. 9117-13-7256

APPENDIX C

STANDARD SUBMISSION FORMS

FORM 1: Proposal Submission Form – Mandatory FORM 2: Policy to Exclude Bids From External Parties Involved in the Preparation or

Development of a Specific Call/Request - Mandatory

FORM 3: Restrictions on the Hiring and Use of Former City of Toronto Management Employees for City Contracts – If Applicable

FORM 4: Environmentally Responsible Procurement – If Applicable

FORM 5: Notice of No Submission – If Applicable FORM 6: Declaration of Compliance with Anti-Harassment/Discrimination Legislation and

City Policy

118 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 118: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

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

120 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 119: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

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

121 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 120: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

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:

__________________________________________________________________________

__________________________________________________________________________

122 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 121: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

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 # : 9117-13-7256 VMc

CLOSING DATE: January 24, 2014

123 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 122: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Declaration of Compliance with Anti-Harassment/Discrimination Legislation & City Policy

Organizations/individuals in Ontario, including the City of Toronto, have obligations under the Ontario Human Rights Code, the Occupational Health and Safety Act, the Employment Standards Act, the Accessibility for Ontarians with Disabilities Act, the Criminal Code of Canada and the Charter of Rights and Freedoms. In addition, the City of Toronto also has policies that prohibit discrimination on the additional grounds of political affiliation or level of literacy, subject to the requirements of the Charter. Organizations are required to have and post policies, programs, information, instruction, plans and/or other supports, and an appropriate internal process available to their employees and service recipients to prevent, address and remedy discrimination, racism, harassment, hate and inaccessibility complaints under the applicable legislation and including the additional grounds of discrimination prohibited under City policy. Individuals are obliged to refrain from harassment/hate activity. The City of Toronto requires all organizations and individuals that contract with the City to sign the following Declaration of Compliance with Anti-Harassment/Discrimination Legislation & City Policy. This Declaration must be signed by your organization and submitted with the contract or Letter of Understanding. The name of your organization and the fact that you have signed this declaration may be included in a public report to City Council. Declaration:

I/we uphold our obligations under the above provincial and federal legislation. In addition, I/we uphold our obligations under City policies which prohibit harassment/discrimination on a number of grounds including political affiliation and level of literacy. WHERE LEGALLY MANDATED I/we have in place the necessary policies, programs, information, instruction, plans and/or other supports that are consistent with our obligations, and I/we have an internal process available to my/our employees and service recipients to prevent, address and remedy discrimination, racism, harassment, hate and inaccessibility complaints. I/we agree that I/we shall, upon the request of the City, provide evidence of the policies, programs, information, instruction, plans and other supports and an appropriate internal complaint resolution process required under this Declaration which is sufficient to allow the City to determine compliance. I/We acknowledge that failure to demonstrate compliance with this declaration to the satisfaction of the operating Division, in consultation with the City Solicitor, may result in the termination of the contract. Name of Vendor or Name of Grant Applicant (Organization or Individual): Complete Address: Email _____________________________ Tel. No. ____________________________ Postal Code: Fax No. ____________________________ Name of Signing Officer or Name of Applicant (Name – please print): Position

Signature: Date: Authorised Signing Officer or Individual

Multilingual Services: 311 and TTY 416-338-0889.Further information: www.toronto.ca/diversity.ca

Gro

up/V

endo

r/In

divi

dual

Nam

e:

Dat

e:

For

Offi

ce U

se O

nly

DE

CL

AR

AT

ION

OF

CO

MP

LIA

NC

E W

ITH

AN

TI-

HA

RA

SS

ME

NT

/DIS

CR

IMIN

AT

ION

LE

GIS

LA

TIO

N &

CIT

Y P

OL

ICY

124 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 123: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

APPENDIX D- SPECIMEN CONTRACT AGREEMENT, INCLUDING INSURANCE FORMS

125 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 124: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2012.11.12 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;

126 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 125: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2012.11.12 2

NOW THEREFORE, in consideration of the mutual covenants contained in this Agreement, the parties agree as follows:

1. INTERPRETATION

(1) The Interpretation provisions of and definitions contained in the RFP are incorporated into and form part of this Agreement.

(2) Definitions

In addition to the foregoing, the following terms shall have the meanings as specified in this section unless the context otherwise specifies or requires:

(a) “Additional Services” are those services which are not contemplated or provided for in the scope of Services set out in the RFP and which are expressly authorized by the Division Head in writing and in advance in accordance with this Agreement.

(b) “Addendum” and “Addenda” means a written addendum or written addenda issued by the City which modify the RFP and include(s) the following:

[INSERT “None.” where no Addenda and DELETE box below]

Addendum No. 1 dated [ENTER DATE] Addendum No. 2 dated [ENTER DATE] Addendum No. 3 dated [ENTER DATE]

(c) “Business Day” means any day other than a Saturday, Sunday or a statutory or civic holiday in the Province of Ontario.

(d) “Claims” or “Claim” means any damages, losses, costs, demands, claims, actions, causes of action, suits, proceedings, executions, liens or otherwise for, without limitation, compensation, liabilities, damages or loss of any kind and any nature whatsoever and howsoever caused including property damage or loss, bodily injury or death, loss of reputation, loss of opportunity, economic loss, royalties, judgments, fines, penalties, interest, charges, expenses and costs (including legal costs on a substantial indemnity basis).

(e) “City” means the City of Toronto and where an authority or discretion is conferred upon the City under this Agreement, means the appropriate official or representative of the City as designated or appointed under its governing by-laws, resolutions or policies from time to time or under this Agreement.

(f) “Clarification Letter(s)” means a written document issued by the Consultant clarifying its Proposal.

The Consultant's Proposal has been clarified by the following letter(s) of the Consultant:

Letter(s) of the Consultant dated [ENTER DATE] (the “Clarification Letter(s)”).

Each reference in this Agreement to the Consultant’s Proposal (or individually to the Consultant’s Technical Proposal or Cost of Services Proposal) shall be taken as a reference to the respective Proposal as modified by the foregoing Clarification Letter(s).

[INSERT “There has been no clarification made of the Consultant’s Proposal.” where no Clarification Letters

and DELETE box above]

(g) “Confidential Information” means, with respect to the City, all documents, information and material which are identified by the City to the Consultant as confidential or containing confidential information; or which ought by their nature to be considered as confidential or as containing confidential information of the City, which the Consultant and/or its subcontractors receive or are exposed to by reason of this Agreement or performing the Services including: (i) any personal information; (ii) any software code and associated documentation owned or licensed by the City;

127 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 126: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2012.11.12 3

and (iii) any administrative, commercial, financial, proprietary, technical, commercial labour relations, statistical or regulatory information of the City, or of any third party which may be contained in records of the City and was supplied in confidence to the City and identified as such to the Consultant. Notwithstanding the foregoing, Confidential Information shall not include any document, information or material that is or becomes publicly available through no act or failure of the Consultant from a source other than the Consultant prior to receipt from the City; or becomes independently available to the Consultant as a matter of right.

(h) “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.

128 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 127: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2012.11.12 4

(c) Without restricting or limiting the rights and privileges of the City to any broader interpretation, any breach or default of or in respect of a term, covenant, warranty, condition or provision of the Agreement, or a liability caused, by any of the Consultant’s Personnel shall constitute a breach or default or liability caused by the Consultant.

(d) A reference to any Act, bylaw, rule, policy or regulation or to a provision thereof shall be deemed to include a reference to any Act, bylaw, rule, policy or regulation or provision enacted in substitution thereof or amendment thereof.

(e) This Agreement shall not be construed as or deemed to be an agreement for the benefit of any third parties, and no third party shall have any right of action arising in any way under this Agreement for any cause whatsoever.

(f) Any services, goods or incidentals not explicitly specified in this Agreement but which are necessary to conform to professional or safety standards or codes governing such Services, or which may be fairly implied as “included”, shall be done or supplied by the Consultant as if such services, goods or incidentals had been explicitly specified.

(g) Any words and abbreviations, which have well-known professional, technical or trade meanings, are used in this Agreement in accordance with such recognized meanings, unless expressly provided otherwise.

(h) All amounts are expressed in Canadian dollars and are to be payable in Canadian dollars and all references to time shall be deemed to be references to current time in the City.

(4) Priority of Documents

In the event of any conflict or disagreement between the various documents or any omissions contained in the documents making up this Agreement, the documents shall govern in the following order of precedence:

(a) A written amendment to this Agreement in accordance with the terms hereof, the amendment bearing the later date having priority (if any); (b) This Agreement including Schedules “A” and “B”; (c) Addenda, the addendum bearing the later date having priority (if any); (d) RFP; (e) Statutory Declaration by the Consultant (Schedule “SD-Final”); (f) Clarification Letter(s) of the Consultant (if any), the Clarification Letter bearing the later date having priority; and (g) Consultant’s Proposal (including the Technical Proposal and Cost of Services Proposal).

The foregoing documents are incorporated into and form part of this Agreement, even if said documents are not physically attached hereto. The Consultant acknowledges receipt of all such documents.

2. PERFORMANCE

(1) The Consultant agrees and covenants, and represents and warrants, to the City and acknowledges that the City is relying on such representations, warranties and covenants in entering into this Agreement, as follows:

(a) to supply and perform the Services, more particularly set forth in Schedule "A" attached hereto, and undertake, perform and complete its undertakings and obligations provided for in this 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;

129 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 128: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2012.11.12 5

(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;

(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.

130 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 129: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2012.11.12 6

(6) No subcontracting of any part of the Services or this Agreement by the Consultant shall relieve the Consultant of any responsibility for the full performance of all of its obligations under this Agreement. Notwithstanding the approval of any of its Personnel by the City, the Consultant shall be fully responsible for every such Personnel’s activities, works, Services and acts or omissions. Without limiting the generality of any other provision of this Agreement, the Consultant shall be solely responsible and liable to the City for all its costs, losses or damages arising from errors or omissions or non-compliance with this Agreement of or by the Consultant’s Personnel or any of them. The Consultant’s responsibility and liability as set out in this Agreement shall survive the termination or expiry of this Agreement.

3. PAYMENT

(1) The City will pay the Consultant for the Services performed by the Consultant pursuant to this Agreement, in the amounts and manner, and at the times, set forth in Schedule "B" Fees and Expenses hereto attached.

(2) The Consultant shall, even if the rate of payment set forth in Schedule "B" hereto attached is based on an hourly, daily or other time-based rate, perform all of the Services notwithstanding that the value of the time spent by the Consultant in performance thereof exceeds the maximum amount specified in the Schedule, on the basis that neither such rate nor any provision of this Agreement shall relieve the Consultant from performing all the Services or all its undertakings and obligations under this Agreement.

(3) The Consultant agrees to keep and maintain accurate and complete records and accounts related to any costs payable by the City under this Agreement. All such records, including timesheets, correspondence, receipts and memoranda pertaining to the Services shall be available for inspection by any authorized employee or agent of the City at all reasonable times for the purpose of auditing the Consultant's costs and the Consultant shall provide every reasonable assistance for that purpose. Such records shall be kept for a period of 12 months after completion of all of the Consultant’s services in respect to the Project or termination of this Agreement, whichever occurs last.

(4) At the request of the Division Head, the Consultant shall submit to the City, when claiming reimbursement of expenses, except where the RFP does not require disbursements to be itemized and claimed on an individual basis, detailed expense sheets, copies of receipts, and/or per diem documentation, invoices, vehicle travel records and all such documents and materials in respect of such expenses.

(5) Upon completion of all Services pursuant to this Agreement, the Consultant shall submit to the Division Head a statutory declaration attached as Schedule SD-FINAL (Final Payment) to this Agreement, completed by a senior professional engineer (or, where professional engineering services are not performed, a senior professional regulated by a professional body in respect to the Services performed), who is a fully authorized representative of the Consultant, detailing the Services, or part thereof, for which payment is being claimed, itemizing all disbursements claimed at the time of such submission and certifying that such Services have been performed and disbursements claimed in accordance with the provisions of this Agreement. The details of the performance of the Services, or part thereof, to be contained in the statutory declaration shall be satisfactory to the Division Head.

(6) At the time of submission of the final statement or within a reasonable time thereafter, the Consultant shall submit to the Division Head the certificate of an auditor duly licensed under the Public Accounting Act, 2004 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

131 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 130: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2012.11.12 7

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 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.

132 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 131: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2012.11.12 8

(6) The Consultant shall deliver to the Division Head, upon completion of the Services, any computer data or program used by the Consultant in performing the Services and paid for by the City, subject to any third party proprietary rights with respect to any computer data or program used by the Consultant but which was developed by a third party with resources unrelated to this Agreement which may be purchased or licensed directly by the City, at the City’s option.

(7) The Consultant shall return forthwith and without demand all Confidential Information of the City as may be in documentary form or recorded electronically or otherwise upon the termination of its Services.

(8) Any reports or other documentation delivered to the City by the Consultant shall become the property of the City and may be subject to disclosure under the terms of the Municipal Freedom of Information and Protection of Privacy Act, R.S.O. 1990, c.M.56 (the “MFIPPA”). While the City is not responsible for the interpretation of any of the provisions of MFIPPA, if the Consultant believes that any part of the reports or other documentation delivered to the City reveals any trade secret, intellectual property right or any scientific, technical, commercial, financial or other similar information belonging to the Consultant and the Consultant wishes the City to attempt to preserve the confidentiality of the trade secret, intellectual property right or information, the trade secret, intellectual property right or information must be clearly and specifically designated as confidential.

6. INSURANCE [Note: Specimen Certificate & Policy Coverages to be set out in RFP]

(1) The Consultant agrees to purchase and maintain in force, at its own expense, the policies of insurance and coverages set out in the RFP for the duration of this Agreement, except in the case of professional liability (errors and omissions) insurance which shall be maintained for a period ending no sooner than two (2) years after the termination of this Agreement or the completion of the Project, whichever occurs last. Such insurance shall be in accordance with the requirements of the RFP and be provided by an insurer licensed to carry on the business of an insurer in Ontario and acceptable to the City. The Consultant shall provide the City with certificates of insurance as proof of such coverage, in a form acceptable to the City in accordance with the RFP, originally signed by the insurer or its authorized agent and delivered to the City prior to the execution of this Agreement and the commencement of the Consultant’s Services.

(2) Prior to the execution of this Agreement and the commencement of the Consultant’s Services, the Consultant shall also provide the City with proof of professional liability insurance maintained by any subcontractor engaged by the Consultant in relation to the Services, where such subcontractor is under a professional obligation to maintain the same, in a form and with an insurer acceptable to the City.

(3) The City reserves the right to require the Consultant to purchase additional insurance coverage or alter existing insurance coverage as the City’s Manager of Insurance & Risk Management may reasonably require. The City agrees to pay the reasonable incremental cost to the Consultant of such additional insurance or any increase in existing coverages, where applicable. Provided, however, the City’s obligation to pay any incremental cost shall not include any costs attributable to risk factors unrelated to the increase of coverage requested by the City, including the Consultant’s claims history, or any costs that exceed generally available market prices for such coverages available to consultants providing like services. The Consultant shall obtain the prices for such coverage changes and provide same to the City.

(4) Any premiums due on any insurance policy under this section but not paid by the Consultant may be paid directly to the insurer(s) or broker(s) by the City, which shall be entitled to deduct the amount of same along with its reasonable costs in so doing from any monies otherwise due to the Consultant by the City either under this Agreement or otherwise.

(5) To ensure there is no gap in coverage, the Consultant shall provide original signed Certificates evidencing renewals or replacements to the City prior to the expiration date of the original policies, without notice or request by the City.

133 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 132: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2012.11.12 9

(6) The Consultant agrees that insurance policies may be subject to reasonable deductible amounts, which deductible amounts shall be borne by the Consultant. The certificates of insurance must include details of the insurance coverage, exclusions, deductibles and any conditions of coverage.

(7) The Consultant shall bear all costs, expenses, losses and damages of its own and those of the City which may arise as a result of the Consultant failing to or delaying in promptly complying with this section.

7. WORKPLACE SAFETY AND INSURANCE ACT

The Consultant shall be in good standing with the Workplace Safety and Insurance Board (“WSIB”) throughout the term of this agreement. If requested by the [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 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

134 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 133: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2012.11.12 10

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;

(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

135 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 134: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2012.11.12 11

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 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

136 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 135: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2012.11.12 12

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.

137 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 136: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2012.11.12 13

(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.

138 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 137: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2012.11.12 14

(9) The Consultant:

(a) must, immediately upon the execution of this Agreement and prior to commencement of the Services, forward to the Division Head a copy of the Material Safety Data Sheets (the “MSDS”) for each hazardous material (as defined in the OHSA) to be used in the performance of the Services;

(b) shall not bring onto the work site any hazardous material, as defined in the OHSA, without first obtaining the prior written authorization of the Division Head and maintaining at the Project site a copy of the relevant MSDS readily accessible to all workers, Consultant’s Personnel and City personnel;

(c) shall not remove or interfere with any "designated substance" as defined by the OHSA, except in full compliance with the OHSA and after notifying the Division Head; and

(d) shall, following discovery that any designated substance has been removed or interfered with other than in compliance with subsection (c) of this section, forthwith report same to the Division Head and ensure that no further non-compliant removal or interference occurs.

