CITY CLERK

WORKS COMMITTEE

REPORT No. 4

For Consideration by

The Council of the City of Toronto

on October 26 and 27, 1999


1 Approval Process for the Siting of Waterfront Windmills

2 Request for Proposals for Selection of Vendors for Supply of Process Control Systems (SCADA) Software, Contract No. MWRFP199

3 Engagement of Professional Services to Undertake the Preliminary Design of Process Control Systems at the R.C. Harris, R.L. Clarke, F. J. Horgan and Island Water Treatment Plants

4 Engagement of Professional Services to Undertake the Preliminary Design of a Process Control System for the Water Transmission System

5 Results of the Request for Proposals for the Water Pollution Control Process Control System Detailed Design Project

6 Request for Proposals for the Procurement of Program Integration and Coordination Services for Phase 2 of the Works Best Practices Program, and Award of Contract

7 Works Best Practices Program Recommendations of Audit Committee

8 Installation of Traffic Control Signals at O'Connor Drive at Northridge Avenue; O'Connor Drive at Glenwood Crescent; and O'Connor Drive at Four Oaks Gate (Ward 1, East York)

9 Prince Edward Viaduct -Measures to Deter Suicide Attempts

10 Review of Sub-Committees, Special Committees and Task Forces

11 Citizen Appointments to Toronto Pedestrian Committee

12 Sidewalk Snow Clearing

13 Expansion of the Snow Emergency Route Network (All Wards)

14 Winter Maintenance of City Sidewalks, Snow Clearing and Salting, District One - December 1, 1999 to March 31, 2003 Contracts Nos. T-79-99, T-80-99 and T-81-99 (East York, High Park, Trinity Niagara, Davenport, North Toronto, Midtown, Downtown, Don River, East Toronto, York Humber and York Eglinton

15 Rental of Equipment with Operators for Winter Maintenance of Toronto Roads (Snow Plowing and Removal) in District 2 for 1999/2000 to 2002/2003 Winter Seasons - Quotation No. 6032-99-01877

16 Advance Warning on W.R. Allen Road at Eglinton Avenue West (Ward 28, York-Eglinton; Ward 22, North Toronto)

17 Proposed Installation of Traffic Control Signals - Brentcliffe Road and Vanderhoof Avenue; Laird Drive and Vanderhoof Avenue; and Danforth Avenue and Thyra Avenue (Ward 1, East York)

18 Terms of Reference, Redway Road and Brentcliffe Road Extension Feasibility Study (Ward 1, East York)

19 Removal of Right-Turn Restriction - Victoria Park Avenue and Farmcrest Drive (Ward 14, Scarborough Wexford)

20 Reduction of Speed Limit from 60 km/h to 50 km/h Islington Avenue between Dundas Street West and The Queensway (Kingsway-Humber; Lakeshore-Queensway)

21 Guidelines Relating to Publication of Names of Companies Convicted of Contravening the City's Sewer Use By-law

22 Encroachment, Sanitary Discharge and Industrial Waste Surcharge Agreements with the Greater Toronto Airports Authority

23 Sanitary Discharge Agreement - Wellesley Central Hospital (Ward 24 - Downtown)

24 Additional Expenditures for Extra Work on Capital Projects Currently in Progress

25 Engineering Services to Complete the Replacement of Sludge Dewatering Centrifuges Contract at the Highland Creek Treatment Plant

26 Multiple Residential Properties - Sewer Drains

27 Replacement of Flow Meters and Automatic Samplers - Water and Wastewater Services

28 Apartment Recycling Pilot Project and OMG Media Bin Launch Event

29 Landfill Gas Control Excellence Gold Award for the Keele Valley Landfill Site

30 Other Items Considered by the Committee

City of Toronto


REPORT No. 4

OF THE WORKS COMMITTEE

(from its meeting on October 6, 1999,

submitted by Councillor Bill Saundercook, Chair)


As Considered by

The Council of the City of Toronto

on October 26 and 27, 1999


1

Approval Process for the Siting

of Waterfront Windmills

(City Council on October 26 and 27, 1999, amended this Clause by:

(1) amending Recommendation No. B(4) of the Works Committee to read as follows:

"(4) Toronto Hydro and TREC, in consultation with the Commissioner of Works and Emergency Services, be requested to report back to the Works Committee for its meeting of December 1, 1999, if possible, on at least one preferred site in the City of Toronto where windmills could be located, and report within three months, on other potential sites throughout the City of Toronto where windmills can be located, with specific attention to the former stockyards and rail corridors, brown field sites, Hydro corridors and other potentially suitable sites.";

(2) adding to Recommendation No. B(6) of the Works Committee the words "such report to include parkland/open space", so that such recommendation shall now read as follows:

"(6) the question of not siting the windmills on lands zoned G, GR or GM, be referred to the Commissioner of Works and Emergency Services for a report back to the Committee when dealing with the specific siting, such report to include parkland/open space;";

(3) deleting from Recommendation No. B(7) of the Works Committee the words "Wychwood yards on Christie Street", so that such recommendation shall now read as follows:

"(7) notwithstanding Recommendation No. (6), TREC, in consultation with Works and Emergency Services Department staff, be requested to examine the following locations and report back to the Committee on these sites as part of the site selection process:

- 43 Junction Road;

- south embankment of Earlscourt Park;

- 115 Wiltshire Boulevard and northern property;

- 640 Lansdowne Avenue; and

- Union Street north of Turnberry;";and

(4) adding thereto the following:

"It is further recommended that:

(1) the City Solicitor be requested to submit a report to the Works Committee on any legal liability that the City of Toronto may have with respect to the joint venture between TREC, Toronto Hydro and the City; and

(2) if the final recommendation is for the windmills to be located on land owned or leased by the City, such land be provided at market value.")

The Works Committee:

(A) recommends the adoption of the report dated September 23, 1999, from the Commissioner of Works and Emergency Services, subject to:

(i) amending Recommendation No. (1) by deleting the word "waterfront" and adding thereto the words "for a maximum of three windmills";

(ii) striking out Recommendation No. (2); and

(iii) adding to Recommendation No. (3) the words "and Toronto Hydro" after "Toronto Renewable Energy Co-operative (TREC)";

so that such Recommendations read as follows:

"(1) That Council support, in principle, the potential use of City owned lands or lands leased by the City as sites for windmills (wind turbines) so that City owned or leased sites may be considered in the comparison of potential sites for a windmill under the Provincial Environmental Assessment process, for a maximum of three windmills;

(2) that the Toronto Renewable Energy Co-operative (TREC) and Toronto Hydro, be requested to provide a proposed environmental assessment Terms of Reference including public consultation procedures, in accordance with the requirements of the Provincial Environmental Assessment Act, for approval by City Council prior to proceeding within the environmental assessment study;

(3) that City staff be requested to report further in the event that City owned or leased lands are identified as preferred site locations through the environmental assessment process, and to clarify what, if any, additional approvals, leasing agreements, or zoning amendments would be required, and how best obtained, at that time;

(4) that Toronto Hydro and TREC be requested to take into account, as part of the environmental assessment, the comments and recommendations of City Council with respect to this matter;

(5) that this report be referred to the Economic Development and Parks Committee and each of the Community Councils for information; and

(6) that TREC and Toronto Hydro be advised that the City reserves the right to accept or reject the use of any City owned or leased lands for a windmill, irrespective of any environmental assessment process"; and

(B) further recommends that:

(1) neighbourhood consultation committees be established for communities that are affected to assist in the site selection process, the terms of reference for such environmental assessment processes as may be required, and such environmental assessment processes themselves;

(2) Toronto Hydro and TREC be requested to submit Terms of Reference for the formation of a public evaluation committee that would provide ongoing input and commentary on this demonstration project;

(3) this report be referred to the Toronto and Region Conservation Authority for ongoing comment;

(4) Toronto Hydro, in consultation with the Commissioner of Works and Emergency Services, be requested to report back to the Committee within three months, on potential sites throughout the City of Toronto where windmills can be located, with specific attention to the former stockyards and rail corridors, brown field sites, Hydro corridors and other potentially suitable sites;

(5) the Commissioner of Works and Emergency Services be requested to report to the Works Committee on a public consultation process that could be undertaken in the evaluation of such potential sites;

(6) the question of not siting the windmills on lands zoned G, GR or GM, be referred to the Commissioner of Works and Emergency Services for a report back to the Committee when dealing with the specific siting;

(7) notwithstanding Recommendation No. (6), TREC, in consultation with Works and Emergency Services Department staff, be requested to examine the following locations and report back to the Committee on these sites as part of the site selection process:

- 43 Junction Road;

- south embankment of Earlscourt Park;

- 115 Wiltshire Boulevard and northern property;

- 640 Lansdowne Avenue;

- Wychwood yards on Christie Street; and

- Union Street north of Turnberry;

(8) the City Solicitor be requested to submit a report to the Committee on the bonusing aspects of allowing the production of a saleable commodity on City-owned property; and

(9) the Commissioner of Works and Emergency Services be requested to submit a report to the Committee on noise levels produced by commonly used wind turbines.

