toronto · michael pacholok, director purchasing and materials management division city hall,18th...

283
Michael Pacholok, Director Purchasing and Materials Management Division City Hall,18 th Floor, West Tower 100 Queen Street West Toronto, Ontario M5H 2N2 Allison Phillips, Manager Professional Services September 25, 2015 NOTICE TO POTENTIAL PROPONENTS Request for Proposal No. 9117-15-7263 For: Inflow and Infiltration Reduction Pilot Project on Wirral Court Sewage Pumping Station Sewershed Two-Envelope System Please review the attached document and submit your proposal to the address noted below by the closing deadline of 12:00 noon (local Toronto time) on November 5, 2015. Proposals will not be considered unless: 1. Received by the date and time specified above; and 2. Received at the address specified below. Submission by facsimile or e-mail is not acceptable. Only the names of the firms submitting proposals will be read aloud at the public opening on the date of closing. Deadline for Questions: (must be in writing) October 16, 2015 City Contact: Candida Charles, Ag Senior Corporate Buyer (t) 416-392-7326 (f) 416-397-7779 (e) [email protected] For convenience you may affix the following address label to the envelope(s) containing your submission. ------------------------------------------------------ --------------------------------------------------------------------- COMPANY NAME: RFP NO.: 9117-15-7263 CLOSING DEADLINE: 12:00 Noon (local Toronto time) November 5, 2015 DELIVER TO: Chief Purchasing Official Purchasing and Materials Management Division 18th Floor, West Tower, City Hall 100 Queen Street West Toronto, ON, M5H 2N2 The Purchasing and Materials Management Division will not be held responsible for submission documents submitted in envelope(s) that are not labelled in accordance with the above instructions. Tenders/RFQ/RFP/Sales/Disposals are advertised on the City of Toronto Website: www.toronto.ca VIEWING COPY 1 of 287

Upload: others

Post on 05-Jul-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

  • Michael Pacholok, Director

    Purchasing and Materials Management Division City Hall,18th Floor, West Tower 100 Queen Street West Toronto, Ontario M5H 2N2

    Allison Phillips, Manager Professional Services

    September 25, 2015 NOTICE TO POTENTIAL PROPONENTS

    Request for Proposal No. 9117-15-7263

    For: Inflow and Infiltration Reduction Pilot Project on Wirral Court Sewage Pumping Station Sewershed Two-Envelope System

    Please review the attached document and submit your proposal to the address noted below by the closing deadline of 12:00 noon (local Toronto time) on November 5, 2015. Proposals will not be considered unless: 1. Received by the date and time specified above; and 2. Received at the address specified below. Submission by facsimile or e-mail is not acceptable. Only the names of the firms submitting proposals will be read aloud at the public opening on the date of closing.

    Deadline for Questions: (must be in writing)

    October 16, 2015

    City Contact: Candida Charles, Ag Senior Corporate Buyer (t) 416-392-7326 (f) 416-397-7779 (e) [email protected]

    For convenience you may affix the following address label to the envelope(s) containing your submission.

    ---------------------------------------------------------------------------------------------------------------------------

    COMPANY NAME: RFP NO.: 9117-15-7263

    CLOSING DEADLINE: 12:00 Noon (local Toronto time)

    November 5, 2015

    DELIVER TO: Chief Purchasing Official Purchasing and Materials Management Division 18th Floor, West Tower, City Hall 100 Queen Street West Toronto, ON, M5H 2N2

    The Purchasing and Materials Management Division will not be held responsible for submission documents submitted in envelope(s) that are not labelled in accordance with the above instructions. Tenders/RFQ/RFP/Sales/Disposals are advertised on the City of Toronto Website: www.toronto.ca VI

    EWIN

    G CO

    PY

    1 of 287

  • Inflow and Infiltration Reduction Pilot Project on Wirral Court Sewage Pumping Station Sewershed

    Phase 1: Inflow and Infiltration Reduction Strategy

    RFP No. 9117-15-7263

    CITY OF TORONTO Engineering & Construction Services

    Servicing Toronto Water, Solid Waste Management and Transportation

    Services

    Inflow and Infiltration Reduction Pilot Project on Wirral Court

    Sewage Pumping Station Sewershed

    Phase 1: Inflow and Infiltration Reduction Strategy REQUEST FOR PROPOSAL 9117-15-7263

    Table of Contents

    SECTION 1 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 .............................................................................................................. 6 1.4 PROPOSAL PROCESS ....................................................................................................... 6

    SECTION 2 OVERVIEW ..................................................................................................................... 7 2.1 INTRODUCTION .................................................................................................................. 7 2.2 BACKGROUND INFORMATION .......................................................................................... 8 2.3 CURRENT STUDIES AND POLICIES ................................................................................ 13 2.4 CITY DOCUMENTS, GUIDELINES AND STANDARDS ..................................................... 14 2.5 QUESTIONS ...................................................................................................................... 15

    SECTION 3 SCOPE OF WORK ....................................................................................................... 16 3.1 SCOPE OF WORK OVERVIEW ......................................................................................... 16 3.2 GENERAL PROJECT REQUIREMENTS ............................................................................ 16 3.3 PROJECT-SPECIFIC REQUIREMENTS ............................................................................ 19 3.4 PUBLIC CONSULTATION SERVICES ............................................................................... 28 3.5 PROJECT MEETINGS AND WORKSHOPS ....................................................................... 30 3.6 SUMMARY OF PROJECT SUBMISSIONS ......................................................................... 31 3.7 ALTERNATIVES SUGGESTED BY PROPONENT ............................................................. 32

    SECTION 4 CITY OF TORONTO’S RESPONSIBILITIES ................................................................ 34 4.1 GENERAL .......................................................................................................................... 34 4.2 PUBLIC CONSULTATION .................................................................................................. 34 4.3 PROPONENT PERFORMANCE EVALUATION ................................................................. 35

    SECTION 5 PROPOSAL EVALUATION AND SELECTION ............................................................ 36 5.1 SELECTION COMMITTEE ................................................................................................. 36

    VIEW

    ING

    COPY

    2 of 287

  • Inflow and Infiltration Reduction Pilot Project on Wirral Court Sewage Pumping Station Sewershed

    Phase 1: Inflow and Infiltration Reduction Strategy

    RFP No. 9117-15-7263

    5.2 SELECTION CRITERIA ...................................................................................................... 36 5.3 SELECTION PROCESS ..................................................................................................... 39 5.4 SCHEDULE OF EVENTS ................................................................................................... 40 5.5 CLARIFICATIONS .............................................................................................................. 40 5.6 INTERVIEW ....................................................................................................................... 40 5.7 EVALUATION RESULTS.................................................................................................... 41 5.8 NEGOTIATIONS AND AGREEMENT ................................................................................. 41 5.9 CONSULTING AGREEMENTS/PURCHASE ORDERS ...................................................... 42 5.10 INSURANCE ...................................................................................................................... 42

    SECTION 6 TECHNICAL PROPOSAL SUBMISSION ..................................................................... 44 6.1 SUBMISSION OVERVIEW ................................................................................................. 44 6.2 PROPOSAL DOCUMENTATION AND DELIVERY ............................................................. 44 6.3 TECHNICAL PROPOSAL CONTENT ................................................................................. 45

    SECTION 7 COST OF SERVICES ................................................................................................... 53 7.1 COST OF SERVICES DOCUMENTATION AND DELIVERY .............................................. 53 7.2 COST OF SERVICES SUBMISSION CONTENT - GENERAL ............................................ 53 7.3 BASE SCOPE OF WORK AND PROVISIONAL ITEMS ...................................................... 55 7.4 ALTERNATIVES SUGGESTED BY PROPONENT ............................................................. 59 7.5 PAYMENTS FROM COST OF SERVICES PROPOSAL ..................................................... 60 7.6 CONTINGENCY ALLOWANCE .......................................................................................... 61 7.7 CURRENCY ....................................................................................................................... 61 7.8 TAXES ............................................................................................................................... 61

    APPENDICES ................................................................................................................................... 62

    APPENDICES APPENDIX A – GENERAL PROJECT REQUIREMENTS APPENDIX B – RFP TERMS AND CONDITIONS APPENDIX C – SUBMISSION FORMS APPENDIX D – GENERAL CONDITIONS OF CONTRACT, SPECIMEN CONTRACT AGREEMENT, INSURANCE FORMS AND DECLARATION FORMS

    APPENDIX E – PROJECT REFERENCE MATERIAL APPENDIX F – CONSTRUCTION AND FIELD INSPECTION REFERENCE MATERIAL VI

    EWIN

    G CO

    PY

    3 of 287

  • Inflow and Infiltration Reduction Pilot Project on Wirral Court Sewage Pumping Station Sewershed

    Phase 1: Inflow and Infiltration Reduction Strategy

    RFP No. 9117-15-7263

    SECTION 1 TERMINOLOGY 1.1 REFERENCES TO LABELED PROVISIONS

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

    1.2 DEFINITIONS

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

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

    .3 "CCTV" means Closed Circuit Television

    .4 “City” means the City of Toronto

    .5 “Conflict of Interest” includes, but is not limited to, any situation or circumstance where:

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

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

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

    .7 "Contractor" or "Subcontractor" means the contractor with whom the successful Proponent enters into an Agreement to carry out field inspections and construction work required under the Project

    .8 “Council” means City Council

    .9 "CSE" means Confined Space Entry

    .10 "DWF" means Dry Weather Flow

    VIEW

    ING

    COPY

    4 of 287

  • Inflow and Infiltration Reduction Pilot Project on Wirral Court Sewage Pumping Station Sewershed

    Phase 1: Inflow and Infiltration Reduction Strategy

    RFP No. 9117-15-7263

    .11 "FMID" means Flow Monitor Identification

    .12 "GIS" means Geographical Information System

    .13 “HST” means Harmonized Sales Tax.

