424
Ellesmere Pumping Station Power Generators RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ELLESMERE PUMPING STATION POWER GENERATORAS REQUEST FOR PROPOSAL Table of Contents NOTICE TO POTENTIAL PROPONENTS AND ADDRESS LABEL .................................................... 1 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 .......................................................... 7 2.4 INFORMATION MEETING ...................................................................................................... 8 SECTION 3 SCOPE OF WORK ............................................................................................................ 9 3.1 SCOPE OF WORK OVERVIEW .............................................................................................. 9 3.2 GENERAL PROJECT REQUIREMENTS .............................................................................. 13 3.3 PRELIMINARY DESIGN ENGINEERING SERVICES .......................................................... 14 3.4 DETAILED DESIGN ENGINEERING SERVICES ................................................................. 15 3.5 SERVICES DURING CONSTRUCTION ............................................................................... 16 3.6 SERVICES DURING TESTING AND COMMISSIONING ..................................................... 17 3.7 SUB-SURFACE INVESTIGATION ........................................................................................ 18 3.8 SUMMARY OF PROJECT SUBMISSIONS ........................................................................... 18 3.9 ALTERNATIVES SUGGESTED BY PROPONENT ............................................................... 19 SECTION 4 CITY OF TORONTO’S RESPONSIBILITIES .................................................................. 21 4.1 GENERAL ............................................................................................................................. 21 4.2 CONSULTANT PERFORMANCE EVALUATION.................................................................. 22 SECTION 5 PROPOSAL EVALUATION AND SELECTION .............................................................. 23 5.1 SELECTION COMMITTEE ................................................................................................... 23 5.2 SELECTION CRITERIA ........................................................................................................ 23 5.3 SELECTION PROCESS ....................................................................................................... 25 5.4 CLARIFICATIONS ................................................................................................................ 25 5.5 INTERVIEW .......................................................................................................................... 25 5.6 EVALUATION RESULTS ...................................................................................................... 26 5.7 NEGOTIATIONS AND AGREEMENT ................................................................................... 26 5.8 CONSULTING AGREEMENTS/PURCHASE ORDERS........................................................ 27 5.9 INSURANCE ......................................................................................................................... 28 SECTION 6 TECHNICAL PROPOSAL SUBMISSION ....................................................................... 29 2 of 425 Viewing Copy Only Do Not Sumbit

RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Ellesmere Pumping Station Power Generators

RFP No. 9117-12-7279

CITY OF TORONTO Toronto Water

ELLESMERE PUMPING STATION POWER GENERATORAS

REQUEST FOR PROPOSAL

Table of Contents

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

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 .......................................................... 7 2.4  INFORMATION MEETING ...................................................................................................... 8 

SECTION 3 SCOPE OF WORK ............................................................................................................ 9 3.1  SCOPE OF WORK OVERVIEW .............................................................................................. 9 3.2  GENERAL PROJECT REQUIREMENTS .............................................................................. 13 3.3  PRELIMINARY DESIGN ENGINEERING SERVICES .......................................................... 14 3.4  DETAILED DESIGN ENGINEERING SERVICES ................................................................. 15 3.5  SERVICES DURING CONSTRUCTION ............................................................................... 16 3.6  SERVICES DURING TESTING AND COMMISSIONING ..................................................... 17 3.7  SUB-SURFACE INVESTIGATION ........................................................................................ 18 3.8  SUMMARY OF PROJECT SUBMISSIONS ........................................................................... 18 3.9  ALTERNATIVES SUGGESTED BY PROPONENT ............................................................... 19 

SECTION 4 CITY OF TORONTO’S RESPONSIBILITIES .................................................................. 21 4.1  GENERAL ............................................................................................................................. 21 4.2  CONSULTANT PERFORMANCE EVALUATION.................................................................. 22 

SECTION 5 PROPOSAL EVALUATION AND SELECTION .............................................................. 23 5.1  SELECTION COMMITTEE ................................................................................................... 23 5.2  SELECTION CRITERIA ........................................................................................................ 23 5.3  SELECTION PROCESS ....................................................................................................... 25 5.4  CLARIFICATIONS ................................................................................................................ 25 5.5  INTERVIEW .......................................................................................................................... 25 5.6  EVALUATION RESULTS ...................................................................................................... 26 5.7  NEGOTIATIONS AND AGREEMENT ................................................................................... 26 5.8  CONSULTING AGREEMENTS/PURCHASE ORDERS ........................................................ 27 5.9  INSURANCE ......................................................................................................................... 28 

SECTION 6 TECHNICAL PROPOSAL SUBMISSION ....................................................................... 29 

2 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 2: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Ellesmere Pumping Station Power Generators

RFP No. 9117-12-7279

6.1  SUBMISSION OVERVIEW ................................................................................................... 29 6.2  PROPOSAL DOCUMENTATION AND DELIVERY ............................................................... 29 6.3  TECHNICAL PROPOSAL CONTENT ................................................................................... 30 

SECTION 7 COST OF SERVICES ...................................................................................................... 36 7.1  COST OF SERVICES DOCUMENTATION AND DELIVERY ................................................ 36 7.2  COST OF SERVICES SUBMISSION CONTENT - GENERAL .............................................. 36 7.3  BASE SCOPE OF WORK AND PROVISIONAL ITEMS ........................................................ 37 7.4  ALTERNATIVES SUGGESTED BY PROPONENT ............................................................... 40 7.5  PAYMENTS FROM COST OF SERVICES PROPOSAL ....................................................... 40 7.6  CONTINGENCY ALLOWANCE ............................................................................................ 41 7.7  CURRENCY .......................................................................................................................... 41 7.8  TAXES .................................................................................................................................. 42 

APPENDICES ....................................................................................................................................... 43 APPENDIX A- TECHNICAL SERVICES: DESIGN & CONSTRUCTION FACILITIES PROJECTS .. 44 APPENDIX B- RFP TERMS AND CONDITIONS .............................................................................. 45 APPENDIX C- SUBMISSION FORMS .............................................................................................. 46 APPENDIX D- SPECIMEN CONTRACT AGREEMENT, INCLUDING INSURANCE FORMS .......... 47 APPENDIX E- PROJECT REFERENCE MATERIAL ........................................................................ 48 

3 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 3: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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

.8 “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.

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

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

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

.12 “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.

.13 “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.

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

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

4 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 4: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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.

1.4 PROPOSAL PROCESS

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

5 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 5: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

SECTION 2 OVERVIEW 2.1 INTRODUCTION

.1 The City of Toronto (City) requires the provision of engineering services for preliminary design, detailed design, contract administration and post construction services for the installation of non emergency generator, its building, and associated electrical systems and controls (the Project) at the Ellesmere Pumping Station. The Generator electrical system includes Generator switchgear, synchronizing panel, control system for "close transition" with Toronto Hydro feeders, and feeders from the Generator switchgear to the 5 KV indoor switchgear of the pumping station.

.2 The Ellesmere Pumping Station is operated by the Water Treatment & Supply section of Toronto Water. It is located in Scarborough, at 2950 Ellesmere Road east of Neilson Rd on the north side adjacent to the shopping plaza.

.3 The Ellesmere Pumping Station was constructed in 1977. Subsequently, a hydraulic analysis of Pressure District 4 resulted in a surge tank addition in 1982.Two pneumatic tanks were added in an underground structure on the east end of the pumping station. The PD4 discharge header was modified with an 1800mm branch leading to the pressure tanks. Maximum pumpage required at Ellesmere as estimated by the Joint Optimization Study with York Region 2012 indicated the max day demand at Ellesmere would be 540 ML/day or 3 1/2 pumps (3 pumps all day, 4 pumps during the nighttime (11 pm to 7 am).

.4 The pumping station comprises of eight pumps. Six of them supply Pressure District 4, and two smaller pumps are designated for the supply of Pressure District 2.

.5 The Ellesmere PS is supplied with electrical power from Toronto Hydro (Scarborough) through two 27.6 KV feeders. Each line feeds a 10 MVA transformer and then disconnects switches and indoor breakers. The entire pumping station can be operated using one half of the indoor switchgear and its related transformer. A complete description of the Ellesmere PS Electrical system is contained in Appendix E. For normal pumping the Pumps P2-P7 draw approx 1500-1850 kW each.

.6 The City is looking to install generator power in a range of 6,500 kW through this project, with a potential for future expansion up to approximately 9,000 kW. The construction shall be paced to satisfy current needs and to incorporate future requirements. The new generator room building shall be designed to accommodate generators with total capacity of 9,000 kW.

.7 The City is currently participating in the Demand Response 3 (DR3) program through a designated DR provider. The DR3 is managed and operated by the Ontario Power Authority. Under this contractual program the City agrees to make a firm commitment to reduce its energy use during periods of peak demand in exchange for financial incentives. The DR commitment can be met by drawing electricity supply from on site generators. The City is looking to use Ellesmere Pumping Station generators to participate in DR. This may imply the need for closed transition.

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.

6 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 6: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Studies/Design Assignments/Construction Projects Underway:

1. Ellesmere PS Indoor Switchgear Replacement Project estimated completion date (ECD) fall 2014

2. FJ Horgan Water Treatment Plant Expansion, ECD fall 2012

3. Joint Optimization Study (JOS) Toronto-York Hydraulic Model Calibration, ECD summer 2013

4. Horgan-Ellesmere 2250mm Watermain, ECD fall 2016

5. PCS Platform Upgrade, ECD 2013

2.3 CITY REFERENCE DOCUMENTS AND STANDARDS

The following reference documents are available for viewing at Metro Hall. In order to arrange a review please contact Bo Pajic of the Toronto Water, Operational Support, Major Capital projects at (416) 392-7338. The following is a brief summary of each document:

.1 System Sustainability Study During a City and Region Wide Area Power Failure, Earth Tech AECOM, Sep 2008

.2 “CADD Specifications for Microstation V8”. This document includes the standards and requirements regarding drawing documentation.

.3 Toronto Water Process Control Systems (PCS) Implementation Guidelines and Standards, 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 PCS Implementation Guidelines and Standards, may undergo through further update; 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.

.4 Toronto Water Equipment and Data Tagging Standard

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

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

.7 Confined Space Entry Procedures

.8 Existing Engineering Drawings for the Facility

.9 The Facility Asbestos Management Plan and Designated Substances Lists for Ellesmere PS and Reservoir 2011. The designated substances lists (DSL) for the related facilities are available for viewing.

.10 The Toronto Green Development Standard, January 2007.

.11 The Toronto Accessibility Design Guidelines.

.12 Certificates of Approval (Toronto Water Drinking Water License)

.13 Operational Manuals (PCS) Process Narrative

7 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 7: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

.14 Single Line Diagram of Ellesmere Pumping Station

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

2.4 MANDATORY SITE MEETING

A mandatory site meeting will be held at Ellesmere Pumping Station in Scarborough, at 2950 Ellesmere Road, on December 20, 2012 at 1:00 PM

Interested Proponents must attend the site meeting to familiarize themselves with the Project and ascertain the full extent of the work required. Hard hats and safety boots are mandatory during the visit. Proposals submitted by Proponents that did not attend the mandatory site 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.

8 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 8: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

SECTION 3 SCOPE OF WORK 3.1 SCOPE OF WORK OVERVIEW

.1 The following is included to provide the proponents with a general understanding of the City’s intent for the Project. In 2008, the City of Toronto and York Region conducted a study to evaluate system sustainability during a City and Region wide area power failure (Earth Tech AECOM, 2008). One of the recommendations from this study was the installation of standby power at Ellesmere pumping station.

.2 The scope of this project includes pre design reports, preliminary engineering design, detailed engineering design for the City of Toronto based on approved pre-design recommendations, including the Pre-Start Health and Safety Reviews, preparation of tender documents, assistance during tendering process, providing recommendation for tender award, contract administration and site supervision during construction phase of the project, responding to the contractor's queries during construction phase, managing change orders, witnessing of Factory Acceptance Tests (FAT), Site Acceptance Tests (SAT) and commissioning, coordination during trainings, and post construction services. The scope of work will include:

a) Review of the existing electrical system and verification of emergency/ non-emergency power requirements.

b) Review and evaluation of fuel source (diesel, natural gas, bi-fuel, etc.) and recommendation of acceptable equipment and its manufacturer, to meet Toronto Water needs.

c) Design and supervision of the construction activities for generator room which will host generators, generators' switchgear, and synchronizing system for the generators. The generators' output voltage shall be 4.16KV. The generator room shall be designed to accommodate generators with total capacity of 9,000 kW, and it shall have all the required features of a generator room, including heating and ventilation system, fire alarm and firefighting system, telephone and public address systems, and lightings.

d) Provide 5 KV circuit-breakers with required cubicles and all the protection and control for the generators and out-going feeders.

e) Provide properly rated 5kV circuit-breakers with cubicles and all required protection and control in the indoor 5kV switchgear of the pumping station. Provide feeders from generators' switchgears to the indoor switchgear of the pumping station. Provide complete control system for "close transition" of generator feeders and Toronto Hydro feeders. The control system for "parallel operation" shall also be provided.

f) Analyze and present in pre-design report, the three modes of operations listed below with their technical, protection coordination, and monitoring details, in accordance with Toronto Hydro Distributed Generation requirements and guidelines.

- Open Transition with minimum power interruption/outrage, whenever generators are in use, after isolating from Toronto Hydro power supply on any 5kV bus

- Closed Transition and bumpless transfer of loads from one source to another (less than 100ms or as required by Toronto Hydro

- Parallel operation with Toronto Hydro to feed power into the grid

g) Provide all required control, monitoring and communication between generator switchgear and indoor switchgear of the pumping station

9 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 9: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

h) All the generators' switchgears shall be connected to the PLC/SCADA (PCS System) of the pumping stations. Provide complete design to meet Toronto Water requirements, meeting Toronto Water's latest PCS (Process Control System) Guidelines and Standards

i) The generator status and alarms shall be monitored in PLC/SCADA (PCS System) of the pumping stations, and shall meet Toronto Water's Process Control System (PCS) requirements.

j) Provide non-emergency power to:

i) Start and run up to four Pressure District 4 Booster Pumps at any time 24/7/365 for continuous operation ( electrical ratings at per Appendix E)

ii) all equipment requiring standby power such as ventilation and gas detection systems, shall be as per the NFPA 820 standard,

iii) equipment required to comply with Ministry of Environment Certificate of Approval requirements

iv) safety systems, such as alarms, emergency lighting, fire protection

v) auxiliary process systems: vacuum pumps, air compressors, motorized valve actuators

vi) process control system equipment (RPUs, field devices, motor control relays, HMI and computers)

k) Transfer of critical loads to new designated emergency MCC panels. The design to re-wire and provide new panels is included in the base scope of work. Some of the new MCC’s may require outdoor installation with associated protection and security measures.

l) New panels and generators to be located to minimize rewiring. Generators shall be designed for installation in a separate building, with all security measures, and standardized to one size as much as possible, and a spare generator shall be included.

m) Generators shall include safety and environmental controls as required to meet the requirements of CAN C282-05 “Emergency Electrical Power Supply for Buildings " and the selected fuel shall meet continuous operation needs and meet latest emission standards.

n) Emergency system operation is to be automatic, to start when power is lost locally in the 5kV indoor switchgear. Additional start/stop capabilities shall be allowed through SCADA/PCS for remote operations (primary and secondary tie-breakers, fuel start/stop)

o) Implement recommendations made into design of new control system that will allow for the switching of main, tie and generator 5kV breakers resulting in complete synchronization (closed transition) or 'Fast Transfer' with utility power during the switching from Generator to Utility power, and during Generator testing.

p) Prepare an implementation strategy for construction to minimize interference with process operations. Ellesmere PS shall have one primary Hydro line in service at all times during construction.

q) Prepare a Designated Substances and Asbestos Survey Report (DSL Report) in accordance with the Ontario Occupational Health and Safety Act, Regulation 278/05

10 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 10: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

and management in accordance with Appendix A.1.

r) Note: the consultant is required to provide all necessary health & safety equipment for access to pumping station areas, including that required for confined space entry.

.3 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. Confirmation of equipment that requires emergency power b. Placement of new equipment and construction activities to minimize disruption to

operations

.4 The general overview of the scope of work for this project includes preparation of technical memoranda, design report, preliminary design, detailed design, contract administration, site inspection services and post construction services, including but not limited to the following: a. Review and confirmation of the existing site conditions and background information. Pre-

construction site survey shall include photos of the existing structures and electrical system related to the project.

b. Review of the City of Toronto System Sustainability Report 2008, and meeting with representatives of Toronto Water to confirm latest standby power objectives.

c. Prepare field investigation reports in accordance with Appendix A, including topographical surveys, designated substances and asbestos surveys, geotechnical investigations, noise studies, etc .

d. Perform all necessary engineering calculations in relation to the new emergency/ non-emergency power requirements of the facility, complete Connection Impact Assessment Study and Protection and Coordination Study, as per Toronto Hydro guidelines, Appendix E, and include them in Pre-Design report.

e. Select generator type to be compatible with DR3 Demand Response, meet Tier IV and MOE emissions requirements for continuous fuel supply. Cost Benefit Analysis, recommendations and conclusions should be summarized in Energy Management Plan and Pre-Design Report.

f. Prepare and submit Energy Management Plan (EMP) as per Appendix A.4, for City staff evaluation. EMP should outline energy efficient process; building and electrical design, capital cost and cost saving in addition to DR 3 cost benefit analysis (item e), City may request additional supporting data (based on consultant recommendations) for Toronto Hydro energy efficiency incentive applications.

g. Complete all required Environmental Compliance Approval(s) (formerly Certificate of Approval).

h. Complete the Connection Impact Assessment Study and the Protection and Coordination Study, as per Toronto Hydro requirements.

i. Provide structural/architectural/civil/mechanical/electrical design for installation of all the new generators, and all required control and automation including fuel tanks, appurtenances, pumps, piping, exhaust, silencer, noise attenuators, spill containment, integration of new generator status and alarms to the Toronto Water’s PLC/SCADA (PCCS system). Provide all the required drawings and specifications for the project. Focus on the implementation of products that reduces maintenance, operations cost, and standardization of spare parts.

11 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 11: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

j. Complete the control system design to meet City of Toronto standards. The PLC and SCADA programming is to be completed by the Contractor as part of the Construction Contract in accordance with Toronto Water Process Control System (PCS) Implementation Guidelines and Standards. The Consultant is to have PLC/SCADA programming expertise to support the PLC programming and SCADA development activities during design, construction, and post construction for this assignment. Generators shall be remotely operated from the Transmission Control Centre at High Level Pumping Station SCADA System (including backup server and operating locations).

k. Obtain all necessary approvals and permits prior to tendering, including building permits, Certificates of Approval, plan approvals from Electrical Safety Authority (ESA), and approvals from Toronto Hydro, Ontario Power Authority. All the approvals shall meet the regulatory requirements to operate in emergency as well as for demand response participation /peak shaving in accordance to guidelines and regulations pursuant to the Environmental Protection Act and Environmental Assessment Act

l. Provide contract documents including specifications and drawings with detailed construction cost estimate and schedule.

m. Provide tendering support and award recommendation. n. Prepare Short Circuit and Arc Flash Report in accordance with CSA-Z462-12 during

design stage and after construction, for electrical system connected to generator (s) with all comparison/recommendations when system is at normal power mode.

o. Provide new Arc-Flash labels through-out the pumping station. p. Provide contract administration, monthly cash flow for consultant and contractor

invoicing, and full time site services. q. Review and approval of all the shop drawings of the project, ensuring compliance with

the tender documents, drawings and specifications and applicable codes and standards. r. Provide engineering support during construction phase of the project, provide prompt

response to the queries, RFI and change order requests from the contractor. s. Consultant shall prepare and witness all the Factory Acceptance Tests (FAT) and Site

Acceptance Tests (SAT), commissioning of the complete project, and review the test procedures and results.

t. Coordinate training and support for contractor’s start-up, training and commissioning, u. Provide preparation of DR 3 Process Narrative, Emergency Process Narrative,

Continuous Supply Process narrative, and Process O&M manuals in accordance with the MOE Certificate of Approval and associated training.

v. Prepare as-built drawings. w. Review operation and maintenance (O&M) manual provided by the contractor to make

sure it meets the project requirements. x. Provide post construction, warranty and maintenance period engineering services.

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

.6 The general requirements for provision of engineering services to be provided by the 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

12 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 12: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

and the engineering services required for the project, prior to submission of the proposal, including:

a. Technical Services Guidelines for Facilities and Structures Projects (refer to Appendix A – note where “Works & Emergency Services” or “WES” is identified, replace with the “City of Toronto”. Where “Commissioner” is identified, replace with the “Executive Director, Technical Services”).

b. RFP Terms and Conditions (Appendix B) c. Submission Forms (Appendix C) d. Specimen Contract Agreement, including Insurance Forms and Statutory Declarations

(Appendix D) e. Project Reference Material (Appendix E)

.7 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 Single Line Diagram (SLD) and P&ID drawings provided by the City, should be used for reference only. The requirement to meet regulatory codes is considered as being part of the base assignment.

.8 The approximate timeline for this project is expected to be 30 months (12months for design and tendering, and 18 months for construction), 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 and cash flow shall 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.

.2 In addition to the project meetings required in accordance with Appendix A.1, include two (2) additional annual meetings (for each year of the project) with the project team. The focus of these meetings will be to address project management issues such as scope, schedule, fees, issues resolution, and proactive project planning.

.3 For many projects, the involvement of all appropriate operating staff in the monthly design meetings is not an effective nor efficient method for obtaining operator input. In workplan, allow for additional design workshops at key milestones to ensure their input is sought at the appropriate time.

.4 The City, and therefore the project, is required to meet the requirements of the Safe Drinking Water Act.

13 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 13: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

.5 Note that City requirements with respect to the City’s Official Plans, the building/structure is to be constructed in accordance with the City’s Accessibility Design Guidelines in order to accommodate staff/users that may have temporary or permanent disabilities.

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

.7 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.

.8 The project design shall meet or exceed the requirements of the Ontario Building Code as well as other applicable regulations/codes, and shall incorporate elements necessary for the completed project to achieve the Toronto Green Development Standard

.9 This project will require Site Plan Approval in order to obtain a building permit. The City’s process for Site Plan Approval can take up to six (6) months to complete. The process timeline officially starts when the Building Permit application is submitted. Include in the scope of work for two (2) pre-consultation meetings with the City’s Building & Planning Departments to verify requirements and timelines needed for completion, prior to submittal of the Building Permit Application. Involve the City’s Development Engineering in the pre-consultation process. The base scope of work is to include the pre-consultation meetings and an application package containing the following: a. a completed application, b. a draft covering letter for signature by the City, c. Ten 1:200 copies of 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.

3.3 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 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.

.2 Engage a geotechnical sub-consultant to carry out soil investigations of the preferred alternative. Develop terms of reference for hiring geotechnical subconsultants for design and construction phases. Obtain a minimum of three (3) quotations. Co-ordinate the work and provide full-time onsite representation to supervise the soil investigations undertaken by the geotechnical consultant. These activities are considered as part of the base scope of work. Payment for the soils investigation sub-consultant will be in accordance with Section 7.3

.3 City's objective is to reduce the available arc flash energy level in all new and modified 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)

14 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 14: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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. The Pre-design report should include recommended methods for reducing arc flash hazard and what impacts, if any, they will have on the co-ordination of the system. Some preliminary calculations should be done to establish baseline category ratings for each piece of equipment. The installation shall be in compliance with the Ontario Electrical Safety Code (O.E.S.C) and latest ESA bulletins

.4 Provide a site plan clearly identifying the anticipated extent of construction activities related to the project, including all work required in the new generator room, 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.

.5 Conduct all work required to support an application for the Certificate of Approval (Air), inclusive of modeling.

3.4 DETAILED DESIGN ENGINEERING SERVICES

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 Specify, review, and confirm work necessary for the electrical protection co-ordination study that will be produced and performed by the contractor under the construction contract

.2 The objective of the City is to reduce the available arc flash energy level in all new and modified electrical equipment, as mention is previous section. The installation of all electrical equipment shall be in compliance with the OESC (Ontario Electrical Safety Code), as it relates to the requirement for warning labels. The detailed design shall include a complete Arc Flash Hazard Assessment, based on the requirements outlined within the latest CSA Z462 standard for Workplace electrical safety. Perform an Arc Flash Assessment Study for complete electrical system of the pumping station 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

.3 The Consultant shall print and affix "Arc-Flash Hazard Labels" for all the electrical equipments of the pumping station on high quality UV resistant vinyl labels with self-adhesive backs (4"x6' in size). The labels shall be white with orange warning strips and black letters, conforming to ANSI-Z535.4, CSA Z-462 and OESC (Ontario Electrical Safety Code) requirements. Arc Flash label's design shall be pre-approved by the Project manager or designate before its production.

.4 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.

.5 Update Master Single Line Diagram and Master P&ID drawings of the pumping station.

.6 Identify performance and equipment test requirements to be supplied by the General Contractor. Discuss with operational staff the feasibility of proposed testing, and ensure all

15 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 15: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

provisions are in place within the contract to permit testing and tie-ins to the existing, operational equipment.

.7 Include in the construction contract a requirement for the Contractor to update the existing record drawings created under the City’s Process Control System (PCS) Project at the facilities included in this assignment.

.8 Finalize a separate site plan, strictly for use by the City, clearly delineating the extent of construction activities related to the project, including all work required in underground tunnels/duct banks, for the generator room, etc. The purpose of this site plan 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.

.9 Complete an assessment of newly created confined spaces (both during and after construction) in accordance with Regulation 632/05. Identify potential updates the plant inventory so that the City can undertake an assessment for operational conditions once the contract is complete. Provide the necessary information in the contract documents related to confined spaces, hot work, and electrical classifications for all working areas. Update the City’s hazard control plans as required for the contract

3.5 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.

.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 an 18 month (78 weeks) construction period.

.3 Assist the City in preparation of the City’s Contractor Evaluation Form at various milestones during the contract. The form is to be completed monthly and at Substantial Performance and Final Completion of the Contract.

.4 Provide full time site inspection for a total of 4000 hours.

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

.6 During the installation and testing of electrical equipment, resident site inspection staff shall be designated as a Licensed Electrician and hold "Electrician License (309), with preferably a minimum of ten (10) years of experience on projects involving similar engineering disciplines: high voltage switch gear, generators and its control. During construction of generator room and other general construction works, site supervisor shall be designated Certified Engineering

16 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 16: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Technician (CET) minimum, with preferably ten years of experience on similar general contracting projects.

.7 Consultant’s resident site inspection staff shall perform a thorough inspection of the construction activities at the site, and shall submit detailed site inspection reports with pictures of the work progress at site to the City on weekly basis.

.8 Consultant’s resident site inspection staff shall participate during Site Acceptance Tests (SAT), and commissioning of the project.

.9 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, ESA approved drawings, etc.

.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 the contractor’s updated PCS drawings and confirm acceptability of these updates prior to final payment being recommended to the Contractor.

.12 Engage the geotechnical sub-consultant used in the design phase to carry out soil investigations work required during construction. Co-ordination of the sub-consultant is included in the base scope of work for this project. Payment for the sub-consultant’s services will be in accordance with Section 7.3.

.13 Include for preparation of terms of reference for the provision of air quality/emissions and noise specialty testing/inspection services during construction into base scope. These specialty services will be invoiced under provisional item.

.14 Prior to recommending to the City for Acceptance of the equipment, inspect all equipment labelling and confirm compliance with Arc Flash Hazard Assessment Study. Also, confirm that installed equipment, as it relates to actual site conditions, is consistent with information outlined within the Study. Finally, coordinate the marking of arc flash boundaries with the City and Contractor. The cost of this work shall be included in the base scope of services.

.15 For compliance with the Safe Drinking Water Act, and for the purposes of MOE inspections, in addition to the as-built drawing requirements of A.6.8:

a. update the facility’s Process and Instrumentation Diagram (P&ID) to reflect the changes to the facility as a result of this assignment

b. The City will provide the latest P&ID drawings for the facility. Specify in the contract documents, that the contractor complete red line mark ups of the facility P&ID as part of the work.

c. Drawing requirements are in accordance with the provisions of A.6.8.

3.6 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. 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.

17 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 17: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

.1 Co-ordinate planning and execution of all electrical system testing and emergency systems switchover testing with operations staff.

3.7 SUB-SURFACE INVESTIGATION

.1 The sub-surface Investigation report as a minimum must address the following:

.2 Soil Classification(s) a. Borehole logs b. Grain size analysis curves c. Type and hardness of bedrock (if encountered) d. Depth of overburden e. Ground water elevations f. Soil proctors for overburden material g. Bearing capacity of soils h. Recommendations for soil parameters to be used for calculation of thrust blocks, and

restrained joints, including coefficient of friction, shear angle, and bearing capacity i. Concerns as to trench bottom uplift j. 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.

.3 Recommendations for dewatering (if required) describing available methods including well points.

.4 Provide recommendations relative to bedrock blasting, and removal (if required).

.5 Recommendation for open cut trench excavation, type of shoring system, methods of tunneling, or jacking and boring.

.6 Recommendation on the use of native backfill, placement depth of layers, and compaction specification for same.

.7 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. Allow for a minimum of five (5) tests .

.8 Environmental Site Assessment chemical analysis of six (6) representative soil samples (revise as required) as outlined in the Ministry of Environment (MOE) Criteria for use at Contaminated Sites in Ontario (General and Inorganic) and the MOE Regulation 347. The chemical analysis is intended to address any qualitative concerns for materials disposed off site. Make recommendation on the type of disposal of the material off site, based on the outcome of the chemical analysis of the soil.

3.8 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

18 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 18: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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.

Submission Number of Versions

Number of Hard Copies

Technical Memoranda to present size, type, and location of new generators, equipments, feeders, generator room (90%, 100%)

2 6

Pre-design Report (50%, 90%, 100%) 3 6 Designated Substances and Asbestos Survey Report 2 6 Soil Investigation Report (100%) 1 6 Noise Study (100%) 1 6 Tender Drawings (50%, 70%, 90%, 100%) 3 6 Contract Documents and Specifications (70%, 90%, 100%) 3 6 PreStart Health & Safety Report at end of detailed design phase 2 6 Process & Control Narrative (70%, 90%, 100%) 2 6 Monthly Site Inspection/progress Reports 1 0 PreStart Health & Safety Report at construction completion 1 6 Equipment Calibration and Test Reports 1 6 Process Testing Reports 1 6 Equipment and Process Commissioning Reports 1 6 Consultant Process Operations & Maintenance Manual (90%, 100%)

2 6

As-Built Drawings hard copy and electronic copy on CD 1 6 Post construction report within six months of substantial completion

1 6

.2 With each printed submission, include a CD containing the same documents in Adobe, and the documents in their native (WORD, Excel, 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.

.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

19 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 19: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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.

20 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 20: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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 will assign the Work Management System (WMS) numbers for all equipment.

.8 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.

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

.10 The City will pay for all approvals applications.

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

.12 The City will pay for all utility locates.

.13 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.

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

.15 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.

21 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 21: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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 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.

22 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 22: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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 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 bin ding.

5.2 SELECTION CRITERIA

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

i) a. Project team, experience, and structure: Proponent profile, corporate experience and

references ii) 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. iii) Superior expertise in the design and installation of power generators and belonging

buildings of similar size and complexity is required. iv) QA/ QC team member expertise, depth of resources v) Overall team organization and structure.

b. 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 time-task breakdown iii) 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

iv)

1. Clear description of methodology (selection of fuel source, mode of operation, design, construction administration, project management, commissioning)

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

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

lifespan

23 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 23: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

c. Qualifications and experience of Project Manager, Design Lead Engineer, and Site Supervisors

d. Project Workplan and Deliverables: i) Proposed schedule with a comprehensive and logical sequence that reflects

understanding of the project and reasonable timeframes of all activities. i) Construction cost control measures including approach. ii)

e. 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) PASS/FAIL

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

1. 20

B. Project Understanding and approach

2.

25

C. Project resources, qualifications and experience of project staff

20

D. Project Schedule and Cost Control

5

E. Proposal Structure and Quality

5

F. Cost of Services

Proponent’s fees are calculated as described in table 5-2

25

TOTAL 100

Stage 3. INTERVIEW (If applicable) Proponent must score a minimum of 75 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 categories a, b and c above.

24 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 24: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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) Pass/Fail 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

25 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 25: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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 Councillors 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 subconsultants provided by it and the City may be settled and the issues concerning implementation may be clarified.

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

.6 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".

26 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 26: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

.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.

27 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 27: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

5.9 INSURANCE

.1 The Consultant will be required to comply with the following insurance requirements: a. Professional liability (errors and omissions coverage) insurance in the amount of not less

than TWO MILLION DOLLARS ($2,000,000.00); i) Includes Environmental Consultants Professional Liability where the consultant’s

services include environmental work ii) Provides for thirty (30) days prior written notice of cancellation

b. Comprehensive General Liability insurance in the amount of TWO MILLION DOLLARS ($2,000,000.00); i) Adds Toronto as additional insurer 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).

28 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 28: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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 30 pages, minimum 11 point font, single sided (or preferably printed on 15 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 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;

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

29 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 29: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

f. Proponents must have attended the mandatory site/information meeting as per Section 2 g. Must include a separate sealed Cost of Services envelope as described in Section 7. h. 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; 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

30 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 30: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

subcontractor or other entity will not be awarded full marks during the evaluation process.

d. 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 experience.

e. Corporate Experience i) To demonstrate the corporate experience complete Table 6-1 and include as part of the

proposal submission. f. Corporate Project References

i) For at least three of the projects listed for the corporate experience in Table 6-1, Proponents are to submit references,

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

iii) Complete Table 6-2 for all references and include in the proposal submission.. iv) 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 6.1 - Corporate Experience

Project Name

Project Value

Completion Stage

Description of Scope

Key Staff and role

on the Project

Table 6-2 Corporate Project References

Project Name

Company Name

Contact Name and Title

Telephone Number

E-mail Address

31 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 31: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

.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), design specialists, Contract Administration and site inspection staff, QA/QC Team, etc.

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 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. To demonstrate team members individual expertise complete Table 6-3 and include in the proposal submission.

32 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 32: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Table 6-3 Qualifications for Team Members

Role on this

project

Years of

experience

Proposed

staff name

Specialty/Expertise

(number of completed projects

names of projects,

plant capacity,

and role on the referenced project)

Power Generators, Switchgear and

Synchronizing system

Generator Building

(design and construction)

PCS System

Water Pumping Station

Cost estimate

General Construction

Project

Manager

Design

Lead

Electrical

Specialist

Site

Inspector

(Electrical)

Site

Inspector

(General)

.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

33 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 33: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

ensuring construction cost control measures are incorporated into the process. Detail your quality assurance (QA) and 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

• Project Management & Meetings • Geotechnical • Capital cost estimate • Pre-Design Report

ii) Detailed design • Project Management & Meetings • Design • Pre-selection document and risk assessment • QA/QC • Capital cost estimate • Approvals & Permits • Tendering

iii) Construction – Note construction duration defined in Section 3.5 • Head Office Administration • Shop Drawings/RFIs/Inspection reports • Resident site services • QA/QC • Commissioning and testing • Consultant’s O&M Manual (inclusive of PCS/SCADA) and training • 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.

34 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 34: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

e. Provide an estimated overall timeline of the project, including an indication of the date of commencement. Key dates for major deliverables should be clearly defined in the proponent's detailed work plan and highlighted in the Gantt Chart. Include 3-week time periods for all City reviews.

f. 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.

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

h. Please note that the City will not tender projects without first obtaining all project approvals. i. For each deliverable provide sufficient detail for the reviewers to evaluate the value of the

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

.10 Appendices – Including: a. Mandatory Proposal Submission Forms. b. Corporate Information. c. Resumes of Proposed Project Participants. d. Project Profile Documents.

35 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 35: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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, one pdf, and preferably two (2) 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 5% 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;

36 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 36: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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.

7.3 BASE SCOPE OF WORK AND PROVISIONAL ITEMS

.1 In order to be considered for this assignment, the proponent must provide a project cost breakdown for the base scope of work and defined provisional items as indicated in the following Table 7.1. 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

.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 health & safety personal protective equipment such as hardhats, safety footwear, eye protection, safety vests, safety gloves, and hearing protection. The provisional allowance is

37 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 37: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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 7.2 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 subconsultant for the surveys will be from the allowance provided.

.6 A provisional allowance has been provided in the cost breakdown Table 7.2 to cover the cost for the subconsultants costs for subsurface investigations. Co-ordination of the work is considered as part of the base scope; payment of a subconsultant for the surveys will be from the allowance provided.

.7 A provisional allowance has been provided in the cost breakdown Table 7.2 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 subconsultant for the surveys will be from the allowance provided

.8 A provisional allowance has been provided in the cost breakdown Table 7.2 to cover the cost for soils investigation during construction. Co-ordination of the work is considered as part of the base scope; payment of a subconsultant will be from the allowance provided

.9 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.

.10 A provisional allowance has been provided in the cost breakdown Table 7.2 to cover the optional services required in the post-construction phase of the assignment.

.11 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.

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

38 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 38: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Table 7.1

ELLESMERE PUMPING STATION POWER GENERATORS

Deliverables Cost ($)

A) Audit Reports, Preliminary and Detail design

1. Audit Reports per Agreement Clause 3(6) $

2. Preliminary Design and Detail Design

a) Labour $

b) Disbursement $

Subtotal –Audit Reports, Preliminary and Detail design (A) $

B) Services During Construction

3. Engineering/Office Services Labour $

4. Resident Site Services Labour (based on 4000 hours) $

5. Disbursement $

6. Fee for annual audit reports for Contractor Payroll Burden (note: assume 5 audits are required)

$

Subtotal –Services during Construction (B) $

C) Post Construction Services

a) Labour $

b) Disbursements $

Subtotal – Post Construction (C) $

SUBTOTAL (A+B+C) $

HST (13%) $

TOTAL INCLUSIVE OF HST $

39 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 39: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Table 7.2 – Table of Provisional Allowance Items – All Phases

Item Description Amount (net HST)

Schedule of Allowance Items – Design

1. Health & Safety equipment $10,000.00

2. Allowance for completion of DSL Reports $5,000.00

3. Allowance for subsurface investigations including subsurface utility engineering $50,000.00

4. Specialized services for noise study $10,000.00

5. Preparation of asbestos abatement specifications, monitoring and clearance by an asbestos consultant during construction $10,000.00

Subtotal –Design $85,000.00

Schedule of Allowance Items – Construction and Post Construction

6. Allowance for sub-surface investigation by sub-consultant during construction $10,000.00

7. Post construction process and troubleshooting support, additional training $10,000.00

8. Post construction PCS support 10,000.00

Subtotal – Post Construction $30,000.00

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.

40 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 40: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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

.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 will include a contingency amount to cover potential changes in the scope of services where warranted. Payments from the Contingency Allowance will not be permitted without prior written approval.

7.7 CURRENCY

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

41 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 41: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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.

42 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 42: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

APPENDICES

43 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 43: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

APPENDIX A- TECHNICAL SERVICES: DESIGN AND CONSTRUCTION MAJOR WORKS FACILITIES PROJECTS A.1 GENERAL PROJECT REQUIREMENTS A.3 ENGINEERING STUDIES A.4 PRELIMINARY ENGINEERING DESIGN SERVICES A.5 DETAILED DESIGN ENGINEERING SERVICES A.6 CONTRACT ADMINISTRATION A.7 START-UP AND COMMISSIONING SERVICES

44 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 44: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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.

45 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 45: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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.

46 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 46: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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

47 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 47: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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.

48 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 48: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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.

49 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 49: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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

50 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 50: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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.

51 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 51: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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

52 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 52: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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

53 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 53: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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

54 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 54: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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;

55 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 55: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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.

56 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 56: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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.

57 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 57: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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.

58 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 58: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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

59 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 59: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

APPENDIX A.3 – ENGINEERING STUDIES REV – SEP 2012 _____________________________________________________________________________________________

Page 1 of 3

A.3 ENGINEERING STUDIES

A.3.1 Meetings

Refer to Appendix A.1 for details regarding project meetings.

A.3.2 Data Collection

A.3.2.1. General

The Consultant shall review all available pertinent documentation and conduct all necessary

field inspections, testing, studies, and surveys to suit the study scope.

A.3.2.2. Existing Data Collection

1. Existing Documents, Record Drawings and Existing Conditions

The City will provide copies of available record drawings, reports studies, Facility Forecasts and other documents pertaining to the study. Visit the site as required to determine existing conditions, equipment locations, process layout and flow, services, features, connections, routes, access, interference, etc., related to the study. The Consultant shall note that changes may have been made over time without updating the documents or record drawings. Prior to commencement of the engineering study, the Consultant shall review the existing background information, as well as conduct a site review of the facility to confirm changes or omissions, if any, in the record drawings (excluding electrical low voltage, and control wiring). The expected level of the site review includes at a minimum, a walk-through of the facility and visual observations. The Consultant shall record its findings and advise the PM of any significant changes or omissions in the existing documents and record drawings.

Any additional work required due to the Consultant’s failure to review documents or record drawings will be at the Consultant’s own cost.

2. Current Projects Review scope of current City projects and identify potential impacts on this study. Ensure that any potential impacts/conflicts are identified and discussed with the City’s Project Team, for resolution by the City.

3. Existing Equipment Perform a field review of existing process, mechanical and electrical equipment relevant to the study. Verify existing equipment capacities, conditions and layout. Review operational records and interview Operations staff and discuss equipment and/or process operating performance, efficiency, reliability and maintenance history.

4. Operating Procedures

The Consultant shall become familiar with the facility’s operating procedures/systems where relevant to the subject study.

60 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 60: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

APPENDIX A.3 – ENGINEERING STUDIES REV – SEP 2012 _____________________________________________________________________________________________

Page 2 of 3

A.3.2.3. New Data Collection

1. Following the collection of all existing data, the consultant shall prepare a Technical Memorandum summarizing the collected information, identifying where data gaps exist, and outline a recommended Study Plan so that sufficient new data can be collected to adequately complete the study.

2. Study Plan

The consultant shall prepare a Study Plan tailored to the scope and goals of this study outlining the following:

- materials/media to be sampled and rationale - sampling equipment and methodology - parameters to be monitored or tested and rationale - monitoring and testing equipment and methodology - sampling/monitoring locations, number of samples and duplicates - sampling/monitoring access issues, operational issues (ie shut-downs) and

process requirements, potential impact to Certificate of Approval, and associated consultation strategy

- laboratory analytical plan - comparative criteria (i.e. applicable Codes, Standards, Regulations,

Guidelines, etc.) - schedule

3. Original Equipment Manufacturer (OEM) Inspection

If required, the Consultant shall retain the original equipment manufacturer (where feasible) to conduct a thorough inspection of the equipment and prepare a report. The report shall:

- summarise all equipment components and identify those in good condition, in need of repair, and in need of replacement;

- estimate costs and schedule; and - estimate the life-span of the refurbished equipment.

A.3.3 Standards

Refer to the RFP Section 2.3 for the City’s standards.

The Consultant shall note that topographic mapping, field edit, compiled area plan, and property surveys are collections of data from various sources. This information requires proper editing and formatting by the Consultant in accordance with the City’s drafting standard before being used as a base plan.

A.3.4 Conceptual Design Alternatives

A.3.4.1 The Consultant shall develop several conceptual design alternatives and summarize in a

Technical Memo, which will provide the foundation for the study. Where possible, a minimum of three viable alternatives are to be identified for comparison purposes. In general, these should represent a range of alternatives with respect to performance, complexity and cost.

A.3.4.2 Submit a Technical Memo outlining the alternative conceptual designs for consideration in

61 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 61: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

APPENDIX A.3 – ENGINEERING STUDIES REV – SEP 2012 _____________________________________________________________________________________________

Page 3 of 3

the study to the City for approval prior to commencement of the review.

A.3.5 Study Report

A.3.5.1 The final study report shall outline the pertinent pre-existing data collected, summarise the results of the study plan, detail the conceptual design alternatives developed, provide an analysis and comparison of these alternatives, and include a recommendation on the preferred alternative. The analysis shall be based on the technical information, prepared by the Consultant. The analysis and comparison of the alternatives shall include, but not be limited to the following: 1. Cost of ownership (i.e. lifecycle costs) 2. Land requirements 3. Impact on future and current land use 4. Capacity, performance and efficiency 5. Operational and maintenance costs 6. Operational issues and concerns 7. Site constraints 8. Design and construction schedule 9. Constructability challenges 10. Future expandability

A.3.5.2 The review shall document the process with sufficient level of detail to support the City’s decision on proceeding with the selected alternative.

A.3.5.3 In general, the report shall include technical memoranda, the results of the study plan, and any modelling, notes of meetings, and copies of relevant correspondence with the study stakeholders.

A.3.6 Deliverables

A.3.6.1 The following provides a list of deliverables upon completion of the study. The Consultant

shall note that the RFP may contain additional project specific deliverables: 1. Draft and final study plan 2. Technical Memo on Design Alternatives 3. OEM Equipment Refurbishment Feasibility Report 4. First draft Engineering Study Report 5. Final Engineering Study Report

END OF APPENDIX A.3

62 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 62: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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;

63 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 63: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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.

64 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 64: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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

65 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 65: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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

66 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 66: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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

67 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 67: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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

68 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 68: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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

69 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 69: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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.

70 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 70: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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,

71 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 71: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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

72 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 72: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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

73 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 73: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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

74 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 74: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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

75 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 75: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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

76 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 76: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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

77 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 77: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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

78 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 78: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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-

79 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 79: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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

80 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 80: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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.

81 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 81: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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.

82 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 82: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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.

83 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 83: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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.

84 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 84: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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.

85 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 85: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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

86 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 86: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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 The 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.

87 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 87: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

_____________________________________________________________________________________________

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

88 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 88: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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

89 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 89: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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.

90 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 90: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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.

91 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 91: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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.

92 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 92: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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.

93 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 93: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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.

94 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 94: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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.

95 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 95: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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.

96 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 96: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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)

97 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 97: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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.

98 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 98: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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

99 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 99: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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

100 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 100: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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.

101 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 101: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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

102 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 102: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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.

103 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 103: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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

104 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 104: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

APPENDIX B

RFP PROCESS TERMS AND CONDITIONS

1. Proponent’s Responsibility 2. Prime Proponent 3. Questions 4. Addenda 5. Exceptions 6. Omissions, Discrepancies and Interpretations 7. Incurred Costs 8. Post-Submission Adjustments and Withdrawal of Proposals 9. No Collusion 10. Prohibition Against Gratuities 11. Acceptance of Proposals 12. Verification 13. Unbalanced Bids 14. Conflicts of Interest 15. Ownership and Confidentiality of City-Provided Data 16. Ownership and Disclosure of Proposal Documentation 17. Intellectual Property Rights 18. Failure or Default of Proponent 19. Publicity 20. Governing Law

105 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 105: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

1. Proponent’s Responsibility It shall be the responsibility of each Proponent: (a) to examine all the components of this RFP, including all appendices, forms and ad-denda; (b) to acquire a clear and comprehensive knowledge of the required services before submit-

ting a Proposal; (c) to become familiar, and (if it becomes a successful Proponent) comply, with all of the

City’s Policies and Legislation set out on the City of Toronto website at www.toronto.ca/tenders/index.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. Questions All questions concerning this RFP should be directed in writing to the City employee(s) designated as “City Contacts” 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.

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.

106 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 106: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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. 8. Post-Submission Adjustments and Withdrawal of Proposals No unilateral adjustments by Proponents to submitted Proposals will be permitted.

A Proponent may withdraw its Proposal at any time prior to the Deadline by notifying the City Buyer designated in this RFP in writing on company letterhead or in person, with appropriate identification. Telephone and e-mail requests will not be considered.

A Proponent who has withdrawn a Proposal may submit a new Proposal, but only in accordance with the terms of this RFP.

After the Deadline each submitted Proposal shall be irrevocable and binding on Proponents for a period of 120 days.

If the City makes a request to a Proponent for clarification of its Proposal, the Proponent will provide a written response accordingly, which shall then form part of the Proposal.

9. No Collusion No Proponent may discuss or communicate about, directly or indirectly, the preparation or con-tent of its Proposal with any other Proponent or the agent or representative of any other Proponent or prospective Proponent. If the City discovers there has been a breach at any time, the City reserves the right to disqualify the Proposal or terminate any ensuing Agreement.

107 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 107: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

10. Prohibition against Gratuities No Proponent and no employee, agent or representative of the Proponent, may offer or give any gratuity in the form of entertainment, participation in social events, gifts or otherwise to any officer, director, agent, appointee or employee of the City in connection with or arising from this RFP, whether for the purpose of securing an Agreement or seeking favourable treatment in respect to the award or amendment of the Agreement or influencing the performance of the Agreement, including without restriction enforcement of performance standards, or expressing appreciation, or providing compensation, for the award of an Agreement or for performance of the City's obligations thereunder or for conferring favours or being lenient, or in any other man-ner whatsoever.

If the City determines that this article has been breached by or with respect to a Proponent, the City may exclude its Proposal from consideration, or if an Agreement has already been entered into, may terminate it without incurring any liability.

11. Acceptance of Proposals The City shall not be obliged to accept any Proposal in response to this RFP.

The City may, without incurring any liability or cost to any Proponent: a) accept or reject any or all Proposal(s) at any time; b) waive immaterial defects and minor irregularities in any Proposals; c) modify and/or cancel this RFP prior to accepting any Proposal; d) award a contract in whole or in part.

The City is relying on the experience and expertise of the Proponent. The City reserves the right to disqualify any Proponent who has given inaccurate, incomplete, false or misleading information in the sole opinion of the City.

12. Verification The City reserves the right to verify with any Proponent or with any other person any information provided in its Proposal but shall be under no obligation to receive further information.

If, in the opinion of the City, any Proponent has clearly misinterpreted the services or underestimated the hours or value of the services to be performed as reflected in its Proposal content and submitted price/fees, or all or any or any combination of them, then the City may reject its Proposal as not representative of the scope of the services).

13. Unbalanced Bids (In this paragraph “Bid” refers to the Proposal) The City may reject a bid if it determines, in its sole discretion, that the bid is materially imbalanced.

A bid is materially imbalanced when:

(1) it is based on prices which are significantly less than cost for some items of work and prices which are significantly overstated in relation to cost for other items of work; and

(2) the City had determined that the proposal may not result in the lowest overall cost to the City even though it may be the lowest submitted bid; or

(3) it is so unbalanced as to be tantamount to allowing an advance payment.

14. Conflicts of Interest In its Proposal, the Proponent must disclose to the City any potential conflict of interest that might compromise the performance of the Work. If such a conflict of interest does exist, the City may, at its discretion, refuse to consider the Proposal.

108 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 108: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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 prospective Proponent in connection with, or arising out of this RFP, the Services or the acceptance of any Proposal:

a) is and shall remain the property of the City; b) must be treated by Proponents and prospective Proponents as confidential; c) must not be used for any purpose other than for replying to this RFP, and for fulfillment

of any related subsequent Agreement.

16. Ownership and Disclosure of Proposal Documentation 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.

109 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 109: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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. Publicity The Proponent and its affiliates, associates, third-party service providers, and subcontractors shall not release for publication any information in connection with this RFP or any Agreement without prior written permission of the City.

20. 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.

110 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 110: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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: City of Toronto Customer Service Training Requirements: Contractors,

Consultants and other Service Providers – If Applicable

FORM 7: Declaration of Non-Discrimination Policy

111 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 111: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

FORM 1

PROPOSAL SUBMISSION FORM

REQUEST FOR PROPOSAL NO. 9117-12-7279

Engineering Services For The Installation Of Non Emergency Generator, Its Building,

And Associated Electrical Systems And Controls At The Ellesmere Pumping Station

Two-Envelope System

CLOSING: 12:00 NOON (local Toronto time) January 10, 2013.

SUBMITTED BY:

_________________________________________________________________________________________

(PROPONENT'S FULL LEGAL NAME)

ADDRESS: _______________________________TELEPHONE NO. ___________________________

_______________________________FAX NO. ___________________________________

_______________________________EMAIL: ____________________________________

_______________________________ DATE: _____________________________________

SIGNATURE OF AUTHORIZED SIGNING OFFICER

_______________________________________________________________________________________

PRINTED NAME OF SIGNING OFFICER

THIS FORM MUST BE SIGNED AND SUBMITTED WITH YOUR PROPOSAL OR YOUR

PROPOSALWILL BE DECLARED INFORMAL.

I/WE HEREBY SUBMIT MY/OUR PROPOSAL FOR THE PROVISION OF THE GOODS AND/OR

SERVICES AS DESCRIBED WITHIN THE REQUEST FOR PROPOSAL DOCUMENT FOR THE

ABOVE NAMED PROJECT.

I/WE HAVE CAREFULLY EXAMINED THE DOCUMENTS AND HAVE A CLEAR AND

COMPREHENSIVE KNOWLEDGE OF THE REQUIREMENTS AND HAVE SUBMITTED ALL

RELEVANT DATA. I/WE AGREE, IF SELECTED TO PROVIDE THOSE GOODS AND/OR

SERVICES TO THE CITY IN ACCORDANCE WITH THE TERMS, CONDITIONS AND

SPECIFICATIONS CONTAINED IN THE REQUEST FOR PROPOSAL DOCUMENT AND OUR

SUBMISSION. I/WE AGREE THAT THIS SUBMISSION IS BEING MADE WITHOUT ANY

COLLUSION OR FRAUD.

ACKNOWLEDGE RECEIPT OF ADDENDA BY NUMBER AND ISSUE DATE:

ADDENDUM NO. ________ DATED _________________________

ADDENDUM NO. ________ DATED _________________________

ADDENDUM NO. ________ DATED _________________________

ADDENDUM NO. ________ DATED _________________________

112 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 112: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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://insideto.toronto.ca/purchasing/pdf/bidsfromexternalparties.pdf

113 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 113: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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://insideto.toronto.ca/purchasing/pdf/restrictions_hiring.pdf

114 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 114: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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:

__________________________________________________________________________

__________________________________________________________________________

115 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 115: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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 # : 9117-12-7279 AP

CLOSING DATE: January 10, 2013

116 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 116: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

FORM 6

City of Toronto Accessible Customer Service Training Requirements:

Contractors, Consultants and other Service Providers

(Accessibility Standard for Customer Service, O. Reg. 429/07, AODA 2005)

The City of Toronto supports the goals of the Accessibility for Ontarians with Disabilities Act (AODA),

2005 and is committed to providing equal treatment and equitable benefits of City services, programs and

facilities in a manner that respects the dignity and independence of people with disabilities.

Under section 6 of the Accessibility Standard for Customer Service, O. Reg. 429/07 (Appendix A),

established by the AODA, the City of Toronto must ensure that employees, volunteers and all other

personnel, including third party contractors, who deal with members of the public or other third parties on

behalf of the City or, who participate in developing City policies, practices or procedures on the provision

of goods and services receive training on accessible customer service.

All personnel must complete training that meets the requirements of the Accessible Customer Service

regulation and includes:

An overview of the AODA

Understanding the requirements of the Regulation

How to interact and communicate with persons with various types of disabilities;

How to interact with persons with disabilities who use an assistive device or require the

assistance of a guide dog or other service animal or the assistance of a support;

How to use equipment or devices available on the provider’s premises or otherwise provided by

the provider to people with disabilities to access goods or services; and

What to do if a person with a particular type of disability is having difficulty accessing the

provider’s goods or services.

Third party contractors and other service providers are to ensure that training records are maintained,

including dates when training is provided, the number of personnel who received training and individual

training records. Contractors are required to ensure that this information is available, if requested by the

City of Toronto.

Access an e-learning course:

The training requirements can be fulfilled by completing the e-Learning course “Serve-ability:

Transforming Ontario’s Customer Service”, which can be found on the Ministry of Community and

Social Services website:

http://www.mcss.gov.on.ca/mcss/serve-ability/splash.html

For more information:

How to comply with the Accessible Customer Service Standard at: www.accessON.ca/compliance

Requirements of the Accessibility Standards for Customer Service (Ontario Regulation 429/07):

www.e-laws.gov.on.ca/html/source/regs/english/2007/elaws_src_regs_r07429_e.htm

117 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 117: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

FORM 6

City of Toronto Accessible Customer Service Training Requirements:

Contractors, Consultants and other Service Providers

(Accessibility Standard for Customer Service, O. Reg. 429/07, AODA 2005)

The City of Toronto supports the goals of the Accessibility for Ontarians with Disabilities Act (AODA),

2005 and is committed to providing equal treatment and equitable benefits of City services, programs and

facilities in a manner that respects the dignity and independence of people with disabilities.

Under section 6 of the Accessibility Standard for Customer Service, O. Reg. 429/07 (Appendix A),

established by the AODA, the City of Toronto must ensure that employees, volunteers and all other

personnel, including third party contractors, who deal with members of the public or other third parties on

behalf of the City or, who participate in developing City policies, practices or procedures on the provision

of goods and services receive training on accessible customer service.

All personnel must complete training that meets the requirements of the Accessible Customer Service

regulation and includes:

An overview of the AODA

Understanding the requirements of the Regulation

How to interact and communicate with persons with various types of disabilities;

How to interact with persons with disabilities who use an assistive device or require the

assistance of a guide dog or other service animal or the assistance of a support;

How to use equipment or devices available on the provider’s premises or otherwise provided by

the provider to people with disabilities to access goods or services; and

What to do if a person with a particular type of disability is having difficulty accessing the

provider’s goods or services.

Third party contractors and other service providers are to ensure that training records are maintained,

including dates when training is provided, the number of personnel who received training and individual

training records. Contractors are required to ensure that this information is available, if requested by the

City of Toronto.