The Works Committee reports, for the information of Council, having requested the Commissioner of Works and Emergency Services to submit a report directly to Council for its meeting on October 26, 27 and 28, 1999, on who the proponent for the windmill project will be, i.e., Toronto Hydro, TREC or the City of Toronto Works and Emergency Services Department, and to provide further information on TREC, including the membership of the Board of Directors, whether it is incorporated, its relationship with Toronto Hydro, and whether there is a legal agreement between them.

The Works Committee submits the following report (September 23, 1999) from the Commissioner of Works and Emergency Services:

Purpose:

The purpose of this report is to seek Council's support in principle for the siting of waterfront electricity generating windmills (wind turbines) along the Toronto waterfront in areas that appear to best meet the selection criteria and that may be sited on City owned or leased lands, subject to the proponent's satisfactory completion of required environmental assessments including public consultation, and to clarify the approval process required to locate windmills on the Toronto waterfront.

Source of Funds:

There is no direct financial implication to the City associated with this report.

Recommendations:

(1) That Council support, in principle, the potential use of City owned lands or lands leased by the City as sites for waterfront windmills (wind turbines) so that City owned or leased sites may be considered in the comparison of potential sites for a windmill under the Provincial Environmental Assessment process;

(2) that the Toronto and Region Conservation Authority be requested to support, in principle, the use of its lands that are leased to the City as potential sites for waterfront windmills so that these sites may be considered in the comparison of potential sites for a windmill under the Provincial Environmental Assessment process;

(3) that the Toronto Renewable Energy Co-operative (TREC), be requested to provide a proposed environmental assessment Terms of Reference including public consultation procedures, in accordance with the requirements of the Provincial Environmental Assessment Act, for approval by City Council prior to proceeding within the environmental assessment study;

(4) that City staff be requested to report further in the event that City owned or leased lands are identified as preferred site locations through the environmental assessment process, and to clarify what, if any, additional approvals, leasing agreements, or zoning amendments would be required, and how best obtained, at that time;

(5) that Toronto Hydro and TREC be requested to take into account, as part of the environmental assessment, the comments and recommendations of City Council with respect to this matter;

(6) that this report be referred to the Economic Development and Parks Committee and each of the Community Councils for information; and

(7) that TREC and Toronto Hydro be advised that the City reserves the right to accept or reject the use of any City owned or leased lands for a windmill, irrespective of any environmental assessment process.

Report Request:

The Works Committee on July 14, 1999, had before it a communication (July 8, 1999) from Councillor Jack Layton, Vice-Chair, Toronto Hydro Board, recommending that the Commissioner of Works and Emergency Services report to the Works Committee in September 1999 on the siting of two wind turbines along the Toronto Waterfront (a.k.a. waterfront windmills). The Committee also received a communication (July 21, 1999) from Councillor Irene Jones (Lakeshore-Queensway) listing concerns of constituents and requesting that they be addressed in the report. Councillor Bill Saundercook, Chair, Works Committee, agreed in a communication (July 22, 1999) to Councillor Irene Jones that her constituents' issues should be taken into account in the staff report. Subsequently, TREC wrote to Councillor Saundercook (August 10, 1999) requesting that the report be forwarded to the October meeting of the Works Committee as a deputation item.

Specifically, the request was to identify the approval process required to locate two wind turbines (windmills) on the Toronto waterfront, including an outline of the process needed to obtain City and other agency approvals (including environmental assessment), the technical viability and environmental expectations to be satisfied, other environmental impacts and viability concerns, the public consultation and communication process to be followed and other legal and financial aspects including potential leasing arrangements.

This report addresses the original request and the supplementary request but deliberately does not fully address all issues in order to avoid prejudicing the appropriate environmental and planning approval processes, both of which require community consultation and input.