    .14 "ICI" means Industrial, Commercial and Institutional

    .15 "I/I" means Inflow and Infiltration

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

    .17 “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.

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

    .19 "MOL" means Ministry of Labour

    .20 "PIC" means Public Information Centre

    .21 "Project" means the scope of work outlined in this RFP.

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

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

    .24 “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.

    .25 “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.

    .26 "QA/QC" means Quality Control/Quality Assurance

    .27 "SCADA" means Supervisory Control and Data Acquisition

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

    .29 "SPS" means Sewage Pumping Station

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

    .31 "SUE" means Subsurface Utility Engineering

    .32 "WWF" means Wet Weather Flow.

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

    VIEW

    ING

    COPY

    5 of 287

  • Inflow and Infiltration Reduction Pilot Project on Wirral Court Sewage Pumping Station Sewershed

    Phase 1: Inflow and Infiltration Reduction Strategy

    RFP No. 9117-15-7263

    1.3 INTERPRETATION

    In this RFP and in the Agreement, unless the context otherwise necessitates,

    .1 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;

    .2 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;

    .3 All amounts are expressed in Canadian dollars and are to be secured and payable in Canadian dollars;

    .4 All references to time shall be deemed to be references to current time in the City;

    .5 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;

    .6 Any words and abbreviations which have well-known professional, technical or trade meanings, are used in accordance with such recognized meanings;

    .7 All accounting terms have the meaning recognized by or ascribed to those terms by the Canadian Institute of Chartered Accountants; and

    .8 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 Proponents are to provide professional services and deliverables as outlined in Appendix A.

    .2 The process is governed by the terms and conditions in Appendix B.

    VIEW

    ING

    COPY

    6 of 287

  • Inflow and Infiltration Reduction Pilot Project on Wirral Court Sewage Pumping Station Sewershed

    Phase 1: Inflow and Infiltration Reduction Strategy

    RFP No. 9117-15-7263

    SECTION 2 OVERVIEW 2.1 INTRODUCTION

    .1 Problem identification: high levels of Inflow and Infiltration (I/I) flow in the sanitary sewers were observed through the City's 2008 and 2013 flow monitoring programs. The high I/I flow reduced the capacity of the sanitary sewer system and Wirral Court Sanitary Pumping Station, which contributed to basement flooding in the drainage area during heavy rainfalls.

    .2 The City's work plan: the City of Toronto (City) plans to undertake an Inflow and Infiltration (I/I) reduction pilot project for Wirral Court drainage area using a holistic approach. The objective of the project is to reduce peak I/I under Wet Weather Flow (WWF) conditions to a level close to 0.26 L/s/ha, which is the I/I allowance used in the sanitary sewer system design. The pilot project will be carried out in three phases:

    Phase 1: Development of an Inflow and Infiltration Reduction Strategy for the

    Wirral Court Sanitary Pumping Station drainage area (2016) Phase 2: Implementation of the I/I Reduction Strategic Action Plan developed

    through Phase 1 (2017-2018) Phase 3: Assessment of effectiveness after implementing the I/I reduction

    measures in Phase 2 (project evaluation post-construction) and developing

    recommendations for City-wide I/I Investigation and Reduction Program. (2019-

    2020)

    .3 Purpose of this RFP: the City of Toronto (City) is seeking for a qualified team to provide engineering and field investigation services for Phase 1.

    .4 The project area is the entire drainage area serviced by the Wirral Court Sanitary Pumping Station. This area lies over approximately 100ha excluding the cemetery area, and is bounded by Midland Avenue to the west, Anson Avenue to the north, and Kingston Road to the south and east. (See Figure 2-1). The project area includes approximately 1,000 address points with single residential home being the dominated land use (approximately 80%). According to 2011 census, a total of 5,300 population resided in the drainage area. VIEW

    ING

    COPY

    7 of 287

  • Inflow and Infiltration Reduction Pilot Project on Wirral Court Sewage Pumping Station Sewershed

    Phase 1: Inflow and Infiltration Reduction Strategy

    RFP No. 9117-15-7263

    Figure 2-1 Project Area

    2.2 BACKGROUND INFORMATION

    .1 The project area is drained by separated sanitary and storm sewers which were majorly (70%) built in 1950s. While the storm sewer flows being conveyed to the storm sewers outside of the project area, the sanitary flows in the project area are all drained to the Wirral Court Sanitary Pumping Station. The pump discharge is connected to the combined sewer system along Midland Avenue via a 250 mm forcemain.

    .2 The Wirral Court Sanitary Pumping Station built in 1956 is equipped with two (2) pumps with each rated at 65.5 L/s, which is the firm capacity of the PS.

    .3 The total length of the sanitary sewers, excluding the laterals, is about 11 km in the City's Right-of-Way with about 150 maintenance holes. The sizes of the sanitary sewers are mostly (80%) 200mm - 250 mm diameter with 300mm - 375mm diameter for the remaining.

    .4 The total length of the storm sewers, excluding the laterals, is 11 km in the City's Right-of-Way with 161 maintenance holes. The sizes of the storm sewers range from 300mm to 1350mm.

    VIEW

    ING

    COPY

    8 of 287

  • Inflow and Infiltration Reduction Pilot Project on Wirral Court Sewage Pumping Station Sewershed

    Phase 1: Inflow and Infiltration Reduction Strategy

    RFP No. 9117-15-7263

    .5 A specialized contractor, hired by the City is currently undertaking a closed-circuit television (CCTV) inspection of the sanitary and storm mainline sewers including associated maintenance holes in the project area. The inspection is anticipated to be completed by September 2015. Note that laterals are not currently included in the inspection. As shown in Figure 2-2, approximately 30% of each of the sanitary pipes and storm pipes, in terms of length, have been inspected from 2007 to 2013 year. The previous CCTV inspection indicates that the prevalent issues are encrustation in the storm pipes and grease in the sanitary pipes. Less recurrent defects (common to both sewers) are debris, cracks, and joint displacement.

    .6 The Vendor is expected to review the CCTV and recommend rehabilitation of the main line sanitary sewers. The City plans to complete rehabilitation of the local collection system within in the study area through an ongoing sewer rehabilitation program which will reduce some of the I/I on the public side. The primary focus of this project is to identify the I/I sources generated from private and public local sewage system components including downspouts, basement drains, lateral connections, cross connections etc. Downspout disconnection is mandatory as per City of Toronto Downspout Disconnection Bylaw.

    .7 Sanitary sewer flow monitoring had been conducted in 2008 and 2013. The monitored locations are shown in Figure 2-3. Plots of the 2008 and 2013 flow data are attached in Appendix E and the digital data will be provided to the Vendor. After observing high I/I from the 2008 flow monitoring data, dye testing and smoke testing in some of the project area were conducted, some of the roof drain connections to the sanitary sewers were identified. It is not clear to the City whether and/or how many of the identified illegal connections have been removed as this is a homeowner’s responsibility to make the correction.

    .8 Therefore, the City conducted a flow monitoring program in 2013 to monitor the WWF in the sanitary sewers. In addition, the 2013 flow monitoring program was also to monitor the changes in the sanitary flows under Dry Weather Flow (DWF) and WWF conditions as new developments in the north-east corner of Midland Ave. and St. Clair Ave. have been added into the drainage area since 2009. Sewer plans and profiles for the new development area will be provided to the Vendor at a later date during the project.

    VIEW

    ING

    COPY

    9 of 287

  • Inflow and Infiltration Reduction Pilot Project on Wirral Court Sewage Pumping Station Sewershed

    Phase 1: Inflow and Infiltration Reduction Strategy

    RFP No. 9117-15-7263

    Figure 2-2 CCTV Sewer Inspections from 2007 to 2013

    Figure 2-3 2008 and 2013 Sanitary Flow Monitoring Locations

    VIEW

    ING

    COPY

    10 of 287

  • Inflow and Infiltration Reduction Pilot Project on Wirral Court Sewage Pumping Station Sewershed

    Phase 1: Inflow and Infiltration Reduction Strategy

    RFP No. 9117-15-7263

    .9 The following tables provide a summary on monitored flows and contributing areas to the 2013 flow monitors, as shown in Figure 2-4. Note that the provided information is to help proponents in preparing their proposals. The Vendor will verify and confirm information in these tables while carrying out the project.