Access an e-learning course:

The training requirements can be fulfilled by completing the e-Learning course “Serve-ability:

Transforming Ontario’s Customer Service”, which can be found on the Ministry of Community and

Social Services website:

http://www.mcss.gov.on.ca/mcss/serve-ability/splash.html

For more information:

How to comply with the Accessible Customer Service Standard at: www.accessON.ca/compliance

Requirements of the Accessibility Standards for Customer Service (Ontario Regulation 429/07):

www.e-laws.gov.on.ca/html/source/regs/english/2007/elaws_src_regs_r07429_e.htm

118 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 118: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Supp

lier N

umbe

r

C

ompa

ny/O

rgan

izat

ion

Nam

e

D

ate

Declaration of a Non-Discrimination Policy The City of Toronto requires all firms or organizations who supply goods and services to the City and its Agencies, Boards, Commissions and Special Purpose Bodies, to adopt and to post a Non-Discrimination Policy that ensures that the: Organization/firm upholds policies which prohibit discrimination and which protect the right to be free of hate activity based on race, ancestry, place of origin, colour, ethnic origin, disability, citizenship, creed, sex, sexual orientation, gender identity, age, marital status, family status, receipt of public assistance, political affiliation, religious affiliation, record of offences, level of literacy or any other personal characteristics by or within the organization. Check if organization/firm has previously completed and filed the form with City: Yes No If yes, please do not complete the form. If no, please complete the form. Please type or print where applicable Legal Firm Name Common or Business Name (if different) Address of Principal Place of Business Mailing Address (if different) Tel. No. Fax No. Tel. No. Fax No. Name of Chief Executive Officer/President Name of Employment Equity Official: Position Title: Position Title: Signature of Authorized Official: Date: Check if Firm is more than 50% owned by* (check all that apply): Aboriginal Peoples/First Nations Of Canada People with Disabilities Racial Minorities Women Not Applicable * Please see reverse for explanation of definitions The information requested on this form is, collected pursuant to Clause 6 of Corporate Services Committee Report 11, adopted by Council on July 29,30 and 31, 1998 and Clause 2 of Corporate Services Committee Report 19 adopted by Council on December 16 and 17,1998. Its purpose is to verify that your firm has adopted the Non-Discrimination Policy and to compile statistics for the purpose of monitoring the equal opportunity designated group status of the ownership of firms. If you have any questions about this declaration, please contact the Director of Equity, Diversity and Human Rights at 416-392-1108. Multi-Lingual Line call 311 and TTY 416-338-0889.

Please return completed form to the address shown above (Private Sector Firms)

Office of Equity, Diversity & Human Rights 100 Queen Street West City Hall, 14th Floor, West Tower Toronto, ON M5H 2N2

Uzma Shakir Director

City Manager’s Office Joseph P. Pennachetti, City Manager

Tel: 416-392-1108 Fax: 416-696-4174 ushakir @toronto.ca www.toronto.ca

For O

ffice

Use

onl

y P

OLI

CY D

ECLA

RA

TIO

N

119 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 119: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Definitions: Aboriginal Peoples/ First Nations of Canada: A person is an Aboriginal person if he or she is a member of the First Nations (status

and non-status Indians), Inuit (Aboriginal peoples from Arctic Canada) and Métis (mixed First Nation and European ancestry).

Person With A Disability: A person is a "person with a disability" if the person has a persistent physical,

mental, psychiatric, sensory or learning impairment that substantially limits one or more major life activities and,

(i) the person considers himself or herself to be disadvantaged in employment by reason of that impairment, or -

(ii) the person believes that an employer or potential employer is likely to consider the person to be disadvantaged in employment by reason of that impairment.

Racial Minority: Also called racialized people or visible minorities, a person is a member of a racial minority because of his or her race or colour. Racial minorities include African Canadian/Black, East Asian, South East Asian; South Asian, West Asian or Arab and

others that have bi-or multi-racial origins.

For O

ffice

Use

onl

y P

OLI

CY D

ECLA

RA

TIO

N

120 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 120: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Ellesmere Pumping Station Power Generators

RFP No. 9117-12-7279

APPENDIX D- SPECIMEN CONTRACT AGREEMENT, INCLUDING INSURANCE FORMS

121 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 121: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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;

122 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 122: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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;

123 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 123: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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.

124 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 124: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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;

125 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 125: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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.

126 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 126: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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

127 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 127: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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.

128 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 128: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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.

129 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 129: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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

130 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 130: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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

131 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 131: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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

132 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 132: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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.

133 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 133: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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.

134 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 134: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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.

135 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 135: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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.

136 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 136: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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.

137 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 137: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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 ) 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 ________________________.

138 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 138: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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]

139 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 139: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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.

140 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 140: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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.

141 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 141: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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.

142 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 142: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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.

143 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 143: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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]

144 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 144: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

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]

145 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 145: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

CERTIFICATE OF INSURANCE To be completed only by the Insurer or its representative)

City of Toronto Contact Name:

Address:

1. Name of Insured 2. Address and Telephone # of Insured

3. Operations of Named Insured for which certificate is issued: (NOTE: Provide specific project information including the Toronto contract number) 4. Commercial General Liability

Please state amount of deductible or self retained portion of coverage: _____________________________

Insuring Company Policy Number Policy Limit(s) (per occurrence) Effective Date Expiry Date

Primary Insurer:

Umbrella/Excess Insurer:

5. Policy Provisions/Amendments/Endorsements

A. Commercial General Liability is extended to include Cross-Liability and Severability of Interest, Broad Form Contractual Liability,

Owner’s and Contractor’s Protective Liability, Contingent Employers Liability, Employer’s Liability, Non-Owned Automobile Liability, Products/Completed Operations, Personal Injury Liability and, if applicable to the insured operations as detailed in Item 3, coverage for Blasting, Pile Driving and Collapse.

B. The CITY OF TORONTO, ITS BOARDS, AGENCIES, COMMISSIONS OR SUBSIDIARY OPERATIONS, AS APPLICABLE, are included as Additional Insureds but only with respect to liability arising out of the operation of the Insured for which a Contract is issued by the City of Toronto.

C. The Commercial General Liability Policy(ies) identified above shall protect each insured in the same manner and to the same extent as though a separate policy has been issued to each, but nothing shall operate to increase the Limits of Liability as identified above beyond the amount or amounts for which the Company would be liable if there had been only one Insured.

D. The Commercial General Liability Policy(ies) identified above shall apply as primary insurance and not excess to any other insurance available to the Additional Insureds as set out in Item 5B.

E. If cancelled or materially changed to reduce the coverage outlined on this Certificate during the period of coverage as stated herein, thirty (30) days, (fifteen (15) days if cancellation is due to non-payment of premium), prior written notice by registered mail will be given by the Insurer(s) to the CITY OF TORONTO at the address provided on this Certificate.

6. Automobile Liability (if applicable): Please note Sections 5A to 5D do not apply to this policy. Insuring Company Policy Number Policy Limit(s) Effective Date Expiry Date

CERTIFICATION

I certify that the insurance is in effect as stated in this Certificate and that I have authorization to issue this Certificate for and on behalf of the Insurer(s). This Certificate is valid until the expiration date(s) shown in Item 4 (and Item 6 if applicable) unless notice is given in writing in accordance with Item 5E.

Date Broker’s or Insurer’s Name and Address Signature and Stamp of Certifying Official

146 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 146: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

APPENDIX E- PROJECT REFERENCE MATERIAL

147 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 147: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 1 of 55

13040 - EQUIPMENT AND DATA TAGGING

PART 1 – GENERAL

1.01 Scope

This document describes the naming standard for all equipment, equipment loops, data and local

area network cabling that is implemented in Toronto Water and incorporated in PCS, eOPS,

POMS, WMS, LIMS and other TW software application systems, including all non- process

equipment that meet the standard.`

1. Process Control Systems (PCS)

2. Electronic Operations Performance System (eOPS)

3. Performance and Operations Management System (POMS)

4. Work Management System (WMS)

5. Laboratory Information Management System (LIMS)

The purpose of this document is to establish a standard that will enable efficient management of

asset related database records, information, physical equipment field tags and identification. An

important part of this standard is the Toronto Water naming scheme. The naming scheme will

provide a unique name (tag) for each piece of equipment, device and/or data point in order to

allow flexibility in data management within Toronto Water and the identification of all equipment

with a unique tag number.

This document is a standard to be used by Consultants, Contractors, System Integrators and

Toronto Water staff for projects that implement information systems, control systems or control

system I/O’s and all other plant projects that have equipment as outlined in section 0 below.

Attribute definition

Other attributes attached to a point will differ depending on partitioning of data among data tables

or objects. This standard does not limit the number of attributes or the partitions of data.

Terms

Terms used to describe or define attributes should follow these guidelines:

1. Only one term may be used to convey the same meaning.

2. Whenever assigning names to equipment or adding data points, terms defined in this

standard must be used. This standard applies to PCS, eOPS, WMS, POMS, LIMS.

3. Use terms already in use in, Water Treatment and Supply, Wastewater Treatment,

Wastewater Collection, Water Distribution, District Operations. In the case of conflict,

use the term of the higher organizational level.

148 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 148: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 2 of 55

General Facilities - Equipment and Devices

Process (with or without PCS) and non-process related equipment shall be covered under this

standard including all equipment that is not part of a process system located in a facility,

yard, station or any Toronto Water site. Every piece of process equipment and non-process

equipment (as identified in the table under section 2.04 in this document) shall receive a new

unique tag number as per this standard unless identified in the table as “not for Contracts”.

For contracts that are related to new and existing installed City equipment/devices, all

equipment/devices that touch the process flow(s) covered under the contract and are shown

on contract drawings shall receive a unique tag number as per this standard.

Abbreviations

The use of abbreviations in text is allowed with the following restrictions:

1. Only one abbreviation may be used for a word or phrase.

2. Abbreviations defined in this standard must be used whenever the respective word or

phrase is abbreviated.

Equipment and Data Name Standard Change Request

In the event this standard doesn’t meet the requirements for numbering, submit a request for

approval to the Toronto Water Optimized Maintenance Unit.

Equipment Tag standardization

All projects and contracts are to follow the most current up to dated version of this standard.

All review phases of contacts (50%, 70% 95% etc) shall request prior to working on the

submissions a copy of the latest version of this standard and review submissions are to follow

the latest version. This will ensure the most up to date standards are applied to all new areas

across Toronto Water.

To ensure a consistent implementation of this standard, all questions, comments and

submissions for review that are covered under this standard are to be submitted to the Toronto

Water Optimized Maintenance Unit.

1.02 Equipment Tag Assignment

Consultants working on PCS related projects for Toronto Water will be given access to the

Toronto Water Equipment Tag Data Base known as the Enterprise Tagging Management

System (ETMS). Equipment tags will be developed and checked for duplication by the

Equipment Tag Designer (typically the Consultant). Once the duplication check has

determined that no duplication exists, the designer will be able to immediately reserve the

149 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 149: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 3 of 55

proposed equipment tags and a submission will be required to the Optimized Maintenance

Unit and PCS Support Unit for review.

1.03 Definitions

Equipment Tag:

1. A unique identifier for a specific device/equipment (asset) or required data points. The

equipment Tag is used to identify equipment in the field, in SCADA/HMIs’ on all facility

design documents and in operations and maintenance manuals.

Virtual Tag:

1. Software points that receive tag names that are not physically in the field and are used in

TW applications such as PCS, WMS, eOPS and LIMS are referred to as virtual tags.

When creating a virtual tag, it should be as similar as possible to the related physical

equipment.

Equipment Loop:

1. This unique identifier describes the data point or PCS SCADA node for a piece or a set of

equipment at a specific location within a facility. The equipment loop identification is

designed into Fragment 4 as per this standard.

150 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 150: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 4 of 55

PART 2 – EQUIPMENT AND DATA NAMES

2.01 General

When defining a tag for a new device, consideration must be given for the process with which the

device is related. An illustration of this is a hot water pump used for digestion sludge heating.

While this is a hot water pump and could be considered part of the ACC, the pump is part of the

digestion process as it affects the digestion process directly. For this example the tagging should

indicate DIG as opposed to ACC. Another illustration is found in the chlorine process. Piping,

including valves span across multiple process areas. Although the lines may enter other process

areas, they should remain tagged as part of the chlorination process.

Coding System:

1. The code consists of up to eighteen (18) characters and each section may be of an alpha-

numeric combination.

2. Dashes are included, as shown in the examples below.

3. The basic code shall be:

AAA- CCC- AAAA- NNNN A

(1) (2) (3) (4) (5)

Where: A Denotes Alphabetic character (letter)

N Denotes Numeric character (number)

C Denotes generic Character (either alphabetic or numeric)

The different groups of characters are split into various fragments which have specific

meanings. These fragments are denoted by the numbers 1 to 5 and have the following

definitions:

Fragment 1 is a three-digit character representing the facility or location (site).

Fragment 2 is a two or three character code representing a process/sub-process

performed within the facility or site. Water mains, reservoirs and pumping

stations are classified as processes in the tag name.

Fragment 3 is a one to four-character code representing the type of equipment or

instrument.

151 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 151: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 5 of 55

Fragment 4 is a four-character alpha / numeric code (alpha is only to be used for

electrical equipment to represent existing numbering conversions that are

difficult to change due to both health and safety and operational reasons) that

identifies the equipment number. Leading zeroes are used to fill the code for

numbers with less than four characters.

For water mains and sewers, use the first two numbers to identify

chamber/manhole numbers (i.e. all equipment in Chamber 01 will have a

01xx loop number.)

Fragment 5 is a one character alpha code to differentiate between otherwise duplicate

equipment items (see example below. FCL-FLT-LIT-0012A fragment 5 is an

extension of fragment 4 used only when needed for duplicate equipment).

For water mains and sewers, use this fragment in conjunction with fragment

4 as part of the chamber/manhole identification (i.e. MTI chamber 17A will

use loop numbers 17xxA, etc.)

Example Equipment and Loop Coding

The following are examples of Equipment and Loop names.

THR-PRM-V-0551

(1) (2) (3) (4) (5)

THR- PRM- V- 0551 Humber

Treatment Plant

Primary

Treatment

Process

Valve No. 551 No

Duplicate

FHA-TRW-P-0100 (including associated equipment in the loop)

(1) (2) (3) (4) (5)

FHA- TRW- P- 0100 Harris

Filtration Plant

Treated

Water

Process

Pump

No. 1 No

Duplicate

FHA- TRW- V- 0101 Harris

Filtration Plant

Treated

Water

Process

Valve

(Suction)

1st

Valve

in loop

No

Duplicate

FHA- TRW- V- 0102

Harris

Filtration Plant

Treated

Water

Process

Valve

(Check)

2nd

Valve

in loop

No

Duplicate

FHA- TRW- SWG- 0101

Harris

Filtration Plant

Treated

Water

Process

Switch Gear Switch

Gear

for

No

Duplicate

152 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 152: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 6 of 55

Pump

No. 1

TAB-STR-PSL-2332

(1) (2) (3) (4) (5)

TAB- STR- PSL- 2332 Ashbridges Bay

Treatment Plant

Secondary

Treatment

Pressure

Switch

Low

No.

2332

No

Duplicate

FCL-FLT-LIT-0012A

(1) (2) (3) (4) (5)

FCL- FLT- LIT- 0012 A Clark Filtration

Plant

Filtration

Process

Level

Indicating

Transmitter

No. 12 First

Duplicate

WTR-PEG-FIT-0324

(1) (2) (3) (4) (5)

WTR- PEG- FIT- 0324 Water

Transmission

Eglinton

Pumping

Station

Flow

Indicating

Transmitter

Loop 3

FIT 24

No

Duplicate

COL-MTI-G-1701A

(1) (2) (3) (4) (5)

COL- MTI- G- 1701 A

WPC

Collection

Mid-

Toronto

Interceptor

Gate First Gate

in

Chamber

17A

Supplement

to identify

Chamber

legacy

number

(17A)

2.02 Facility (Site) Codes (Fragment 1)

The facility or site codes use the first character to designate the type of facility:

C - Sewerage collection system or Construction & Maintenance sites

S - Storm Water Management

F - Filtration Plant for water production

T - Treatment Plant for wastewater treatment & TWC

W - Water transmission system site

Y - Yard or Office

153 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 153: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 7 of 55

CODE SITE

COL WPC Collection System – all locations

CMS Construction & Maintenance Site

FCL R.L. Clark Filtration Plant

FHA R.C. Harris Filtration Plant

FHO F.J. Horgan Filtration Plant

FIS Island Filtration Plant

SWM Storm Water Management – all locations

THC Highland Creek Treatment Plant

THR Humber Treatment Plant

TAB Ashbridges Bay Treatment Plant

TNT North Toronto Treatment Plant

WTR Water Supply – Main Transmission System – all locations

YCS Central Services

YDA Dee Avenue

YEC Etobicoke Civic Center

YFI Finch Yard

YHO Metro Hall

YKP Kipling Yard

YMA Markham

YPH Pharmacy Yard

YRC Rockliffe Yard

YTF Toronto Water Centre - Tiffield Road

For all Equipment within the physical boundary (i.e. property line) of a treatment plant or water

production plant, assign the facility code corresponding to the plant. The physical boundary of

the Ashbridges Bay Treatment Plant includes the nearby raw sewage pumping stations M&T

Building).

For all Equipment in the sewage collection system, assign the collection system facility code

(COL).

154 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 154: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 8 of 55

For all Equipment in storm water system assign the Storm Water Management facility code

(SWM)

For all Equipment in the Water Supply transmission system, not located at a plant, office or yard,

assign the Water Supply system facility code (WTR).

2.03 Process/Sub-process Codes (Fragment 2) – includes Pumping Stations and Reservoirs

CODE PROCESS/SUB-PROCESS DESCRIPTION ACC Air Conditioning, Heating and Ventilation

AER Aeration

AI Instrument Air System

ALM Alum

AM Ammoniation

AMT Atmosphere Monitoring

AP Process Air System

AUX Auxiliary System

BG Blended/Bi (Multi) Gas e.g. Natural and Digester Gases/Natural or

Digested Gas

BW Backwash

CCS Corrosion Control System

CG Co-Generation

CLA Pre-chlorination

CLB Post-chlorination

CLC Trim-chlorination

CL Chlorination (use for the equipment common for more than one of

CLA, CLB, CLC or DCL processes)

CSO Combined Storm Overflow

CW City Water System

DCL De-chlorination

DES Ozone Destruct

DEW Dewatering

DIG Digestion

DIS Disinfection

DOZ Disinfection Ozone

DST Distribution (Local Distribution)

ELS Electrical System

EPG Electrical Power Generation

FEQ Fire Equipment

FL Fluoridation

FLO Flocculation

FLT Filtration

FPW Filtered Plant Water

155 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 155: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 9 of 55

CODE PROCESS/SUB-PROCESS DESCRIPTION FT Final Tanks

GAC Granular Activated Carbon

GAS Administration Support

GOX Gaseous Liquid Oxygen

GRK Grounds - Property

HRS Heat Recovery (Steam)

INC Incineration

LOX Liquid Oxygen

NGS Natural Gas

NOX Nitrogen Oxide

ITS Information Technology Systems

MCS Shops Mechanical / Welding

OCS Odour Control System

ORQ Ozone Residual Quenching

PAC Powder Activated Carbon

PCL Polyaluminum Chloride

PLT Preliminary Treatment

POL Polymer

PRM Primary Treatment

PRS Phosphorus Removal System

PWA Plant Water

RW Raw Water

SA Service Air (Non Instrument)

SBS Sodium Bisulfite system

SED Sedimentation

SES Safety & Environmental Services

SLD Sludge Drying

SLO Sludge Loading and Odour Control

SM Spill Management

SPC System Process Control

STR Secondary Treatment

SYP System Pressure Points

THK Thickening Waste Activated Sludge

TPA Telephone and Public Address System

TRW Treated Water

VEH Vehicles

WWW Waste Water (Residue Management)

ZMC Zebra Mussel Control

MTI Mid-Toronto Interceptor

WCP Water Circulation Program

156 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 156: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 10 of 55

CODE PROCESS/SUB-PROCESS DESCRIPTION BCV Carlingview Blower Station

BDC Disco Blower Station

BEB Edenbridge Blower Station

CKW Kenilworth Ave Storm Tank

CMC Maclean Storm Tank

PAB Ashbridges Bay Plant Sewage Pumping Station (Legacy - Not to be

used)

PAH Armour Heights Pumping Station

PAT Ashbridges Bay Plant MTI Sewage Pumping Station (Legacy-Not to

be used)

PBC Bonnycastle Sewage Pumping Station

PBF Bluffers Park Sewage Pumping Station

PBG Brule Gardens Sewage Pumping Station

PBL Bloor/Islington Storm Pumping Station

PBP Baby Point Sewage Pumping Station

PBR Berry Road Sewage Pumping Station

PBV Bayview Pumping Station

PBY Brick Yard Sewage Pumping Station

PCF Clark Sewage Pumping Station

PCP Copeland Sewage Pumping Station

PCU Cumber Sewage Pumping Station

PDA Dacotah Sewage Pumping Station (Algonquin Island PS #2)

PDG Douglas Drive Syphon

PDU Dunker’s Storm Pumping Station

PDS Dorset Pumping Station

PEG Eglinton Pumping Station

PEL Ellesmere Pumping Station

PET Eglinton/Bellamy Storm Pumping Station

PEV Ellis Ave Sewage Pumping Station

PEW East Woodbridge Pumping Station

PFB Fallingbrook Sewage Pumping Station

PFH Fire Hall Sewage Pumping Station (Wards Island PS#4)

PFI Fifth Street Sewage Pumping Station (Wards Island PS#8)

PFO Fourth Street Sewage Pumping Station (Wards Island PS#9)

PGA Grey Abby Trail Sewage Pumping Station

PGB Governors Bridge Sewage Pumping Station

PGR Grand River Sewage Pumping Station

PHA Hanlan's Point Sewage Pumping Station

PHB Humber Sewage Pumping Station

PHF Highfield Sewage Pumping Station

PHL High Level Pumping Station

157 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 157: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 11 of 55

CODE PROCESS/SUB-PROCESS DESCRIPTION PHP High Park Sewage Pumping Station

PIR Island Rd Sewage Pumping Station

PIT Islington Storm Pumping Station

PJO Wm.H.Johnston Pumping Station

PJS John St Pumping Station

PKG Kingston Sewage Pumping Station

PKL Keele Pumping Station

PKN Kennedy Pumping Station

PKP Kennedy Park Sewage Pumping Station

PKS King St Sewage Pumping Station

PLB Long Branch Sewage Pumping Station

PLS Lakeshore Sewage Pumping Station

PLV Livingston Sewage Pumping Station

PLW Lawrence Pumping Station

PMD Midland Sewage Pumping Station

PMG Martin Grove Storm Pumping Station

PMI Milliken Pumping Station

PMM Mimico Sewage Pumping Station

PMP Mount Pleasant Sewage Pumping Station

PMR Morrish RD Sewage Pumping Station (Decommissioned)

PMT Military Trail Sewage Pumping Station

PMY Maryport Sewage Pumping Station

PNO Nottawa Sewage Pumping Station (Algonquin Island PS#3)

PNQ North Queen Storm Pumping Station

PNT New Toronto Sewage Pumping Station

POM Old Mill Sewage Pumping Station

PPD Parkdale Pumping Station

PPP Pantry Park Sewage Pumping Station

PPU Port Union Sewage Pumping Station

PQW Queensway Sewage Pumping Station

PRC Rectory Café Sewage Pumping Station (Wards Island PS #5)

PRD Redlands Sewage Pumping Station

PRG Ridge Valley Sewage Pumping Station

PRH Rosehill Pumping Station

PRR Riverside Sewage Pumping Station

PRV Richview Pumping Station

PRX Roxborough Sewage Pumping Station

PSA St. Albans Pumping Station

PSB Silverbirch Sewage Pumping Station

PSC Scarborough Pumping Station

PSD Spadina Sewage Pumping Station

PSH Senior’s Home Sewage Pumping Station (Wards Island PS#6)

PSI Sixth Street Sewage Pumping Station (Wards Island PS#11)

158 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 158: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 12 of 55

CODE PROCESS/SUB-PROCESS DESCRIPTION PSK Skydome Sewage Pumping Station

PSL Sewells Sewage Pumping Station

PSM Simcoe Sewage Pumping Station

PSN Second Street Sewage Pumping Station (Wards Island PS#10)

PSP Southport Sewage Pumping Station

PSS Scott St Sewage Pumping Station

PST Strachan Sewage Pumping Station

PSU Sunnyside Sewage Pumping Station

PSW Swansea Sewage Pumping Station

PTD Todmorden Sewage Pumping Station

PTH Thornhill Pumping Station

PTR Third Street Sewage Pumping Station (Wards Island PS#12)

PVM Valleymede Sewage Pumping Station

PWC Wirral Court Sewage Pumping Station

PWD Warden Storm Pumping Station

PWE Wellington Sewage Pumping Station

PWI Wilson Storm Sewage Pumping Station

PWL Willow Avenue Sewage Pumping Station (Wards Island PS#7)

PWN Warren Park Sewage Pumping Station

PWP West Point Sewage Pumping Station

PWR West Rouge Sewage Pumping Station

PWT West Toronto Pumping Station

PWY Wyandot Ave. Sewage Pumping Station (Algonquin Island PS#1)

RBB Western Beaches Tunnel Battery Pond

RBC Western Beaches Tunnel Cowan Pond

RBG Western Beaches Tunnel Glendale Pond

RBV Bayview Reservoir

RDF Dufferin Reservoir

REG Eglinton Reservoir

REL Ellesmere Reservoir

REW East Woodbridge Tank

RKL Keele Reservoir

RLL Leslie Tank

RLW Lawrence Reservoir

RMA Markham Reservoir

RMI Milliken Reservoir

RMT Milliken Tank

RMP Maple Reservoir

RRG Rouge Tank

RRH Rosehill Reservoir

RRV Richview Reservoir

RSC Scarborough Reservoir

159 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 159: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 13 of 55

CODE PROCESS/SUB-PROCESS DESCRIPTION RST St. Clair Reservoir

RWA Warden Tank

RWB Woodbridge Tank (West)

RWL Whitlam Tank

SCW Storm Coatsworth Road

SDE Storm Denison Road

SEB Storm Earl Bales Park

SOS Storm Old Sheppard Park

SSB Storm Sherbourne Park

SWD Storm West Don Lands

001 to 399 Water Mains

001-599 Storm Sewers, Sanitary Trunk Sewers, Sanitary Sewers, and

Combined Trunk Sewers

Process codes at plants generally correspond to geographically separate areas. For all equipment

within the physical areas, buildings or rooms mainly associated with a process/sub-process,

assign the corresponding process code except for the following equipment:

Equipment that is normally considered part of a process/sub-process, but is located in a different

process/sub-process area due to non-process considerations, should be assigned to the normal

process/sub-process. For example, raw sludge pumps (which are part of the primary treatment

process) could be located within the area of secondary treatment. In this case, the raw sludge

pumps would be assigned the code for the primary treatment process/sub-process.

Use ELS as the process code for electrical equipment that provides electrical distribution to more

than one process area. Exception for Asbridges Bay (TAB): Instead of ELS uses EL1, EL2 and

EL3 that represent power supply from three different sources.

Water Treatment and Supply has several distribution processes that are process areas; in these

cases, use the process code, e.g. Post-chlorine (CLB) is a separate process area.

2.04 Equipment Codes (Fragment 3) (not including instruments – see instrument codes table)

CODE EQUIPMENT DESCRIPTION

AC Air Conditioner

AF Anaerobic Filter

AHU Air Handling Unit

ALR Alarm

AM Atmosphere Monitoring

ANL Analyser

APP Software Applications

160 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 160: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 14 of 55

CODE EQUIPMENT DESCRIPTION

BAT Battery (Bank)

BFP Backflow Preventer

BL Blower

BO Boiler

BRCH Breaching

BU Burner

BUS Bus bar Greater than 750 volts

C Compressor

CAP Capacitor

CB Circuit Breaker less than 750 volts

CF Centrifuge

CH Chamber

CL Classifier (Grit)

CLR Clarifier

CPU Computer

CHL Chlorinator

CI Chiller

CM Collector Mechanism

CMP Compactor

COM Communications Equipment, LAN, Telephone

CP Control Panel

CRN Crane

CT Controller, Temperature

CU Condensing Unit

CV Conveyor equipment (belt, bucket, screw, etc.)

CYC Cyclone, vortex

D Air Dryer / Dehumidifier

DC Data Cable (not for Contracts -for WMS only)

DD Display Device

DEF Defibrillation Unit

DM Damper, Louvre

DP Distribution Panel

DR Door ( over-head or security system doors)

DRV Drive Electric, Mechanical

DRN Drains (not for Contracts -for WMS only)

DU Duct (not for Contracts -for WMS only)

DS Disconnect Switch

DT Drip Trap

ELV Elevator

161 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 161: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 15 of 55

CODE EQUIPMENT DESCRIPTION

ENG Engine

EV Evaporator

F Filter

FA Fire Alarm System

FEQ Fire Equipment

FD Feeder, Chemical

FN Fan

FP Flushing Point (not for Contracts -for WMS only)

FU Furnace

FX Flame Arrestor

G Sluice Gate or Stop Gate / Stop Logs

GA Gauge (not for Contracts -for WMS only)

GEN Generator

GB Gearbox

GDR Grinder, Comminutor

GS Gas Distribution (not for Contracts -for WMS only)

GQ Grounds Equipment

HE Heat Exchanger

HPU Hydraulic Power Unit

HU Humidifier

HTR Heater

IRG Irrigation System

INT Intake Structure

INQ Instrument Equipment

LAG Lagoon

LB Load Break Switch

LD Lifting Device

LOA Loading Dock

LP Lighting Panel or Load Panel

LR Lubrication Ring

LTG Lighting (emergency and security)

LTX Lighting (exit)

M Motor

MCC Motor Control Centre less than 750 volts

MEQ Mechanical Equipment

162 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 162: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 16 of 55

CODE EQUIPMENT DESCRIPTION

METR Meter

MON Monitor

MT Machine Tool

MX Mixer, Flocculator and Agitator

OTF Outfall Structure

OZ Ozonator

P Pump

PA Public Address System

PD Primary Digester

PDA Personal Data Assistant (not for Contracts -for WMS only)

PDP Power Distribution Panel Less than 750 volts

PIP Piping Section or System (not for Contracts -for WMS only)

PLQ Plumbing Equipment (not for Contracts -for WMS only)

PRNT Printer

PRTY Property

PS Power Supply

QUEN Quencher

RC Recorder

RES Reservoir

RD Rupture Disk

RPU Remote Processing Unit

RTU Remote Terminal Unit

SB Scrubber (air, gas)

SC Screen, Trash Rack,

SCAM Security Camera

SCAN Scanner

SD Secondary Digester

SCBA Self Contained Breathing Apparatus

SEN Sensor

SERV Server

SLFR Sliding Frame agitator

SM Shop Machine

SO Sulphonator

SP Sampler / Sampling Point (LIMS)

SPL Spill Containment Kit

SQ Safety Equipment

SS Security System

STR Strainer

163 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 163: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 17 of 55

CODE EQUIPMENT DESCRIPTION

STRC Structure (wall, ceiling, floor) - (not for Contracts -for WMS only)

SW Switch

SWG Switchgear Greater than 750 volts

T Tank, Vessel, Hot Water Tanks

TB Tie Breaker less than 750 volts

TR Transformer

TS Transfer Switch

UPS Uninterruptible Power Supply

UV UV System/Chamber/Bank

V Valve

VEH Vehicle

VENT Vent (not for Contracts -for WMS only)

VSS Voltage Surge Suppression

WEL Well

WSC Weigh Scale

WR Welding Receptacle, Receptacle 600V AC

Assign equipment codes according to which category the equipment is most closely related.

Do not create separate Equipment tags for the different components of a device/equipment. For

example, create only one Equipment code for a pump, motor (if less than 100HP), gearbox, and

auxiliary oil pump, create only one equipment tag for a valve and its manual or electric actuator,

etc.

164 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 164: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 18 of 55

2.05 Instrument Codes (Fragment 3)

This list contains some of the more commonly used instrument codes. Codes for other

instruments not found in this list can be generated using the ISA letter identification table shown

below:

LETTER

FIRST LETTER SUCCEDING LETTERS MEASURED OR

INITIATING VARIABLE MODIFIER

READOUT OR PASSIVE

FUNCTION OUTPUT FUNCTION MODIFIER

A ANALYSIS (2) ALARM

B BURNER, COMBUSTION CLOSE, STOP, DECREASE

(1)

C CONTROL

D DENSITY DIFFERENTIAL OPEN, START, INCREASE

(1)

E VOLTAGE SENSOR (PRIMARY

ELEMENT)

F FLOW RATE RATIO (FRACTION) FAIL (1)

G GLASS, VIEWING

DEVICE

H HAND HIGH (OPENED)

I CURRENT (ELECTRICAL) INDICATE

J POWER SCAN

K TIME, TIME SCHEDULE TIME RATE OF

CHANGE CONTROL STATION

L LEVEL LIGHT LOW (CLOSED)

M MOTOR, MOTION (1) MOMENTARY MOTOR (1) MIDDLE OR

INERMEDIATE

N ON OR OPERATE

(1)

O ORIFICE, RESTRICTION OVERLOAD (1)

P PRESSURE, VACUUM POINT (TEST)

CONNECTION PUMP (1)

Q QUANTITY (2) INTEGRATE, TOTALIZE

R RADIATION RECORD

S SPEED, FREQUENCY SAFETY SWITCH

T TEMPERATURE TRANSMIT

U MULTI-VARIABLE (2) MULTI-FUNCTION (2) MULT-IFUNCTION (2) MULTI-

FUNCTION (2)

V VIBRATION,

MECHANICAL ANALYSIS

VALVE, DAMPER,

LOUVER

W WEIGHT, FORCE WELL

X UNCLASIFIED (2) UNCLASIFIED (2) UNCLASIFIED (2) UNCLASIFIED (2)

Y EVENT, STATE,

PRESENCE

RELET, COMPUTE,

CONVERT

Z POSITION, DIMENSION

DRIVER, ACTUATOR,

UNCLASIFIED FINAL

CONTROL ELEMENT

(1) USER'S CHOICE

(2) WHEN USED, SYMBOL OR SYGNAL LINE IS ANNOTATED

165 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 165: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 19 of 55

Many of the following instrument codes are not used to identify physical devices. They are in this

table for use as identification in P&ID drawings and Process Control Narratives and other related

documentation. For example, a valve should always have a physical tag that includes “V” as the

device code. FCV, PCV, LCV etc should be used only within the “bubble” on the P&ID to

identify valve’s control function. Primary elements (sensors) are not physically tagged as they are

an integral part of the instrument but they typically require a separate tag on P&IDs and other

documentation.

Codes for use on documentation only are shown in bold text:

CODE INSTRUMENT

AE Analyzer Element

ASH Analysis Switch High

ASL Analysis Switch Low

ART Analysis Recording Transmitter

AIC Analysis Indicating Controller

AIT Analysis Indicating Transmitter

DL Data Logger

EIT Voltage Indicating Transmitter

FCV Flow Control Valve

FE Flow Element

FFIC Flow Ratio Indicating Controller

FSH Flow Switch High

FSL Flow Switch Low

FRT Flow Recording Transmitter

FI Flow Indicator or Gauge

FIC Flow Indicating Controller

FIT Flow Indicating Transmitter

FQ Flow Totalizing Meter

FQIR Flow Totalizing Indicating Recorder

FRIC Dosage (or Ratio) Indicating Controller

FS Flow Switch

FY Flow Analyzing Element

GRF Ground Fault

HS Hand Switch (or Pushbutton)

HMS Hand Momentary Switch (or Pushbutton)

HMSB Hand Momentary Pushbutton – Stop

HMSF Hand Momentary Pushbutton – Start Fast

HMSH Hand Momentary Pushbutton – Start

166 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 166: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 20 of 55

CODE INSTRUMENT

HMSL Hand Momentary Pushbutton – Start Reverse

HMSS Hand Momentary Pushbutton – Start Slow

IRT Current Recording Transmitter

IIT Current Indicating Transmitter

JRT Power Recording Transmitter (Protection, Monitoring & Control)

JIT Power Indicating Transmitter (Monitoring Only)

KI Time Indicator (Clock)

KIQ Total Runtime Meter

LCV Level Control Valve

LDIT Level Differential Indication Transmitter

LE Level Element

LI Level Indicator or Gauge

LIC Level Indicating Controller

LS Level Switch

LSH Level Switch High

LSHH Level Switch High-High

LSL Level Switch Low

LSLL Level Switch Low Low

LSM Level Switch Medium

LRT Level Recording Transmitter

LIT Level Indicating Transmitter

LT Level Transmitter

MLB Motor Light Stop

MLN Motor Light Run

PCV Pressure Control Valve

PDIT Pressure Differential Indicating Transmitter

PSH Pressure Switch High

PSHH Pressure Switch High High

PSL Pressure Switch Low

PSLL Pressure Switch Low Low

PRT Pressure Recording Transmitter

PI Pressure Indicator or Gauge

PIC Pressure Indicating Controller

PIT Pressure Indicating Transmitter

SI Speed Indicator or Gauge

SIT Speed Indicating Transmitter

SRT Speed Recording Transmitter

167 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 167: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 21 of 55

CODE INSTRUMENT SSH Speed Switch High

SSL Speed Switch Low

TE Temperature Element

TSH Temperature Switch High

TSL Temperature Switch Low

TRT Temperature Recording Transmitter

TI Temperature Indicator or Gauge

TIC Temperature Indicating Controller, Thermostat

TIT Temperature Indicating Transmitter

VSH Vibration Switch High

VSL Vibration Switch Low

VRT Vibration Recording Transmitter

VIT Vibration Indicating Transmitter

WSH Weight Switch High

WSL Weight Switch Low

WRT Weight Recording Transmitter

WIT Weight Indicating Transmitter

XSH Torque Switch

YAN Alarm Horn

ZIC Position Indicating Controller

ZSH Position Switch High (Open)

ZSLH Position Switches Low and High

ZSL Position Switch Low (Closed)

ZRT Position Recording Transmitter

ZIT Position Indicating Transmitter

Assign instrument codes in the same manner as equipment codes.

2.06 Equipment/Loop Number (Fragment 4)

Generally, the Equipment/Loop number is a four digit number (0001 to 9999); however, for

existing electrical equipment, a four-character alphanumeric code can be used to represent

existing numbering conversions that are difficult to change due to both health and safety and

operational reasons. Whenever practical for all equipment (except these specific examples of

existing electrical equipment) the first two digits are the sequential loop number. The numbering

sequence for the loop is assigned with numbers geographically increasing from West to East,

South to North, starting at 01. The third and forth digits are used to number multiple occurrences

of the same device type in the loop. The numbering should start at 01 and increase sequentially

according to flow or process direction.

168 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 168: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 22 of 55

For example:

The main component of the process, the pump, is numbered FHO-TRW-P-0800.

The associated loop device, in this case the suction valve, is numbered FHO-TRW-V-

0801.

The second valve (check valve) in the same loop is numbered FHO-TRW-V-0802.

Where equipment is not associated with a major unit, assign numbers according to geographical

layout. Start numbers with “0001”.

For example:

A flow switch on a common header, connected to multiple pumps (loops) cannot be

associated with any major unit. Therefore, the numbers “0001” such as FHO-TRW-FS-

0001 shall be assigned.

For water mains and sewers, use the first two numbers to identify chamber/manhole numbers (i.e.

all equipment in Chamber 01 will have a 01xx loop number).

The numbering sequence shall follow and be synchronized with existing PCS compliant tags

within facilities.

2.07 Duplicate Item Suffix (Fragment 5)

This fragment is reserved for differentiating between duplicate devices that would otherwise have

the same code.

This fragment starts with A for the first repeated item. Subsequent items continue in alphabetical

order.

Suffixes should be assigned as consistently as possible. If applicable, the order of suffixes should

follow process flow.

For water mains and sewers, use this fragment in conjunction with fragment 4 as part of the

chamber/manhole identification (i.e. MTI chamber 17A will use loop numbers 17xxA, etc.)

Note that there is no dash between loop number and suffix (Fragment 4 and Fragment 5) as

Fragment 5 is actually extension of Fragment 4.

2.08 PCS I/O Tag Names

Coding System:

1. I/O Tag Names define points of information in the process control system software.

169 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 169: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 23 of 55

2. The code consists of up to 30 characters and each section may be of an alphanumeric

combination.

3. Dashes are included as shown.

4. The basic code shall be:

AAA- CCC- AAAA- NNNNA- AAAAAAAA- AA (1) (2) (3) (4) (5) (6)

Where: A Denotes Alphabetic character (letter)

N Denotes Numeric character (number)

C Denotes generic character (either alphabetic or numeric)

The different groups of characters are split into various fragments which have specific

functions meanings. These fragments or groups of characters are denoted by the numbers 1

to 6 and have the following functions:

DESCRIPTION

Fragment 1 Is a three-digit character representing the facility or location (section 2.02).

Fragment 2 Is a two or three character code representing a process/sub-process performed

within the facility or site (section 2.03). Water mains, sewers, reservoirs and

pumping stations are classified as processes in the tag name.

Fragment 3 Is a one to four-character code representing the equipment from which the

signal is sent or received (sections 2.04 and 2.05)

Fragment 4 Is a four or five-character alphanumeric code that identifies the Equipment/loop

number? Leading zeroes are used to fill the code for numbers with less than

four characters (section 2.06). The last character differentiates between

otherwise duplicate equipment codes (section 2.07).

Note: For water mains and sewers, use the first two numbers to identify

chamber/manhole numbers (i.e. all equipment in Chamber 01 will have a 01xx

loop number). Use the last character in conjunction with fragment 4 as part of

the chamber/manhole identification (i.e. MTI chamber 17A will use loop

numbers 17xxA, etc.)

Fragment 5 Is a two to seven-character code representing the signal or data? The last used

character may differentiate between otherwise duplicate signals within the same

loop as A,B,C, etc.

Fragment 6 Is a one to two-character code representing the source for virtual points.

Fragments 1, 2, 3 and 4 correspond to the Equipment name of the device to which the I/O

point is associated.

170 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 170: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 24 of 55

Example Signal Coding for Process Control Systems:

The following are examples of control system data base names.

1. THR-PRM-V-0551-VC

(1) (2) (3) (4) (5) (6)

THR- PRM- V- 0551- VC

Humber

Treatment

Plant

Primary

Treatment

Process

Valve No. 0551 Valve Control

(Position Setpoint)

N/A

2. FHA-TRW-P-0012-MN

(1) (2) (3) (4) (5) (6)

FHA- TRW- P- 0012- MN

Harris

Filtration

Plant

Treated

Water

Process

Pump No. 0012 Running N/A

3. TAB-STR-PSL-2332-PAL

(1) (2) (3) (4) (5) (6)

TAB- STR- PSL- 2332- PAL Ashbridges

Bay Treatment

Plant

Secondary

Treatment

Pressure

Switch

Low

No. 2332 Pressure Alarm

Low

N/A

4. FCL-FLT-LIT-0012-LIA

(1) (2) (3) (4) (5) (6)

FCL- FLT- LIT- 0012- LIA Clark

Filtration

Plant

Filtration

Process

Level

Indicating

Transmitter

No. 0012 Level Indication -

First Duplicate

Signal

N/A

171 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 171: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 25 of 55

5. WTR-PEG-FIT-0324-FI

(1) (2) (3) (4) (5) (6)

WTR- PEG- FIT- 0324- FI Water

Transmission

Eglinton

Pumping

Station

Flow

Indicating

Transmitter

No. 324 Flow Indication N/A

6. WTR-103-FIT-0012-FI

(1) (2) (3) (4) (5) (6)

WTR- 103- FIT- 0012- FI Water

Transmission

Water Main

103

Flow

Indicating

Transmitter

Chamber

12

Flow Indication N/A

7. TAB-PRS-V-0301B-YNY-C

(1) (2) (3) (4) (5) (6)

TAB- PRS- V- 0301B- YNYI -C Ashbridges

Bay Treatment

Plant

Phosphorus

Removal

Valve No.

0301B

Computer Auto

Request

from

SCAD

A

8. TAB-PRS-RPU-0521- KIYR-R

(1) (2) (3) (4) (5) (6)

TAB- PRS- RPU- 0521- KIYR -R Ashbridges

Bay Treatment

Plant

Phosphorus

Removal

Remote

Processing

Unit

No.

0521

Time Indication:

Year

from

RPU

9. TAB-PRS-LIT-0208 -LAHHC-C

(1) (2) (3) (4) (5) (6)

TAB- PRS- LIT- 0208- LAHHC -C Ashbridges

Bay Treatment

Plant

Phosphorus

Removal

Level

Indicating

Transmitter

No.

0208

Level Alarm High

High Control

(Setpoint)

from

SCAD

A

10. TAB-PRS-LIT-0208-LAHH-R

(1) (2) (3) (4) (5) (6)

TAB- PRS- LIT- 0208- LAHH -R

Ashbridges

Bay Treatment

Plant

Phosphorus

Removal

Level

Indicating

Transmitter

No.

0208

Level Alarm High

High

from

RPU

172 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 172: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 26 of 55

11. TAB-PRS-RPU-0521-SYFULL-R

(1) (2) (3) (4) (5) (6)

TAB- PRS- RPU- 0521- SYFULL -R Ashbridges

Bay Treatment

Plant

Phosphorus

Removal

Remote

Processing

Unit

No.

0521

System Fault

Table Full

from

RPU

At a minimum, PCS signals and data points are to be assigned point names for all data transferred

between programmable devices and all points in the Human-Machine Interface (HMI) and

historical databases, unless otherwise stated in the software standards.

2.09 Signal Codes (Fragment 5)

Follow these guidelines when assigning signal and data codes:

1. Use codes defined in this standard where appropriate

2. For RPU system variable names, use the abbreviations and short names used in the RPU

manufacturer’s programming manuals.

3. Use the loop number segment of the point name to distinguish between different devices

or instruments rather than creating a new code. For example use “MN” to denote running

status for the motor in loop 0001, 0002, 0003 and other loops. Do not create special

codes to differentiate between different loops.

4. Use the device type segment of the point name to distinguish between different types of

devices or instruments in the same loop rather than creating a new code. For example use

“MN” to denote running status for pumps, conveyors, blowers, motors and other devices.

Do not create special codes to differentiate between the types of device.

This list contains some of the more commonly used signal codes. Codes for other signals and

data not found in this list can be generated using the guidelines below.

CODE SIGNAL/DATA CODE DESCRIPTION

AAH Analysis Alarm High

AAL Analysis Alarm Low

AAX Analysis Alarm Warning

AI Analysis Indication

AIC Analysis Indication Control

AXA Instrument Failure Alarm

BB Burner Off

BF Burner Failure

BH Burner On

173 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 173: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 27 of 55

CODE SIGNAL/DATA CODE DESCRIPTION

DI Density Indication

EAL Loss of Power Alarm

EA Voltage phases A-B

EB Voltage phases B-C

EC Voltage phases A-C

FAH Flow Alarm High

FAHH Flow Alarm High High

FAL Flow Alarm Low

FALL Flow Alarm Low Low

FH Flow Impulse

FI Flow Indication

FIC Flow Control

FR Flow Record

HAS Emergency Stop Alarm

HMB Stop Request

HMD Start Request

HS Manual/Auto

II Current Indication

IIA Current - Phase A

IIB Current - Phase B

IIC Current - Phase C

JI Power Indication

JQ Energy

JY Power Factor

KQ Run Time

LAH Level Alarm High

LAHH Level Alarm High High

LAL Level Alarm Low

LALL Level Alarm Low Low

LDI Level Differential

LI Level Indication

MAL Motion Alarm Low

MB Stop Command

MF Motor Failed

MH Start Command

MHF Start Fast

MHS Start Slow

ML Start Reverse

MLB Motor Off Status

MN Running

MNB Stopping

MND Starting

MNH Running Forward

174 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 174: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 28 of 55

CODE SIGNAL/DATA CODE DESCRIPTION

MNL Running Reverse

OVRD Override

PAH Pressure Alarm High

PAHH Pressure Alarm High High

PAL Pressure Alarm Low

PALL Pressure Alarm Low Low

PC Pressure Setpoint

PDH Pressure Differential High

PDI Pressure Differential

PI Pressure Indication

PR Pressure Record

QAH Overcrank Alarm

SAH Speed Alarm High

SAHH Speed Alarm High High

SAL Speed Alarm Low

SALL Speed Alarm Low Low

SC Speed Setpoint

SDI Speed Differential

SI Speed Indication

SW Software

TAH Temperature Alarm High

TAHH Temperature Alarm High High

TAHL Temperature Alarm High/Low

TAL Temperature Alarm Low

TALL Temperature Alarm Low Low

TC Temperature Control

TI Temperature Indication

VC Position Setpoint

VH Open Command

VB Position B Select

VI Vibration Alarm

VL Close Command

VA Position A Select

WA Torque Alarm

WAH Torque Alarm High

WAL Torque Alarm Low

WC Torque Setpoint

WI Weight Indication

XA General Alarm

YA Not Available

YN Computer Mode

YSEL Mode Select

YQ Operation Totalizer

175 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 175: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 29 of 55

CODE SIGNAL/DATA CODE DESCRIPTION

YU Reset

ZAH Position Alarm High

ZAL Position Alarm Low

ZH Opened

ZB Position B Indication

ZI Position Indication

ZL Closed

ZA Position A Indication

Codes for other signals and data not found in the list can be generated using the following

guidelines:

1. Use ISA Letter Identification Table (see section 2.05).

2. Use the abbreviation “A” for analysis for all analytical measurements; do not use

chemical abbreviations (e.g. CL2, FE, FECL2, and O2), laboratory test designations

(e.g. TSS, SS, NTU) or other abbreviations (e.g. DEN for density, LEN for length).

3. Use abbreviations for measured variable; do not use “X” to denote the measured

variable.

4. Create as few special codes as practical. Data point names need to be unique within

an RPU or within the City-wide HMI environment. Data names do not need to

describe the datum; the description belongs in the description field.

5. Use abbreviations in a consistent manner. That is, use only one abbreviation for the

same meaning.

6. Use a hyphen to separate portions of the data code if needed to clarify the name. Use

no other special characters.

176 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 176: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 30 of 55

7. Use the following abbreviations as needed:

Abbreviation Meaning

ACT Actual

BLK Block

C From SCADA, usually as the last letter in a data code

CLK Clock

COND Conditioned

CV PID "CV" Control Variable

DB Deadband

DT Day of Week

DUPL Duplicate

DV Device

DY Day of Month

EN Enable

FLT Fault

HR Hour

ID Identity

JOG Jog

L Latched, usually as the last letter in a data code

MAX Maximum

MIN Minimum or Minute

MTH Month

ND Needed, Required

NOR Normal

OK Okay, Successful

OS Out of Service

OV Over

PID Proportional Integral Derivative

PRE Preset

PV PID “PV” Process Feedback

READ Read

REQ Request

RF Refresh

RS Restart

SEC Second

SEL Select

SP Setpoint

SQ Sequence

T Timer, usually as the first letter in a data code for a system variable

TT Temporary, usually as the last letter in a data code

TMP Temporary

177 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 177: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 31 of 55

Abbreviation Meaning

TMR Timer

TRAN Transition

UN Under

VAL Value

W Word, followed by the number of the word

WRI Write

YR Year

2.10 Real or Virtual Point Type (Fragment 6)

This fragment is assigned as needed to differentiate different virtual points attached to the same

root input or output. It is a one to two-character code representing the source for virtual points.

� C – SCADA to PLC (all facilities)

� CR – SCADA to PLC (WTR tags only)

� R – PLC to SCADA (all facilities)

� RC – PLC to SCADA (WTR tags only)

� R1 – Virtual PLC point in the one shot ”table”

2.11 POMS and LIMS Usage

The use of facility, process or equipment codes in defining calculations or points of information

in the performance and operations management System (POMS) and Laboratory Information

Management System (LIMS) shall be consistent with this standard.

2.12 LIMS Data Names

The use of facility, process or equipment codes in defining sample locations, calculations or

points of information in the laboratory information management system (LIMS) shall be

consistent with this standard.

Coding System:

1. The code consists of up to 27 characters and each section may be of an alpha-

numeric combination.

2. Dashes are included, as shown in the examples, below

The basic code shall be:

AAA- CCC- AAAA- CCCCA- CCCC CCCC (1) (2) (3) (4) (5) (6)

Where: A Denotes Alphabetic character (letter) N Denotes Numeric character (number)

178 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 178: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 32 of 55

C Denotes generic Character (either alphabetic or numeric)

The different groups of characters are split into various fragments, which have specific

functions meanings. These fragments or groups of characters are denoted by the numbers 1

to 6 and have the following functions:

Fragment 1 is a three-digit character representing the facility or location (site) (2.02).

Fragment 2 is a two or three character code representing a process/sub-process performed

within the facility or site (2.03). Water mains, reservoirs and pumping

stations are classified as processes in the tag name.

Fragment 3 is a one to four-character code representing the type of equipment or

instrument codes (2.04 and 2.05).

Fragment 4 is a four or five character alphanumeric code that identifies the

Equipment/loop number (2.06). Leading zeroes are used to fill the code for

numbers with less than four characters. The last character differentiates

between otherwise duplicate equipment codes (2.07).

For water mains and sewers, use the first two numbers to identify

chamber/manhole numbers (i.e. all equipment in Chamber 01 will have a

01xx loop number). Use the last character in conjunction with fragment 4 as

part of the chamber/manhole identification (i.e. MTI chamber 17A will use

loop numbers 17xxA, etc.)

Fragment 5 is a four character alpha-numeric code that identifies the type of process or

sub-process sample

Fragment 6 is a four character alpha-numeric code that identifies the sampling point

number

Examples LIMS Data Coding:

TNT-AER-T-0001-CENT-SP01

(1) (2) (3) (4) (5) (6) TNT- AER- T- 0001- CENT- SP01

North Toronto Treatment

Plant

Aeration Process

Tank No. 0001 Centrate Sample

Point No. 01

179 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 179: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 33 of 55

2.13 LIMS Codes (Fragment 5)

This list contains some of the more commonly used LIMS Process Sample Codes.

CODE LIMS Process Codes AIRE Air Emissions AMX Morning Period BMOI Plant Moisture Balance BSL Blended Sludge BYPS Bypass CENT Centrate DAY All Day Period DAF Diffused Air Flotation DSL Digested Sludge EFF Effluent FEED Feed GRT Grit IASH Incineration Ash INF Influent ML Mixed Liquor MLSS Mixed Liquor Suspended Solids PHOS Phosphorous PM Afternoon Period POLY Polymer RASL Return Activated Sludge ROYC Royce Meter RWSL Raw Sludge SCM Scum SCN Screenings SLCK Sludge Cake SUBN Subnatant SUPN Supernatant TF Transfer Tank TWAS Thickened Waste Activated Sludge UDS Undigested Sludge VA Volatile Acid Sampling WAS Waste Activated Sludge

180 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 180: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 34 of 55

PART 3 – PHYSICAL TAGS

3.01 General

Equipment/devices (assets) must have a physical tag attached with a unique number in

accordance with this standard. There are two types of tags in use at Toronto Water facilities:

1. Aluminum Bar Code Tags – All assets will have an Aluminum Bar Code Tag for

identification and for use with bar code scanners for asset management purposes.

2. Lamacoid Tags – Lamacoid tags (with no bar code) are to be used only for electrical

equipment that do have a PCS tag (i.e. Switchgears, Load breakers, MCCs, Transformers,

Switches, Control Panels serving multiple devices etc). So in this context, the lamacoid tag is

the asset tag but only for electrical equipment and panels.

3.02 Supplemental Tags

An asset can have multiple tags associated with it to identify supplementary items such as a

disconnect switch, device control panel, VFD, source of power tag, MCC starter/disconnect tag

etc. These supplementary tags shall be lamacoid types which are in addition to the primary

aluminum bar code tag on the primary asset.

Some equipment/devices will require a larger tag that matches the physical characteristics of the

equipment. These identifications are required on larger pieces of equipment installations to be

completed based on the following: all Tanks, Cranes , Centrifuges, Pumps, Generators, Engines,

HVAC Units, Blowers, Large Motors, Large Compressors, Feeders, Evaporators, Furnaces,

Scrubbers, Large Valves/Gates, Large Filters and all other similar large equipment. These larger

major pieces of equipment require the larger tag identification for ease of identification from a

distance for both operational and safety related requirements. Larger tags are also required for the

equipment physically located on the places where the tag cannot be easily read (i.e. valve

mounted high on the overhead pipe). In some cases multiple large tags are required.

3.03 Mounting

Tags are to be attached directly on pieces of equipment to which the tag is related in plain view of

a person walking by the equipment. Equipment warranties or equipment performance are not to

be affected by the mounting of the tags. They should be attached using screws and should be

straight/level with no damage and no kinking (bending around curve is allowable). The surface

area should be cleaned properly prior to installation.

Mount tags so that they are readily apparent and legible. Place tags within a height range of

1200mm to 1650mm (4 to 5 ½ feet) from the floor if possible. Do not obscure or mount over

other nameplates, labels or tags. Attempt to locate the tags as close as possible to existing

manufacturer’s nameplate tags.

181 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 181: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 35 of 55

In situations where equipment is not in plain view of staff, the aluminum tag should be mounted

on a wall under the equipment or similar location such that the required information is in plain

view of a person walking by as close as possible to the equipment. Where lamacoid tags are used,

the tag should be attached directly to the equipment and sized such that it is visible to staff

walking nearby. In situations that are unique or unclear for the mounting of tags, consult with the

Optimized Maintenance Unit.

The Optimized Maintenance Unit will approve the material type (Aluminum or Lamacoid) based

on the particular locations. Aluminum is required on all equipment and devices that may be

subjected to painting and outdoor installations. Lamacoid tags are required on all control panels

and on equipment in corrosive environments, including all areas that may be exposed to chlorine

fumes (filter buildings, flocculation areas, chlorine storage and feeder rooms, etc.). 75mm (three inch) stencilling (or an appropriate size proportional to the size of the equipment)

shall be selected for the large tags. The colour of the paint/tag is to be complementary to the

colour of the equipment to ensure that it is visible from a distance.

3.04 Mounting Examples

1. Valves

For valves the bar-coded tag is to be mounted on the process flange, if flange is wide enough. If

flange is not wide enough it is to be on the process side at both sides of the tag with stainless steel

wire.

2. Pumps

For pumps under a 100 hp the tags are to be mounted on the base plate for the assembly. For

motors over a 100 hp the tags are to be mounted on the base plate of the motor. If base plate

mounting is not acceptable, attach tag on the process piping, wall or adjacent structure.

For very large pumps, the bottom flange of the pump is to be used for mounting of tag. This part

of the pump is very seldom ever changed.

3. Instruments

For instruments the bar-coded tag is to be mounted to the conduit feeding the device preferably at

the bottom of the device. For some instruments if mounting to conduit is not possible it can be

mounted to the concrete wall close to the device location.

