ADDENDUM NO. 4 TENDER CALL NO CONTRACT NO. MCP Highland Creek Treatment Plant ECAP 06 MCCs Replacement and RPU/SCADA Upgrades

Size: px
Start display at page:

Download "ADDENDUM NO. 4 TENDER CALL NO CONTRACT NO. MCP Highland Creek Treatment Plant ECAP 06 MCCs Replacement and RPU/SCADA Upgrades"

Transcription

1 Michael Pacholok Director Purchasing and Materials Management Division City Hall, 18 th Floor, West Tower 100 Queen Street West Toronto, Ontario M5H 2N2 Victor Tryl Manager Professional Services February 20, 2015 Posted in PDF 20 pages ADDENDUM NO. 4 TENDER CALL NO CONTRACT NO. MCP Highland Creek Treatment Plant ECAP 06 MCCs Replacement and RPU/SCADA Upgrades CLOSING: 12:00 NOON (LOCAL TORONTO TIME), February 26, 2015 (REVISED) Please refer to the above Request for Tender (RFT) document in your possession and be advised of the following: I. REVISIONS AND ADDITIONS R1. Section of the technical specifications shall be modified to read as follows: Adjustable timing range: self contained to provide time interval adjustment timing range shall as indicated; except for the timing relays serving the new lighting control system which timing range shall not exceed more than four (4) hours. R2. Revision to clause 3.5 in Div : 3.5 INSPECTION AND TESTING (APPLICABLE FOR CONDUCTOR SIZE AWG #6 AND LARGER) 1. Follow all applicable NETA, IEEE and OESC standards and procedures. 2. Visual and Mechanical Inspection of new conductors: a) Physical damage. b) Proper connections in accordance with single-line diagram. c) Cable bends not in conformance with manufacturer s minimum allowable bending radius where applicable. d) Colour coding conformance with specifications. e) Proper circuit identification. 3. Electrical Tests - Insulation Resistance Test in conductors No. 6 and Larger: a) Utilize 1,000-volt DC megohmmeter for 600 volt insulated conductors and 500 volt DC megohmmeter for 300 volt insulated conductors. Do not perform test on equipment containing solid-state components. b) Where applicable, disconnect power factor correction capacitors from system prior to testing. c) Test each conductor with respect to ground and to adjacent conductors as per IEEE 118 procedures. Test duration shall be 1 minute. 1 of 20

2 d) Insulation-resistance values shall be in accordance with manufacturer s published data. In the absence of manufacturer s published data, investigate any values less than 50 megohms. e) Record test results in a log book and submit to Contract Administrator for reference. Replace or repair circuits which do not meet Inspection Authority requirements 4. Continuity test by ohmmeter method to ensure proper cable connections shall be conducted for all new conductors. Conductors shall exhibit continuity otherwise conductor integrity shall be investigated. 5. Verify uniform resistance of parallel conductors. Deviations in resistance between parallel conductors shall be investigated. II. QUESTIONS AND ANSWERS Q1. Refer to Section 2 Page 2-1 Section 4. We picked up all tender documents on a CD which does not contain City of Toronto official envelop and blue copy of Tender Call Cover Page. Will city accept tender submission with regular envelop addressed to city as per return label and white copy of Tender Call Cover page printed from the CD? Please clarify. A1. Bidders that purchased the tender electronically may use a regular envelope addressed as per the Return Label on Page 3 of the Tender and the Tender Call Cover page can be printed on white paper. Q2. Refer to Section item 1.7 Animal & Pest Contract - Is there a Raccoon in the tunnel area? A2. The city is not aware of any racoons in the specific area. Racoons are know to be found In the tunnels once in while. Q3. I saw and reviewed the specifications online; however, I need the lighting schedule to see what type of lighting fixtures is asked for. Do you have this document? A3. Electrical drawings E9, E10 and E11 show the lighting schedules for all fixtures. Q4. Existing MCC-0701/0702 on drawing E15, who is that MCC manufactured by? If its Eaton, is it possible to get a picture of the rating label showing the shop #? A4. MCC-0701/0702 is manufactured by Eaton and rating is shown below. Q5. For existing MCC-0701/0702 which is shown on drawing E15 as requiring new starters. Can a new starter bucket complete with breaker disconnect and control schematic be supplied in lieu of modifying existing starter and control wiring on site? A5. As long as the new bucket(s) is manufacture by same MCC-0701/0702 manufacturer (Eaton) we have no issues. 2 of 20