    Figure 2-4 2013 Sanitary Flow Monitoring Locations and Contributing Areas

    VIEW

    ING

    COPY

    11 of 287

  • Inflow and Infiltration Reduction Pilot Project on Wirral Court Sewage Pumping Station Sewershed

    Phase 1: Inflow and Infiltration Reduction Strategy

    RFP No. 9117-15-7263

    Table 2-1 Characteristics of 2013 Flow Monitoring Areas

    FMID Upstream

    FMID

    Inc.

    Area

    (ha)

    Accu.

    Area

    (ha)

    Landuse

    2011

    Population

    (inc.)

    2011

    Population

    (accu.)

    Address

    Point

    (inc.)

    Address

    Point

    (accu)

    30 4.22 4.22 Residential 189 189 58 58

    31 5.02 5.02 Residential 390 390 44 44

    33 30,31 31.66 40.91 Residential-76%, ICI-24%

    1,131 1,711 285 (Res-270, ICI-15)

    387

    32 15.21 15.21 Residential-82%, Open-18% (new developments)

    708 708 270 (Res-219, Open-51)

    270

    35 32 6.67 21.88 Residential-90%, ICI-10%

    292 1,000 100 (Res-97, ICI-3)

    370

    36 6.73 6.73 Residential 312 312 101 101

    34 33,35,36 28.88 (1) 98.40

    Residential-72%, ICI-27%, Open-1%

    2,263 5,286

    184 (Res-156, ICI-27, Open-1)

    1,042

    (1) Excluding the cemetery area.

    Table 2-2 2013 Monitored DWF and 2012 Water Consumption

    FMID

    Upstre

    am

    FMID

    2013 Monitored

    DWF (L/s)

    2013 DWF

    Separation (L/s)

    2012 Water

    Consumption

    (L/s)

    (accumulated) Base

    flow

    (L/s/ha)

    Res.

    Wastew

    ater

    (L/d/cap

    ) (2) min. max. avg. Baseflow (1)

    avg.

    waste

    water

    ICI all

    (pop+ICI)

    30 0.08 0.70 0.27 0.07 0.20 0.00 0.44 0.02 92.49

    31 0.20 2.20 0.89 0.17 0.72 0.00 0.92 0.03 158.24

    33 30,31 2.90 9.50 5.90 2.47 3.44 0.92 4.91 0.06 127.07

    32 0.10 2.00 0.76 0.09 0.68 0.00 1.40 0.01 82.35

    35 32 1.00 7.50 4.11 0.85 3.26 (3)

    0.10 2.23 (3)

    0.04 272.65

    36 0.09 1.35 0.47 0.07 0.39 0.00 0.71 0.01 108.73

    34 33,35,

    36 2.29 24.00 13.45 1.94 11.51 2.29 16.47 0.02 150.73

    (1) Assuming baseflow is about 85% of the minimum DWF. (2) Residential wastewater flow rate was calculated by subtracting the ICI water consumption from the

    average wastewater and dividing the population in the contributing area. It is unknown why the 2013 wastewater flow is greater than the 2012 water consumption. Further investigation is

    required.

    VIEW

    ING

    COPY

    12 of 287

  • Inflow and Infiltration Reduction Pilot Project on Wirral Court Sewage Pumping Station Sewershed

    Phase 1: Inflow and Infiltration Reduction Strategy

    RFP No. 9117-15-7263

    Table 2-3 Monitored Total Peak Flows for the Selected Rain Events in 2013

    FMID

    Upstream

    FMID

    Event #1: 5/28/2013 (1)

    (Total rain depth =

    56mm, Duration = 12

    hours,

    Max. intensity

    =4.75mm/5min)

    Event #2: 6/10/2013 (2)

    (Total rain depth =

    36mm,

    Duration = 20 hours,

    Max. intensity =1

    mm/5min)

    Event #3: 7/19/2013 (3)

    (Total rain depth =

    16mm,

    Duration = 9 hours

    Max. intensity =

    2.5mm/5min)

    (L/s)* (L/s/ha) (L/s)* (L/s/ha) (L/s)* (L/s/ha)

    30 5.4 1.28 1.95 0.46 1.08 0.26

    31 8.85 1.76 4.59 0.91 3.63 0.72

    33 30,31 49.77 1.22 25.87 0.63 15.69 0.38

    32 10.65 0.70 3.633 0.24 1.63 0.11

    35 32 23.07 1.05 10.04 0.46 6.42 0.29

    36 11.83 1.76 4.15 0.62 3.73 0.55

    34 33,35,36 81.95 0.83 64.11 0.65 51.25 0.52

    * DWF is included in the total peak flow. (1) The return frequency of this event was between a 2-year and a 5-year design storm. (2) & (3) The return frequency of both events was less than a 3-month rain.

    2.3 CURRENT STUDIES AND POLICIES

    .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.

    The project area in this RFP was Cluster 5 in the completed Basement Flooding Class Environmental Assessment (EA) Study Area 33. The EA recommendation for Cluster 5 was to confirm the extent of private property interconnections, disconnect the downspouts and undertake further monitoring to determine if this reduces the inflow and infiltration. Information on the EA study is available in the City’s website at: http://www.toronto.ca/involved/projects/basement_flooding/completed.htm

    The Inflow and Infiltration Reduction Study for Basement Flooding Study Area 9 was initiated in June 2015. One of the conclusions of the completed Basement Flooding Class Environmental Assessment (EA) Study for Area 9 was that the majority of the basement flooding in the area is caused by excessive I/I into the sanitary sewer system. The purpose of this study is to locate and quantify sources of I/I, determine the remedial works necessary to significantly reduce I/I, and to provide a framework for quantifying the success of the recommended remedial works after the remedial works are completed in the area.

    VIEW

    ING

    COPY

    13 of 287

    http://www.toronto.ca/involved/projects/basement_flooding/completed.htm

  • Inflow and Infiltration Reduction Pilot Project on Wirral Court Sewage Pumping Station Sewershed

    Phase 1: Inflow and Infiltration Reduction Strategy

    RFP No. 9117-15-7263

    The City’s mandatory downspout disconnection by-law requires roof leader/downspout disconnection in combined sewer areas, chronic basement flooding areas, and the rest of the City by 2011, 2013, and 2016 respectively. www.toronto.ca/downspout.The drainage area in this RFP is within the City’s combined sewer system; therefore, the downspout disconnection should have been completed by now.

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

    2.4 CITY DOCUMENTS, GUIDELINES AND STANDARDS

    .1 The following documents, guidelines and procedures will be provided to the Vendor.

    Wet Weather Sanitary Flow Analysis for Wirral Court Pumping Station, Midland and St. Clair Proposed Residential Subdivision, City of Toronto – Scarborough District, Sernas Associates, September 26, 2008.

    2008 and 2013 Sanitary Sewer Flow Monitoring Data

    CCTV Inspection Reports and Videos

    City of Toronto Borehole Database, Golder Associates, December 2001

    Field Services Manual, City of Toronto, Technical Services, May 2009.

    Engineering & Construction Services Design Drawing and Record Drawing Protocol, latest version.

    Notification Guide for Design and Construction Projects

    Safe Operating Procedures for Asbestos at Toronto Water Facilities.

    The City’s Health and Safety Procedures.

    Confined Space Entry Procedures.

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

    VIEW

    ING

    COPY

    14 of 287

    http://www1.toronto.ca/wps/portal/contentonly?vgnextoid=d490ba32db7ce310VgnVCM10000071d60f89RCRDhttp://www.toronto.ca/basementflooding

  • Inflow and Infiltration Reduction Pilot Project on Wirral Court Sewage Pumping Station Sewershed

    Phase 1: Inflow and Infiltration Reduction Strategy

    RFP No. 9117-15-7263

    Design Criteria for Sewers and Watermains, City of Toronto, November 2009 is available in the City’s website at http://www.toronto.ca/water/publications/pdf/toronto_sewer_watermain_design_manual.pdf

    The City of Toronto’s “Standard Construction Specifications & Drawings for Sewers, Watermains and Roads": www.toronto.ca/calldocuments/construction_specs.htm. City of Toronto Accessibility Guidelines, 2004: www.toronto.ca/diversity/pdf/accessibility_design_guidelines.pdf

    City of Toronto’s Sewer Use Bylaw, available at: http://www.toronto.ca/water/protecting_quality/pollution_prevention/index.htm

    City of Toronto’s Municipal Licensing & Standards, available at: http://www1.toronto.ca/wps/portal/contentonly?vgnextoid=27c4a83b82870410VgnVCM10000071d60f89RCRD

    City of Toronto’s Municipal Consent Requirements, available at http://www.toronto.ca/engineering/mcr/

    Engineering Survey Standards for Consultants, Version 2.5, available at http://www.toronto.ca/mapping/cadd.htm