13. SCHEDULES

The following Schedules attached to this Agreement shall constitute an integral part of this Agreement and all expressions defined in this Agreement shall have the same meanings in such Schedules, unless expressly provided otherwise in such Schedules:

Schedule "A": Professional Consulting Services Schedule "B": Fees and Expenses Schedule “SD-FINAL”: Statutory Declaration Schedule “C”: Consultant’s Cost of Services Proposal Schedule “D”: Clarification Letter(s) of the Consultant (if any)

The RFP, the Addenda (where applicable) and the Consultant’s Proposal are incorporated by reference into this Agreement as if they were set out in this Agreement in their entirety and form part of this Agreement, even if said documents are not physically attached hereto. The Consultant acknowledges receipt of such documents.

14. SUCCESSORS AND ASSIGNS

(1) This Agreement and all terms, covenants, conditions and provisions herein shall be binding upon and shall enure to the benefit of the City and the Consultant and their respective permitted assigns, successors and legal representatives.

(2) Except as expressly permitted in this Agreement, the Consultant shall not:

(a) assign, transfer or encumber in any manner or part this Agreement without the prior written consent of the City; or

(b) subcontract any Services under this Agreement or any part thereof to a third party or change any approved subcontractor without the prior written consent of the Division Head.

(3) No assignment or subcontracting shall, in any circumstances, relieve the Consultant of its responsibilities, obligations and liabilities under this Agreement.

139 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 138: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2012.11.12 15

15. AGREEMENT IN WRITING

No verbal arrangement or agreement relating to the Services will be of any force or effect unless it is in writing and signed by duly authorized representative(s) of the City. The City shall not be bound by any oral communication or representation whatsoever, including but not limited to any instruction, amendment or clarification of this Agreement or any of the documents comprising this Agreement, or any representation, information, advice, inference or suggestion, from any person (including but not limited to an elected official, employee, agent, independent consultant or any other person acting on the behalf of or at the direction of the City or other representative of the City) concerning this Agreement, any of the documents comprising this Agreement, or any other matter concerning this Agreement. Where in this Agreement a reference is made to the express written agreement, approval or consent of the City or the Division Head, it shall be understood that the City or Division Head shall not be deemed or construed to have agreed to any stipulation, specification, exclusion, limitation or other term or condition that deviates from a provision set out in this Agreement, unless that deviation is expressly confirmed in a written and express amendment to this Agreement.

No officer, employee, representative or agent of the City is authorized to orally alter any portion of this Agreement. The City shall not be bound by any written representation whatsoever concerning this Agreement unless executed by the person designated and authorized in accordance with this Agreement or in accordance with a direction or authorization of City Council. The Consultant releases and waives all claims whatsoever in negligence, in equity or otherwise with respect to any oral or unauthorized representations or communications.

16. ENTIRE AGREEMENT

The documents comprising this Agreement are complementary and what is required by any part thereof shall be considered as being required by the whole. This Agreement, as may be amended from time to time by the written agreement of the parties in accordance with the terms herein, contains the entire agreement between the parties hereto with respect to the subject matters hereof. It is agreed that there is no representation, warranty, collateral contract or condition affecting this Agreement except as expressed in it. No amendment, modification or supplement to this Agreement shall be valid or binding unless set out in writing and executed by the parties hereto.

17. GOVERNING LAW

This Agreement shall be governed by, subject to and construed in accordance with the laws of the Province of Ontario and the laws of Canada, as applicable to the matters herein. Any action or other legal proceeding arising under or with respect to this Agreement (including any motion or other interlocutory proceeding) shall be brought in a Court or a tribunal, whichever may be applicable, sitting in Toronto, Ontario. In the event that there is no applicable Court or tribunal sitting in Toronto, the proceeding shall be brought in the court (or other forum) of competent jurisdiction nearest to the City of Toronto within the Province of Ontario. The Consultant and the City each irrevocably submit to the exclusive jurisdiction of the courts of the Province of Ontario in accordance with the foregoing.

18. SURVIVAL

In addition to any obligations set forth in this Agreement that by their nature survive the completion of the Services or termination of this Agreement, those obligations set out in ss. 2(1)(g) and 2(6) [liability for and payment of Consultant’s Personnel], ss. 3(3) [retention of records], s. 5 [Rights of Ownership/Confidential Information], s. 6 [Insurance], ss. 7(2) [Workers’ Compensation Claims], s. 8 [Indemnities], s. 9 [Default/Termination], s. 11 [Set-Off], ss. 12(7) [OHSA indemnity], s. 14 [Successors and Assigns], s. 15 [Agreement in Writing] and s. 17 [Governing Law] 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.

140 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 139: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2012.11.12 16

19. SEVERANCE WHERE PROVISION ILLEGAL, ETC.

If any provision of this Agreement or the application thereof to any person or circumstances is found to be invalid, unenforceable or void by any court or tribunal of competent jurisdiction, such provision shall be deemed severable and all other provisions of this Agreement shall be deemed to be separate and independent therefrom and continue in full force and effect unless and until similarly found invalid, void or unenforceable. The remaining provisions of this Agreement and its application to any person or circumstances shall not be affected thereby, but this severance provision shall apply only insofar as the effect of that severance is not to change the fundamental nature of the obligations assumed respectively by the City and Consultant.

20. FURTHER ASSURANCES

The Consultant agrees that it will do all such acts and execute all such further documents, conveyances, deeds, assignments, transfers and the like, and will cause the doing of all such acts and the execution of all such further documents (including waivers of moral rights) as are within its power to cause the doing or execution of, as the City may from time to time reasonably request, in writing, and as may be necessary or desirable to give full effect to this Agreement.

21. NOTICES

Any demand or notice to be given pursuant to this Agreement shall be duly and properly made and given if made in writing and delivered to the party for whom it is intended at the address as set out below, either personally, by facsimile or by means of prepaid registered mail addressed to such party as follows:

(1) in the case of the City:

City of Toronto [ENTER Division Head] [ENTER Division Head’s Address] Attention: [ENTER contact person]

(2) in the case of the Consultant: [ENTER Consultant’s name and address] Attention: [ENTER contact person]

or to such other addresses as one party may from time to time notify the other party in writing, and any demand or notice so made or given shall be deemed to have been duly and properly given and received on the day on which it was personally delivered or, if delivered by facsimile, shall be deemed to be delivered as of the next Business Day following the date of transmission (provided a confirmation of transmission receipt is issued) or, if mailed, then, in the absence of any interruption in postal service in the City of Toronto affecting the delivery or handling thereof, on the day following three (3) full Business Days following the date of mailing.

141 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 140: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2012.11.12 17

IN WITNESS WHEREOF the City and the Consultant have hereunto affixed their respective corporate seals attested to by the hands of their proper officers in that behalf duly authorized.

SIGNED, SEALED AND DELIVERED ) CITY OF TORONTO ) in the presence of: ) ) ) ) City Clerk [delete where not required] ) (c/s) ) ) _____________________________ ) [ENTER - Division Head’s Title] ) )

) [enter Consultant’s Full Legal Name] ) ) ) ______________________________ ) Name: ) Title: ) (c/s) ) ) ______________________________ ) Name: ) Title: ) ) I/We have authority to bind the Corporation.

Approved As To Form

………………………………………… Confirmed by Division Head:

----------------- ----- Alternate Wording #1 -----

Authorized by Division Head pursuant to Municipal Code Chapters 71 and 195.

------ Alternate Wording # 2 ------

Authorized by Minute No. [ENTER #] of the Bid 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 ________________________.

142 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 141: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2012.11.12 18

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]

143 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 142: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2012.11.12 19

[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.

144 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 143: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2012.11.12 20

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.

145 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 144: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2012.11.12 21

6. Provisional Items and Additional Services shall only be provided on an “as and when requested” basis. The City shall not be responsible for the payment of any Provisional Item or Additional Services unless those services have been authorized and assigned to the Consultant by prior written approval of the Division Head. If and upon being authorized, the Consultant shall proceed forthwith to supply the Provisional Item(s) or Additional Service(s), as the case may be, in accordance with: (i) the provisions of this Agreement; (ii) the terms of such authorization; and (iii) in the case of Provisional Items, the price set out in the Consultant’s Proposal; or in the case of Additional Services, the applicable unit rates or prices or lump sum amount set out in the Consultant’s Proposal or otherwise agreed to in writing by the Consultant and the Division Head, as the case may be.

7. If any Services under this Agreement are included by the Consultant in a progress claim as partially

or fully completed, but are not completed in accordance with this Agreement, the City may withhold from payment the total amount payable, or a part thereof, for those Services until they are completed or corrected to the full satisfaction of the Division Head, and the Division Head shall notify the Consultant in writing of its action and the reason for same.

8. The City shall pay the Consultant on a monthly basis, within forty-five (45) days of the City’s receipt of

the Consultant's invoice properly prepared to show details of the portion of the Services accomplished and the hours expended by the Consultant's Personnel to carry out the Services covered by the said invoice.

9. All or part of the aforementioned amounts are to be paid by the Consultant on a timely basis to any

other firm and/or personnel which assists the Consultant in performing part or all of the Services, and the Consultant shall advise the Division Head when such payments by the Consultant have all occurred. It is agreed and understood that the City will not pay any firm and/or personnel other than the Consultant for the Services and that it is the Consultant's responsibility to pay all the other firms and personnel.

10. The Consultant's fees and disbursements shall be in accordance with the Consultant's Cost of Services

Proposal [REPLACE “the Consultant’s Cost of Services Proposal” with “section 2 of this Schedule” where

replacement has been made in section 2] and shall not exceed the specified Maximum Agreement Price with respect to the Services under this Agreement. Subject to section 7 [Confirm correct section reference] (Cost of Services) of the RFP, the payment for Services and authorized Additional Services shall be paid in accordance with the following:

(a) Time of Principals, Senior Officers, Specialists

For time-based services, Personnel specifically identified in the Consultant’s Proposal attached hereto shall be billed at the all-inclusive hourly or per diem flat rates indicated therein or this Schedule “B”, as the case may be; otherwise billing rates for this class of personnel shall be submitted for review and shall be subject to prior approval of the Division Head.

(b) Time of other Staff For time-based services, staff or personnel classifications specifically identified in the Proposal attached hereto shall be billed at the hourly or per diem flat rates indicated therein.

Billing rates for staff or classifications other than those identified in the Proposal shall be submitted for review and shall be subject to prior approval of the Division Head.

(c) Disbursements A lump sum limit for any and all anticipated disbursements required in connection with any part of the Services shall be provided as identified in the RFP.

Payments for disbursements will be pro-rated based on the value of the Services performed during a billable period.

146 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 145: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2012.11.12 22

SCHEDULE “SD-FINAL”

STATUTORY DECLARATION BY THE CONSULTANT

RE: FINAL PAYMENT PROVINCE OF ONTARIO ) IN THE MATTER OF ) the consulting agreement entered into ) between the City of Toronto ) and ___________________________________ ) dated ___________________ (the “Agreement”) ) and an Invoice dated ___________________ (the “Invoice”) ) To Wit:

I, ____________________________________ of the ____________________________________ (Name) (City, Town, etc.)

in the ____________________________________ (Regional Municipality, City, etc.)

do solemnly declare that:

[modify to appropriate professional type, where no engineering services are being provided under agreement] 1. I am a senior professional engineer employed by ______________________________________ (Consultant’s full legal name)

(the “Consultant”). I have personal knowledge of the facts herein set forth and, as a duly authorized representative of the Consultant, have the authority to certify as follows.

2. Attached hereto and marked as Exhibit A to this my declaration are true copies of statements of the

Consultant as part of the Invoice addressed to the City of Toronto setting forth in detail the services performed and the disbursements incurred by the Consultant during the period from the ____ day of _________________, 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.

147 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 146: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2012.11.12 23

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]

148 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 147: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

RFP 0000-00-0000 [ENTER RFP #] Preliminary & Detailed Design/Construction Consulting Services

[ENTER Type of Services provided under this Agreement if not all in one agreement]

v.2012.11.12 24

SCHEDULE “D”

CONSULTANT’S CLARIFICATION LETTER(S)

[REMOVE Schedule “D” where there are no clarifications]

149 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 148: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

To be completed only by the insurer or by its representative.Name of Insured: City of Toronto

Contact Name, Address and Telephone Number:

Address and Telephone Number of Insured:

Operations of Named Insured for which certificate is issued:

(NOTE: Provide specific project information including City of Toronto contract number, project name or address)

1. Commercial General Liability

Insuring Company Policy Number Policy Limit(s)(per occurrence)

Effective Date(yyyy-mm-dd)

Expiry Date(yyyy-mm-dd)

Commercial General Liability policy provisions:

(a) The CITY OF TORONTO is included as an additional insured with respect to liability arising out of the operations of the Insured for which a contract/agreement is issued by the City of Toronto.

(b) Commercial General Liability is extended to include Non-Owned Automobile Liability, Employer’s Liability and/or Contingent Employer’s Liability and any other provisions that might be relevant to the services shown in the Operations of the Insured described above.

(c) 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 above.

(d) 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.

33-0002 2011-06

Goods, Service Provider/Consultant

Primary Insurer:

Umbrella / Excess Insurer:

Certificate of Insurance

1 of 2150 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 149: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

2. Professional Liability (Errors and Omissions), if applicable

Insuring Company Policy Number Policy Limit Effective Date(yyyy-mm-dd)

Expiry Date(yyyy-mm-dd)

Professional Pollution Liability, if applicable

3. Automobile Liability, if applicable

Insuring Company Policy Number Policy Limit(s) Effective Date(yyyy-mm-dd)

Expiry Date(yyyy-mm-dd)

CERTIFICATIONI 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) stated in the “Expiry Date” provision, unless notice is given in writing in accordance with the provision of this Certificate.

Date Broker’s or Insurer’s Name and Address Signature and Stamp of Certifying Official

33-0002 2011-06

Goods, Service Provider/ConsultantCertificate of Insurance

2 of 2

To be completed only by the insurer or by its representative.

151 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 150: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

APPENDIX E- PROJECT REFERENCE MATERIAL

E.1 Table E-1: Estimated Quantities of Equipment/Devices for HVAC, Water and Hot Water Loop Systems

E.2 Humber Treatment Plant – Hot Water Heating Loop Design and Operation Review ( City Staff, November 21, 2012)

E.3 Humber Treatment Plant: Administration Building Interior Condensation and Humidity Problems Engineering Report (Morrison Hershfield, Dec 21, 2007)

E.5 Drawing Figure 1 (P1): Flushing Water Piping Site Plan/Schematic (Preliminary)

E.6 Hot Water Heating Loop PCS Screens E.7 BAS Network Architecture Drawing – Odour Control Contract

152 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 151: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

HTP - HVAC and Water Upgrades Page 1

Table E-1 Estimated Quantities and Items of HVAC, Hot Water Loop, and Water Systems improvements for Estimating

Engineering Services Cost

Item Description Estimated Quantity

HVAC-plant wide

Lifting devices above glycol pumps 5

Redundant wall fan removal 6

Redundant AHU removal 4

New stair access to the roof 4

Conversion of hot water coil AHU to glycol and new glycol HE/pump package 3

New glycol makeup units for existing glycol packages 5

New ductless split AC for electrical room 3

New ductless split AC for high occupancy room 4

New exhaust fans to enhance high occupancy rooms and individual offices air movement

12

Replacement of the selected fan coils c/w the valves and accessories 8

Replacement of selected room stats, and heat/cool media valves at the fan coils

10 (locations)

Hot Water

Loop

Replacement of 200 dia carbon steel pipe due to corrosion issue In 4 different locations

153 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 152: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

HTP - HVAC and Water Upgrades Page 2

50LM/location

Replacement of 150 dia carbon steel pipe due to corrosion issue In 4 different locations

50LM/location Replacement of 100 dia carbon steel pipe due to corrosion issue In 4 different

locations 50LM/location

Replacement of dated plug valves with butterfly valves 40 scattered throughout the

plant

Water Systems

Upgrade interconnection between separated and filtrated flushing water with isolation and flow switch and a SCADA monitoring

5

Replace backflow preventers 5

Replace deteriorated flushing water lines in 4 different locations 150 LM/location

Replace existing knife gate valves or dated plug valves with new bidirectional knife gates

25 scattered around the

plant

Note: Quantities shown are provided for the purpose of aiding the bidder, only. Actual quantities may vary according to the design.