The elements for transmitters are to be tagged with the same tag as the transmitter. Element to

have lamacoid tag and the barcode should go on transmitter.

4. Panels

182 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 182: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 36 of 55

Device disconnects, switchgear and MCC’s are not to be drilled (unless new) such that

unnecessary shutdowns of equipment are required. Attach tags to this type of equipment with

double sided tape or adhesive.

All sources of power tags, for 600 v devices, are to have tag attached to conduit entering device

with stainless steel wire or on wall or structure clearly visible.

If a 600v device has a local disconnect, the source of power tag is to be attached to wall beside

disconnect operating handle with stainless steel screws and plastic anchors.

For some 600v devices with a local disconnect the source of power tag may have to be attached to

the front face of disconnect with double sided tape or adhesive.

All MCC or switchgear tags are to be attached to equipment with double sided tape or adhesive

(unless new).

3.05 Evaluation Criteria for Physical Tagging in the Field

A device requires physical tagging if it has any of the following characteristics:

1. Desire to retain asset specifications / data

2. Desire to retain costing information

3. It appears in Operating Procedures or Process Narratives (not all equipment devices show

on P&ID’s)

4. Requires scheduled maintenance and a record of maintenance activity

The level to which a device/equipment is to be tagged will depend on several factors. All the

factors below must be considered and met using the decision flow diagram below:

1. Criticality 1, 2, 3 (see Table below).

2. Impact on process – as a minimum referenced in P&IDs (Process & Instrumentation

Diagram) and/or SOPs.

3. Existence within WMS (Work Management System) asset hierarchy.

Criticality Evaluation

H&S /

Environmental 1

Safety/Environmental impact. Failure or missed planned maintenance may

impact safety for staff/the public and the surrounding environment)

High 2

Failure or missed planned maintenance of this device will immediately impact

the operation. I.e. for example if back-up equipment is available criticality

would be medium. Equipment requiring regulatory maintenance would fall

under this category

183 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 183: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 37 of 55

Medium 3 Failure of this device may/will, over time impact the process, and result in a

high cost

Low 4 No impact to the station function

A group of devices/equipment may be tagged as one asset depending on their function in the

process. The focus must always be on the component which is providing the main function.

1. For example a pump driven by a motor will be initially tagged with one tag. This one

‘tag’ will reference both the motor and the pump. However based on the above

“Device/Equipment Definition”, and “Factors that must be considered” criteria, the motor

may potentially be tagged as well.

2. In the case of a valve activated by an actuator, it will be initially tagged as one asset with

focus on the valve. Again there might be cases where the actuator may require tagging

too.

Important:

Before proceeding with tagging, lists of equipment/devices ‘to be tagged’ and ‘not to be tagged’

must be submitted to OMU for approval during the detailed design phase.

The decision-flow diagram below together with the above definitions will help Consultants

evaluate if a device/equipment is to be tagged.

If there are further question about tagging or not tagging a device/equipment contact the

Optimized Maintenance Unit for further assistance.

184 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 184: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 38 of 55

Device/Equipment

to be tagged

Shown in P&ID

and/or SOP

Proceed with

Tagging

Shown on Equipment

Hierarchy in WMS?

Is it Critical to

Process?

(See above Table)

Yes

Yes

Yes

No

No

Do Not

Tag

No

Approved

by OMU?

No

Yes

Create ‘To

Tag’ List

Create

‘Not to

Tag’ List

Approved by

OMU?

Yes

No

185 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 185: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 39 of 55

3.06 Aluminum Tag specifications

All equipment will have a standard bar code tag (shown below)

Elements of the bar code tag are as follows:

1. The equipment tag number

2. A barcode representing the unique equipment tag, centered below the equipment tag

and coded using the following barcode specification: Symbology: Code 128 auto,

X-Dimension: 0.013", Ratio: 3:1, Height: 0.375"

3. A brief description of the equipment (bottom left corner)

4. Toronto Water logo (bottom right corner)

Physical tag specifications:

Size 75mm x 25mm (3” x 1”) (all equipment)

Thickness Aluminum: 0.8mm (0.032“), Lamacoid: 1.5mm

(0.060”), Stainless Steel (S.S): 0.8mm (0.032“).

Material Teflon coated Aluminum unless approved differently

by the TW Optimized Maintenance Unit, Stainless

Steel, or Lamacoid

Coating 3M Teflon UV and anti paint topcoat (Aluminum

Only)

Fastener hole size 3mm (1/8”)

Fastening Method Specified rivets only unless approved differently by

Code 128 barcode of

Equipment Tag

Number

Brief description of equipment, per

standard terms

Toronto Water Logo

Equipment Tag Number

186 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 186: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 40 of 55

the TW Optimized Maintenance Unit.

1.2mm (3/64") Stainless Steel wire cable with

swaged coupling for devices to small to rivet.

Rivet Specifications

3mm (1/8") SS round head or blind SS pop rivets

Equipment Tag Number FONT

Arial, 16pt

Barcode FONT Code 128 auto, X-Dimension: 0.33mm ( 0.013"),

Ratio: 3:1, Height: 9.5mm (0.375")

Barcode size 45mm x 9.5mm (1.75” x 0.375” )

Equipment description Font Arial, 10 pt

Toronto Water LOGO 22mm x 4.5mm (0.875” x 0.175”)

Adhesives and Wire for affixing

labels

Not allowed unless approved by the TW Optimized

Maintenance Unit, or design of the device would be

compromised by drilling.

As per the brief equipment description in the above tag (bottom left corner), “Pump” labels are to

contain equipment description names and as required, followed by specific functional detail. Not

all equipment description requires the functional details if the details to add do not provide

helpful information in addition to the tag name information. For example;

Pump (no need to add Treated Water as that information is in the Tag fragment - TRW)

Motor (no need to add Treated Water as that information is in the Tag fragment - TRW)

Valve, Suction (the function tells the reader it is a suction valve – ads more value)

Valve, Discharge (the function tells the reader it is a discharge valve – ads more value)

Compressor, Service Air (the function tells the reader it is a service air compressor – adds more

value) etc.

3.07 Lamacoid Tag Specifications

Material to be engraved gravoploy laminate nameplates, 1.5mm thick with bevelled edges

Use text with the following characteristics:

1. Lettering – Uppercase

2. Font – Times New Roman

3. Style – Regular

4. Size – Maximum to fit label width, minimum 3mm

5. Character Spacing – Normal

6. Justification – Center lettering on each line

7. Colour – Black lettering on White background

.

1.

187 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 187: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 41 of 55

The following table lists the characteristics of common tag types in use at Toronto Water

facilities:

Tag Type Size Lines Font Height

A 40 x 12 (1 ½” x ½”) 1 line 1 = 6.5mm

B 50 x 20 (2” x ¾”) 1 line 1 = 6.5mm

C 75 x 25 (3” x 1”) 1 line 1 = 5mm

D 75 x 31 (3” x 1 ¼”) 2 line 1 = 6.5mm, line 2 = 5mm

E 75 x 31 (3” x 1 ¼”) 3 line 1 = 6.5mm, line 2&3 = 4mm

F 75 x 31 (3” x 1 ¼”) 3 line 1 = 5mm, line 2&3 = 5mm

G 100 x 40 (4” x 1 ½”) 3 6.5mm

H 150 x 25 (6” x 1”) 1 line 1 = 12.5mm

I 150 x 31 (6” x 1 ¼”) 2 line 1 = 12.5mm, line 2 = 6.5mm

J 150 x 31 (6” x 1 ¼”) 2 line 1 = 6.5mm, line 2 = 6.5mm

K 250 x 50 (10” x 2”) 2 line 1 = 15mm, line 2 = 9mm

188 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 188: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 42 of 55

3.08 Lamacoid Tag Examples

1. Tags for MCCs/Switchgears/PDPs

Typical example (Type K):

THC-ELS-MCC-0101 LOWER PLANT BLDG. A 600 V MCC

Line 1: Identify the equipment number

Line 2: Equipment description

This is equipment tag to identify MCC, Switchgear or PDP. Tag to be mounted on the left upper corner of MCC, Switchgear or PDP. In

main-tie-main configuration associated tags to be mounted on left and right upper corner of MCC, Switchgear or PDP.

189 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 189: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 43 of 55

2. Tags for Electrical Panels/Switches

Typical example (Type J):

THR-ELS-SW-0001

MAIN 27.6 KV LB-HYDRO FEEDER 1 Line 1: Identify the equipment number

Line 2: Equipment description (Scaled text width to fit label width when needed)

3. Source of Power Tag (Supplemental Tag)

Typical example (Type F):

Line 1: Identify the equipment number

Line 2: “ELECTRICAL SUPPLY FROM” (Scaled text width to fit label width)

Line 3: MCC or electrical supply equipment number

THC-PLT-G-5151

ELECTRICAL SUPPLY FROM

THC-ELS-MCC-1103E

190 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 190: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 44 of 55

4. MCC Starter/Disconnect Tag (Supplemental Tag)

Typical example for Switchgears, Switchboards and PDP – above 750 V (Type J):

EFFLUENT PS TRANS. 4160 V/600 V

THR-ELS-TR-1900

Line 1: Equipment description

Line 2: Identify the equipment number

Typical example for MCCs, PDPs – less than 750 V (Type D):

BAYPASS CHANNEL GATE

THC-PLT-G-5151

Line 1: Equipment description (Scaled text width to fit label width when needed)

Line 2: Identify the equipment number

These are supplemental tags to identify equipment that will be de-energized when the associated

circuit break/disconnecting device is opened.

191 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 191: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 45 of 55

5. Tags for Control Stations (Supplemental Tag)

Typical example (Type C):

Line 1: Identify the equipment number

This is a supplemental tag to identify equipment to which this control station or disconnect switch

is related.

3.09 Process Tagging Examples

The following diagrams illustrate some typical process equipment configurations and the

appropriate tagging arrangement.

Example 1

THC-PLT-P-5320Tag to be aluminum and be

mounted on the base

M

THC-PLT-M-5320Motor (>100HP) tag

To be lamacoid ‘C’

Mounted on motor

LS

DS

THC-PLT-P-5230

To be lamacoid type ‘C’

THC-PLT-P-5320

ELECTRILCAL SUPPLY FROM

THC-ELS-MCC-1101To be lamacoid type ‘F’ located on box

VFD

THC-PLT-P-5230To be lamacoid type ‘C’

THC-ELS-MCC-1101

HEADHOUSE 600 V MCCTo be lamacoid type ‘K’ and

mounted on left upper corner of MCC

Pump

wrapper

unit

DEWATERING PUMP

THC-PLT-P-5320Tag to be lamacoid type ‘D’

located wraper unit

Note: Pump THC-PLT-P-5130 is real pump however some tags are added to address potential

features (Motor, VFD etc).

192 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 192: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 46 of 55

Example 2

Example 3

193 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 193: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 47 of 55

3.10 Physical Tag List Examples

The equipment physical tag lists are attached to this standard. Please see:

EDOCSLIB-#16165 Equipment (Asset) Tag List- Aluminum (Example)

EDOCSLIB-#16166 Equipment (Asset) Tag List- Lamacoid (Example

EDOCSLIB-#16167 Supplemental Tag List – MCC Starter/Disconnect (Example)

EDOCSLIB-#16168 Supplemental Tag List – Source of Power (Example)

EDOCSLIB-#16169 Supplemental Tag List – Control Station (Example)

Consultant is to produce "Large tag" list if require in accordance with paragraph 3.02. When

stencilling is used as a method for large tags identify letter size, paint and background colour.

Mylar could be used only if approved by OMU. If approved identify size, letter size, and letter

and background colour.

3.11 Existing Equipment Identification Numbering

If a project involves re-programming or re-calibrating existing equipment, it shall be re-tagged as

required according to the following guidelines:

1. Remove all former or conflicting references to equipment / device numbers to ensure no

ambiguity as to the correct and only equipment tag number.

2. For any existing electrical equipment numbers that cannot be removed and replaced with

tags that follow this standard (facility locations are to determine this based on both Health

and Safety and operational impact) – new tags are to be produced to follow this standard and

all old references to equipment are to be removed. The existing numbering conventions for

these pieces of equipment are to be designed into Fragment 4 utilizing alphanumeric naming.

3. Tagging installations on electrical equipment (including Circuit Breakers (CBs) and Motor

Control Centers (MCCs)) are to be as per the above to ensure that all electrical isolation

(lock-out) locations are clearly identified with the same equipment number as the device for

which it supplies power isolation. The Starter/Breakers will not be setup in the WMS system

and they will be part of the Motor/electrical equipment for which they provide isolation for.

Due to this, the Starter Breakers will not require unique TW Equipment Tags. All lock-out

devices need to be documented to show that they contain the tags identical to the tags on the

field devices (equipment).

3.12 Entity Information List (WMS List)

If project involves installation of new equipment, upgrade or replacement Entity Information List

(WMS List) shall be completed. Please see EDOCSLIB-#9501 WMS Entity Information

194 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 194: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 48 of 55

Prior to completion of this list the Project Manager shall supply a current, updated

spreadsheet as required).

The follow page lists the column headers from the above spreadsheet in the format the

info would be collected. Entity Basic and PCS & Procurement Add-on information are

common for all Entities. The rest of the entity information would be collected by entity

classification: Motor Add-on, Pump Add-on, Breaker Add-on, Valve Add-on, Instrument

Add-on and HVAC Add-on. Additional entity classification "Add-ons" should be

developed (i.e. Actuator Add-on, VFD/VSD Add-on, Blower Add-on, Centrifuge Add-

on, Compressor Add-on, Pressure Vessel Add-on, Chlorinator Add-on etc) when

required.

Most of the "Entity Basic" information are related to the design and are to be provided by

Consultant. Entity Basic cells: Entity Site Name, Parent Site Name, Entity Type, Entity

Classification, and Entity Category have a pull-down menu with data to choose from.

Any addition to the pull down many is pending OMU approval.

All data in the "Add-ons" are data related to the specific equipment and are to be

provided by Contractor. Contractor is also to provide "Recommended Maintenance based

on Manufacturers recommendation" information.

The following paragraph describes Entity (equipment/device) naming convention and

most common naming examples.

1. Use format: Device, Type, Function, Location to describe equipment for example:

• Valve, Ball, Actuated, Suction, Pump P-1100 (or Pump 1100), Raw Water

Pumping Basement.

• Pump, Centrifugal, VFD, Primary Sludge Pumping, Gallery 12

• Fan, Centrifugal, Supply Air, AHU-0720, Thickening Building

Basement/Sub-basement Area

• Analyzer, Density, Common Discharge, TWAS Pumps P-5820 and P-5830 (or

TWAS Pumps 5820 and 5830)

• Transmitter, Flow, Polymer Dilution Water, Thickening Centrifuge CF-0600

(or Centrifuge 0600)

• Transmitter, Power Recording, Backwash Pump 0501, MCC 0501, Low Lift

PS

• Switch, Level, Low, Service Air, Vacuum Tank 0200, Back Wash Pumps

• Valve, Ball, Isolation, City Water Pressure Control Outlet, Boiler Building,

Hot Water System

• Damper/Louver, Pumps Room, Eglinton PS

2. The Entity name should be limited to 100 characters including space in-between

words. Abbreviation should be used when necessary.

3. Use words: Ball, Knife, Gate, Pressure Relief etc to describe valve type.

4. Use words: Actuated, Solenoid, Pneumatic etc to describe valves with operator

other than manual. Do not use word "Manual" for manual valves.

195 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 195: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 49 of 55

5. Use words: Suction, Discharge, Isolating, Interconnecting, Inlet, Outlet, Drain, etc

to describe valve relationship with other devices.

6. Use additional wording to complete valve function i.e.:

• Pump P-1100 (or Pump 1100) for Pump's Suction, Discharge or By-Pass

valves

• Tank T-2000 (or Tank 2000) Inlet Line Drain;

• Ferrous Chloride Storage Tank 0100, Discharge Header A etc.

7. Use words: Centrifugal, Gear, Diaphragm, Metering etc to describe pump type.

8. Use words: Density, Chlorine, Dissolved Oxygen, Ozone, pH etc to describe

analyzer type.

9. Use words: Flow, Level, Pressure, Temperature etc. to describe transmitter type.

10. Use words: Ultrasonic, Magnetic, Doppler, Venturi, Coriolis etc to additionally

describe transmitter type

11. Use word switch to describe discrete point measuring instrument followed by

level, float, flow, temperature, etc to identify measuring variable

12. Use words: Low, High, Low Low, High High etc to further describe function of

discrete point measuring instrument.

196 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 196: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 50 of 55

Entity Information to be captured for Work Management system

Entity Information

Pro

vid

ed b

y:

Consultant

Pro

vid

ed b

y:

Consultant

Pro

vid

ed b

y:

Consultant

Pro

vid

ed b

y:

Consultant

Pro

vid

ed b

y:

Consultant

Pro

vid

ed b

y:

Consultant

Pro

vid

ed b

y:

Consultant

Pro

vid

ed b

y:

Consultant

Pro

vid

ed b

y:

Consultant

Pro

vid

ed b

y:

OM

U

Pro

vid

ed b

y:

OM

U

Pro

vid

ed b

y:

Consultant

Pro

vid

ed b

y:

OM

U

Pro

vid

ed b

y:

OM

U

Pro

vid

ed b

y:

OM

U

Pro

vid

ed b

y:

OM

U

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Entity Number (Full Tag Number as per TW Equipment Tag Standard)

Describes the equipment and function e.g. Valve, Discharge P-0800

e.g. TAB,THR, FHO,FIS

use the field to group equipment by relationship e.g. TRW-P-0800 for all entities associated with this pump, tank, digester etc.

e.g. TAB,THR,FHO,FIS

Old / Equipment number if applicable

Mechanical Equipment, Electrical Equipment Instrument Equipment,

Entity Location in the facility (area/building/floor/direction (N/E corner) etc.

This will be yes for most equipment

This field is a detailed description of the entity including function

En

tity

Nu

mb

er

En

tity

Nam

e

En

tity

Sit

e

nam

e

Pare

nt

Nu

mb

er

Pare

nt

Sit

e

nam

e

Ori

gin

al

Eq

uip

men

t

Nu

mb

er

En

tity

typ

e

En

tity

Cla

ss

ific

ati

on

En

tity

Cate

go

ry

Cri

tica

lity

Serv

ice d

ate

En

t ity

Lo

cati

on

Desc

rip

tio

n

Pri

ori

ty

Pla

nn

er

Su

perv

iso

r

Allo

w c

harg

es

(Yes/N

o)

Seri

al n

um

be

r

Desc

rip

tio

n

Warr

an

ty i

nfo

Eff

ecti

ve

to

an

d f

rom

197 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 197: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 51 of 55

Procurement Information

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Consultant

Pro

vid

ed b

y:

Consultant

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

OE

M N

am

e

OE

M A

dd

ress

OE

M P

ho

ne

Nu

mb

er

Su

pp

lier

Nam

e

Su

pp

lier

Ad

dre

ss

Su

pp

lier

Ph

on

e

Nu

mb

er

Pu

rch

ase

Ord

er/

Co

ntr

act

#

Ori

gin

al C

ost_

1

Ori

gin

al C

ost_

2

Pu

rch

ase D

ate

Mo

del N

um

be

r /

Sty

le

Ser i

al N

um

ber

Cata

log

Nu

mb

er

Ori

gin

al

Eq

uip

men

t

Nu

mb

er

Maste

r P

&ID

Nu

mb

er

Man

ufa

ctu

re D

ate

Ad

dit

ion

al

Info

rmati

on

Motor Info Add-on

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Cont r

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r r

Mo

tor

Fu

ncti

on

Seri

al N

um

ber

Watt

s (

KW

, W

)_1

Watt

s (

KW

, W

)_2

Ho

rse P

ow

er

RP

M

AC

or

DC

Nu

mb

er

of

Ph

ase

s

Cycle

s (

Hz)

Fra

me S

ize

Fra

me T

yp

e (

TE

FC

,

DE

,OD

P)

Am

pera

ge (

A, m

A)

Vo

ltag

e

Ab

bre

via

tio

n

Seq

uen

ce

Insu

lati

on

Cla

ss

Co

de

Inb

oard

Be

ari

ng

Part

#

Ou

tbo

ard

Beari

ng

Part

#

Win

din

g

Co

nfi

gu

rati

on

(Y

,

Delt

a)

Typ

e (

Ind

, S

yn

ch

r,

Seri

es,

Sh

un

t)

Sp

ecia

l F

eatu

res

Mo

un

t, (

Ho

rizo

nta

l,

Vert

ical)

Sh

aft

(S

ing

le o

r

Do

ub

le O

utp

ut)

Weig

ht_

1

Weig

ht_

2

Ad

dit

ion

al

Nam

ep

late

In

fo

198 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 198: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 52 of 55

Pump Info Add-on

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vi d

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

act o

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Flo

w

Rate

(L/s

ec,U

Sg

pm

,I

Mg

pm

)

Head

(M

, F

T)_

1

Head

(M

, F

T)_

2

RP

M

Su

cti

on

Dia

mete

r

(in

, m

m)_

1

Su

cti

on

Dia

mete

r

(in

, m

m)_

2

Dis

ch

arg

e D

iam

ete

r

(in

, m

m)_

1

Dis

ch

arg

e D

iam

ete

r

(in

, m

m)_

2

Seal

Typ

e (

Mech

,

Pac

kin

g)

Nu

mb

er

of

Sta

ges

Lu

bri

cati

on

(o

il,

gre

as

e)

Imp

elle

r D

iam

ete

r

(in

, m

m)_

1

Imp

elle

r D

iam

ete

r

(in

, m

m)_

2

Imp

elle

r S

lee

ve

Dia

mete

r_1

Imp

elle

r S

lee

ve

Dia

mete

r_2

Nu

mb

er

of

Imp

eller

Van

es

Imp

elle

r M

ate

rial

Ro

tati

on

(C

W, C

CW

)

Inb

oard

Be

ari

ng

Part

# / T

yp

e

Ou

tbo

ard

Beari

ng

Part

# / T

yp

e

Th

rust

Bea

rin

g P

art

# / T

yp

e

Ad

dit

ion

al

Nam

ep

late

In

fo

Dri

ve

(D

irect,

Be

lt o

r

Gear

Bo

x)

Co

up

lin

g T

yp

e a

nd

Siz

e

Belt

Typ

e a

nd

Siz

e

Breaker Info Add-on

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Lo

ad

H.P

.

Lo

ad

F.L

.A.

Sta

rte

r -

Co

nta

cto

r #

Sta

rte

r -

Typ

e

Sta

rte

r -

Co

il V

olt

ag

e

Overl

oad

- T

yp

e

Overl

oad

- R

an

ge

Bre

aker

Co

nti

nu

ou

s

Am

ps

Bre

aker

Clip

Rati

ng

Co

ntr

ol T

ran

sfo

rmer

VA

Co

ntr

ol T

ran

sfo

rmer

Fu

se A

mp

s.

Bre

aker

Seri

al #

Pilo

t D

evic

e

Sta

rt/S

top

Pilo

t D

evic

e R

em

ote

Pilo

t D

evic

e L

igh

ts

Cell H

eig

ht

Ad

dit

ion

al

Info

rmati

on

Bre

aker

Am

pe

rag

e

Rati

ng

Ad

dit

ion

al

Info

rmati

on

199 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 199: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 53 of 55

Valve Info Add-on

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

cess

Ap

plicati

on

Valv

e T

yp

e

Co

nn

ecti

on

Typ

e

Valv

e S

ize

Bo

dy T

yp

e

Pre

ssu

re R

ati

ng

Seat

Mate

rial

Pac

kin

g

Mate

rial/

Siz

e

Inte

rio

r C

oate

d

Nu

mb

er

of

Ro

tati

on

s

Op

era

tor

Man

ufa

ctu

re

Op

era

tor

Typ

e

Op

era

tor

Mo

del

Nu

mb

er

Op

era

tor

Siz

e

Op

era

tin

g

To

rqu

e

Clo

ckw

ise t

o

Op

en

Ad

dit

ion

al

Op

era

tor

Info

.

Actu

ato

r N

am

e

Pla

te I

nfo

Ad

dit

ion

al V

alv

e

Info

.

Heater Info Add-on

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

KW

Rati

ng

Vo

ltag

e P

rim

ary

Vo

ltag

e P

rim

ary

Ab

bre

via

tio

n

Vo

ltag

e P

rim

ary

Seq

uen

ce

Co

ntr

ol V

olt

ag

e

Co

ntr

ol V

olt

ag

e

Ab

bre

via

tio

n

Co

ntr

ol V

olt

ag

e

Seq

uen

ce

Sty

le /

Typ

e

Cu

rren

t

Ad

dit

ion

al

Info

rmati

on

200 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 200: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 54 of 55

Instrument Info Add-on

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Su

pp

ly

Seq

uen

ce

Dis

pla

y

Inp

ut

Ab

bre

via

tio

n

Seq

uen

ce

Ou

tpu

t

Ab

bre

via

tio

n

Seq

uen

ce

Ran

ge

Calib

rati

on

Ran

ge

Pre

ssu

re

Rati

ng

HVAC Info Add-on

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Typ

e (

Dra

w-T

hru

or

Blo

w-T

hru

)

CF

M R

ati

ng

Sta

tic P

ressu

re

Rati

ng

Dri

ve

(D

irect,

Be

lt

or

Gear

Bo

x)

Pu

lle

y D

imen

sio

ns

- M

oto

r

Pu

lle

y D

imen

sio

n -

Fan

Belt

Siz

e a

nd

Qu

an

tity

Inb

oard

Fan

Beari

ng

#

Ou

tbo

ard

Fan

Beari

ng

#

Co

up

lin

g T

yp

e a

nd

Siz

e

Co

olin

g C

oil

Desc

rip

tio

n

Filte

r T

yp

e

Desc

rip

tio

n

Filte

r D

imen

sio

ns

an

d #

Evap

ora

tor

Sty

le

Evap

ora

tor

Dim

en

sio

ns

Hu

mid

ific

ati

on

In

fo.

Co

mp

res

so

r N

am

e

Pla

te I

nfo

.

Dam

per

Info

.

Ad

dit

ion

al

Info

rmati

on

201 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 201: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Water Instrumentation Specification Standards Division 13000

EDOCSLIB-#6454-v2 Page 55 of 55

Recommended Maintenance based on Manufactures recommendations

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

Pro

vid

ed b

y:

Contr

acto

r

to be performed on each entity to ensure reliability.

(instructions for staff to follow)

number of people and trade

(calendar, time based, condition based etc.).

By E

nti

ty -

ind

ivid

ual

wo

rk t

ask

tit

le

Task

descri

pti

on

Tra

de

Req

uir

em

en

ts

Esti

mate

d

Tra

de t

ime

req

uir

em

en

t

Task

Fre

qu

en

cy

202 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 202: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

WMS ENTITY INFORMATION SPREAD SHEET

203 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 203: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

WMS ENTITY INFORMATION SPREADSHEETDATA PILOT (INTEGRATED)

Old / Equipment number if applicable Master P&ID

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor Provided by: Consultant Provided by: Consultant

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor Provided by: Contractor

Provided by: Contractor

Supplier Name

Supplier Address

Supplier Phone Number

Purchase Order/ Contract #

Original Cost_1

Original Cost_2

Purchase Date

Model Number / Style

Serial Number

Catalog Number

Original Equipment Number Drawing Number

Manufacture Date

Additional Information

Motor Function

Serial Number

Watts (KW, W)_1

Watts (KW, W)_2

Horse Power RPM AC or DC

Number of Phases Cycles (Hz) Frame Size

Frame Type (TEFC, DE,ODP)

Amperage ( A, mA)

No data on record

No data on record

No data on record

No data on record

No data on record

No data on record

No data on record

No data on record

No data on record

No data on record FHO V BV 0801 7F-P&ID-I-1802

No data on record

No data on record

No data on record

No data on record

No data on record

No data on record

No data on record

No data on record

No data on record

No data on record

No data on record

No data on record BV0518 2F-P&ID-I-1318

No data on record

No data on record

Motor Add-onPCS & Procurement Add-on

EDOCSLIB-#9501-v1B Page 2 of 23204 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 204: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

WMS ENTITY INFORMATION SPREADSHEETDATA PILOT (INTEGRATED)

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Voltage Abbreviation SequenceInsulation Class Code

Inboard Bearing Part #

Outboard Bearing Part #

Winding Configuration (Y, Delta)

Type (Ind, Synchr, Series, Shunt)

Special Features

Mount, (Horizontal, Vertical)

Shaft (Single or Double Output) Weight_1 Weight_2

Additional Nameplate Info

Flow Rate (L/sec,USgpm,IMgpm) Head (M, FT)_1 Head (M, FT)_2 RPM

Suction Diameter (in, mm)_1

Suction Diameter (in, mm)_2

Discharge Diameter (in, mm)_1

Discharge Diameter (in, mm)_2

Seal Type (Mech, Packing)

Number of Stages

Lubrication (oil, grease)

Impeller Diameter (in, mm)_1

Pump Add-on Motor Add-on

EDOCSLIB-#9501-v1B Page 3 of 23205 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 205: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

WMS ENTITY INFORMATION SPREADSHEETDATA PILOT (INTEGRATED)

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Impeller Diameter (in, mm)_2

Impeller Sleeve Diameter_1

Impeller Sleeve Diameter_2

Number of Impeller Vanes

Impeller Material

Rotation (CW, CCW)

Inboard Bearing Part # / Type

Outboard Bearing Part # / Type

Thrust Bearing Part # / Type

Additional Nameplate Info

Drive (Direct, Belt or Gear Box)

Coupling Type and Size

Belt Type and Size Load H.P. Load F.L.A.

Starter - Contactor #

Starter - Type

Starter - Coil Voltage

Overload - Type

Overload - Range

Breaker Continuous Amps

Breaker Clip Rating

Control Transformer VA

Control Transformer Fuse Amps.

Breaker Serial #

Pilot Device Start/Stop

Pilot Device Remote

Pilot Device Lights

Pump Add-on Breaker Add-on

EDOCSLIB-#9501-v1B Page 4 of 23206 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 206: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

WMS ENTITY INFORMATION SPREADSHEETDATA PILOT (INTEGRATED)

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Cell HeightAdditional Information

Breaker Amperage Rating

Additional Information

Process Application

Valve Type

Connection Type Valve Size Body Type

Pressure Rating Seat Material

Packing Material/Size

Interior Coated

Number of Rotations

Operator Manufacture

Operator Type

Operator Model Number

Operator Size

Operating Torque

Clockwise to Open

Additional Operator Info.

Actuator Name Plate Info

Additional Valve Info. KW Rating

Voltage Primary

Water Butterfly Flange 36" Flange 150 PSINo data on record No data on record

No data on record

No data on record Actuator: EIM TYPE: EB1

Actuator: EIM, TYPE: EB1, OPERATOR: EIM, SIZE: MG-5 EB-1, SER: 1984-2041 SIZE: MG-5

No data on record

No data on record

No data on record

Model:ND-15-BEN1, 3X575 V AC, Robin&Myers

No data on record

Water Butterfly Flange 4" Wafer 150 PSINo data on record No data on record

No data on record

No data on record

Chemline Plastics AB1-2LS/BRAKE

No data on record

No data on record

No data on record

MCC Model 920-AA, 115 VAC/0.65 A

No data on record

Heater Add-onValve Add-onBreaker Add-on

EDOCSLIB-#9501-v1B Page 5 of 23207 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 207: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

WMS ENTITY INFORMATION SPREADSHEETDATA PILOT (INTEGRATED)

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Voltage Primary Abbreviation

Voltage Primary Sequence

Control Voltage

Control Voltage Abbreviation

Control Voltage Sequence Style / Type Current

Additional Information Supply Sequence Display Input Abbreviation Sequence Output Abbreviation Sequence Range

Calibration Range

Pressure Rating

Type (Draw-Thru or Blow-Thru) CFM Rating

Static Pressure Rating

Drive (Direct, Belt or Gear Box)

Pulley Dimensions - Motor

Pulley Dimension - Fan

Belt Size and Quantity

HVAC Add-on Instrument Add-onHeater Add-on

EDOCSLIB-#9501-v1B Page 6 of 23208 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 208: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

WMS ENTITY INFORMATION SPREADSHEETDATA PILOT (INTEGRATED)

Add columns as required for special tools, safety procedures Etc.

to be performed on each entity to ensure reliability.

(instructions for staff to follow)

number of people and trade

(calendar, time based, condition based etc.).

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor Provided by: Contractor Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Provided by: Contractor

Inboard Fan Bearing #

Outboard Fan Bearing #

Coupling Type and Size

Cooling Coil Description

Filter Type Description

Filter Dimensions and #

Evaporator Style

Evaporator Dimensions

Humidification Info.

Compressor Name Plate Info. Damper Info.

Additional Information

By Entity - individual work task title Task description

Trade Requirements

Estimated Trade time requirement

Task Frequency

Valve, Butterfly, Discharge P-0800, TRW Pump Room Basement

Close Suction and Discharge Valves and drain system to check effectiveness of full shut

1 Millwright or Plant Technician 2 Hours

Yearly to be bundle with other yearly tasks for this pumping unit

No data on record No data on recordNo data on record

No data on record

No data on record

Recommended Maintenance based on Manufactures recommendationsHVAC Add-on

EDOCSLIB-#9501-v1B Page 7 of 23209 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 209: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

WMS ENTITY INFORMATION SPREADSHEETEntity Basic (Individual Tab)

Data Pilot - Entity Basic

Entity Number Entity NameEntity Site Name Parent Number

Parent Site Name

Original Equipment Number Entity Type

Entity Classification Entity Category Criticality

Service date Entity Location Description Priority Planner Supervisor

Allow charges (Yes/No)

Serial number Description

Warranty infoEffective to and from

Entity Basic

EDOCSLIB-#9501-v1B Page 8 of 23 I210 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 210: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

WMS ENTITY INFORMATION SPREADSHEETPCS Procurament Add-on (Individual Tab)

Data Pilot - PCS & Procurement Add-on

Entity Number Entity NameEntity Site name Parent Number

Parent Site name OEM Name OEM Address OEM Phone Number Supplier Name Supplier Address Supplier Phone Number Purchase Order/Contract # Original Cost_1 Original Cost_2

PCS & Procurement Add-on

EDOCSLIB-#9501-v1B Page 9 of 23

211 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 211: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

WMS ENTITY INFORMATION SPREADSHEETPCS Procurament Add-on (Individual Tab)

Purchase Date Model Number / Style Serial Number Catalog Number Original Equipment Number Corporate Asset Number Drawing Number Manufacture Date Additional Information

PCS & Procurement Add-on

EDOCSLIB-#9501-v1B Page 10 of 23

212 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 212: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

WMS ENTITY INFORMATION SPREADSHEETMotor Add-on (Individual Tab)

Data Pilot - Motor Add-on

Entity Number Entity NameEntity Site name Parent Number

Parent Site name Motor Function Serial Number Watts (KW, W)_1 Watts (KW, W)_2 Horse Power RPM AC or DC

Number of Phases

Cycles (Hz) Frame Size

Frame Type (TEFC, DE,ODP)

Amperage ( A, mA) Voltage Abbreviation

Motor Add-on

EDOCSLIB-#9501-v1B Page 11 of 23

213 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 213: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

WMS ENTITY INFORMATION SPREADSHEETMotor Add-on (Individual Tab)

SequenceInsulation Class Code

Inboard Bearing Part #

Outboard Bearing Part #

Winding Configuration (Y, Delta)

Type (Ind, Synchr, Series, Shunt) Special Features

Mount, (Horizontal, Vertical)

Shaft (Single or Double Output) Weight_1 Weight_2 Additional Nameplate Info

Motor Add-on

EDOCSLIB-#9501-v1B Page 12 of 23

214 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 214: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

WMS ENTITY INFORMATION SPREADSHEETPump Add-on (Individual Tab)

Data Pilot - Pump Add-on Data Pilot - Pump Add-on

Entity Number Entity NameEntity Site name Parent Number

Parent Site name

Flow Rate(L/sec,USgpm,IMgpm) Head (M, FT)_1 Head (M, FT)_2 RPM

Suction Diameter (in, mm)_1

Suction Diameter (in, mm)_2

Discharge Diameter (in, mm)_1

Discharge Diameter (in, mm)_2

Seal Type (Mech, Packing)

Number of Stages

Lubrication (oil, grease)

Pump Add-on

EDOCSLIB-#9501-v1B Page 13 of 23

215 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 215: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

WMS ENTITY INFORMATION SPREADSHEETPump Add-on (Individual Tab)

Impeller Diameter (in, mm)_1

Impeller Diameter (in, mm)_2

Impeller Sleeve Diameter_1

Impeller Sleeve Diameter_2

Number of Impeller Vanes

Impeller Material

Rotation (CW, CCW)

Inboard Bearing Part # / Type

Outboard Bearing Part # / Type

Thrust Bearing Part # / Type

Additional Nameplate Info

Drive (Direct,Belt or Gear Box)

Coupling Type and Size

Belt Type and Size

Pump Add-on

EDOCSLIB-#9501-v1B Page 14 of 23

216 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 216: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

WMS ENTITY INFORMATION SPREADSHEETBreaker Add-on (Individual Tab)

Data Pilot - Breaker Add-on

Entity Number Entity NameEntity Site name Parent Number

Parent Site name Load H.P. Load F.L.A. Starter - Contactor # Starter - Type Starter - Coil Voltage Overload - Type Overload - Range Breaker Continuous Amps Breaker Clip Rating Control Transformer VA

Breaker Add-on

EDOCSLIB-#9501-v1B Page 15 o 23

217 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 217: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

WMS ENTITY INFORMATION SPREADSHEETBreaker Add-on (Individual Tab)

Control Transformer Fuse Amps. Breaker Serial # Pilot Device Start/Stop Pilot Device Remote Pilot Device Lights Cell Height Additional Information Breaker Amperage Rating Additional Information

Breaker Add-on

EDOCSLIB-#9501-v1B Page 16 o 23

218 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 218: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

WMS ENTITY INFORMATION SPREADSHEETValve Add-on (Individual Tab)

Data Pilot - Valve Add-on

Entity Number Entity NameEntity Site name Parent Number

Parent Site name Process Application Valve Type Connection Type Valve Size Body Type Pressure Rating Seat Material Packing Material/Size Interior Coated Number of Rotations

Valve Add-on

EDOCSLIB-#9501-v1B Page 17 of 23

219 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 219: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

WMS ENTITY INFORMATION SPREADSHEETValve Add-on (Individual Tab)

Operator Manufacture Operator Type Operator Model Number Operator Size Operating Torque Clockwise to Open Additional Operator Info. Actuator Name Plate Info Additional Valve Info.

Valve Add-on

EDOCSLIB-#9501-v1B Page 18 of 23

220 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 220: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

WMS ENTITY INFORMATION SPREADSHEETHeater Add-on (Individual Tab)

Data Pilot - Heater Add-on

Entity Number Entity NameEntity Site name Parent Number

Parent Site name KW Rating

Voltage Primary

Voltage Primary Abbreviation

Voltage Primary Sequence

Control Voltage

Control Voltage Abbreviation

Control Voltage Sequence Style / Type Current Additional Information

Heater Add-on

EDOCSLIB-#9501-v1B Page 19 of 23

221 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 221: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

WMS ENTITY INFORMATION SPREADSHEETInstrumant Add-on (Individual Tab)

Data Pilot - Instrument Add-on

Entity Number Entity NameEntity Site name Parent Number

Parent Site name Supply Sequence Display Input Abbreviation Sequence Output Abbreviation Sequence Range Calibration Range Pressure Rating

Instrument Add-on

EDOCSLIB-#9501-v1B Page 20 of 23

222 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 222: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

WMS ENTITY INFORMATION SPREADSHEETHVAC Add-on (Individual Tab)

Data Pilot - HVAC Add-on

Entity Number Entity NameEntity Site name Parent Number

Parent Site name

Type (Draw-Thru or Blow-Thru) CFM Rating

Static Pressure Rating

Drive (Direct,Belt or Gear Box)

Pulley Dimensions - Motor

Pulley Dimension - Fan

Belt Size and Quantity

Inboard Fan Bearing #

Outboard Fan Bearing #

Coupling Type and Size

Cooling Coil Description

Filter Type Description

Filter Dimensions and #

HVAC Add-on

EDOCSLIB-#9501-v1B Page 21 of 23

223 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 223: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

WMS ENTITY INFORMATION SPREADSHEETHVAC Add-on (Individual Tab)

Evaporator Style

Evaporator Dimensions

Humidification Info.

Compressor Name Plate Info. Damper Info. Additional Information

HVAC Add-on

EDOCSLIB-#9501-v1B Page 22 of 23

224 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 224: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

WMS ENTITY INFORMATION SPREADSHEETMaintenance Required Data (Individual Tab)

Maintenance Required

Entity Number Entity NameEntity Site name Parent Number

Parent Site name By Entity - individual work task title

Task description Trade Requirements

Estimated Time requirement per Trade Task Frequency

Recommended Maintenance based on Manufactures recommendations

EDOCSLIB-#9501-v1B Page 23 of 23

225 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 225: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

PHYSICAL TAG LIST EXAMPLES

226 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 226: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Tag Description (Entity Name) Equipment Tag Number Brief Description of Equipment Quantity Size Material Colour

Pump, Main Oil, Blower 4002, Secondary Treatment, Blower Room TAB-STR-P-4002 Pump 1 75mm x 25mm (3” x 1”)Aluminium BLACK lettering teflon coated

Valve, Butterfly, Suction, Glycol Pump 3416, Heat Treatment Air Blower Room THC-ACC-V-3415 Valve, Suction 1 75mm x 25mm (3” x Aluminium BLACK lettering teflon coated

Example Tag from Toronto Water 13040 Equipment Tag Standard

EGUIPMENT (ASSET) TAG LIST - ALUMINUM TAGS

TOTAL:

Toronto Water Logo

Code 128 barcode of Equipment Tag Number

Equipment Tag Number

Fastener Hole

EDOCSLIB-#16165-v1 Page 1 of 1

Physical tag specifications:

Size: 75mm x 25mm (3” x 1”) (all equipment)

Thickness: Aluminum: 0.8 mm (0.032“), Lamacoid: 1.5mm (0.060”), Stainless Steel (S.S): 0.8mm (0.032“) .

Material:

Coating:

Fastener hole size: 3mm (1/8”)

1.2mm (3/64") Stainless Steel wire cable with swaged coupling for devices to small to rivet.

Equipment Tag Number FONT: Arial, 16pt

Code 128 auto, X-Dimension: 0.33mm ( 0.013"),

Ratio: 3:1, Height: 9.5mm (0.375")

Barcode size: 45mm x 9.5mm (1.75” x 0.375” )

Equipment description Font: Arial, 10 pt

Toronto Water LOGO: 22mm x 4.5mm (0.875” x 0.175”)

Adhesives and Wire for affixing

labels:

Not allowed unless approved by the TW, or design of the device would be compromised by drilling.

Rivet Specifications:

Barcode FONT:

Teflon coated Aluminum unless approved differently by the TW

3M Teflon UV and anti paint topcoat

Specified rivets only unless approved differently by the TW

3mm (1/8') SS round head or blind SS pop rivets

Fastening Method:

Brief description of equipment, per standard terms

Toronto Water Logo

EDOCSLIB-#16165-v1 Page 1 of 1

227 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 227: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

SIZE

Line 1 Line 2 mm (inch) Text Background Line 1 Line 2

Motor Control Centre, Lower Plant Blower Area THC-ELS-MCC-0101 LOWER PLANT BLDG. A 600 V MCC K 1 250 x 50 ( 10" x 2') Black White 15 9

Switchgear, 4160V, Effluent Pumping Station THR-ELS-BUS-6101 EFFLUENT PS 4160 V SWITCHGEAR K 1 250 x 50 ( 10" x 2') Black White 15 9

Motor Control Center, Filter Building, Electrical Switchgear Room FCL-ELS-MCC-0501 FILTERS BUILDING 600 V MCC K 1 250 x 50 ( 10" x 2') Black White 15 9

K

Switchgear, Overhead, Line 1323, Main South Substation THR-ELS-SW-0001 MAIN 27.6 KV LB-HYDRO FEEDER 1 J 1 150 x 31 (6” x 1 ¼”) Black White 6.5 6.5

Transformer, Power, Dry, Effluent Pumping Station (MCC-1700, 1702 & 1703) THR-ELS-TR-0300 NORTH SUBSTATION TRANS. 27.6 KV/4160 V J 1 150 x 31 (6” x 1 ¼”) Black White 6.5 6.5

Switchgear, Main 4160V Feeder 1, Admin. Bldg. THC-ELS-SWG-0101A MAIN J 1 150 x 31 (6” x 1 ¼”) Black White 6.5 6.5

Switchgear, Main 4160V Feeder 2, Admin. Bldg. THC-ELS-SWG-0202A MAIN J 1 150 x 31 (6” x 1 ¼”) Black White 6.5 6.5

Switchgear, Tie 4160V, Feeder 1 & 2, Admin Bldg. THC-ELS-SWG-0102 TIE: BUS-0101A & BUS-0202A J 1 150 x 31 (6” x 1 ¼”) Black White 6.5 6.5

J

Circuit Breaker, Main, 600 V, Plant Water MCC 3301 THR-ELS-CB-3301 MAIN D 1 75 x 31 (3” x 1 ¼”) Black White 6.5 5

Circuit Breaker, Main, 600 V, Plant Water MCC 3302 THR-ELS-CB-3302 MAIN D 1 75 x 31 (3” x 1 ¼”) Black White 6.5 5

Circuit Breaker, Tie, 600 V, Plant Water MCC-3301 & 3302 THR-ELS-TB-3300 TIE: MCC-03301 & MCC-03302 D 1 75 x 31 (3” x 1 ¼”) Black White 6.5 5

D

Lamacoid Tag Specification:

Lettering: Uppercase

Font: Times New Roman

Style: Regular

Size: Maximum to fit label width, minimum 3mm

Character Spacing: Normal

Justification: Center lettering on each line

Scale text with to fit label where needed

Tag Description (Entity Name)

Material to be engraved gravoploy laminate nameplates, 1.5mm thick with bevelled edges

Quantity

TOTAL

TOTAL

TOTAL

EQUIPMENT (ASSET) TAG LIST - LAMACOID TAGS (EXAMPLE)

TYPE

Use text with the following characteristics:

Tag Description Colour Font Height (mm)

EDOCSLIB-#16166-v1 Page 1 of 1228 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 228: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

SIZE

Tag Cell No. Line 1 Line 2 mm (inch) Text Background Line 1 Line 2

Pump, Centrifugal, Treated Water, To StClair/Eglington, High Lift PS FHA-ELS-BUS-5201 4B TREATED WATER PUMP FHA-TRW-P-0300B J 1 150 x 31 (6” x 1 ¼”) Black White 6.5 6.5

Pump, Centrifugal, Backwash, Level S2 Backwash Area FHO-ELS-BUS-0302 5B BACKWASH PUMP FHO-BW-P-1501 J 1 150 x 31 (6” x 1 ¼”) Black White 6.5 6.5

Pump, Centrifugal, Water, Ellesmere Pumping Station WTR-PEL-BUS-0001B 7B BOOSTER PUMP WTR-PEL-P-0300 J 1 150 x 31 (6” x 1 ¼”) Black White 6.5 6.5

J

Valve, Butterfly, Act., Air to Waste Water Tank 1, Air Blower System FHO-ELS-MCC-0109 5C PROCESS AIR VALVE FHO-WWW-V-0904 D 1 75 x 31 (3” x 1 ¼”) Black White 6.5 5

Gate, Sluice, Bypass Channel, Raw Sewage, Headhouse THC-ELS-MCC-1103E 4G BYPASS CHENNEL GATE THC-PLT-G-5151 D 1 75 x 31 (3” x 1 ¼”) Black White 6.5 5

Fan, Exhaust, Diesel Room, Cumber PS COL-PCU-MCC-0002 3B DIESEL ROOM EXAUST FAN COL-PCU-FN-0001 D 1 75 x 31 (3” x 1 ¼”) Black White 6.5 5

D

Lamacoid Tag Specification:

Use text with the following characteristics:

Lettering: Uppercase

Font: Times New Roman

Style: Regular

Size: Maximum to fit label width, minimum 3mm

Character Spacing: Normal

Justification: Center lettering on each line

Scale text with to fit label where needed

Font Hight (mm)

LAMACOID SUPPLEMENTAL TAG LIST - MCC STARTER/DISCONNECT (EXAMPLE)

TYPE

Material to be engraved gravoploy laminate nameplates, 1.5 mm thick with

TOTAL

TOTAL

Tag Description (Entity Name)

MCC/Switchgear/PDP Tag Description

Quantity

Colour

EDOCSLIB-#16167-v1 Page 1 of 1229 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 229: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

SIZE

Line 1 Line 2 Line 3 mm (inch) Text Background Line 1 Line 2 Line 3

Pump, Centrifugal, Treated Water, To St. Clair/Eglington, High Lift PS FHA-TRW-P-0300B ELECTRICAL SUPPLY FROM FHA-ELS-BUS-5201 F 75 x 31 (3” x 1 ¼”) Black White 5 5 5

Pump, Centrifugal, Backwash, Level S2 Backwash Area FHO-BW-P-1501 ELECTRICAL SUPPLY FROM FHO-ELS-BUS-0302 F 75 x 31 (3” x 1 ¼”) Black White 5 5 5

Pump, Centrifugal, Water, Ellesmere Pumping Station WTR-PEL-P-0300 ELECTRICAL SUPPLY FROM WTR-PEL-BUS-0001B F 75 x 31 (3” x 1 ¼”) Black White 5 5 5

Valve, Butterfly, Act., Air to Waste Water Tank 1, Air Blower System FHO-WWW-V-0904 ELECTRICAL SUPPLY FROM FHO-ELS-MCC-0109 F 75 x 31 (3” x 1 ¼”) Black White 5 5 5

Gate, Sluice, Bypass Channel, Raw Sewage, Headhouse THC-PLT-G-5151 ELECTRICAL SUPPLY FROM THC-ELS-MCC-1103E F 75 x 31 (3” x 1 ¼”) Black White 5 5 5

Fan, Exhaust, Diesel Room, Cumber PS COL-PCU-FN-0001 ELECTRICAL SUPPLY FROM COL-PCU-MCC-0002 F 75 x 31 (3” x 1 ¼”) Black White 5 5 5

F

Lamacoid Tag Specification:

Use text with the following characteristics:

Lettering: Uppercase

Font: Times New Roman

Style: Regular

Size: 5 mm

Character Spacing: Normal

Justification: Center lettering on each line

Scale text with to fit label where needed

LAMACOID SUPPLEMENTAL TAGS LIST - SOURCE OF POWER (EXAMPLE)

TOTAL

QuantityTYPETag Description (Entity Name)

Material to be engraved gravoploy laminate nameplates, 1.5 mm thick with bevelled edges

Tag Description Colour Font Height (mm)

EDOCSLIB-#16168-v1 Page 1 of 1230 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 230: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Tag Description SIZE Font Hight (mm)

Line 1 mm (inch) Text Bacground Line 1

Pump 1,Sump,Headhouse Pump Control Station THC-PLT-P-5110 C 1 75 x 25 (3” x 1”) Black White 5

Valve, Sluice Gate, Act., Suction, Pump 2208, Raw Sewage Pumping and Distribution Building M Valve Control Station TAB-RSP-G-2208A C 1 75 x 25 (3” x 1”) Black White 5

Service Air Compressor, Instrument Air, Service Building Air Compressor Control Station FHA-AUX-C-0201 C 1 75 x 25 (3” x 1”) Black White 5

Motor,AC,Blower 6080,Old Plant Blower Building (>100HP) Motor Base THC-AER-M-6080 C 1 75 x 25 (3” x 1”) Black White 5

Transmitter, Flow, Outlet, Mixed Liquor, Tank 0100, Secondary Treatment, Aeration - Tanks 0100 to 0300 Transmitter Remote Display TAB-STR-FIT-0101 C 1 75 x 25 (3” x 1”) Black White 5

Transmitter, Level Indicating, Raw Water Pumps Suction Well, Screening Transmitter Sensor (Remote) FIS-RW-LIT-0001 C 1 75 x 25 (3” x 1”) Black White 5

Transmitter, H2S, Analyzer 9251, Walkway (North End) to Incinerator, Plant Services Analyzer Sensor (Remote) TAB-SLO-AIT-9251E C 1 75 x 25 (3” x 1”) Black White 5

TOTAL C

Lamacoid Tag Specification:

Lettering: Uppercase

Font: Times New Roman

Style: Regular

Size: 5 mm

Character Spacing: Normal

Justification: Center lettering on each line

Asset (Aluminum) Tag

Installed on:

Suplemental Tag

Installed on:

Colour

Tag Description (Entity Name)

LAMACOID SUPPLEMENTAL TAG LIST - CONTROL STATION (EXAMPLE)

QuantityTYPE

Material to be engraved gravoploy laminate namaplates, 1.5 mm thick with bevelled edges

Use text with the following characteristics:

EDOCSLIB-#16169-v1 Page 1 of 1231 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 231: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

Process Control System (PCS)

Implementation Guidelines

Version 2

October 30, 2012

232 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 232: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

Process Control System (PCS) Implementation Guidelines

Record of Revision

Revision

Number

Date Of

Revision

Revised

Pages Revised by

1 July 30, 2011 General

2 October 30, 2012 Various Boro Djunisijevic

233 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 233: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

EDOCSLIB-#9086-v2

1-2

Table of Contents

1. Introduction......................................................................................................................... 1-4

1.1 General ..................................................................................................................................... 1-4 1.2 Scope of Guideline .................................................................................................................. 1-4 1.3 Objectives ................................................................................................................................ 1-4 1.4 Guideline ................................................................................................................................. 1-5 1.5 Definitions and Roles .............................................................................................................. 1-5

2. RFP and Engineering Services Contract Award ........................................................... 2-10

2.1 General ................................................................................................................................... 2-10 2.2 Identify PCS Requirements ................................................................................................... 2-10 2.3 Scope of Work ....................................................................................................................... 2-10 2.4 RFP ........................................................................................................................................ 2-10 2.5 RFP Evaluation ...................................................................................................................... 2-10 2.6 Engineering Services Contract Award ................................................................................... 2-10

3. Pre-Design ......................................................................................................................... 3-12

3.1 General ................................................................................................................................... 3-12 3.2 Project Commencement ......................................................................................................... 3-12 3.3 Field Verification ................................................................................................................... 3-12 3.4 Requirements Definition/50% Pre-Design ............................................................................ 3-12 3.5 75% Pre-Design ..................................................................................................................... 3-14 3.6 100% Pre-Design ................................................................................................................... 3-15

4. Detailed Design .................................................................................................................. 4-16

4.1 General ................................................................................................................................... 4-16 4.2 Tag Lists ................................................................................................................................ 4-16 4.3 50% Detailed Design ............................................................................................................. 4-17 4.4 70% Detailed Design ............................................................................................................. 4-17 4.5 Detailed Technical Specifications ......................................................................................... 4-19 4.6 Apply For Approval ............................................................................................................... 4-20 4.7 95% Detailed Design ............................................................................................................. 4-20 4.8 100% Detailed Design ........................................................................................................... 4-20

5. Construction - Equipment ............................................................................................... 5-21

5.1 General ................................................................................................................................... 5-21 5.2 Shop Drawings ...................................................................................................................... 5-21 5.3 Equipment and Panel Procurement and Fabrication .............................................................. 5-21 5.4 Test Sheets ............................................................................................................................. 5-21 5.5 Equipment and Panel FATs ................................................................................................... 5-21 5.6 Transition Plan ....................................................................................................................... 5-22 5.7 Equipment Installation and Wiring ........................................................................................ 5-22 5.8 Pre-Start Health and Safety ................................................................................................... 5-22 5.9 Entity Information Lists ......................................................................................................... 5-22

6. Construction - Software ................................................................................................... 6-23

234 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 234: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

EDOCSLIB-#9086-v2

1-3

6.1 General ................................................................................................................................... 6-23 6.2 Flow Chart Development ....................................................................................................... 6-23 6.3 Software Modules .................................................................................................................. 6-23 6.4 Software Development .......................................................................................................... 6-23 6.5 FAT Plan ................................................................................................................................ 6-24 6.6 Software FAT ........................................................................................................................ 6-24

7. Construction – Testing and Commissioning .................................................................. 7-25

7.1 General ................................................................................................................................... 7-25 7.2 Hardware SAT and Training Plan ......................................................................................... 7-25 7.3 Hardware Training ................................................................................................................. 7-25 7.4 Hardware SAT ....................................................................................................................... 7-25 7.5 Software SAT and Training Plan ........................................................................................... 7-26 7.6 Software Training .................................................................................................................. 7-26 7.7 Software SAT ........................................................................................................................ 7-26 7.8 Operational Test/System Performance Test .......................................................................... 7-26 7.9 Tag Lists and PCS I/O List .................................................................................................... 7-27 7.10 As-Built Documentation ........................................................................................................ 7-27 7.11 Post Construction Warranty Period ....................................................................................... 7-27

Appendix A – Project Tasks Flowcharts

Appendix B – Project Tasks Implementation Checklists

Appendix C – Associated Guidelines

Appendix D – Associated Standards and Installation Drawings List

Field Verification Procedure

Process Control Narrative

P&ID Standard Symbols and Practices

Colour Convention

RPU Software Programming

Standard Software Modules

Operator Interface Programming

Process Display Programming

Alarming

Instrument and Equipment Testing

SCADA Factory Acceptance Testing

SCADA Site Accecptance Testing and Commissioning

PCS Documentation

Training

235 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 235: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

EDOCSLIB-#9086-v2

1-4

1. Introduction

1.1 General

Toronto Water has implemented a Process Control System (PCS) for control and monitoring of

its facilities (Water treatment plants, Wastewater treatment plants, Water supply, and Sewage

pumping stations). The PCS consists of instrumentation, control devices, wiring, networking,

input/output devices, control panels, local and central Human Machine Interfaces (HMIs) and

Remote Processing Units (RPUs) / Programmable Logic Controllers (PLCs). Any new project in

Toronto Water that has a PCS component will require integration of the new project into the

existing PCS of the facility. The overall process for any project with a PCS component

comprises six stages:

1. RFP development, issue, evaluation, and subsequent contract award for engineering

services

2. Pre-design of the PCS component

3. Detailed design of the PCS component

4. Construction - Equipment

5. Construction – Software

6. Construction – Testing and Commissioning

Please refer to Appendix A (Flowcharts) and Appendix B (Checklists) for tools to assist with the

process of integrating any new project into the existing PCS of the facility. The relationship

between deliverables and project stages is not always evident for projects where the PCS

component is relatively small. Some of the stages/phases mentioned in the Flowcharts and

Checklists may not apply for very small PCS projects.