    Engineering Survey Microstation V8 Graphic Specifications, Version 1.2.1, available at http://www.toronto.ca/mapping/cadd.htm

    Streetscape Manual, available at http://www.toronto.ca/planning/urbdesign/streetscape/

    City of Toronto Pavement Design Guidelines, available at: http://www1.toronto.ca/wps/portal/contentonly?vgnextoid=15b73d3085131410VgnVCM10000071d60f89RCRD&vgnextchannel=9deeabbf06721410VgnVCM10000071d60f89RCRD

    Mandatory Downspout Connection - Frequently asked questions: http://www1.toronto.ca/wps/portal/contentonly?vgnextoid=cd5dc4fdc0b8f310VgnVCM10000071d60f89RCRD&vgnextchannel=d490ba32db7ce310VgnVCM10000071d60f89RCRD

    Toronto Municipal Code – Chapter 681 Sewers: http://www.toronto.ca/legdocs/municode/1184_681.pdf

    Tree Protection Policy, available at http://www.toronto.ca/trees/

    .3 Copies of the appropriate documents will be supplied to the Vendor

    City of Toronto – Fair Wage Policy: http://www1.toronto.ca/City%20Of%20Toronto/Purchasing%20and%20Materials%20Management/Shared%20Content/Files/fair-wage-policy%20FINAL-s.pdf

    2.5 QUESTIONS

    .1 Questions must be submitted by the deadline as per the RFP cover page. Questions will normally be answered via Addendum. Depending upon the questions received, the City may hold an information meeting to deal with questions.

    VIEW

    ING

    COPY

    15 of 287

    http://www.toronto.ca/water/publications/pdf/toronto_sewer_watermain_design_manual.pdfhttp://www.toronto.ca/water/publications/pdf/toronto_sewer_watermain_design_manual.pdfhttp://www.toronto.ca/calldocuments/construction_specs.htmhttp://www.toronto.ca/diversity/pdf/accessibility_design_guidelines.pdfhttp://www.toronto.ca/water/protecting_quality/pollution_prevention/index.htmhttp://www.toronto.ca/engineering/mcr/http://www.toronto.ca/mapping/cadd.htmhttp://www.toronto.ca/mapping/cadd.htmhttp://www.toronto.ca/planning/urbdesign/streetscape/http://www1.toronto.ca/wps/portal/contentonly?vgnextoid=15b73d3085131410VgnVCM10000071d60f89RCRD&vgnextchannel=9deeabbf06721410VgnVCM10000071d60f89RCRDhttp://www1.toronto.ca/wps/portal/contentonly?vgnextoid=15b73d3085131410VgnVCM10000071d60f89RCRD&vgnextchannel=9deeabbf06721410VgnVCM10000071d60f89RCRDhttp://www1.toronto.ca/wps/portal/contentonly?vgnextoid=15b73d3085131410VgnVCM10000071d60f89RCRD&vgnextchannel=9deeabbf06721410VgnVCM10000071d60f89RCRDhttp://www1.toronto.ca/wps/portal/contentonly?vgnextoid=cd5dc4fdc0b8f310VgnVCM10000071d60f89RCRD&vgnextchannel=d490ba32db7ce310VgnVCM10000071d60f89RCRDhttp://www1.toronto.ca/wps/portal/contentonly?vgnextoid=cd5dc4fdc0b8f310VgnVCM10000071d60f89RCRD&vgnextchannel=d490ba32db7ce310VgnVCM10000071d60f89RCRDhttp://www1.toronto.ca/wps/portal/contentonly?vgnextoid=cd5dc4fdc0b8f310VgnVCM10000071d60f89RCRD&vgnextchannel=d490ba32db7ce310VgnVCM10000071d60f89RCRDhttp://www.toronto.ca/trees/

  • Inflow and Infiltration Reduction Pilot Project on Wirral Court Sewage Pumping Station Sewershed

    Phase 1: Inflow and Infiltration Reduction Strategy

    RFP No. 9117-15-7263

    SECTION 3 SCOPE OF WORK 3.1 SCOPE OF WORK OVERVIEW

    The intent of Phase 1 of the Pilot Project is to review the available information, undertake additional field inspections to pinpoint and quantify the sources of I/I, and develop an I/I reduction strategy. The I/I reduction strategy developed in Phase 1 will be reviewed and approved by the City for implementation in Phase 2. A separate RFP will be issued for engineering services for implementation after the completion of Phase 1. In general, the scope of workforce Phase 1 of the pilot project includes, but is not limited to, the following tasks:

    Task 1: Project Management

    Task 2: Data Gathering and Review

    Task 3: Rainfall and Flow Monitoring Analysis

    Task 4: Subsurface Soil and Groundwater Assessment (Provisional Items)

    Task 5: Field Inspections

    Task 6: Geodatabase Development

    Task 7: Condition and Needs Assessment

    Task 8: Inflow and Infiltration Reduction Strategy

    The requirements specific to each task are outlined in detail in the following sections of this RFP.

    Public support and participation is an important component for the completion of Phase 1. The Proponent shall provide public consultation services, be a point of contact with property owners during the course of the entire project. A liaison person shall be present on site at all times during inspections to address resident concerns. The Proponent shall follow the specific requirements in Section 3.4 regarding entering private properties for inspection.

    3.2 GENERAL PROJECT REQUIREMENTS

    3.2.1 Task 1 Project Management

    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 in their entirety, and shall comply with the contractual requirements of the City as specified in the Appendices, and to ascertain the full scope of work and engineering and field work services required for the project, prior to submission of the proposal, including:

    General Project Requirements (Appendix A.1). Specific exceptions/modification to

    Appendix A.1 include:

    i) With specific reference to all the provision of electronic deliverables on CD, removable hard drive/USB memory stick, provide on encrypted flash drive or via secure download as appropriate.

    ii) Section A.1.8.2.1: (a) Replace with Microsoft Office Suite, version 2013; (b) version 2013

    VIEW

    ING

    COPY

    16 of 287

  • Inflow and Infiltration Reduction Pilot Project on Wirral Court Sewage Pumping Station Sewershed

    Phase 1: Inflow and Infiltration Reduction Strategy

    RFP No. 9117-15-7263

    iii) Section A.1.15.1.10: Safety equipment is to be provided by the Proponent, but direct costs paid for in accordance with Section 7.3.

    Engineering Studies (Appendix A.3), with the following exceptions / modifications:

    iv) Section A.3.2.3.2: If a draft Project Plan is prepared, it must be reviewed and approved by the City Project Manager prior to finalization.

    v) Section A.3.3: Refer to the RFP Section 2.3 for the City's standards

    RFP Process Terms and Conditions (Appendix B)

    Submission Forms (Appendix C)

    Specimen Contract Agreement, including General Conditions of Contract, Fair

    wage policy and schedule, Insurance Forms and Statutory Declarations (Appendix

    D). For construction activity through this RFP/Project, City of Toronto's Fair Wage

    Policy is applicable and the Schedule applicable is "Sewer and Watermain

    Construction – 2013".

    Project Reference Material which includes plots of sanitary flow monitoring data

    and samples of Toronto Water Service Card and Drain (Appendix E)

    Specific requirements for construction and inspection work such as CCTV, Sewer

    Cleaning, Cleanout Installation and Restoration are outlined in the Construction

    and Field Inspection Project Reference Material (Appendix F)

    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 Occupational Health & Safety: the Proponent is responsible for meeting the requirements of the Occupational Health & Safety Act (OHSA) and City's Health & Safety Policies and Procedures at a minimum. The Proponent is to review City's safe work procedures and prepare their own procedures to meet the requirements of actual work and as required by the OHSA and regulations.

    a. The Proponent is responsible for meeting all of the requirements of the

    Occupational Health & Safety Act (OHSA) and its various Regulations, best

    practices and guidelines in particular but not limited to: Construction Regulations,

    Industrial Regulations, Designated Substances, WHMIS, Transportation of

    Dangerous Goods Act, Technical Standards & Safety Act, Highway Traffic Act,

    Workplace Safety & Insurance Act, Ontario Traffic Manual Book 7, Fire Protection &

    Promotions Act, X-Ray Safety, Diving Operations, Building Repair Operations etc.)

    b. The Proponent is responsible to ensure that all of their affected employees and that

    of their Contractors/Sub-contractors are appropriately trained in Occupational

    Health and Safety and that they are considered competent as per the OHSA in

    particular but not limited to: Basics of supervision (for supervisors as per OHSA

    definition), MOL Worker Health and Safety Awareness in 4 steps (or equivalent),

    MOL Supervisor Health & Safety Awareness in 5 steps, Workplace Violence and

    VIEW

    ING

    COPY

    17 of 287

  • Inflow and Infiltration Reduction Pilot Project on Wirral Court Sewage Pumping Station Sewershed

    Phase 1: Inflow and Infiltration Reduction Strategy

    RFP No. 9117-15-7263

    Harassment and other risk specific training ie: confined space, work at heights,

    asbestos awareness, first aid.

    c. Consultant staff and the sub-consultant or contractor working at site must be

    knowledgeable of the OHSA and its Regulations as it applies to industrial and

    construction projects. Designated Substances Act, WHMIS, Workplace Safety &

    Insurance Act, Transportation of Dangerous Goods Act, Technical Standards &

    Safety Act, Highway Traffic Act, Ontario Traffic Manual Book 7, Fire Protection &

    Promotions Act, X-Ray Safety, Asbestos on Construction Projects and in Building

    Repair Operations, Diving Operations.

    d. Some of the activities such as installing a cleanout may be considered as

    construction activity and Notice of Project may be required by the successful

    Proponent's sub-contractor to undertake the work. In such case the Vendor or their

    sub-contractor will be the "Constructor" as defined by the MOL.

    e. Consultant and Contractor staff working on-site must possess insurance, bonding,

    written proof of competency such as appropriate professional training/certifications

    and experience in confined space entry, traffic control, and health and safety

    applicable to the project (i.e. confined space entry, fall arrest, First Aid & CPR,

    ladder & scaffolding training documentation, WHMIS training documentation, and

    any other appropriate certificate required to perform the field works). The City will

    not assume any liability.