154 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 153: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

Memorandum Christopher Mroczek, P.Eng. Senior Engineer Operations Coordination, Wastewater Treatment

Division Name 55 John Street 18th Floor, Metro Hall Toronto, Ontario M5V 3C6

Tel: 416 392-6172 Fax: 416 397-0908 [email protected] www.toronto.ca

To: File

Cc.: R. Patel, W.Kozakiewicz, V. Wilson, C. Gonzales

Date: November 21, 2012

RE: HOT WATER HEATING LOOP DESIGN AND OPERATION REVIEW

A review of the Humber Plant hot water heating loop was initiated by the Plant Manager and carried

out by the undersigned with the help of operating and maintenance staff.

BACKGROUND INFORMATION

Humber Treatment Plant heating loads consist of the following components:

1. space heating (only during heating season)

2. process - scum pots and digester heating (continuous)

3. domestic hot water (continuous).

With exception of minor electrical space and water heaters and one natural gas fired air handling unit,

the majority of the heat load is covered by seven hot water boilers. Two hot water heating boilers run

mainly on digester gas (fire tube Cleaver Brooks boilers located in the addition to North Grit

Building) and five run on natural gas (water tube Unilux boilers located in the basement of the

Engine Room). The two of the existing five Unilux boilers are in the process of being converted to

dual fuel (natural or digester gas).

There are two existing co-gen system heat recovery assemblies that are currently out of service, but

planned to be in operation in early 2014 with one unit (digester gas fired engine) on continuous basis

and second (natural gas fired) occasionally as peak shaving in the summer or continuously during

heating season.

Each of the existing hot water boilers and each of two heat recovery systems have approximate

capacity of 8,000,000 to 10,000,000 BTU/hr. Summer plant heat load marginally exceeds this value

while peak heating season demand is approximately three times of this value.

Heating energy distribution is by a plan-wide, low pressure, low temperature conventional (supply

and return) hot water heating loop. This hot water heating loop has been expanded over the years,

and enhanced with numerous additional booster pumping systems and modified to remove/receive

redundant/additional boilers. This loop also supplies heating energy to numerous glycol to water heat

exchangers/pump packages that were added over the last 10 years to eliminate water coil freezing

issues. While this complicated system does deliver its basic task (building space, domestic water and

155 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 154: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

- 2 -

process heating), there are numerous efficiency issues and operational inconveniences reported by

Humber staff and observed by the undersigned. Therefore an evaluation to address these concerns

was deemed to be necessary.

OBJECTIVES

The objective of this evaluation is to review the system existing design and operation practices,

identify deficiencies and areas of improvement, and recommend actions to address deficiencies and

implement the improvements. In brief, the objectives are as follows:

1. Provide a reliable, sufficient capacity, and fully automated heating energy supply for process,

domestic hot water, and space heating.

2. Maximize the use of future heat recovery from soon planned to be resumed co-gen operation.

3. Maximize use of digester gas for plant heating needs (currently possible only by operating Cleaver

Brooks boilers in the North Grit ground level boiler room).

4. Minimize or eliminate the use of natural gas and electrical heating.

5. Optimize hot water boilers operation to ensure long term reliability and longevity of the equipment.

6. Identify items that cannot be addressed by operational changes and need engineering and construction

contract assignments.

OBSERVED AND REPORTED ISSUES

Below there is a list of observed and reported deficiencies and areas of improvements of the hot water

heating loop in random order.

1. Apparent inability to operate boilers on fully automated basis in response to heating needs.

2. Apparent need to reduce supply temperature at the boilers to maintain digester heating hot

water temperature at a desired maximum level.

3. Concerns related to potential excessive hot water temperature in the water to sludge heat

exchangers and subsequent sludge baking. The supply should not exceed 60 deg C with plant

staff preference for average temperature not to exceed 50.

4. Difficulties to maintain temperature of the loop at design temperature (supply 80 deg C, return

65 deg C). It has been routinely operated at 60/50 deg C or less.

5. Issues with taking full advantage of running digester gas-fired Cleaver Brooks boilers for

plant heating due to poor hot water distribution and necessity to occasionally run Unilux

boilers on natural gas while digester gas-fired boilers are modulating or one is off while

digester gas is being flared (burned in waste gas burners w/o heat recovery benefit).

6. Inability to ensure hot water boilers return at design temperature (65 deg C) to prevent

sustained condensation of flue gases and subsequent accelerated corrosion. Addressing this

issue is important prior to operating the water tube boilers on digester gas as planned

approximately a year from now. It will also extend life of the fire tubes in the Cleaver Brooks

boilers. UNILUX BOILER MANUAL INDICATES THAT THE RETURN

TEMPERATURE SHOULD NEVER BE LOWER THAN 60 DEG C AND IS PREFERRED

TO BE AT 65 DEG C. CLEAVER BROOKS SPECS CALL FOR 80 TO 93 DEG C

SUPPLY AND 70 TO 63 DEG C RETURN.

7. Significant migration of supply to return at glycol systems hookups and elsewhere (Unilux

boilers, main circulation pump bypasses).

8. Unknown operability and effectiveness of the three way valves at the main recirculation

pumps.

9. Reported negative pressure in the hot water loop in some areas discovered during installation

of glycol systems.

156 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 155: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

- 3 -

10. Low operation pressure of the entire loop (20 psi at the makeup and 15 psi at North Grit)

while all components are rated over 60 psi.

11. Unclear temperature discrepancies between supply and return (return temperature

occasionally higher than supply).

12. Unknown design intentions to install very small recirculation pumps installed at the Cleaver

Brooks boilers (75 mm suction 50 mm discharge) charging 200 mm HWS line).

13. Installed 3-way manual valves and HWS and HWR cross connection in two areas adjacent to

North Grit Building with unclear design intention.

14. Lack of sufficient field gauges (thermometers and pressure) for monitoring and trouble

shooting.

15. Lack of loop-wide flow measurements with exception of co-gen heat recovery loop and flow

meters at each recirculation pumps.

16. Unknown level of balancing of the entire hot water loop with numerous boosters pumps

added and unclear operation philosophy of the same. Balancing of all glycol system hot water

supply is needed.

17. Unclear flow and heat distribution in the old boiler room including apparent lack of, or a

reverse flow between Cleaver Brooks boilers supply and Zone 3 return. Carefully designed

booster pumping may be required in this area with built-in flexibility of operation such as

VFD, balancing valve, and a bypass.

18. Some of the heating system in secondary treatment area is still hot water-based and susceptive

to freezing.

19. Dual speed motors on the main recirculating pumps are routinely run at low RPM while

water/heat distribution, particularly at in Cleaver Brooks boilers is questionable and several

booster pumps are installed adding to system poor hydraulic balancing.

INVESTIGATION

Field investigation was carried out to confirm accuracy of and enhance legibility of record drawings.

An overall system isometric schematic was developed with colour coded zones flow distribution. An

infrared gun (portable, remote temperature gauge) was used to determine operational temperatures,

confirm anticipated flow direction and valves closed/open position. Random (limited to overall each

zone flow) measurement was taken from SCADA screens.

Several interviews with engineering staff from Technical Services, consultant site inspector and

Humber staff were held. Examples of digester heating setting and automated responses to changing

conditions were demonstrated. A brief interview with original system design engineer was carried

out. A random spot check of flow in selected locations was carried out by a specialized company

with a clamp on flowmeter.

INITIAL RESULTS AND OBSERVATIONS

Based on the interviews and field observations, it has been initially concluded that the system sizing

and design provides ability to serve the plant as intended. No major underheating of process or

building was reported by operation staff even during winter conditions.

The heat source capacity is sufficient with significant redundancy. It may soon be augmented by co-

gen heat recovery and better opportunity to use digester gas for heating needs.

Even though the supply and return temperatures are significantly lower than design, glycol heat

exchangers/pumping packages appear to deliver required heat to the building space.

157 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 156: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

- 4 -

Based on a spot flow measurement, and plant wide repetitive temperature measurements, several

operational improvements and physical upgrades need to be carried out as outlined below.

PROPOSED ACTION PLAN – SHORT TERM (CAN BE DONE BY OWN FORCES)

1. Field review settings and operation of three way control valves and controllers at hot

water/sludge heat exchangers in digester 1-6 complex. The installation is state of the art, just

few years old and recently commissioned. Based on review of the drawings and O&M

Manuals, the design intention and installed system should be able to maintaining desired

temperature of sludge in the digesters independently from hot water heating supply

temperature. The three-way valve would add some "fresh" hot water from the main loop to

the secondary, separately pumped heat exchanger loop, to maintain sludge temp in the

digester at 37 deg C. While the flow of hot water between the main and secondary loop is

variable and may occasionally be zero, there is no issue with the zone loop recirculation as

there is a partially open valve installed close to the end of the zone loop, so the flow does

continue as needed. To prevent sludge baking in the water to sludge heat exchanges it is

necessary to include a 50 deg C (adjustable) cap on the hot water entering each water to

sludge heat exchanger to prevent sludge baking. This cap would override 37 deg digester

temperature input. Automated heating of one digesters has been demonstrated on SCADA

and appears to work as intended. It is proposed to change the input variable and simplify the

programming. As for now the temperature inside the digester is a controlled variable. Since

it is very stable and it takes a long time to change it, restriction on heat input was imposed in

the programming. Also in this arrangement the heat input is not changing rapidly (as it

should) when new sludge is introduced to the digester. It may be beneficial to change the

variable to be sludge temperature leaving the heat exchanger. This temperature needs to be

maintained slightly higher than 37 deg C and will have to be adjusted seasonally. The

programming changes as described above are to be implemented soon. Ed. Note – one HE

loop program has been tried and appears to work OK.

2. Field review settings of the three way control valves at hot water/sludge heat exchangers in

digester 7-10 complex. The installation is approximately 20 years old and may not have been

getting required maintenance attention as the three-way valves are installed appr. 5 m above

floor level and are not easy accessible. Automated heating of one active digester (10) has

been demonstrated on SCADA and appears to work as intended. Operation intention,

philosophy and proposed improvements are similar to the described above for digester 1-6

heating with exception that the 3-way valve input temperature is the temperature of sludge

leaving the heat exchanger. A 50 deg C cap on water entering each of the water to sludge heat

exchangers has to be included as override of the 37 deg C sludge temperature input. The

programming changes as described above are to be implemented soon.

3. Field review settings and operation of three way control valves at each hot water zone

circulating pump. According to Plant staff these valves are working OK, but no information

what are the settings and if these valves do indeed respond to the loop/zone temperature

changes are ready available. Anecdotal statements were made by operating staff that these

valves should never be tempered with. If they do not control zone temperatures, they should

be manually set to eliminate any recycled flow, isolated and abandoned. Recent maintenance

activity indicated that the valves are not suitable for hot water service and have been seized

for some time. Until there is a contracting assignment to remove these valves, it is proposed

158 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 157: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

- 5 -

to isolate side ports of these valves by closing existing butterfly valves. This action can take

place immediately for Zone 3 and 4 and after above –described sludge heating programming

changes are made. Ed. Note – the three way valves have been recently manually isolated not

to allow any return flow being redistributed to the zones; no detrimental effect was noticed,

on the contrary the redistribution of heating energy from Cleaver Brooks boilers has been

improved.

4. Review operational routine of maintaining the manual three-way valve (located in the North

Primaries sludge pumping gallery) to be open "straight" to allow supply of Zone 3 make a "U-

turn" and travel back to Zone 3 return. This setting minimizes or eliminates flow of Zone 3

return to Cleaver Brooks boilers. In fact the recent flow monitoring showed a reversed flow

in this brach. By allowing flow through the side port ("90 degrees open") of the three-way

valve, the main return header in the old boiler room will be charged with more Zone 3 return

water and the total flow to the Cleaver Brooks boilers will be increased. Ed. Note – the said

three way valve position was changed and this action apparently (to be confirmed by flow

measurement) improved the flow to Cleaver Brooks boilers with part of Zone 3 now reheated

by these boilers. In previous settings, only the Zone 2 return was reheated and not 100% of it

due to deficiently designed return piping from large glycol system in North Grit basement.

This flow will be further enhanced by increasing the Zone 3 main pump RPM to higher level.

With the three-way valve change of port opening and higher RPM of the main recirculating

pump, more Zone 3 reheated (by Cleaver Brookes) return water will be entering main return

header in Unilux boiler basement improving the use of Cleaver Brookses. Installation of any

additional booster pumps may not be necessary. Further review of flows and operation of

boosters in the north plant secondary area needs to follow. Ed Note 1- Zone 2 pump was run

at high rpm with occasional trips due to incorrect setting of suction pressure sensors and issue

related to lower overall (makeup) pressure in the system. These issues are further

investigated, but it appears that running zone pumps at high rpm may not be necessary at this

time or in the near future. Ed Note 2 – the said three way vale position has been altered with

improved flow to Cleaver Brooks boilers.

5. Review the operation routine of keeping main recirculating pumps bypass valves open while

the design intention as shown on the drawings calls to keep them closed. Ed. Note: bypasses

have since been isolated with improvement in heat redistribution and no detrimental effects to

the system operation.

6. Based on centrifugal pumps infinity laws analysis, all main circulating pumps are currently

run at low speed RPM. Still, the discrepancy between the flows to each zone is unclear.

Investigate why flow varies so much between zones (33 to 58 L/s). This issue may be a reason

why Cleaver Brooks boilers are not fully utilized. To run them at full capacity at the design

temperature differential of 17 deg C, the flow of water has to be approximately 72 L/s, while

Zone 2 main pump (the only one feeding Cleaver Brooks boilers) delivers 34 L/s. With this

said, anecdotal statements were made that these pumps should never be run on high speed. It

was discovered that a large glycol package installed about 2 years ago diverts significant

amount of supply water to return DOWNSTREAM of the branch to Cleaver Brooks boilers.

A field experiment by isolating flow to this glycol package proved poor balancing of the

water flow and lack of balancing valves. This glycol system has to be balanced (short term

action) and the return should be redirected to the upstream of the branch to CB boilers (long

term).

7. Review operational makeup pressure of 20 psi of the entire system. It is recommended to

increase this pressure as City engineering staff reported negative pressure in the system when

159 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 158: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

- 6 -

attempting to hook up new glycol systems. This phenomenon can be a result of additional

booster pumps added when installation of the glycol system revealed insufficient differential

pressure between supply and return. This low pressure has a significant detrimental effect on

the hot water system performance due to inability to remove air (in fact there is a slow air

intake in the negative pressure areas via microscopic opening in gaskets and packing. Also

some air dissolved in water at a given pressure is released as gas once the pressure is lower.

In addition in extreme situation the water at 70 deg C may boil in negative pressure

environment and create water hammer and potential damage of the system. The makeup

system is connected to suction of the recirculating pumps (large return header in Unilux boiler

basement), the pressure should be increased by 5 to 10 psi. It is worth noting that the piping

and valving is rated over 100 psi, pumping equipment over 60 psi, Cleaver Brooks boilers are

rated 60 psi, Unilux boilers are rated 160 psi. It was reported by operating staff that the

existing pressure regulating valve is of poor quality and should be replaced ASAP with a

state-of-the-art PRV with easy and adjustable pressure setting and build in safety.

8. Carry out hydraulic balancing of the water site of the glycol packages throughout the plant.

While on some of the connecting lines there are no balancing valves it can be carried out with

isolation valves to obtain a desired flow or steady state temperature monitoring. With the

absence of flowmetering, a cold weather is needed for this exercise.

9. Once all the above recommendations are successfully implemented, attempt to change the

entire loop operational temperature closer to design values (82/65 deg C). As per staff report,

the higher setting requires boiler higher output. This may be the case for some time only to

obtain desired temperatures and a steady state heat transfer. Once a steady state is achieved,

the heat output may be marginally higher due to increased heat loss through small sections of

noninsulated piping, but during heating season it will act as supplemental space heating

reducing required heaters output.

PROPOSED ACTION PLAN – LONG TERM (WOULD REQUIRE ENGINEERING AND

CONTRACTED SERVICE TO IMPLEMENT)

1. Carry out review of all available archived material and develop narrative of intended

operation, setting and finally operators friendly O&M Manual of each HVAC system in the

plant. Include simplified schematics and computerized graphic.

2. Once the co-gen heat recovery units are in operation develop operational procedure for

running Cleaver Brooks boilers to supplement heat output whether on digester or natural gas.

This is to take more advantage of heat recovery that will be more efficient with Unilux boilers

out of service.

3. Remove redundant piping and equipment in old boiler room (partially covered by Odour

Control Project). Remove redundant heating and ventilation equipment in secondary

treatment area.

4. Install thermometers and pressure gauges at strategic locations for field monitoring and

trouble shooting.

5. Install recirculation pumps with return temperature control and associated isolation valves,

thermometers and pressure gauges at the two Unilux boilers that are subject to conversion to

digester gas operation. This modification would allow running boilers with return

temperature never lower than 65 deg C independently from zone supply and return

temperatures. An RFQ to Torbear to include this modification in the on-going contract is

pending.