1.2 Scope of Guideline

This guideline provides „high level‟ information for consultants and project managers on project

deliverables, phasing, and review requirements for Toronto Water projects that have a PCS

component.

1.3 Objectives

The guideline objective is to ensure that a clear understanding exists for City project managers

and consultants as to the deliverable requirements for a PCS project or project with a PCS

component, in terms of the phasing for those deliverables and services in step with various

project phases from initial design stages to completion of the project, as well as defining the

responsibilities for provision of information and deliverable review services.

236 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 236: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

EDOCSLIB-#9086-v2

1-5

1.4 Guideline

Guidance documentation for the PCS implementation comprises three separate and related

documents: a series of project task flow charts illustrating the logical flow deemed necessary for

successful implementation of the project (Appendix A); a checklist intended for project

managers to ensure engineering services providers deliver the required services and

documentation at the appropriate stage of the project (Appendix B); and the Process Control

System Implementation Guideline (this document).

Flowcharts for each stage are comprehensive and are designed to ensure the deliverables, their

inter-relationships, and their delivery timing is appropriate for successful implementation of PCS

projects. Depending upon the project size and scope, some of the steps in the various stages may

not be required.

Checklists for each stage provide a simplified review method for project managers to ensure

consultant deliverables are provided at the right project stage, as well as indicate supply sources

for information typically needed by the consultant and to indicate the in-house review group for

all consultant technical deliverables. The checklists also indicate the flow of information and can

be used as a tool by project managers to guide a PCS project. Depending upon the project size

and scope, some of the steps in the various checklists may not be required. As part of the project

scope development, the project manager – with assistance from the PCS Unit – will develop the

project tasks checklists specific to the project. Once the “scope of work for a RFP” has been

defined, then a “project specific checklist” shall be prepared, and provided in the RFP.

The Process Control System Implementation Guideline is intended to address how engineering

services are provided, and at what stage each service and its corresponding deliverable is

provided, and provides more specific, and more detailed, assistance to the engineering services

provider in how PCS projects should be conducted. External references to other, more specific,

guideline documents are also provided throughout this document.

1.5 Definitions and Roles

The groups typically involved in PCS projects and their respective roles are detailed below.

1. City

The owner (City of Toronto) generally performs all tasks detailed below in Section 2 RFP and

Engineering Services Contract Award as well as reviewing the work of the Consultant,

Contractor, and Systems Integrator. The City may involve the following internal organizations,

depending on the components and complexity of the project:

City’s Project Manager

The project manager is the single point of contact for all communication between

the City and the Consultant for the project, unless others are designated as

contacts for specific purposes. Responsibilities of the project manager include:

i. Initial project planning and RFP preparation

237 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 237: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

EDOCSLIB-#9086-v2

1-6

ii. Tendering and award for consulting services

iii. Ensure timely submission of deliverables from Consultant and timely

review by City staff

For more detailed information on the responsibilities of the project manager,

consult the Toronto Water Project Delivery System manual.

Major Capital Projects (MCP)

MCP is TW engineering group providing project management and advisory to the

Operation Group for the various complex PCS and electrical systems projects. .

PCS Unit (PCSU)

PCSU (currently within MCP) maintains the standards and guidelines for PCS

projects and technology. PCSU also maintains facilities PCS master

documentation: Master P&ID, Master Process Control Narratives, SCADA

Architecture Drawings, Hardware and Software Inventory Lists. As custodian of

Electronic Tagging Management System (ETMS) PCSU manage tagging requests

& approvals. They provide engineering support for review of design reports,

engineering drawings, specifications and cost estimates. MCP also assists with

coordinating the various internal City organizations for purposes of deliverable

review and comment.

Integrated Technology Management (ITM)

The ITM group provides support for review of SCADA hardware and software

deliverables such as servers, PLCs, networking, and all related customized

programming. They are also active participants in Factory and Site Acceptance

Tests. As custodian of PLC software modules ITM get involved in testing and

approval of any new software module, if needed.

Operation Group

The Operation Group refers to the support staff at the facility at which the project

is being undertaken. They will be the principal group driving the development of

the Scope of Work, and will review deliverables for operability and

maintainability during the project, to ensure compatibility with existing

equipment at the facility. They are also active participants in Factory and Site

Acceptance Tests.

Optimized Maintenance Unit (OMU)

The OMU maintains the Work Management System (WMS) databases for TW

assets including all PCS related equipment in Toronto Water Facilities. Their

involvement in PCS projects will typically be to review and approve WMS

tagging assignments proposed by the Consultant.

238 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 238: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

EDOCSLIB-#9086-v2

1-7

2. Consultant

The Consultant is contracted by the City to perform the Scope of Work as defined in the RFP.

The Consultant generally performs all tasks detailed below in Section 3 Pre-Design and Section

4 Detailed Design as well as representing the City during the Construction phase. As the City‟s

representative, the Consultant will review all deliverables from the Contractor and System

Integrator providing comments to the City. The Consultant also participates in FAT, SAT,

Commissioning and Training activities, and updating of documentation of the project.

A detailed list of the Consultant‟s responsibilities follows:

Responsible for the engineering and design of the I&C and SCADA System,

including integration with existing system control logic

Preparation/Updating of Process Control Narratives and P&ID

Preparation of Contract Specifications and Drawings of I&C and SCADA system

Review of the RPU and HMI configuration, as prepared by the Contractor, and

ensure compliance with City‟s standards

Prepare requirements for factory acceptance test (FAT) plan

Attend and witness FAT at the Contractor‟s facility to ensure compliance with

City‟s requirements

Attend and witness testing of all field instruments and control loops performed by

the Contractor

Prepare requirements for site acceptance test (SAT) plan

Attend and witness SAT on site to ensure compliance with City‟s requirements

Prepare requirements for operational test/system performance test

Attend and witness operational test/system performance test

Review Operation and Maintenance Manual prepared by the Contractor for

compliance with the contract specifications

Review Plant SCADA Operation Manual and submit at the specified milestones

Prepare PCS training

Testing and verification of the performance of the SCADA system

Prepare As-built PCS documentation

239 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 239: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

EDOCSLIB-#9086-v2

1-8

3. Contractor

The Contractor is contracted by the City to perform the Scope of Work as defined in the tender

package created by the Consultant during Detailed Design and generally performs all tasks

detailed in Section 5 Construction - Equipment and Section 7 Construction – Testing and

Commissioning.

A detailed list of the Contractor‟s responsibilities follows:

Purchase and install all software, hardware, instrumentation and field wiring as

specified

Perform Hardware FAT at the Contractor‟s facility, (if possible) witnessed by the

Consultants and the City‟s staff

Perform field verification of all installed instruments, devices and control loops,

witnessed by the Consultants and the City‟s staff

Participate in Consultant‟s PCS training as applicable

Perform Hardware SAT, witnessed by the Consultants and the City‟s staff

Perform operational test/system performance test, witnessed by the Consultants

and the City‟s staff.

Hand over SCADA system to City‟s staff when accepted by the City.

Provide required warranty (response within 24 hours) and guarantee of SCADA

system

Respond to City for all deficiencies

Prepare I&C Operation and Maintenance Manual and submit to the Consultants

for review at the appropriate milestones

4. Systems Integrator

The Systems Integrator is typically a subcontractor of the Consultant or Contractor and they

generally perform all tasks detailed below in Section 6 Construction - Software and Section 7

Construction – Testing and Commissioning.

A detailed list of the System Integrator‟s responsibilities follows:

Configure PLC program in accordance with specified process control narratives

Configure HMI program in accordance with specified process control narratives

Submit PLC and HMI programs to Consultants for review to ensure compliance

with Specifications

240 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 240: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

EDOCSLIB-#9086-v2

1-9

Participate in Consultant‟s PCS training

Perform Software FAT at the System Integrator‟s facility, (if possible) witnessed

by the Consultants and the City‟s staff

Perform Software SAT, witnessed by the Consultants and the City‟s staff

Perform operational test/system performance test, witnessed by the Consultants

and the City‟s staff.

Hand over SCADA system to City‟s staff when accepted by the City.

Provide required warranty (response within 24 hours) and guarantee of SCADA

system

Respond to City for all deficiencies

Prepare SCADA Operation and Maintenance Manual and submit to the

Consultants for review at the appropriate milestones

241 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 241: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

EDOCSLIB-#9086-v2

2-10

2. RFP and Engineering Services Contract Award

2.1 General

In general, RFP and Engineering Services Contract Award tasks are performed and/or

coordinated by the City‟s Project Manager. See Appendix A – Flowcharts for a concise depiction

of tasks and deliverables required during this phase.

2.2 Identify PCS Requirements

Conduct workshop(s) with PCSU, Operation Group, and ITM representatives to gather

requirements of the new project including input on the following:

Instrumentation

Control System Hardware

Software

Networking

Structured Cabling

Electrical

Gather input on how the proposed project will affect the current facility PCS, and what additions

and changes may be required.

2.3 Scope of Work

Draft a Scope of Work based on the information gathered at the workshop(s) and has it reviewed

by the various groups to ensure that the PCS elements are consistent with City objectives and

standards. Amend the Scope of Work as required.

2.4 RFP

Draft the PCS elements of the RFP including project specific “PCS checklist” following City‟s

PCS Guidelines, Standards, and the Project Delivery System (PDS). Drafted RFP shall be

reviewed by PCSU, ITM and Operations group.

Issue the RFP and involve PCSU, ITM, and the Operation Group as required during the RFP

process.

2.5 RFP Evaluation

Evaluate RFP responses with input from PCSU, ITM, and the Operation Group as required

2.6 Engineering Services Contract Award

Award the project to a Consultant with input from PCSU, ITM, and the Operation Group as

required.

242 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 242: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

EDOCSLIB-#9086-v2

2-11

243 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 243: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

EDOCSLIB-#9086-v2

3-12

3. Pre-Design

3.1 General

In general, Pre-Design tasks are performed by the Consultant and supervised by the City. See

Appendix A – Flowcharts for a concise depiction of tasks and deliverables required during this

phase. The Consultant shall follow Toronto Water‟s PCS Guidelines and Standards throughout

all phases of the project.

The purpose of the Pre-Design Report is to identify the key elements of the design to ensure that

the final installation will meet the functional requirements and performance of Toronto Water.

During the pre-design phase, the Consultant is expected to:

1. Visit the existing facility, or similar facility in Toronto Water, and familiarize themselves

with the existing interfaces, PCS equipment including tagging, software, control

strategies, and network architecture to be matched and/or upgraded.

2. Review all engineering reports and drawings for the PCS system related to the project.

3. Review previous pre-design report(s) and detailed designs prepared for the PCS system.

In general, consultants will comply with Section A.4 PREDESIGN ENGINEERING

SERVICES of the RFP document, specifically with respect to the PCS system.

3.2 Project Commencement

Conduct a Project Commencement Meeting, and invite PCSU, ITM, and the Operation Group

representatives. The purpose of the meeting is for the Consultant to introduce their project team

and have a discussion of the general strategy and goals of the project.

3.3 Field Verification

The Field Verification Procedure shall be completed on commencement of pre-design

engineering to ensure that the design will meet the requirements of the facility. This will

minimize potential future claims by Contractors during construction, resulting from inaccurate

information portraying existing conditions. This activity will also accurately define the scope of

work required for achieving the targeted level of automation.

Refer to EDOCSLIB-#9091 Field Verification Procedure for more information.

3.4 Requirements Definition/50% Pre-Design

The following elements should appear in the 50% submittal:

1. Equipment and Instrumentation List - Design equipment and instrumentation to

permit full monitoring and control capability under manual and/or automatic control.

Refer to EDOCSLIB-#6448 Instrumentation Design. Prepare a table (example below) of

all existing (reused) and proposed equipment and instrumentation (also refers as

equipment, device or asset) to be installed for the project. The table should be filled in as

244 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 244: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

EDOCSLIB-#9086-v2

3-13

much as possible during Pre-Design and then modification can continue through the

Detailed Design and Construction phases. The table would be the source document for

preparation of Tag List(s) to be created at the beginning of Detailed Design. It will also

be used for Entity Information List (WMS list) initially populated by Consultant and

completed by Contractor after the installation and commissioning.

Refer to EDOCSLIB-#6449 General Instrumentation Standards for the list of approved

instruments and manufacturers for the City‟s PCS projects. The list of approved

manufacturers shall be reviewed in conjunction with the staff of the affected facility. This

list is part of PCS Standards and Specifications that will be made available on request at

this stage of the project as well as the other required Standards and Specifications

referred to further in this document (see Appendix D for the full list of PCS Standards

and Specifications).

Notwithstanding the inclusion of equipment in the approved manufacturers list, the

Consultant is responsible for engineering design and project performance. The Consultant

shall review the existing equipment at the facility and the approved list, discuss with the

City the current performance of the equipment, and in conjunction with the City provide

recommendation for first named and alternate named equipment to be specified using the

approved list as a base.

Make recommendations to the City if additional manufacturers are requested to be added

or removed as appropriate according to Consultant experience and the specific project

requirements. This list will form the basis of named and alternate named manufacturers

and suppliers in the Contract Specifications.

Table 1: Equipment and Instrumentation List

Headings of Table Development Stages

Predesign Detailed Design As Constructed

Equipment (Device)Tag

(WMS/PCS Tag Number)

Required Required

Device (Tag) Description

(WMS Asset Entity Name)

Required Required Required

P&ID Required Required

Process Required Required Required

Area Required Required Required

Unit Required Required Required

Device Type Required Required Required

Status Required Required Required

Comment Required Required Required

Note: Naming convention for the Equipment (Device) Tag Name (in WMS referred as

Entity Name) is described in Tagging Standard: EDOCSLIB-# 6454 Equipment

and Data Names.

245 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 245: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

EDOCSLIB-#9086-v2

3-14

2. Servers/PLCs/Network - Review and document all existing hardware affected by the

project, and determine system capacity. Discuss capability for expansion and identify all

additional hardware required for modifications so as to fully integrate the new or

expanded works into the existing system. Identify all obsolete hardware that must be

replaced as part of the upgrading of the existing or expansion of the process control

system. Refer to EDOCSLIB-#8243 SCADA Computer System and EDOCSLIB-#8239

PCS Local Area Network (Appendix D) for technical detail and requirements.

3. SCADA Software - Review and document all existing software affected by the project,

and identify all additional software required for modifications to the HMI, PLC and

networking devices so as to fully integrate the new or expanded works into the existing

system.

4. Control Wiring and Structured Cabling – Review and document all existing control

wiring and network cabling, and identify all additional cabling that will be required so as

to fully integrate the new or expanded works into the existing system.

5. Alarm Notification and Security – Review the existing alarm notification and security

system of the facility, and document the proposed modifications and additions to provide

the required services for notification of the critical PCS alarms of the project. Refer to

EDOCSLIB-#9100 Alarming (Appendix C) for technical details and requirements.

6. Electrical System and Emergency Power – Review the existing power supplies to the

relevant areas of the facility and document the proposed modifications and additions to

provide the required electrical power for the proposed upgrades.

3.5 75% Pre-Design

In addition to updates to the elements of the 50% pre-design, the following should appear in the

75% submittal:

1. Process Narrative – Provide a Process Narrative or update existing for each process,

clearly describing how it is to be operated in all modes of process control. Process

narratives shall be written in plain English to provide a clear understanding of the

relationships between the equipments and the process variables to be

monitored/controlled. Note that the Narrative will not apply solely to the new

processes/equipment, but will detail all interaction with existing process/equipment

control (i.e., alarm triggers, process variables shared by multiple processes, report

generation, etc.). Refer to EDOCSLIB-#9093 Process Control Narratives (Appendix C)

Section 1.3.1 for technical detail and requirements.

2. Process Flow Diagrams – Provide a Process Flow Diagram or update existing to clearly

illustrate the relationships between the various affected processes and associated

instrumentation.

3. Design Alternatives – The Consultant should include a section detailing any alternative

designs that they feel might offer benefits to the City in terms of cost or functionality.

246 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 246: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

EDOCSLIB-#9086-v2

3-15

4. Cost Estimate – Include a cost estimate to construct the project according to the

guidelines provided in the RFP.

5. Electrical Area Classification Report – If required, provide “Electrical Area

classifications report” for the affected areas where electrical and instrumentation devices

will be installed under the project.

3.6 100% Pre-Design

The 100% Pre-Design submittal should include updates to reflect the comments made during

review of the 75% submittal. City staff will review the 100% submittal and again provide

comments to allow the Consultant to finalize the Pre-Design report.

247 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 247: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

EDOCSLIB-#9086-v2

4-16

4. Detailed Design

4.1 General

In general, Detailed Design tasks are performed by the Consultant and supervised by the City.

See Appendix A – Flowcharts for a concise depiction of tasks and deliverables required during

this phase.

Consultants will comply with Section A.5 DETAILED DESIGN ENGINEERING SERVICES

of the RFP document, specifically with respect to the PCS system.

4.2 Tag Lists

The City maintains a tag database known as the Enterprise Tagging Management System

(ETMS). The Consultant shall have access to this database during design for the purpose of

creating unique tag names and producing a Tag Lists for review by the City. If access to ETMS

is not provided Consultant shall request ETMS tag report for the related facility and process(es).

All equipment, equipment loops, data and local area network cabling shall be tagged in

accordance with EDOCSLIB-# 6454 Equipment and Data Names. Use of ETMS shall secure

uniqueness and proper tag structure in accordance with Standards. However Consultant shall use

related Master P&IDs in conjunction with ETMS/ETMS tag report in order to assure tag loop

numbers follow the existing tagging logic. These tag numbers shall be used in the P&ID

drawing(s) and all related project documentation for the identification of all equipment. Tags will

be reserved in ETMS and could be modified during the life of Project. Any modification to the

tagging should be identified by Consultant followed by request to City for approval.

Consultant shall prepare:

1. New equipment tag list. Consultant shall prepare and submit for approval new

equipment tag list in particular format. "TagImportTemplate.xsl" spread sheet will be

issued on requested.

2. Replace equipment tag list. This list refers to the equipment that is going to be replaced

or upgraded. Equipment tag will not be changed but equipment description might (i.e.

gate valve replaced with butterfly valve or variable speed drive added to the pump).

These types of changes are to be identified in separate "New description" column.

Changes to the ETMS will be done by City once construction is completed. At that time

also Entity Information List (WMS list) shall be completed in accordance with

EDOCSLIB-# 6454 Equipment and Data Names (Section 3.12) for all replaced and

upgraded equipment.

3. Reuse equipment tag list. This list refers to the equipment that is going to be reused in

same or different capacity (function). Any changes are to be identified and to be dealt

with the same way as for the "Replace equipment tag list" above.

4. Reused tag list. This list refers to tags of the removed or "to be removed" equipment but

there is intention to reuse (recycle) tags. Consultant should identified measures during

transition if there is period where two identical tags in the field and SCADA would exist

248 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 248: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

EDOCSLIB-#9086-v2

4-17

(old equipment to be removed after new equipment is commissioned). After construction

is completed ETMS database should be updated. WMS data for the old equipment are to

be retired. WMS data for the new equipment shall be completed in accordance with

EDOCSLIB-# 6454 Equipment and Data Names (Section 3.12) for all replaced and

upgraded equipment.

5. Remove/Delete equipment tag list. Consultant is to identify and submit list of the

equipment that will be removed. After construction is completed tags in ETMS and WMS

databases will retire.

4.3 50% Detailed Design

The following elements should appear in the 50% Detailed Design submittal:

1. Process Control Narrative (PCN) – The Consultant will update the Master PCN

provided by the City. Refer to EDOCSLIB-#9093 Process Control Narratives

(Appendix C) for details of the requirements.

2. P&IDs - The Consultant shall update the Master P&IDs provided by the City, or

prepare new P&IDs (in case Master P&IDs do not exist). The City‟s instrumentation

symbols and control and instrumentation loop diagrams, including process and

instrumentation diagrams, are generally based on the Instrument Society of America

Standards ANSI/ISA-S5.1-1984 (R 1992) and ANSI/ISA-S5.4-1991, or latest revision.

The ISA standards have been modified by the City to meet its own requirements.

Consultants shall comply with EDOCSLIB-#9094 P&ID Standard Symbols and

Practices (Appendix C).

3. SCADA Architecture Drawings – The Consultant shall update the SCADA

Architecture drawing of the facility, to show modifications and additions of equipment.

4. Equipment Power Requirements – The Consultant shall provide drawings and

specifications for any power supply upgrades or additions required as a result of new or

modified equipment.

5. Single-Line Drawings – If the new equipment requires changes to the facility‟s single-

line drawings, they shall be provided as part of this submission.

6. Electrical Area Classifications – These shall be updated from the classifications

provided in the Pre-Design Report.

7. Cost Estimate – Provide an updated cost estimate.

4.4 70% Detailed Design

In addition to updates to the elements of the 50% design, the following should appear in the 70%

submittal:

1. Control Panel Drawings – The Consultant shall provide drawings for new panels or

modifications to any existing control panels. Refer to EDOCSLIB-#6618 Control Panel

Design.

249 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 249: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

EDOCSLIB-#9086-v2

4-18

2. Loop Drawings – The Consultant shall produce loop drawings as required.

3. Equipment Layouts and Control Schematics – The Consultant shall produce

equipment layout and control schematic drawings as required. Refer to EDOCSLIB-

#8249 Ladder Diagram for Control Schematic development.

4. SCADA Hardware and Software Requirements – The Consultant shall create or

update the Hardware and Software Inventory Lists (Server, Client, RPU and Access

Closet hardware and software inventory and available capacity) for the facility, indicating

what new software or hardware is required for the SCADA system

5. Instrument Ranges and Setpoints – As part of the Process Control Narrative, this

information shall be provided at this stage.

6. PCS I/O tag list - Consultant shall provide PCS I/O tag list (example below), also

referred as signal/data or PCS I/O point tag name, for inclusion in ETMS database upon

approval from City. The list shall identify related device status: new, reuse, replace, and

delete as well as intention to reuse (recycle) device tag. ETMS database will be populated

in stages as described earlier (see 4.2 Tag Lists).

7. Alarm List - As part of the Process Control Narrative, this information shall be

developed complete with Alarm Priority (High, Medium, Low, WIN911) and “Alarm

Conditioning” at this stage.

8. iHistorian, eOPS, POMS, LIMS Requirements - As part of the Process Control

Narrative, this information shall be available at this stage. Alarm Notification and

Security – Detailed Design of the alarm notification requirements that were provided in

the Pre-Design Report.

Coordinate with the City’s corporate security for security related issues.

9. Networking and Structured Cabling - Detailed Design of the networking and

structured cabling requirements that were provided in the Pre-Design Report.

10. Entity Information List (WMS list) – Consultant shall initially populate Entity

Information List (WMS list) with design data (Tag name, description, type, location, size,

range, etc.). See EDOCSLIB-#6454 Equipment and Data Names for the template. The

list will be further developed in Construction phase.

11. Equipment Physical Tag Lists - Field equipment shall be tagged in accordance with

EDOCSLIB-#6454 Equipment and Data Names. Templates are included in the

Document. Provide completed Physical Tag Lists indicating details of the tag quantities

and sizes.

12. Electrical Drawings and Requirements – Drawings showing electrical upgrades

required for the project.

13. Identify FAT and SAT Requirements – Provide Initial FAT/SAT Check Sheet and

Process Logic Test Sheet in accordance with EDOCSLIB-#9104 PCS Factory

250 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 250: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

EDOCSLIB-#9086-v2

4-19

Acceptance Testing and EDOCSLIB-#9107 PCS Site Acceptance Testing and

Commissioning (Appendix C). FAT/SAT Check and Process Logic Test Sheets are to be

further developed in Construction phase.

14. Identify Hardware and Wiring Removal – Drawings to indicate obsolete hardware and

wiring that is to be removed under the project.

15. Identify RPU/HMI Program/Code Removal – Produce a detailed list indicating which

software tags/objects should be removed under the project.

Table 2: PCS I/O tag list

Headings of Table Development Stages

Detailed Design As Constructed

PCS I/O Tag Required Required

PCS I/O Tag Description Required Required

Signal/Data

Type

Physical Required Required

Virtual Required Required

Analog Required Required

Digital Required Required

Engineering Units Required Required

Signal Used

PCS Required Required

iHistorian Required Required

eOPS Required Required

POMS Required Required

LIMS Required Required

WMS Required Required

Comment Required Required

Note: PCS I/O Tag Description shall be description of the associated signal easily

understandable to the Operator and shall be limited to 40 characters.

4.5 Detailed Technical Specifications

The Consultants shall refer to the PCS standards listed under PCS Standards and Specifications

List (Appendix D) and related Guidelines Appendices and shall use or adhere to those

requirements. Consultants should obtain electronic versions of these standards and appendices

related to the project from the City‟s Project Manager.

The Consultants shall modify or edit the standards and appendices and create specifications to

suit the project specific requirements of the contract, after getting consent from PCSU. However,

where modifications are recommended, the Consultant is to highlight these proposed deviations

to the City to ensure that the proposed changes do not compromise the City‟s overall goal of

251 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 251: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

EDOCSLIB-#9086-v2

4-20

standardizing PCS across Toronto Water facilities. The responsibility remains with the

Consultant to ensure that contract specifications and drawings meet the requirements for proper

project execution.

4.6 Apply For Approval

Once the 70% Detailed Design package has been accepted by the City, it is expected that the

Consultant will obtain approvals from agencies as required. Comments made by the approving

agencies are to be incorporated into the documents for the 95% submittal to the City.

4.7 95% Detailed Design

In addition to updates to the elements of the 70% design, the following should appear in the 95%

submittal:

1. Pre-Start Health and Safety – The Consultant shall review and report as required.

2. Electrical Area Classifications – The Consultant shall update electrical area

classifications based on the detailed design

3. Updated Cost Estimate

4.8 100% Detailed Design

In addition to updates to the elements of the 95% design, the following should appear in the

100% submittal:

1. Tender Document – The Consultant shall complete the preparation of the tender package.

2. Updated Cost Estimate

252 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 252: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

EDOCSLIB-#9086-v2

5-21

5. Construction - Equipment

5.1 General

In general, Construction – Equipment tasks are performed by the Contractor and supervised by

the Consultant. See Appendix A – Project Tasks Flowcharts for a concise depiction of tasks and

deliverables required during this phase.

Consultants will comply with Section A.6 SERVICES DURING CONSTRUCTION of the RFP

document, specifically with respect to the PCS system.

As the City‟s representative during construction, the Consultant will review all deliverables from

the Contractor and System Integrator and solicit the City‟s comments in addition to their own

before returning reviewed deliverables to the Contractor.

5.2 Shop Drawings

The Contractor is to submit shop drawings for all equipments and panels to be purchased for

installation during the contract. The Consultant will review the shop drawings in accordance with

EDOCSLIB-#9101 Instrument and Equipment Testing (Appendix C). The City has the option

to review shop drawings as well though the responsibility for accuracy and correctness lies with

the Consultant.

5.3 Equipment and Panel Procurement and Fabrication

The Contractor will procure equipment and manufacture panels as required, after approval of the

shop drawings. The Consultant will monitor the progress and ensure the project schedule is

maintained.

5.4 Test Sheets

Contractor is to provide Pre-FAT test documentation for major equipment such as MCCs,

pumps, etc.

5.5 Equipment and Panel FATs

The purpose of hardware FATs is to ensure the integrity of the equipment used to control and

monitor the process at the City‟s facilities. It is intended to demonstrate that the system

configuration will function effectively once installed on site, and limits the need for on site

modifications to hardware configurations.

The hardware FAT involves the following major components:

1. Control Panels & Local Operator Interfaces

2. Networking Equipment

3. Workstations

4. PLCs.

253 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 253: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

EDOCSLIB-#9086-v2

5-22

The hardware FAT is performed at the Contractor's office. These tests must be completed by the

contractor and approved by the Consultants prior to any equipment being delivered to the project

site. The City has the option to witness the FATs as well, though the responsibility for approval

lies with the Consultant.

5.6 Transition Plan

A project will typically involve installing equipment into an existing, operating facility that has

an operating PCS. The Contractor shall develop a transition plan that details the progression of

installation tasks such that the impact on operations is minimized and the continued safe

operation of the facility is assured. The plan should take the following considerations into

account:

1. Features of the facility that may impose limitations during construction. For example,

certain tasks might need to be performed during non-peak operating hours.

2. To maintain continuous operation and monitoring, provisions might need to be made for

temporary parallel equipment. For example, if an older model PLC is being replaced, it

might need to continue operating while the new PLC is installed and wired.

3. PCS upgrades typically require re-wiring of equipment that results in a temporary loss of

use of the equipment. The transition plan needs to account for operational requirements

while scheduling equipment down-time. The Operation Group will provide the

Contractor with their operational constraints as required.

4. If PCS networking configuration changes are involved, the Contractor should consider

the impact on the ability of the Operation Group to control and monitor related

equipment.

Consultant should review the transition plan prior submitting to City for approval.

5.7 Equipment Installation and Wiring

Once equipment has been approved at the FAT and the Transition Plan has been accepted, the

Contractor can deliver equipment to site and commence installation and wiring.

5.8 Pre-Start Health and Safety

If a Pre-Start Health and Safety review and report are required (refer to the Toronto Water

Project Delivery System Manual for details), the Consultant shall produce the report and have it

approved prior to the commencement of commissioning.

5.9 Entity Information Lists

The Contractor shall populate with manufacturer's data and maintenance recommendations the

Entity Information Lists (WMS list) initially developed by Consultant for all new and upgraded

equipment in the project. See EDOCSLIB-#6454 Equipment and Data Names for the template.

This information is used by the OMU for WMS purposes.

254 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 254: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

EDOCSLIB-#9086-v2

6-23

6. Construction - Software

6.1 General

In general, Construction – Software tasks are performed by the Systems Integrator and

supervised by the Consultant. See Appendix A – Flowcharts for a concise depiction of tasks

and deliverables required during this phase.

Consultants will comply with Section A.6 SERVICES DURING CONSTRUCTION of the RFP

document, specifically with respect to the PCS system.

As the City‟s representative during construction, the Consultant will review all deliverables from

the Contractor and System Integrator and provide their comments to the City.

6.2 Flow Chart Development

The Systems Integrator shall develop logic flow charts to demonstrate their interpretation of the

design documents. Refer to EDOCSLIB-#9096 RPU Software Programming (Appendix C) for

more detail on the development of flow charts.

6.3 Software Modules

The City has developed a series of standard software modules that are to be used by

programmers to implement the control functions required by the project. The goal of standard

software modules is to reduce development and maintenance costs by ensuring that software

deployed throughout Toronto Water facilities has a common look and logical base. Refer to

EDOCSLIB-#9097 Standard Software Modules (Appendix C) for more detail on the use of

software modules.

In some cases, the Systems Integrator may find that a new or modified software module would

be beneficial to the development of the software for the project. Modules cannot be modified

without the consent of PCSU/ITM. When the PCSU/ITM approves the development or

modification of a software module, the Systems Integrator shall follow the procedure found in

EDOCSLIB-#9097 Standard Software Modules (Appendix C).

6.4 Software Development

Once it has been determined that the software modules are sufficient for the project, the Systems

Integrator can begin software development according to the following Appendix C guidelines:

1. EDOCSLIB-#9099 Process Display Programming

2. EDOCSLIB-#9098 Operator Interface Programming

3. EDOCSLIB-#9100 Alarming

4. EDOCSLIB-#9095 Colour Convention

5. EDOCSLIB-#9096 RPU Software Programming

6. EDOCSLIB-#9097 Standard Software Modules

255 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 255: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

EDOCSLIB-#9086-v2

6-24

Software is to be submitted at the 70% stage at which time the Consultant and City

representatives will review the components for accuracy, adherence to standards, and

compatibility with the rest of the facility PCS.

6.5 FAT Plan

Prior to carrying out a Factory Acceptance Test of the software, the Systems Integrator shall

prepare a detailed test plan for review by the Consultant. The test plan is to broaden the FAT

Check Sheet and Process Logic Test Sheet developed by Consultant in the Design Stage. The test

plan will identify all field I/O to be tested such as equipment status, control modes, and

hardwired alarms. Also virtual points such as alarms (including priority and conditioning),

setpoints, and operator entered parameters. The test plan will then identify automatic logic tests

designed to prove that the program responds as detailed in the Process Control Narrative. The

plan will also identify a “graphics review” as well as include the PCN and the contract drawings

(control schematics, loop diagrams, and process and instrumentation drawings – P&IDs) as part

of the test plan. The Systems Integrator shall demonstrate that the test plan fulfils the intent and

requirements of the PCN and will therefore result in the successful operation of the system when

installed on site.

The test plan should also include a proposed schedule and a description of the proposed testing

environment (hardware setup, software utilized) for approval by the Consultant and the City.

Refer to EDOCSLIB-#9104 Factory Acceptance Testing (Appendix C) for details. Once the

schedule and documentation have been accepted, the Systems Integrator shall submit a copy of

all software components to the City (known as the “Pre-FAT” version of software).

6.6 Software FAT

The Systems Integrator will host the Factory Acceptance Test according to the details presented

in the schedule and FAT documentation. Refer to EDOCSLIB-#9104 Factory Acceptance

Testing (Appendix C) for details. Upon completion of the FAT and subsequent corrections and

re-testing as required, the Systems Integrator shall submit a copy of all software components to

the City (known as the “Pre-SAT” version of software).

256 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 256: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

EDOCSLIB-#9086-v2

7-25

7. Construction – Testing and Commissioning

7.1 General

The Consultant shall comply with Appendix A7 SITE SERVICES DURING TESTING AND

COMMISSIONING, of the RFP document for the engineering services required to be provided

for the project.

The Consultant shall specify in the contract document that the Contractor and Systems Integrator

are required to comply with the City‟s standard procedure for the testing and commissioning of

PCS.

As the City‟s representative during construction, the Consultant will review all deliverables from

the Contractor and System Integrator providing comments to the City.

7.2 Hardware SAT and Training Plan

The Contractor is to submit a SAT Plan that includes the following:

1. Schedule

2. Testing procedure for each item

3. Sign-off documentation

4. Details of City involvement, including any operational requirements such as shutdowns,

communication interruptions, etc.

Refer to EDOCSLIB-#9101 Instrument and Equipment Testing and EDOCSLIB-#15167 Site

Acceptance Testing (Appendix C) for more details.

The Training Plan should contain a schedule and detailed outline of the material to be covered.

Refer to EDOCSLIB-#9109 Training (Appendix C) for more details.

7.3 Hardware Training

The Contractor shall perform training on the installed hardware prior to the SAT. Refer to

EDOCSLIB-#9109 Training (Appendix C) for more details.

7.4 Hardware SAT

A Hardware SAT is to ensure the integrity of the equipment used to control and monitor the

process at the City‟s facilities once installed on site. Prior to the hardware SAT, the Consultant

and Contractor must have jointly completed all I/O tests, loop tests, network tests, and

instrumentation calibration verification sheets.

The hardware SAT involves the following major components:

1. Control Panels & Local Operator Interfaces

2. Networking Equipment (as available)

257 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 257: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

EDOCSLIB-#9086-v2

7-26

3. Workstations

4. PLCs

5. Instrumentation

The hardware SAT is performed on site to ensure that the equipment has been installed wired

and configured correctly. The consultant shall compile all the SAT results and submit it to the

City for their review.

The testing of the networking equipment, workstations, and PLCs is intended to confirm that the

network as designed, and the configuration of the hardware as specified functions as an integral

network on site and in conjunction with the City‟s wide area network (WAN).

7.5 Software SAT and Training Plan

The Systems Integrator‟s SAT Plan should include the same I/O and Logic check sheets that

were used during the Software FAT. In addition to check sheets, there should also be sign-off

documentation and a schedule of activities that details the City‟s involvement, including any

operational requirements such as shutdowns, communication interruptions, etc. Refer to

EDOCSLIB-#9107 Site Acceptance Testing and Commissioning (Appendix C) for more

details.

The Training Plan should contain a schedule and detailed outline of the material to be covered.

Refer to EDOCSLIB-# 9109 Training (Appendix C) for more details.

7.6 Software Training

The Systems Integrator shall perform training on the new software components prior to the SAT.

Refer to EDOCSLIB-#9109 Training (Appendix C) for more details.

7.7 Software SAT

After training has been completed, the Software SAT can be performed. It is intended to confirm

that the software functions according to the Process Control Narrative and allow fine-tuning of

control loops and other process variables. Refer to EDOCSLIB-#9107 Site Acceptance Testing

and Commissioning (Appendix C) for more details.

7.8 Operational Test/System Performance Test

The operational test/system performance is a 5-day test (unless otherwise defined in RFP) of the

system to simulate the operation of the system under different loading conditions. The test shall

start on a Monday and will be restarted again on a Monday in the event of a failure of the system

to operate as intended at any point in the 5-day period. During this period the software is to

operate under Area Operator station and Central Operator station modes to simulate normal

operation of the system. Where necessary, the Consultants will specify additional simulation

logic to the RPU to allow the process area to be fully simulated for operational test/system

performance. The provision of such simulation code is deemed to be within the scope of the

258 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 258: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

EDOCSLIB-#9086-v2

7-27

Contractor services. Where necessary, the Consultant shall specify the provision of temporary

piping and equipment in order to be able to carry out the simulation successfully.

7.9 Tag Lists and PCS I/O List

Consultant is to finalize Tag Lists and PCS I/O list identifying all changes made throughout

construction and commissioning for inclusion into the ETMS and WMS.

7.10 As-Built Documentation

The Contractor and Systems Integrator shall submit As-Built documentation during this phase.

Refer the EDOCSLIB-#9108 PCS Documentation (Appendix C) for details. Consultant is also

to submit As-Built documentation integrating all changes into documentation prepared in the

Design phase of the Project.

7.11 Post Construction Warranty Period

In general, the Systems Integrator shall provide all necessary services during the warranty period

to update all software when deficiencies are found. Refer to the contract for specific warranty

requirements.

259 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 259: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

Appendix A – Project Tasks Flowcharts

260 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 260: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Identify PCS RequirementsConduct workshop with Operation

Group, PCSU, ITM to gather input on the following

· Instrumentation· Control System Hardware· Software· Networking· Structured Cabling· Electrical

RFP InitiationInitiate RFP process

according to PDS Manuals

· Project Delivery System Manuals· RFP Template· Purchasing and Materials

Management RFP and Policies

Scope of WorkPrepare Scope of Work with input from

Operation Group, PCSU, ITM

Review by: PCSU, ITM, Operation Group

Scope of Work accepted?

Yes

No

RFP AND ENGINEERING SERVICES CONTRACT AWARDFOR PROJECTS WITH PCS COMPONENT

PROJECT TASKS FLOW CHART

Scope of Work

RFPPrepare PCS and Electrical elements

for inclusion in the RFP

Review by: PCSU, ITM, Operation Group

RFP accepted?

No

RFP

Yes

Finalize and Issue RFPPrepare Addenda as required. Involve

PCSU, ITM, Operation Group as needed

RFP EvaluationInvolve PCSU, ITM in evaluation

procedures as needed

AwardContract Negotiation and Execution.

Involve PCSU, ITM as needed

Possible Documentation to be made available to authors/reviewers

· PCS Implementation Guidelines· PCS Implementation Standards· Facility Master Process Control

Narratives· Facility Process Flow Diagrams· Facility Master P&IDs· Facility SCADA Architecture

Drawing· Facility Structured Cabling

Standards and Drawings· Toronto Water Equipment Tag

Standard· Related Facility Drawings· Operation Manuals· City’s Drawing Standards

TASKS DELIVERABLESINPUTS/REFERENCES

Process Control System (PCS) Guidelines

EDOCSLIB-#9087-v2 Page 1 of 11 Appendix A261 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 261: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Field VerificationVerify accuracy of existing

documentation against the following field conditions

· Process and Equipment· Control System· Instrumentation· Control Wiring and Structured

Cabling· Electrical Area Classification

Project CommencementConduct Project Commencement

meeting. Invite PCSU, ITM to attend.

Field Verification ReportPrepare report including “red-lined”

P&IDs, Condition Assessment and Design Alternatives

Field Verification Report accepted?

No

Review by: PCSU, ITM, Operation Group

Yes

Requirements Definition/50% Pre-Design

Workshop(s) with PCSU, ITM, Operation Group and other

Stakeholders as required. Identify the following requirements

· Instrumentation· Servers, PLCs, Network· SCADA Software· Control Wiring and Structured

Cabling· Paging and Security· Electrical System· Emergency Power

· PCS Implementation Guidelines· PCS Implementation Standards· Existing Drawings (Electrical, Mechanical,

I&C)· Master P&IDs· Master Process Control Narrative· eOPS, WMS, POMS, LIMS requirements

· Existing SCADA Architecture

· Existing PLC/HMI Programs

· Related WMS Database· Inventory Lists for

Servers, PLCs, Network, Software

Review by: PCSU, ITM, Operation Group

50% Pre-Design Report accepted?

Consolidate review comments and prepare Outstanding Issues list

Yes

75% Pre-Design

· Incorporate 50% Pre-Design comments

· Equipment and Instrumentation List

· Process Narrative (PN)· Process Flow Diagrams (PFD)· Design Alternatives· Cost Estimate· Electrical Area Classification

Report

No

Review by: PCSU, ITM, Operation Group

75% Pre-Design Report accepted?

No

Yes

PRE-DESIGN (PCS COMPONENT)

PROJECT TASKS FLOW CHART

Field Verification Report

50% Pre-Design Report

75% Pre-Design Report

Page-3

TASKS DELIVERABLESINPUTS/REFERENCES

Process Control System (PCS) Guidelines

EDOCSLIB-#9087-v2 Page 2 of 11 Appendix A262 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 262: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Consolidate review comments and prepare Outstanding Issues list

100% Pre-Design

· Incorporate 75% Pre-Design comments

· Updated Cost Estimate

Review by: PCSU, ITM, Operation Group

100% Pre-Design Report accepted?

No

Yes

Pre-Design CompleteProceed to Detailed Design

100% Pre-Design Report

PRE-DESIGN (PCS COMPONENT)

PROJECT TASKS FLOW CHART

TASKS DELIVERABLESINPUTS/REFERENCES

Page-2

Process Control System (PCS) Guidelines

EDOCSLIB-#9087-v2 Page 3 of 11 Appendix A263 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 263: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

50% Detailed DesignDevelop or update the following

documents

· Master Process Control Narratives

· Master P&IDs· SCADA Architecture drawings· Equipment Power Requirements· Single-Line drawings· Electrical Area Classification· Cost Estimate

Tag ListsPrepare tags for new, to be reused,

replaced and deleted Equipment and Instrumentation

50% Detailed Design accepted?

No

Review by: PCSU, ITM, Operation Group

Yes

· Tagging Database – Enterprise Tagging Management System (ETMS)

· Toronto Water Tagging Standard

Consolidate review comments and prepare Outstanding Issues list

DETAILED DESIGN (PCS COMPONENT)

PROJECT TASKS FLOW CHART

50% Detailed Design Documents

Tag Listst

Tag List accepted?

No Review by: OMU, PCSU, Operation Group

Yes

70% Detailed DesignDevelop or update the following documents

· Update 50% Detailed Design Documents· Control Panel Drawings· Loop Drawings· Equipment Layouts and Control Schematics· SCADA Hardware and Software Requirements· Instrument Ranges and Setpoints· PCS I/O Tag List· Alarm List including Alarm Conditioning· Identify iHistorian, eOPS, POMS, LIMS

Requirements· Paging and Security· Networking and Structured Cabling· Entity Information List (WMS List) – Design Data· Equipment Physical Tag Lists· Electrical Drawings and Requirements· Identify FAT and SAT Requirements· Identify Hardware and Wiring Removal· Identify RPU/HMI Program/Code Removal

70% Detailed Design Documents

70% Detailed Design accepted?

Review by: OMU, PCSU, ITM, Operation

Group

Yes

Detailed Technical SpecificationDevelop the following specifications (PCS related

sections)

· Table of Contents· Division 1· Division 11· Division 13· Division 15· Division 16No

Consolidate review comments and prepare Outstanding Issues list

Page-5

TASKS DELIVERABLESINPUTS/REFERENCES

Process Control System (PCS) Guidelines

EDOCSLIB-#9087-v2 Page 4 of 11 Appendix A264 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 264: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

DETAILED DESIGN (PCS COMPONENT)

PROJECT TASKS FLOW CHART

Apply For ApprovalSend documents to Approval Agencies

as required

Yes

Submit Applications with associated documentation

Approvals received?

No

Incorporate Agency Comments into the Documents

95% Detailed DesignDevelop or update the following

· Update 70% Detailed Design Documents

· Pre-Start Health and Safety Review and Report as required

· Electrical Area Classifications as required

· Cost Estimate

95% Detailed Design Documents

95% Detailed Design accepted?

Review by: PCSU, ITM, Operation

Group

No

Yes

Consolidate review comments and prepare Outstanding Issues list

100% Detailed DesignDevelop or update the following

· Update 95% Detailed Design Documents

· Tender Document· Update Cost Estimate

Involve PCSU, ITM as required during Tendering Process

TASKS DELIVERABLESINPUTS/REFERENCES

100% Detailed Design/Tender Document

accepted?

Yes

No

100% Detailed Design/Tender

Document

Review by: PCSU, ITM, Operation

Group

Page-4

Process Control System (PCS) Guidelines

EDOCSLIB-#9087-v2 Page 5 of 11 Appendix A265 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 265: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Shop Drawings

Prepare Applicable Shop Drawings

· Instrumentation· Servers, PLCs, OITs· Network· Panels, Cabling· MCCs, Switchgear

No

CONSTRUCTION – EQUIPMENT (PCS COMPONENT)

PROJECT TASKS FLOW CHART

Shop Drawings

Review by: PCSU, ITM,

Operation Group

Bulk Construction (Conduits, Cable Trays, Duct Banks)

TASKS DELIVERABLESINPUTS/REFERENCES

Contract PCS Start-up

Involve Consultant’s PCS staff, Systems Integrator, PCSU, ITM in kick-

off meeting as required

Shop Drawings accepted?

Yes

Equipment and Panel Factory Acceptance Tests

Where required, FAT(s) to be attended by General Contractor, Consultant,

PCSU, ITM, Operation Group

Equipment received at site complete with O&M Manuals, Certificates,

Reports, Drawings

Equipment and Panel Procurement and Fabrication

FAT/Whiteness Test Sheets

Prepare Test Sheets for Equipment and Panels

Test Sheets

Test Sheets accepted?

Review by: PCSU, Operation Group

Yes

No

Factory Acceptance Test

Reports

Factory Acceptance Test Reports accepted?

Yes

No

Page-7

Consultant’s Review

Consultant’s Review

Prepare FAT Reports

Review by: PCSU, Operation Group

Consultant’s Review

Process Control System (PCS) Guidelines

EDOCSLIB-#9087-v2 Page 6 of 11 Appendix A266 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 266: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Transition Plan

Prepare a Transition Plan to address the following issues.

· Process Limitations· Potential Parallel Equipement,

Panels, HMIs· Detailed Schedule of

Terminations· Network Configuration· Hardware and Wiring Removal

Transition Plan

Review by: PCSU, ITM,

Operation Group

No

CONSTRUCTION – EQUIPMENT (PCS COMPONENT)

PROJECT TASKS FLOW CHART

TASKS DELIVERABLESINPUTS/REFERENCES

Page-6

Equipment Installation and Wiring

Entity (Asset) Information Lists

(WMS)

Review by: PCSU, OMU

Transition Plan accepted?

Pre-Start Health and Safety

Prepare Pre-Start Health and Safety Review and Report as Required

(Consultant)

Entity Information Lists

Prepare Entity (Asset) Information Lists (WMS)

WMS Lists accepted?

Yes

No

Page-10

Proceed to Testing and Commissioning

Consultant’s Review

Consultant’s Review

Yes

Process Control System (PCS) Guidelines

EDOCSLIB-#9087-v2 Page 7 of 11 Appendix A267 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 267: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

CONSTRUCTION – SOFTWARE (PCS COMPONENT)PROJECT TASKS FLOW CHART

Flow Chart Development

Develop Logic Flow Charts

Logic Flow Charts accepted?

No

Logic Flow Charts

Review by: PCSU, ITM,

Operation Group

· Software Modules Library Software Modules

Are existing software modules sufficient for the project?

New Software Modules

Documentation accepted?

No

Yes

New Software Modules Flow Chart Development

Develop Logic Flow ChartsNew Software Modules Logic

Flow Charts

Review by: PCSU, ITM

New Software Modules Logic Flow Charts accepted?

No

Yes

Develop New Software Modules

PLC, HMI, Simulation components as required

New Software Modules FAT

Attended by Consultant,PCSU, ITM, Operation Group as Required

Completed New Software Modules

Documentation

FAT passed?

Reviewed by: PCSU, ITM

No

Yes

Yes

TASKS DELIVERABLESINPUTS/REFERENCES

· PCS Implementation Guidelines

· PCS Standards · Design Phase Drawings

(Master P&IDs, Electrical, I&C)

· Master Process Control Narrative

· eOPS, WMS, POMS, LIMS requirements

Page-9

Consultant’s Review

Consultant’s Review

New Software Modules Documentation

Consultant’s Review

Yes

No

Process Control System (PCS) Guidelines

EDOCSLIB-#9087-v2 Page 8 of 11 Appendix A268 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 268: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

PROJECT TASKS FLOW CHART

CONSTRUCTION – SOFTWARE (PCS COMPONENT)

Page-8

TASKS DELIVERABLESINPUTS/REFERENCES

FAT Plan

Develop FAT Documentation and Schedule

FAT Plan

FAT Plan accepted?

Review by: PCSU, ITM

Operation Group

No

FAT

Factory Acceptance Testing

Attended by Consultant, PCSU, ITM, Operation Group

Completed FAT Documentation

and Sign-Off

Yes

FAT passed?

No

SoftwareVersion: Pre-FAT

Yes

Correct software deficiencies identified during FAT

SoftwareVersion: Pre-SAT

Page-10

Software Development

· PLC· HMI· Simulation

70% Software Development

accepted?

70% Software Development

(Screen Captures, PLC, HMI and

Simulation Programs)

Review by: PCSU, ITM (HMI, PLC),

Operation Group (Screen Captures)

No

· Existing Programs - PLC, HMI, Simulation

Consultant’s Review

Yes

Consultant’s Review

FAT Documentation and Sign-off

Complete FAT Documentation and Sign-off

Consultant’s Review

Process Control System (PCS) Guidelines

EDOCSLIB-#9087-v2 Page 9 of 11 Appendix A269 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 269: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

CONSTRUCTION – TESTING AND COMMISSIONING (PCS COMPONENT)

PROJECT TASKS FLOW CHART

Software SAT and Training Plan

Develop SAT Documentation, Schedule and Training Plan

Software SAT and Training Plan

Software SAT and Training Plan accepted?

Review by: PCSU, ITM,

Operation Group

No

Yes

Software Training

Provide Software Training by Consultant and Systems Integrator

Page-7 Page-9

TASKS DELIVERABLESINPUTS/REFERENCES

Hardware SAT and Training Plan

Develop SAT Documentation, Schedule and Training Plan for:

Equipment, Instrumentation, Network, Panels, Field Wiring

Hardware SAT and Training Plan

Hardware SAT and Training Plan accepted?

Review by: PCSU, Operation Group, ITM (Network),

No

Hardware Training

Provide Operation and Maintenance Training for: Equipment,

Instrumentation, Network and Panels

Yes

Hardware SAT

Hardware Site Acceptance Testing· Equipment Installation Test· Instrumentation Calibration· Panel Installation Test· Network Testing · Field Wiring Test

Attended by Consultant, PCSU, Operation Group, ITM (Network)

Completed Hardware SAT Documentation

and Sign-Off

Yes

Hardware SAT passed?

No

Page-11

Consultant’s Review

Hardware SAT Documentation and Sign-off

Complete Hardware SAT Documentation and Sign-off

Consultant’s Review

Consultant’s Review

Process Control System (PCS) Guidelines

EDOCSLIB-#9087-v2 Page 10 of 11 Appendix A270 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 270: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Software SAT

Software Site Acceptance Testing

Attended by Consultant, PCSU, ITM, Operation Group

Completed Software SAT

Documentation and Sign-Off

Yes

Software SAT passed?

No

Operational Test/ System Performance Test

Correct software deficiencies identified during SAT

SoftwareVersion: SAT

CONSTRUCTION – TESTING AND COMMISSIONING (PCS COMPONENT)

PROJECT TASKS FLOW CHART

TASKS DELIVERABLESINPUTS/REFERENCES

Page-10

Post Construction Warranty Period

Operational Test passed?

As-Built Documentation

Prepare Hardware and Software As-Built Documentation

As-Built Documentation

accepted?