    .2 The Proponent is responsible for providing all safety equipment for the protection of its

    staff, including gas detection, safety retrieval devices, and all equipment for Confined

    Space Entries (CSEs) required for inspection purposes. A standard entry permit must be

    completed before any CSE taking place.

    .3 Road Occupancy Permit (ROP) and Traffic Control are to be ensured by the Vendor and/or subcontractor. The cost associated with ROP and traffic control required for Confined Space Entry, clean-out installation and CCTV inspection is to be included in the unit price provided for respective base scope activities.

    .4 Environmental Protection: the Proponent shall provide measures to ensure a safe environment and no disruption for the public and community throughout the course of the project.

    .5 Project Management Plan: at the beginning of the project, within 10 business days of award of the contract by the City's Bid Committee, the Vendor is to provide a Project Management Plan for review and approval by the City. The Vendor is to provide a refinement of the proposed work plan including updated schedule showing critical path analysis and detailed scope of work and deliverables for each task.

    VIEW

    ING

    COPY

    18 of 287

  • Inflow and Infiltration Reduction Pilot Project on Wirral Court Sewage Pumping Station Sewershed

    Phase 1: Inflow and Infiltration Reduction Strategy

    RFP No. 9117-15-7263

    .6 Workshops: The involvement of the appropriate Toronto Water staff in the monthly meetings is not an effective nor efficient method for obtaining their input. In your work plan, include five (5) workshops to ensure that input from Toronto Water Operations and Asset Planning teams is sought and obtained at the appropriate time.

    .7 Coordination: The Vendor will be responsible for complete coordination with utilities and utility locates for any construction work and intrusive investigation work.

    .8 Quality Control and Assurance: The Proponent shall ensure that the project deliverables are developed and finalized in accordance with the requirements of this RFP, reviewed and signed off by an internal QA/QC reviewer prior to formal submission. The Vendor is responsible for QA/QC of all Specialties, including sub-consultants, and must take the appropriate actions and corrective measures, in order to ensure the quality of all Services and Deliverables. The differences disclosed in the checking process shall be resolved and resolution shall be documented.

    .9 In addition to tables and figures as part of the descriptive reporting, field inspection results and priority rehabilitation works shall be presented using database software such as Microsoft Access and ArcGIS for visualization and presentation.

    .10 The Proponents shall provide for the cost of a financial report performed by an external auditor duly licensed under the Public Accounting Act, 2004 (as amended) to the effect that in his/her opinion the charges set forth in such final statement are properly chargeable under the associated engineering agreement. The report shall be in the form prescribed by the Canadian Institute of Chartered Accountants (CICA) guidelines. Payment as per Section 7.

    3.3 PROJECT-SPECIFIC REQUIREMENTS

    The following clauses provide project specific requirements to the Scope of Services Overview in Section 3.1, and are to be read in conjunction with the Appendices. Where there is a conflict, the provisions in this section shall take precedence.

    3.3.1 Task 2: Data Gathering and Review

    .1 Identify and collect data, drawings and background information required for the project, including but not limited to sewer asset geodatabase, service and drain cards (see Appendix E for samples), monitored rain and sewer flow data, pumping station SCADA flow data, CCTV inspection data for local collection system, as-built or record drawings, GIS information, population, water consumption data, etc. The City Project Manager can assist if challenges are encountered in obtaining the information; however, the Vendor is ultimately responsible for obtaining the information within schedule time lines. The Proponent shall be aware that:

    Some of the requested information may not be available, updated or accurate. The City

    resources are scarce with respect to City staff availability to search, retrieve and collect

    existing information. The Proponent shall include reasonable time lines to obtain this

    information in its schedule. Fill in data gaps and verify the provided information if data

    deem unreasonable via field inspection. All assumptions are to be developed in

    VIEW

    ING

    COPY

    19 of 287

  • Inflow and Infiltration Reduction Pilot Project on Wirral Court Sewage Pumping Station Sewershed

    Phase 1: Inflow and Infiltration Reduction Strategy

    RFP No. 9117-15-7263

    consultation with the City, based on the Proponent's recommendations. The Vendor shall

    provide documentation on the assumptions and modifications, and a database with

    updated data that can be jointed to the City's geodatabase at a later stage of the study.

    The Vendor will be asked to sign Data Release and Disclaimer forms with the City.

    .2 Collect, compile and review the available relevant background information, but not limited to the following:

    Background information listed in Section 2, that will help in identifying I/I sources

    Review and confirm the existing site conditions and background geotechnical and hydrogeological information

    Carry out site visits to confirm the drainage area boundary in the field

    Consultation with City's operational staff to obtain information and input about the project requirements for inspecting sewer connections on public side as well as on private side (review of drain and service cards).

    Review and understand the private servicing system and connections to the City’s sewer collection system (consultation with Operations staff and review of drain and service cards).

    .3 Review all available drain and service cards available in the City's record database for 50 preselected private properties. Selection criteria will be reviewed by the City based on the CCTV and other filed tests results. The drain and service cards will be made available for viewing and downloading to the Vendor. The City Project Manager can assist in arranging the review. Samples of drain and service cards are attached in Appendix E.

    .4 Review and analyze the City’s available main line sewer and maintenance hole CCTV inspection reports. The Vendor is to conduct the review taking into consideration the following:

    i) A specialized contractor hired by the City will complete CCTV inspection and the City will provide inspection videos and assessment reports including description of defects, conditional and structural grades, and recommendations on priorities for rehabilitation.

    ii) The Vendor shall review the existing CCTV videos and inspection reports in conjunction with other sewer system related information readily available (mainly 2008 and 2013 flow monitoring and field observation of roof downspout connection) to identify locations requiring further field investigation to pinpoint I/I sources.

    iii) The Vendor is to prepare a list of all mainline sewer and maintenance hole that require rehabilitation and that will reduce I/I as a result of rehabilitation The consultant is to provide a comprehensive list of sewers and maintenance holes that shall be rehabilitated by the City of Toronto with time line, and approximately quantify I/I reduction that will be achieved on the public side, by undertaking such work based on CCTV review, past flow monitoring and further micro flow monitoring which shall be undertaken by the consultant to pinpoint I/I sources. This set of recommendations will be included in the I/I Reduction Strategy (Phase 1 final report).

    VIEW

    ING

    COPY

    20 of 287

  • Inflow and Infiltration Reduction Pilot Project on Wirral Court Sewage Pumping Station Sewershed

    Phase 1: Inflow and Infiltration Reduction Strategy

    RFP No. 9117-15-7263

    3.3.2 Task 3: Rainfall and Flow Monitoring

    .1 Collect 2008 and 2013 rainfall and flow monitoring data and available pumping station SCADA flow data from the City. Review and analyze 2008 and 2013 monitored flow data, identify and quantify the I/I based on the selected rainfall events in 2008 and 2013 for each of the monitored areas.

    .2 Analyze the quality of the flow data by checking the data consistency, flow continuity, and scatter plots.

    .3 Analyze the 2008 and 2013 dry weather flow (DWF) conditions for each monitoring location, provide information on the following and compare the monitored DWF from the sewers with SCADA flow data.

    Daily peak, average and minimum DWF

    Residential wastewater generation rates in L/d/capita

    Diurnal pattern (24/7)

    Dry weather base flow in L/s/ha.

    .4 Analyze the available rain data and select three (3) representative and/or comparable rainfall events in each year of 2008 and 2013 to analyse the wet weather flow response characteristics including shape, slow/fast response, and volumetric runoff coefficient for each selected rain event at each monitoring location. Provide a statistics analysis for each of the selected rainfall events.