160 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 159: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

161 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 160: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

162 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 161: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

163 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 162: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

164 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 163: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

165 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 164: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

166 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 165: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

167 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 166: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

168 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 167: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

169 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 168: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

170 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 169: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

171 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 170: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

DOCS # XXXXX Page 1/35

EMA Canada, Inc.2381 Bristol Circle, Suite A200

Oakville, OntarioCanada L6H 5S9

phone: 905.829.4440fax: 905.829.4061www.ema-inc.com

T H R G a l l e r y V e n t i l a t i o n T e c h n i c a l

M e m o r a n d u m

DATE: December 10, 2012

TO: Clarito Gonzales, Vanessa Wilson

FROM: Dan Olah

SUBJECT: City of Toronto, Plant Services, Humber WWTP Gallery Ventilation

CC: Thomas Huang, Voitek Kozakiewicz and Nidal Dhailieh

Issue and Revision Record

Rev Date Originator Reviewer /Approver

QualityAssurance

Description

1.0 Oct. 18, 2012 Dan Olah Don Faulkner /Jeff Coulson

Gary Scheerer Draft Version

1.1 Nov. 30, 2012 Dan Olah Don Faulkner Gary Scheerer Final Draft

1.2 Dec. 10, 2012 Dan Olah Don Faulkner /Jeff Coulson

Gary Scheerer Final

Limitations:

This document was prepared solely for Toronto in accordance with professional standards at the time the services were performed andin accordance with the contract between Toronto Water and EMA Canada Inc. This document is governed by the specific scope ofwork authorized by Toronto Water; it is not intended to be relied upon by any other party. We have relied on information and/orinstructions provided by Toronto Water and other parties. Investigations and testing are limited to the specific scope and therecommendations provided cannot be utilized or extrapolated further than the specific scope and the quality of the information providedby Toronto Water.

172 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 171: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

DOCS # XXXXX Page 2/35

1.0 Executive Summary

The original design goals of the Humber Treatment Plant Gallery Ventilation Upgrade Contract(2000) were to circulate air throughout the galleries and to help control their ambient airtemperatures. The resulting Gallery Ventilation System required manual operation, based upon‘human feed-back control’, ‘prior operating experience’ and ‘responsible operator judgement’.The Gallery Ventilation System could be manually operated locally, at each piece of equipment, orcould be manually operated remotely, on a zone by zone basis, from one of the five Zone ControlPanels installed within the respective galleries.

The Gallery Ventilation component of the Plant Services Gallery Ventilation, Plant Water & OdourControl Contract (2007) converted the Gallery Ventilation Upgrade Contract’s stand-alone controlsystem to Toronto Water Process Control System (PCS) Standards. The primary goals were toeliminate the Upgrade Contract’s stand-alone control system and allow the responsible operatorsto monitor and manually control equipment from any of the PCS workstations. As a result of theconversion to PCS Standards, gallery ventilation equipment currently requires manual restart (viaPCS) following any power interruption. The original control system inherently restarted supplyand exhaust fans after power interruptions due to the use of maintained contacts for remotemanual control.

From a Health and Safety perspective, the continuous operation of the Gallery Ventilation Systemis essential in order to both reduce the risk of fire and to protect workers from exposure tohazardous (toxic) gases commonly found in Wastewater Treatment Facilities. From an ElectricalClassification aspect, Stantec’s NFPA 820 Assessment of the Humber Wastewater TreatmentPlant determined Area Classifications based, in part, upon space ventilation provided by theGallery Ventilation System. However, the Gallery Ventilation System was not designed for NFPA820 compliance. NFPA 820, Standard for Fire Protection in Wastewater Treatment Facilities,provides Electrical Classifications based upon Wastewater Treatment Processes and VentilationRates. For existing facilities the Standard is to be used by owners in a risk assessment to identifyareas of a treatment plant that are vulnerable to fire or other loss.

Although NFPA 820 explains that in existing facilities it is not always practical to strictly apply theprovisions of the Standard, the intent is that any condition that represents a serious threat to fireprotection should be mitigated by the application of appropriate safeguards. During the final SATof the Humber Plant Services Contracts, the absence of automatic restart of gallery ventilationsystem equipment, along with the failure of the Gallery Ventilation Upgrade Contract’s flowdetection devices were identified as fire protection threats. In addition, EMA Canada expandedupon Stantec’s Humber Wastewater Treatment Plant NFPA 820 Assessment, providing additionalHazardous Electrical Classification notes based upon our observations and correspondence withNFPA.

The recommendations included in this Technical Memorandum improve plant safety and areintended to help mitigate the identified fire protection threats in the near term; therecommendations maximize the use of the existing equipment and recommend selectivereplacement or upgrade of critical equipment and instrumentation with minimal capital and designrequirements. However, the recommendations do not provide a strict application of the 2012Edition of the NFPA 820 Standard; EMA Canada understands that the Plant intends to move

173 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 172: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

DOCS # XXXXX Page 3/35

towards full NFPA 820 compliance with a future full upgrade of the Gallery Ventilation System thatwill address all of the issues of compliance with NFPA 820.

Appendix A (attached) provides a 2-Phase breakdown of the recommendations within thisTechnical Memorandum that require engineering, equipment procurement or construction effort:Phase 1 essentially replaces non-functional ventilation flow detection devices that were installedin 2000, adds monitoring of ventilation equipment included in the 2000 Contract’s VentilationModel (including legacy equipment) and replaces non-operational or problematic motor controls;Phase 2 fundamentally adds visual and audible alarms for ventilation system failure within thegalleries and increases ventilation rates within the older Final Tank galleries.

Multiple spaces ventilated by the Gallery Ventilation System would be considered, by applicationof the 2012 Edition of NFPA 820, a Class 1, Div. 2 Electrical Classification area unlesscontinuously ventilated at six air changes per hour. The Phase 1 recommendations will provideventilation monitoring and PCS (remote) signaling, satisfying 7.5.1 and some of the alarmingrequirements of both 7.5.2 and Table 7.5.3 of the 2012 Edition of NFPA 820, which are requiredwhen ventilation systems are used to downgrade the electrical classification of a space. ThePhase 2 recommendations add visual and audible alarms for ventilation system failure within theventilated spaces, satisfying another requirement of Table 7.5.3.

The application of NFPA 820 as a risk assessment tool has identified several areas of the HumberTreatment Plant that are vulnerable to fire or other loss. The Phase 1 and Phase 2recommendations maximize the use of existing equipment in order to expedite the mitigation ofthe identified fire protection threats. The execution of the recommendations will help to ensureventilation within the galleries, which should also help to protect workers from exposure tohazardous biological or chemical agents as required by the Occupational Health and Safety Act.

EMA Canada estimates the construction costs of Phase 1 to be approximately $75,200.00 and theconstruction costs of Phase 2 to be an additional $394,800.00. These cost estimates do notinclude engineering design, tender support or construction supervision. Further, these costs arebudgetary only, +/-30%, and should be confirmed by further site investigation work.

EMA Canada estimates the cost of the design engineering to be approximately $45,500.00 forPhase 1 and an additional $136,000.00 for Phase 2.

EMA Canada estimates the cost of the PCS integration to be approximately $19,300.00 for Phase 1and an additional $69,200.00 for Phase 2.

174 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 173: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

DOCS # XXXXX Page 4/35

2.0 Recommendations

2.1 General Recommendations

2.1.1

Operate the Gallery Ventilation System’s make-up supply air units, exhaust fans and air curtainsin local mode, utilizing the equipment’s local selector switches. The use of the local selectorswitches, which are maintained-contact type, will automatically re-start the respective equipmentafter any power interruption.

2.1.2

Attempt to service all Differential Pressure Switches responsible for the generation of ‘No AirFlow’ alarms. Consideration should be given to replacing the existing Differential PressureSwitches with IFM Efector Flow Switches which require less maintenance. Once these devicesare functional their associated PCS Alarms will require enabling via PLC software modifications.

2.1.3

Service (and replace as necessary) the air curtain’s VFD controls. Ensure both air curtains are inoperation at all times.

2.1.4

Clearly delineate roles and responsibilities for the operation, monitoring and maintenance of theGallery Ventilation System.

2.1.5

Operation of the Gallery Ventilation System (the selection of which make-up supply air units andexhaust fans to run) should be in accordance with the Gallery Ventilation Upgrade Contract’sSystem Operating and Maintenance Manual. NFPA 820 should be used as a risk assessment toolto supplement the Gallery Ventilation System’s Manual; the Gallery Ventilation System should beoperated at the capacity needed in each zone in order to obtain the lowest space electricalclassification possible.

2.1.6

PCS should be used to monitor the Gallery Ventilation System and to ensure it is in continuousoperation at all times in accordance with the Gallery Ventilation System’s Operating andMaintenance Manual, supplemented by NFPA 820 risk assessment conclusions andrecommendations.

2.1.7

Due to the complexity of the Gallery Ventilation Upgrade’s Ventilation Model, consideration shouldbe given to hardwiring (removing control from PCS) all HVAC equipment that is required to runcontinuously based upon the Gallery Ventilation Upgrade’s Operating and Maintenance Manual,

175 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 174: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

DOCS # XXXXX Page 5/35

supplemented by NFPA 820 risk assessment. PCS would be used primarily for monitoring andalarming. Hardwired control combined with PCS monitoring and alarming would reduce theoperational demands otherwise required by Plant personnel.

2.1.8

Consider the installation of visual and audible alarms within the spaces ventilated by the GalleryVentilation System to indicate when the system is not achieving the required air changes perhour.

2.1.9

Review current and future Plant Construction Contracts to ensure they are consistent with theGallery Ventilation Upgrade’s Ventilation Model. Specific attention is required for the PrimarySludge Pumping Station HVAC modifications included in the Upgrade of the South PrimarySedimentation Tanks Contract and any potential modifications that may be made to either Co-GenAHU-17 or Co-Gen SF-1 under the Cogeneration System Upgrade Contract.

2.2 Gallery Ventilation Zone Specific Recommendations

2.2.1 Introduction

These recommendations are supported by, and based upon the detailed ventilation analyses andNFPA 820 risk assessment included in Section 5 of this Technical Memorandum.

2.2.2 Zone #1A (Digester 1-6 Gallery)

An existing Plant Services PCS screen combines zone #1A with zone #1B on a single screen.These two zones should be divided and shown on separate screens. The ventilation system forDigester 1-6 Gallery, modified under the Digester 1-6 Rehabilitation Contract, should bemonitored on the new zone #1A PCS screen. The monitoring and control of this zone’s GlycolHeating Packages, included in the Plant Services scope, should be relocated from the existingscreen to the new zone #1A screen.

2.2.3 Zone #1B (Primary Tank Galleries)

2.2.3.1

All Primary Sludge Pumping Station fans that either supply air to or draw air from T-12S / T-10should be integrated with the Gallery Ventilation System. This integration would include a unifiedcontrol strategy and the monitoring and alarming of these fans should be added to the PlantServices Gallery Ventilation zone #1B PCS screen.

2.2.3.2

Exhaust fan FN-0842 was originally included in this zone to pull air through T-11. FN-0842 wasremoved under the Rehabilitation of Digesters 1-6 Contact (Genivar). Under the Genivar design,Exhaust Fan NX-857 was to serve as a replacement of FN-0842.As NX-857 is integral to theGallery Ventilation Upgrade Contract’s Ventilation Model for zone #1B, NX-857 should be in

176 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 175: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

DOCS # XXXXX Page 6/35

operation at all times. NX-857 should be controlled through ZCP 1B, located in the Digester 7 & 8MCC Room, and added to the Plant Services Gallery Ventilation zone #1B PCS screen. NX-857should be monitored for run status, air flow status, power failure and general alarm.

2.2.4 Zone #2 (Engine Room Basement, Main Access Gallery and T-14)

2.2.4.1

Currently no information (run status) is available on the Plant Services Gallery Ventilation zone#2ABC PCS screen for Co-Gen supply fan AHU-17. As AHU-17’s operation is integral to theGallery Ventilation Upgrade Contract’s Ventilation Model for zone #2, AHU-17 should bemonitored for run status, air flow status, power failure and general alarm and shown on the PlantServices Gallery Ventilation zone #2ABC PCS screen.

2.2.4.2

Co-Gen make-up supply air fans AHU-17 and SF-1 should have greater integration with theGallery Ventilation Control System as these two supply fans provide approximately 75% of theoutside air to this zone. The Gallery Ventilation Upgrade’s Manual requires both fans to be incontinuous operation at all times, with SF-1 in continuous operation at fast speed. Currently bothfans are controlled manually from control panel LCP-2 located across from the Hot Water Boilers.

2.2.4.3

Given that the Plant Filtered Flushing Water piping to Co-Gen supply fan SF-1’s Cooling Coil hasbeen removed, the Plant should consider an alternative method for cooling supply air to this zonein the summer months.

2.2.4.4

Investigate if the Hot Water Boiler’s Digester Gas Header manual Drip Trap NFPA 820 deficiency,noted in Stantec’s Humber NFPA 820 Assessment, is being addressed in the CogenerationSystem Upgrade Contract.

2.2.4.5

Pre-existing make-up supply air unit NU 642 (High Pressure Blower Building Mezzanine) andexhaust fan NX 529 (north of the Air Compressor Building) are currently in operation andservicing zone #2. Accordingly, these devices should be integrated with the Gallery VentilationSystem and their status shown on the Plant Services Gallery Ventilation PCS Screen for thiszone.

2.2.4.6

Air curtain FN-0971, currently shown on the Plant Services Gallery Ventilation zone #3B PCSscreen, should be relocated to the Plant Services Gallery Ventilation zone #2ABC PCS screen.The primary function of this air curtain is to ensure transfer of supply air into zone #2ABC andthus should be shown on the zone #2ABC screen.

177 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 176: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

DOCS # XXXXX Page 7/35

2.2.5 Zone #3A (Service Building and newer Final Tank Galleries)

2.2.5.1

Many pre-existing (prior to the 2000 Gallery Ventilation Upgrade Contract) make-up supply airunits and exhaust fans originally servicing this zone still exist physically. During fieldinvestigation, one of three pre-existing make-up supply air units was found in operation and noneof the 10 exhaust fans were found to be in operation. Plant Technicians on-shift at the time offield investigation were not aware of how these pre-existing devices are operated (started orstopped). Senior Plant personnel suggested that these pre-existing devices might be hardwiredto their nearest lighting panel in the respective tunnel. This should be field verified.

2.2.5.1.1

Some of the pre-existing exhaust fans would be well suited to alleviate ventilation dead-zoneswithin gallery T-23 including: NX 704; NX 708; NX 700; and NX 606. The controls for theseexhaust fans should be traced out and their operation and monitoring integrated with the GalleryVentilation System. They should also be added to the Plant Services Gallery Ventilation PCSscreen for this zone.

2.2.5.1.2

Some of the pre-existing exhaust fans could be used to supplement the ventilation at spacesidentified by NFPA 820 to be vulnerable to fire or other loss (sludge and scum pumping spaces,sludge blanket sampling sinks). Pre-existing exhaust fans NX 560, NX 561, NX 608, NX 607 andNX 702 would be well suited for this purpose. The controls for these exhaust fans should betraced out and then their operation and monitoring integrated with the Gallery Ventilation System.They should also be added to the Plant Services Gallery Ventilation PCS screen for this zone.

2.2.5.2

The Glycol Heating Package for this zone requires the operation of two hot water booster pumpsinstalled under the Gallery Ventilation Upgrade Contract as well as three pre-existing hot waterbooster pumps (KX 532A, KX 532B and KX 532C) located in tunnel T-21. As only equipmentinstalled new under the Gallery Ventilation Upgrade Contract was wired to the ZCPs (and broughtto PCS by Plant Services) there is currently no PCS control or monitoring of the pre-existing hotwater booster pumps. As a minimum, monitoring of the pre-existing hot water booster pumpsshould be added to the Plant Services Gallery Ventilation PCS screen and the operation of theGlycol Heating Package given a permissive pop-up which details the Glycol Heating Package’sdependence upon operation of the old hot water booster pumps.

2.2.6 Zone #3B (Returns Building and older Final Tank Galleries)

2.2.6.1

Make-up supply air unit AHU-0755, located on the roof of the Return Sludge Pumping Station, hasbeen out-of-service for over 2 years. A problem with this supply air unit’s control circuit wasreported to the Plant in January of 2010. It has not yet been repaired. The Gallery Ventilation

178 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 177: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

DOCS # XXXXX Page 8/35

Upgrade Contract’s Ventilation Model requires both AHU-0754 and AHU-0755 to be in operationat all times.

2.2.6.2

Consider upgrading the capacity of exhaust fan FN-0855, located in the stairwell of T-13, from7,500 m3/hr. to 11,500 m3/hr. in order to achieve six outside air changes per hour. The Make-upsupply air units on the roof of the Return Sludge Pumping Station would require an equal increasein capacity.

