September 22, 1999
To:Works Committee
From:Commissioner of Works and Emergency Services
Subject:Engagement of Professional Services to Undertake the Preliminary Design of a Process Control System for the
Water Transmission System
Purpose:
To present the results of the request for proposals for the selection of professional services to carry out the preliminary
design of a process control system for the Water Transmission System, and to obtain approval to award the assignment to
Simcoe Engineering Group Ltd.
Funding Sources, Financial Implications and Impact Statement:
During the meeting of March 2, 3 and 4, 1999, City of Toronto Council adopted Clause No. 1 of Report No. 3 of the
Strategic Priorities and Planning Committee approving the 1999-2003 Capital Budget and Five-Year Capital Programs.
This contained funding for various projects in the Works Best Practices Program including the preliminary design of a
process control system for the Water Transmission system. These funds are available in the Water and Wastewater
Services Division, Water Supply Section Account Number C-WS026.
Recommendations:
It is recommended that:
(1)the assignment for the preliminary design of the Water Transmission Process Control System be awarded to the firm
of Simcoe Engineering Group Ltd. at a cost not to exceed $545,000.00 including Goods and Services Tax (GST) and a
contingency allowance of $55,000.00 including GST to cover potential additional engineering work required, if necessary,
and as authorized by the Commissioner of Works and Emergency Services; and
(2)the appropriate City officials be authorized to take the necessary actions to give effect thereto.
Council Reference/Background/History:
On July 2 and 3, 1997, the former Metropolitan Council adopted Clause No. 3 of Report No. 13 of the Financial Priorities
Committee authorizing the implementation of the Works Best Practices Program (WBPP) in the Works Department.
On October 28, 1998, Toronto City Council through adoption of Clause No. 14 of Report No. 18 of the Strategic Policies
and Priorities Committee endorsed the continuance of the Works Best Practices Program and authorized funds required to
continue implementation of the program.
The WBPP is a process control and operations technology, information technology and optimization program integrating
redesign of key business practices. A major component of this program is the replacement of aging process control systems
within the four water treatment plants, and the transmission system in the Water Supply Section.
The Water Supply transmission system is an integrated network comprised of treated water pumps at four water treatment
plants, 18 pumping stations, 10 major underground reservoirs, four elevated tanks and 487 kilometres of water main
ranging in size up to 2250 millimetres in diameter. This infrastructure is geographically located throughout the City of
Toronto and in York Region. The overall monitoring and control of the Water Supply transmission system is provided
from one central pumping control facility. From this location, remote control of pumps, continuous monitoring of
pressures, flows, and levels takes place, enabling supply of water at sufficient pressure and flow to all residents of the City
of Toronto, and by agreement to York Region. Furthermore, overall water supply building security is monitored from this
location.
Replacement of the existing system installed in the mid 1980's, is required due to its age and as an integral part of the
WBPP. The new system using state-of-the-art equipment and technology will provide significant improvements to water
transmission monitoring, controlling, reporting and data logging capabilities. It will also improve system efficiency and
reliability and in turn reduce operating costs through reduced hydro consumption and staff required for system operations.
Centralized monitoring of building heating and ventilating systems, alarm systems, and machinery will provide enhanced
protection of assets and equipment.
Considering the need for and benefits of the new process control system and the overall project schedule, the preliminary
design must be undertaken at this time.
Comments and/or Discussion and/or Justification:
The Terms of Reference to undertake this work were issued to several companies on March 9, 1999. On April 9, 1999,
Works and Emergency Services received proposals, including separate sealed cost proposals, from Proctor and Redfern
Ltd. and Simcoe Engineering Group Ltd., for the preliminary design of the water transmission process control system.
The proposals were reviewed by a staff selection committee comprised of staff from Water Supply and Technical Services
based on a predetermined selection process of evaluating the proposals against specified criteria. The details of the
selection process are outlined in Appendix A. Following detailed review of the technical aspects of the submissions, only
one firm qualified for further consideration and the price envelope was opened.
An interview was held with the firm in order to clarify and finalize the specific scope of work required and the related costs
involved. These costs were assessed to confirm they were fair and reasonable. Further dialogue and communication took
place after the interview. As indicated in Appendix 'A', the staff selection committe concluded that the proposal by Simcoe
Engineering Group Ltd. satisfied the overall project requirements at a reasonable cost.
Conclusions:
A thorough selection procedure has been followed consistent with Corporate practices.
It is recommended that Simcoe Engineering Group Ltd. be awarded the assignment to undertake the preliminary design of
the water transmission system.
Contact Name:
Hiroshi Taniguchi
Director, Water Supply
Phone: (416) 392-8220
Fax: (416) 392-3639
E-mail: htaniguchi@metrodesk.metrotor.on.ca
Michael A. Price, P.Eng., FICE
General Manager, Water and Wastewater Services
Barry H. Gutteridge
Commissioner, Works and Emergency Services
LBL/rah
Attach.
APPENDIX 'A'
WATER TRANSMISSION, PROCESS CONTROL SYSTEM PRELIMINARY DESIGN
Details of the Professional Services Process
(1)A two-stage process was undertaken whereby Expressions of Interest were requested first followed up by a Request
for Proposals from the short-listed proponents.
(2)Twelve firms with experience in similar work were chosen from a roster of qualified companies and invited to submit
Expressions of Interest. One firm declined to submit proposals. Of the remaining 11 firms, four banded together to form
one consortium and another three banded together to form a second consortium such that six responses were submitted in
total. The responses were evaluated according to a set of pre-established criteria by representatives from the Water and
Wastewater Services and Technical Services Divisions of the Works and Emergency Services Department.
(3)Using a threshold level of 75 per cent of the maximum attainable score as a criterion, evaluation of the Expressions of
Interest resulted in a short list of four firms. Detailed written proposals, including separate sealed cost proposals, were
requested and received from the four firms. Two firms submitted proposals for the preliminary design of a process control
system for the water transmission system.
(4)A formal staff selection committee was struck to evaluate the detailed proposals. As with the Expression of Interest,
the committee was comprised of representatives from the Water and Wastewater Services and Technical Services
Divisions of the Department.
(5)The technical submissions were reviewed first independently and then jointly by members of the selection committee,
and were evaluated according to a set of pre-established criteria. Once again, a threshold level of 75 per cent of the
maximum attainable score had been previously established as the criterion for the next step which was a review of the
separately submitted sealed cost proposals.
(6)Accordingly, only one firm qualified for further consideration and its cost proposal was reviewed.
(7)The firm was then interviewed in order to clarify and finalize the specific scope of work required and the related costs
involved. Further dialogue and communication took place after the interview and the proponent was requested to provide
written clarification to proposal items as required.
(8)On completion of all of the above, the selection committee concluded that the proposal submitted satisfied the overall
project requirements at a reasonable cost by demonstrating an appropriate level of effort to properly address the critical
elements of the work.
(9)It was recommended that the preliminary design of a process control system for the water transmission system be
awarded to Simcoe Engineering Group Ltd.