    .5 Include the following information and discussions at the minimum:

    Plots of all the data collected in time versus depth, velocity, and flow, and scatter plots; and

    A summary on the 2008 and 2013 DWF and WWF characteristics and the statistics of the selected rainfall used for the WWF analysis. Verify and confirm information provided in the RFP Section 2 Tables 2-1, 2-2 and 2-3.

    Identify I/I rates in each monitoring drainage area and possible I/I sources for further field inspection and investigations (micro-monitoring, CCTV, smoke and dye test).

    Changes on I/I after 2008 as some of the roof downspout connections have been disconnected since then.

    The impact of the new development (after 2009) at the north-east corner of St. Clair Avenue and Midland Avenue on the sewer and Wirral Court PS capacity under DWF and WWF scenarios.

    .6 Review previous rainfall and flow monitoring locations and provide recommendations for additional micro-monitoring locations if deemed necessary to accurately pinpoint I/I sources. The recommendations shall be based on site specific factors and depending on missing data and data required to complete the study accurately.

    .7 The Vendor is required to install micro flow monitoring to pinpoint I/I in areas where gaps and/or inconclusive CCTV data. This is a unit price item. For budgeting purposes, for each micro flow monitoring point allow for installation, data retrieval and analysis and reporting for a period of up to 4 months.

    VIEW

    ING

    COPY

    21 of 287

  • Inflow and Infiltration Reduction Pilot Project on Wirral Court Sewage Pumping Station Sewershed

    Phase 1: Inflow and Infiltration Reduction Strategy

    RFP No. 9117-15-7263

    3.3.3 Task 4: Subsurface Soil and Groundwater Assessment

    .1 Based on the collected information in Task 2 and Task 3 and the review of the available historical borehole database, the Proponent shall determine whether groundwater table is a source of I/I in the project area.

    .2 If required, the Proponent shall recommend borehole work to be done, prepare the Terms of Reference and hire a sub-contractor. The Terms of Reference shall identify the duration, locations, and the type of the geotechnical work required. As part of base scope for this task allow for the cost to undertake geotechnical and hydrogeological work by specialized contractors. For the purpose of this RFP, Proponents are advised to include the price for five (5) boreholes up to five (5) metres depth in road allowance including acquiring road cut permit, restoration and monitoring of ground water level up to a period of 6 months and providing a report as required to complete the I/I study.

    .3 After consultation and approval by the City, the Vendor will prepare terms of references for the approved provisional work and manage the subcontracted work.

    3.3.4 Task 5: Field Inspections

    To identify sustainable solutions to reduce I/I and specifically on the private side, the City recognizes that a thorough field investigation for lateral connections is required to pinpoint all sources of I/I. As previously mentioned, one of the focus of this project is to identify and approximately quantify I/I from private properties and lateral connections. The Vendor is to develop and implement a comprehensive Field Inspection Work Plan, as outlined below.

    .1 Gather knowledge and information identify and prioritize areas, private properties and institutions with high possibility of I/I, quantify I/I contribution rates from public side and private side, and develop a work plan to pinpoint the sources of I/I using industry accepted techniques, such as smoke test, dye test, micro-monitoring, CCTV inspection for laterals, downspout and foundation drain connections, etc. Inspections shall be well planned to collect sufficient information to accurately identify system components in need of rehabilitation and provide recommendations on the appropriate technology required for the rehabilitation. The field inspection plan should take into consideration that some of the investigations are weather dependent and working during rainy conditions shall be considered. All tests mentioned above may not be required for each property, and hence the payment is suggested through a unit price. The Vendor is to develop a plan to recommend what type of tests are required for each property.

    .2 Identify and prioritize sewer and service connection inspections, such as connections of catch basins, laterals, downspouts, area drains and foundation drains, etc., on both public and private sides.

    .3 Allow for six (6) meetings with the City's sewer by-law staff, public consultation unit, operations staff and legal staff to develop a strategy and plan to address private property entrance and limitations of the work. Prepare a field inspection plan and consult the City prior to conducting and implementing actual field inspections.

    VIEW

    ING

    COPY

    22 of 287

  • Inflow and Infiltration Reduction Pilot Project on Wirral Court Sewage Pumping Station Sewershed

    Phase 1: Inflow and Infiltration Reduction Strategy

    RFP No. 9117-15-7263

    .4 Carry out field inspections as per the developed plan for roof downspout and area drain connections and identify exterior surface drainage issues that may contribute to I/I for each of the properties in the project area, except for the new developments at the north east corner of St. Clair Avenue and Midland Avenue. Provide a geodatabase and mapping to document and present the inspection results in a format agreed by the City. To complete such field investigation, a visual assessment will be completed around the house. City's public consultation staff will assist with developing a communication strategy, however consultant shall be the prime contact. The Proponent shall follow the specific requirements in Section 3.4. For proposal evaluations and budgeting, assume a total of 770 properties will be contacted, visited and physically inspected for this task. Inspection price shall be based on cost per property. The Proponents are advised that this task is expected to be carried out immediately after the data gathering and review task with proper notice to residents and agreement to enter private properties if required. If the visual inspection is not conclusive for some of the properties, the consultant is to conduct further inspections as outlined in Task 5.1.

    Specialty sub consultants and CCTV contractors are to be identified by Proponents in their proposal submission. The CCTV subcontractor/sub consultant must be have the following capabilities:

    a. conducting full length lateral inspections from the mainline b. clean the lateral (debris and roots removal, flushing etc.) c. install cleanouts for laterals with difficult access d. advancing camera on both sides of "wye" connections where the lateral

    is split between two properties e. take measurements from the mainline to the end of the lateral CCTV

    survey f. provide CCTV videofiles and field measurements in digital format on

    weekly basis g. report any major defects that might cause sewer backup or service

    disruption. Major issues must be reported by the Vendor to the City within maximum an hour from the defect identification time with specific details regarding the location, anticipated risk, nature and magnitude of the defect (i.e. 95% sewer obstruction by roots intrusion in lateral at 3 metres from the mainline at a specific address; anticipated risk of sewer backup, picture and video file attached via email)

    h. install sewer bypass if required on emergency basis with City's project Manager approval ensure coordination with homeowner to minimize service disruption

    i. address homeowners complaints within the same day (maximum 24 hours)

    j. perform remediation work required in case of sewer back-ups and other emergency work if deemed necessary for service continuity.

    .5 Identify any potential connection of storm and sanitary through review of available drawings and information

    VIEW

    ING

    COPY

    23 of 287

  • Inflow and Infiltration Reduction Pilot Project on Wirral Court Sewage Pumping Station Sewershed

    Phase 1: Inflow and Infiltration Reduction Strategy

    RFP No. 9117-15-7263

    .6 Some of the inspections (household survey) and testing may require entering private properties. The Vendor is to update all the service cards and drain cards based on the field inspection outcome for each property.

    .7 In certain cases (unit price basis) "Clean-out" installation will be required, if the consultant is not able to complete the lateral CCTV inspection from either side. The sewer service card is to be updated for each location where a new clean-out was installed as part of this project and where information is collected by the Vendor that does not match the card.

    .8 If cleanout installation is required, the unit price provided by the Vendor must include utility locates, coordination with the homeowner, approvals and actual installation and restoration work. If installation of a cleanout is not feasible or overly onerous, the Vendor must inform the City prior to the lateral inspection for such property being abandoned. The Vendor is advised that the CCTV subcontractor must employ the best available camera technology to inspect full length laterals (single and "wye" connections). Abandoned CCTV will not be accepted for payment.

    .9 "Wye" connections shall be identified and recorded in the geodatabase and sewer service card.

    .10 The City expects the consultant and their sub-contractor to clean the lateral prior to inspection and complete full length lateral inspection from the main line. The lateral inspection will continue to the private side up to a feasible point. If lateral inspection is not feasible through the mainline or if the camera is not able to advance further into the private property, CCTV inspection shall be completed through the cleanout or other options available at the property based on approval from the City's Project Manager

    .11 CCTV of laterals will be paid through on single property basis. The coding and data to be provided to the City in electronic and reporting format following PACP standards. The Vendor is responsible for CCTV videofiles reviews, defects coding and pipe condition assessment.

    .12 The consultant is responsible to ensure CCTV lateral inspection and review as follows:

    CCTV inspections are to be completed in accordance with City's requirements, standards and PACP guidelines. The measurements recorded shall start at the maintenance hole used for camera launching for video inspection of the respective lateral.

    Complete review CCTV videotapes and reports provided by CCTV surveyors and accept/reject and order re-CCTV at no additional cost to the City, if the CCTV work is not acceptable.

    Incorporate finding and recommendations into risk assessment and feasibility analysis of all alternatives.

    .13 Review maintenance hole covers condition and grading of sanitary sewers within study area and understand and estimate I/I during rain event to prepare final rehabilitation recommendation.