However, the report does indicate the criteria used to identify and select potential sites; the sites that appear to meet the selection criteria; the sites that meet the selection criteria and that are also City owned or leased; and the various site dependent approval processes required to permit the construction and operation of the waterfront windmills (wind turbines).

The report has been prepared in consultation with Toronto Hydro and Toronto Renewable Energy Co-operative.

Comments:

The City's Perspective:

City Council has adopted a commitment to achieve a reduction of 20 percent in carbon dioxide (CO2) emissions from all sources by the year 2005 (Clause embodied in Report No. 26 of The Strategic Priorities and Policy Committee, as adopted by Council, December 16 and 17, 1999).

Locating windmills, as along the Toronto waterfront, is clearly supportive of this policy, since the use of wind for electrical generation reduces the need to burn fossil fuels and hence would contribute to the achievement of the City's 20 percent CO2 emission reduction goal. The recommendations contained in this report are directed towards a process that will result in the implementation of a windmill project. However, the recommendations contained in this report do not pre-determine the site to be selected, nor do they resolve the apparent social conflicts over cluster area selection or conflicts with other environmental directions, such as use of public parkland areas. These questions will be addressed and resolved as part of an environmental assessment process complete with public consultation, and will be subject to subsequent Council review, including potential further public input if City lands are selected for the project and land use regulation amendments are required.

City Council has also adopted Report No. 26 of The Strategic Policies and Priorities Committee at its meeting of December 16 and 17, 1998, which included adopted recommendations for staff to report back on how to further "… facilitate the expeditious development of the …. TREC wind turbine and similar renewable energy projects as part of the City's overall sustainable energy strategy".

The Proponents:

The waterfront windmills project is a joint venture partnership of Toronto Hydro (through Toronto Hydro Energy Services Inc.) and Toronto Renewable Energy Co-operative, TREC (through Toronto Renewable Energy Windpower Co-op, TREC-WPC).

TREC was founded in 1997 by members of the North Toronto Green Community, a neighbourhood-based environmental group. The Co-operative was launched with grants from the Toronto Atmospheric Fund, a statutory agency of the City of Toronto whose mandate is to fund projects to help Toronto meet its commitment to lower carbon dioxide emissions.

Toronto Hydro was incorporated in May 1999. It has supported several local community-based green energy programs, and is committed to work with the City of Toronto to meet the 1990 United Nations Summit objective of reducing carbon dioxide emissions by 20 percent by 2005.

Proposal Concept:

Modern windmills are more technically called wind turbines (wheel driven by air flow) or a wind driven generator because they are used to generate electricity rather than mill grain. However, in more common parlance, the modern wind driven turbine is still referred to as a windmill, and that common use is continued here.

Modern windmills differ in appearance and purpose from their predecessors. The proposed waterfront windmills will consist of a white painted, hollow tubular supporting tower structure which is approximately 4 metres in diameter at its base, tapering to less at the top, and between 55 and 65 metres high (depending on specific local wind regime requirement). Mounted to the tower is a three-thin-bladed impeller (a reverse propeller) made of white fiberglass laminate with each blade being approximately 25 metres long (23.5 or 26 metres). The tower and blade (at blade zenith) together have an approximate maximum height of between 80 and 90 metres.

The proponents propose to construct two wind turbines each with a rated output between 660KW and 1MW. Within the anticipated wind regime of the Toronto waterfront, these will be sufficient to generate 2800 MWh (megawatt-hours) of electricity annually. This is sufficient to provide the electricity requirements of 500 to 600 households in Toronto. The "green electricity" obtained (i.e., non-fuel combusting or CO2 releasing) from these turbines is equivalent to the benefit obtained by 400,000 medium sized trees sequestering carbon dioxide. For comparison, replacement of the power generated by the Lakeview Generating Station would require in the order of 1000 wind turbines.

The wind turbine generates electricity that can be added to the electricity grid. The recent restructuring of Ontario Hydro included generic permissions to allow local power utilities to generate power and provide it to the grid. This recent change provided TREC and Toronto Hydro with an opportunity that was not previously available. Power can be added to the grid directly and customers can be charged for that "green electricity" plus a "wheeling" or transmission fee. The wind turbine provides green power that can be purchased at a modest premium by anyone with a share in TREC, or by direct purchase through Toronto Hydro. Technically, TREC's shareholders each own a portion of the wind turbine structure rather than any share of the power output. Shareholders contribute to initial capital construction and to subsequent operating costs. TREC's shareholders will obtain a credit on their electricity bill as partial return of their investment.