As-Built Documentation

Review by: PCSU, ITM,

Operation GroupNo

Yes

Software SAT Documentation and Sign-off

Complete Software SAT Documentation and Sign-off

Consultant’s Review

No

Yes

Consultant’s Review

Process Control System (PCS) Guidelines

EDOCSLIB-#9087-v2 Page 11 of 11 Appendix A271 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 271: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

Appendix B – Project Tasks Implementation Checklists

272 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 272: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix B

Project Phase: RFP and Engineering Services Contract Award for Projects with PCS Component

ID Task Deliverables/INPUT Provider/ Deliverables/OUTPUT Recipients/

Custodian Reviewers

Received Delivered

1.1 RFP Initiation Project Delivery System Manuals PCSU

RFP Template PCSU

Purchasing and Materials Management RFP

and Policies PCSU

1.2 Identify PCS Requirements

Conduct workshop to identify PCS

Requirements

PCSU, ITM,

Operation Group

1.3 Scope of Work Definition

Prepare Scope of Work with input from

PCSU, ITM, Operation Group

PCSU, ITM,

Operation Group

Reviewed Scope of Work

PCSU, ITM,

Operation Group

Consolidate Scope of Work Review

Comments

Final Scope of Work

PCSU, ITM,

Operation Group

1.4 RFP PCS Implementation Guidelines PCSU

PCS Implementation Standards PCSU

Facility Master Process Control Narratives PCSU

Facility Process Flow Diagrams PCSU

Facility Master P&IDs PCSU

Facility SCADA Architecture Drawing PCSU

Facility Structured Cabling Drawings Operation Group

Tornto Water Equipment Tag Standard PCSU

Related Facility Drawings Operation Group

Operation Manuals Operation Group

City's Drawing Standards PCSU

RFP RFP

PCSU, ITM, OMU,

Operation Group

Reviewed RFP

PCSU, ITM, OMU,

Operation Group Consolidate RFP Review Comments PCSU

Comnsolidated RFP Review Comments PCSU Final RFP

PCSU, ITM, OMU,

Operation Group

1.5 Finalize and Issue RFP

Prepare Addenda as required. Involve

PCSU, ITM, Operation Group as needed

1.6 RFP Evaluation

Evaluate Proposals. Involve PCSU, ITM,

Operation Group as needed

1.7 Award

Contract Negotiation and Execution. Involve

PCSU, ITM, Operation Group as needed

MANAGER

Project Tasks Implementation Checklist

PROJECT

EDOCSLIB-#9088-v2 Page 1 of 7 11/2/2012

273 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 273: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Checklists

Project Phase: Pre-Design (PCS Component)

ID Task Deliverables/INPUT Provider/ Deliverables/OUTPUT Recipients/

Custodian Reviewers

Received Delivered

2.1 Project Commencement Conduct Project Commencement Meeting

PCSU. ITM, OMU as

required

2.2 Field Verification PCS Implementation Guidelines PCSU PCS Implementation Guidelines Consultant

PCS Implementation Standards PCSU PCS Implementation Standards Consultant

Existing Drawings Operation Group Existing Drawings Consultant

Master P&IDs PCSU Master P&IDs Consultant

Master Process Control Narrative PCSU Master Process Control Narrative Consultant

eOPS, WMS, POMS, LIMS Requirements Operation Group eOPS, WMS, POMS, LIMS Requirements Consultant

2.3 Field Verification Report Red-lined P&IDs Consultant Red-lined P&IDs

PCSU, Operation

Group

Condition Assessment Consultant Condition Assessment

PCSU, ITM,

Operation Group

Design Alternatives Consultant Design Alternatives

PCSU, ITM,

Operation Group

Reviewed Field Verification Report

PCSU, ITM,

Operation Group

Consolidate Field Verification Report Review

Comments PCSU

Consolidated Field Verification Report

Review Comments PCSU

Consolidated Field Verification Report

Review Comments Consultant

Final Field Verification Report Consultant Final Field Verification Report

PCSU, ITM,

Operation Group

2.4

Requirements Definition/

50% Pre-Design Existing SCADA Architecture PCSU Existing SCADA Architecture Consultant

Existing PLC/HMI Programs ITM Existing PLC/HMI Programs Consultant

Related WMS Database OMU Related WMS Database Consultant

SCADA Hardware and software Inventory

Lists PCSU Inventory Lists Consultant

Instrumentation Consultant Instrumentation

PCSU, Operation

Group

Servers. PLC, Network Consultant Servers. PLC, Network PCSU, ITM

SCADA Software Consultant SCADA Software PCSU, ITM

Control Wiring and Structured Cabling Consultant Control Wiring and Structured Cabling

PCSU, Operation

Group

Paging and Security Consultant Paging and Security

PCSU, Operation

Group

Electrical System Consultant Electrical System

PCSU, Operation

Group

Emergency Power Consultant Emergency Power

PCSU, Operation

Group

Reviewed 50% Pre-Design

PCSU, ITM,

Operation Group

Consolidate 50% Pre-Design Review

Comments PCSU

Consolidated 50% Pre-Design Review

Comments PCSU

Consolidated 50% Pre-Design Review

Comments Consultant

2.5 75% Pre-Design

50% Pre-Design Review Comments

Incorporated Consultant

50% Pre-Design Review Comments

Incorporated

PCSU, ITM,

Operation Group

Equipment and Instrumentation List Consultant Equipment and Instrumentation List

PCSU, ITM,

OMU,Operation

Group

Process Narrative Consultant Process Narrative

PCSU, Operation

Group

Process Flow Diagrams Consultant Process Flow Diagrams

PCSU, Operation

Group

Design Alternatives Consultant Design Alternatives

PCSU, Operation

Group

Cost Estimate Consultant Cost Estimate

PCSU, ITM,

Operation Group

Electrical Area Classification Report Consultant Electrical Area Classification Report

PCSU, Operation

Group

Reviewed 75% Pre-Design

PCSU, ITM,

Operation Group

Consolidate 75% Pre-Design Review

Comments PCSU

Consolidated 75% Pre-Design Review

Comments PCSU

Consolidated 75% Pre-Design Review

Comments Consultant

2.6 100% Pre-Design

75% Pre-Design Review Comments

Incorporated Consultant

75% Pre-Design Review Comments

Incorporated

PCSU, ITM,

Operation Group

Updated Cost Estimate Consultant Updated Cost Estimate

PCSU, Operation

Group

Reviewed 100% Pre-Design

PCSU, ITM,

Operation Group

Consolidate 100% Pre-Design Review

Comments PCSU

Consolidated 100% Pre-Design Review

Comments PCSU

Consolidated 100% Pre-Design Review

Comments Consultant

Final 100% Pre-Design Consultant Final 100% Pre-Design

PCSU, ITM,

Operation Group

MANAGER

Project Tasks Implementation Checklist

PROJECT

EDOCSLIB-#9088-V1 Page 2 of 7 11/2/2012274 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 274: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Checklists

Project Phase: Detailed Design (PCS Component)

ID Task Deliverables/INPUT Provider/ Deliverables/OUTPUT Recipients/

Custodian Reviewers

Received Delivered

3.1 Tag List

Tagging Database - Enterprise Tagging

Management System (ETMS) or Tag Report PCSU

Tagging Database - Enterprise Tagging

Management System (ETMS) or Tag Report Consultant

Toronto Water Tagging Standard PCSU Toronto Water Tagging Standard Consultant

Tag Lists (New, Replace, Reuse, Delete) Consultant Tag Lists (New, Replace, Reuse, Delete)

OMU, PCSU,

Operation Group

Reviewed Tag Lists

OMU, PCSU,

Operation Group Consolidate Tag Lists Review Comments PCSU

Consolidated Tag Lists Review Comments PCSU Consolidated Tag Lists Review Comments Consultant

Final Tag Lists Consultant Final Tag Lists

OMU, PCSU,

Operation Group

3.2 50% Detailed Design Process Control Narratives Consultant Process Control Narratives

PCSU, ITM,

Operation Group

P&IDs Consultant P&IDs

PCSU, ITM,

Operation Group

SCADA Architecture Drawings Consultant SCADA Architecture Drawings

PCSU, ITM,

Operation Group

Equipment Power Requirements Consultant Equipment Power Requirements

PCSU, ITM,

Operation Group

Single-Line Drawings Consultant Single-Line Drawings

PCSU, Operation

Group

Electrical Area Classification Consultant Electrical Area Classification

PCSU, Operation

Group

Cost Estimate Consultant Cost Estimate

PCSU, ITM,

Operation Group

Reviewed 50% Detailed Design

PCSU, ITM,

Operation Group

Consolidate 50% Detailed Design Review

Comments PCSU

Consolidated 50% Detailed Design Review

Comments PCSU

Consolidated 50% Detailed Design Review

Comments Consultant

3.3

Detailed Technical

Specification

Detailed Technical Specification (Divisions

1,11, 13, 15, 16) Consultant

Detailed Technical Specification (Divisions

1,11, 13, 15, 16)

PCSU, Operation

Group

3.4 70% Detailed Design

50% Detailed Design Review Comments

Incorporated Consultant

50% Detailed Design Review Comments

Incorporated

PCSU, ITM,

Operation Group

Control Panel Drawings Consultant Control Panel Drawings

PCSU, ITM,

Operation Group

Loop Drawings Consultant Loop Drawings

PCSU, Operation

Group

Equipment Layouts and Control Schematics Consultant Equipment Layouts and Control Schematics

PCSU, Operation

Group

SCADA Hardware and Software Requirements Consultant

SCADA Hardware and Software

Requirements

PCSU, ITM,

Operation Group

Instrument Ranges and Setpoints Consultant Instrument Ranges and Setpoints

PCSU, Operation

Group

PCS I/O Tag List Consultant PCS I/O Tag List

PCSU, ITM,

Operation Group

Alarm List including Alarm Conditioning Consultant Alarm List including Alarm Conditioning

PCSU, Operation

Group

Identify iHistorian, eOPS, POMS, LIMS

Requirements Consultant iHistorian, eOPS, POMS, LIMS Requirements

PCSU, ITM,

Operation Group

Alarm Notification and Security Consultant Alarm Notification and Security

PCSU, ITM,

Operation Group

Networking and Structured Cabling Consultant Networking and Structured Cabling

PCSU, ITM,

Operation Group

Entity Information List (WMS List) -Initial Consultant Entity Information List (WMS List) -Initial PCSU, OMU,

Equipment and Instrumentation Physical Tag

List Consultant

Equipment and Instrumentation Physical Tag

List

PCSU, OMU,

Operation Group

Electrical Drawings and Requirements Consultant Electrical Drawings and Requirements

PCSU, Operation

Group

Identify Hardware and Wiring Removal

Requirements Consultant Hardware and Wiring Removal Requirements

PCSU, Operation

Group

Identify RPU/HMI Program/Code Removal

Requirements Consultant

RPU/HMI Program/Code Removal

Requirements

PCSU, ITM,

Operation Group

Develop FAT and SAT Check and Logic Test

Sheets - Initial Consulatnt

Develop FAT and SAT Check and Logic Test

Sheets - Initial

PCSU, ITM,

Operation Group

Reviewed 70% Detailed Design and Detailed

Technical Specification

PCSU, OMU, ITM,

Operation Group

Consolidate 70% Detailed Design and

Detailed Technical Specification Review

Comments PCSUConsolidated 70% Detailed Design and

Detailed Technical Specification Review

Comments PCSU

Consolidated 70% Detailed Design and

Detailed Technical Specification Review

Comments Consultant

3.5 Apply for Approval Agency Approvals Application Consultant

Agency Approvals Received Consultant

3.6 95% Detailed Design

70% Detailed Design Review and Approval

Agency Comments Incorporated Consultant

70% Detailed Design Review and Approval

Agency Comments Incorporated

PCSU, OMU, ITM,

Operation Group

Pre-Start Health and Safety Review and Report

as required Consultant

Pre-Start Health and Safety Review and

Report as required

PCSU, Operation

Group

Electrical Area Classification as required Consultant Electrical Area Classification as required

PCSU, Operation

Group

Cost Estimate Consultant Cost Estimate

PCSU, ITM,

Operation Group

Reviewed 95% Detailed Design

PCSU, Operation

Group

Consolidate 95% Detailed Design Review

Comments PCSU

MANAGER

Project Tasks Implementation Checklist

PROJECT

EDOCSLIB-#9088-v2 Page 3 of 7 11/2/2012

275 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 275: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Checklists

Project Phase: Detailed Design (PCS Component)

ID Task Deliverables/INPUT Provider/ Deliverables/OUTPUT Recipients/

Custodian Reviewers

Received Delivered

MANAGER

Project Tasks Implementation Checklist

PROJECT

Consolidated 95% Detailed Design Review

Comments PCSU

Consolidated 95% Detailed Design Review

Comments Consultant

3.7

100% Detailed

Design/Tender

95% Detailed Design Review Comments

Incorporated Consultant

95% Detailed Design Review Comments

Incorporated

PCSU, Operation

Group

100% Detailed Design/Tender Consultant 100% Detailed Design/Tender

PCSU, Operation

Group

Updated Cost Estimate Consultant Updated Cost Estimate

PCSU, Operation

Group

Reviewed 100% Detailed Design/Tender

PCSU, Operation

Group

Consolidate 100% Detailed Design/Tender

Review Comments PCSU

Consolidated 100% Detailed Design/Tender

Review Comments PCSU

Consolidated 100% Detailed Design/Tender

Review Comments Consultant

Final 100% Detailed Design/Tender Consultant Final 100% Detailed Design/Tender

PCSU, Operation

Group

EDOCSLIB-#9088-v2 Page 4 of 7 11/2/2012

276 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 276: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Checklists

Project Phase: Construction - Equipment (PCS Component)

ID Task Deliverables/INPUT Provider/ Deliverables/OUTPUT Recipients/

Custodian Reviewers

Received Delivered

4.1 Contract Start-up Conduct Kick-off Meeting

Consultant's PCS

Staff,PCSU, ITM, OMU as

required

4.2 Shop Drawings Instrumentation (Reviwed by Consultant) Contractor/Consultant

Instrumentation (Reviwed by

Consultant) PCSU, Operation Group

Servers, PLCs, OITs (Reviwed by Consultant) Contractor/Consultant

Servers, PLCs, OITs (Reviwed by

Consultant)

PCSU, ITM, Operation

Group

Network (Reviwed by Consultant) Contractor/Consultant Network (Reviwed by Consultant)

PCSU, ITM, Operation

Group

Panels, Cabling (Revied by Consultant) Contractor/Consultant

Panels, Cabling (Revied by

Consultant)

PCSU, ITM, Operation

Group

MCCs, Switchgear (Reviwed by Consultant) Contractor/Consultant

MCCs, Switchgear (Reviwed by

Consultant) PCSU, Operation Group

Reviewed Shop Drawings

PCSU, ITM, Operation

Group

Consolidate Shop Drawings Review

Comments PCSU

Consolidated Shop Drawings Review

Comments PCSU

Consolidated Shop Drawings

Review Comments Contractor, Consultant

Final Shop Drawings (Approved by

Consultant) Contractor/Consultant

Final Shop Drawings (Approved by

Consultant)

PCSU, ITM, Operation

Group

4.3

Equipment and Panel

Procurement and Fabrication

4.4 FAT/Whiteness Test Sheets

Test Sheets for Equipment and Panels

(Reviewed by Consultant) Contractor/Consultant

Test Sheets for Equipment and

Panels (Reviewed by Consultant) PCSU, Operation Group

Reviewed Test Sheets for Equipment and

Panels

PCSU, Operation

Group

Consolidate Test Sheets for

Equipment and Panels Review

Comments PCSU

Consolidated Test Sheets for Equipment and

Panels Review Comments PCSU

Consolidated Test Sheets for

Equipment and Panels Review

Comments Contractor,/Consultant

Final Test Sheets for Equipment and Panels

(Approved by Consultant) Contractor/Consultant

Final Test Sheets for Equipment

and Panels (Approved by

Consultant)

Consultant, PCSU,

Operation Group

4.5

Equipment and Panel Factory

Acceptance Tests

Perform Equipment and Panel FATs and

Submit Reports (Reviewed by Consultant) Contractor/Consultant

Equipment and Panel FATs Reports

(Reviewed by Consultant) PCSU, Operation Group

Reviewed Factory Acceptance Test Reports PCSU, Operation Group Consolidate Deficiency Lists PCSU

Consolidated Deficiency Lists PCSU Consolidated Deficiency Lists Contractor, Consultant

Final Factory Acceptance Test Report

(Approved by Consultant) Contractor/Consultant

Final Factory Acceptance Test

Report (Approved by Consultant) PCSU, Operation Group

4.6 Transition Plan

Identify Process Limitations (Reviewed by

Consultant) Contractor/Consultant

Process Limitations (Reviewed by

Consultant)

PCSU, ITM, Operation

Group

Identify Potential Parallel Equipment, Panels,

HMIs (Reviewed by Consultant) Contractor/Consultant

Potential Parallel Equipment,

Panels, HMIs (Reviewed by

Consultant)

PCSU, ITM, Operation

Group

Prepare Detailed Schedule of Terminations

(Reviewed by Consultant) Contractor/Consultant

Detailed Schedule of Terminations

(Reviewed by Consultant)

PCSU, ITM, Operation

Group

Identify Network Configuration (Reviewed by

Consultant) Contractor/Consultant

Network Configuration (Reviewed

by Consultant)

PCSU, ITM, Operation

Group

Reviewed Transition Plan

PCSU, ITM, Operation

Group

Consolidate Transition Plan Review

Comments PCSU

Consolidated Transition Plan Review

Comments PCSU

Consolidated Transition Plan

Review Comments Contractor,/Consultant

Final Transition Plan (Approved by

Consultant) Contractor/Consultant

Final Transition Plan (Approved by

Consultant)

Consultant, PCSU, ITM,

Operation Group

4.7

Equipment Installation and

Wiring Contractor

4.8 Pre-Start Health and Safety

Pre-Start Health and Safety Review and

Report as Required Consultant

Pre-Start Health and Safety Review

and Report as Required PCSU, Operation Group

4.9 Entity Information Lists

Entity (Asset) Information Lists (WMS)

(Reviewed by Consultant) Contractor

Entity (Asset) Information Lists

(WMS) (Reviewed by Consultant) OMU

Reviewed Entity (Asset) Information Lists

(WMS). Consolidated Review Comments OMU

Consolidate Entity (Asset)

Information Lists (WMS) Review

Comments Contractor,Consultant

Final Entity (Asset) Information Lists (WMS) Contractor/Consultant

Final Entity (Asset) Information Lists

(WMS) OMU

MANAGER

Project Tasks Implementation Checklist

PROJECT

EDOCSLIB-#9088-v2 Page 5 of 7 11/2/2012

277 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 277: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Checklists

Project Phase: Construction - Software (PCS Component)

ID Task Deliverables/INPUT Provider/ Deliverables/OUTPUT Recipients/

Custodian Reviewers

Received Delivered

5.1 Flow Chart Development PCS Implementation Guidelines(Related) PCSU PCS Implementation Guidelines(Related) Systems Integrator

PCS Standards (Related) PCSU PCS Standards (Related) Systems Integrator

Design Phase Drawings (P&IDs, Electrical,

I+C) Consultant

Design Phase Drawings (Master P&IDs,

Electrical, I+C) Systems Integrator

Process Control Narrative Consultant Master Process Control Narrative Systems Integrator

eOPS, WMS, POMS, LIMS Requirements Consultant

eOPS, WMS, POMS, LIMS

Requirements Systems Integrator

Logic Flow Charts (Reviewed by Consultant Systems Integrator

Logic Flow Charts (Reviewed by

Consultant

PCSU, ITM, Operation

Group

Reviewed Flow Charts

PCSU, ITM, Operation

Group

Consolidate Flow Charts Review

Comments PCSU

Consolidated Flow Charts Review

Comments PCSU

Consolidated Flow Charts Review

Comments

Systems Integrator,

Consultant

Final Flow Charts

Systems

Integrator/Consultant Final Flow Charts

PCSU, ITM, Operation

Group

5.2 Software Modules Software Modules Library ITM Software Modules Library Systems Integrator

5.3

New Software Modules Flow

Chart Development Logic Flow Charts (Reviewed by Consultant)

Systems

Integrator/Consultant Logic Flow Charts ITM, PCSU

Reviewed Logic Flow Charts ITM, PCSU

Consolidate Logic Flow Charts Review

Comments PCSU

Consolidated Logic Flow Charts Review

Comments PCSU

Consolidated Logic Flow Charts Review

Comments

Consultant/Systems

Integrator

Final Logic Flow Charts (Approved by

Consultant)

Systems

Integrator/Consultant

Final Logic Flow Charts (Approved by

Consultant) ITM, PCSU

5.4 Develop New Software Modules New Software Modules Systems Integrator New Software Modules Consultant, ITM, PCSU

5.5 New Software Modules FAT

Perform Modules FAT and Submit Reports

(Reviewed by Consultant)

Systems

Integrator/Consultant New Software Modules FAT Reports ITM, PCSU

Reviewed New Software Modules FAT

Reports and Documentation ITM, PCSU

Consolidate Deficiency Lists and

Documentation Review Comments PCSU

Consolidated Deficiency Lists and

Documentation Review Comments PCSU

Consolidated Deficiency Lists and

Documentation Review Comments

Systems

Integrator,/Consultant

Completed New Software Modules and

Documentation (Reviewed by Consultant)

Systems

Integrator/Consultant

Completed New Software Modules and

Documentation (Reviewed by Consultant) ITM

5.6 Software Development Existing Programs - PLC, HMI, Simulation ITM

Existing Programs - PLC, HMI,

Simulation Systems Integrator

70% Software Development (Reviewed by

Consultant)

Systems

Integrator/Consultant

70% Software Development (Reviewed

by Consultant)

ITM (HMI,PLC),

Operation Group

(Screens), PCSU

(Coordination)

Reviewed 70% Software Development

ITM, PCSU, Operation

Group

Consolidate 70% Software Development

Review Comments PCSU

Consolidated 70% Software Development

Review Comments PCSU

Consolidated 70% Software

Development Review Comments

Systems Integrator,

Consultant

5.7 FAT Plan

FAT Documentation and Schedule

(Reviewed by Consultant)

Systems

Integrator/Consultant

FAT Documentation and Schedule

(Reviewed by Consultant)

PCSU, ITM, Operation

Group

Reviewed FAT Documentation and

Schedule

PCSU,ITM, Operation

Group

Consolidate FAT Documentation and

Schedule Review Comments PCSU

Consolidated FAT Documentation and

Schedule Review Comments PCSU

Consolidated FAT Documentation and

Schedule Review Comments

Systems Integrator,

Consultant

Final FAT Documentation and Schedule

(Approved by Consultant)

Systems

Integrator/Consultant

Final FAT Documentation and Schedule

(Approved by Consultant)

PCSU,ITM, Operation

Group

5.8 FAT Submit Pre-FAT Version of Software Systems Integrator Pre-FAT Version of Software ITM

Perform FAT , Submit FAT Reports and

Documentation (Reviewed by Consultant) Systems Integrator

FAT Reports and Documentation

(Reviewed by Consultant)

PCSU, ITM, Operation

Group

Reviewed FAT Reports and Documentation

PCSU, ITM, Operation

Group

Consolidate Deficiency Lists and

Documentation Review Comments PCSU

Consolidated Deficiency Lists and

Documentation Review Comments PCSU

Consolidated Deficiency Lists and

Documentation Review Comments

Systems Integrator,

Consultant

Correct Software Deficiencies Identified

During FAT (Verified by Consultant)

System

Integrator/ConsultantSubmit Pre-SAT Version of Software

Completed Documentation and Sign-off

(Reviewed and Signed by Consultant)

Systems

Integrator/Consultant

Submit Pre-SAT Version of Software

Completed Documentation and Sign-off

(Reviewed and Signed by Consultant)

PSCU, ITM, Operation

Group

MANAGER

Project Tasks Implementation Checklist

PROJECT

EDOCSLIB-#9088-v2 Page 6 of 7 11/2/2012

278 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 278: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Checklists

Project Phase: Construction - Testing and Commissioning (PCS Component)

ID Task Deliverables/INPUT Provider/ Deliverables/OUTPUT Recipients/

Custodian Reviewers

Received Delivered

6.1

Hardware SAT and Training

Plan

Develop SAT Documentation, Schedule and

Training Plan (Reviewed by Consultant) Contractor/Consultant

Develop SAT Documentation, Schedule

and Training Plan (Reviewed by

Consultant)

PCSU, Operation

Group, ITM (Network)

Reviewed SAT Documentation, Schedule and

Training Plan

PCSU, ITM, Operation

Group

Consolidate SAT Documentation,

Schedule and Training Plan Review

Comments PCSU

Consolidated SAT Documentation, Schedule

and Training Plan Review Comments PCSU

Consolidated SAT Documentation,

Schedule and Training Plan Review

Comments Contractor, Consultant

Final SAT Documentation, Schedule and

Training Plan (Approved by Consultant) Contractor/Consultant

Final SAT Documentation, Schedule and

Training Plan (Approved by Consultant)

Consultant, Operation

Group

6.2 Hardware Training Provide Operation and Maintenance Training Contractor Operation and Maintenance Training

Operation Group, OMU

(as required)

6.3 Hardware SAT

Conduct Hardware Site Acceptance Testing,

Submit SAT Reports and Documentation

(Reviewed by Consultant) Contractor/Consultant

Hardware Site Acceptance Testing, SAT

Reports and Documentation (Reviewed

by Consultant)

PCSU, Operation

Group, ITM (Network)

Reviewed Hardware SAT Reports and

Documentation

PCSU, Operation

Group, ITM (Network)

Consolidat Hardware SAT Deficiency

Lists and Documentation Review

Comments PCSU

Consolidated Hardware SAT Deficiency Lists

and Documentation Review Comments PCSU

Consolidated Hardware SAT Deficiency

Lists and Documentation Review

Comments Contractor, Consultant

Correct Deficiencies Identified During SAT

(Verified by Consultant) Contractor/Consultant

Completed Hardware Site Acceptance

Testing Documention and Sign-off (Reviewed

and Signed by Consultant) Contractor/Consultant

Completed Hardware Site Acceptance

Testing Documention and Sign-off

(Reviewed and Signed by Consultant)

PCSU, Operation

Group

6.4

Software SAT and Training

Plan

SAT Documentation, Schedule and Training

Plan (Reviewed by Consultant)

System

Integrator/Consultant

SAT Documentation, Schedule and

Training Plan

PCSU, ITM, Operation

Group

Reviewed SAT Documentation, Schedule and

Training Plan

PCSU, ITM, Operation

Group

Consolidate SAT Documentation,

Schedule and Training Plan Review

Comments PCSU

Consolidated SAT Documentation, Schedule

and Training Plan Review Comments PCSU

Consolidated SAT Documentation,

Schedule and Training Plan Review

Comments

System

Integrator/Consultant

Final SAT Documentation, Schedule and

Training Plan (Approved by Consultant)

System

Integrator/Consultant

Final SAT Documentation, Schedule and

Training Plan (Approved by Consultant)

PCSU, ITM, Operation

Group

6.5 Software Training Software Training

Consultant, System

Integrator Software Training Operation Group

6.6 Software SAT

Conduct Software SAT, Submit SAT Reports

and Documentation (Reviewed by Consultant)

System

Integrator/Consultant

Software SAT, SAT Reports and

Documentation (Reviewed by

Consultant)

PCSU, ITM, Operation

Group

Reviewed SAT Reports and Documentation

PCSU, ITM, Operation

Group

Consolidat Software SAT Deficiency

Lists and Documentation Review

Comments PCSU

Consolidated Software SAT Deficiency Lists

and Documentation Review Comments PCSU

Consolidated Software SAT Deficiency

Lists and Documentation Review

Comments

System Integrator,

Consultant

Correct Software Deficiencies Identified

During SAT (Verified by Consultant)

System

Integrator/ConsultantSubmit Pre-SAT Version of Software

Completed Documentation and Sign-off

(Reviewed and Signed by Consultant)

Systems

Integrator/Consultant

Submit Pre-SAT Version of Software

Completed Documentation and Sign-off

(Reviewed and Signed by Consultant)

PCSU, ITM, Operation

Group

6.7

Operational Test/System

Performance Test Operational Test/Sytem Performance Test

Consultant, System

Integrator

Operational Test/Sytem Performance

Test

PCSU, ITM, Operation

Group

Operational Test/Sytem Performance Test

Deficiancy Lists (if any)

PCSU, ITM,

Operational Group

Consolidate Operational Test/Sytem

Performance Test Deficiency Lists (if

any) PCSU

Consolidated Operational Test/Sytem

Performance Test Deficiancy Lists (if any) PCSU

Consolidated Operational Test/Sytem

Performance Test Review Comments (if

any)

Consultant, System

Integrator

Correct Deficiencies and Finalize Operational

Test/Sytem Performance Test

Consultant, System

Integrator

Final Operational Test/Sytem

Performance Test

PCSU, ITM, Operation

Group

Submitt SAT Version of Software (Approved

by Consultant)

System

Integrator/Consultant

SAT Version of Software (Approved by

Consultant) ITM

6.8 As-Built Documentation

Prepare Hardware and Software As-Built

Documentation (Reviewed by Consultant)

Consultant, Contractor,

System Integrator

Hardware and Software As-Built

Documentation

PCSU, ITM, Operation

Group

Reviewed Hardware and Software As-Built

Documentation

PCSU, ITM, Operation

Group

Consolidate Hardware and Software As-

Built Documentation Review Comments PCSU

Consolidated Hardware and Software As-Built

Documentation Review Comments PCSU

Consolidated Hardware and Software As-

Built Documentation Review Comments

Consultant, Contractor,

System Integrator

Final Hardware and Software As-Built

Documentation

Consultant, Contractor,

System Integrator

Final Hardware and Software As-Built

Documentation

PCSU, ITM, Operation

Group

6.9

Post Construction Waranty

Period

Contractor/System

Integrator

MANAGER

Project Tasks Implementation Checklist

PROJECT

EDOCSLIB-#9088-v2 Page 7 of 7 Appendix B

279 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 279: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

Appendix C – Associated Guidelines

280 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 280: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

EDOCSLIB-#9086-v2

Appendix C-1

The following list shows related Guideline documents for specific topics that are complementary

to this document.

Document Name Drawing # eDOCS #

Field Verification Procedure 9091

Field Verification Log 9092

Process Control Narrative 9093

P&ID Standard Symbols and Practices 9094

P&ID Standard Symbols and Practices Attachments

P&ID LEGEND XXXX-P&ID-I-0101 9110

P&ID STANDARD SYMBOLS -1 XXXX-P&ID-I-0102 9111

P&ID STANDARD SYMBOLS -2 XXXX-P&ID-I-0103 9112

P&ID Blocks - Gates, Valves, Pumps P&ID Block 1 9113

P&ID Blocks - Blower, Fan, Damper P&ID Block 2 9114

P&ID Blocks - Vortex, Chamber P&ID Block 3 9115

P&ID Blocks - Bridge, Collector P&ID Block 4 9116

P&ID Blocks - Centrifuge P&ID Block 5 9117

P&ID Blocks - Generator, Communitor P&ID Block 6 9118

Colour Convention 9095

RPU Software Programming 9096

Standard Software Modules 9097

Operator Interface Programming 9098

Process Display Programming 9099

Alarming 9100

Instrument and Equipment Testing 9101

Instrument and Equipment Testing Attachments

Instrument Testing Log 9102

Field Installation Testing Log 9103

SCADA Factory Acceptance Testing 9104

SCADA Factory Acceptance Testing Attachments

Factory Acceptance Test and Site Acceptance Test Check

Sheet 9105

Process Logic Test Sheet 9106

SCADA Site Acceptance Testing and Commissioning 9107

SCADA Factory Acceptance Testing Attachments

Factory Acceptance Test and Site Acceptance Test Check

Sheet 9105

Process Logic Test Sheet 9106

PCS Documentation 9108

Training 9109

281 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 281: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Field Verification Procedure

EDOCSLIB-#9091-v1

Page 1 of 4

1. Field Verification Procedure

1.1 Scope

The Field Verification Procedure shall be completed on commencement of pre-design

engineering to ensure that the design will meet the requirements of the facility. This will

minimize potential future claims by Contractors during construction, resulting from

inaccurate information portraying existing conditions. This activity will also accurately

define the scope of work required for achieving the targeted level of automation.

Important aspects of Field Verification include:

1. Verifying the accuracy of the existing site conditions and as-built documentation.

2. Verifying whether the existing process control system including instruments,

electrical equipment, mechanical equipment, field wiring, control panels, and

automation can be successfully integrated into the new operating strategies.

The testing of instrument, field wiring and mechanical equipment is similar to the testing

which is normally completed as part of the construction supervision and acceptance

testing for new facilities. Refer to EDOCSLIB-#9101 Instrument and Equipment

Testing.

1.2 Field Verification Procedure

The following identifies the field verification procedure:

1. Verify the accuracy of all existing (and relevant) documentation and include all outstanding related details.

2. Confirm and document whether each existing instrument meets the design

requirements, including range, accuracy, reliability, and installation details.

Recommend the instrument upgrades required to achieve the proposed operational requirements, as compared with existing conditions.

3. Where concerns exist, test whether the existing control devices and process

equipment can be operated as required under the new strategies. This includes control valves, motors, controls, wiring connections, and other control parameters.

4. Where concerns exist, verify the capacities/ratings of each piece of process equipment versus the new process requirements.

1.3 Completion Criteria

Verification of existing instrumentation is deemed complete when all features, functions

and information required in accordance with the Master Process Control Narratives and

Master Process and Instrumentation Drawings have been documented as existing or not

available, and instruments identified as suitably accurate within the anticipated operating

282 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 282: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Field Verification Procedure

EDOCSLIB-#9091-v1

Page 2 of 4

range for the process being monitored. This information is to also be recorded on the updated site condition drawings and details.

Verification of control devices and mechanical equipment control circuits is deemed

complete when the design requirements have been compared against the actual site

conditions.

Testing of wiring is deemed complete when all wiring related to a specific device or loop

(Instrumentation, Control Circuits and Power) has been confirmed to have acceptable

voltage and/or current draw, without losses, for all functions and information required in

accordance with the Process Control Narratives and Process and Instrumentation Drawings.

This information shall be included in the Pre-design Report complete with updated site drawings and details.

1.4 Participants and Responsibilities

Consultants - Responsible for reviewing all record documentation and assessing existing

conditions, scheduling verification procedures, requesting field assistance from plant

personnel, reviewing schedule with plant staff, completing all field verification and tests

with assigned plant staff, presenting findings and report to Toronto Water, all completed

with the intent to proceed further with the preparation of Detailed Drawings and

Specifications for the proposed upgrades.

Toronto Water - Provide copies of all existing available site condition information and

equipment reports or alternatively provide access to plant library, review Consultants’

work plan. In many cases, the available documentation is dated or does not exist. The

Consultants shall review the field condition to satisfy themselves as to the as-built

condition.

1.5 Documentation

The requirements for the submission of all documentation to be used and/or produced by

the Consultants during the Field Verification Procedure are detailed below.

1.5.1 Documents Provided By Toronto Water

The following documents shall be assembled and reviewed by the Consultant prior to

commencing any field investigation(s):

1. Any existing available engineering record drawings

2. Available copies of the Master Process Control Narratives and Master Process & Instrumentation (P&ID) Drawings

3. Any existing available equipment maintenance records, calibration reports, and

shop drawings

4. Any available plans of other proposed construction works within area of project

283 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 283: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Field Verification Procedure

EDOCSLIB-#9091-v1

Page 3 of 4

5. Available verification sheets with all known information entered prior to site activities.

6. Requirements for eOPS, WMS, POMS, LIMS and any other information systems

1.5.2 Verification Schedule

Following the review of all available documentation, the Consultant shall provide a draft

field verification schedule for review by Toronto Water. This will include dates for when

the various test procedures are to be carried out, and the date and approximate time to

when plant staff assistance is required to operate equipment or open panels.

For all identified plant areas, and in particular the collection system facilities, detailed

schedule coordination is required in order to organize traffic barriers, enter confined

spaces, provide proper gas monitoring documentation, and other related tasks.

This schedule must be approved in writing by Toronto Water, prior to the commencement

of any field investigations.

The verification program shall be performed in stages, one for each process area. A

verification report shall be submitted to Toronto Water for each process area evaluated.

1.5.3 Documentation & Reporting

The Consultant shall use and/or produce the following standard documentation as part of

the Field Verification Report:

1. The Scope of the Specific Verification Procedure

2. Specific Objectives, beyond the General Objectives noted above

3. Field Visit and Inspection Records, including:

Field Instrument Verification Logs

Instrument Data Sheets

Control Device Verification Logs

Control Circuit Verification Logs

Control Panel Inspection Logs

4. Updated Site Condition Drawings and Device Details, based on the findings of

the investigation

5. Red-Lined Master Process & Instrumentation Drawings

6. Summary of Instrument, Device and Equipment Assessments, with the Instrument

Verification Report and other test reports contained in an Appendix

284 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 284: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Field Verification Procedure

EDOCSLIB-#9091-v1

Page 4 of 4

7. Summary of the Condition of Existing Control, Instrumentation and selected

Power Wiring, with the test reports contained in an Appendix

EDOCSLIB-#9092-v1 - Field Instrument, Control Device, and Mechanical Equipment,

Control Circuit Verification Log is attached to the end of this document as an example.

Consultant could request document in its original format.

285 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 285: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

FIELD INSTRUMENT, CONTROL DEVICE, AND MECHANICAL EQUIPMENT, CONTROL CIRCUIT VERIFICATION

Page ___ of ___

# EQUIPMENTTAG

NUMBEREVALUATION, RECOMMENDATION & COST DOCUMENT VERIFICATION & INITIAL EVALUATION FIELD VERIFICATION PROCEDURE

Recomm. Comments/Reasons Records Available Initial Evaluation & Recommendation Results Reason & Proposed Modification

Reu

se

Rep

air/

Mod

ify W

iring

Rep

lace

Oth

er

Par

tial I

nstru

men

t/Con

trol D

evic

e R

epai

r

Wiri

ng R

epla

cem

ent

Dam

aged

/ Non

Fun

ctio

nal

Out

of R

ange

Oth

er (P

leas

e S

peci

fy)

Cos

t Est

imat

e

Tec

hnic

al M

anuf

actu

rer D

ata

She

et

P&

ID,C

ontro

l Sch

emat

ic, E

lect

rical

dw

gs

Con

tract

Spe

cific

atio

ns

Cal

ibra

tion

Rep

orts

Mai

nten

ance

Rep

orts

Pro

duct

Mee

ts D

esig

n R

equi

rem

ents

Cal

ibra

ted

Ran

ge M

eets

Des

ign

Req

uire

men

ts

Acc

urac

y M

eets

Des

ign

Req

uire

men

ts

Inst

alla

tion

and

App

licat

ion

Mee

ts D

esig

n R

equi

rem

ents

Wiri

ng a

nd I/

O M

eets

Des

ign

Req

uire

men

ts

Rec

omm

end

Rep

laci

ng in

Ent

irety

Rec

omm

end

Rep

laci

ng a

ll as

soci

ated

w

iring

Pro

ceed

with

Fie

ld V

erifi

catio

n

Oth

er R

ecom

men

datio

n (P

leas

e sp

ecify

)

Test

Dat

e

Inst

alla

tion

& A

pplic

atio

n M

eets

Des

ign

Loo

p D

raw

ings

and

Con

trol S

chem

atic

s V

erifi

ed F

unct

ions

Pro

perly

Inst

rum

ent/D

evic

e O

utpu

t Mea

sure

d at

C

ontro

ller (

mA

)

Out

put i

n E

ngin

eerin

g U

nit

Loc

al In

dica

tion

Max

imum

Cal

ibra

ted

Ran

ge (E

ngin

eerin

g U

nits

)

Pla

nt R

epor

ted

Eng

inee

ring

Rea

ding

Erro

r of I

nstru

men

t Sig

nal

Erro

r Acc

epte

d (A

)/Rej

ecte

d(R

)

Rec

omm

d R

ecal

ibra

tion

Rec

omm

end

Rep

laci

ng in

Ent

irety

Rec

omm

end

Rep

laci

ng a

ll as

soci

ated

w

irin g

Rec

omm

end

Min

or M

odifi

catio

ns

No

Mod

ifica

tions

Rec

omm

ende

d

Oth

er (P

leas

e S

peci

fy)

1 Instrument2 Control Device3 Mechanical Equipmen na na na na na na na na na na na na na na na na456789101112131415161718192021222324

TOTAL Page 1 $0.00

EDOCSLIB-#9092-v1286 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 286: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Process Control Narratives

EDOCSLIB-#9093-v1

Page 1 of 6

1. Process Control Narratives

1.1 General

The Process Control Narrative is a description of key control system elements and provides

details on all manual and automatic modes of process control. It serves different purposes at

different stages of the project design and construction phases and shall be used for one or more

of the following purposes:

1. Background for planning and design of improvements

2. Process control software description

3. Operations manual

4. Operations practices review

5. Operations training

Every existing facility under the management of Toronto Water has a comprehensive process

control narrative (referred to as a “Master Process Control Narrative” or “Master PCN”. Ongoing

expansion and rehabilitation projects with a PCS component will typically require that the

Master PCN be modified.

Preparation or modification of the Process Control Narratives shall commence during the Pre-

design phase and expand with more detail during the Detailed Design and Construction phases.

Each PCN shall be identical in terms of format. The Pre-design portion of the PCN (also referred

to as the Process Narrative) shall list, in generic terms, the equipment to be controlled and the

proposed methods to be used. The final PCN shall be an expansion/enhancement of the Pre-

design portion and shall exactly define the equipment, points, tag names, equipment coding,

methods of control and monitoring, etc.

Consultants shall comply with this design standard and any proposed deviation must have the

approval of the City.

1.2 Update Procedure

The PCS component of any project will often involve updating an existing PCN rather than

creating a new PCN. The following procedure should be considered when updating a PCN:

1. During pre-design, obtain the existing master PCN in Adobe format and decide which

sections will need to be updated and submit request to Toronto Water for document

release in native format. Toronto Water will track all requests in order to coordinate PCN

updates where multiple projects may be involved.

2. Update the process descriptions of each affected section as needed including any

additions to or deletions from the Process Equipment List.

3. During detailed design, update the control system description of each affected section as

needed. Additions to the following information will need to be considered:

o Control system configuration - if any panels, RPUs, workstations or other major

components are being installed

287 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 287: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Process Control Narratives

EDOCSLIB-#9093-v1

Page 2 of 6

o I/O List – Add any additional I/O and remove any I/O being taken out

o Control Logic – Describe any new control logic

o Interlocks – add any new hardware or software interlocks

o Alarms – expand the alarm list as required

o Trending – expand the trending description as required

o Business Systems – expand the list of data for WMS, LIMS, eOPS, POMS as

required

4. After the Construction phase is complete, update all sections with as-built information as

required.

5. A new release request should be issued for every phase of the project unless Toronto

Water notifies the Consultant otherwise.

1.3 Contents

The Master PCN for a facility starts with a General introduction describing the facility in general

terms including the overarching design philosophy and treatment goals. The PCN is then divided

into process sections, with each section representing a distinct process within the facility. Each

process section generally contains the following elements:

Process description – a general description of the process including physical layout,

mechanical equipment, and treatment objectives. See section 1.3.1 below for further

details. This section should be developed during the Pre-design phase of a project and

further refined during Detailed Design and Construction as required.

Control system description – details of the PCS aspects of the process including I/O lists,

alarm details, historian requirements, business systems requirements. See section 1.3.2.

1.3.1 Process Description

1.3.1.1 Process Definition

The process shall be defined first. Definition shall include the process name, its relationship to

other processes, its general components and the physical location boundaries as appropriate.

Components may include the tanks, pumps and other devices of the main process, and the

ancillary processes or systems.

Provide a diagram to show the process components. The diagram shall show the process

boundary and the inputs and outputs to the process components. Label each input to an output

from the process with the name of the process stream and its destination or source. Show all lines

as starting or ending from a process component. Do not directly connect lines because the control

or lack of control over the junction or splitting of a process stream needs to be described and the

process component is the place for this description. An example for the digestion process is

shown in Figure 1: Example process diagram. Note that the combustible gas safety system

shown in the figure is an ancillary process.

288 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 288: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Process Control Narratives

EDOCSLIB-#9093-v1

Page 3 of 6

Figure 1: Example process diagram

1.3.1.2 Objectives

The objectives of the process and general goals shall be described in this section. These

objectives are related to efficiency, effectiveness or quality. In some cases, the process will not

have a specific pre-defined treatment objective. In such cases, identify a general objective.

1.3.1.3 Process Control Strategy

The process control strategy shall describe the process decisions taken to achieve the treatment

and transmission objectives. Indicate how often input variables are to be measured and the

frequency or event which triggers a process adjustment.

State the safe limits and operating targets for the process and operating equipment. Operating

targets may be stated as a range if a specific target or set of targets is not required. List priority 1

alarms (alarms that need immediate attention from the operator) and alarms that affect more than

one operator (noting the operators affected). Describe the alarms for each device and the process

to bring into the SCADA system sufficient alarm details as needed for remote diagnosis or else

state the use of a single, common alarm for multiple alarm conditions. For each alarm, state the

requirements for activation and method of reset (manual or automatic). Describe automatic alarm

reset logic.

1.3.1.4 Influent Sources

Information on influent sources defines the source and nature of streams entering the specific

process being described. The nature of these streams shall be defined in terms of flow variability

Primary Digestion

Digestion Gas System

Digested SludgeStorage/Transfer

System

Primary DigestInfluent Distribution

System

Combustible GasSafety System

Digestion

Sludge/Scumfrom Primary

Digested Sludgeto Dewatering

Digester Gasto Plant Services

TWASfrom

Thickening

Emergency Overflowto Primary Treatment

289 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 289: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Process Control Narratives

EDOCSLIB-#9093-v1

Page 4 of 6

and the percentage of the total stream being treated in the specific process. Information about the

main process stream, as well as side streams shall be presented.

1.3.1.5 Effluent Destination

In this area of the template, information shall be presented on where effluent and waste from the

treatment process are normally directed. Estimate the percentage of the stream sent to each

destination where the stream is normally directed to more than one destination.

1.3.1.6 Process Control Equipment/Devices

In this section, describe each piece of equipment or device that can potentially control influents

and effluents or change the process as well as what equipment is available to control the process

when defining its operation, capabilities and limitations. Identification shall include its name and

when applicable, its equipment number, for example: raw sludge pump PRS07. Process

equipment includes pumps, valves, screens, chlorinators, mixers, etc.

Describe the use of each process control equipment/device. Information includes the device

operation, control objectives, performance measures and the control method (either automatic or

manual).

Describe the flexibility in using process equipment including provisions for future equipment

additions. For example, the chlorine processes for water treatment and supply can interchange

equipment (i.e. post chlorinators can be used for pre-chlorination if necessary). The chlorine

processes for wastewater treatment can interchange equipment (i.e. effluent disinfection

chlorinators can be used for plant water disinfection if necessary).

1.3.1.7 Ancillary Process Descriptions

Ancillary processes associated with each main process shall be listed. Ancillary processes are all

processes associated with the main process which are not specifically involved in transmitting

influent to the process or effluent from the process, or the actual treatment process. Ancillary

processes shall be described in the same way as the main process in separate process narratives.

1. Describe spill containment for both hazardous gas and liquid spills in a separate sub-

section of ancillary processes. If the containment provisions serve more than one process,

then put the description in a separate process narrative.

2. Describe sample stations/pumps in a separate sub-section of ancillary processes.

Description of sample stations and pumps belong with the narrative of the process that

uses the sample or sample tests.

3. Power distribution is an ancillary process to most processes. Describe power distribution

in a separate narrative with basic descriptions of automatic and manual switching.

290 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 290: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Process Control Narratives

EDOCSLIB-#9093-v1

Page 5 of 6

1.3.2 Control System Description

1.3.2.1 Description

This section shall describe the operation of the process in terms of the control system, including

panels and the control logic. Describe the control system configuration and components and

include:

1. Controllers, location of I/O and panels

2. Modes of control (Manual and Automatic modes at each control location; control

locations may include: equipment control panel, Motor Control Centre, area panel,

central panel, operator workstation)

3. Alarm horn operation, silencing and acknowledge or reset

1.3.2.2 Software Data Points

Provide a table showing all real I/O data points and program-generated data points associated

with the process. The table should show the following information:

1. Tag type

2. Tag name

3. Description

4. EGU range (in the case of analog points).

1.3.2.3 Control Logic

This section shall contain descriptions of:

1. Normal Operation (ie. Automatic logic) including start up and shutdown

2. A table of Control Setpoints associated with the Automatic logic. The table should

show tag name, data range, units, and default value.

3. Fault Response Operation. How should the equipment respond to abnormal

conditions? Common fault situations include power failure, instrumentation failure,

and loss of communication

1.3.2.4 Interlocks

1. Interlocks generated in software by the PLC

2. Interlocks hardwired into the control circuits

1.3.2.5 Alarms

Provide a table that shows every alarm condition that can be generated by the process. The table

should provide the following information:

1. Tag name

2. Alarm priority

291 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 291: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Process Control Narratives

EDOCSLIB-#9093-v1

Page 6 of 6

3. Alarm limit (in the case of alarms generated from analog points)

4. Details of how the alarm is generated ie. if a delay timer is required, if the alarm

depends on other conditions (eg. a pump running)

5. Details of how to reset the alarm as well as details of how to enable/disable the alarm

if applicable.

1.3.2.6 Trending

Provide a table detailing which data points should be trended by the system historian. The table

should provide the following information:

1. Tag name

2. Suggested trending deadband

3. Suggested grouping for displaying trended data for maximum effectiveness

1.3.2.7 Business Systems

Provide a table detailing which data points will need to be made available to Toronto Water

business systems. The table should provide the following information:

1. Tag name

2. Business system requiring the data (WMS, POMS, eOPS, LIMS)

1.3.2.8 Block diagram

A block diagram of the system shall be included for all systems. The diagram shall show logical

connection and interaction of the control system components.

292 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 292: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C P&ID Standard Symbols and Practices

EDOCSLIB-#9094-v1

Page 1 of 22

1. P&ID Standard Symbols and Practices

1.1 General

This standard clearly presents Toronto Water’ intent in developing P&IDs. This standard

is based on the Instrumentation Society of America (ISA) standard ISA-S5.1-1984,

“Instrumentation Symbols and Identification.” The material has been reformatted to be

directly applicable to the water and wastewater industry. Although this section is based

on ISA, it is not constrained by it.

1.2 Purpose of Standard

This standard is intended to provide a consistent way of showing information. Consistent

presentation will speed reading and improve understanding of the diagrams. Consistent

preparation of the diagrams will enable the use of data base access to and from information on the

diagrams.

This standard will be included by reference into each design project and design or construction

contract that prepares or modifies P&IDs.

Diagrams already prepared which are inconsistent with this standard will be converted to this

standard whenever they are revised for other reasons. Existing diagrams which are not compliant

with this standard may also be converted to this standard if people using the diagrams can show

benefit for the cost.

The P&ID legend sheet and P&ID symbol sheets should be included in each instrumentation and

control (I&C) drawing set developed for Toronto Water.

1.3 ISA Reference Standard

Duplication and conflict may exist between standards set by ISA and by other agencies

or standards setting organizations such as Canadian Gas Association (CGA), National

Fire Protection Association (NFPA), and International Standards Organization (ISO).

Toronto Water has decided to produce P&IDs that are consistent with ISA in order to

have documentation readily understood by as wide an audience as practicable. The use

of specialist symbols on P&IDs would result in additional cost for training,

documentation and workforce inflexibility. The use of symbols and nomenclature from

standards other than ISA will be incorporated into this standard where no conflict exists.

The CGA symbols were reviewed in detail as part of preparing this standard. The CGA

does not require to prepare documentation using the symbols that the CGA itself uses in

its standards and other publications. However, having documentation in a format

familiar to boiler inspectors could expedite inspections and licensing of boilers.

Therefore, the possibility of using CGA symbols instead of ISA symbols for boiler and

digester gas applications was explored.

A number of conflicts occurred, particularly where the CGA was showing

instrumentation and control information. The major problems came from

misunderstanding of CGA instrumentation symbols by people applying ISA meanings to

them. An alternative of showing both symbols sets, ISA and CGA, on the same drawing

was examined. It would greatly increase drawing complexity and could also be

293 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 293: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C P&ID Standard Symbols and Practices

EDOCSLIB-#9094-v1

Page 2 of 22

misinterpreted as indicating two instruments when only one exists. Another alternative

was explored of having two drawings, one where ISA symbols would be used if conflict

occurs with CGA and another drawing showing only the CGA symbols. This method

has several advantages. Two drawings are typically provided now. The ISA style

drawing is part of the engineering design phase and the CGA drawing is part of the

documentation provided by the boiler or compressor manufacturer.

The result of this analysis is to prepare P&IDs consistent with ISA and incorporate

symbols from other standards organizations as needed.

The electrical symbol sheet (not ISA), likewise, should be included in each drawing set

containing panel control diagrams. No duplication or conflict exists between the CGA

and Toronto Water electrical symbols. Both Toronto Water and the CGA use

ANSI/IEEE electrical symbols and nomenclature.

1.4 Purpose of P&ID

P&IDs convey process, instrument and control equipment information. A P&ID should

enable anyone reading it (and having a reasonable amount of plant knowledge) to

understand the means of measurement and control of the process.

A P&ID is a specific schematic representation of the mechanical, electrical,

instrumentation and control aspects of a given process. The P&ID is developed from the

process design engineer’s drawings and is expanded by the control engineer to include

other instrumentation as needed.

The P&ID must be an accurate representation of the physical process or system and

should show equipment in the proper functional relation. A P&ID should include the

following:

A. Process piping, tanks, structures, and equipment.

B. Primary elements, transducers, and analyzers.

C. Actuators and final control elements.

D. Panels and controls.

E. Input/output signals to digital controllers.

F. Schematic representations of control signal interconnections.

The P&ID is the only document which shows both process and control information. As

such, it can be a valuable tool during design construction, and start-up. P&IDs are used

during design as a basis for:

A. Computer control strategy design.

B. Computer input/output point list development.

C. Field instrument schedule development.

D. Control panel design.

E. Electrical interface definition.

294 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 294: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C P&ID Standard Symbols and Practices

EDOCSLIB-#9094-v1

Page 3 of 22

F. Mechanical and electrical equipment tagging.

G. Overall design coordination.

During construction and start-up, P&IDs can be used for:

A. Shop drawing review of computer controls, panel and loop submittals.

B. Electrical interface coordination.

C. Graphic display development/approval.

D. Process control operational checkout.

E. Developing as-built and operation and maintenance manuals.

F. Training.

In the next subsections, selected instrumentation terminology is defined and P&ID

symbols are presented and discussed. Both the terminology and symbols were based

on the Instrument Society of America (ISA) standards. The symbols were expanded

while the terminology was abbreviated.

1.5 Drawing Phases

The P&IDs are developed in stages in order to add information at the appropriate time.

The usefulness of added details must be weighed against the expense of preparation and

review effort. The P&ID development stages are shown in the following table.

Major Item Preliminary

Design

Detailed Design Implementation

Piping, tanks, equipment and

valves for process and auxiliary

processes

Required Required Required

Sensors, transmitters, switches Required Required Required

Actuator type with pneumatic and

hydraulic instrumentation

Required Required Required

Panel - Face mounted

instrumentation

new/modified custom panels

existing custom panels

equipment package panels

specialty package panels

Required

Not required

Not required

Not required

Required

Required

Not required

Required

Required

Required

Required

Required

Panel - Internal instrumentation

new/modified custom panels

existing custom panels

equipment package panels

specialty package panels

Not required

Not required

Not required

Not required

Required

Required

Not required

Required

Required

Required

Required

Required

Representation Typical is okay No use of typicals No use of typicals

Control loops - hardwired Required Required Required

295 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 295: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C P&ID Standard Symbols and Practices

EDOCSLIB-#9094-v1

Page 4 of 22

Control loops - software Not required Required Required

Setpoints, limits Not required Not required* Not required*

* Required on instrument data sheets.

1.6 Scope of Drawings

A set of P&IDs for a process or sub-process includes all aspects of the process or sub-

process. That is, all of the piping, equipment, instrumentation and controls in the process

or sub-process must be included on the drawing set. For example, the set of P&IDs for a

pumping sub-process would include the main system, e.g. waste sludge or wash water

pumping and all auxiliary systems such as sample system, drainage system, service

water, city (potable) water, instrument air, power distribution, gas monitoring, hydraulic

and pneumatic systems, security, fire alarm and suppression, safety systems and heating,

ventilation and air conditioning.

The information includes all components of the process or sub-process. That is, the

drawing set must show:

automated and non-automated systems,

current project additions, deletions and modifications,

existing conditions and future provisions if known.

The information shown on the P&IDs includes major control logic of the process or sub-

process control strategies. That is, the drawing set must show:

all hardwired interlocks, totalizers and signal converters,

all software controllers and software interlocks.

The P&IDs must show all inputs and outputs of the Process Control System and the

instruments and equipment which provide the inputs and receive the outputs.

The P&IDs do not need to show virtual points except as needed to clarify control logic.

1.7 Update Procedure

The PCS component of any project will often involve updating an existing Master P&ID rather

than creating a new P&ID. The following procedure should be considered when updating a

P&ID:

1. During pre-design, obtain the current set of Master P&IDs for the facility in Adobe

format.

2. Identify where equipment and instrumentation pipe line etc upgrades or additions will be

required and request specific drawings to be released by Toronto Water in their native

CAD format. Toronto Water will keep track of all requests in order to coordinate

drawings update in areas where request from more than one contract is issued.

3. During detailed design, update the drawing with the new equipment and instrumentation.

Show the additions as “future” according to Toronto Water drawing standards. Also

update the title block to indicate revision number and details. If a new P&ID is required,

296 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 296: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C P&ID Standard Symbols and Practices

EDOCSLIB-#9094-v1

Page 5 of 22

create a new drawing number consistent with the existing drawing set and submit to

Toronto Water for approval.

4. Following successful Site Acceptance Testing of the new equipment, update the drawing

so the new equipment and instrumentation is shown normally. Update the title block

accordingly.

5. New release request should be issued for every phase of the Project unless Toronto Water

notifies Consultant otherwise.

1.8 Terminology

The following definitions are from ISA-S5.1-1984, “Instrumentation Symbols and

Identification.”

A. Instrument - A device used directly or indirectly to measure or control a variable or

both. The term includes control valves, relief valves, and electrical devices such as

annunciators and push-buttons.

B. Instrumentation - A collection of instruments or their application for the purpose of

observation, measurement, control, or any combination of these.

C. Primary Element - That part of a loop or of an instrument that first senses the values

of a process variable. The primary element is also known as a sensor.

D. Final Control Element - The device that directly controls the value of the manipulated

variable of a control loop.

E. Switch - A device (instrument) that connects, disconnects, selects, or transfers one or

more circuits and is not designated as a controller, a relay, or a control valve.

F. Controller - A device having an output that varies in response to an input of a

measured process variable to regulate a controlled variable in a specified manner.

Typical instrument identifications are XC, XIC, and XFIC for controller, indicating

controller and ration indicating controller respectively. X is the process or initiating

variable. Controller types are auto/manual, computer/auto/manual or supervisory set

point.

G. Control Station - A manual loading station that also provides switching between

manual and automatic control modes of a control loop. It may be called an auto-

manual station or an auto-selector station. The word computer may be substituted for

auto when the control station is used with a computer. Typical instrument

identification is HK or HIK. In rare cases, XK or CIK may be used where X is the

process variable.

H. Manual Loading Station - A device having a manually adjustable output that is used

to actuate one or more remote devices. It may be called a manual controller, manual

station or remote manual loader. The station does not provide switching between

manual and automatic control modes. Typical instrument identifications are HFK and

297 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 297: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C P&ID Standard Symbols and Practices

EDOCSLIB-#9094-v1

Page 6 of 22

HIXK for hand ratio control station and hand indicating unclassified control station.

Manual loading stations are rarely, if ever, used in computer control systems.

I. Balloon - The circular symbol used to denote an instrument or instrument tagging.

Synonym for bubble.

J. P&ID - Process and Instrumentation Diagram. Do not substitute the words “piping,”

“instrument” or “drawing”.

298 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 298: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C P&ID Standard Symbols and Practices

EDOCSLIB-#9094-v1

Page 7 of 22

2. Process Layout

There are two general types of process layouts: those which show cast-in-place

(concrete) or fabricated-in-place (steel) tanks and those which show mechanical

equipment or prefabricated process systems. An example of the former is a wastewater

secondary treatment process which includes aeration tanks, solid/liquid separators

(clarifiers) return and waste sludge pumps, and the associated interconnecting piping and

channels. Examples of the latter might include: centrifuges, incinerators, polymer

batching system, instrument air supply systems, chlorinators and ejectors, and refining

processes. Each layout has certain graphic presentation characteristics which are

discussed below.

2.1 Tank System Layout

Always use plan views on this type of layout.

Although P&IDs aren’t required to have a north-south orientation, in general, true north

or plant north should be toward the top of the drawing. In some cases, you may wish to

rotate the process 90 degrees on the drawing so that it fits better. Rotate the process

counter clockwise so that north is to the left.

Flow streams may enter and exit the drawing on all four sides. It is not necessary or

desirable to maintain a left to right or top to bottom flow direction. Flow streams enter

and exit in relation to the process orientation and actual layout of the process.

Distinguish between channels and pipes and between prefabricated and cast-in-place

tanks. Use double lines spaced about 1/8” to indicate channel or cast-in-place tank walls.

Occasionally, you may have difficulty deciding whether to show a conduit as a pipe

(single line) or a channel (two pairs of lines to represent walls). Use the following

guidelines:

Any conduit containing sluice gates, slide gates or flap gates either must be shown

as a channel or must contain a gate structure to hold the gate.

A conduit which is cast-in-place with a tank or set of tanks should normally be

shown as a channel. Do not sacrifice clarity to show the process schematically.

An elevation view of an aeration tank and pipe gallery is shown on the top part of

Figure 1. The P&ID representation is shown on the bottom part. Notice that only

the process tankage and piping are shown on the P&ID. The pipe gallery

structure is not shown. Note how the piping layout has been shown on the P&ID.

The top pipe has been shown farthest from and the bottom pipe shown closest to

the aeration tank. Note how the tank effluent weir and channel were shown. The

P&ID is a schematic representation and some liberties can be taken in the layout

to provide sufficient space to show all instrumentation and balloons.

299 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 299: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C P&ID Standard Symbols and Practices

EDOCSLIB-#9094-v1

Page 8 of 22

DO NOT typify process tanks or piping except through the use of process

overview drawings.

Some processes may require “layering”. For example, separate digester drawings might

be required to show charging/withdrawal system; heating and mixing; and gas collection

and supernatant draw-off. All drawings should use the same base which shows the

digester tanks.

2.2 Mechanical Equipment Layout

Plan or profile views may be used in this type of layout. In general, all piping to and

from mechanical equipment or piping within a prefabricated process system should be

shown in plan view. Exceptions might include an incinerator or a catalytic cracker where

a profile view would better show the feed pipes at various levels.

Flow direction should be from left to right and from top to bottom as much as possible.

If a north-south orientation is desired or is shown on other drawings, use that orientation.