3 Q6. Multiple questions regarding alternate manufacturers: As per addendum #1 question and answer 8 the VFD*s for THC-PRM-P-1060, 1070, 0960 & 0970 are to be Toshiba. Can Eaton be added as approved supplier for the VFD*s? The UK series of terminal blocks is an older model Screw connection terminal block. We would normally suggest our customers to use the UT style of blocks when considering screw connection terminal blocks. These both will fit onto the 35mm DIN rail that is specified. E.H Price equivalent *TAMCO* Motorized dampers. PRICE LOUVERS * equivalent to Ventex GREENHECK Fan * equivalent to Twin City, Aerovent & Jenco Fan A6. Due to technical constraints and most importantly to maintain consistency of equipment and devices throughout Highland Creek Wastewater Plant, we kindly request the contractors to adhere to the materials specified in our technical specifications and contract drawings. Q7. Do you required shut down for Primary Clarifiers during the modification works for the bridges? If required, what is the duration? A7 The maximum allowable time to shut down any of the primary tanks in Phase 1 can be up to two (2) weeks and only if no other primary tanks in Phase 1 or Phase 4 are out of service at the same time. We recommend this work to be carry as soon as possible to minimize disruption in our processes; our suggestion is to have one crew replacing the 600 volt rail along the side of the tank while another crew is working on the bridge itself. Contractor shall plan for careful coordination with City and Contract Administrator during this task. Q8. Can the contractor place the temporary MCC on the tunnel floor below the Electrical Room for the MCC 0801/0802 change out in lieu of placing it inside the hallway adjacent to the Electrical Room? A8. Yes, the contractor can place the temporary MCC in the tunnel instead of in the hallway. Q9. Can Section 01010, states in bold All the process interlock logic for control, settings and ranges for monitoring, and alarming of the existing field instrument and devices that are not upgraded under this Contract shall remain as it is and not be changed in the new programming. Section 13010, 3.9 requires the system integrator to obtain the latest programs before programming. Please clarify whether the new RPUs are to utilize the existing code structures of the existing RPUs or are the RPUs to incorporate the new programming modules the City is now using. A9. The system integrator shall incorporate the use of the City's latest programming modules. Q10. Reference: Section Page 5 of g "The existing RPU and SCADA programming are provided in the appendix of the tender documents." We have searched the tender documents and cannot locate the above. Please advice in what format these will be and where specifically in the tender document these will be found. A10. No, existing RPU and SCADA programming has been included in the tender documents. Please, proceed to omit clause from Section Q11. Reference: The [2] Process Control Narratives (Primary Treatment Secondary Treatment) found at the end of Section 4: a). Have been marked up using various combinations of strikethrough, highlight color, and background color Please advice on the significance of these mark-ups. b). have no title page. Please advise the revision date for each PCN. A11. The strikethrough identifies deleted items. Highlight color and background color should have been removed (text to remain) prior to start the tendering process, contractor to 3 of 20

4 disregard these coloring. Revision Date shall be considered the same as submission of tender documents. Q12. Will the City, after contract award and before work commences, demonstrate to the contractor and integrator the functionality of the existing equipment and process systems to verify that the PCN s and PLC/SCADA programs provided by the City to the contractor are current and that no undocumented equipment issues exist. A12. The following answer only applies to the existing-to-be-removed and new RPU panels within this contract: Note: The PCNs within this contract will only be used as a reference; the existing PLC program shall take precedence in case of conflict. In addition to the existing transition Plan, FAT/SAT & commissioning requirements specified in the Tender document please include the following Pre-SAT requirements as part of base scope: 1. Prior to commencing any demolition or refurbishment work, the contractor and system integrator shall plan for two (5) working days (8 hours/day) per existing RPU for: Workshops with City s technical & operational representatives in order to identify undocumented known issues regarding the existing processes. Workshops with Plant staff to coordinate & schedule Pre-SAT test. Meetings with Plant Operations & technical staff in non workshop environments to discuss & document any known issues & update into transition plans. Create Pre-SAT test plan & schedule. Update all findings into Pre-SAT & transition plan documents. 2. The contractor and system integrator also shall plan for five (10) working days (8 hours/day) per existing RPU in order to perform Pre-SAT and Pre-Test work (in close coordination with City s technical representatives. The Pre-SAT activities include: Test & corroborate the existing PLC programs against the actual field processes. (Pre-SAT should be as extensive as possible but can only be done to furthest extent that Plant Operations is capable of allowing within day to day limitations). Pre-Sat plan results & comments shall also be included in SAT transition plans. 3. During construction, the contractor shall red-line any PCN's that are described inaccurately in the existing document and submit to the contract administrator for modifications. The System Integrator is expected to follow the City's software "lock down" procedure to modify and code, HMI database, Screens etc. Q13. Just for clarification: panel THC-SPC-RPU1305A and 1305B get only a new network cable and a new tag. The panel and all wiring remain the same with the same wire numbers? Also does it require new program. A13. Refer to div clause and for scope of work. No new program is required for these existing RPU panels. 4 of 20

