Supply and Delivery of Process Controller Equipment to be
Implemented under the Works Best Practices Program -
Contract No. MWRFP198
The Works and Utilities Committee recommends the adoption of the following report (April6, 1999) from the
Commissioner of Works and Emergency Services:
Purpose:
The purpose of this report is to present the results of the Request for Proposals for the selection of a process controller
hardware technology, and provide the rationale for awarding the contract for the supply and delivery of process controller
equipment to Guiltech Automation.
Funding Sources:
On March 2, 3, and 4, 1999, City of Toronto Council adopted Clause No. 1 of Report No. 3 of TheStrategic, Priorities and
Planning Committee, approving the 1999-2003 Capital Budget and Five-Year Capital Program which contained funding for
the Works Best Practices Program, including funds for the purchase of process controller equipment to be installed in
Water and Wastewater treatment facilities. Accordingly, funds are available in the Water and Wastewater Services
Division, Water Pollution Control Capital Account No. C-WP001 and Water Supply Capital Account No. C-WS026.
Recommendations:
It is recommended that:
(1)Contract No. MWRFP198, for the supply and delivery of process controller equipment for use in Water and
Wastewater facilities, be awarded to Guiltech Automation Inc, at a total cost of $5,185,962.74 including the Goods and
Services Tax;
(2)subject to the approval of Recommendation No. (1), a contingency amount of $250,000.00 be provided for any
additional products and services if necessary, as authorized by the Commissioner of Works and Emergency Services; and
(3)the appropriate City officials be authorized to take the necessary action 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 us to proceed with the implementation of the Works Best Practices Program in the Works
Department.
Accordingly, a Process Control System (PCS) User Group was established comprising representatives from the Water and
Wastewater Services Division and Technical Services Division, with support from our industry expert consultants, EMA
Canada Inc. This PCS User Group, following evaluation of functional requirements across Water and Wastewater operating
facilities, recommended that standard controller and programming software technologies be adopted for use in all Water
Pollution Control and Water Supply process control systems.
Comments and/or Justification:
On June 9, 1998, the Works and Emergency Services Department received five proposals in response to its Request for
Proposals MWRFP1998. Detailed technical proposals including separate sealed cost proposals were submitted by
Westburne Ruddy Electric, Guiltech Automation, Motorola Canada Limited, Foxboro Canada Inc., and Elsag Bailey
(Canada) Inc.
All of the submissions were reviewed according to a pre-determined process of evaluating the proposals against specified
technical and functional criteria. Following detailed review of the technical aspects of the submissions, without opening the
price envelopes, the following three firms qualified for further consideration: Westburne Ruddy Electric, Guiltech
Automation, and Motorola Canada Limited. The remaining two firms of Foxboro and Elsag Bailey were advised that they
did not meet the specified technical and functional criteria and their cost proposals were returned unopened.
Formal presentations were provided and bench testing was performed on the products of the three short-listed proponents.
After bench testing, the PCS User Group completed the technical and functional evaluation and requested all proponents to
provide written clarification to proposal items in order to clarify and finalize the specific scope of work required and submit
any related cost factors for same in a separate sealed envelope.
On completion of all of the above and after opening of the proponents' cost proposals, the PCS User Group concluded that
the proposal submitted by Guiltech Automation best satisfied the overall process controller hardware technology
requirements established by the PCS User Group at the lowest evaluated cost. Guiltech Automation submitted the lowest
price proposal in the amount of $5,185,962.74.
Subsequent to finalizing controller selection, the City of Toronto Year 2000 Project Office determined that the proposed
Guiltech Automation controllers and programming software satisfied the requirements of the Year 2000 Office.
Conclusions:
It is recommended that Contract No. MWRFP198 should be awarded to Guiltech Automation Inc. for the supply and
delivery of process controller equipment to the Works Best Practices Program in the Water and Wastewater Services
Division. This equipment is intended for use in the design and construction of automation works at Water and Wastewater
facilities so as to maximize their operating effectiveness and efficiency as endorsed under the Works Best Practices
Program.
Contact Name:
Mr. J. Coe
Program Manager, Works Best Practices
Water and Wastewater Services Division
Telephone No. (416) 382- 3141