300 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 300: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C P&ID Standard Symbols and Practices

EDOCSLIB-#9094-v1

Page 9 of 22

PRIMARY EFFLUENT

DRAIN

RETURN SLUDGE

AIR

EFFLUENT WEIR

AERATION TANK 5

PIPE GALLERY

ELEVATION VIEW

BAFFLE

HANDRAIL

D

~ ~

~

~

~ ~

RAS

M RAS

~ ~ ~ ~

~ ~ ~

ALP PE

BAFFLE

AERATION TANK 5

AERATION TANK 6

ML

AIR DIFFUSER

AERATION TANK 4

P&ID REPRESENTATION FIGURE 1

301 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 301: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C P&ID Standard Symbols and Practices

EDOCSLIB-#9094-v1

Page 10 of 22

3. Controls Layout

3.1 Control Levels

Use a layered approach to distinguish the various levels of control. Place field

instrument and equipment balloons above or next to the devices. Locate field controls,

motor controls, and area control panels above the field devices at separate levels. Locate

computer input/output symbols and tags at the highest level.

If you know exactly what computer hardware is being provided, the upper level may be

used to show programmable logic controller (PLC), remote terminal unit (RTU),

distributed process controller (DPC) or remote station controller (RSC) identification.

The normal approach should use the area or unit process identification as recommended

by ISA. An I/O point sort by this identification can be used to establish the number of

points in each area and the number of PLCs, RTU’s, DPCs, or RSCs based on assumed

or specified sizing constraints.

3.2 Package Panels

Package panels are of two general types: equipment supplier furnished and specialty

supplier furnished. Examples of equipment supplier furnished materials are: blower or

centrifuge control panels, polymer or similar chemical mixing system control panels if

furnished by the mixing system supplier and pneumatic transport system controls.

Examples of specialty panels are: motor controllers, variable speed drives, sump pump

control systems, and HVAC controls.

For package panels, the supplier is responsible for the proper operation of the panel. The

supplier must perform the detailed engineering design to meet the functional

requirements specified. The functional requirements include the desired operation, face

of panel mounted equipment, panel layout, and interfaces with other control panels or

computers. In many cases, the panel specifications are included within the equipment

specifications and are written by others.

For example, a motor controller can be equipped with run lights, motor overload relays

and lights, start/stop or on/off push-buttons and switches, local/remote switches and

practically any other feature you desire including programmable controllers. Indicate

these options on the P&IDs using a combination of balloons for face mounted equipment

and signal line labels for signals which are derived interior to the package panel and used

elsewhere in the control loop.

Show the package panels as boxes with face of panel mounted instruments only. Do not

show interconnections, interlocks, interior signal function balloons, or signal function

codes within the box.

All panels should be labeled in the upper left corner. If the package panel is shown on

more than one drawing, the word PARTIAL shall be included with the label.

302 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 302: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C P&ID Standard Symbols and Practices

EDOCSLIB-#9094-v1

Page 11 of 22

3.3 Custom Panels

Custom panels are those panels which are designed by the engineer for fabrication by a

panel shop or the control system supplier. The supplier of the equipment controlled by

these panels usually has no contractual responsibility for the proper operation of the

equipment.

Show these panels with both face and interior mounted instruments. Face mounted

instruments have a single, solid line across the instrument balloon. Interior mounted

instruments have a single, dashed line across the instrument balloon. Show balloon

interconnections and electrical interlocks.

Label panels in the same way as package panels.

3.4 Control Signals

Run computer output signal lines to computer-manual selector switches to indicate that

the switch selects between computer control and an alternate source of control. Show

signals which are to be terminated within a panel by running the signal line up to the

package panel border or through the custom panel. If the signal does not require

termination in the panel, run the signal around the panel or use the break symbol. See

Figure 2.

Label signal lines any time you think the function of the signal may be unclear. The label

should be enclosed in quotation marks.

3.5 Interlocks

Process interlocks are control connections wired between two separate equipment items.

For example, a hard-wired control connection that causes an electro-hydraulic check

valve to operate whenever a pump starts and stops is a process interlock. Show all

process interlocks. Process interlock details are shown on electrical drawings. Drawing

notes should describe the function of all interlocks and should refer to the electrical

drawings and/or specifications for additional details.

Device protective interlock symbols should be shown if this is the policy started in the

design guide for the particular project. Protective interlocks are usually provided with the

control device. For example, a pump may have protective interlocks which cause

shutdown if sensors detect conditions such as excess vibration or high bearing

temperature. This type of interlock is generally specified as a part of the device

specification. It may or may not be shown on the electrical drawings. Always show

these interlocks if the condition is to be displayed, alarmed or monitored.

3.6 Typifying

You can typify controls during preliminary design whenever you have typified equipment

items. In addition, you can use typicals to reduce duplicated material. However, the

typified controls must be functionally process related. Do not typify based on control

interface only. For example, do not use one typical to show both return and waste sludge

pump control.

303 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 303: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C P&ID Standard Symbols and Practices

EDOCSLIB-#9094-v1

Page 12 of 22

Do not sacrifice clarity — when in doubt, do not typify even if additional drawings will

be needed.

When typifying controls, the following rules apply:

1. Show all signals to and from balloons, control devices or primary elements as shown

for loop 101 in Figure 3.

2. Include equipment tags whenever there are no other balloons which indicate the loop

number. See figure 3.

3. Typify panels as in Figure 3. CP 6 on the left side is typical of 2, CP 6 and CP 7. CP

6 on the right side is a single panel containing two sets of control switches.

4. Show the loop numbers, panel designations, and equipment tags of all devices

represented by the typical box. As in Figure 3, list the loop number which is shown

on the drawing first. Then list the loop number(s) which it typifies. Do the same for

control panels and motor controls.

5. Signal line arrowheads should point to the typical. Figure 4 shows how signal lines

had to be turned to facilitate typifying.

Note: Panels in this example are shown in vertical arrangement one below the other.

However due to limited space in the "Local/Field Control Panel" segment on the P&IDs

panel could be shown in horizontal arrangement one beside the other or the combination

of both.

304 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 304: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C P&ID Standard Symbols and Practices

EDOCSLIB-#9094-v1

Page 13 of 22

Figure 2: Control Signals (Note that showing panels is dependent on the design stage).

305 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 305: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C P&ID Standard Symbols and Practices

EDOCSLIB-#9094-v1

Page 14 of 22

Figure 3: Typifying controls.

306 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 306: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C P&ID Standard Symbols and Practices

EDOCSLIB-#9094-v1

Page 15 of 22

Figure 4: Additional measures when typifying controls.

307 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 307: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C P&ID Standard Symbols and Practices

EDOCSLIB-#9094-v1

Page 16 of 22

4. Overviews and Detail Drawings

Set of facility’s Master P&ID will be available to consultant in Adobe format

4.1 Plant or System Overview Drawings

Prepare a plant or system overview drawing on all projects involving several unit

processes, plants, or process areas. It will serve as a road map for the P&IDs. The

overview should be prepared after the P&IDs are complete or near complete and should

precede the P&IDs in the drawing set.

The overview should show:

Each unit process, plant or process area by name and number.

Flow streams between processes.

P&ID or unit process overview drawing numbers.

4.2 Unit Process (Area) Overview Drawings

Large or complex processes may require a process overview drawing. The overview may

include a limited number of instruments and balloons. The overview should be oriented

with north toward the upper part of the drawing if at all possible. Show process stream

connections to other areas or unit processes. Subdivide the overview to correspond to the

detailed P&IDs. Process stream connections among P&IDs within the unit process need

not be shown.

4.3 Device Overview Drawings

Large or complex devices may be shown as an overview symbol on a P&ID and then

detailed on a separate drawing. The overview should identify the device, name the detail

reference and show which panels contain instrumentation presented on the detail. If a

panel is dedicated to the device it should only be shown on the device detail.

Some frequently occurring devices may also be shown as an overview symbol on a P&ID

and detailed on another drawing as standard devices. The number of overview and detail

layers should be minimized to reduce flipping between drawings. One drawing would be

more convenient in the field, because of less paper handling and less chance of not

bringing all the detail needed. Its usage should be restricted to where it is needed for

clarity and consistency.

The choice and number of standard device designations needs to be managed on each

project. .

4.4 Process Detail Drawings

This diagram shows full detail of the process and references P&ID layouts for standard

devices. Information shown on this drawing includes: flow meter size, tank size and

308 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 308: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C P&ID Standard Symbols and Practices

EDOCSLIB-#9094-v1

Page 17 of 22

capacity, trip points for level, pressure, temperature and similar switches which are set at

a fixed point in the field. Pipe sizes would be included on new construction. Process

parameters and set points would be shown on the actual control system display screens,

but would not be included on the P&ID.

4.5 Device Detail

The device detail shows full detail of instrumentation related to a device. It may be

shown on an overview or process detail or on a separate diagram.

4.6 Redundant Information

Information should only be shown once. Do not repeat symbols for the same I/O point,

instrument or piece of equipment.

309 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 309: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C P&ID Standard Symbols and Practices

EDOCSLIB-#9094-v1

Page 18 of 22

5. Symbol and Legend Sheets

Refer to Drawings XXXX-P&ID-I-0101, 0102, 0103 attached to this guideline. The

content of these sheets should be used for all Toronto Water Projects and could be

changed only with Toronto Water approval. Content of the drawing should be inserted

into the facility Master P&ID title block changing XXXX with appropriate facility code.

Further details are discussed below.

5.1 Primary Element Symbols

Identify the type of primary element early in the project. Mechanical layouts, instrument

takeoffs, instrument application engineering, and quality control require definition of the

type of primary element.

Minimize the use of unclassified primary element symbols. The most common use of the

unclassified flow symbol is for a flow switch. Use the unclassified level symbol when a

pressure sensing instrument is used to indicate level, or for vendor packaged level

instruments where the type is vendor dependent.

5.2 Miscellaneous Symbols

Any special, non-standard symbols can be added to this group with TW approval.

The sight glass must be used in the vertical position as shown.

5.3 Actuator Symbols

Always show the fail position designation at the lower right of the actuator symbol for

the fail-safe action in case of loss of air, hydraulic or electric power supply or control

signal. Use abbreviations: FO (fail open), FC (fail close) or FL (fail lock).

5.4 Valve and Gate Symbols

No specific guidelines.

5.5 Equipment Symbols

A wet pit pump does not have inlet piping. A screw pump does not have inlet or

discharge piping.

The turbine supply and return lines are shown as per ISA.

The process stream flows through the “coil” of the heat exchanger. Cooling or heating

liquid enters perpendicular to the process stream.

The ejector is sometimes called an eductor, jet or injector. The motive flow stream

always enters the rear of the symbol.

310 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 310: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C P&ID Standard Symbols and Practices

EDOCSLIB-#9094-v1

Page 19 of 22

5.6 Instrument and Function Symbols

Use separate, touching balloons for instruments that have more than one function such as

controllers, control stations, valve actuators, multiple electrode level switches, sludge

blanket detectors, and lighted switches.

Designate a panel mounted alarm light as:

LLL Level Light Low

For any light, the second letter must be an L. Placement of the L in the second position is

needed to distinguish between readouts and modifiers. For example:

1. L

A

L

L

A

L

level alarm low

2. L

L

= level low (level light makes no sense)

3. L

L

L

= level light low

4. = level light low low

Designate a panel mounted alarm annunciator point as:

LAL Level Alarm Low

Note that annunciators are distinct from alarm lights. An alarm light simply lights under

alarm conditions. An annunciator requires an acknowledgment to silence horns, stop the

light from flashing or other actions. An annunciator may be a single light or may be part

of an annunciator panel.

5.7 Input and Output Signals to Digital Controllers

See EDOCSLIB-#6454 Equipment and Data Tagging.

5.8 General Notes

Put general note (See P&ID Symbol and Legend Sheet) on all legend sheets. Add other

notes as may be required for the project.

311 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 311: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C P&ID Standard Symbols and Practices

EDOCSLIB-#9094-v1

Page 20 of 22

The instrument identification table is from Instrument Society of America (ISA) Standard

S5.1, 1984 Instrumentation Symbols and Identification. Do not change the table without

Toronto Water approval.

Attach the balloons for valve open and valve closed limit switches to the stem of the

valve operator.

5.9 Flow Stream Identification

Identify all flow streams. Use the flow stream identifications shown on the P&ID

Legend Sheet. If the project requires other flow stream identifications, you can alter the

table shown. However, try to minimize the number of changes.

Except for plant influent and primary influent, label all flow streams based on the

upstream process. For example, use primary effluent not secondary effluent.

If a line contains two flow streams, label both. For example, PS/SS is a flow stream

consisting of both primary sludge and secondary sludge.

The flow stream should be annotated to clarify the stream. If the flow stream must be

annotated, enclose the annotation in quotes. For example, a plant air system of a

particular pressure range could be designated:

“Plant Air – 5 Bar”

PA2

5.10 Equipment Tagging

Use the rectangular equipment tag box if no balloon is used. If you use equipment tags

which do not contain the loop number, you should use balloons to show the loop number.

Equipment tags are mandatory when typifying to show which device is associated with

which loop.

5.11 Flow Stream and Instrument Line Symbols

Use three different line weights to distinguish flow streams. The main flow stream is the

liquid train, the secondary flow streams include sludge and process air, and other flow

streams include chemicals, instrument air, drains, water, and steam.

Use dashed lines to indicate alternate flow streams. These streams included bypasses and

streams which are not used for normal operations or for automatic backup.

Show all cast-in-place open channels and tanks in plan view and use double lines to

indicate walls. Double lines help to distinguish between closed conduits (pipes) and

tanks and open channels. Line weights and dashed lines are used as in the two previous

items.

Use arrowheads to indicate direction of flow. Always use arrowheads where pipes

connect and where pipes enter tanks. Do not use arrowheads upstream of primary

312 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 312: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C P&ID Standard Symbols and Practices

EDOCSLIB-#9094-v1

Page 21 of 22

elements, gates, pumps, valves, and other equipment. Use enough for clarity and ease of

tracing the flow stream.

When annotating flow streams or signal lines, enclose the annotation in quotes.

Label process equipment with a functional name, e.g. “raw sludge pump” or “treated

water pump”. Underline the names of pumps, tanks and other process equipment.

All process flow streams and signal lines which are continued on another drawing shall

be linked using the labeled arrowheads. The arrowheads must be labeled with unique

labels. The label is composed of the drawing number where the line is continued and an

arrowhead number unique to that drawing. In complex cases, the arrowhead number

should be made unique to all drawings in a sub-process. It is not necessary to add any

other notes to indicate origin or destination.

Minimize the use of the continuation symbol, especially for flow streams.

Use the slashed arrowhead to indicate an origin or destination which is not a part of the

project and which is not continued on any other P&ID. Notes must be added to indicate

origin or destination. Non-process lines such as potable and non-potable water used for

flushing or pump seals, instrument-air lines and similar ancillary piping may be shown

without slashed arrowheads.

5.12 Explanatory Notations

Hand switch and instrument designations should be placed at about the 1 o’clock position

if at all possible. If confusion will result, place the designation at the 5 o’clock position.

HSC/L

C/L

• Prefered position for explanatory notations.• Alternate position

Use CL (computer/local) hand switches whenever possible. In situations where there are

two levels of panels, each with hand switches, use RL (remote/local) on the local level

and CM (computer/manual) on the higher level.

Use MFS (modulate faster/slower) and OSC (open/stop/close) momentary hand switches

for modulating control.

Spring return to center hand switches are similar to push-buttons. If a spring return

switch is used, place a note on the P&ID. If the project requires many spring return

switches, supplement the explanatory notations. Use HMS to designate momentary

switches.

Latching type push-buttons are not covered. If they are used, annotate them similar to

spring return switches. Use HS to designate maintained switches.

Hand switches and push-buttons may be equipped with lights. In most cases, the lights

are connected to field contacts such as valve position switches or motor running auxiliary

relays. In some cases, the light may be used to indicate the switch position.

313 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 313: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C P&ID Standard Symbols and Practices

EDOCSLIB-#9094-v1

Page 22 of 22

In some applications, you may wish to show both on and off status using two lights

driven from one auxiliary relay.

Show analysis instruments which are mounted in tees or which use pipe saddles or

corporation stops as tapped.

Show all signal converters including current loop isolators if used. Do not use current

isolators indiscriminately. They are expensive, become an additional component which

can fail, and require calibration.

Do not show interposing relays in panels. These are covered in the panel drawings and

specifications.

6. Attached Drawings

The following drawings are attached as part of this guideline.

Drawing Number Document

Number

Subject

XXXX-P&ID-I-0101 9110 P&ID LEGEND

XXXX-P&ID-I-0102 9111 P&ID STANDARD SYMBOLS -1

XXXX-P&ID-I-0103 9122 P&ID STANDARD SYMBOLS -2

P&ID Block 1 9113 GATES, VALVES, PUMPS

P&ID Block 2 9114 BLOWER, FAN, DAMPER

P&ID Block 3 9115 VORTEX, CHAMBER

P&ID Block 4 9116 BRIDGE, COLLECTOR

P&ID Block 5 9117 CENTRIFUGE

P&ID Block 6 9118 GENERATOR, COMMUNITOR

7. Glossary

CGA Canadian Gas Association

DPC distributed process controller

HVAC heating, ventilation and air conditioning

I&C instrumentation and control

I/O input/output

ISA Instrument Society of America

MC motor controller

MCC motor control centre

P&ID process and instrumentation diagram

PLC programmable logic controller

RSC remote station controller

NFPA National Fire Protection Association

314 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 314: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

315 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 315: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

316 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 316: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

317 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 317: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

318 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 318: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

319 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 319: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

320 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 320: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

321 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 321: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

322 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 322: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

323 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 323: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

1. Colour Convention 1.1 General This design guideline sets out the use of colours to indicate information in a consistent manner. This guideline reserves some colours for the representation of alarms and status conditions and therefore may not be used for any other meanings or other uses.

Consultants shall comply with this design guideline in the design of the works and ensure that the contract documentation for construction conform to this requirement. Any proposed deviation must have the prior approval of the City.

In some instances, the use of colours is defined by codes governing fire protection, boilers, generators, engines, electrical distribution, personal health and safety and similar topics. In case of conflict between this guideline and codes, the code having jurisdiction will prevail.

1.2 Field Indicating Lights Field status and alarm lights shall conform to the following colour convention: ITEM COLOUR Running, burner on, valve open, breaker closed Red Stopped, safe, burner off, valve closed, breaker open Green Overload, warning Amber (should it be

yellow?) Intermediate position (valve) White or Flashing White Alarm Flashing Red

Where field status and alarm lights are being added to an existing facility where such devices already exist, the Consultant shall consult with the City if the existing devices do not conform to the above convention.

1.3 Operator Display Operator displays, at all levels, shall conform to the following colour convention: ITEM COLOUR NAME** HEX CODE** DECIMAL** Screen Background (except alarm

summaries) Cyan Color104 C0C000 12632064

Equipment/Device Status

Digital

On, OK Red Bright Red 0000FF 255 Open, OK (valves) Red Bright Red 0000FF 255

324 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 324: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

ITEM COLOUR NAME** HEX CODE** DECIMAL** Active device Red Bright Red 0000FF 255 Off, OK Green Bright Green 00FF00 65280 Closed, OK (valves) Green Bright Green 00FF00 65280 Inactive devices (off scan) Grey Gray75 C0C0C0 12632256 Power off Grey Gray75 C0C0C0 12632256 Intermediate position (valves) Yellow Bright Yellow 00FFFF 65535 Priority 1 alarm (graphic symbol) Flashing* Priority 2 alarm (graphic symbol) Flashing* Priority 3 alarm (graphic symbol) Flashing* Priority 1 alarm page background Red Bright Red 0000FF 255 Priority 2 alarm page background Yellow Bright Yellow 00FFFF 65535 Priority 3 alarm page background Cyan Color136 888800 8947712

Analog

Normal range White White FFFFFF 16777215 Advisory range Yellow Bright Yellow 00FFFF 65535 Alarm range Red Bright Red 0000FF 255 Off scan (last value) Grey Gray75 C0C0C0 12632256

* Flashing is between current status colour and grey at normal flashing frequency (84 to

168 flashes per minute). ** CODE refers to the “Blue, Green, Red” colour intensities which are in the range of 00 to

FF in hexadecimal. E.g. White is made up of Blue at maximum intensity FF, Green at maximum intensity FF and Red at maximum intensity FF. The Hex code for white is therefore FFFFFF

** DECIMAL refers to the decimal conversion of the Hex Code. This is used in the iFIX “properties window” to specify colour properties for an object. (Most ‘colour picker’ software uses “Red, Green, Blue” to generate the hex code instead of “Blue, Green, Red” which iFIX uses.)

1. Control Modes

• Local Status Colour Name Hex Code 1. Local Black Black 000000 0

Decimal

Non-controllable from Computer (RPU) Grey Gray 75 C0C0C0 12632256

• Computer Status

325 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 325: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Computer (RPU) auto Blue Bright Blue FF0000 16711680 Computer (RPU) manual White White FFFFFF 16777215

2. Miscellaneous Equipment Outlines (tank, etc.) White White FFFFFF 16777215 Building Outlines, etc. White White FFFFFF 16777215

3. Identification Labels

Dark Background

Colour Name Hex Code Decimal Screen Titles White White FFFFFF 16777215

Equipment White White FFFFFF 16777215 Other White White FFFFFF 16777215

Light Background

Colour Name Hex Code Screen Titles Dark Blue Blue 800000 8388608

Decimal

Equipment Robin Blue Bright Cyan FFFF00 16776960 Other Black Black 000000 0 Where operator displays are being added to an existing system where operator displays already exist, the Consultant shall consult with the City if the existing displays do not conform to the above convention.

1.4 Process Piping The colours shown on displays are modified from the MOEE guide for water pollution control plants, natural gas and propane installation codes. Banding is not used on displays for easier understanding of line continuity.

Material Handled

Pipe Colour from MOEE Guide

Pipe Colour for Displays Name Hex Code Decimal

Sewage Light Grey Light Grey Gray88 E1E1E1 14803425 Primary Tank Effluent Light Grey Light Grey Gray88 E1E1E1 14803425 Secondary Clarifier Effluent

Light Grey Gray88 E1E1E1 14803425

Chlorinated Effluent Medium Blue Color57 FF8C2C 16747564 Sludge and Scum Dark Brown Brown Color78 6A59A8 6969768 Grit and Screenings Brown Color78 6A59A8 6969768 Non-potable Water, Plant Water, Pre-Treated Water

Blush Yellow Medium Blue Color57 FF8C2C 16747564

Potable Water, City Water Light Blue Light Blue Bright Cyan FFFF00 16776960 Potable Hot Water Dark Blue Light Blue Bright Cyan FFFF00 16776960

326 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 326: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Material Handled

Pipe Colour from MOEE Guide

Pipe Colour for Displays Name Hex Code Decimal

Drainage Black Light Grey Gray88 E1E1E1 14803425 Raw Water Black Black 000000 0 Chlorine Gas Yellow Yellow Bright Yellow 00FFFF 65535 Chlorine Solution Yellow with Light

Blue Band Yellow Bright Yellow 00FFFF 65535

Digester Gas or Fuel Oil Orange Orange Orange 2C82FE 2917118 Natural Gas, Propane Yellow* Yellow* Bright Yellow 00FFFF 65535 Compressed Air Vine (Gloss) Light Green Bright Green 00FF00 65280 Circulating Air Vine (Flat) Light Green Bright Green 00FF00 65280 Alum Metallic Green Yellow-Green Color99 00D2A8 53928 Ferric Chloride, Ferrous Chloride

Metallic Green with Orange Band

Yellow-Green Color99 00D2A8 53928

Polyelectrolytes Metallic Green Yellow-Green Color99 00D2A8 53928 Sodium or Calcium Hypochlorite

Yellow with White Band

Yellow Bright Yellow 00FFFF 65535

Lime White with Orange Band

White White FFFFFF 16777215

Ozone Yellow Bright Yellow 00FFFF 65535 Fluoride Purple Color141 A000A0 10485920 Sulphur Dioxide Orange Orange 2C82FE 2917118 Aqua Ammonia Dark Blue Color120 A0A000 10526720 Sodium Hydroxide Lime Green Color85 00E000 57344 Potassium Hydroxide Lime Green Color85 00E000 57344 Polymer Grey Gray75 C0C0C0 12632064 Powder Activated Carbon (PAC)

Grey Gray75 C0C0C0 12632064

Other Chemicals Yellow Bright Yellow 00FFFF 65535 *Natural gas and propane piping colour identification are governed by separate codes. Although the MOEE guideline for natural gas and propane does not conflict with the codes per se, the use of yellow colour is recommended to avoid any confusion in piping identification.

Note

Piping is to be identified to the requirements of GSB-24.3 Code for Piping Identification. The colour code for piping identification bands is:

: sampling lines will retain their process stream colour.

Classification Background Colour Legend Colour.

Hazardous Materials Yellow 505-102 Black 512-101 Inherently Low Hazard Materials Green 503-107 White 513-101 Fire Protection Red 509-102 White 513-101

327 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 327: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C RPU Software Programming

EDOCSLIB-#9096-v1A

Page 1 of 12

1. RPU Software Programming

1.1 General

This guideline is for the structure and documentation of Remote Processing Unit (RPU)

programs. This document is to establish standards for a consistent approach to programming

which will enable:

1. the maximum re-use of programs;

2. Reduced time to troubleshoot programs; and

3. Higher confidence and usability of RPU-based control systems.

Consultants shall comply with this design standard in the design of the works and ensure that the

contract documentation for construction conform to this requirement. Any proposed deviation

must have the prior approval of the City

1.2 Standards

All programs shall conform to IEC 61131-3 Programmable controllers - Part 3: Programming

languages. In addition, the programs written for critical or hazardous applications shall conform

to CAN/CSA-Q396 Quality Assurance Program for the Development of Software Used in

Critical Applications.

1.3 Documentation

1.3.1 Flow Charts

1. The method of documenting software logic design is the flow chart diagram, a type of

sequential function chart. Document all applications programs in this manner.

2. Software for developing the flow charts is Visio only.

3. The flow chart is a design tool to get concurrence that functional requirements have been

understood and incorporated into the design.

4. Show only automatic control mode.

5. The intent is to flow chart a process on one to two 11x17 sheets. The simple, high-level,

‘single sheet’ concept may actually need multiple sheets depending on the complexity of

the controls.

6. Show generic setpoints or test setpoints if pertinent to understanding the logic.

7. Show modules; represented by a box in the flow chart. The module type should be clearly

indicated.

8. Show process interlocks.

9. Keep charts up to date to reflect the actual built state of the software.

328 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 328: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C RPU Software Programming

EDOCSLIB-#9096-v1A

Page 2 of 12

Flow chart shapes should be used consistently as follows:

Function Shape

Logic Block Plain box

Modules Box with end

bars.

States Box with cross

Decisions Diamond

Operator

Selections

Trapezoid

Message Parallelogram

Start or Stop Oval

Continuation Circle

An example of a flow chart is shown in Figure 1: Flow Chart Example.

329 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 329: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C RPU Software Programming

EDOCSLIB-#9096-v1A

Page 3 of 12

Figure 1: Flow Chart Example

Grit TankOutlet Valve

Opened

Grit TankLevel >1m

Grit TankInlet Valve

Opened

Yes

CleaningCycle Timer

Done

No

No

Grit TankInlet Valve

Closed

Grit TankOutlet Valve

Closed

Yes

Yes

No

Total FlowReached

Target

Yes

Yes

Bar Screen Normal OperationOperator selects - Interval Max cycle time (xx minutes) - Interval Min cycle time (xx minutes) - Max totalized Flow rate (xxx m3/sec) - Set Screen high level switch - Duration cycle time for high level operation (xxx minutes)

TotalizedFlow Rate

Target reached

Yes

Yes

No

No

Grit Tank Normal OperationOperator selects - Cleaning Cycle timer (xxx Hours) - Total flow Target (xxx m3) - Tank in service - Out of service

Grit Unwatering Pump System Operator selects - Duty and standby pump - Unwatering pump cycle time(xxx minutes) - Min Tank Level (xx.x m) - Low-Low Tank Level (xx.x m)

Grit Handling Watering System Operator selects - Duty and standby pump - Unwatering pump cycle time(xxx minutes) - Min Tank Level (xx m) - Low-Low Tank Level (xx m)

Call Moduleto open

Grit TankOutlet valve

Call Moduleto open

Grit TankInlet valve

Air ProcessHeaderOpened

Call Moduleto operate

Air ProcessHeader

No

Start CleaningCycle Timer and

AccumulateFlow

StartBar Screen

Process

StartMaximum

Time IntervalOperation

High LevelTarget

Reached

StartMinimum

Time IntervalOperation

StartHigh LevelOperation

Call Moduleto close

Grit TankInlet valve

Call Moduleto close

Grit TankOutlet valve

TankIn Service

Tank Outof Service

AdvisementSend toSCADA

UnwateringValve

Opened

No

Call Moduleto open

UnwateringValve

AdvisementSend toSCADA

Cycle timeTarget

Reached

Yes

Start

Out of ServiceIn service

OperatorStart tankcleaning

Tank CleaningProcessRequired

Air HeaderClosed

No

No

TankCleaningProcessRequired

Yes

Yes

Tank CleaningProcessStarted

Yes

No

No

330 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 330: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C RPU Software Programming

EDOCSLIB-#9096-v1A

Page 4 of 12

1.3.2 Control Program Listings

1. All application programs shall be completed using ladder logic.

2. The entire program shall be annotated with comments. Explain what the program is

doing, and why.

3. Rung/IO comments shall be grammatically correct and in the English language. They

shall be sufficiently verbose to allow on-site troubleshooting.

4. Each I/O, derived value, register and coil, subroutine and object shall be identified by

descriptor.

1.4 Programming

The design logic shown in flow charts shall be structured to use standard software modules.

Where possible, the program shall make use of standard modules. Standard modules are

described in EDOCSLIB-#9097 RPU Standard Software Modules.

The standard modules are not to be altered without the permission of the Toronto Water. Any

unusual or specific data manipulation is to be performed outside of the modules.

1.4.1 Update Procedure

The PCS component of any project will often involve updating an existing program rather than

creating a new program. The following procedure should be considered when updating a

program:

1. During pre-design, decide which existing RPUs will be involved in the project. The pre-

design report should contain this list and determination made that capacity exists in those

processors and I/O racks based on the estimated I/O or determine what upgrades are

required to create the capacity

2. During detailed design, create drawings for any necessary hardware upgrades

3. During construction, the Systems Integrator will request the existing program(s) from

Toronto Water. Toronto Water will keep track of all requests in order to coordinate

updates and version control.

4. During programming, the Systems Integrator will use the memory map guidelines to

determine areas of memory to use. This is critical to ensure consistency which will make

future expansions and program maintenance easier.

5. New rungs should be commented to clearly show that they are part of the current project

and help differentiate them from existing programming. New Auto logic should be

contained within new routines rather than adding to existing routines to help differentiate

new logic from existing logic. New I/O should be handled in existing routines and

appropriately commented.

6. FAT/SAT documentation should indicate which routines were modified or added so

Toronto Water staff has the opportunity to determine and test the effect on existing

programming.

331 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 331: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C RPU Software Programming

EDOCSLIB-#9096-v1A

Page 5 of 12

1.4.2 Analog Inputs

Scaling of analog values, shall be performed only in the Operator Workstation software in

accordance with the following requirements:

1. All analog points shall be passed through the RPU as unscaled, primary data.

2. No scaling of inputs is permitted in analog input modules.

3. Where data is manipulated in the RPU for purposes of control, such manipulations shall

not be interposed between the input from the instrument and the Operator Workstation

software.

4. Data manipulations such as summation for displays or historical data shall be done in the

Operator Workstation software. The method of scaling is shown in Figure 2 Analog Data

Flow

ProcessEquipment

ANINAnalogInput

Module

Field sensorsFlow, level etc

OperatorWorkstation

binary unscaled

Control program

Controlsignal

Scalingfor controlpurposes

PLC

Controller binaryunscaled

Database

Scalingfor controlpurposes

Figure 2 Analog Data Flow

1.4.3 Memory Organization

1. The following paragraphs set out principles for memory allocation and program structure.

Memory allocation for GE 90-30 RPUs is presented in section 1.5.

2. RPU memory shall be organized into three major sections:

I/O Registers;

Control; and

Communication (if needed).

3. Each section should contain memory for expansion up to the overall limit defined in the

technical specifications for the RPU. Within each section, the memory should be further

332 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 332: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C RPU Software Programming

EDOCSLIB-#9096-v1A

Page 6 of 12

organized into logical blocks, similar to the definition in the memory allocation in section

1.5.

1.4.3.1 I/O Registers

1. I/O should be organized in the same hierarchy as used for program structure. For RPUs in

which I/O point numbering is not restricted to a pattern, the I/O should be assigned to

addresses within the I/O register section. The I/O register should be split by type of I/O:

analog inputs, analog outputs, digital inputs and digital outputs. I/O for similar devices

should be put in the same order of address.

2. For RPUs in which I/O point numbering is restricted to a pattern, the assignment of

addresses may be partially predetermined. As much as possible, follow the considerations

for organization given in the preceding paragraph.

1.4.3.2 Control

1. The control logic should present all control actions directly and avoid using the same

address or block of addresses for multiple uses. Logic for control should be organized

into blocks by device and structured consistently following the guidelines herein.

2. Logic for the watchdog timer and system clock should be located first in this section if

they are not part of system software or hardware.

3. General rule for Ladder Logic Rungs:

Normally open input contacts will be used first.

Normally close input contacts will be used next.

4. In normal situations, a rung can be separated into two sections:

The first section is the Control logic.

The second section is the Interlock logic.

5. The order for the control logic section is:

Computer mode (If computer auto and computer manual modes are required in the

rung, then the parallel branch function will be used. Computer auto control logic is

always on top of the branch).

Operation request (momentary contact).

Operation Inhibit (if needed, can be more than one contact).

6. The order of the interlock logic section is:

Operation permissive (can be more than one contact);

Stop device request (can be more than one contact); then

Device failure (can be more than one contact).

333 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 333: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C RPU Software Programming

EDOCSLIB-#9096-v1A

Page 7 of 12

Control Logic Examples:

1. Rung layout with computer mode:

2. Rung layout with computer auto and manual modes:

Computer Operation Operation Stop Devicemode permissive permissive request failure Output

Interlock logic section

Control

logic section

Computer Operation Operation Operation Stop Device Rungauto mode Request inhibit permissive request failure Output

Computer Operation Operation

manual mode Request inhibit

RungOutput

Control logic section Interlock logic section

334 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 334: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C RPU Software Programming

EDOCSLIB-#9096-v1A

Page 8 of 12

The following standard Bit Allocation shows a typical data map for pump and valve devices.

This structure shall be followed as closely as possible. Any deviation will require the approval of

Toronto Water.

Pump/Rotating Device Valve Bit 1 In computer mode In computer mode Bit 2 Not available warning Not available warning Bit 3 Running Status Open Status Bit 4 Spare Close Status Bit 5 Computer auto request Computer auto request Bit 6 Computer manual request Computer manual request Bit 7 Start request Open request Bit 8 Stop request Close request Bit 9 Spare Spare Bit 10 Alarm reset request Alarm reset request Bit 11 Auto start request by auto

process Auto Open request by auto process

Bit 12 Auto stop request by auto process

Auto Close request by auto process

Bit 13 Spare Spare Bit 14 Spare Spare Bit 15 Interlock alarm #1 Interlock alarm #1 Bit 16 Interlock alarm #2 Interlock alarm #2 Bit 17 Ready to operate Ready to operate Bit 18 Computer auto mode Computer auto mode Bit 19 Computer manual mode Computer manual mode Bit 20 In running condition In open condition Bit 21 In stopped condition In closed condition Bit 22 Start permissive Open permissive Bit 23 Alarm Stop request Close permissive Bit 24 Start command Open command Bit 25 Stop command Close command Bit 26 Spare Spare Bit 27 Reset start/stop command Spare Bit 28 Restart inhibit Spare Bit 29 Pump running latch Spare Bit 30 General failure General failure Bit 31 Uncommanded start alarm Uncommanded open alarm Bit 32 Uncommanded stop alarm Uncommanded close alarm Bit 33 Fail to start Fail to open Bit 34 Fail to stop Fail to close Bit 35 No request by RPU Unknown position Bit 36 Spare Position lost track Bit 37 Spare Spare Bit 38 Run 1 hour Failure alarm start timing Bit 39 Reset restart inhibit Spare Bit 40 Spare Spare

335 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 335: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C RPU Software Programming

EDOCSLIB-#9096-v1A

Page 9 of 12

Bit 41 Auto Start request by process Auto Open request by process Bit 42 Auto Stop request by process Auto Close request by process Bit 43 - 50 Spare Spare

The following standard Word allocation shows a typical data map for counters and timers. This

structure shall be followed as closely as possible. Any deviation will require the approval of

Toronto Water.

Internal Counter Internal Timer

Word 1 Counter 1 (Current

Value)

Timer 1 (Current

Value)

Word 2 Counter 1 (Preset Value) Timer 1 (Preset Value)

Word 3 Counter 1 (Control

Word)

Timer 1 (Control

Word)

Word 4 Counter 2 (Current

Value)

Timer 2 (Current

Value)

Word 5 Counter 2 (Preset Value) Timer 2 (Preset Value)

Word 6 Counter 2 (Control

Word)

Timer 2 (Control

Word)

Word 7 Counter 3 (Current

Value)

Timer 3 (Current

Value)

Word 8 Counter 3 (Preset Value) Timer 3 (Preset Value)

Word 9 Counter 3 (Control

Word)

Timer 3 (Control

Word)

Word 10 Spare Spare

1.4.3.3 Communications

1. Blocks of memory may need to be allocated for communication with other intelligent

devices to manage communication speed. Communication blocks are not required for GE

RPUs connected by Ethernet.

2. For example, communication with an operator station may require that a separate block

or blocks be set up for an alarm and event array. The alarm and event array may be split

into separate blocks, one for alarms and one for events. Even if alarms are also used for

control, they should be copied to the alarm block. Separation of alarms is useful for

testing alarm reporting separate from control logic.

3. Within the communication section, separate blocks should be set up for communication

to minimize the number of messages needed to communicate data. Typically this means

that a block for analog values, a block for receipt of operator commands and a block for

setpoints and other parameters should be set up. A block for communication to and from

other RPUs may need to be separate from the operator station interface blocks in order

for fast communications.

336 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 336: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C RPU Software Programming

EDOCSLIB-#9096-v1A

Page 10 of 12

1.5 Memory Allocation for GE 90-30 RPU

A. Analog Input and Analog Output

1. Analog Input: %AI00001 to %AI02048

2. Analog Output: %AQ00001 to %AQ00512

B. Analog Internal Default

1. Analog Internal: %R00001 to %R12032

a. SCADA to PLC: %R00001 to %R00500

b. PLC to SCADA: %R00501 to %R01000

c. Programming: %R01001 to %R08000

d. Clock/Peer to Peer/Modules configuration/Diagnostic and PLC system:

%R08001 to %R09000

e. Counter: %R09001 to %R10000

f. Timer: %R10001 to %R12032

B2. Analog Internal Hi Density

1. Analog Internal: %R00001 to %R24064

a. SCADA to PLC: %R00001 to %R00500, %R13001 to %R13500

b. PLC to SCADA: %R00501 to %R01000, %R13501 to %R14000

c. Programming: %R01001 to %R08000, %R14001 to %R20000

d. Clock/Peer to Peer/Modules configuration/Diagnostic and PLC system:

%R08001 to %R09000, %R20001 to %R21000

e. Counter: %R09001 to %R10000, %R21001 to %R22000

f. Timer: %R10001 to %R13000, %R22001 to %R23000

g. Modbus: %R23001 to %R24064

C. Discrete Input, Discrete Output & Hardware Configuration

1. Discrete Input: %I00001 to %I02048

a. Raw Discrete Input: %I00001 to %I01000

b. CPU Ethernet Status Address: %I01001 to %I01080

c. I/O Modules Status Address: %I01081 to %I02048

2. Discrete Output: %Q00001 to %Q02048

D. Discrete Internal

1. Discrete Internal: %M00001 to %M04096

a. SCADA to PLC: %M00001 to %M00500

b. PLC to SCADA: %M00501 to %M01500

c. Programming: %M01501 to %M04096

1.6 Transition Memory Allocation for RX3i PLC

A. Analog Input and Analog Output

1. Analog Input: %AI00001 to %AI02048

2. Analog Output: %AQ00001 to %AQ00512

B. Analog Internal Default

1. Analog Internal: %R00001 to %R12032

a. SCADA to PLC: %R00001 to %R00500

337 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 337: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C RPU Software Programming

EDOCSLIB-#9096-v1A

Page 11 of 12

b. PLC to SCADA: %R00501 to %R01000

c. Programming: %R01001 to %R08000

d. Clock/Peer to Peer/Modules configuration/Diagnostic and PLC system:

%R08001 to %R09000

e. Counter: %R09001 to %R10000

f. Timer: %R10001 to %R12032

B2. Analog Internal Hi Density

1. Analog Internal: %R00001 to %R32640

a. SCADA to PLC: %R00001 to %R00500, %R13001 to %R13500

b. PLC to SCADA: %R00501 to %R01000, %R13501 to %R14000

c. Programming: %R01001 to %R08000, %R14001 to %R20000, %R24065

to %R32640

d. Clock/Peer to Peer/Modules configuration/Diagnostic and PLC system:

%R08001 to %R09000, %R20001 to %R21000

e. Counter: %R09001 to %R10000, %R21001 to %R22000

f. Timer: %R10001 to %R13000, %R22001 to %R23000

g. Modbus: %R23001 to %R24064

C. Discrete Input, Discrete Output & Hardware Configuration

1. Discrete Input: %I00001 to %I02048

a. Raw Discrete Input: %I00001 to %I01000

b. CPU Ethernet Status Address: %I01001 to %I01080

c. I/O Modules Status Address: %I01081 to %I02048

2. Discrete Output: %Q00001 to %Q02048

D. Discrete Internal

1. Discrete Internal: %M00001 to %M32640

a. SCADA to PLC: %M00001 to %M00500, %M05001 to %M07000

b. PLC to SCADA: %M00501 to %M01500, %M07001 to %M10000

c. Programming: %M01501 to %M05000, %M10001 to %M15000

1.7 Communications

Addresses

1. Each node on a RPU communications network must have a unique address on that

network. Node addresses shall be chosen to integrate into existing networks. Nodes shall

be assigned in consecutive node addresses. RPUs in hot standby shall have consecutive

node addresses.

Control

1. Control and monitoring shall continue without disruption in the event of communication

failures. Where control functions rely on information affected by communications failure,

a safe mode of control shall be provided.

2. Design of software shall seek to reduce the amount of messages transferred between

RPUs to the minimum.

338 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 338: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C RPU Software Programming

EDOCSLIB-#9096-v1A

Page 12 of 12

Time Synchronization

All nodes on a RPU communications network shall have internal clocks synchronized

periodically to a master clock. Synchronization shall provide time and date stamping

accuracy to within one second of the master clock. Master clock and RPU clock shall be

accessible from the Operator Workstation.

1.8 RPU Program Commissioning

RPU programs shall be tested and commissioned in accordance with CAN/CSA-Q396 Quality

Assurance Program for the Development of Software Used in Critical Applications. Each I/O

shall be tested from source element to display screen. The source element shall be exercised

wherever possible or else simulated. For example, a float switch should be tilted to verify the

signal. After commissioning, if access to the float switch is not practical, then its action may be

simulated by short circuiting the input loop.

339 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 339: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

1. Standard Software Modules 1.1 General This document describes Toronto Water’s standard software modules and establishes procedures to guide the development, testing and deployment of new software modules. The Consultants shall ensure that the System Integrator complies with the programming and testing requirements with respect to software development.

1.2 Module Overview A Module is defined as a stand-alone software component typically associated with a process device that has a number of inputs and outputs, and also has defined control functionality. In general, the City has already developed standard software modules for all existing in-plant process devices, which the Consultant shall ensure that the System Integrator use in the development of the RPU or HMI software. Where a module is unavailable to meet the software requirement of the project, the System Integrator shall develop an appropriate module as part of the contract.

The intent of module development is to develop standard components that can be easily incorporated in multiple instances into the development of process area applications where a large number of the process devices are used. A Module consists of sub units of HMI , RPU and Test Simulation software applications. In addition there will be some specialized modules that do not conform to this definition, but which will be used in the same way in multiple instances e.g. PID module, Analog Input Module, etc. As well as the software units, a module also includes associated documentation. The component parts of a module are as follows:

1. Functional description including module layout

2. RPU program design expressed in a flow chart

3. RPU program with embedded documentation

4. HMI program

5. Simulation program

6. Module Acceptance Report including test cases from Factory Acceptance Testing.

1.3 Available Modules The device control modules are summarized in the following categories:

1. Conveyors and General Devices

2. Pumps

3. Valves

340 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 340: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

4. Other (Analog, PID, Duty, etc.)

Some general module descriptions are included below.

1.3.1 Device Control Modules – General The Manual/Automatic Control Mode Selection modules allow the Operator to select an automatic or manual control mode. Most modules do not make any special provisions for the transfer from Local Control Mode to Computer Control Mode. For example, the module does not affect the motor run state upon transfer. However, if the motor is in automatic control mode, the automatic logic may change the state of the motor on the next execution of the logic.

Linking Automatic and Manual Control Logic to Output Values is achieved as follows. In automatic mode, the module enables control requests by the automatic control logic to start and stop devices. The modules typically use one momentary contact closure for start (or open) and another momentary contact closure for stop (or close). In manual mode, the module enables control requests by the Operator to start and stop (or open and close) devices. After a manual control request, the device feedback “zeroes” the action bit.

The modules shall generate alarms for discrepancies between requested and actual states. For example, an alarm is generated if within a set time period from a requested start or stop the motor feedback does not indicate motor run. The timer is adjustable by a System Technician.

If in computer control, upon indication of an alarm related to possible equipment damage, the module stops the motor and places it into computer manual. These types of lockout conditions are generally reset locally at the device. The Operator is responsible to reset the alarm from the HMI after checking field conditions before returned to Computer Auto Control. Equipment damage alarms if monitored include:

1. Motor overload;

2. Motor start/stop fail timer; and

3. Motor specific alarm such as low oil pressure.

Upon indication of a process alarm, the module stops the motor. The process alarms shall be evaluated on a case-by-case basis for each motor. These types of alarms are generally reset automatically or from the operator interface. Process alarms, if monitored, include:

1. Low suction pressure;

2. Low seal water pressure;

3. Power failure; and

4. Other process specific alarms such as high discharge pressure.

341 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 341: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

The module shall not allow the motor to restart within a set restart inhibit time period after stopping. The timer is adjustable by a System Technician.

1.3.2 Analog Input Module Scaling to Engineering Units is not performed by the module Analog data is passed to the HMI as unscaled values and the HMI is responsible for scaling.

Alarms for High-High, High, Low-Low, and Low alarms are generated by this module. The High-High, High, Low-Low, and Low alarm setpoints can be modified by the Operator. The analog input is compared to High-High, High, Low-Low, and Low alarm limits. If a limit is exceeded for more than three continuous seconds, an alarm bit is set. The alarm bit is reset when the analog value returns within a deadband from the limit. The deadband is adjustable.

An Out of Range Alarm contact is provided by this module when the analog input value reaches a value out of the 4-20 mA range for more than three continuous seconds.

1.3.3 Analog Filter Module Provide Digital Filtering module on a case-by-case basis to filter noise from a measurement signal.

The filtering equation used is: Y = K(X - Y ) + Yn n n-1 n-1

Where: K = filter constant: 0 < K < 1 Xn = current input valve Yn = current filtered output value Yn-

1 = previous filtered value

The value of K is set by the System Technician.

Note: with a K value near 1, the Analog Input Filter module has little effect at “smoothing” the input signal. With a K value near 0, the output value of the Analog Input Filter module changes very slowly with a change in input value.

1.3.4 PID Loop Control Module Automatic PID Loop Control shall be provided to send an analog output signal to a control device. The Operator may set the PID controller for automatic or manual control mode. In automatic mode, the Operator can select whether the module uses an Operator-entered setpoint or an automatically calculated setpoint. The module monitors its process variable (PV) and setpoint (SP) and changes its output based on the difference between the PV and SP. The action of the control module is based on the PID algorithm and the value of the tuning constants. The high and low output limits are set by the Operator. The Operator enters these limits as a 0-100% value and the Operator interface converts them appropriately for the PID controller.

342 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 342: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

In the manual control mode, the Operator can enter a control command value. The module monitors its control variable (CV) and considering the user-defined parameters, will change the module output to match the command value.

In local control mode, the PID module is disabled and the setpoint is set equal to the process variable. The module also forces the PID module output equal to the control variable (CV). When the PID module is in AUTO or local control, the module forces the manual setpoint entry register to the value in the PID output register.

The module shall disable the PID calculation when the control device is unavailable, in local control or upon module failure and also if the process variable is out of range. An alarm contact is energized by the analog input module of the process variable

The tuning parameters KP, KI, and KD can be changed on-line while the program is running.

The PID module executes at a scan interval set by the System Technician.

The following guidelines are for setting the PID_ISA Control Function Block Initial configuration.

The setting of the initial parameter values prior to tuning and commissioning shall be as follows:

Parameter Configuration Guideline Manual Command N/A Control This internal parameter is normally set to 0. Enable N/A Override Set to ON. Manual N/A Up N/A Down N/A Proportional (Proportional Gain)

1

Derivation (Derivation Gain)

0

Integral (Integral Rate) 0 SP, PV and CV Percentage Bar Graphs

N/A

SP/PV Range Optional integer values in PV Counts that define the highest and lowest display value for the SP and PV bar graphs.

SP Value N/A Sample Period 1.0 seconds for pressure control loops

2.0 seconds for flow control loops 2.0 seconds for level control loops 5.0 seconds for temperature control loops

Bias The usual setting for the Bias field is +16000 to let the

343 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 343: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Parameter Configuration Guideline function regulate error around the output midpoint.

Dead Band Upper and Lower

Leave the dead band limits set to 0 until the PID loop gains are setup or tuned. It may then be desirable to add Dead Band to avoid small CV output changes due to small variations in error (i.e. to reduce mechanical wear).

Upper Clamp and Lower Clamp

Set the lower clamp to 0 and the upper clamp to +32,000.

Error Term Selects how the error will be calculated. Min Slew Time Set to the limit of the control device. Most control valves

have a minimum slew time of 60 seconds. Note: Set Minimum Slew Time to 0 (no CV rate limit) while tuning or adjusting PID loop gains.

Derivative Action No derivative action is required for most loops. Output Polarity Set according to type of loop.

1.4 Module Development The module development process shall be as follows:

1. The Consultants shall prepare the module functional description and module flow chart, which is to be reviewed with the City.

2. Functional requirements are defined based on software related standards, process control narratives and experience. For example, the standard for alarm handling requires that if a point in the HMI has its alarm disabled, the control logic associated with the point value is also disabled. The modules should have this functionality.

3. The System Integrator shall develop the Module software for RPU, HMI and Simulation

4. The System Integrator shall develop test cases (see Module Testing Process).

5. Preliminary review is made by the Consultants and the City.

6. The System Integrator shall modify the documentation to incorporate changes.

7. The System Integrator shall modify the software code to incorporate full functionality and shall test the software to confirm that the desired results are achieved.

8. Full review is made by Consultants and the City.

9. Incorporate further required changes.

10. Test the module according to the Module Testing Process.

11. Submit module for acceptance.

344 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 344: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

1.4.1 Module Testing Process The module testing process will follow general guidelines for component testing. The module testing process will have QA review, and feedback will be sought from the Consultants and the City throughout the development and testing process.

In the development of test cases, the System Integrator’s judgment and experience is used to determine how thorough the test process needs to be. Different depths of detail are involved at the different stages of testing by the System Integrator, testing by the Consultants and testing by the City, if required. In addition, at each stage of testing, the Consultants or the System Integrator will be encouraged to look beyond the procedures as defined in the test cases to identify unforeseen problems. In some instances this will lead to the development of additional test cases. The module testing process shall be performed in the following sequence:

1. The System Integrator shall develop a list of test cases using the following approach:

• Use experience and judgment to develop the list of test cases.

• Assume errors are distributed throughout the programs.

• Prove functionality as defined in functional descriptions and flow chart.

2. The Consultants shall review the testing process

3. The System Integrator shall perform testing in a test environment that reflects the actual production environment

4. The System Integrator shall perform the Acceptance testing which the Consultants shall witness. Technical acceptance and sign-off shall be done by the Consultants for each module. Acceptance represents that:

• The module meets the design as specified in the Module Functional Description as well as general PCS standards.

• The methods for module development and testing were followed.

• The representatives have confirmed that the module passed all tests outlined in the acceptance test documentation.

1.4.2 Module QC Process The QC Process shall adhere to the requirements for QC/QA established for the project.

The Consultants may perform an independent test of each module according to the acceptance test procedure.

345 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 345: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

During the QC Process, the Consultants shall use a checklist for documenting issues and changes resulting from review. The QC checklist that follows is for each module. Each Software Module shall be assessed for conformity against the following list of items:

1. Meets Toronto Water PCS standards.

2. Meets functional requirements as described in the Module Functional Description.

3. Performs functions shown on flow charts and diagrams.

4. Developed and tested in a configuration that suitably represents the actual production environment.

5. Passes written internal testing procedures and signed by Consultants

346 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 346: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

1. Operator Interface Programming 1.1 General The Consultants shall comply with the following guidelines for the programming of Operator Interface Terminals (OIT) connected to Programmable Logic Controllers (PLCs).

Consultants shall comply with this guideline in the design of the works and ensure that the contract documentation for construction conform to this requirement. Any proposed deviation must have the prior approval of the City.

1.2 Programming – General OITs are to be configured for monitoring and control functions of the local process ONLY. Unless otherwise noted, they are not intended to behave as a SCADA client.

The programming of the OIT shall conform to the following requirements:

1. All OIT points shall be programmed to display their full tag name and point information.

2. Analog points shall have values displayed in the same engineering units as at SCADA screens.

3. Digital points shall have value or state displayed logically, for example: Outputs as START/STOP, OPEN/CLOSE, etc.; and inputs as ON/OFF, NORMAL/ALARM, LOCAL/REMOTE, etc. as appropriate.

4. All displays shall have a consistent general layout in both form and function.

A hierarchical menu shall be constructed using the device keypad and programmable ‘soft’ keys to provide a simple and intuitive method of accessing all of the screens provided. Where available, use an existing OIT program at the facility as a template for form and function.

Colours used for text and graphic elements shall use the same colours used on normal SCADA displays. Changes in colour that result from change of state shall also use the same colours as used at the SCADA displays. Refer to guideline EDOCSLIB-#9095 Colour Convention for more information on colour standards.

1.3 Displays Multiple displays shall be provided to show the state/status of every installed I/O point at the associated PLC, regardless of whether a field device is attached to the I/O point. One graphical schematic representation shall be provided for each process controlled and/or monitored by the associated PLC. Point states and values shall be refreshed dynamically as field conditions change.

All automatic control setpoints and related displays programmed on the central SCADA system shall also be available on the OIT.

347 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 347: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

1.4 Trend Display One or more graphical trend displays shall be provided to show the change in value, expressed in engineering units, for selected variables over the immediate past time period. Where possible , the same trend configurations used on the central SCADA system shall be available on the OIT. Trend data shall be stored locally on the OIT for a minimum 24 hour period.

1.5 Access Levels Program the OIT so as to provide four separate access levels. Password levels required are:

1. LEVEL 0 (PUBLIC) – allows view only access to all operating screens

2. LEVEL 1 (OPERATOR) – allows access to lower levels, with ability to change state of any device, change analog setpoints, and acknowledge alarms

3. LEVEL 2 (SUPERVISOR) – allows access to lower levels, and can adjust program variables.

4. LEVEL 3 (ADMINISTRATOR) – allows access to lower levels, can adjust program logic, and can assign, re-assign password access to lower levels.

The default or power-on mode for the password shall be Level 0.

Any log-on or log-out attempt (successful or otherwise, and regardless of Level) shall be an event added to the alarm/event history at the device.

After fifteen minutes with no keypad activity the password level shall reset to Level 0.

1.6 Alarm and Event Log Program the OIT so as to acquire (in real time) a log of alarm and event messages from the PLC to which the OIT is connected. Insert the date and time of occurrence at the beginning of each message describing the change of state. Maintain these logged messages in a first in/first out queue of a minimum 200 messages.

Note that the alarm/event log shall also capture for display the action and date and time of each attempted log-in, each successful log-in, and each log-out.

1.7 Alarm and Event Display Program the OIT to allow recall of the alarm and event messages in order of most recent to least recent and display the messages in groups of 20 to a display.

348 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 348: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Process Display Programming

EDOCSLIB-#9099-v1

Page 1 of 17

1. Process Display Programming

1.1 General

This guideline applies to all operator workstations.

This guideline is for the structure and documentation of process displays and establishes

standards for a consistent approach to programming which will enable:

1. maximum re-use of programs;

2. reduced time to troubleshoot programs; and

3. higher confidence and usability of operator workstations.

This guideline will be reviewed whenever a new workstation software package is selected or

when the software version is changed.

Consultants shall comply with this design guideline in the design of the works and ensure that

the contract documentation for construction conform to this requirement. Any proposed

deviation must have the prior approval of the City

1.2 Display Names

Each graphic display shall be identified by its version number (Vx.x) and its name. Record the

location of the primary copy of the display. Use the naming convention in the following table for

all graphics:

File Types File Naming Convention (Notes 1,2 and 3)

Process Graphics PLT_AREA_XXXXX

Trend Charts PLT_AREA_trend_XXXXX

Setpoint Graphics PLT_AREA_setpt_XXXXX

Run-Hour Graphics PLT_AREA_runhour_XXXXX

Legend & Info Graphics PLT_AREA_legend_XXXXX

RPU Status Graphics PLT_plc_XXXXX

Plant-Wide Trend Menus PLT_chartmenu

Alarm Summary PLT_alarmsummary

Mainmenu PLT_mainmenu

Alarm Page PLT_AREA_sub_alarm

Process Sub-Picture PLT_AREA_sub_XXXXX

Drop Down Menu PLT_AREA_sub_menu_XXXXX

Process Area Trend

Menus

PLT_AREA_trendmenu

Notes:

349 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 349: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Process Display Programming

EDOCSLIB-#9099-v1

Page 2 of 17

1. PLT: 3-character Plant Code to be defined in EDOCSLIB-#6454 Equipment and

Data Names (eg. FHA for Harris Filtration Plant).