5 Q14. Primary panel 1701 and 1701A and secondary panel 1701 and 1701A on drawing I9 call for new (in legend) yet on drawing I12 and I11 secondary 1701 and 1701A are retrofitted into existing panels. Is the city intention to shut down both of these panels for an extended period of time while this takes place. These panels are currently being used and are live. We would need these panels for months to make room for the new equipment, remove and identify the existing wire, field build the new back-plate and re-terminate the old wiring not to mention all the programming, testing, witness testing, start up and commissioning that would need to take place. These panels would have to be shut down for a long duration to not work live. Question. Will it be possible to have these panels down for long periods of time and do all the existing cables need to be retagged at both ends during this process (every field device will need to be opened for tagging) to match the new panel number. A14. The scope of work regarding these two panels has change. The new work expected by contractor is as follows: Existing RPU panel THC-STR-RPU-1301A: Existing RPU panel THC-STR-RPU-1301A to be removed. During demolition Contractor to coordinate with City on components to be handed over to City. Existing concrete base to be removed. All I/O signals associated with to-be-removed STR-RPU-1301A, shall be wired (supply and install new wire) to new RPU panel THC-STR-RPU Existing concrete base serving RPU panel THC-STR-RPU-1305 (to-be-removed as indicated in original scope of work) to be expanded to fit new dimensions of RPU panel THC-STR-RPU Existing RPU panel THC-STR-RPU-1301B: Existing RPU panel THC-STR-RPU-1301B to be removed. During demolition Contractor to coordinate with City on components to be handed over to City. Existing concrete base to be removed. All I/O signals associated with to-be-removed STR-RPU-1301B, shall be wired (supply and install new wire) to new RPU panel THC-STR-RPU- 1701A. Prior to installing new RPU panel THC-STR-RPU-1701A, contractor to removed abandoned equipment from wall and install new concrete base. During construction contractor to coordinate with City for final RPU panel location. See Appendix A for Addendum drawings regarding these changes. Note: Not all drawings regarding these changes has been submitted with this addendum #4. All I/O loop drawings regarding these panels are originally shown as existing to remain. The updated scope of work requires all these I/Os to be provided with new wiring. Issued for construction drawings will have the updated set of I/O loop drawings. Q15. Regarding the new MCC 0801/0802 and MCC-1001/1002 Are we to install new main feeders to these panels and if so what sizes and is there a drawing we can scale to get the length. It is not shown on the cable schedule. 5 of 20

6 A15. The work to price related to this task is as follows: a) Existing main feeders to MCC-0801/0802 and MCC-1001/1002 shall be disconnect and remove. (Prior to removal of MCC-1001/1002 existing incoming main feeders, the contractor shall test and asses conditions of existing feeders; if these feeders comply with current electrical code and are long enough to connect to new MCC-1001/1002 main breakers; contractor to re-use them and give a credit back to City.) b) Contractor to supply and install new feeders from switchgear THC-EL1-PDP- 1101A and THC-PDP-EL1-1202A (located in the Aeration Building) to new MCC-0801/0802. c) Contractor to supply and install new feeders from switchgear THC-EL1-PDP- 1101A and THC-PDP-EL1-1202A (located in the Aeration Building) to new MCC-1001/1002. (In case existing feeders can be re-used, then give credit back to city as mentioned in item a) ) d) Contractor to re-use existing cable trays to run new feeders. Appendix B (Dwg. E3) shows location of main switchgear THC-EL1-PDP-1101A and THC- PDP-EL in Aeration building. See Appendix C (Dwg. E24 AND E38) for new main feeder s details. Should you have any questions regarding this addendum contact Allison Phillips, Senior Corporate Buyer at or aphilli2@toronto.ca Please attach this addendum to your RFT document and be governed accordingly. Tenderers are to acknowledge receipt of all addenda in their Tender in the space provided on the Tender Cover Page as per Section 1 Tender Process Terms and Conditions, item 8 of the RFT document. All other aspects of the RFT remain the same. Victor Tryl, P. Eng. Manager Professional Services 6 of 20

7 APPENDIX A 7 of 20

8 8 of 20

9 9 of 20

10 10 of 20

11 11 of 20

12 12 of 20

13 13 of 20

14 14 of 20

15 15 of 20

16 APPENDIX B 16 of 20

17 17 of 20

18 APPENDIX C 18 of 20

19 19 of 20

20 20 of 20