    VIEW

    ING

    COPY

    24 of 287

  • Inflow and Infiltration Reduction Pilot Project on Wirral Court Sewage Pumping Station Sewershed

    Phase 1: Inflow and Infiltration Reduction Strategy

    RFP No. 9117-15-7263

    .14 The City will consider the need for additional testing (i.e. tests that are not included in the current scope of work) during the course of the project and determine whether or not to proceed with testing. The Vendor shall confirm, during course of the project, if testing will be required and make recommendations to the City. These recommendations are to be provided in writing with an accompanying rationale and preliminary cost estimate for the City's consideration. Should the testing be required, the Proponent shall prepare a description of the proposed testing including, but not limited to, type of tests, duration, size, and the number of units. A provisional allowance has been included in Table 7-1 for additional testing.

    3.3.5 Task 6: Geodatabase Development

    .1 The Vendor is to develop a pilot project specific geodatabase using ArcGIS platform. The consultant shall agree with the City on the format and the feature classes to be included in the geodatabase prior to starting this task. These details shall be discussed during regular project meetings.

    .2 All assumptions are to be developed in consultation with the City, based on the successful Proponent's recommendations. The database shall be jointed to the City's geodatabase at a later stage of the project.

    .3 A sewer laterals geodatabase shall be developed to summarize the findings from Task 2, and further laterals inspection conducted in Task 5. This geodatabase is to be compatible with the City's geodatabase for the local sewer system.

    .4 Include mapping of the inspected locations, identified I/I sources and corresponding quantification of the I/I, as well as the recommended I/I reduction measures on public side (based on CCTV and reports provided by the City) as well as on the private side (based on all work completed by the consultant). Identify and pinpoint I/I source and estimate the I/I volume by source, which can support the rehabilitation need for the respective property.

    .5 Include inspected properties for downspout assessment and recommended downspout disconnection locations.

    .6 Include properties subject to drain and service card reviews, identified properties with issues and potential I/I sources and recommendations for remediation. Specify type of repair and location on private and/or public side.

    .7 Include all new flow monitoring installed as part of this project into the existing City's geodatabase.

    3.3.6 Task 7: Condition and Needs Assessment

    .1 Classification and prioritization of the recommended works according to City's State of Good Repair (SOGR) sewer rehabilitation work types, including but not limited to:

    VIEW

    ING

    COPY

    25 of 287

  • Inflow and Infiltration Reduction Pilot Project on Wirral Court Sewage Pumping Station Sewershed

    Phase 1: Inflow and Infiltration Reduction Strategy

    RFP No. 9117-15-7263

    Mainline rehabilitation (lining, spot repair, replacement etc.)

    Maintenance Hole rehabilitation (lining, spot repair, cover replacement etc.)

    Changing covers/frames or grading of local collection system maintenance holes if that will result in I/I reduction

    Remove cross connections on public side (storm and sanitary connection)

    Lateral rehabilitation (lining, spot repair, replacement, separation of storm/sanitary etc.)

    Disconnecting downspouts, disconnecting foundation drain, installation of sump pump and installation of backwater valve (BWV).

    Local surface re-grading

    .2 Evaluate alternative solutions for remediation and select the best available solution based on sustainability principles (financial, technical and environmental).

    .3 Based on all investigations and inspection reports quantify and estimate I/I for each property and by type of source. Prioritize and recommend the type of rehabilitation and remedial work for each property (including public component related to the private property) with a cost benefit analysis, short term and long terms risks, feasibility and provide detailed cost estimate of proposed remedial work for each property.

    .4 Identification, quantification and comparative evaluation of I/I rates on public side and private side observed pre-rehabilitation based on collected data.

    .5 Condition assessment of the inspected laterals based on CCTV inspection reports (defects summary). The condition assessment must include a defects summary on private side and public side.

    .6 Classification of the recommended works and associated cost estimate according to ownership delineation (public and private side).

    .7 After the City's review of the proposed recommendations, the Consultant shall prepare Order of Magnitude Cost Estimates and a Cost-Benefit Analysis. A detailed breakdown by system component, type of rehabilitation work (trenchless vs. open cut), property ownership and specialty division is required.

    .8 Costs are estimated primarily from projects of similar nature and extent, but looking at each system component (maintenance holes, mainlines, laterals, cross-connections, downspout, foundation drains etc.) separately. The costs of rehabilitation works are likely to require quotations from suppliers and contractors based on particularities of the type of work required. The total cost shall be broken down by type of work (trenchless vs. open cut) and ownership (public vs. private) to the extent possible.

    .9 The benefits of the improved sewer system may include reduced inflow and infiltration, restored sewer and pumping station capacity, less health and social impact (water borne diseases), less operation and maintenance costs. All these benefits must be quantified and included in the cost-benefit analysis.

    .10 If it is necessary to compare two alternatives with different benefits, the benefits of each alternative will be quantified and incorporated into a multi-criterion analysis. The Vendor

    VIEW

    ING

    COPY

    26 of 287

  • Inflow and Infiltration Reduction Pilot Project on Wirral Court Sewage Pumping Station Sewershed

    Phase 1: Inflow and Infiltration Reduction Strategy

    RFP No. 9117-15-7263

    must develop a list of criteria to be considered as basis for a detailed cost-benefit analysis in consultation with the City.

    .11 Prioritization of the recommendations for remediation based on criteria discussed and approved by the City.

    .12 Establish Key Performance Indicators (KPIs) and I/I reduction targets for pilot project effectiveness evaluation by assuming the quantity of I/I which could be removed on public side and private side.

    .13 Detailed implementation/delivery plan/options on the recommended works on the private side including any works on private property and/or inside home owner's basement. Identify major constrains and concerns in achieving the I/I reduction target, and impacts on the sanitary sewers and the Wirral Court PS capacity if I/I from the private side would not be reduced to the target level.

    .14 Although the question of why the 2013 wastewater flow was greater than the 2012 water consumption, as noted in Table 2.2, is not related to I/I issues, based on the investigations the Proponent shall provide discussions and recommendations to address this question.

    3.3.7 Task 8: Inflow and Infiltration Reduction Strategy (Phase 1 Report)

    An outline of the contents of a strategy is given herein. This is a guideline only; the proponent shall propose the contents based on the project-specific conditions and needs depending on the exact nature of the work involved. A comprehensive strategy is to include but not limited to the following:

    .1 A general description of the existing sewer systems and its condition. This will include the pipe dimensions, material, full pipe capacity, and condition, summary of defects, age and performance of the sewer system and its components.

    .2 Summarize analysis results for each sub-catchment based on the 2013 rainfall and flow monitoring data.

    .3 Summarize I/I sources and I/I rates identified for each sub-catchment area and the entire pilot catchment area.

    .4 Summarize pilot project objectives, KPIs and I/I targets recommended for effectiveness monitoring.

    .5 Identify natural environment issues such as impact to private properties, community, regulated areas, vegetation, and groundwater; propose short and long term mitigation measures and outline specific issues to be addressed at later stages.

    .6 Summarize priorities for remediation of the mainline and maintenance holes on the public side.

    .7 Assessment of feasible alternatives for lateral, clean-out, roof downspout, foundation drain and/or cross connections disconnection etc.) proposed for rehabilitation. This

    VIEW

    ING

    COPY

    27 of 287

  • Inflow and Infiltration Reduction Pilot Project on Wirral Court Sewage Pumping Station Sewershed

    Phase 1: Inflow and Infiltration Reduction Strategy

    RFP No. 9117-15-7263

    assessment will include description of all alternatives and selection of preferred alternative based on overall cost estimate, risk (i.e. impact on the current service level) and benefits.

    .8 A clear definition and detailed description of the preferred alternative, which will form the preferred alternative proposed for design and implementation. A summary of design criteria, general layout, and geospatial map shall be prepared for the preferred alternative selected for each type of rehabilitation work.

    .9 A summary of the Cost-Benefit Analysis (CBA) of the preferred alternative. At this stage, the feasible alternatives from technical standpoint have been evaluated in terms of costs and benefits associated with each type of work (lateral rehabilitation options, mainline rehabilitation, maintenance hole, disconnection of drains, cross-connections etc.). A detailed discussion of the full length lateral rehabilitation on both public and private property in one work setup shall be included in the cost-benefit analysis.

    .10 A Work Summary is required to include prioritization of the system components recommended for remediation and the associated cost estimates. The work summary shall be in the geodatabase to allow for mapping out all of proposed remediation locations. The Vendor will group and prioritize the works required on the public and private sides.

    .11 An Implementation Plan including constructability review shall be prepared at this stage, to outline possible constructability issues and staging requirements for each type of work. This shall include cash flow projections, key milestones and timelines recommended for tendering, construction and post-construction.

    .12 Risk Management Strategy including short-term and long-term risks and control measures for the preferred alternative selected for each type of work and system component.

    .13 A Strategic Action Plan to summarize proposed rehabilitation measures for design and implementation, prioritization for short term and long term, including financial and technical details of the preferred alternative selected for each type of rehabilitation work required on public and private sides.

    .14 Executive Summary to highlight key elements such as current condition, scope of work by priority and ownership (public and private property), objectives, KPIs and I/I target rates, capital cost, timeline, risks and resources required for the pilot project implementation (Phase 2) and evaluation (Phase 3).