2. AREA: Process Area codes to be defined in EDOCSLIB-#6454 Equipment and Data

Names (eg. FLT for filtering process).

3. XXXXX: specific graphic name left to the discretion of the developer. Use a similar

naming method to those graphics that already exist.

1.3 Display Guidelines

1.3.1 Update Procedure for HMI displays

The PCS component of any project will often involve updating an existing display rather than

creating a new display. The following procedure should be considered when updating an HMI

display:

1. During pre-design, determine which HMI hardware components will be affected by the

project. This may include SCADA servers, Operator workstations, or local OITs. If

possible, determine specifically which process graphics will be affected.

2. During detailed design, create or further refine the list of affected process graphics.

Consider if any changes will be required to the menu bar (and User.FXG file)

3. During Construction, the System Integrator will request the existing HMI application

from Toronto Water. ITM can determine, at their discretion, if the facility’s entire HMI

application is to be locked down during construction or just the specific affected graphics.

The software should be considered signed-out and locked down while in the System

Integrator’s possession to facilitate version control.

4. The System Integrator will FAT the software modifications according to normal Toronto

Water procedures.

5. When the project is ready for the SAT, the System Integrator will obtain ITM’s approval

for integrating their software modifications with the system in operation at the facility.

The process graphics and new/modified database tags should be uploaded and then the

SAT performed according to normal TW procedures.

1.3.2 Update Procedure for iHistorian, eOPS

1. As part of the Process Control Narrative update, determine which iHistorian and eOPS

tags need to be changed, added, or deleted and determine the associated parameters

(update deadband, etc.)

2. The Systems Integrator will program the changes to the iHistorian as part of their

software development

3. The FAT for any eOPS database and reports changes will be performed on the ITM eOPS

test system at the Tiffield Road facility. This may be a separate FAT from the standard

software FAT typically performed at the Systems Integrator’s office.

4. After a successful FAT, the Systems Integrator will forward the iHistorian changes to

ITM. ITM will install the changes on the production system at the facility.

5. The Systems Integrator will SAT the iHistorian changes.

350 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 350: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Process Display Programming

EDOCSLIB-#9099-v1

Page 3 of 17

6. The next working day following a successful SAT of the iHistorian changes, the eOPS

changes will be implemented by ITM at the Tiffield Road facility. The Systems

Integrator will then SAT the updated database and reports.

1.3.3 Layout

1. Graphic displays should have minimal information on the left side where pop-up

windows initially appear.

2. The amount of information on a graphic display should be in the range of 30 to 60

information points. An information point is an analog value, an alarm or event message, a

monitored or controlled device symbol, a bar graph symbol or display call button.

Exceptions to this guideline will likely occur for summary displays or some complex

processes.

3. Layout the graphic either according to plant floor location or the P&ID drawings as

appropriate for the information being presented.

4. Generally process inputs come from left side of the screen and outputs go to right side of

the screen.

5. All process graphics must contain a title bar across the top.

6. The title bar must display:

name of the graphic display using the format “PLT – Description”

date;

time; and

icons accessing:

plant overview;

alarm summary;

operator log-in;

process miscellaneous menu;

Print Screen function; and

trend menu.

1.3.4 Text

Font style and size should be suited to the graphic display. Preferred font styles are plain such as

Simplex or Arial. Standard fonts are shown in the following table:

Item Font Font Size

Title of graphic Arial, italic, bold 17

351 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 351: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Process Display Programming

EDOCSLIB-#9099-v1

Page 4 of 17

Item Font Font Size

Date Arial, regular, bold 12

Time Arial, regular, bold 12

Device tag name Arial, regular, bold 9

Device status Arial, regular, bold 9

Abbreviations should use codes in EDOCSLIB-#6454 Equipment and Data Names, flow stream

identifiers contained in EDOCSLIB-#9094 P&ID Symbols and Practices or other Toronto

Water standards.

1.3.5 Colour

The use of colours shall conform to DOCS1#9095 Colour Convention. Other colours may be used

where the use of colours is not defined in that standard.

1.3.6 Shape

1. Shape will be used to make key information more evident and to reduce errors due to

colour-blindness.

2. Shape will be used to show tank levels where the tank is shown in profile, i.e. elevation

view.

3. Change of the shape or icons to indicate status will be selectable by the operator. When

selected, the usage of shape change will be as follows:

a) Mode Identification

A Automatic

L Local

M Manual

N Not Available

b) Status Identification

O Open

C Closed

T Transition

R Run

S Stop

I Inhibit

L Run Low Speed

H Run High Speed

Forward

352 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 352: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Process Display Programming

EDOCSLIB-#9099-v1

Page 5 of 17

Reverse

1.3.7 Icons

1. Toronto Water maintains a software library of icons developed for use in displays. Use

icons in the library for representing individual devices rather than creating alternative

shapes.

2. Icons should resemble field equipment to make recognition easier. Label each icon with

the equipment number. On any individual display, use icons of a similar type (i.e. all 2-D

or all 3-D), similar orientation (i.e. all profile or all plan view) and similar relative size to

give consistent presentation.

3. Icons incorporate the colour and alarm conventions. The colour convention including

rules for using flashing to indicate unacknowledged alarms is given in EDOCSLIB-

#9095 Colour Convention. The alarm convention is explained in EDOCSLIB-#9099

Alarming.

4. Icons should be consistent in size across all displays; however, some process displays

may require reduced icon sizes in order to accommodate all of the devices.

5. As 3-D icons have different sizes, shapes and complexities, it is difficult to use colour fill

on the symbol to display status and mode; therefore, the following method is used to

indicate status and mode. The 'Status' colour is displayed in a small square while the

'Mode' colour is displayed in a small triangle. Both the square & triangle are layered on

top of the 3D symbol or close to the symbol. Since the 'Status' & 'Mode' colour fill is

separate from the original symbol, this way of displaying 'Status' & 'Mode' colour can be

used in every symbols independent of the symbol shapes and complexities and eliminate

the effort of re-developing the colour fill linking to every symbol.

6. Provide each icon with access to its corresponding pop-up window.

7. A bitmap photo of the real device can be used in some cases as the icon. Submit

suggested photos to the City for review and approval.

8. Where new symbols are required, the Consultants may request the City to consider the

addition of new symbols. If the City approves the addition of such symbols, the

development and testing will be performed by the Contractor as detailed in EDOCSLIB-

#9097 Standard Software Modules. On completion of the development of the symbols,

the Contractor shall submit the information in the format that will permit the City to add

the data or information to the City’s library.

1.3.8 Pop-up Windows

Pop-up windows should initially appear on the left side of the screen, ensuring minimal coverage

of the screen. Pop-up windows may be moved and sized by the operator. Pop-up windows will

contain:

1. the name and description of the equipment or item on the top.

353 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 353: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Process Display Programming

EDOCSLIB-#9099-v1

Page 6 of 17

2. current status: e.g. running/off, opened/closed, enabled/disabled,

manual/automatic/cascade, alarm/normal

3. current conditions: e.g. speed, position, electrical current

4. current alarms and acknowledge function

5. controls: e.g. start/stop, open/close, setpoint entries

6. mode selection: manual/automatic/cascade, enable/disable

1.4 Graphic Display Structure

The displays are interconnected in a hierarchy structure. In addition, interconnection is provided

for process streams continued on other process graphics. The structure and access to other

displays is shown in Figure 1 - Graphic Display Structure. Multiple displays may be needed to

show all of the information and control icons required for operation. Where multiple displays are

required, a process overview should be created along with equipment overviews and details.

1. The main menu is a picture of the facility or map of the area with links to the process

overviews.

2. Process overviews show process flow, summary information and major components or

groups of components. The displays are usually in plan view (building level); the top of

the screen is North. (Status only). Objects may be represented by simple symbols (circles

squares etc) in grey. Links to equipment overviews or equipment detail screens

3. Equipment overview graphics may be needed to show sub-processes or groups of

components. Equipment layout (status and control) can use simple or complex icons

depending on number of components on the screen.

4. Equipment detail graphics may be needed for devices with monitored or controlled sub-

components or other complex display requirements.

5. For situations where a number of components or component groups are the same, e.g.

aeration tanks or filters, either make one detail screen with tag groups or separate screens

for each tank or filter, whichever is more appropriate for the situation. One screen with

tag groups is more appropriate for simple situations.

6. The RPU Status Graphics have the same look and feel as standard process graphics. Each

page of the RPU Status Graphic is allocated to the display of the RPU status for one or

more process areas in the plant.

The displays for every process area consist of a set of graphics as follows:

1. Process Graphics of the process area (one of which is an Overview);

2. Trend Menus;

3. Trend Graphics;

4. Setpoint Graphics (viewing and modifying setpoints for the process area);

354 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 354: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Process Display Programming

EDOCSLIB-#9099-v1

Page 7 of 17

5. Run-Hour Graphics (viewing and modifying device run-hours for the process area);

6. Legend and Info Graphics;

7. Process Sub-Pictures

In addition to the graphics for the process areas, there are other graphics for plant-wide use, e.g.

Alarm Summary or RPU Status Graphics.

The first screen is the Mainmenu. It is displayed on system start up. From the Mainmenu, there

are selections for the various process areas. When one process area is selected, a process graphic

for the process area (normally the overview graphic) is displayed. From the Mainmenu, there are

also selections for other plant wide graphics, e.g. Alarm Summary or RPU Status Graphics.

Every graphic in the system shares a similar look and feel. There are several Buttons in the Title

bar to access some common use functions. Each graphic also contains a Back & Forward button

for navigational purposes and Menu Buttons for accessing other graphics in the process area.

The displays are shown in following sections.

355 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 355: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Process Display Programming

EDOCSLIB-#9099-v1

Page 8 of 17

Figure 1 - Graphic Display Structure

System

Login

Process

Sub-Pictures

Device

s Sub- -Pic

Alarm

Alarm

Page

Legend &

Info Graphic

Mainmenu

Process

Graphics

Trend

Charts

Plant-wide

Tend Menu

Alarm

Summary

Setpoint

Graphics

Run-Hour

Graphics

Process Area 1

Area 2

Area 3

Process Area

Trend Menu

Note: Every graphic can access the Mainmenu via the Home Button & other graphics through the drop down menu.

RPU Status

Graphics

Part of software

modules.

356 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 356: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Process Display Programming

EDOCSLIB-#9099-v1

Page 9 of 17

1.5 Graphics Examples

MainMenu

Link to the first page of the Process Graphics (i.e. Overview) in one process

area. When there are unacknowledged alarms in the process area, the text will flash in

a red colour.

System Login

Button to access Plant-Wide Trend Menu

Button to access Alarm Summary

Button to access RPU Status Graphics

357 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 357: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Process Display Programming

EDOCSLIB-#9099-v1

Page 10 of 17

Process Graphics

Back and Forward Buttons – to go back and forward through previous displays (up to the last 7 displays).

Menu Buttons – the 11 Menu Buttons to display various process graphics in the process area.

Login Button – for system login

Print Button – print screen to the default printer.

Trends Button – display Trends menu for this process printer.

358 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 358: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Process Display Programming

EDOCSLIB-#9099-v1

Page 11 of 17

Alarm Summary

An Alarm page is a full screen display of filtered alarms for a process area. When a graphic is

opened, the alarm page is not displayed. By selecting the Alarm Page Button (clicking with the

left mouse button), the Alarm page will appear in place of the process graphic screen. By

selecting the Alarm Page button again, the Alarm page will disappear. The alarm area used for

filtering is indicated in the Alarm Page status line.

Alarm Page Button

Alarm Page status line – will display “Sort Order”, “Total Alarms”, and “Filtered Alarm Area.”

359 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 359: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Process Display Programming

EDOCSLIB-#9099-v1

Page 12 of 17

Process Miscellaneous Button

In all process graphics, the user can display the Misc menu by clicking the Process Misc Button.

Selection available on the Process Misc menu include:

Alarm Setpoints - Set alarm limits for various instruments

Process Setpoints - Set process automation setpoints such as pump start/stop levels

Run Time/Counts - Display pump and valve runtime data

Legend & Info - Access Legend graphics & other symbol information

Pipe Colour - Display colour standards

Close Sub-Pics - Close all open sub pictures

View Tags - Display device tag names on the current graphic.

View Status - Display device status (i.e. Local (L), Running (R) etc.) on the

current graphic. When device status is displayed, tag name

display will be turned off and vice versa.

Hide Tag/Status - Turn off display of device status and tag names.

360 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 360: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Process Display Programming

EDOCSLIB-#9099-v1

Page 13 of 17

System Miscellaneous Button

The Misc button in the menu button bar displays a drop down menu of various miscellaneous

pop-up displays of general plant information such as flow summaries, power usage, etc.

361 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 361: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Process Display Programming

EDOCSLIB-#9099-v1

Page 14 of 17

Process Sub-Pictures

Process sub-pictures are normally accessible by clicking on an device such as a pump or chlorinator.

Other sub-pictures may be available through the pull-down menu for the process such as setpoints or

power consumption information. The process sub-pictures normally contain summary information

or relevant information for the same process areas or other process areas which are useful for the

operators.

Button to access drop down menu for process

Device control pop-up

Setpoints pop-up

362 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 362: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Process Display Programming

EDOCSLIB-#9099-v1

Page 15 of 17

Trend Graphics

The Trend Charts are accessed from the Process Area Trend Menus. When Trend Charts are

opened, the Trends will display historical data for the past 24 hours. There are four (4) Duration

buttons for selecting different display durations (4, 8, 12, 24 hour-periods). Using the Calendar

button, a calendar is displayed and the date of trending display can be selected. Multiple Trend

Charts can be displayed on the screen. Menu Buttons – The 11 menu buttons to select various Process Area Trend Menus in the plant

Fast Backward Scroll Show/Hide Calendar (go back ½ period) (Show or hide the Calendar to select date of display) Slow Backward Scroll Buttons to Add/Delete Pens Slow Forward Scroll (go back 1/8 period) (go forward 1/8 period)

Fast Forward Scroll 4 Duration buttons (go forward ½ period)

363 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 363: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Process Display Programming

EDOCSLIB-#9099-v1

Page 16 of 17

1.6 Plant Alarm Areas

Plant Alarm Areas should be configured and names assigned to the alarm areas should be

prefixed with the facility abbreviation.

1.6.1 Access

The log-in function will restrict access to process control and system features. Access will be

restricted according to access group. The groups are:

1. Guest

Access to log-in window.

Access to view displays including alarm page and pre-configured reports.

No access to process control functions.

2. Operator

Access to view displays including alarm page and pre-configured reports.

Access to configuring trend and group displays.

Access to all process control functions and alarm acknowledgement (potentially not

access to disabling alarms and changing alarm priorities).

3. Supervisor/System Technician

Access to view displays including alarm page and pre-configured reports.

Acc ess to configuring trend and group displays.

Access to all process control functions and alarm acknowledgement including

disabling alarms, changing alarm priorities and tuning parameters.

4. System Administrator

Access to all aspects of workstation software management including process control

functions, display viewing, display creation, report printing, report creation,

workstation set-up, network management, passwords and data base editing.

Password access is not required for Guest. Users in all other groups require individual

passwords.

After successful log-in, access is available for a limited time. The access time is adjustable for

each user group by the system administrator.

364 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 364: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Process Display Programming

EDOCSLIB-#9099-v1

Page 17 of 17

1.7 Time Synchronization

Time synchronization shall be done at two levels: Operator Interface and RPU (controller). One

of the Operator Interface servers shall be designated as having the master clock. All other

Operator Interface servers and workstations shall be synchronized to this GPS master clock.

All RPUs (control nodes) on a communications network then in turn, shall have internal clocks

synchronized periodically to the master clock. Synchronization shall provide time and date

stamping accuracy to within one second of the master clock.

Master clock shall be accessible by the operator from the Operator Workstation.

365 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 365: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Alarming

EDOCSLIB-#9100-v1

Page 1 of 7

1. Alarming

1.1 General

This guideline shall be complied with in all control systems or equipment that generate alarms

for process control applications. It shall also include details on the types of alarms that are

required to be brought into the control system. Some examples have been provided herein, and

the requirements of each specific facility will be determined at the detailed design stage.

Consultants shall comply with this design guideline in the design of the works and ensure that

the contract documentation for construction conform to this requirement. Any proposed

deviation must have the prior approval of the City

Uniformly applied principles of alarming will assist operators in responding appropriately to abnormal situations and this design guidelines will:

1. determine information that needs to be alarmed,

2. prioritize alarm information given to operators.

1.2 Operating Conditions

Plant control rooms are not normally staffed. Operators (Plant Technicians) work in the process

area and are trained and experienced on processes within the work area. Cross training on other

areas is a goal, but not all operators will necessarily have the same level of skill and knowledge.

Work areas in the plant are staffed 24 hours a day.

1. In wastewater treatment plants, operators are assigned to one or more processes within a

work area.

2. At water treatment plants, an operator may be assigned to the whole plant or a work area

comprising part of the plant.

The process equipment is fully automated. Equipment automatically shuts down when operating

beyond its safe limits. Auxiliary safety equipment starts automatically when needed; for

example, ventilation fans during high toxic gas concentrations.

1.3 Operation Practices

Operators will periodically, typically every 45 to 60 minutes, review alarm summary displays for

their process(es) or work areas on PCS workstations. After dealing with the alarms that have

come up, operators will return to other duties.

Operators will be paged for immediate alarms. These alarms represent conditions that must be

dealt with immediately and cannot wait for the periodic alarm summary display review.

366 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 366: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Alarming

EDOCSLIB-#9100-v1

Page 2 of 7

Important alarms that affect more than one operator are required to be paged to all operators

involved. That is, a shut down of one process may affect another process or work area. In cases

like this, the operator who is responsible for correcting the problem should be given an alarm

message relating to the cause of the problem. Operators who are responsible for dealing with

subsequent processes should be given alarm messages relating to the problem. For example, at

Highland Creek, if sludge pumping from storage fails, the operator in that area should be paged

with the pumping fail message. This operator deals with getting the sludge pumping back in

operation. The operator in dewatering should be paged with a loss of sludge feed from storage

alarm message. This operator deals with problems in dewatering caused by the loss of sludge

feed.

1.4 Alarm Priority

There are 4 levels of alarm priority.

1. Pager (WIN911) Priority alarms require immediate operator attention.

2. High (H) Priority alarms require operator attention within the normal alarm review period

(approximately an hour).

3. Medium (M) Priority alarms require operator attention within a shift.

4. Low (L) Priority alarms require operator attention within a shift.

Alarm priorities can be changed at the discretion of the facility manager.

367 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 367: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Alarming

EDOCSLIB-#9100-v1

Page 3 of 7

1.5 Alarm Creation and Priority Assignment Guidelines

While adding to or changing the alarm list in the Master PCN during the detailed design stage,

the Consultant and City shall give careful consideration to how alarms are generated (referred to

as “alarm conditioning”). Simply adding I/O points to the alarm list is not sufficient – Designers

shall consider the conditions that can lead to an alarm condition and design the alarm logic and

alarm descriptions accordingly.

For example, a low flow switch should not be alarmed if the switch was tripped due to the

normal condition of a pump stopping. Another example is a high discharge pressure should not

be alarmed if it is only momentary and the designers consider momentary high pressures to be

normal conditions.

For new alarm points, the Consultant and the City will review and assign priority for each alarm

during detailed design as part of the modifications to the Master Process Control Narrative.

Examples presented in this section form a guideline and may not cover every situation. Priority

assignment will be made on a case-by-case basis by the Consultant and approved by the City

during review of the Master PCN.

Alarms need to be assigned priority consistently across the plant in order to more safely cross

train operators on different processes and work areas. Alarms shall be assigned priority

consistently across all plants in order to compare performance.

Examples of alarms at plants

Alarm Priority

1. Critical water quality conditions WIN911

2. Pump fail and its standby unit could not be started up. WIN911

3. Pump fail and its standby unit was started successfully. H

4. Safety alarms:

Chlorine leak WIN911

Chemical spill (ferric chloride, sodium hypochlorite) WIN911

Combustible gas (methane, natural gas) concentration high WIN911

Toxic gas (carbon dioxide, hydrogen sulfide) concentration high WIN911

Flood WIN911

Other safety alarms WIN911

5. High wet well level M

6. Impending high temperature condition of a pump motor H

7. Process controller failure. WIN911

368 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 368: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Alarming

EDOCSLIB-#9100-v1

Page 4 of 7

Alarm Priority

8. Historical logging computer failure WIN911

9. Failure of auxiliary systems (instrument air, lubrication system, heating, cooling, ventilation system, backup instrument power)

H

10. Instrument failure alarm H

11. Dissolved oxygen concentration low M

Example alarms at remote water supply sites

These alarms are needed at central pumping control for direct action to control the process and at

the work area to be aware of problems.

Alarm Priority

1. High discharge pressure WIN911

2. Low discharge pressure WIN911

3. Power high WIN911

4. Power fail WIN911

5. Surge system fail WIN911

6. Pump fail (all pumps currently have manual remote start/stop) WIN911

7. Unauthorized access WIN911

8. Reservoir high WIN911

9. Reservoir low WIN911

10. Communications fail WIN911

11. No Flow (with pump running) WIN911

12. Flood Alarm WIN911

Alarms at remote sewage pumping stations

Alarm Priority

1. Pump failed and its standby unit could not be started up. WIN911

2. Unauthorized Access WIN911

3. Flood Alarm WIN911

4. Communications fail WIN911

369 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 369: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Alarming

EDOCSLIB-#9100-v1

Page 5 of 7

Chlorine leak alarms

1. Chlorine leak alarms are treated differently at the plants. This difference is acceptable as

long as minimum safety requirements are met.

2. At the Ashbridges Bay Plant, chlorine leaks require immediate broadcast paging to all

personnel because chlorine is stored in tank cars. At the Humber Plant, chlorine leaks

require immediate broadcast paging to all personnel because residential areas are very

close to the plant.

3. At water treatment plants, chlorine leaks should be paged to the designated operator, but

not broadcast. The reported chlorine leak is investigated and if required, the plant‟s

public address system is used to broadcast the alarm.

1.6 Alarm Configuration in Field

Safety alarms are defined as those involving personal safety of the operator, other staff and the

public (fire, gas leak, chorine leak, flood, etc.).

1. All safety equipment such as chlorine gas detectors, fire detectors, etc. shall be specified to provide a separate set of contacts for alarm transmission to the control system.

2. All alarms and safety equipment contacts shall be double-pole double-throw, form C rated for 3 Amp AC or 5 Amp DC minimum.

3. Safety alarm loops shall be energized (supervised) in the normal state.

4. Safety alarm loops shall have an alarm circuit test switch which tests lights, horns and

circuits for readiness to operate. This switch will be used periodically to test operability

of the circuit. A full simulation of safety systems will also be performed periodically to

test instruments, controls and controlled equipment with the test switch in normal

position.

5. All safety alarms will be monitored by the control system.

The following table shows configuration by alarm type:

Alarm Type

Hardwire

to Area Station

Hardwire to

Local Horn (130 db)

Hardwire

to Local Beacon

Colour

(Note 1)

Where

Silenced

Where

Acknow-ledged

Safety Alarm

Yes Yes

(note 2)

Yes

(note 3)

Red Local

(note 4)

Local

(note 4)

Other

Alarm

No No No Yellow N/A Local

(note 4)

Notes:

370 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 370: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Alarming

EDOCSLIB-#9100-v1

Page 6 of 7

1. Alarm characters are black.

2. Chlorine leak alarm is also hardwired to plant siren at the Ashbridges Bay Plant.

3. Beacons are required at each entrance to the affected area in the case of chlorine leak alarms.

4. Local is the immediate area, panel or nearby designated safe location.

1.7 Alarm Activation

Alarms of any priority may require latching with manual reset at the local panel. Manual reset is

required for all alarm conditions which affect personal safety.

Automatic reset of some alarms is acceptable for alarms caused by process changes such as

undervoltage (power failure), seal water low pressure or low suction pressure

Alarm disable (suppression) during start-up or shut-down of a device or a process is acceptable.

These alarms are determined during control strategy design on a case-by-case basis or are part of

manufacturer designed controls for a particular piece of equipment.

All software functionality associated with a disabled alarm is also disabled.

The ability to manually disable alarms requires a high level of security login.

1.8 Alarm Monitoring

Alarms originating from field contacts or generated by software shall be displayed at area

operator stations (if present) and central operator stations. While adding alarms to an existing

SCADA system, the Systems Integrator shall follow the colour convention and styles/grouping

that already exist so the alarm database remains consistent unless otherwise instructed by

Toronto Water.

The preferred alarm monitoring practice is to bring into the SCADA system sufficient alarm

details as needed for remote diagnosis of the problem. The alarm and related information should

enable appropriate responses to be taken. The amount of alarms from a particular device or

facility should be reviewed on a case by case basis for feasibility and economy.

1. In areas of the plant where there are a large number of closely related Medium priority

alarms, it is sometimes desirable to annunciate the alarm conditions individually at the area station and retransmit a common alarm to the central operator station.

2. Alarm conditions from auxiliary systems that are essential to the functioning of the

control system or process equipment (instrument air supply systems and equipment

lubrication systems for example) should be monitored.

WIN911 Priority alarms need more information to be monitored than other types of alarms so

that appropriate action may be taken quickly.

371 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 371: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Alarming

EDOCSLIB-#9100-v1

Page 7 of 7

1. Example: Sewage pumping station high wetwell alarm needs to be augmented by remote

monitoring of wetwell level and pump status. Note that sewage pumping station

communications failure would also require immediate paging.

2. Example: Combustible gas alarm needs to differentiate between high combustible gas

concentration, sensor fault and maintenance mode. The alarm needs to be augmented by

the actual combustible gas concentration.

1.9 Pager Operation

The paging system is to communicate alarms from the process control system, security system

and telephone system to personal pagers or phone/cellular phone. The alarm notification system

is used to transmit critical alarms from the facility‟s SCADA system and then transmit them

using the Win911 Server.

A pager may be assigned to a process or group of processes within the work area or the work

area. An operator who has possession of the pager is responsible for responding to alarms. The

same „beep‟ tone shall be used for all pager alarms and shall display the alarm text description.

The paging system is configured to handle temporary staff shortages. For example, if a member

of the team does not show up for work on time or calls in ill, people on-site need to reassign the

paging areas. That is, the paging will roll over from one work area to another or from one

process to another. If a page is not acknowledged within a set time, the paging will roll over to

another designated person.

The Consultant is to be aware that any modifications or additions to the critical alarms that

require notification must be integrated to the existing database that resides within the Win911

Server.

The Consultant is to ensure that the alarm notification complies with current facility standards.

The alarm notification techniques vary between facilities and can be in the form of one of the

following options;

1. An alphanumeric message that includes the tag name, time and description of the

message that is transmitted to either an alphanumeric pager or via a SMS message to a

cellular phone. This technique requires a standard dial modem to be installed within the

Win911 server.

2. A voice message that includes the tag name, time and description of the message that is

transmitted to a telephone or cellular phone. This technique requires a Dialogic card to be

installed within the Win911 Server. Voice messages should be approved by the facility‟s

staff for audibility and content.

372 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 372: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C

Instrument and Equipment Testing

EDOCSLIB-# 9101-v1

Page 1 of 8

1. Instrument and Equipment Testing

1.1 General

Consultants shall comply with this design standard in the design of the works and ensure

that the contract documentation for construction conform to this requirement. Any

proposed deviation must have the prior approval of the PCSU.

The testing of instrument and equipment are performed at two separate stages during

the construction works and these are:

1. Field instrument acceptance test to confirm that the field instruments are installed in accordance with the terms and conditions of the contract and

2. Field instruments and equipment are installed and performs in accordance with the terms and conditions of the contract.

The difference between the two is high lighted above in italics to emphasize the difference. The following sections provide detail on the procedure for each of the above test procedure.

Comply with the following when performing instrument and equipment testing:

1.2 Field Instrument Testing

1.2.1 General

The field instrument acceptance test shall be performed by the Contractor and witness by the

Consultants to confirm that the field instruments are installed in accordance with the contract documents and meet operation requirements. This includes confirmation that the units have been correctly calibrated (by qualified personnel), and verification that the equipment is available to properly receive and/or transmit information to/from all devices in the loop.

Where it is identified that the requirements of the Contract have not been met, the Consultants shall ensure that the Contractor rectify all deficiencies immediately, if possible, to allow re-testing during the same test phase.

1.2.2 Acceptance Tests Objectives

The objectives of the field instrument acceptance test are:

1. Acceptance of instruments as installed by the Contractor.

2. Confirmation of the performance in accordance with the Consultant’s Design.

3. Confirm and document that all new instruments meet the contract specification and drawing requirements, including range, accuracy, repeatability, reliability, calibration, and installation details.

373 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 373: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C

Instrument and Equipment Testing

EDOCSLIB-# 9101-v1

Page 2 of 8

4. Confirm that all discrete and analog signals (both new and existing) to be transmitted to and from the instrument are available and functioning correctly.

1.2.3 Completion Criteria

The Field Instrument Acceptance Test shall be deemed to be complete when all features,

functions and information required in accordance with the Process Narratives and Process and Instrumentation Drawings have been verified as present and functioning, and documented as accurate within the anticipated operating range for the process being monitored.

The Instrument Acceptance Report is to be used to identify and manage all outstanding issues, until they are resolved.

1.2.4 Participants and Responsibilities

The Consultant shall schedule the required tests in consultation with plant staff and ensure that all

the required documentation has been submitted by the Contractor as specified. The Consultants shall review all documents and ensure it meets the contract requirements. In addition, the Consultants shall also witness all tests performed by the Contractor and sign-off forms as required

to indicate that they have witnessed the tests and on completion of tests, ensure that the Contractor submits all required documents. All testing procedures and tools to be used shall be specified by the Consultant. The Consultant will also supervise and approve all procedures and tools used.

Plant Liaison and Process Control System Unit (PCSU) representative shall review Consultant’s work plan, assign plant staff to assist with field testing, coordinate with plant operating,

maintenance, and other construction activities and to provide plant staff to participate and assist in the instrument acceptance testing in order to both provide site knowledge, local coordination when necessary, and adopt the new test procedures.

The Contractor shall be responsible for planning tests, gathering information, preparing instrument test reports prior to commencing, scheduling testing, requesting field assistance from plant personnel, reviewing schedule with plant supervisors, completing testing which is to be witnessed by the Consultants, then presenting findings and reporting to the Consultants.

1.2.5 Documents Required Prior to Field Work

The Consultants shall ensure that the following documents are assembled and submitted by the

Contractor to the Consultants for review prior to conducting the Instrument Acceptance Testing:

1. Reviewed shop drawings, including ISA data sheets, for each instrument installed (multiple copies for multiple installations);

2. “For Construction” P&IDs, process narratives, control schematics, and electrical drawings;

3. Configuration and calibration certificates from the manufacturer(s) for each calibrated instrument, where specified by the Consultant in the Contract Documents;

4. Results of factory performance tests, where specified by the Consultant in the Contract Documents;

374 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 374: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C

Instrument and Equipment Testing

EDOCSLIB-# 9101-v1

Page 3 of 8

5. Instrument field calibration reports, where specified by the Consultant;

6. Prepared instrument acceptance reports with all equipment numbers and relevant details entered;

Prior to commencement of testing, the Consultants shall define the following for each piece

of field equipment:

1. Calibration Procedure(s) to be followed by the Contractor;

2. Any special Procedure(s) to be followed by the Contractor;

3. Site verification, set-up, and calibration required by the equipment manufacturers.

1.2.6 Testing Schedule

The Consultants shall ensure that the testing procedures and schedules of work are submitted by

the Contractor not less than ten (10) working days prior to the projected test date for the individual component. This will include specific dates for when the various test procedures are to be carried out, and the plant staff assistance required to complete the field portion of the investigation. The Consultants shall ensure that the Contractor have allowed flexibility in his schedule to permit emergency requests by plant staff, plus unexpected field and operation findings.

The schedule must be approved in writing by the Consultants, the Plant Engineer, and the Electrical and Instrumentation Supervisors, prior to the commencement of any field testing.

The field equipment acceptance report must be presented 1 week after completion by the

Contractor in order to identify and resolve all critical issues which affect scope, cost or schedule in a timely manner.

In certain cases, testing will be required to be scheduled outside normal business hours to accommodate operating issues and/or low flow conditions. This should be discussed and resolved with plant management when planning the test schedule.

1.2.7 Documentation and Reporting

The Contractor shall use the following standard documentation for instrument acceptance tests:

1. Field Instrument Acceptance Report (EDOCSLIB-#9102 Instrument Testing Log and EDOCSLIB-#9103 Field Installation Testing Log are attached to the end of this document

as an example. Consultant should request document in its original format)

2. Field Calibration Report, in electronic documentation, transferable in standard spreadsheet format

3. Shop drawings, Instrument Data Sheets and calibration reports (update as required)

4. “As Built” P&ID, control schematics, and electrical drawings (update as required)

375 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 375: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C

Instrument and Equipment Testing

EDOCSLIB-# 9101-v1

Page 4 of 8

The Contractor shall present the Instrument Acceptance Test Reports findings in electronic and printed reports which shall contain the following, as a minimum:

1. The scope of the specific Instrument Acceptance Test;

2. Specific Objectives beyond the General Objectives noted above;

3. Summary of Outstanding Issues, with the detailed test reports contained in an Appendix;

4. Recommendations on improvements/upgrades to contract scope in order to achieve operational requirements if applicable. For upgrades with a capital cost greater than $15,000, a simple cost/benefit analysis must be provided.

5. Cost estimates for all recommended improvements.

1.2.8 Instrument Acceptance - General

The Contractor shall inspect and document that each instrument matches the reviewed shop

drawing. The inspection shall be witnessed by the Consultants. The inspection shall include, but not be limited to the following (as applicable):

1. Verify that instrument product details match shop drawings and Contract Documents, (including Instrument Data Sheets);

2. Confirm soundness of instrument, i.e. without damaged parts;

3. Confirm completeness in all respects as specified for instrumentation;

4. Confirm correctness of setting, alignment, and relative arrangement

5. Inspect power, signal, and grounding wiring identified on the control schematics and documenting the results. All wiring to be verified for continuity.

1.2.9 Instrument Acceptance – Specific to Devices

The Contractor shall perform test on all devices for their repeatability, accuracy and operation by varying the process and simultaneously measuring and recording the information displayed by:

1. An independent measuring instrument;

2. The local transmitter indicator;

3. All remote digital/mechanical indicators;

4. The 4-20mA (or digital value) measured at both RPU panels’ and operator panels’ terminal blocks and converted into engineering units.

Performance of all tests will be witnessed by the Consultants.

Test results shall be compared against the instrument calibration reports and planned RPU analog

input range. As an example, flow sensors will require testing using a “draw and fill” test of a local container.

376 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 376: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C

Instrument and Equipment Testing

EDOCSLIB-# 9101-v1

Page 5 of 8

1.2.10 Instrument Acceptance – Specific to Switches

The Contractor shall perform test on all instrument switches, such as pressure switches or

building flood alarms, for their accuracy and operation by varying the process conditions (for example: high then low pressure) and simultaneously measuring and recording the information displayed by:

1. An independent measuring instrument;

2. The instrument switch;

3. All remote lights and indicators;

4. The digital input status measured at both the RPU and operator panels’ terminal blocks.

Performance of all tests shall be witnessed by the Consultants.

Test results are to be compared against the instrument calibration/setting reports and planned

RPU discrete input setting.

1.2.11 Testing Tools and Equipment

The Consultants shall ensure that the Contractor and/or respective Calibration Contractors or

Equipment Manufacturers provides proper protection for all instruments and devices that may be damaged by high voltage tests. If damages occur, the respective parties shall be held fully responsible for the replacement of damaged parts and/or components.

Calibration method and tools shall not cause any error greater than +/- 0.5% in any test. The

accuracy of the calibration tools must be traceable to National Standards. The Consultants shall review all testing procedures, and tools to be used. The Contractor shall use only electronic calibration equipment unless it can be demonstrated that such electronic calibration equipment is not available for the required specific test. Provide a form for electronic documentation, transferable to a standard spreadsheet format.

The Consultants or the Contractor shall follow the applicable City’s safety requirements. For all identified plant areas, and in particular the collection system facilities, provide proper safety equipment for personnel entering (manholes and other) confined spaces, plus hazardous gas locations.

1.3 Instrument and Equipment Testing

1.3.1 General

The instrument and equipment shall be tested to confirm that the field instruments and equipment

installed performs in accordance with the Contract Documents. Testing shall be performed by the Contractor and witnessed by the Consultants.

The testing shall confirm that:

377 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 377: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C

Instrument and Equipment Testing

EDOCSLIB-# 9101-v1

Page 6 of 8

1. The units have been correctly installed.

2. The units have been correctly calibrated.

3. All discrete and analog signals (both new and existing) to be transmitted to and from the units are available and functioning correctly.

4. The units are capable of working as specified.

The work will be accepted if all the above criteria have been met and where it is identified that the requirements of the Contract have not been met, the Contractor shall rectify all deficiencies immediately to allow re-testing during the same test phase.

Testing will be deemed complete when all features, functions and information required in the Contract Documents have been verified as present and functioning, and documented as accurate within the anticipated operating range for the process being monitored.

1.3.2 Submission of Documents

The Contractor shall submit the following documents prior to conducting the Instrument and

Equipment Acceptance Testing:

1. Calibration Procedure(s) to be followed in the test. The calibration method and tools will not cause greater than +/- 0.5% error in any test;

2. Any special Procedure(s) to be followed in the test;

3. Identify site verification, set-up and calibration to be performed by the equipment manufacturers.

Update shop drawings, Instrument Data Sheets, calibration reports and “As Built” drawings

including: P&ID, control schematics and electrical drawings as required to match field conditions.

1.3.3 Testing Schedule

The Contractor shall submit testing procedures and schedules of work no less than one (1) month prior to the projected test date for the individual component. This will include specific dates for when the various test procedures are to be carried out and identified assistance from City’s staff. In some cases, testing may be scheduled outside normal business hours to accommodate

operating issues and/or low flow conditions. Testing may be interrupted by the City’s staff for emergency process operation.

Submit test results to the Consultants at the end of each day of testing.

1.3.4 Testing Procedure

The Consultants shall ensure that the following documents have been prepared and assembled by the Contractor and available on site prior to conducting Instrument and Equipment Acceptance Testing:

378 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 378: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C

Instrument and Equipment Testing

EDOCSLIB-# 9101-v1

Page 7 of 8

1. Reviewed shop drawings, including ISA data sheets, for each instrument installed and for each piece of the equipment (multiple copies for multiple installations);

2. “For Construction” P&IDs, process control narratives, control schematics and electrical drawings;

3. Configuration and calibration certificates from the manufacturer(s) for each calibrated instrument, where specified in the Contract Documents;

4. Results of factory performance tests, as specified in the Contract Documents;

5. Instrument and equipment field calibration reports, as specified Contract Documents;

6. Prepared instrument and equipment acceptance reports with all equipment numbers and relevant details entered.

The Contractor, witnessed by the Consultant, shall inspect and document that each instrument and equipment matches the reviewed shop drawing. The inspection shall include, but not be limited to the following (as applicable):

1. Verifying that instrument and equipment product details match shop drawings and Contract Documents, (including Instrument Data Sheets);

2. Confirming soundness of instrument and equipment, i.e. without damaged parts;

3. Confirming completeness in all respects as specified for instrumentation and equipment;

4. Confirming correctness of setting, alignment, and relative arrangement

5. Inspecting power, signal, and grounding wiring identified on the control schematics and documenting the results. All wiring to be verified for continuity.

1.3.5 Instrument Acceptance – Specific to Devices

Devices are also to be tested by the Contractor for their repeatability, accuracy and operation by varying the process and simultaneously measuring and recording the information displayed by:

1. An independent measuring instrument;

2. The local transmitter indicator;

3. All remote digital/mechanical indicators;

4. The 4-20mA (or digital value) measured at terminal blocks in RPU panels and operator panels.

The Contractor shall compare test results against the instrument calibration reports and planned

RPU analog input range. As an example, flow sensors will require testing using a “draw and fill” test of a local container.

Where no field calibration has been done, perform a calibration test. Go up, down, then back up the instrument range, testing at five (5) points each time: 0%, 25%, 50%, 75% and 100%.

379 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 379: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C

Instrument and Equipment Testing

EDOCSLIB-# 9101-v1

Page 8 of 8

1.3.6 Instrument Acceptance – Specific to Switches

The instrument switches, such as pressure switches or building flood alarms, shall be tested by

the Contractor for their accuracy and operation by varying the process conditions (for example: high then low pressure) and simultaneously measuring and recording the information displayed by:

1. An independent measuring instrument;

2. The instrument switch;

3. All remote lights and indicators;

4. The digital input status measured at both the RPU and operator panels’ terminal blocks.

Test results are to be compared against the instrument calibration/setting reports and planned RPU discrete input setting.

1.3.7 Testing Tools and Equipment

Protect instruments and equipment that may be damaged by testing. If damages occur, the

Contractor shall be fully responsible for replacement of damaged parts and/or components.

Use calibration tools that will not cause greater than +/- 0.5% error in any test. The accuracy of the calibration tools must be traceable to National Standards. The City’s preference is the use of

electronic calibration equipment that will provide a form of electronic documentation, transferable in a standard spreadsheet format.

Comply with the applicable City’s safety requirements. Provide the proper safety equipment for entering (manholes and other) confined spaces, and hazardous gas locations.

380 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 380: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

INSTRUMENT TESTING LOGPage ___ of ___

# INSTRUMENT TAG NUMBERSTATUS DOCUMENTS TEST AND CALIBRATION

Existing Records Available Results

New

Re-

Use

d

Re-

Cal

ibra

ted

Rep

aire

d

Tec

hnic

al M

anuf

actu

rer D

ata

Shee

t

P&ID

,Con

trol S

chem

atic

, Ele

ctric

al d

wgs

Con

tract

Spe

cific

atio

ns

Orig

iona

l C

alib

ratio

n R

epor

ts

Mai

nten

ance

Rep

orts

Test

Dat

e

Inst

alla

tion

& Ap

plic

catio

n M

eets

Des

ign

& M

anuf

actu

rers

Rec

omm

enda

tion

Span

in E

ngin

eerin

g U

nits

Cal

ibra

ted

Ran

ge In

Eng

inee

ring

Uni

ts

Min

i. C

alib

. Ran

ge In

Eng

inee

ring

Uni

ts

Min

i. C

alib

. Ran

ge In

(m/A

)

Max

. Cal

ib. R

ange

In E

ngin

eerin

g U

nits

Max

. C

alib

.Ran

ge In

(m/A

)

Inst

rum

ent R

eadi

ng A

t 25%

(m/A

)

Inst

rum

ent R

eadi

ng A

t 50%

(m/A

)

Inst

rimen

t REa

ding

At 7

5% (m

/A)

Inst

rum

ent R

eadi

ng A

t 100

% (m

/A)

Inst

rum

ent R

eadi

ng A

t 75%

(m/A

)

Inst

rum

ent R

eadi

ng A

t 50%

(m/A

)

Inst

rum

ent R

eadi

ng A

t 25%

(m/A

)

Erro

r ( D

iff. I

n En

gine

erin

g U

nits

)

Erro

r %

Acce

pted

(A) /

Rej

ecte

d (R

)

Reasons Of Non-Acceptance

1 Instrument

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

381 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 381: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

FIELD INSTALLATION TESTING LOG

Page ___ of ___ DEVICE INSPECTION STATUS CONTROL

CONTROLLER (RPU) INPUTS FIELD CONTROLLER (RPU ) OUTPUTS FIELD

# DEVICE OR EQUIPMENT

IDEN

TIFI

CA

TIO

N

PRO

DU

CT A

CCEP

TAN

CE

INST

ALLA

TIO

N A

CCEP

TAN

CE

CALI

BRAT

ION

ACC

EPTA

NCE

LOCA

L PA

NEL

SW

ITCH

ES

LOCA

L/R

EMO

TE C

ON

TRO

L

RU

NN

ING

/ O

PEN

CLO

SED

ANAL

OG

IN

PUT

1

ANAL

OG

RAN

GE

OK

ANAL

OG

IN

PUT

2

ANAL

OG

RAN

GE

OK

FIEL

D A

LAR

MS

OTH

ER

OTH

ER

LOCA

L IN

DIC

ATO

RS

REM

OTE

IN

DIC

ATO

RS

OTH

ER

STAR

T /

OPE

N

STO

P

CLO

SE

SETP

OIN

T 1

SETP

OIN

T 2

OTH

ER

LOCA

L H

AND

SWIT

CHES

REM

OTE

HAN

DSW

ITCH

ES

OTH

ER

AUTO

LO

GIC

TES

TED

AC

CEP

TED REASON (S) FOR NON - ACCEPTANCE

1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

382 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 382: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C PCS Factory Acceptance Testing

EDOCSLIB-#9104-v1

Page 1 of 5

1. PCS Factory Acceptance Testing

1.1 General

The PCS Factory Acceptance Test (FAT) demonstrates that all SCADA and controller software

are working properly and that all software configurations match the requirements identified in

Detailed Software Design, including the detailed process narratives, and logic flow chart

diagrams.

Test the software under all possible process conditions in order to ensure the software contains

no defects. Include a wide range of operating scenarios, with all process setpoints, interlocks and

alarm limits.

1.2 Objectives

The overall objectives of the PCS Factory Acceptance Test are to:

1. Confirm and document that the RPU I/O matches the type and quantity identified in the

control schematics. Perform I/O checks to confirm the tag number;

2. Confirm and document that the individual device logic operates all field equipment

correctly and safely, as described in the detailed process narrative, logic flow charts and HMI functionality;

3. Confirm and document that the software is fully integrated into the treatment process and

plant/facility-wide control logic and operates correctly and safely, through the HMI and

OIT (where applicable) as described in the detailed process narratives and logic flow charts

4. Confirm and document that the data to be integrated with eOPS, POMS, WMS, WIN 911

and LIMS are properly identified and operates correctly as described in the Process

Control Narratives.

1.3 Submittals

The following submittals are made during the FAT procedure:

1. Submit the test plan: testing forms, procedures and schedules of work, not less than two

(2) weeks prior to the scheduled test date.

2. Submit copies of the PLC program, HMI graphics, OIT graphics and simulation software

on CD. This submittal should also include any Active X or other controls required

allowing full simulation to be presented at the City site during the Pre FAT.

3. Submit copies of the current Control Flow Charts, Process Control Narratives, P&IDs

and I/O Lists.

383 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 383: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C PCS Factory Acceptance Testing

EDOCSLIB-#9104-v1

Page 2 of 5

4. The test plan must be approved in writing by the City, prior to commencement and

should show the schedule of work to include dates.

5. Submit the Factory Acceptance Test Report within one (1) week after completion of

FAT.

6. On completion of the FAT, a locked down version of the HMI, OIT, simulation software

and PLC software will be submitted to the ITM group for record. Once the FAT has been

completed, it is assumed that there will be no modifications to any software to be

integrated into the PCS.

1.4 Testing Process

The System Integrator shall conduct the tests. Consultant and the City’s representative will

actively participate in the tests. The City reserves the right to test any specified hardware/

software function whether or not explicitly stated in the test submittal.

The System Integrator is to invite the following representatives of the following groups to attend

the FAT;

Facility Operations/Process End Users

ITM

PCSU

Consultant

The Consultant, PCSU (will coordinate with ITM as required) and the end user must attend the

entire FAT and any possible subsequent FAT(s) as they sign off on all check lists.

The System Integrator should meet the following criteria prior to the start of the tests:

Complete submittals and resolve disputes.

Make hardware and software fully operational.

Have a Consultant and City's representatives reviewed and approved test

procedure.

Set a test date, which is agreeable within the contract schedule, minimum of 2

weeks prior to testing.

Conduct factory acceptance tests at the System Integrator’s facility within the Greater Toronto

Area or on-site if requested by the City. Limit testing, in general, to seven (7) hours per day.

384 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 384: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C PCS Factory Acceptance Testing

EDOCSLIB-#9104-v1

Page 3 of 5

Hold a meeting each morning to review the day’s test schedule and a meeting each evening to

review the day’s test results and review or revise the next day’s test schedule. At the completion

of the test, meet to review the list of deficiencies. The City will indicate those items which must

be corrected prior to shipment.

At the discretion of the City, the FAT may be rejected. The FAT may be repeated as many times

as required until the City has deemed the final software product to be satisfactory to progressing

to field implementation and the Site Acceptance Testing. The City’s project manager will be

required to determine if the FAT is satisfactory.

Representatives of the System Integrator and the Consultant shall sign a FAT Sign-Off form to

indicate completion of the tests. A deficiency list shall be submitted indicating required changes

including a schedule for completion.

1.5 Testing Documentation

Prepare EDOCSLIB-#9105 Factory Acceptance Test and Site Acceptance Test Check Sheet

(Attached for information only. Consultant should request document in its original format)

showing the following information:

1. For all points list the device tag name, RPU tag name, Description of point, RPU I/O

Address (if applicable), Date Verified, Comments and Issue Log Number.

2. For field inputs and outputs also list, HMI/RPU Address, I/O type, Rack, Slot, Remote

I/O block (if applicable), Module Point or Channel, RPU Device Range (Minimum,

Maximum and Units), RPU Range Raw Signal Test (Minimum, Mid range and

Maximum), HMI Device Range (Minimum, Maximum and Units) and HMI Engineering

Units Test (Minimum, Mid-range and Maximum

3. For analog input alarms also list the Trip point for the alarm in percent of span,

Engineering units, Time Delay, Alarm NACK, Alarm ACK, Operator Control (Adjust

Trip point and Disable), Alarm area, alarm priority, Paging Group and Data Transfer

Frequency.

4. For discreet input alarms also list, time delay, Alarm NACK, Alarm ACK, Operator

Control (Disable), Alarm area, alarm priority, Paging Group and Data Transfer

Frequency.

5. For all alarms show and test alarm are conditioned as documented in Process Control

Narratives.

6. For Virtual Points also list, read/write access, minimum value, maximum value, default

value and units of measurement.

7. For trend points also list trending attributes (Frequency and Deviation) and Data Transfer

Frequency.

385 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 385: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C PCS Factory Acceptance Testing

EDOCSLIB-#9104-v1

Page 4 of 5

Prepare EDOCSLIB-#9106 Process Logic Test Sheet (Attached for information only.

Consultant should request document in its original format) with information describing the

normal and abnormal device operations. Provide a row for each transition to be tested and show

the following information:

Current State Action/Transition Final State/Effect Comments

List the tags and their current

state relevant to testing the

transition or action and

observing the final state or effect

List the HMI symbol colour

and shape

Describe the action or

transition that is being

tested, e.g. Field

Mounted Start P.B. is Depressed

List the tags and their expected

final state

List the HMI symbol expected colour and shape

During the test, note any

deviation from the

expected final state or

effect

Normal Device Operations:

1. Local Mode Operations

2. Computer Manual Mode Operations

3. Transfer from Local to Computer

4. Transfer from Computer to Local

5. Computer Automatic Mode Operations

6. SCADA/Automation

Abnormal Device Operation

1. Uncommanded Operations

2. Unresponsive Commands

3. Device Operation Permissives

4. Device Alarms

5. Emergency Stop

386 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 386: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C PCS Factory Acceptance Testing

EDOCSLIB-#9104-v1

Page 5 of 5

1.6 Software Simulation

Prepare automated test programs using simulation software. Run test programs to demonstrate all

functions in control logic and functions of operator interface screens.

387 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 387: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Field Points Virtual Points Analogue Trends Alarms

Min Max Units Min Mid Max Min Max Units Min Mid Max Freq

.

Dev

iatio

n

Dat

a Tr

ansf

er F

r

Adj

ust T

rip P

t

Dis

able

CommentsDat

e V

erifi

ed

Issu

e Lo

g N

o.

Tim

e D

elay

Ala

rm N

AC

K

Ala

rm A

CK

Operator Control

Pag

ing

Gro

up

Dat

a Tr

ansf

er F

req.

Ala

rm C

ondi

tioni

ng

Dat

e V

erifi

ed

Trip

Poi

nt %

of S

pan

Ala

rm A

rea

Ala

rm P

riorit

y

Eng

. Uni

ts

I/O T

ype

Rac

k

Slo

t

Def

ault

Val

ue

Acc

ess

R o

r R/W

Max

Val

ue

HMI Engineering Units TestHMI Device Range

Mod

ule

Poi

nt o

r Cha

nnel

RPU Range Raw Signal TestRPU Device Range

Trending Attributes

Uni

ts

Dat

e V

erifi

ed

Tag Name Description RP

U I/

O A

ddre

ss

HM

I/RP

U A

ddre

ss

RPU Dat

e V

erifi

ed

Min

Val

ue

388 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 388: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Test ID

Facility-Process

Device Operation Mode Current State Action/ Transition Final State/Effect Con City Comments

Issue Log

Normal Local

List the tags and their current state relevant to testing the transition or action and observing the final state or effect. List the HMI Symbol And Colour and shape.

Describe the action or transition that is being tested, e.g. Field Mounted Start P.B. is Depressed

List the tags and their expected final state. List the HMI symbol expected colour and shape.

During the test, note any deviation from the expected final state or effect

NormalComputer Manual

Normal

Transfer from Local to Computer

Normal

Transfer from Computer to Local

NormalComputer Automatic

Local Abnormal

Operation Permissives

Local Abnormal

Emergency Stop

Computer Manual Abnormal

Uncommanded Operations

Computer Manual Abnormal

Unresponsive Commands

Computer Manual Abnormal

Device Operation Permissives

Computer Manual Abnormal Device AlarmsComputer Manual Abnormal

Emergency Stop

Computer Auto Abnormal

Uncommanded Operations

Computer Auto Abnormal

Unresponsive Commands

Computer Auto Abnormal

Device Operation Permissives

Computer Auto Abnormal Device AlarmsComputer Auto Abnormal

Emergency Stop

Process Logic Test Sheet

1

Equipment Location, Identification and Process Condition(Type description of the objective of the Test)

389 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 389: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C PCS Site Acceptance Testing and Commissioning

EDOCSLIB-#9107-v1

Page 1 of 5

1. PCS Site Acceptance Testing and Commissioning

1.1 General

The PCS Site Acceptance Test (SAT) demonstrates that all SCADA and controller software and

hardware are working properly and that all software configurations match the requirements

identified in Detailed Software Design, including the detailed process narratives, operating

manuals and logic flow chart diagrams, both confirmed in the Factory Acceptance Test.

The software is the final versions that have been tested at the end of the FAT stage to ITM. This

software has been locked down and cannot be modified by the Contractor/Consultant after the

FAT or prior to the SAT.

Test the software under all possible process conditions in order to ensure the software contains

no defects. Include a wide range of operating scenarios, with all process setpoints, interlocks and

alarm limits. In phased installation, test each process separately after completing the installation

in the process. In addition, test the complete system performance after each of the processes

have successfully passed their SAT.

Also see EDOCSLIB-#9105 PCS Factory Acceptance Testing for objectives and definitions.

1.2 Submittals

The following submittals are made during the SAT procedure:

1. Submit the test plan: testing forms, procedures and schedules of work not less than two

(2) weeks prior to the scheduled test date. The test plan must be approved in writing by

the City, prior to commencement.

2. Submit the Site Acceptance Test Report within one (1) week after completion of SAT.

3. On completion of the SAT, a locked down version of the HMI, OIT, simulation software

and PLC software will be submitted to the ITM group for record. Once the SAT has been

completed, it is assumed that there will be no modifications to any software to be

integrated into the PCS.

1.3 Testing Process

The System Integrator shall conduct the tests. Consultant and the City’s representative will

actively participate in the tests. The City reserves the right to test any specified hardware/

software function whether or not explicitly stated in the test submittal.

The System Integrator is to invite the following representatives of the following groups to attend

the SAT;

390 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 390: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C PCS Site Acceptance Testing and Commissioning

EDOCSLIB-#9107-v1

Page 2 of 5

Facility Operations/Process End Users

ITM

PCSU

Consultant

The Consultant , PCSU (will coordinate ITM support as needed) and the end user must attend the

entire SAT and any possible subsequent SAT(s) as they sign off on all check lists.

The System Integrator should meet the following criteria prior to the start of the tests:

Complete submittals and resolve disputes.

Make hardware and software fully operational.

Have a Consultant and the City's representatives reviewed and approved test

procedure.

Set a test date, which is agreeable within the contract schedule, minimum of 2

weeks prior to testing.

HMI, OIT and PLC software will be loaded into the SAT testing equipment prior to deployment

on the live system. The testing equipment will be provided under the contract or at each facility

by the City if possible.

Limit testing, in general, to seven (7) hours per day. Hold a meeting each morning to review the

day’s test schedule and a meeting each evening to review the day’s test results and review or

revise the next day’s test schedule. At the completion of the test, meet to review the list of

deficiencies. The City will indicate those items which must be corrected prior to Substantial

Performance.

At the completion of the SAT it is the responsibility of the System Integrator, Consultant and

City's representatives to sign-off all forms pertaining to the testing of the modified system.

Following the sign-off of the SAT, the software can be moved into the post-SAT phase where

the system can be integrated into the overall facility operations.

Upon completion of the SAT, the modified software will move into the Post-SAT phase. In this

phase the System Integrator/Consultant will work with ITM to install the software into the

production environment. Modifications will need to be made to the Main and Backup servers

and new graphics will need to be distributed to the facility’s iClient computers, Win911 server,

file server and iTerminal Server.

Below is an outline denoting the division between the SAT and Post-SAT environments:

391 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 391: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C PCS Site Acceptance Testing and Commissioning

EDOCSLIB-#9107-v1

Page 3 of 5

1.4 Testing Documentation

Prepare EDOCSLIB-#9105 Factory Acceptance Test and Site Acceptance Test Check Sheet

(Attached for information only. Consultant should request document in its original format)

showing the following information:

1. For all points list the device tag name, RPU tag name, Description of point, RPU I/O

Address (if applicable), Date Verified, Comments and Issue Log Number.

2. For field inputs and outputs also list, HMI/RPU Address, I/O type, Rack, Slot, Remote

I/O block (if applicable), Module Point or Channel, RPU Device Range (Minimum,

Maximum and Units), RPU Range Raw Signal Test (Minimum, Mid range and

Maximum), HMI Device Range (Minimum, Maximum and Units) and HMI Engineering

Units Test (Minimum, Mid-range and Maximum

3. For analog input alarms also list the Trip point for the alarm in percent of span,

Engineering units, Time Delay, Alarm NACK, Alarm ACK, Operator Control (Adjust

Trip point and Disable), Alarm area, alarm priority, Paging Group and Data Transfer

Frequency.