2.2.6.3

Consider upgrading the capacity of exhaust fan FN-0853, located in the stairwell of T-19, from7,500 m3/hr. to 9,500 m3/hr. in order to achieve six outside air changes per hour. The Make-upsupply air units on the roof of the Return Sludge Pumping Station would require an equal increasein capacity.

2.2.6.4

Investigate why the stairwell from T-20N to the Maintenance Garage (old Low Pressure BlowerBuilding) has been boarded up. The Gallery Ventilation Upgrade Contract’s Ventilation Modelrequires pre-existing exhaust fan NX 538 to pull supply air from the Return Sludge PumpingStation basement through T-20N and out through the Maintenance Garage. In order toaccomplish this, the stairwell would need to be re-opened, the shelving unit blocking NX 538removed, and NX 538 returned to operation. Due to the Division 1 NEC electrical classificationStantec’s Humber NFPA 820 Assessment has concluded for the chamber below T-20N, theoperation of NX 538 would result in the transfer of air from Division 2 tunnel T-20N through theMaintenance Garage.

2.2.6.5

As NX 538 is integral to the Gallery Ventilation Upgrade’s Ventilation Model for zone #3B, NX 538should be monitored for run status, air flow status, power failure and general alarm and shown onthe Plant Services Gallery Ventilation zone #3B PCS screen.

179 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 178: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

DOCS # XXXXX Page 9/35

3.0 Background

3.1 Contract 00FS-19WP, Humber Gallery Ventilation Upgrade (2000)

3.1.1 Need for Upgrade

The Humber Gallery Ventilation Upgrade Contract was initiated to improve the ventilation withinthe tunnels of the Humber Plant. Prior to this Contract, gallery ventilation was deemedinadequate because the gallery heating, ventilating and air conditioning (HVAC) was not beingcontinuously upgraded to match increased needs associated with Plant expansion.

3.1.2 Design Basis

Contract 00FS-19WP was developed with the primary goal of circulating air through the broadareas serviced while controlling ambient air temperatures within those areas. With the exceptionof Digester 1-6 Gallery, NFPA-820 was not considered as a design criteria in the GalleryVentilation Upgrade Contract.

3.1.3 Gallery Ventilation System Ventilation Model

The Gallery Ventilation Model (attached) was developed to satisfy the design basis above. TheVentilation Model is divided into three zones: #1 (West); #2 (Central); and #3 (East). Zone #1 isfurther divided into Zone #1A (Digester 1-6 Gallery) and Zone #1B (Primary Tank Gallery). Zone#2 is sub-divided into Zone #2A (Engine Room Basement at T-17W), Zone #2B (Aeration ControlGallery) and Zone #2C (Main Access Gallery). Lastly, Zone #3 is further divided into Zone #3A(new Final Tanks Gallery) and Zone #3B (Final Tanks Gallery).

The Ventilation Model is based upon a push-pull ventilation system; make-up supply air unitspush air into the interior of a space while exhaust fans pull air to the zone boundaries where it isremoved.

3.1.3.1 Air Transfer between Ventilation Zones

A Transfer Fan (AHU-0753), located in tunnel T-17E, is used to transfer air from Zone #3B(Return Sludge Pumping Station) into Zone #2C (Main Access Gallery).

3.1.3.2 Ventilation Model Equipment

3.1.3.2.1 Supply and Exhaust Fans

The Ventilation Model is based upon both make-up supply air units and exhaust fans that were inoperation prior to the Gallery Ventilation Upgrade Contract as well as new equipment that wassupplied and installed under this contract.

3.1.3.2.2 Co-Gen Equipment

The Ventilation Model is dependent upon two make-up supply air units included with the Co-GenContract. Co-Gen AHU-17, located on the roof of the Head House, supplies air to the EngineRoom Basement. Two-speed Co-Gen Fan SF-1 supplies combustion air to the Hot Water Boilers,

180 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 179: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

DOCS # XXXXX Page 10/35

located in the Engine Room Basement, as well as provides air to the Engine Room Basement.The operation of the Hot Water Boilers is interlocked with SF-1; a Flow Switch between SF-1 andthe Hot Water Boilers will automatically shut down the Hot Water Boilers if no air flow is detectedfrom SF-1.

3.1.3.2.3 Air Curtains

Air Curtains supply a sheet of high velocity air across an opening to impede the passage of airthrough said opening. Air Curtain 1 (FN-0971), located in tunnel T-17E, is used to ensure thetransfer of air from Zone #3B into Zone #2C. Air Curtain 2 (FN-0972), located in T-20N, is usedto separate Zone #3A from Zone #3B.

3.1.4 Other Gallery Ventilation Equipment

3.1.4.1Glycol Heating Packages and Hot Water Booster Pumps

Hot water from the Plant’s Hot Water System is used to heat glycol solutions which are thenpumped through make-up supply air units’ heat exchangers to heat air supplied to the galleriesand to help avoid freezing. Plant Hot Water booster pumps (P-0550 and P-0560) are required inZone #3A (new Final Tanks) to ensure adequate hot water supply to the high capacity GlycolHeating Package servicing this zone.

Generally the Glycol Heating Packages and Hot Water Booster Pumps are only used when theoutside air temperature is below 20 degrees Celsius.

3.1.4.2 Supply Air Cooling System

Prior to the Gallery Ventilation Upgrade, high temperatures were common in the Engine RoomBasement, T-17W and T-14N due to thermal radiation from the surfaces of large process airpiping. In addition, high temperatures were observed in T-21 and T-23 due to thermal losses fromthe many pump motors located there.

To help control high temperatures in the above mentioned locations, cooling coils were installedin Co-Gen Fans AHU-17 and SF-1 (Head House roof and Engine Room basement) as well as inmake-up supply air units AHU-0756 and AHU-0757 (north-east Service Building). The designcalled for Plant Effluent Water, assumed to be 15 to 20 degrees Celsius, to be pumped throughthese cooling coils in order to reduce the temperature of supplied air.

Generally the Supply Air Cooling Systems are only to be used when the outside air temperature isabove 27 degrees Celsius.

3.1.5 Operating Strategy

3.1.5.1 Local Manual Control

All new gallery ventilation equipment installed under the Gallery Ventilation Upgrade Contractcould be controlled (started and stopped) locally (at the equipment). Selector switches located atthe new make-up supply air units and exhaust fans allowed local control to be transferred to theirassociated Zone Control Panel (ZCP).

181 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 180: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

DOCS # XXXXX Page 11/35

3.1.5.2 Remote Manual Control

Five ZCPs were provided: Panels 1A; 1B; 2ABC; 3A and 3B. Each ZCP came equipped with aHuman Machine Interface (HMI) and selector switches for manually controlling the make-up airsupply units and exhaust fans associated with its zone. Remote control (from the ZCP) was notprovided for Air Curtains, Glycol Heating Packages or Supply Air Cooling Systems; they requiredlocal start and stop operation.

The ZCPs were installed within the galleries of their respective Zone.

3.1.5.3 General Operating Strategy

Under normal operating conditions, all make-up supply air units and exhaust fans were to beoperated manually from their respective ZCPs. The operation of the Glycol Heating Packagesand Air Cooling Systems were seasonal and the Plant personnel responsible for the operation ofthe Plant’s HVAC equipment would be required to start and stop this equipment locally. The AirCurtains, provided with Local Control only, were to be in operation at all times.

The Plant personnel responsible for the operation of the Gallery Ventilation System were to utilizeinformation provided on the respective ZCP’s HMI to determine what equipment should be startedor stopped. The information provided on the HMI for ‘human feed-back’ operation includedequipment run status and alarms such as low make-up supply air temperature, no air flow, motoroverload and loss of power.

It is important to stress that in order to operate the Gallery Ventilation System satisfactorily, eitherlocally or remotely from the ZCPs, the responsible plant personnel would require a thoroughunderstanding of Gallery Ventilation System’s Ventilation Model.

Generally the Gallery Ventilation System was designed to be operated at half capacity in thewinter and at full capacity in the summer. There were, however, some known exceptions to thisgeneral rule which the responsible plant personnel would need to be familiar with, including:

Both Co-Gen supply fans AHU-17 and SF-1 should always be run at maximum capacity Transfer fan AHU-0753 and make-up supply air unit AHU-0752 should both be in operation

at all times.

The above are required to supplement air supply to the Aeration Galleries to avoidtemperature build-up from process air piping radiation.

In addition, the Glycol Heating Package for Zone #3A had specific operating requirements due tothe high capacity of the make-up supply air units it serves. Specifically, when both AHU-0756 andAHU-0757 are running simultaneously, two new hot water booster pumps (P-0550 & P-0560) plusthree old hot water booster pumps (KX532A, KX532B & KX532C) are required. When only onemake-up supply air unit is running, one new plus two old hot water booster pumps are required.

182 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 181: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

DOCS # XXXXX Page 12/35

3.1.5.4 Operation of Pre-existing HVAC Equipment

The Gallery Ventilation Upgrade Manual’s Ventilation Model requires the operation of select pre-existing (installed before the Gallery Ventilation Upgrade Contract) ventilation equipment.Generally the new equipment installed under both the Gallery Ventilation Upgrade and Co-GenContracts were thought to be sufficient stand-alone, but again here there were some exceptionswhich included the operation of: Primary Sludge Pumping Stations’ exhaust fans (Zone #1B); newFinal Tanks’ supply and exhaust fans (Zone #3A) and the old Low Pressure Building’s exhaust fan(Zone #3B).

Operation of pre-existing gallery ventilation equipment was not integrated with the GalleryVentilation Upgrade Contract’s ZCPs, thus any pre-existing equipment was operated as it wasbefore the Gallery Ventilation Upgrade Contract.

3.1.6 Gallery Ventilation System Deficiencies Identified following the Upgrade Contract

3.1.6.1 Use of Plant Effluent Water for Gallery Ventilation Cooling

The Gallery Ventilation Upgrade Contract pre-dated the construction of the Plant Effluent WaterFiltration Building. During commissioning of the Gallery Ventilation Upgrade Contract’s Supply AirCooling System, the Plant Effluent Water was found to clog the new cooling coils. At the time ofcommissioning it was believed that the Plant’s planned Effluent Water Filtration Building wouldresolve this issue.

It was observed during Plant Services Gallery Ventilation commissioning that the piping from thePlant Effluent Water Booster Pump (P-0510) to the SF-1 Cooling Coil had been removed.According to Plant Staff, clogging of the SF-1 cooling coil would regularly result in Hot WaterBoiler shutdown via the SF-1 air flow switch interlock, which is why the Plant removed this piping.

3.1.6.2 Air Curtain VFD Control Failures

It was (and still is) common for the air curtain’s AC Tech brand Variable Frequency Drives (VFDs)to fault on ‘Power Sag’. The Gallery Ventilation Upgrade Contract’s Manual explains that thePlant’s power distribution (voltage transients) is the cause; however, Plant Staff have commentedthat VFDs made by other manufacturers do not experience the same problem.

3.2 Contract 07FS-43WP, Plant Services Gallery Ventilation, Filtered Flushing Water &Odour Control (2007)

In essence, the Gallery Ventilation component of the Gallery Ventilation, Filtered Flushing Water& Odour Control Contract (07FS-43WP) integrated four of the five Gallery Ventilation UpgradeContract’s ZCPs with the Plant Process Control System (PCS). Zone #1A (Digester 1-6 Gallery)make-up supply air units and exhaust fans were to be replaced under the Rehabilitation ofDigesters 1-6 Contract and thus were removed from the Plant Services scope. The only Zone#1A equipment that was retained under the Plant Services scope were two Glycol HeatingPackages which were to supply hot glycol solution to the make-up supply air units included in thescope of the Rehabilitation of Digester 1-6 Contract.

183 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 182: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

DOCS # XXXXX Page 13/35

All monitoring and control functionality provided at the four ZCPs was to be transferred to PCS;this would permit Plant personnel to operate the Gallery Ventilation System via PCS instead offrom the four ZCPs located within the Galleries.

The Gallery Ventilation Upgrade Contract’s ZCPs did not provide remote manual control of thevarious pumps associated with ether the Glycol Heating Packages or the Supply Air CoolingSystems. The Plant Services Contract also expanded the four ZCPs to add remote manualcontrol of these pumps via PCS. The Plant Services Contract also added remote manual controlof the Air Curtains.

3.3 Stantec’s Humber NFPA 820 Assessment

In April of 2010 Stantec delivered the Humber Wastewater Treatment Plant NFPA 820Assessment as a Technical Memorandum. This assessment was delivered in response to the Cityof Toronto’s Terms of Reference for the Implementation of Process and Odour Control Upgradesat the Humber Wastewater Treatment Plant.

The Stantec Humber NFPA 820 Assessment concludes NEC electrical classifications of definedspaces based upon the 2008 edition of NFPA 820; lists observed deficiencies; and providesrecommendations to address said deficiencies.

3.3.1 Inconsistencies in the Application of NFPA 820 within the Assessment

3.3.1.1 Continuity of the Gallery Ventilation System

The Assessment concluded an ‘unclassified’ NEC electrical classification of galleries T-12S andT-10 due to 12 air changes per hour provided by the Gallery Ventilation System.

The Assessment concluded a Division 2 NEC electrical classification of gallery T-17W due to theuse of non-continuous ventilation equipment. The Gallery Ventilation System, along with Co-Genmake-up supply air units AHU-17 and SF-1, provide 16.3 air changes per hour according to theAssessment.

As the methods of operation of both ventilation systems are similar (manually operated) oneshould not be considered continuous while the other is considered non-continuous.

3.3.1.2 Sludge and / or Scum Pumps located within Galleries

The Assessment concluded an ‘unclassified’ NEC electrical classification of gallery T-15. GalleryT-15 houses both sludge and scum pumps. The Assessment notes that based upon their(Stantec’s) discussions with NFPA, sludge pumps located in galleries are assessed differentlythan sludge pumps located in small sludge pump rooms, the latter resulting in a more stringentNEC electrical classification.

The Assessment concluded a Division 2 NEC electrical classification of gallery T-18’s chamberdue to unwatering pumps and sludge process piping and valves located there.

EMA Canada has followed-up with NFPA regarding the application of NFPA 820 (2012 Edition) togalleries containing either sludge or scum pumps. As per NFPA’s response (attached), Row 9

184 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 183: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

DOCS # XXXXX Page 14/35

(sludge pumps) or Row 6 (scum pumps) of Table 6.2(a) is to be applied to gallery tunnels housingsludge or scum pumps not Row 23 as noted in Stantec’s Humber NFPA 820 Assessment.

185 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 184: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

DOCS # XXXXX Page 15/35

4.0 Gallery Ventilation System Functionality

4.1 Functionality following Gallery Ventilation Upgrade Contract (00FS-19WP)

4.1.1 Local Manual

All equipment supplied and installed under the Gallery Ventilation Upgrade Contract was providedwith local selector switches for manual start or stop control. Two-speed / two winding make-upsupply air units could be started locally in either slow or fast speed. All make-up supply air unitsand exhaust fans were also supplied with local selector switches which allowed start and stopcontrol to be transferred to the equipment’s ZCP for remote operation.

4.1.2 Remote Manual

All make-up supply air units and exhaust fans installed under the Gallery Ventilation UpgradeContract could be manually started or stopped from the equipment’s ZCP, if and only if controlwas transferred to the ZCP via the equipment’s local selector switch. Two-speed / two windingmake-up supply air units could be started in either slow or fast speed from their respective ZCP.Manual start or stop control of air curtains, hot water booster pumps, glycol pumps or PlantEffluent Water booster pumps was not available at the ZCPs and could only be controlled locally.

4.1.3 Remote Auto

The six two-speed / two winding make-up supply air units supplied and installed under the GalleryVentilation Upgrade Contract included an automatic function which could only be initiatedmanually via selector switch at their respective ZCP. When automatic mode was selected, thespeed of the make-up supply air unit (either slow or fast) was automatically set based uponambient air temperature switches. If the ambient air temperature was greater than 10 degreesCelsius, the make-up supply air unit would operate at fast speed. If the ambient air temperaturefell below 10 degrees Celsius, the unit would automatically switch to slow speed operation.

4.1.4 Power Interruption Re-start

Due to the use of maintained-contact selector switches, both locally and at the ZCPs, fans wereautomatically restarted after any power interruption.

4.2 Functionality following Plant Services Gallery Ventilation, Filtered Flushing Water &Odour Control Contract (07FS-43WP)

4.2.1 Local Manual

No change.

4.2.2 Remote Manual

The remote manual selector switches at each ZCP were removed. The HMI at each ZCP wasalso removed. All of the information available at each ZCP’s HMI for ‘human feedback control’was brought into PCS. Start and stop graphic buttons on PCS replaced the start and stopselector switches that were removed from the ZCPs.