    3.4 PUBLIC CONSULTATION SERVICES

    Public support and participation is an important component for the completion of Phase 1. The Proponent shall provide public consultation services, and act as a point of contact (liaison person) with property owners during the course of the entire project. A liaison person shall be present on site at all times during inspections to address resident concerns. The Vendor shall follow City's procedures and guidelines, and meet the requirements outlined in this section regarding entering private properties for inspection.

    VIEW

    ING

    COPY

    28 of 287

  • Inflow and Infiltration Reduction Pilot Project on Wirral Court Sewage Pumping Station Sewershed

    Phase 1: Inflow and Infiltration Reduction Strategy

    RFP No. 9117-15-7263

    The Vendor will prepare all public consultation documents required to complete the required field investigations. These documents include but not limited to: pilot project description/flyer, notices of inspection, public information presentations, permit to enter agreement, door hangers, frequent questions and answers. The following clauses provide additional and 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 The Vendor will work in conjunction with the City of Toronto Public Consultation Unit (PCU). A staff person will be assigned to the project and will be part of the project team. This staff person, through the City’s Project Manager, will provide input on all draft public notification materials prepared by the Proponent (e.g. field investigation notices, etc.). Public consultation staff will be involved in the planning for the project with the Proponent as early in the project as possible, and the Proponent is to include sufficient time for interactions with the PCU. In addition to the monthly progress meetings, allow two (2) additional meetings with PCU on an as needed basis. The Proponent will be responsible for the preparation of all draft public notification materials.

    .2 A public information event may be necessary to inform the property owners that will be affected by the inspection of connected downspouts, foundation drains, etc., of the field testing procedures and impacts (e.g. smoke and dye testing), and address any questions or concerns. One public consultation session is planned for the project study area. The Proponent shall include the cost to prepare materials and attend one public information event for this purpose.

    .3 A similar public information event may be necessary to inform the property owners the inspection results, the required remedial works in their properties, and address any questions or concerns. The Proponent shall include a unit cost to prepare materials and attend one public information event for this purpose. This is kept as a provisional item in Part B of Table 7-1 for all costs related to this public information event.

    .4 The public consultation services to be provided by the Proponent for this project include the following: draft and final field investigation notices, regular update notices for all field investigations and remedial works (including clean-out installation if required), review and input on legal agreements required to access private properties (including both indoor and outdoor) to conduct inspections, and a point of contact to manage and answer questions or concerns from the public (contact information for this person will appear on the notices). The Proponent's qualifications, approach, and resources with regards to Public Consultation should be identified in the relevant sections of its proposal (refer to Section 6 of this RFP) and priced (in accordance with Section 7 of this RFP) accordingly.

    .5 It is anticipated that the extent of public consultation for this project will include notifying residents of all field investigations, including lateral CCTV inspections, micro-monitoring, smoke and dye testing, connected downspouts, area drains, lot grading, and foundation drains, and installation of clean-out if required.

    .6 All materials prepared by the Proponent will be reviewed by the City Project Team prior to being finalized for publication. To allow for sufficient review time and revision completion, all public information materials must be drafted at least three weeks prior to publication.

    VIEW

    ING

    COPY

    29 of 287

  • Inflow and Infiltration Reduction Pilot Project on Wirral Court Sewage Pumping Station Sewershed

    Phase 1: Inflow and Infiltration Reduction Strategy

    RFP No. 9117-15-7263

    Notices must be delivered to affected properties and/or local community a minimum of 2 weeks prior to field investigation taking place. This, and other review periods, should be reflected in the schedule submitted with the proposal.

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

    .8 The Proponent or its subcontractor need to enter private properties to conduct inspection exteriorly, such as the connections of roof downspouts, area drains (if exists), and exterior surface drainage, and lateral CCTV inspection (if required).

    The Vendor must notify the property owner in writing one month ahead of the scheduled inspection date, and have him/her provide written consent to enter the premises in a form acceptable to the City at least two weeks before entering. It is the responsibility of the Proponent to develop an acceptable form for obtaining written consent from property owners. The consent form and the schedule for notice release must be approved by the City prior to use.

    .9 If it is required to conduct inspections by entering the basement of a private property (for example, inspecting foundation drain connections/sump pumps), in addition to providing written notice to the property owner and obtaining the written consent of the property owner in an acceptable form (as set out above in 3.4.8), the Consultant shall complete police record checks for each employee and/or subtrade employee entering the basement.

    For the inspection work that requires entering a private property including a residential property, the consultant must provide a "Police Clearance Certificate" (PCC) for all staff who will enter the private property. The Vendor must only undertake the home inspection and private property inspection work after producing a PCC acceptable to the City's project manager.

    3.5 PROJECT MEETINGS AND WORKSHOPS

    The following clauses provide additional and project specific requirements to the General Project Requirements in Appendix A.1 and are to be read in conjunction with the Appendices. Where there is a conflict, the provisions in this section shall take precedence.

    .1 All liaisons with City staff are to be coordinated through the designated City Project Manager. This includes all data collection and meetings with staff from the different divisions and sections of the City. All meetings are expected to be held at the City of Toronto, Metro Hall, 55 John Street, Toronto, Ontario.

    .2 One (1) start up meeting will be held with City staff to discuss and finalize the detailed approach, work plan and schedule. Progress meeting requirements are as identified in Appendix A.1.5; however, progress meetings will be held on a monthly basis to discuss details, issues, queries, etc. The Proponent is responsible to alert the City with regards to issues, changes, etc., all of which shall be resolved before submission of draft work

    VIEW

    ING

    COPY

    30 of 287

  • Inflow and Infiltration Reduction Pilot Project on Wirral Court Sewage Pumping Station Sewershed

    Phase 1: Inflow and Infiltration Reduction Strategy

    RFP No. 9117-15-7263

    plans, memos and reports to the City. During these monthly meetings, the Proponent shall cover all project management reporting and capture City review input on specific deliverables associated with each task.

    .3 Six meeting as identified previously with City's legal, sewer by-law enforcement, public consultation and other staff.

    .4 In addition to the monthly project update meetings, include five (5) review workshops shall be scheduled to allow for coordination and consultation with Operations and Asset Planning.

    3.6 SUMMARY OF PROJECT SUBMISSIONS

    .1 Table 3-1 summarizes the major project submissions, and provides general guidelines on the number of versions and quantities. The “number of versions” indicates, for the same document, the number of draft versions which will be submitted for review to the City, plus a final version (for example, if 3 versions are specified, this means a draft, second draft and a final version, assuming noted deficiencies are adequately addressed). The proponent should note that other deliverables are also required, as specified within this document. Hard copies MUST be received by the City for the City Staff to review and comment, and the Proponent must include sufficient time in its schedule for City review time (5 business days for minor submissions and up to 20 business days for major submissions).

    .2 With each printed hard copy submission, include an electronic version with text, figures, maps, and photographs in Adobe .pdf format on a CD/DVD, containing the same documents as the hard copy, and in their native formats (.doc, .xls,.ppt, .mxd, ArcGIS shape files, .jpg, .mpp, .dwg, .dgn etc.).

    .3 The Proponent shall document all notes, technical data, geodatabase, drawings/ sketches, figures, tables, calculations, reports in their native formats and submit them on a USB key(s) or portable external hard disk drive(s) to the City at completion of the project. The City of Toronto reserves the right to hold back payment until all submissions are received and accepted by the City.

    Table 3-1 Summary of Key Project Submissions

    Task Submittal

    Number of Native

    Files Versions

    Number of Hard

    Copies

    Electronic Searchable PDF Format

    1

    Project Management Plan (one plan), Monthly

    Meetings, Workshops, Minutes and Monthly

    Progress Report and Schedule Updates

    2 2 1

    2 Data Gathering and Review Report 2 2 1

    3 Subsurface and Soil and Groundwater

    Assessment Reports 2 2 1

    4 Field Inspection Plan 2 2 1

    VIEW

    ING

    COPY

    31 of 287

  • Inflow and Infiltration Reduction Pilot Project on Wirral Court Sewage Pumping Station Sewershed

    Phase 1: Inflow and Infiltration Reduction Strategy

    RFP No. 9117-15-7263

    4

    Field Inspection Reports (Visual Inspection

    Reports, CCTV Video Files and Inspection

    Reports, Smoke and Dye Testing Reports)

    2 2 1

    5 Rainfall and Flow Monitoring Analysis Reports 2 2 1

    6

    Geodatabase (not Shapefiles) including

    existing state of good repair, sources of I/I and

    proposed rehabilitation works mapping. Must

    use NAD1927, MTM Coordinate System and

    compatible with ArcGIS version 10.2 for

    editing.

    3 2 1

    7

    Condition and Needs Assessment Report

    including Cost Estimates and Cost-Benefit

    Analysis

    2 2 1

    8 Inflow and Infiltration Reduction Strategy 3 5 1

    9 Public Consultation Documentation 3 as required 1

    3.7 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