392 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 392: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C PCS Site Acceptance Testing and Commissioning

EDOCSLIB-#9107-v1

Page 4 of 5

4. For discreet input alarms also list, time delay, Alarm NACK, Alarm ACK, Operator

Control (Disable), Alarm area, alarm priority, Paging Group and Data Transfer

Frequency.

5. For all alarms show and test alarm are conditioned as documented in Process Control

Narratives.

6. For Virtual Points also list, read/write access, minimum value, maximum value, default

value and units of measurement.

7. For trend points also list trending attributes (Frequency and Deviation) and Data Transfer

Frequency.

Prepare EDOCSLIB-#9106 Process Logic Test Sheet (Attached for information only.

Consultant should request document in its original format) with information describing the

normal and abnormal device operations. Provide a row for each transition to be tested and show

the following information:

Current State Action/Transition Final State/Effect Comments

List the tags and their current state relevant to testing the

transition or action and

observing the final state or

effect

List the HMI symbol colour

and shape

Describe the action or transition that is being

tested, e.g. Field

Mounted Start P.B. is

Depressed

List the tags and their expected final state

List the HMI symbol expected

colour and shape

During the test, note any deviation from the

expected final state or

effect

Normal Device Operations:

1. Local Mode Operations

2. Computer Manual Mode Operations

3. Transfer from Local to Computer

4. Transfer from Computer to Local

5. Computer Automatic Mode Operations

6. SCADA/Automation

Abnormal Device Operation

393 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 393: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C PCS Site Acceptance Testing and Commissioning

EDOCSLIB-#9107-v1

Page 5 of 5

1. Uncommanded Operations

2. Unresponsive Commands

3. Device Operation Permissives

4. Device Alarms

5. Emergency Stop

394 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 394: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Field Points Virtual Points Analogue Trends Alarms

Min Max Units Min Mid Max Min Max Units Min Mid Max Freq

.

Dev

iatio

n

Dat

a Tr

ansf

er F

req.

Adj

ust T

rip P

t

Dis

able

CommentsRac

k

Slo

t

Tag Name Description RP

U I/

O A

ddre

ss

HM

I/RP

U A

ddre

ss

RPU I/O T

ype

Uni

ts

Dat

e V

erifi

ed

Dat

e V

erifi

ed

Def

ault

Val

ue

Acc

ess

R o

r R/W

Min

Val

ue

Max

Val

ue

Dat

a Tr

ansf

er F

req.

HMI Engineering Units TestHMI Device Range

Mod

ule

Poi

nt o

r Cha

nnel

Dat

e V

erifi

ed

Trip

Poi

nt %

of S

pan

Ala

rm A

rea

RPU Range Raw Signal TestRPU Device Range Trending Attributes

Ala

rm C

ondi

tioni

ng

Ala

rm P

riorit

y

Eng

. Uni

ts

Dat

e V

erifi

ed

Issu

e Lo

g N

o.

Tim

e D

elay

Ala

rm N

AC

K

Ala

rm A

CK

Operator Control

Pag

ing

Gro

up

395 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 395: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Test ID

Facility-Process

Device Operation Mode Current State Action/ Transition Final State/Effect Con City Comments

Issue Log

Normal Local

List the tags and their current state relevant to testing the transition or action and observing the final state or effect. List the HMI Symbol And Colour and shape.

Describe the action or transition that is being tested, e.g. Field Mounted Start P.B. is Depressed

List the tags and their expected final state. List the HMI symbol expected colour and shape.

During the test, note any deviation from the expected final state or effect

NormalComputer Manual

Normal

Transfer from Local to Computer

Normal

Transfer from Computer to Local

NormalComputer Automatic

Local Abnormal

Operation Permissives

Local Abnormal

Emergency Stop

Computer Manual Abnormal

Uncommanded Operations

Computer Manual Abnormal

Unresponsive Commands

Computer Manual Abnormal

Device Operation Permissives

Computer Manual Abnormal Device AlarmsComputer Manual Abnormal

Emergency Stop

Computer Auto Abnormal

Uncommanded Operations

Computer Auto Abnormal

Unresponsive Commands

Computer Auto Abnormal

Device Operation Permissives

Computer Auto Abnormal Device AlarmsComputer Auto Abnormal

Emergency Stop

Process Logic Test Sheet

1

Equipment Location, Identification and Process Condition(Type description of the objective of the Test)

396 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 396: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C PCS Documentation

EDOCSLIB-#9108-v1

Page 1 of 10

1. PCS Documentation

1.1 General

This standard describes the requirements for Consultants and Contractor Manuals, which

is to ensure that complete documentation is obtained and maintained.

Consultants shall comply with this design guideline in the design of the works and ensure

that the contract documentation for construction conform to this requirement. Any

proposed deviation must have the prior approval of the City.

Typically, Toronto Water facilities have existing SCADA Operations Manuals, Software

Manuals, etc. The Consultant/Contractor/System Integrator will obtain a copy and update

it as appropriate or create a new one as deemed necessary by Toronto Water.

1.2 Preparation

The Consultants shall include in the contract document that the contractor is responsible

for preparation of the Equipment Operation and Maintenance Manuals for the entire

process control system hardware and software. The Contractor shall obtain, prepare and

assemble the operation and maintenance data/manual of the equipment and systems as

well as installation documentation from the suppliers and manufacturers and the

information shall be compiled into the Operating and Maintenance (O&M) Manuals. The

Consultants shall ensure that the specified equipment and instrument manuals are

provided by the contractor in compliance with the requirements of the I&C and SCADA

specifications under the contract.

1.3 O&M Manual General Requirement

Submission requirements shall include the following information in the various

submittal(s):

1. An outline of the O&M documentation including a complete list of the

manuals. Indicate title, content, and Specification sections covered. Include

formats and samples of representative pages of the manuals.

2. Draft copies in specified quantities of all documentation prior to shipping

3. Complete, ready-for-test copies in specified quantities prior to field testing or training.

4. Final documentation reflecting as-built status in specified quantities two

months after commissioning.

Quantities of printed and software copies of the O&M are to be specified in the contracts

based on a project’s needs. If this information is not included, Consultants and

397 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 397: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C PCS Documentation

EDOCSLIB-#9108-v1

Page 2 of 10

Contractors are to provide the following quantities of their respective manuals as detailed

below:

Document Draft

Manuals

Quantity

Final Version

Quantity

Source

SCADA Operation Manual 6 8 Consultants

/Contractor

Contractor Equipment Operation and

Maintenance Manual, including the

following:

Control System Hardware

Manuals

Software User’s Manual

Configuration Manual

Custom Software Manuals

Source Materials

Drawings – copies

Drawings - reproducible

6 6

Contractor

In addition to the printed copies shown above, provide an electronic document version for

each submission. (see notes below)

Printed Format:

1. Bind manuals in hard covered, loose-leaf, vinyl flat back binders for holding three-hole, ANSI Standard size A (8.5x11) paper stock.

a. The manuals may be subdivided into as many volumes as required.

b. Do not use binders more than 80mm thick.

c. Use binders that are the same in appearance except for contents labeling.

d. Lithographically print the Owner’s name, Contract description and number and volume number on the front cover of each binder.

e. Identify the manual title, and volume number on the back edge (spine).

2. Print documents in accordance with the following requirements:

a. Use a clear 20mm margin on the top, bottom and right edge. Use a clear 30mm

margin on the left (binding) edge.

b. Use either ANSI Size A (8.5 x 11) for text and drawings or Size B (11 x 17) for drawings.

c. Do not reduce originals to a degree which compromises legibility.

398 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 398: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C PCS Documentation

EDOCSLIB-#9108-v1

Page 3 of 10

d. Have no lettering, symbols or characters less than font size 11in height.

e. Use plain font such as Times New Roman

f. Use offset, letterpress, diazo or xerographic print techniques. Do not use

Xerograpy for pages which are available as offset or letterpress copies. Provide details which are crisp, black, dense and fully legible.

g. Punch materials for binding with holes to match the binders. Do not re-punch or

inaccurately punch pages.

Electronic Format:

1. The Contractor shall structure the electronic documents in the format required by the

City and the Consultants shall ensure that these requirements are included in the

contract document. The Contractor shall submit the electronic document to the

Consultants and the City for inclusion in the Toronto Water Document Management

System (eDOCS) so they can be associated with data stored in the Works-wide

Maintenance Management System.

2. Provide electronic documents on CD/DVD-ROM.

3. Provide electronic documents in its native format (i.e. Word, Excel, Access,

AutoCAD etc) as appropriate. Use the software version cited in Toronto Water

standards as the current authorized version.

Contents:

1. Organize operation and maintenance manuals to include the specified information. The order of the material in the manuals may differ from the specifications.

a. Provide a table of contents in each binder for the contents of all volumes.

b. Provide a table of contents specific to the material in the binder or manual. Identify subject matter by title and page number.

c. Provide a list of illustrations with each manual and include the number, title, and

page number of each illustration.

2. Identify products by their functional names in the table of contents and at least once

in each chapter or section. Thereafter, abbreviations and acronyms may be used if

their meaning is explained in a table in the back of each binder. Do not use model or

catalog numbers or letters for identification exclusively.

3. Mark each product data sheet to identify the specific products and component parts used and applicable data. Delete inapplicable information.

4. Supplement product data sheets with drawings and text to fulfill specified requirements of the operation and maintenance manuals.

5. Provide licenses required for operation, indicating required renewal dates if

necessary.

6. Include the following in the operation and maintenance manuals:

399 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 399: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C PCS Documentation

EDOCSLIB-#9108-v1

Page 4 of 10

a. Description of equipment and software

b. Theory of operation

c. Applicable circuit diagrams and schematics

d. Calibration procedures

e. Preventive maintenance schedule

f. Corrective maintenance procedures

g. Parts lists applicable to equipment

h. Testing certifications, inspection reports, Contractor’s verification reports and final performance acceptance test.

i. Guarantees/warranties and their terms and conditions, as well as their expiry dates.

1.4 SCADA Operations Manual

Provide draft manuals in accordance with the following requirements:

1. Bind these manuals separately from other information and provide information required to perform operating functions.

2. Make the manuals available for operator training.

3. Split material into separate binders according to work area.

Include the following information:

1. A simple pictorial presentation and description of the system, what it does and how this is accomplished.

2. A functional description of operation interfaces at each level of control.

3. Operations narratives describing functions of the control programs. Include process

setpoints, control parameters and alarm limits. Explain how to set up the controls to

run in local, remote-manual and remote-automatic control modes. Show how to operate from the graphic displays. Build upon the process narratives.

4. A description of each type of data format.

5. A description for each of the keyboard or other controls used in operation, its task and the response to the operator manipulation.

6. A description of each report.

7. A glossary of terms.

8. A separate step-by-step procedure for each action to be performed in operation

including, but not be limited to, the following:

400 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 400: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C PCS Documentation

EDOCSLIB-#9108-v1

Page 5 of 10

a. Start/stop operation.

b. Emergency procedures.

c. Control mode changes.

d. Alarm acknowledge and reset.

e. Printing screens and reports.

f. Retrieve archived historical data.

g. Software operations such as changing date and time, point calibration, point activation, point deactivation, tuning parameter and set-point changes.

h. Software procedures used to determine that the system is functioning properly.

i. Computer and peripheral equipment operating instructions.

j. Procedures for maintenance.

7. Screen prints in colour for all graphics, trends and alarm displays.

8. Control system plan drawings showing location of all devices

1.5 Contractor Equipment O&M Manual – Prepared by Contractor

Equipment and Instrument Descriptions: Provide the following information for each

model piece of equipment and instrument:

1. Manufacturer’s design and performance specification data and descriptive literature.

2. Equipment dimensions, installation requirements, typical mounting details showing methods and materials required for installation and recommendations.

3. Required and optional accessories lists.

4. List of recommended spare parts and spare parts provided.

5. Electrical/pneumatic signal and power connection diagrams.

6. Operation and maintenance manuals.

Provide a written narrative describing the operating parameters, product maintenance

requirements, performance limitations, warranty requirements, and recommended

inspection requirements.

Instrument Data Sheets:

1. Data sheets have been prepared during design and implementation to cover each

instrument.

2. Each instrument will be listed and pertinent information recorded including: tag

number and description, complete model number, ranges, setpoints, materials and special mounting details for non-typical applications.

401 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 401: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C PCS Documentation

EDOCSLIB-#9108-v1

Page 6 of 10

3. The data sheets will be based on ISA Standard -S20: Specification Forms for Process Measurement and Control Instruments, Primary Elements and Control Valves.

4. The data forms are available for the following instruments:

Annunciators

Receiver Instruments

Potentiometer Instruments

Flowmeters - Magnetic

Flowmeters - Orifice Plates and Flanges

Flowmeters - Positive Displacement Meters

Flowmeters - Rotameters (Variable Area Flowmeters)

Flowmeters - Turbine

Level Instruments - Capacitance Type

Level Instruments - Displacer or Float

Level Instruments - Gage Glasses and Cocks

Pressure Instruments

Pressure Gages

Pressure Switches

Temperature Instruments - Filled System

Temperature Instruments - Industrial Bimetal and Glass Thermometers

Temperature Instruments - Resistance Temperature Sensors

Temperature Instruments - Thermocouples and Thermowells

5. Data forms are also available for the following control devices:

Valves - Control Valves

Valves - Pressure Control Valves, Pilots and Regulators

Valves - Pressure Relief Valves

Valves - Self-Actuated Temperature Regulator

Valves - Solenoid Valves

Rupture Discs

Traps and Drainers

Calibration Certificates and shop drawings for mounting fixtures from the manufacturer

shall be submitted for each instrument calibrated prior to installation.

1.6 Control System Hardware Manuals – Prepared by Contractor

General:

1. Cover equipment comprising the system in the hardware instruction manuals. Provide

instructions for operation and maintenance of the installed system as well as operation

and maintenance instructions for the individual equipment units comprising the system.

402 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 402: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C PCS Documentation

EDOCSLIB-#9108-v1

Page 7 of 10

2. Provide a level of comprehension so that an experienced electronics or

instrumentation and control technician can understand them. Convey an

understanding of how the system operates and provide sufficient procedures for

operation and maintenance. Use abbreviated tabular data such as charts, tables,

checklists and diagrams, whenever practical, in lieu of written text. Make drawings, tables, etc. an integral part of the manuals.

3. Standard hardware manuals will be acceptable, provided that sheets are included to

explain the specific models and options of the equipment provided.

Organization and Content:

1. Provide, in an introduction section, a brief explanation of the function of the

equipment covered. Be concise and do not include detailed descriptions. Provide a

quick orientation to the use and purpose of the manual and its relationship to the

system and/or equipment.

2. Describe, in a safety precautions section, major hazards to personnel and equipment

that are peculiar to the equipment or jobs covered. Intersperse specific hazard

information, cautions or warning notes at appropriate points throughout other sections

of the manual.

3. Limit a physical description section to physical description (size, dimension, weight,

special attachments and physical orientation or clearances for installation and

operation. Identify any special environmental (cooling, exhausting, or noise)

constraints.

4. Explain, in a functional description section, how the various functions operate

together to cause the desired results. Include block diagrams and flow diagrams for

clarification and understanding. Provide text and diagrams which mutually support

each other.

5. Include maintenance oriented operating procedures for the individual equipment in an

operating procedures section so that maintenance personnel will be able to verify proper operation.

6. Describe each equipment, unit, and assembly in detail with regard to technical or

theoretical operation. Include information to the component level. Describe each

circuit and mechanical mechanism. Cross-reference descriptions so that the functions

of each equipment are covered. Use schematic diagrams, sketches, equivalent

diagrams, tables, and graphs to supplement the text.

7. Include the applicable checkout, troubleshooting, servicing, removal and

replacement, and in-place repair procedures which are performed on the equipment,

stand-alone and on a system basis. Provide written procedures for each and every

adjustment point of the equipment.

8. Provide a tabular listing of special tools, equipment, and test equipment applicable to

the test, adjustment and fault isolation procedures. Write maintenance instructions to enable correct use of test equipment.

403 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 403: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C PCS Documentation

EDOCSLIB-#9108-v1

Page 8 of 10

9. Provide checkout procedures to verify the satisfactory operation of the system,

subsystem, or unit as applicable. If the checkout requires detailed step-by-step

procedure, include such procedures. Clearly indicate why the checkout is performed

and what conditions are to be satisfied.

10. Provide troubleshooting procedures to isolate faulty components. Sequence the

troubleshooting procedures in logical progression from malfunction indication to

location of the faulty component(s). Indicate special connections or test equipment

required for the troubleshooting.

11. Provide servicing requirements for cleaning, lubricating, replenishing, and other

housekeeping and preventative maintenance procedures that apply to the particular

equipment. Make reference to the applicable manuals which describe various

servicing procedures.

12. Provide removal and replacement procedures which contain step-by-step instructions

for removal and replacement of items which are subject to frequent replacement. If special tools are required, identify them by name and part number.

13. Provide schematic diagrams, logic diagrams, and associated data necessary for

maintenance personnel to trace circuits, make continuity checks, and accomplish

general and specific troubleshooting on inoperative or malfunctioning circuits.

Provide pin wiring diagrams and cabling and plug tables showing to-and-from wiring

information. Provide a symbol chart where necessary to explain graphic symbols that appear on diagrams.

14. Provide parts lists for equipment. Provide clear traceability from the equipment to the

replaceable component. Identify each component part with original manufacturer’s

name and part number. Identify component parts, or assemblies modified for the

project by a part number. The parts lists may be tabulated or may be supplied in the form of engineering or manufacturing drawings.

1.7 Software User’s Manual – Prepared by Contractor

Provide a development manual which defines how the various software components are

used and how the basic system may be altered using this software.

Describe the following:

1. Operating system use.

2. System software including compilers, editors, system utilities and file handlers.

3. User packages including data base generator, graphics generator, report generator,

historical data system, process control language and general operator workstation interface.

4. System operation including cold start, warm start, time/date initialization and backup

procedures.

5. System reconfiguration and regeneration procedures.

404 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 404: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C PCS Documentation

EDOCSLIB-#9108-v1

Page 9 of 10

1.8 Configuration Manual – Prepared by Contractor

Provide a configuration manual which describes how software in the final system is

configured. Describe the unique data and parameters of the system.

Include the following:

1. Point database showing parameters of points, including process I/O, internal points and calculations.

2. Controller configurations, including software, points, control modules, spare I/O and

memory.

3. System memory allocation.

4. Historical data configuration.

5. Display organization and configuration.

1.9 Custom Software Manuals – Prepared by Contractor

Provide complete documentation for all software developed specifically to meet

requirements of this Contract, i.e. modifications to standard software and nonstandard software.

1. Structure the documentation such that each level develops a different degree of detail.

2. Begin with a broad approach (Systems Manual), focus on smaller pieces of the

overall system (Subsystem Documentation) and finally pinpoint the finest detail (Program Documentation).

Provide a system’s manual which describes the overall content of the systems software.

Describe what is included in the software and not how the components function. Provide

a global view of the system and a complete description of the interaction of the various software subsystems. Include the following:

1. Table of contents.

2. Overall narrative of the system including special techniques and general philosophies.

3. A block diagram showing the interaction of all subsystems.

4. A list of subsystems including a brief discussion of the purpose of each.

5. A list of programs included, categorized by the subsystem to which each belongs.

6. A description of files or tables within the system which are not unique to any

particular subsystem. Files or tables used uniquely within a subsystem may be

defined therein.

405 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 405: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C PCS Documentation

EDOCSLIB-#9108-v1

Page 10 of 10

Provide manuals for each subsystem. Define the components of the particular subsystem,

the relationships between the components and, in general, what occurs within the subsystem. For each subsystem, include:

1. Table of contents.

2. Overview which describes the purpose and scope of the subsystem.

3. Narrative which details the operation of the subsystem, completely describing how

the subsystem works, what are the specific components (programs, files, process points, tables, etc.) and how they interact.

4. Flowchart which depicts the overall system, showing components and their interactions.

5. Report summary which includes a list of reports produced by the subsystem and a

layout of each.

6. Display summary which includes a list of displays produced by the subsystem and a layout of each.

7. Input/output summary which includes a list of inputs and outputs (e.g., process points, tables, and files) pertinent to the subsystem.

Fully document every program. Define the details of the particular program and show

how each function is performed. For each program, include:

1. Table of contents.

2. Overview which describes the scope and purpose of the program.

3. Narrative which describes exactly how the program functions. Include any calculations and process points.

4. Data flow diagrams (DFD) which show the program and inputs, outputs, files, or process points used.

5. Program structure chart (PSC) which shows the hierarchy of the program logic.

6. List of variables which defines each variable name in the program, including specific

characteristics (e.g., real, integer, and array).

Provide memory maps of main and mass memory storage. On memory maps, show the numbered locations of absolute storage areas and information stored in these locations.

406 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 406: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Training

EDOCSLIB-#9109-v1

Page 1 of 8

1. Training

1.1 General

Training of City’s Operation and Maintenance staff shall be provided by the Consultants and the

Contractor. The training provided by the Consultants is to emphasize the application of

instrumentation, process devices and SCADA system technology for the control of the plant

treatment and supply processes. The training provided by the Contractor is to explain,

demonstrate and review both the instrumentation, process devices and SCADA hardware and

software that have been installed under the contract for the control of the plant’s treatment and

supply process.

Training by the Consultants includes the newly constructed work and the application of SCADA

technology to the new and existing Process Control System (PCS).

Training by the Contractor for Operations staff will include the review of the hardware and

software installed and configuration of SCADA and RPU software supplied under the contract.

In addition, it also includes training on how to monitor the process, adjust process setpoints and

respond to process alarms. Training for maintenance staff will include troubleshooting of

malfunctioning field devices, calibration and repairs of instruments and equipment.

1.2 Training by Consultants

1.2.1 General

The Consultants shall provide training to the City’s Operation and Maintenance staff on the

operation of the plant treatment and supply process through the SCADA HMI system. The

training shall include the following:

1. Operation and control of the plant treatment and supply process from the Control Room

workstation or equivalent.

2. Operation and control of individual processes at the Area Operator Work Station. (This

training is only required if there is a difference between the HMI in the Control Room

and the HMI on the Area Operator Work Station.)

3. Operation and local control of individual equipment at the Local Control Panels.

4. Operation of the RPU and how devices and equipment are connected to it.

Training shall be provided at the plant in two stages; first stage will be in a “classroom” to be

followed by the second stage which is the practical demonstration (hands on training)on the

operation of the plant or facility (or newly constructed work) through the SCADA system.

The Consultants shall provide all required pertinent training material to each Operation and

Maintenance staff. Typically, the SCADA Operation Manual shall be used as a guide during

training.

407 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 407: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Training

EDOCSLIB-#9109-v1

Page 2 of 8

1.2.2 Consultants’ Training Courses and Schedule

Training of the newly installed SCADA system shall commence one month prior to the newly

constructed process treatment or supply work being completed for its intended use and placed

into operation. Generally, this would also be about a month prior to substantial completion of the

contract but where it is intended to place the work into operation prior to substantial completion

because of mandatory connections to existing process or other processes constraints, then the

training for the treatment or supply process and SCADA system must occur one month prior to

the intention to place into operation the newly constructed work through the SCADA system.

The Consultants shall use the following table as a guideline when designing a training schedule.

The actual amount/duration of training will depend on the specific project complexity.

Course Duration Class Size Number of

Classes

1. Operation and control of the plant

treatment or supply process from the

Control Room work station or

equivalent, including the use of the

SCADA Operation Manual prepared by

the Consultants.

8 hours 10 3

2. Operation and control of individual

processes at the Area Operator Work

Station. (This training will only be

required if the HMI is different than the

Control Room Work station)

4 hours 10 3

3. Operation and local control of

individual equipment at the Local

Control Panels and RPUs.

4 hours 10 3

1.2.3 Operation and Control from the Control Room Work Station

Training on the operation and control of the SCADA system from the Control Room workstation

shall be carried out in a “classroom” on the theoretical and practical aspects of the SCADA

system as it relates to both the new treatment or supply process and current installed (or

expanded) SCADA system and its integration to the existing treatment or supply process to be

followed by the hands-on demonstration from the Control Room workstation.

Consultants shall review, train and demonstrate (hands on training) to staff the following:

1. Overview and features of the newly installed SCADA system, including design of

system, configuration and system architecture. Include the identification (tagging) of

installed hardware, network routing, operator work stations and servers. The training will

cover everything from how the signal is generated to how the signal gets to the HMI.

408 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 408: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Training

EDOCSLIB-#9109-v1

Page 3 of 8

2. The user interface functions such as log-on, log-off, password protection, etc.

3. The screen displays of newly installed SCADA system. (This may not be necessary if the

expansion is relatively small. In this case, proceed to the next item below.)

4. Screen display of integrated SCADA system for data, trending and plant and process

control system schematics.

5. Procedure for the control of treatment process through the SCADA system using the

integrated HMI screens and overview of the process which can be controlled from each

location.

6. Procedure for navigation of available screen display of daily operating data, trending and

plant/process schematics as well as changes or modifications technique for these displays.

7. Emergency response of critical treatment process under SCADA failure mode of

operation.

8. The availability and control of backup equipment under failure mode for both automatic

and manual switchover.

1.2.4 Control of Equipment at the Area Operator Station

(This section will only be required if the Area Operating Station HMI is different than the

Control Room Work Station HMI) Control of treatment or supply process equipment may be

necessary at the Area Operator Station because of the failure of the SCADA system or that

maintenance work has to be performed at the Central Operator Station. The Consultants shall

review, demonstrate and train Operation and Maintenance staff on the availability or capability

of control at the Area Operator Station of the following:

1. All equipment monitored and controlled at the Operator Station.

2. Manual adjustments of equipment controller’s set-points.

3. Control of backup equipment under failure mode, both automatic and manual switchover.

4. Where redundant area processors are provided, demonstrate the switch-over procedure.

1.2.5 Control of Equipment at the Local Area Control Panels and RPU

Control of plant treatment process equipment at the Local or Area Controller Panels is at the

lowest control hierarchy (besides the Local Hand Stations which is common for all equipment)

of the SCADA system. At the panel, each individual piece of equipment can be turned on or off

and process equipment controllers’ set-points manually adjusted.

Consultants shall review, demonstrate and train staff (hands on training) on the following:

1. Procedure for manual switch-over of backup equipment.

2. Key critical process procedure prior to manually switching over of backup equipment.

409 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 409: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Training

EDOCSLIB-#9109-v1

Page 4 of 8

3. Review alarm and statues of the equipment that has failed prior to manually switching

over of backup equipment.

4. Lockout equipment that must not be restarted from the Area Operator Station or at the

Central Operator Station when it is under the control of Local or Area Controller Panels.

1.3 Training by Contractor

1.3.1 General

The Contractor shall provide training of the City’s personnel in the proper operation and

maintenance of the equipment and systems installed under this project.

The Contractor shall provide on-the-job training of the City’s personnel for equipment as

specified. Training shall include instruction of operation personnel in equipment operation and

preventative maintenance and instruct plant mechanics, electricians and electronics technicians

in normal maintenance or repair.

1.3.2 Submission of Training Material

The Contractor shall supply the following information to the City. Due to phased testing and

start-up activities, separate submittals may be prepared for equipment items or systems. The

material shall be reviewed and accepted by the Consultants and the City no later than one month

prior to delivery of the training.

1. Detailed lesson plans for each training session are to be supplied to the City one month

prior to the session taking place. In addition, training manuals, handouts, visual aids and

other reference materials shall be included. The City reserves the right to approve and

request modifications to the plan and/or materials.

2. Date, time, and subject of each training session and identity and qualifications of

individuals to be conducting the training. The City has the right to request a change of

inspector if necessary.

3. Concurrent classes will not be allowed in training schedule.

1.3.3 Training Requirements

The training to be provided by the Contractor shall be as follows:

1. The Contractor shall conduct training sessions for the City’s operation and maintenance

personnel to instruct the staff on the proper operation, care and maintenance of the

equipment and systems installed under the contract. Training shall take place at the site of

the work and under the conditions as specified. Vendor operation and maintenance

manuals shall be available to City’s personnel at least 5 working days prior to the date

scheduled for the individual training session.

2. Field training session shall take place at the site of the equipment. The Contractor shall

provide a training facility with a capacity for at least 10 persons for classroom training.

410 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 410: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Training

EDOCSLIB-#9109-v1

Page 5 of 8

3. Formal detailed written lesson plans shall be prepared for each training session. Lesson

plans shall include an outline of the material to be presented together with description of

visual aids to be utilized during the session. Each plan shall contain a time allocation for

each subject. One complete set of originals of the lesson plans, training manuals,

handouts, visual aids and reference material shall be the property of the City and shall be

properly bound for proper organization and easy reproduction in an identical manner into

the equipment Operation and Maintenance Manual. The Contractor shall furnish enough

copies of the required training manuals to meet the needs of the training session at least 5

working days prior to each training session.

4. Each training session shall be comprised of time spent both in the classroom and at the

location of the equipment. The training session shall cover the following topics for each

equipment or system:

(i) Familiarization

(ii) Safety

(iii) Operation

(iv) Calibration

(v) Troubleshooting

(vi) Preventive maintenance

(vii) Corrective maintenance

(viii) Parts

(ix) Local representatives

(x) Equipment Operation and Maintenance Manuals

5. The City may perform video recording of the training session(s) or retain the services of a

commercial video taping service to perform the video recording. After the recording

session, the material may be edited and supplemented with professionally produced

graphics to provide a permanent record. The Contractor shall advise all manufacturers

providing training sessions that the training session(s) may be videotaped.

411 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 411: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Training

EDOCSLIB-#9109-v1

Page 6 of 8

1.3.4 Contractor Training Courses and Schedule

The Contractor shall use the following table as a guideline when designing a training schedule.

The actual amount/duration of training will depend on the specific project complexity.

Course Duration Class Size Number of

Classes

1. Operation and control of the plant

treatment process at the Central

Operator’s Station. Review of SCADA

and RPU software configuration and

programming carried out by the

Contractor and its integration to the

existing SCADA system. Use the

SCADA and RPU software manual and

Equipment Maintenance Manual

prepared by the Contractor. Explain

and demonstrate all safety interlocks.

Both classroom and training at the

Central Operator’s Station required.

8 hours 10 3

2. Operation and control of individual

processes at the Area Operator Station.

Demonstrate RPU process control and

explanation of the RPU software

programming and its linkage to the

Area Operator Station.

4 hours 10 3

3. Operation and local control of

individual equipment at the Local or

Area Controller Panels. Demonstrate

safety interlocks and manual setting of

local controllers and by-passing under

emergency condition.

4 hours 10 3

All training shall be conducted and completed by the Contractor prior to operational testing and

commissioning periods. Classes shall be scheduled such that classroom sessions are interspersed

with field instruction in logical sequence. The Contractor shall arrange to have the training

conducted on consecutive days, with no more than 4 hours of classes scheduled for any one day.

The Contractor will not be permitted to perform the operational testing and commissioning until

the training has been completed to the satisfaction of the City.

1.3.5 Contractor’s Classroom Training for Operation Staff

Classroom training of equipment for Operation staff will include:

1. Using slides, PowerPoint and drawings, discuss the equipment specific location in the

plant and an operational overview.

412 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 412: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Training

EDOCSLIB-#9109-v1

Page 7 of 8

2. Purpose and function of the equipment.

3. A working knowledge of the operating theory of the equipment.

4. Start-up, shutdown, normal operation, and emergency operation procedures, including a

discussion on system integration and electrical interlocks, if any.

5. Review, demonstrate and train Operation staff on the RPU and OIT program logic and

stepping through the program from beginning to the end to show and explain how the

control of the equipment is carried out and how to resolve programming / control

problem(s).

6. Identify and discuss safety items and procedures.

7. Routine preventative maintenance, including specific details on lubrications and

maintenance of corrosive protection of the equipment and ancillary components.

8. Operator detection, without test instruments, of specific equipment trouble symptoms.

9. Required equipment exercise procedures and intervals.

10. Routine disassembly and assembly of equipment if applicable (as judged by the City on a

case-by-case basis) for purposes such as operator inspection of equipment.

11. Calibration of the unit, showing staff how to make set point adjustments.

1.3.6 Contractor’s Hands-on Training for Operation Staff

Hands-on equipment training for Operations staff will include:

1. Identify location of equipment and review the purpose

2. Identifying instrumentation:

(i) Location of primary element.

(ii) Location of instrument readout.

3. Discuss purpose, basic operation and information interpretation.

4. Discuss, demonstrate, and perform standard operating procedures and checks.

5. Discuss and perform start-up and shutdown procedure.

6. Perform the required equipment exercise procedure.

7. Perform routine disassembly and assembly of equipment if applicable.

8. Identify and review safety items and perform safety procedures, if feasible.

9. Calibration of the unit, showing staff how to make set point adjustments.

1.3.7 Contractor’s Classroom Training for Maintenance Staff

Classroom equipment training for the maintenance and repair personnel will include:

413 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 413: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Appendix C Training

EDOCSLIB-#9109-v1

Page 8 of 8

1. Theory of operation.

2. Description and function of equipment.

3. Start-up and shutdown procedures.

4. Normal and major repair procedures.

5. Equipment inspection and trouble shooting procedure including the use of applicable test

instruments and the “pass” and “no pass” test instrument readings.

6. Review, demonstrate and train Maintenance staff on trouble shooting of the RPU and

OIT when the system crash. Explain and train staff on the RPU and OIT program logic

and stepping through the program from beginning to the end to show and explain how the

control of the equipment is carried out and how to resolve programming / control

problem(s). Demonstrate and train Maintenance staff on trouble shooting and

replacement of the CPU, network interface units, network communication modules,

power supply, controllers, I/O cards etc.

7. Routine and long-term calibration procedures.

8. Safety procedures.

9. Preventative maintenance such as lubrication; normal maintenance such as belt, seal, and

bearing replacement; and up to major repairs such as replacement of major equipment

part(s) with the use of special tools, welding jigs, etc.

1.3.8 Contractor’s Hands-on Training for Maintenance Staff

Hands-on equipment training for Maintenance staff shall include:

1. Locate and identify equipment components

2. Review the equipment function and theory of operation.

3. Review normal repair procedures.

4. Perform start-up and shutdown procedures.

5. Review and perform the safety procedures.

6. Perform City’s-approved practice maintenance and repair job(s), including mechanical

and electrical adjustments and calibration and trouble shooting of equipment problems.

7. Demonstrate and train Maintenance staff on replacement of the CPU, network interface

units, network communication modules, power supply, controllers, I/O cards, etc.

8. Review and use equipment manufacturer’s manual.

414 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 414: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

EDOCSLIB-#9086-v2

Appendix D-0

Appendix D – Associated Standards and Installation Drawings

List

415 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 415: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

EDOCSLIB-#9086-v2

Appendix D-1

The following list shows PCS Standards and Installation Drawings that will be made available to

Consultant on the request.

SPECIFICATION # eDOCS# DWG. # DESCRIPTION

DIVISION 13 - PROCESS CONTROL 13000 PROCESS CONTROL

13010 6450 Process Control - General

9501

WMS Entity Information Spread Sheet 16165

Equipment (Asset) Tag List – Aluminum (Example)

16166

Equipment (Asset) Tag List – Lamacoid (Example)

16167

Lamacoid Supplemental Tag List – MCC Starter Disconnect (Example)

16168

Lamacoid Supplemental Tag List – Source of Power (Example)

16169

Lamacoid Supplemental Tag List – Control Station (Example) 13040 SPECIALITIES

13040 6454 Equipment and Data Tagging 13100 INSTRUMENTATION STANDARDS

13100 6448 Instrumentation Design 13105 6449 General Instrumentation Requirements

13110 ANALYSIS INSTRUMENTS

13110.1 6456 Particle Analyzer 13110.2 6457 Turbidity Analyzer - Low Range 13110.3 6458 Turbidity Analyzer - High Range 13110.4 6459 Suspended Solids Meter - Insertion Type 13110.5 6460 Suspended Solids Meter 13110.6 6461 Sludge Density Meter, In-Line 13110.7 6462 Sludge Density Meter, Ultrasonic

13111 6463 Chlorine Residual Analyzer 13113 6464 pH Analyzer 13115 6465 Conductivity Analyzer 13116 6466 Dissolved Oxygen Analyzer 13118 6467 Fluoride Analyzer 13120 6468 Streaming Current Analyzer 13121 6469 Phosphate Analyzer 13122 6470 Ammonia Analyzer

13125.1 6471 Chlorine Leak and Sulphur Dioxide Monitor

416 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 416: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

EDOCSLIB-#9086-v2

Appendix D-2

SPECIFICATION # eDOCS# DWG. # DESCRIPTION

13125.2 6472 Ozone Gas Leak Detector 13125.3 6473 Combustible Gas Detector 13125.5 6474 Hydrogen Sulphide Monitor 13125.6 6475 Oxygen Monitor 13125.7 6476 Stack Gas Monitor 13125.8 6477 Gas Detector 13125.9 6478 Ozone Concentration Transmitter, Wet Gas 13126.1 6479 Ozone-In-Oxygen Monitor - Low Range 13126.2 6481 Ozone-In-Oxygen Monitor - Medium Range 13126.3 6480 Ozone-In-Oxygen Monitor - High Range

13130 FLOW INSTRUMENTS

13130 6512 Magnetic Flow Meter 13131 6513 Vortex Shedding Flow Meter

13132.1 6514 Clamp-on Ultrasonic (Doppler) Flow Meter 13132.2 6515 Clamp-on Ultrasonic (Transit Time) Flow Meter

13133 6516 Insertion Ultrasonic (Transit Time) Flow Meter 13134 6517 Thermal Mass Flow Meter 13136 6518 Coriolis Mass Flow and Density Meter

13137.1 6519 Orifice Plate 13137.2 6520 Pitot Tube 13137.3 6521 Venturi 13137.4 6522 Parshall Flume 13137.5 6523 Flow Broad Crested Weir 13138.1 6524 Paddle Wheel Flow Switch 13138.2 6525 Thermal Flow Switch

13142 6526 Open Channel Flow Meter - Submersible 13143 6527 Open Channel Flow Meter - Radar

13150 LEVEL INSTRUMENTS

13150.1 6544 Ultrasonic Level Transmitter 13150.3 6545 Radar Level Transmitter - Horn Antenna 13150.4 6546 Radar Level Transmitter- Rod Antenna

13152 6547 Capacitance Level Transmitter 13153.1 6548 Level-Direct Sensing DPT (Level), Flange Mounted 13153.2 6549 Level-Submersible DPT 13157.1 6550 Sludge Blanket Detector, Fixed 13158.1 6551 Float Switch (Tilt) 13158.2 6552

Ultrasonic Level Switch

13158.3 6553 Capacitance Level Switch

417 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 417: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

EDOCSLIB-#9086-v2

Appendix D-3

SPECIFICATION # eDOCS# DWG. # DESCRIPTION

13158.4 6554 Vibration Level Switch 13158.5 6555 Conductivity Level Switch

13160 PRESSURE INSTRUMENTS

13160 6568 Pressure Transmitter 13161 6569 Pressure Differential Transmitter 13166 6570 Pressure Seal 13167 6571 Annular Pressure Seal 13168 6572 Pressure Switches 13169 6573 Pressure Indicating Gauge

13170 TEMPERATURE INSTRUMENTS

13170.1 6580 Temperature Element and Transmitter, RTD 13170.2 6581 Temperature Element and Transmitter, Thermocouple 13171.1 6582 Ambient Air Temperature and Humidity Transmitter 13171.2 6583 Duct Air Temperature and Humidity Transmitter 13171.3 6584 Ambient Air Humidity Transmitter 13171.4 6585 Duct Air Humidity Transmitter

13176 6586 Thermowell 13177 6587 Temperature Switches 13178 6588 Temperature Indicators

13180 MISCELLANEOUS INSTRUMENTS

13180 6602 Sampler 13183 6603 Limit Switch 13184 6604 Motion Detector 13187 6605 Weight Scale Hydraulic Weight Cell 13188 6606 Weigh Scale Load Cell 13190 6607 Smoke Detector 13191 6608 Heat Detector 13199 6609 Instrument Listing / Instrument Data Sheets

13300 CONTROL PANEL STANDARDS

13300 6618

Control Panel Design 13305 6619 Field Wiring 13310 6620 Panel Construction 13311 6621 Enclosures 13312 6622 Enclosure Accessories 13320 6623 Panel Wiring 13325 6624 DC Power Supply

418 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 418: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

EDOCSLIB-#9086-v2

Appendix D-4

SPECIFICATION # eDOCS# DWG. # DESCRIPTION

13340 16352

Panel Services 13350 6625 Selector Switches, Push-Buttons, and Status Lights 13351 6626 Annunciator 13352 6627 Single Loop Controller 13353 6628 Dual Loop Controller 13354 6629 LCD Digital Panel Indicator

13354.1 6630 LED Digital Panel Indicator 13355 6631 Paperless Chart Recorder

13360 ELECTRICAL MONITORING AND PROTECTION

13366 8219 Motor Protection Unit (269) 13366.1 8220 Motor Protection Unit (469)

13367 8221 Generator Management Relay (489) 13368 8222 Feeder Protection Unit (750) 13369 8223 Transformer Protection Unit (735)

13369.1 8224 Transformer Differential Protection Unit (745) 13370 SIGNAL CONDITIONING EQUIPMENT

13370 8231 Signal Conditioning Equipment 13371 8232 Power Monitoring Serial to Ethernet Conversion Unit 13372 8233 Power Monitoring Information and Relay Configuration Tool

13400 PROGRAMABLE LOGIC CONTROLLERS

13400 8237 Programmable Logic Controllers 13500 NETWORKING

13510 8239 Local Area Network 13520 8240 Wide Area Network

13600 COMPUTER HARDWARE

13600 8243 SCADA Computer System Appendix D1: Installation Drawings General for Instruments and Panels 8916 G01 Instrument Stand, floor mount 8917 G02 Instrument Wall Mounting, Pipe 8918 G05 Instrument Sun Shield Installation Detail 8919 G06 Instrument Purge Air Analysis Instruments

8924 A02 pH Sensor - In-Line Mount

419 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 419: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

EDOCSLIB-#9086-v2

Appendix D-5

SPECIFICATION # eDOCS# DWG. # DESCRIPTION

8925 A03 pH Sensor - Y Mount 8926 A06.2 DO Probe, Hand-Rail Mount

8927 A14.1 Suspended Solids Meter (Low Range) 8928 A14.2 Suspended Solids Meter (Higher Concentration of Solids) 8929 A15.1 Suspended Solids Meter - In-line

8930 A15.2 Suspended Solids Meter – Pipe Tee Insertion

8931 A32 Gas Detection - Conduit Mounted Sensor 8932 A35 Chlorine Leak Sensor Flow Instruments

8966 F01.2 Flow - Magnetic Flow Meter (With Ultrasonic Cleaning Electrodes)

8967 F01.3 Flow - Magnetic Flow Meter (Remote Mounted Signal Converter)

8968 F04.1 Flow Switch (Paddle Wheel) Pipe Mounting 8969 F05.1 Flow Switch (Thermal) Duct Mounting. Air 8970 F07 Self Averaging Pitot, Standard 8971 F08 Self Averaging Pitot, Hot Tap 8972 F09 Self Averaging Pitot, Flanged 8973 F10 Ventury Tube

8974 F35 Parshall Flume Ultrasonic Sensor Mounting Detail

Level Instruments 8985 L02 Ultrasonic Level, Through Concrete 8986 L11 Ultrasonic Level, Enclosed Tank

8987 L12.1 Radar Level, Horn Antenna, Enclosed Tank 8988 L12.2 Radar Level, Horn Antenna, Grit Hopper/Tank 8989 L12.3 Radar Level, Horn Antenna, Enclosed Tank Flange Mounted 8990 L12.4 Radar Level, Horn Antenna, Open Tank, Side Mounted 8991 L12.5 Radar Level, Horn Antenna, Scum Hopper/Tank 8992 L12.6 Radar Level, Horn Antenna, Enclosed Tank, Floor Mounted

8993 L13 Radar Level Transmitter - Rod 8994 L20 Level Probe In Side Of Tank 8995 L25 Float Switch for Sumps

8996 L25.1 Float Switch for Sumps, Multi Level Regulator Hanger

8997 L37 Weir –Ultrasonic Level Sensor Mounting Detail

Pressure Instruments 9012 P01 Pressure Tap - Pipe Tee and Threadolet 9013 P02 Pressure Tap - Tank (FRP and Steel) 9014 P03 Pressure Tap - Pipe Saddle 9015 P12 DPT For Flow In Overhead Process Line 9016 P14 DPT For Flow In Lower Process Line

420 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 420: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Process Control System (PCS) Guidelines

Implementation Guidelines

EDOCSLIB-#9086-v2

Appendix D-6

SPECIFICATION # eDOCS# DWG. # DESCRIPTION

9017 P15 DPT For Steam Flow 9018 P16 DPT For Level Of Vented Tank 9019 P18 Pressure - DPT For Filter Head Loss

9020 P18.1 Differential Pressure Transmitter 9021 P22 PS and PI, normal 9022 P23 PS and PI, with diaphragm seal 9023 P24 PS and PI, with annular diaphragm seal

Temperature Instruments 9036 T01 Thermowells Installation 9037 T02 Thermowells Installation

DIVISION 15 MECHANICAL 15000 MECHANICAL DESIGN STANDARDS

15110 8245 Valves and Operators DIVISION 16 ELECTRICAL 16000 ELECTRICAL DESIGN STANDARDS

16020 8249 Ladder Diagram

8770 1.01 Electrical Symbols 8771 2.01A Constant Speed Computer - Maintained, Local -Pushbuttons 8772 2.01B Constant Speed Computer - Momentary, Local -Pushbuttons 8773 2.01C Reversing: Computer - Maintained, Local - Pushbuttons 8774 2.01D Reversing: Computer - Momentary, Local - Pushbuttons 8775 2.02A Two Speed: Computer-Maintained, Local - Push-buttons 8776 2.02B Two Speed: Computer - Momentary, Local - Push-buttons 8777 2.03A Variable Speed Magnetic Drive: Speed - 4-20 mA

8778 2.04A Full Open/Close Valve or Gate: Computer - Momentary, Local - Pushbuttons

8779 2.05A Slow Moving Valve or Gate: Computer - Maintained, Local - Selector Switch

8780 2.05B Slow Moving Valve or Gate: Computer - Momentary, Local - Pushbuttons

8781 2.06A Modulating Valve or Gate: Computer - 4-20 mA, Local - Setpoint

8782 2.06B Modulating Valve or Gate: Computer - Maintained, Local - Pushbuttons

16280 8247 Uninterruptible Power Supplies and Power Conditioners 16281 8248 Computer Room, Uninterruptible Power Supply

421 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 421: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

EQUIP_NO PUMPING STATION: PUMP NUMBER: GENERAL LOCATION EQUIPMENT ID INVENTORY NUMBER PUMP ORIGINAL PRICE SERVICE 1 SERVICE 2 CONTRACTOR CONSULTANT CONTRACT DATE INSTALLED INSTALLED BY PUMP SPEED(RPM) OVERALL EFFICIENCY(%) MANUFACTURER MODEL NUMBER SERIAL NUMBER PUMP SIZE-SUCTION(inches) PUMP SIZE-SUCTION(mm) PUMP SIZE-DISCHARGE(inches) PUMP SIZE-DISCHARGE(mm) PUMP TYPE-SUCTION PUMP TYPE-DISCHARGE IMPELLER DIAMETER(inches) IMPELLER DIAMETER(mm) IMPELLER NUMBER IMPELLER RANGE-MAXIMUM(inches) IMPELLER RANGE-MAXIMUM(mm) IMPELLER RANGE-MINIMUM(inches) IMPELLER RANGE-MINIMUM(mm) CAPACITY-IMPERIAL(MIGD)

PEL P TW 02 ELLESMERE P.S. TW PUMP 02 pump room main floor $1,848,112 Suction from 1E - Discharge to dist. #4 PD_#4 WA Stephenson Technical Services Paul Arsanious 07FS-47WS 10-Jun-09 WA Stephenson 710 83.00% Ebara 900X750EDM R070677701 36 900 30 750 Bottom Side 46.69291339 1186 PRO70677701/911 25.44PEL P TW 03 ELLESMERE P.S. TW PUMP 03 pump room main floor Suction from 1E - Discharge to dist. #4 PD_#4 Dresser 24 LNC 42 91 TPE 92 185-1 36 914 24 609.6 Bottom Side 43.5 1104.9 34.77PEL P TW 04 ELLESMERE P.S. TW PUMP 04 #REF! pump room main floor 28461 #REF! #REF! Suction from 1E - Discharge to dist. #4 PD_#4 #REF! R.V. Anderson ltd. W - 4- 78A 1980 #REF! 893 #REF! Worthington 20 LNC-35 56-007-028C 30 762 24 609.6 Bottom Side 35.125 892.175 #REF! #REF! 35PEL P TW 05 ELLESMERE P.S. TW PUMP 05 pump room main floor 28460 Suction from 1E - Discharge to dist. #4 PD_#4 1986 890 91.30% Ebara pump 750x600 EDM RF10634 1/2 30 762 24 609.6 Bottom Side 35.125 892.175 35PEL P TW 06 ELLESMERE P.S. TW PUMP 06 pump room main floor 28459 Suction from 1E - Discharge to dist. #4 PD_#4 R.V. ANDERSON W-4-78A 1980 893 Worthington 56-00-7028A 30 762 24 609.6 Bottom Side 35.125 892.175 35PEL P TW 07 ELLESMERE P.S. TW PUMP 07 pump room main floor 28458 Suction from 1E - Discharge to dist. #4 PD_#4 1986 893 Ebara 750x600 EDM RF10634 2/2 30 762 24 609.6 Bottom Side 35.125 892.175 35PEL P TW 08 ELLESMERE P.S. TW PUMP 08 pump room main floor 28457 Suction from 1E - Discharge to dist. 2E PD_2E R.V Anderson ltd. 1980 1170 Ingersol-Rand 55419K 14 356 12 304.8 Bottom Side 17.75 450.85 8PEL P TW 09 ELLESMERE P.S Treated water 09 Pump room main floor east end of pump room 7443 From 1E discharge to district 2E PD_2E Combustion engineering Proctor & Redfern W-28-56 (fi le 912.10-1) 1180 79.90% De Laval 261346 12 305 10 254 bottom side 20.375 517.525 6

422 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 422: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

CAPACITY-IMPERIAL(Igpm) CAPACITY-IMPERIAL(USGPM) CAPACITY-METRIC(ML/D) CAPACITY-METRIC(kL/s) HEAD-IMPERIAL(feet) HEAD-METRIC(kPa) EFFICIENCY(%) CURVE NUMBER DRAWING NUMBER THRUST BEARING MOTOR DESIGNATION MOTOR MANUFACTURER MOTOR TYPE MOTOR SERIAL NUMBER FRAME NUMBER HORSEPOWER AMPERES KVA POWER FACTOR TEMPERATURE RISE EXCITATION INSULATION MOTOR EFFICIENCY MOTOR CURVE NUMBER MOTOR DWG NUMBER COUPLING MANUFACTURER COUPLING GAP BEDPLATE REMARKS 1 REMARKS 2 MOTOR INV NUMBER MOTOR ORIGINAL COST

17,664 21,197 116.2944 1.346 305.04 912 0.865 PRO70677701/901 Kingsbury thrust PEG_M_TW_02 WEG Induction FD27585-5/2008 8808 2500 (1865 kW) 324.2 1794.13 96.2% 80 Deg C 96.2% CM12680-0/2008 10000018631 Ebara NSSH-355 with plate 4 Valmatic Butterfly Valve, Valmatic Check Valve, Benshaw Soft Starter24,147 28,976 158.976 1.840 245 735 0.905 E229922A Kinsgsbury PN 7 PEG_M_TW_03 Reliance Electric Induction FC-7319 19240 2100 267 105deg C Koppers Fast-30638 Gearflex Size 624,306 29,189 159.1065 1.842 291 868 0.9 #REF! #REF! Kingsbury P/N 7CH467056 PEL_M_TW_04 Westinghouse H.S. Induction 1-17S4164 R-1085E 2500 308 #REF! #REF! 80deg. C #REF! Class F-Thermoplastic Epoxy #REF! #REF! #REF! Koppers fast -30638,type: Gearflex, size:6 #REF! #REF! Associated valves:VBV 04A suction; VCV04 discharge; VBLV 04 Discharge header isolation 28461 #REF!24,306 29,189 159.1065 1.842 245 731 0.913 Ball bearing PEL_M_TW_05 Toshiba H.S. Induction 74114808 R-1085E 2500 308 80deg. C Class F Associated valves:VBV 05A suction; VCV05 discharge; VBLV 05 Disch. header isolation. 2846024,306 29,189 159.1065 1.842 253 755 0.9 Kingsbury P/N 7CH467056 PEL_M_TW_06 Westinghouse H.S. Induction 1-17S4164 R-1085E 2500 308 1.15 80deg. C Class F Koppers fast-30638 Associated valves:VBV 06A suction; VCV06 discharge; VBLV 06 disch; VBV06 disch. header isolation. 2845924,306 29,189 159.1065 1.842 253 755 0.9 ball bearing PEL_M_TW_07 Toshiba H.S. Induction 74114808 R-1085E 2500 308 1.15 80deg. C Class F Associated valves:VBV 07A suction; VCV07 discharge; VBLV 07 disch; VBV07 disch. header isolation. 28458

5,556 6,672 36.3672 0.421 127 379 0.855 PEL_M_TW_08 General Electric K - Induction C42830 586S 300 40 1.15 90deg. C Falk, size:1025G20 Associated valves:VBV 08A suction; VCV08 discharge; VBLV 08 disch; VBV08 disch. header isolation. 284514,167 5,004 27.2754 0.316 150 448 0.87 CC76987 DD12429-4 Marine sleeve type PEL_M_TW_09 Westinghouse induction 1-750145 688E 250 30 590 90% 40 deg. C THERALASTIC 92.1% Falk size 1025G20 Asso valves: VBV 09 A suction ; VCV09DISCH. VBV 09B discharge 7443

423 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 423: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

MOTOR PURCHASE DATE VOLTAGE MOTOR SPEED (RPM) PUMP BEARINGS PACKING PUMP LUBRICANT COUPLING LUBRICANT TEMPDETECTOR:-MAKE TEMP DETECTOR-MODEL TEMP DETECTOR-SETTING MOTOR BEARINGS MOTOR LUBRICANT MOTOR-MODEL MOTOR-CODE MOTOR-FORM SERVICE FACTOR PUMP WEIGHT IMPERIAL(lbs) PUMP WEIGHT METRIC(kg) MOTOR WEIGHT IMPERIAL(lbs)

MOTOR WEIGHT METRIC(kg) BASEPLATE WEIGHT IMPERIAL(lbs) BASEPLATE WEIGHT METRIC(kg)

4160-3-60 710 Babbitt sleeve JIS K2213 Turbine Oil ISO VG46 JIS B6016 XBCEA1 Minco S603 Series Babbitt sleeve MGA 1.15 26400 12000 23100 10500 11000 500091/8/01 4160-3-60 713 Babbitt sleeve 7136 garlock-733, size:0.75 Petro Canada Harmony -46 oil Koppers coupling grease Penn controls A19 ADC-31 160 deg F Babbitt sleeve Petro Canada Harmony -46 oil HS Induction 17500 7954.545455 15000 6818.181818

29221 4160-3-60 #REF! babbitt sleeve garlock-733, size:0.75 Petro Canada Harmony -46 oil Koppers coupling grease pen controls A19 ADC-31 160 deg. F Babbit sleeve; #3165A38 Petro Canada Harmony -46 oil #REF! #REF! #REF! 1.15 11768.3 5337.097506 20000 9070.29478580/01/01 460-3-60 893 Antifriction type:#6236 garlock-733, size:0.75 Petro Canada Harmony 68 - oil Koppers coupling grease Pen controls A19 ADC-31 160 deg. F Babbit sleeve; #3165A38 Petro Canada Harmony -46 oil 1.15 11768.3 5337.097506 20000 9070.29478580/01/01 4160-3-60 893 Babbit sleeve garlock-733, size:0.75 Petro Canada Harmony 46 - oil Koppers coupling grease Pen controls A19 ADC-31 160 deg. F Babbit sleeve; #3165A38 Petro Canada Harmony -46 oil 1.15 11768.28 5337.088435 20000 9070.29478580/01/01 4160-3-60 893 antifriction type; #6236 garlock-733, size:0.75 Petro Canada Harmony 68 - oil Koppers coupling grease Pen controls A19 ADC-31 160 deg. F Babbit sleeve; #3165A38 Petro Canada Harmony -46 oil 1.15 11768.28 5337.088435 20000 9070.29478580/01/01 4160-3-60 1180 Babbit sleeve garlock-733, size:0.75 Petro Canada Harmony 46 - oil Koppers coupling grease Pen controls A19 ADC-31 Babbit sleeve; #704C875AF Petro Canada Harmony -46 oil 1.15 7936.6 3599.365079 2850 1292.517007 1700 770.9750567

4160-3-60 1180 Babbit Sleeve Garlock - 733 Petro Canada harmony-46 oil Koppers coupling grease Penn controls A-19-ADC-31 160 deg. F Babbit Sleeve Koppers coupling grease D1 1.15 2975 lb 4450 lb

424 of 425

Viewing

Cop

y Only

Do Not

Sumbit

Page 424: RFP No. 9117-12-7279 CITY OF TORONTO Toronto Water ... · 5.5 INTERVIEW ... The documents as a whole must be fully read in detail for each item. 1.4 PROPOSAL PROCESS .1 The process

Toronto Hydro Supporting Documents

Conditions of Service document link which references the Protection & Coordination Studies http://www.torontohydro.com/sites/electricsystem/residential/conditionsofservice/Pages/default.aspx Proponents should refer to the most recent version at the above link as a new version will come out Jan 2013 Distributed Generation Requirements http://www.torontohydro.com/sites/electricsystem/residential/conditionsofservice/Documents/DG%20Requirements%20-%20Rev1-December%208,%202011.pdf

425 of 425

Viewing

Cop

y Only

Do Not

Sumbit