186 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 185: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

DOCS # XXXXX Page 16/35

The Plant Services Contract added remote manual start and stop control (via PCS) of GalleryVentilation Upgrade Contract equipment that was not available previously at the ZCPs. Remotemanual control was added for glycol pumps, plant effluent water pumps, hot water booster pumpsand air curtains. With these additions, all equipment installed under the Gallery VentilationUpgrade Contract could be monitored as well as started and stopped remotely via PCS.

4.2.3 Remote Auto

As per Section 4.1.3, the only automatic function included with the Gallery Ventilation UpgradeContract was the automatic speed control (slow or fast) of six two-speed / two-winding make-upsupply air units (based upon ambient air temperature switches). Only two of these six make-upsupply air units were included in the Plant Services scope (the remaining four were included inthe Rehabilitation of Digester 1-6 Contract’s scope).

The automatic speed control functionality of the two two-speed / two-winding make-up supply airunits included in the Plant Services scope (AHU-0750 & AHU-0751) was not retained. Speedcontrol (slow or fast) is set manually via PCS.

4.2.4 Power Interruption Re-start

4.2.4.1 Local

Local manual control (via selector switches) was not changed under the Plant Services Contractand thus still utilizes maintained-contact switches which will automatically restart equipment afterany power interruption.

4.2.4.2 Remote Manual

Once a momentary Start command has been issued via PCS, an auxiliary run contact is used toseal in the continuous operation of the equipment. Loss of power to the equipment’s controltransformer will break this seal. Loss of control transformer power should result in anUncommanded Stop alarm on PCS. Upon restoration of power to the affected equipment, thePCS alarm would require acknowledgement and the equipment would require a manual re-start(via PCS) by Plant personnel responsible for the operation of the Plant’s HVAC equipment.

4.3 Methods to Restore Original Functionality not Retained by the Plant Services Contract

4.3.1 Introduction

If the Plant wishes to ‘add-back’ some of the functionality that was removed during the PlantServices upgrade of the Gallery Ventilation System the following modifications could beimplemented.

4.3.2 Power Interruption Re-start

4.3.2.1 PCS Maintained Start Command Contacts

The ZCP’s use of maintained-contact selector switches for remote manual control inherentlyprovided automatic re-start of equipment after any power interruption. Software modifications can

187 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 186: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

DOCS # XXXXX Page 17/35

be executed, if so desired, to program maintained-contact Start commands from PCS which wouldprovide the same inherent automatic re-start that was provided by the ZCP’s selector switches.

It is important to note that programmed maintained-contact Start commands will most likely resultin a less reliable ‘automatic restart’ than what was provided by the use of selector switches. PCSsystems and their associated PLCs have greater complexity than a simple mechanical selectorswitch.

4.3.2.2 Power Interruption Recovery Software

Gallery Ventilation Upgrade Contract installed make-up supply air units, exhaust fans and aircurtains can be monitored for control circuit power failure by the equipment’s ‘Not Available’signal to PCS.

Software could be created to monitor the ‘Not Available’ status of critical equipment and havePCS automatically re-start equipment that was running prior to the status change.

4.3.3 Adding Automatic Speed Control for Zone 1B Supply Air Units

An Automatic button could be added to the PCS Pop-ups for both AHU-0750 and AHU-0751 whichwould allow either make-up supply air unit to be manually started remotely (from PCS) inAutomatic speed mode.

In order to restore the pre-Plant Services functionality, PLC programming changes would berequired, along with the installation of new relays and wiring modifications within ZCP 1B. If thepre-existing ambient air temperature switches are still functional they could be re-used, butprovisions should be made for their replacement.

188 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 187: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

DOCS # XXXXX Page 18/35

5.0 Applying NFPA 820 to ‘Spaces’ Ventilated by the Gallery Ventilation System

5.1 Cautions on NFPA 820 Application

NFPA 820, 2012 Edition, 1.3 Application, specifies that the 820 Standard shall apply to newinstallations. Additions or modifications to existing facilities shall “reflect the requirements” of thecurrent (at the time of construction approval for the additions or modifications) Standard. NFPA820 explains that in existing facilities it is not always practical to apply the provisions of thisStandard strictly.

In existing facilities the intent is that any condition that represents a serious threat to fireprotection should be mitigated by the application of appropriate safeguards, and thus for existingfacilities NFPA 820 shall be used by owners as a “risk assessment” tool to help identify areas of awastewater treatment plant that are vulnerable to fire or other loss.

5.2 Division of Space; Gallery Ventilation Zones or Space Division as per Stantec’s HumberNFPA 820 Assessment

NFPA 820 provides National Electrical Code (NEC) electrical classifications based uponwastewater treatment process and equipment (location and function) and the ventilation providedwithin the boundaries of the treatment process and equipment. Generally, greater ventilationrates result in downgraded or less stringent electrical classifications. As per NFPA 820, 2012Edition, 3.3.68, ventilation rates are based upon the number of air changes per hour calculatedusing outside supply air that is then exhausted. The number of air changes per hour is to becalculated based upon the maximum aggregate volume of the space to be ventilated.

Rule 9.2.9 of NFPA 820, 2012 Edition, specifies that ventilation systems shall not transfer airbetween unclassified interior spaces and classified interior spaces.

The Gallery Ventilation Upgrade Contract’s zones were designed to service broad areas of thePlant, thus it is common for a single zone to cover multiple galleries as well as buildingbasements where galleries intersect. For example, the Gallery Ventilation System providessupply air into the Engine Room basement which is drawn out through T-17W, divides at theintersection of T-17 with T-14 and is finally exhausted at the ends of T-14N and T-14S.

Stantec’s Humber NFPA 820 Assessment provides separate and distinct electrical classificationsof the Engine Room Basement, T-17W, T-14N and T-14S despite the fact that all of these spacesshare a common ventilation system. Stantec’s Humber NFPA 820 Assessment concludes aDivision 2 electrical classification of T-17W and then an ‘unclassified’ electrical classification of T-14S. As a result of these electrical classifications, the Gallery Ventilation System is not incompliance with Rule 9.2.9 of NFPA 820, 2012 Edition, as the system transfers air from aclassified space (T-17W) to an unclassified space (T-14S).

The above is an example of a technical contradiction encountered when attempting to strictlyapply NFPA 820 retroactively to a facility in which neither physical separation nor ventilation wasoriginally designed for NFPA 820 compliance.

189 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 188: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

DOCS # XXXXX Page 19/35

Using the Gallery Ventilation Upgrade Contract’s zones for electrical classification spaceboundaries is not straightforward either: multiple NFPA 820 ‘location and functions’ may applywithin a single zone; the Ventilation Model required the transfer of air from Zone #3B into Zone#2C; and the use of maximum aggregate volume to calculate ventilation rates can be misleading(the combined volume approach does not adequately identify potential air flow deficiencies withinbranching galleries).

5.3 Is the Gallery Ventilation System ‘Continuous’?

As described in section 5.2 of this Technical Memorandum, NFPA 820 provides NEC electricalclassifications based, in part, upon ventilation rates. These ventilation rates are to be calculatedbased upon ventilation systems that operate continuously.

Rule 9.2.7 of NFPA 820, 2012 Edition, specifies that ventilation systems designed to operateintermittently shall not be permitted to be used for the purpose of downgrading the electricalclassifications of areas. Rule 9.3.2 of NFPA 820, 2012 Edition permits dual ventilation rates, butrequires the high ventilation rate to be in operation whenever the supply air temperature is above10 degrees Celsius, or whenever the ventilated space is occupied, or whenever combustible gasdetectors register 10% LEL. Based on EMA Canada correspondence with NFPA, 9.3.2 isintended to be used primarily for energy conservation.

As stated in the Gallery Ventilation Upgrade Contract’s Manual, the ‘general rule’ is that theGallery Ventilation System is to be operated at 100% capacity in the summer and 50% capacity inthe winter. As the Gallery Ventilation System design does not satisfy all of the conditionsrequired by 9.3.2 of NFPA 820, 2012 Edition to permit dual ventilation rates, we believe the‘winter’ operating capacity should be used for Ventilation Rate calculations. As the GalleryVentilation System is designed to be operated based upon ‘operator judgement’ and given theidentified absence of automatic equipment re-start following power interruption, we believe thatthat Gallery Ventilation System should be considered non-continuous with its existing controls andoperating strategy.

5.4 Ventilation Monitoring and Signaling Systems required by NFPA 820

Rule 7.5.1 of NFPA 820, 2012 Edition, requires all continuous ventilation systems that are used todowngrade the classification of a space be fitted with flow detection devices connected to alarmsignaling systems to indicate when the ventilation system fails to provide the required air changesper hour. Rule 7.5.4 further requires that signaling systems be in accordance with therequirements for supervised signaling systems as set forth in NFPA 72 (Fire Alarm and SignalingCode). Based upon EMA Canada’s correspondence with NFPA, the intent of 7.5.4 is for Alarm,Supervisory and Trouble signals to be received where personnel are in attendance at all times toinvestigate and respond to said signals. EMA Canada expects NFPA to clarify, in the next editionof NFPA 820, if monitoring of the integrity of installation conductors is required and is to beincluded in the definition of ‘Trouble’ signals.

NFPA 820 requires both local (within spaces and at their entrances) and remote (where personnelare in attendance at all times) visual and audible alarms for ventilation system failure.

190 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 189: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

DOCS # XXXXX Page 20/35

The 2000 Gallery Ventilation Upgrade Contract included the supply and installation of DifferentialPressure Switches (DPSs) for all new make-up supply air units and exhaust fans. These DPSswere used to generate No Air Flow alarms on the ZCPs HMI screen. During commissioning of thePlant Services Contract it was observed that only one (AHU-0750) of 26 DPSs was still functional.

The 2000 Gallery Ventilation Upgrade Contract also included the supply and installation of AirVelocity Transmitters in most galleries in order to aid Plant personnel in determining which make-up supply air units and exhaust fans to operate. During Plant Services commissioning many ofthese devices were found to be providing either erratic or no measurements.

5.5 Ventilation Rate Analysis

5.5.1 Zone #1A (Digesters 1-6 Gallery)

5.5.1.1 Overview

The Gallery Ventilation Upgrade Contract’s design basis was to provide 12 air changes per hourwithin the Digester 1-6 Gallery with the intent being to downgrade its NEC electrical classification.Full application of all the design requirements of NFPA 820 to the ventilation system was notimplemented. As modification and/or replacement was planned for the Digester 1-6 Gallery’sventilation system under the Rehabilitation of Digester 1-6 Contract, PCS integration of all make-up supply air units and exhaust fans associated with this zone was removed from the PlantServices scope. The only Zone #1A equipment to be integrated with PCS under the PlantServices Contract was this zone’s Glycol Heating Packages.

5.5.1.2 NEC Electrical Classification, Ventilation Rates and Observations as per Stantec’sHumber NFPA 820 Assessment

Stantec’s Humber NFPA 820 Assessment refers readers to Rehabilitation of Digester 1-6 Contract(04FS-47WP) documentation.

5.5.1.3 Alternative Classification Observations made by EMA Canada

EMA Canada did not conduct any field investigation of this Zone.

5.5.1.4 Ventilation Rate

Refer to Contract 04FS-47WP.

5.5.2 Zone #1B (Primary Tank Galleries)

5.5.2.1 Overview

Based upon a push-pull ventilation model, Zone #1B should be further divided into Zone #1BNand Zone #1BS. Zone #1BN would consist of the make-up supply air unit on the roof of the NorthGrit building (AHU-0750) supplying air to T-12N which is exhausted by exhaust fans located withinthe T-12N access stairwell (FN-0840 & FN-0841). Zone #1BS would consist of the make-upsupply air unit on the roof of the South Grit Building (AHU-0751) supplying air to T-12S, T-10 andT-11 which is exhausted by exhaust fans located within the Primary Sludge Pumping Stations

191 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 190: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

DOCS # XXXXX Page 21/35

(FN-0008, FN-0536, FN-0867) and at the South end of Digester 1-6 Gallery 1 (NX-0857). A newPipe Gallery Exhaust Fan (FN-0003) is currently being installed under the Upgrade of the SouthPrimary Sedimentation Tanks Contract.

5.5.2.2 NEC Electrical Classification, Ventilation Rates and Observations as per Stantec’sHumber NFPA 820 Assessment

5.5.2.2.1 T-12N

Stantec’s Humber NFPA 820 Assessment concludes an unclassified electrical classification basedupon 12 air changes per hour provided by the Gallery Ventilation System. NFPA 820 wouldprovide a Division 2 NEC electrical classification if T-12N was not continuously ventilated at sixair changes per hour.

5.5.2.2.2 T-12S and T-10

Stantec’s Humber NFPA 820 Assessment concludes an unclassified electrical classification basedupon 12 air changes per hour provided by the Gallery Ventilation System. NFPA 820 wouldprovide a Division 2 NEC electrical classification if T-12S and T-10 were not continuouslyventilated at six air changes per hour.

5.5.2.2.3 T-11

Stantec’s Humber NFPA 820 Assessment concludes an unclassified NEC electrical classificationof T-11. The Assessment does not provide any ventilation rates for T-11.

5.5.2.3 Alternative Classification Observations made by EMA Canada

5.5.2.3.1 T-12N

Based upon EMA Canada correspondence with NFPA, both Row 6 (scum pumps) and Row 9(sludge pumps) of Table 6.2(a) NFPA 820, 2012 Edition should apply, resulting in a Division 2NEC electrical classification if the space is not continuously ventilated at six air changes per houror greater.

5.5.2.3.2 T-12S

The Plant’s main Natural Gas piping is routed through a northern section of T-12N with a NaturalGas Valve present in the tunnel controlling the Natural Gas supply to the Co-Gen Blending Trainlocated in the Gas Compressor building. Row 22, Table 6.2(a) of NFPA 820, 2012 Edition shouldapply, resulting in a Division 2 NEC electrical classification if the space was not continuouslyventilated at six air changes per hour or greater. If the space was continuously ventilated at sixair changes per hour or greater, a 3 m Division 2 electrical classification envelope would existaround the Natural Gas Valve.

5.5.2.3.3 Primary Sludge Pumping Stations

As part of the Upgrade of the South Primary Sedimentation Tanks Contract, Primary SludgePumping Station ventilation modifications are in progress. According to Genivar’s Construction

192 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 191: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

DOCS # XXXXX Page 22/35

Inspector, Primary Sludge Pumping Station #2’s Exhaust Fan is being replaced and SludgeSampling Sink Ventilation Fans have been installed in all three Sludge Pumping Stations. Thesemodifications will result in an additional (above the Ventilation Model) 693 m3/hr. removed from T-12S.

5.5.2.4 Ventilation Rate by Gallery Ventilation Zone

5.5.2.4.1 Zone #1BN

If AHU-0750 were to be operated at slow speed and only one of two exhaust fans in T-12N werein operation (winter mode), 6.2 air changes per hour would be achieved.

If AHU-0750 were to be operated at fast speed and two exhaust fans in T-12N were in operation(summer mode), 10.5 air changes per hour would be achieved.

5.5.2.4.2 Zone #1BS

If AHU-0751 were to be operated at slow speed and only FN-0867 (Primary Sludge PumpingStation #1) and NX-0857 (Digester 1-6 Gallery 1) were running (winter mode), 5.1 air changes perhour would be achieved.

If AHU-0751 were to be operated at fast speed along with the operation of FN-0008 (PrimarySludge Pumping Station #2), FN-0536 (Primary Sludge Pumping Station #2A), FN-0867 (PrimarySludge Pumping Station #1) and NX 857 (Digester 1-6 Gallery 1), 10.2 air changes per hourwould be provided (summer mode). Note that Pipe Gallery Exhaust Fan FN-0003, installed underthe Upgrade of the South Primary Sedimentation Tanks Contract, should only be operated if oneof the other exhaust fans fails, as operation of all these exhaust fans simultaneously could createa negative pressure within the tunnels, drawing air from the Engine Room Basement, which is incontradiction with the Ventilation Model.

5.5.2.5 Ventilation Rate by Division of Space Provided in Stantec’s Humber NFPA 820Assessment

5.5.2.5.1 Calculation Approach

NFPA 820 specifies that the ventilation rate be calculated based upon outside supply air which isalso exhausted. NFPA 820 also specifies that ventilation systems shall not transfer air betweenunclassified and classified spaces. In short, NFPA 820 cannot be strictly applied to the division ofspace set forth in Stantec’s Humber NFPA 820 Assessment as the Gallery Ventilation Upgrade’sVentilation Model incorporates air transfer between these defined spaces. Therefore, althoughconservative, we believe that the calculation of ventilation rates precludes the inclusion of airdrawn from an area when the air has been used to potentially downgrade the electricalclassification of that area (NFPA 820, 2012 Edition, 3.3.68) and have used that conclusion in ouranalyses. For example, if space one requires six air changes per hour to downgrade theelectrical classification and 10 air changes per hour is provided and transferred into space two,only four (of the 10) transferred air changes per hour can be considered outside air supplied tospace two.

193 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 192: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

DOCS # XXXXX Page 23/35

5.5.2.5.2 T-12N

The Ventilation Model for Zone #1BN is consistent with the division of space used within Stantec’sHumber NFPA 820 Assessment (T-12N) thus there is no change in the ventilation rate provided inSection 5.5.2.4.1.

5.5.2.5.3 T-12S

The section of T-12S from the supply air duct south to Primary Sludge Pumping Station #2 will beventilated at 8.1 air changes per hour with FN-0008 and FN-0007 in operation. The section of T-12S from Primary Sludge Pumping Station #2 to Primary Sludge Pumping Station #2A will beventilated at 56.9 air changes per hour providing FN-0536 and FN-0006 are in operation. Thesection of T-12S from Primary Sludge Pumping Station #2A south to the intersection of T-10 withT-11 will be ventilated at 37.1 air changes per hour providing exhaust fan FN-0867 and FN-0005in Primary Sludge Pumping Station #1 is in operation along with exhaust fan NX 857 in Digester1-6 Gallery 1. The above ventilation rates require AHU-0751 to be operated at fast speed.

5.5.2.5.4 T-10

T-10 will be ventilated at 16.6 air changes per hour provided exhaust fan FN-0867 and FN-0005 inPrimary Sludge Pumping Station #1 are in operation. The above ventilation rate requires AHU-0751 to be operated at fast speed.

5.5.2.5.5 T-11

T-11 will be ventilated at 5.8 air changes per hour provided exhaust fan NX 857 in Digester 1-6Gallery 1 is in operation. Note that the doors of Digester 1-6 Gallery 1, both basement andmezzanine levels, must be kept closed to ensure that NX 857 pulls air through T-11 and not fromDigester 1-6 Gallery 1. The above ventilation rate requires AHU-0751 to be operated at fastspeed.

5.5.3 Zone #2

5.5.3.1 Overview

The Gallery Ventilation Upgrade’s Ventilation Model divides Zone #2 into three sub-zones; #2A(Engine Room Basement and T-17W), #2B (Aeration Control Gallery T-14 N&S) and #2C (T-17E).Outside air is supplied at two locations; the Engine Room Basement and T-17E. Air is alsotransferred from Zone #3B into Zone #2C within T-17E. All supplied air is pushed to theintersection of T-17 with T-14 where it is then drawn through the lengths of both T-14N and T-14Sby exhaust fans located at the ends of the tunnels. Due to the interaction between Zone #2 sub-zones, Zone #2 will be analyzed as a single zone with special consideration given to the airtransfer into it from Zone #3B.

194 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 193: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

DOCS # XXXXX Page 24/35

5.5.3.2 NEC Electrical Classification, Ventilation Rates and Observations as per Stantec’sHumber NFPA 820 Assessment

5.5.3.2.1 Engine Room Basement

Stantec’s Humber NFPA 820 Assessment concludes a Division 2 NEC electrical classificationwithin 3 m of Digester Gas Drip Traps and an unclassified NEC electrical classification for theremainder of the area. Stantec’s Assessment is based upon ventilation rates of 12 air changesper hour provided by Co-Gen supply air units which are associated with the Gallery VentilationSystem. NFPA 820 would provide a Division 2 NEC electrical classification if the Engine Roombasement is not continuously ventilated at six air changes per hour.

5.5.3.2.2 T-17W

Stantec’s Humber NFPA 820 Assessment concludes a Division 2 NEC electrical classification ofT-17W due to the Odour Control Piping installed within this tunnel. Specifically, the OdourControl Piping’s flanges and dry Drip Traps are identified as triggers. Stantec’s Assessment isbased upon ventilation rates of 16.3 air changes per hour provided by Co-Gen Supply Air Unitswhich are associated with the Gallery Ventilation System. It should be noted that NFPA 820specifies a Division 2 NEC electrical classification within 0.9 m of Odour Control leakage sourcesand an unclassified electrical classification beyond that 0.9 m envelope if the space iscontinuously ventilated at six air changes per hour or greater. Stantec’s Assessment concludes aDivision 2 NEC electrical classification of the entire tunnel as the 16.3 air changes per hour is notcontinuous. The ventilation provided for T-17W is accomplished by the same system providingventilation for the Engine Room basement and Stantec’s Assessment considered this systemcontinuous in their application of NFPA 820 to the Engine Room basement (inconsistency).Lastly, Stantec’s Assessment notes that their Odour Control Upgrade Project will not utilize thisOdour Control Piping allowing T-17W to be unclassified upon that Project’s completion.

5.5.3.2.3 T-14N

Stantec’s Humber NFPA 820 Assessment concludes a Division 2 NEC electrical classification ofT-14N due to the Odour Control Piping installed within this tunnel. Specifically, the Odour ControlPiping’s spiral unwelded construction and dry Drip Traps are identified as triggers. Stantec’sAssessment is based upon ventilation rates of 12 air changes per hour provided by Co-Gensupply air units which are associated with the Gallery Ventilation System as well as GalleryVentilation System exhaust fans located at the north end of T-14N. It should be noted that NFPA820 specifies a Division 2 NEC electrical classification within 0.9 m of Odour Control leakagesources and an unclassified electrical classification beyond that 0.9 m envelope if the space iscontinuously ventilated at six air changes per hour or greater. Stantec’s Assessment concludes aDivision 2 NEC electrical classification of the entire tunnel as the 12 air changes per hour is notcontinuous. Lastly, Stantec’s Assessment notes that their Odour Control Upgrade Project will notutilize this Odour Control Piping allowing T-14N to be unclassified upon that Project’s completion.

5.5.3.2.4 T-14S

Stantec’s Humber NFPA 820 Assessment concludes an unclassified NEC electrical classificationof T-14S. The Stantec Assessment does not provide any ventilation rates for T-14S.

195 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 194: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

DOCS # XXXXX Page 25/35

5.5.3.2.5 T-17E

Stantec’s Humber NFPA 820 Assessment concludes an unclassified NEC electrical classificationof T-17E. The Stantec Assessment does not provide any ventilation rates for T-17E.

5.5.3.3 Alternative Classification Observations made by EMA Canada

5.5.3.3.1 Odour Control Piping Drip Trap Primers

The Plant Services Contract included the supply and installation of Odour Control Piping DripTrap primers (T-17W & T-14N) to address the dry Drip Traps identified in Stantec’s Humber NFPA820 Assessment.

5.5.3.4 Ventilation Rate by Gallery Ventilation Zone

To counteract the thermal losses from Hot Water Boilers in the Engine Room basement and fromProcess Air Piping radiation in T-17W, the Gallery Ventilation Upgrade’s Manual indicates thatboth Co-Gen supply air units should be run at maximum capacity. This requires AHU-17 to be runcontinuously and for SF-1, a two speed fan, to be operated continuously at fast speed. TheGallery Ventilation Upgrade’s Manual also suggests both make-up supply air units located in T-17E (AHU-0752 and AHU-0753) should also be operated continuously to supplement the airsupplied to T-14N and T-14S by the Co-Gen supply air units. The Gallery Ventilation Upgrade’sManual also indicates that the operation of exhaust fans should be selected to match supply fansas closely as possible; if all supply air units are operated as described above, all exhaust fansinstalled under the Gallery Ventilation Upgrade Contract (for this zone) would be required to runcontinuously to provide supply-exhaust capacity matching. These exhaust fans include FN-0843& FN-0844 located in the north end of T-14N, FN-0860 located within the stairwell of T-14N andexhaust fans FN-0845 & FN-0846 located within the stairwell of T-14S. If the Gallery VentilationSystem is operated as per the Gallery Ventilation Upgrade Manual, there will be no differencebetween winter and summer operating capacity for this zone; an exception to the general rulewhich Plant personnel responsible for operating the Gallery Ventilation System must be familiarwith. If the Gallery Ventilation System is operated as described above, this Zone would beventilated at a rate of 5.1 air changes per hour. This includes a provision for outside airtransferred into Zone #2 from Zone #3B but does not include a reduction in the outside aircapacity of Co-Gen supply air unit SF-1 which also must supply combustion air to the Hot WaterBoilers. If the legacy (installed prior to the Gallery Ventilation Upgrade Contract) make-up supplyair units and exhaust fans were considered to be in operation to supplement the UpgradeContract’s equipment the maximum ventilation rate would become 5.6 air changes per hour;slightly less than the target six air changes per hour.

The legacy equipment servicing this zone includes: make-up supply air unit NU 642, locatedwithin the High Pressure Blower Building, currently operational; exhaust fan NX 529, located nearthe Air Compressor building, currently operational; and exhaust fan NX 699, located in the T-14NStairwell, currently non-operational with power supply conductors removed.

196 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 195: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

DOCS # XXXXX Page 26/35

5.5.3.5 Ventilation Rate by Division of Space Provided in Stantec’s Humber NFPA 820Assessment

5.5.3.5.1 Calculation Approach

As described in Section 5.5.2.5.1, and based upon the operating strategy described in section5.5.3.4, including legacy equipment observed to be in operation. Note that the supply capacity ofCo-Gen supply air unit SF-1 has not been reduced by the Hot Water Boiler combustion airrequirements in the calculated ventilation rates below.

5.5.3.5.2 Engine Room Basement

The Engine Room Basement is ventilated at a rate of 13.6 air changes per hour.

5.5.3.5.3 T-17W

T-17W is ventilated at a rate of 38.7 air changes per hour. This is the outside air ventilation rateand not the total volume rate. NFPA 820 provides a downgrade of the NEC electricalclassification of the engine room basement from Division 2 to unclassified provided it iscontinuously ventilated at six air changes per hour. The six air changes per hour required todowngrade the NEC electrical classification of the Engine Room Basement must pass through T-17W and this air is not considered outside air in the calculation of T-17W’s ventilation rate. If theair used to downgrade the electrical classification of the engine room basement was used tocalculate the ventilation rate of T-17W the total result would be 69.4 air changes per hour.

5.5.3.5.4 T-17E (Zone #2 Section)

T-17E (Zone #2 Section) is ventilated at a rate of 17.9 air changes per hour. This is the outsideair ventilation rate and not the total volume rate. The total volume rate would yield a ventilationrate of 20.4 air changes per hour.

5.5.3.5.5 T-14N

T-14N is ventilated at a rate of 6.1 air changes per hour. This is the outside air ventilation rateand not the total volume rate. The total volume rate would yield a ventilation rate of 9.6 airchanges per hour.

5.5.3.5.6 T-14S

T-14S is ventilated at a rate of 5.6 air changes per hour. This is the outside air ventilation rateand not the total volume rate. The total volume rate would yield a ventilation rate of 9.6 airchanges per hour.

5.5.4 Zone #3B

5.5.4.1 Overview

Make-up supply air units AHU-0754 and AHU-0755, located on the roof of the Return SludgePumping Station building, supply outside air to the Return Sludge Pumping Station basement.

197 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 196: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

DOCS # XXXXX Page 27/35

Exhaust fans located in the stairwells of both T-13 (FN-0855) and T-15 (FN-0854) pull a portion ofthe air from the Return Sludge Pumping Station basement south. A transfer fan (AHU-0753),located within T-17E, draws air from the Return Sludge Pumping Station basement north-westthrough T-17E and transfers air into Zone #2. An exhaust fan located in the stairwell of T-19 (FN-0853) pulls air from the Return Sludge Pumping Station basement through T-17E and norththrough T-20N. The Gallery Ventilation Upgrade Contract’s Ventilation Model requires NX 538, apre-existing exchange fan located in the Maintenance Garage (the old Low Pressure BlowerBuilding), to draw air through T-20N and up through the maintenance garage’s stairwell where it iseventually exhausted to the atmosphere.

During field investigation the opening between T-20N and the Maintenance Garage was observedto be boarded up and a shelving unit was found to be blocking the air flow to NX 538. NX 538was not operational.

5.5.4.2 NEC Electrical Classification, Ventilation Rates and Observations as per Stantec’sHumber NFPA 820 Assessment

5.5.4.2.1 Return Sludge Pumping Station Building Basement

Stantec’s Humber NFPA 820 Assessment does not specifically assess the Return SludgePumping Station Basement. Accordingly, no ventilation rates are provided.

5.5.4.2.2 T-15

Stantec’s Humber NFPA 820 Assessment concludes an unclassified NEC electrical classificationof T-15. The Assessment does not provide any ventilation rates for T-15. An enclosed scumtank, along with both scum and sludge pumps are located within this tunnel. Based upon EMACanada’s correspondence with NFPA, we believe tunnel T-15 should be classified as Division 2unless continuously ventilated at six air changes per hour.

5.5.4.2.3 T-20S

Stantec’s Humber NFPA 820 Assessment concludes an unclassified NEC electrical classificationof T-20S. The Assessment does not provide any ventilation rates for T-20S.

5.5.4.2.4 T-13

Stantec’s Humber NFPA 820 Assessment concludes an unclassified NEC electrical classificationof T-13. The Assessment does not provide any ventilation rates for T-13. An enclosed scumtank, along with both scum and sludge pumps are located within this tunnel. Based upon EMACanada’s correspondence with NFPA, we believe tunnel T-13 should be classified as Division 2unless continuously ventilated at six air changes per hour.

5.5.4.2.5 T-17E

Stantec’s Humber NFPA 820 Assessment concludes an unclassified NEC electrical classificationof T-17E. The Assessment does not provide any ventilation rates for T-17E.

198 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 197: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

DOCS # XXXXX Page 28/35

5.5.4.2.6 T-20N

Stantec’s Humber NFPA 820 Assessment concludes an unclassified NEC electrical classificationof T-20N. The Assessment does not provide any ventilation rates for T-20N. However, Stantec’sHumber NFPA 820 Assessment concludes a Division 1 NEC electrical classification of the belowgallery grade mid-chamber, noting the access hatch between T-20N and the below grade mid-chamber. Thus, T-20N is classified as Division 2 (Class 1, Zone 2) by way of the OntarioElectrical Safety Code, 2012 Edition, Rule 18-006 (c) (ii).

In addition, sludge pumps are located within T-20N.

5.5.4.2.7 T-19

Stantec’s Humber NFPA 820 Assessment concludes an unclassified NEC electrical classificationof T-19. The Assessment does not provide any ventilation rates for T-19. An enclosed scumtank, along with scum pumps, are located within this tunnel.

5.5.4.3 Alternative Classification Observations made by EMA Canada

5.5.4.3.1 Return Sludge Pumping Station Building Basement

EMA Canada believes Row 9, Table 6.2(a) of NFPA 820, 2012 Edition, should apply, resulting in aDivision 2 NEC electrical classification if the space was ventilated at less than six air changes perhour and unclassified if continuously ventilated at six air changes per hour or greater.

5.5.4.3.2 T-15

EMA Canada has followed-up with NFPA regarding the application of NFPA 820 (2012 Edition) togalleries containing either sludge or scum pumps. As per NFPA’s response (attached), Row 9(sludge pumps) or Row 6 (scum pumps) of Table 6.2(a) is to be applied to gallery tunnels housingsludge or scum pumps. Accordingly, NFPA 820 provides a Division 2 NEC electrical classificationof T-15 when ventilated at less than six air changes per hour.

5.5.4.3.3 T-13

EMA Canada has followed-up with NFPA regarding the application of NFPA 820 (2012 Edition) togalleries containing either sludge or scum pumps. As per NFPA’s response, Row 9 (sludgepumps) or Row 6 (scum pumps) of Table 6.2(a) is to be applied to gallery tunnels housing sludgeor scum pumps. Accordingly, NFPA 820 provides a Division 2 NEC electrical classification of T-13 when ventilated at less than six air changes per hour.

5.5.4.3.4 T-20N (Zone #3B Section)

EMA Canada has followed-up with NFPA regarding the application of NFPA 820 (2012 Edition) togalleries containing either sludge or scum pumps. As per NFPA’s response, Row 9 of Table6.2(a) is to be applied to gallery tunnels housing sludge pumps.

EMA Canada has followed-up with NFPA regarding the application of NFPA 820 (2012 Edition) toSump Pits. As per NFPA’s response (attached) Row 23 of Table 6.2(a) would apply to the Mid-

199 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 198: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

DOCS # XXXXX Page 29/35

Chamber Gallery resulting in an Unclassified NEC Electrical Classification of the Mid-ChamberSump Pit. However, the entire below gallery grade chambers could be considered sump pits of T-20N, which would result in a Division 2 NEC Electrical Classification if T-20N was ventilated atless than six air changes per hour.

5.5.4.3.5 T-19

EMA Canada has followed-up with NFPA regarding the application of NFPA 820 (2012 Edition) togalleries containing either sludge or scum pumps. As per NFPA’s response, Row 6 of Table6.2(a) is to be applied to gallery tunnels housing scum pumps. Accordingly, NFPA 820 provides aDivision 2 NEC electrical classification of T-19 when ventilated at less than six air changes perhour.

5.5.4.4 Ventilation Rate by Gallery Ventilation Zone

In order to match supply and exhaust fans as closely as possible, as stipulated the GalleryVentilation Upgrade Manual, both make-up supply air units (AHU-0754 and AHU-0755) supplyingoutside air to the Return Sludge Pumping Station basement must be in operation at all times.Due to a deficiency in the control circuit of AHU-0755, this make-up supply air unit is currentlynon-operational. Exhaust fans located in the stairwells of T-13, T-15 and T-19 (FN-0855, FN-0854 and FN-0853 respectively) are required to be in operation at all times to provide the ‘pull’ inthe Gallery Ventilation Upgrade’s Ventilation Model. Without the operation of pre-existingexchange fan NX 538 (located in the Maintenance Garage or old Low Pressure Blower Building)the ventilation rate is 5.1 air changes per hour. If the operation pre-existing fan NX 538 wasrestored and operated continuously, the ventilation rate would be increased to 6.8 air changes perhour.

5.5.4.5 Ventilation Rate by Division of Space Provided in Stantec’s Humber NFPA 820Assessment

5.5.4.5.1 Calculation Approach

As described in 5.5.2.5.1, and based upon the operating strategy described 5.5.5.4, including thecontinuous operation of pre-existing fan NX 538 as per the Gallery Ventilation Upgrade’sVentilation Model.

5.5.4.5.2 Return Sludge Pumping Station Basement

The Return Sludge Pumping Station Basement is ventilated at a rate of 22.9 air changes per hour.

5.5.4.5.3 T-15

T-15 is ventilated at a rate of 7.1 air changes per hour. This is the outside air ventilation rate andnot the total volume rate. NFPA 820 provides a downgrade of the NEC electrical classification ofthe Return Sludge Pumping Station basement from Division 2 to unclassified provided it iscontinuously ventilated at six air changes per hour. The six air changes per hour required todowngrade the NEC electrical classification of the Return Sludge Pumping Station basement ispartially drawn into T-15 and this air is not considered outside air in the calculation of T-15’s

200 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 199: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

DOCS # XXXXX Page 30/35

ventilation rate. If the air used to downgrade the electrical classification of Return SludgePumping Station basement was used in the calculation of the ventilation rate then the rate wouldbe increased to 9.7 air changes per hour.

5.5.4.5.4 T-20S and T-13

As supply air is pulled from the Return Sludge Pumping Station basement at a single location anddrawn through both T-20S and T-13 by a single exhaust fan (FN-0855) these two tunnels havebeen grouped together in the ventilation rate calculation. T-20S and T-13 are ventilated at a rateof 3.6 air changes per hour. This is the outside air ventilation rate and not the total volume rate.The total volume rate would yield a ventilation rate of 4.9 air changes per hour.

5.5.4.5.5 T-17E (Zone #3B or East Section)

T-17E (Zone #3B or east section) is ventilated at a rate of 9.1 air changes per hour. This is theoutside air ventilation rate and not the total volume rate. The total volume rate would yield aventilation rate of 12.3 air changes per hour.

5.5.4.5.6 Exhaust Fan NX 538

Pre-existing exchange fan NX 538, located in the Maintenance Garage, is currently non-operational. The stairwell between T-20N and the Maintenance Garage has been boarded up,preventing designed air transfer from T-20N through this building and out to the atmosphere. Theremoval of this pre-existing fan from the Gallery Ventilation Upgrade’s Ventilation Modelnegatively impacts the performance of the Gallery Ventilation System. Without the operation ofNX 538, only FN-0853, located in the stairwell of T-19, would provide the ‘pull’ to ventilate both T-20N and T-19. Currently, without the operation of NX 538, T-20N and T-19 are ventilated at arate of 3.0 air changes per hour (outside supply air ventilation rate).

5.5.4.5.7 T-20N (Zone #3B Section)

The ventilation rates provided here are based upon the continuous operation of pre-existing fanNX 538. The south section of T-20N from T-17E to the Maintenance Garage stairwell would beventilated at a rate of 21.5 air changes per hour. This is the outside air ventilation rate and notthe total volume rate. The total volume rate would yield a ventilation rate of 29.1 air changes perhour.

The section of T-20N from the Maintenance Garage to T-19 would be ventilated at a rate of 4.6 airchanges per hour. This is the outside air ventilation rate and not the total volume rate. The totalvolume rate would yield a ventilation rate of 6.3 air changes per hour.

5.5.4.5.8 T-19

The ventilation rates provided here are based upon the continuous operation of pre-existing fanNX 538. T-19 would be ventilated at rate of 4.6 air changes per hour. This is the outside airventilation rate and not the total volume rate. The total volume rate would yield a ventilation rateof 6.3 air changes per hour.

201 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 200: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

DOCS # XXXXX Page 31/35

5.5.5 Zone #3A

5.5.5.1 Overview

Make-up supply air units located on the roof of the north-east Service Building (AHU-0756 andAHU-0757) supply outside air to the Final Tanks 16-21 gallery (T-23). Exhaust fans at the southend of T-16 (FN-0850 and FN-0851) pull air through T-23 and down T-16. Exhaust fans in T-21(FN-0848, FN-0849, FN-0858 and FN-0859) also pull air from T-23 through both T-16 and T-18.Lastly, an exhaust fan in T-20N pulls air through T-21 to ventilate the northern section of T-20N.

5.5.5.2 NEC Electrical Classification, Ventilation Rates and Observations as per Stantec’sHumber NFPA 820 Assessment

5.5.5.2.1 T-23

Stantec’s Humber NFPA 820 Assessment concludes an unclassified NEC electrical classificationof T-23. The Assessment does not provide any ventilation rates for T-23. An enclosed scumtank, both scum and sludge pumps, and a sludge blanket sampling sink are located within thisgallery. We believe that NFPA 820 would provide a Division 2 NEC electrical classification of T-23 if ventilated at less than six air changes per hour.

5.5.5.2.2 T-16

Stantec’s Humber NFPA 820 Assessment concludes an unclassified NEC electrical classificationof T-16. The Assessment does not provide any ventilation rates for T-16.

5.5.5.2.3 T-18

Stantec’s Humber NFPA 820 Assessment concludes an unclassified NEC electrical classificationof T-18. The Assessment does not provide any ventilation rates for T-18. An enclosed scum tankis located within the tunnel where it intersects with T-23. Based upon EMA Canada’scorrespondence with NFPA, we believe tunnel T-18 should be classified as Division 2 unlesscontinuously ventilated at six air changes per hour.

5.5.5.2.4 T-21

Stantec’s Humber NFPA 820 Assessment concludes an unclassified NEC electrical classificationof T-21. The Assessment does not provide any ventilation rates for T-21. An enclosed scumtank, both scum and sludge pumps, and a sludge blanket sampling sink are located within thisgallery. We believe that NFPA 820 would provide a Division 2 NEC electrical classification of T-23if ventilated at less than six air changes per hour.

5.5.5.2.5 T-20N

Refer to Section 5.5.4.2.6 of this Technical Memorandum.

202 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 201: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

DOCS # XXXXX Page 32/35

5.5.5.3 Alternative Classification Observations made by EMA Canada

5.5.5.3.1 T-23

EMA Canada has followed-up with NFPA regarding the application of NFPA 820 (2012 Edition) togalleries containing either sludge or scum pumps. As per NFPA’s response (attached), Row 9(sludge pumps) or Row 6 (scum pumps) of Table 6.2(a) is to be applied to gallery tunnels housingsludge or scum pumps. Accordingly, NFPA 820 provides a Division 2 NEC electrical classificationof T-23 when ventilated at less than six air changes per hour.

It should be noted that there is not an NFPA 820 ‘Location and Function’ strictly applicable tosludge sampling sinks. In Stantec’s Humber NFPA 820 Assessment Stantec has consideredsampling sinks ‘Sludge Storage Wet Well, Pits and Holding Tank’ resulting in a Division 1 NECelectrical classification when ventilated at less than 12 air changes per hour. Based upon EMACanada correspondence with NFPA (attached), Row 22 of Table 6.2(a) (NFPA 820, 2012 Edition)should be applied to sludge blanket sampling sinks, resulting in a Division 1 NEC classificationwithin 3 m of the sink and sample pipe, and a Division 2 NEC electrical classification beyond that3 m, if T-23 is ventilated at less than six air changes per hour.

5.5.5.3.2 T-18

EMA Canada has followed-up with NFPA regarding the application of NFPA 820 (2012 Edition) togalleries containing either sludge or scum pumps. As per NFPA’s response, Row 6 of Table6.2(a) is to be applied to gallery tunnels housing scum pumps. Accordingly, NFPA 820 provides aDivision 2 NEC electrical classification of T-18 when ventilated at less than six air changes perhour.

5.5.5.3.3 T-21

EMA Canada has followed-up with NFPA regarding the application of NFPA 820 (2012 Edition) togalleries containing either sludge or scum pumps. As per NFPA’s response, Row 9 (sludgepumps) or Row 6 (scum pumps) of Table 6.2(a) is to be applied to gallery tunnels housing sludgeor scum pumps. Accordingly, NFPA 820 provides a Division 2 NEC electrical classification of T-21 when ventilated at less than six air changes per hour. It should be noted that there is not anNFPA 820 ‘Location and Function’ strictly applicable to sludge sampling sinks. Based upon EMACanada correspondence with NFPA, Row 22 of Table 6.2(a) (NFPA 820, 2012 Edition) should beapplied to sludge blanket sampling sinks, resulting in a Division 1 NEC classification within 3 m ofthe sink and sample pipe, and a Division 2 NEC electrical classification beyond that 3 m, if T-21 isventilated at less than six air changes per hour.

5.5.5.3.4 T-20N (Zone #3A Section)

T-20N is divided by air curtain FN-0972 which separates Zone #3B from Zone #3A. T-20N, northof FN-0972 is Zone #3A. An enclosed scum tank and associated scum pumps are located withinthe Zone #3A section of T-20N. As per EMA Canada’s correspondence with NFPA, Row 6 ofTable 6.2(a) is to be applied. Accordingly, NFPA 820 provides a Division 2 NEC electricalclassification of T-20N when ventilated at less than six air changes per hour.

203 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 202: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

DOCS # XXXXX Page 33/35

5.5.5.4 Ventilation Rate by Gallery Ventilation Zone

5.5.5.4.1 Ventilation Rate Calculation Notes

Galleries T-18, T-21 and T-23 do not have the geometry of a typical tunnel. These ‘tunnels’consist of the below grade space between and around Final Tanks 13 – 21. Field measurementswere taken of this area (with a measuring wheel) and then an approximate model was createdwith AutoCAD. AutoCAD’s ‘boundary’ function was then used to determine an approximate areaand a height of 4.6 m (from the Gallery Ventilation Upgrade Contract’s Manual) was used in thecalculations.

5.5.5.4.2 Winter Ventilation Rate

This zone’s make-up supply air units and exhaust fans are reasonably matched to permit seasonoperation as described in the Gallery Ventilation Upgrade Contract’s Manual. In winter mode,operation would consist of: one of two Service Building make-up supply air units (AHU-0756 orAHU-0757) running; one of two T-16 exhaust fans (FN-0850 or FN-0851) running; one of two T-21W exhaust fans (FN-0849 or FN-0849) running; one of two T-21 (central) exhaust fans (FN-0858 or FN-0859) running; and the exhaust fan in T-20N (FN-0852) running. Winter modeoperation would provide a zone ventilation rate of 3.6 air changes per hour.

5.5.5.4.3 Summer Ventilation Rate

In summer mode, operation would consist of: both make-up supply air units running; and allexhaust fans identified in 5.5.5.4.2 running (AHU-0756, AHU-0757, FN-0850, FN-0851, FN-0848,FN-0849, FN-0858 or FN-0859 and FN-0852). Summer mode operation would provide a zoneventilation rate of 6.5 air changes per hour.

5.5.5.5 Ventilation Rate by Division of Space Provided in Stantec’s Humber NFPA 820Assessment

5.5.5.5.1 T-23 Winter Mode

In winter mode operation (see 5.5.5.4.2), the section of T-23 east of T-18 would be ventilated at arate of 10.0 air changes per hour.

The section of T-23 west of T-18 would be ventilated at a rate of 6.9 air changes per hour. This isthe outside air ventilation rate and not the total volume rate. The total volume rate would yield aventilation rate of 17.3 air changes per hour.

5.5.5.5.2 T-23 Summer Mode

In summer mode operation (see 5.5.5.4.3), the section of T-23 east of T-18 would be ventilated ata rate of 17.9 air changes per hour.

The section of T-23 west of T-18 would be ventilated at a rate of 22.1 air changes per hour. Thisis the outside air ventilation rate and not the total volume rate. The total volume rate would yielda ventilation rate of 33.2 air changes per hour.

204 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 203: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

DOCS # XXXXX Page 34/35

5.5.5.5.3 T-16 Winter Mode

In winter mode operation (see 5.5.5.4.2), T-16 would be ventilated at a rate of 1.6 air changes perhour. This is the outside air ventilation rate and not the total volume rate. The total volume ratewould yield a ventilation rate of 32.1 air changes per hour.

5.5.5.5.4 T-16 Summer Mode

In summer mode operation (see 5.5.5.4.3), T-16 would be ventilated at a rate of 29.9 air changesper hour. This is the outside air ventilation rate and not the total volume rate. The total volumerate would yield a ventilation rate of 61.7 air changes per hour.

5.5.5.5.5 T-18 Winter Mode

In winter mode operation (see 5.5.5.4.2), T-18 would be ventilated at a rate of 11.9 air changesper hour. This is the outside air ventilation rate and not the total volume rate. The total volumerate would yield a ventilation rate of 29.7 air changes per hour.

5.5.5.5.6 T-18 Summer Mode

In summer mode operation (see 5.5.5.4.3), T-18 would be ventilated at a rate of 29.9 air changesper hour. This is the outside air ventilation rate and not the total volume rate. The total volumerate would yield a ventilation rate of 45.0 air changes per hour.

5.5.5.5.7 T-21 Winter Mode

In winter mode operation (see 5.5.5.4.2), the section of T-21 west of T-16 would be ventilated at arate of 0.4 air changes per hour. This is the outside air ventilation rate and not the total volumerate. The total volume rate would yield a ventilation rate of 4.0 air changes per hour.

The section of T-21 between T-16 and T-18 would be ventilated at a rate of 0.5 air changes perhour. This is the outside air ventilation rate and not the total volume rate. The total volume ratewould yield a ventilation rate of 4.9 air changes per hour.

The section of T-21 east of T-18 would be ventilated at a rate of 3.1 air changes per hour. This isthe outside air ventilation rate and not the total volume rate. The total volume rate would yield aventilation rate of 19.6 air changes per hour.

5.5.5.5.8 T-21 Summer Mode

In summer mode operation (see 5.5.5.4.3), the section of T-21 west of T-16 would be ventilated ata rate of 4.0 air changes per hour. This is the outside air ventilation rate and not the total volumerate. The total volume rate would yield a ventilation rate of 7.9 air changes per hour.

The section of T-21 between T-16 and T-18 would be ventilated at a rate of 4.9 air changes perhour. This is the outside air ventilation rate and not the total volume rate. The total volume ratewould yield a ventilation rate of 9.7 air changes per hour.

205 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 204: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

DOCS # XXXXX Page 35/35

The section of T-21 east of T-18 would be ventilated at a rate of 10.2 air changes per hour. Thisis the outside air ventilation rate and not the total volume rate. The total volume rate would yielda ventilation rate of 19.6 air changes per hour.

5.5.5.5.9 T-20N (Zone #3A Section) Winter Mode

In winter mode operation (see 5.5.5.4.2), T-20N (Zone #3A) would be ventilated at a rate of 3.1air changes per hour. This is the outside air ventilation rate and not the total volume rate. Thetotal volume rate would yield a ventilation rate of 19.6 air changes per hour.

5.5.5.5.10 T-20N (Zone #3A Section) Summer Mode

In summer mode operation (see 5.5.5.4.3), T-20N (Zone #3A) would be ventilated at a rate of 10.2air changes per hour. This is the outside air ventilation rate and not the total volume rate. Thetotal volume rate would yield a ventilation rate of 19.6 air changes per hour.

206 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 205: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

207 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 206: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

208 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 207: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

209 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 208: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

210 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 209: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

211 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 210: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

212 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 211: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

213 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 212: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

214 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT

Page 213: Humber Treatment Plant HVAC and Water Systems Upgrades … · Humber Treatment Plant HVAC and Water Systems Upgrades RFP No. 9117-13-7256 tender) is to replace the travelling bridges

215 of 215

Viewing

Cop

y Only

DO NOT

SUBMIT