Membership in the TRE Co-op (TREC-WPC) is open to all Toronto Hydro subscribers at a cost of $500.00 per share or "turbine unit". TREC-WPC members will regularly receive an energy credit on their Toronto Hydro bill for the amount of energy their portion of the turbine produces during its anticipated 25-year life.

At this time, Toronto Hydro and TREC are proposing to establish two waterfront windmills within the boundaries of Toronto. This not a pilot project because the technology is already proven and the business schemes have been demonstrated to be successful elsewhere (e.g., Copenhagen, Denmark where the municipal utility combined with a similar green energy co-operative). However, the project is a demonstration project in that it is a new concept for Toronto, and could contribute to building awareness in the City that power may be derived from a variety of sources and that green power, which is environmentally responsible, can also be economically viable and practically applied. The greater the success of the demonstration, the greater the likelihood of developing further community support for additional green energy projects in the City by Toronto Hydro, TREC and other organizations. The maximum economic success is hoped for by siting the wind turbines in as optimum a location as possible. Ideally, wind turbines should be sited where there is strong and undisturbed wind. In Toronto, this encourages their siting in the vicinity of Lake Ontario or at high elevations.

The capital costs for each turbine (approximately $1.2 million each) is to be provided in two ways: (i) by selling "turbine unit" shares, and (ii) by Toronto Hydro providing its share of the cost of the joint venture through its capital budget. The Government of Canada, through the Technology Early Action Measures component of the Climate Change Action Fund, is providing $330,000.00 to TREC, and through Environment Canada is also providing a further $98,500.00 in pre-purchased "turbine shares" for its Toronto offices and laboratories.

The Toronto Atmospheric Fund has also agreed to provide up to $800,000.00 in bridge financing to TREC for the project subject to certain conditions.

Environmental Assessment

Under any environmental assessment (EA), either federal or provincial, the proponent is responsible for ensuring that they comply with EA requirements. The proponent in this case is Toronto Hydro and TREC (TREC). This proposal could be subject to environmental assessment under both the federal and provincial legislation. The federal legislation is entitled the Canadian Environmental Assessment Act (CEAA). The provincial legislation is referred to as the Environmental Assessment Act (EAA).

Under the CEAA, an environmental assessment is required for projects for which the Federal Government is the proponent or where the project uses federal funds or lands. Where a project is subject to a federal EA, the applicable federal department assesses the project under the CEAA and ensures that the project fulfills the associated CEAA requirements including possible referral to mediation or a hearing. It is the federal department's responsibility to establish the scope of the project and the scope of assessment. As such, the proponent should contact the specific federal department and obtain confirmation of EA requirements.

The waterfront windmill proponents, TREC and Toronto Hydro, have already obtained details regarding the federal environmental assessment requirements from Environment Canada. The proponents are required to comply with the requirements of the Canadian Environmental Assessment Act (CEAA) because federal funds have been provided to the project.

Only municipal and other government agency projects similar to the windmill are statutorily required to comply with the provincial EAA. Therefore this project is only subject to the provincial EAA if the Province designates it under the Act (which is possible for private projects). If the Province does deem the undertaking subject to the EAA, then the proponent must make an application to the Ministry of the Environment for approval of the project. Such an application consists of proposed Terms of Reference submitted under section 6 (1) of the EAA and an Environmental Assessment submitted under Sub-section 6.2 (1) of the EAA. Generally speaking, the Terms of Reference is the plan or road map for the actual environmental assessment. In it, the proponent describes how their process will address the requirements of the EAA including the consultation done in developing the Terms of Reference. Regarding the requirements of the provincial environmental assessment itself, the project must include a description of the purpose.

The proponents have requested a ruling from the Ontario Ministry of Environment (MOE) to determine whether or not the waterfront windmill project is to be officially subject to the Province's Environmental Assessment Act. The proponents have indicated that they wish to follow the provincial environmental assessment process irrespective of the decision of the MOE. The Ministry has indicated that it will not oversee any environmental assessment if it is not "designated" by the Ministry.

As noted above, if the Ministry of the Environment does not "designate" the project as subject to provincial requirements the proponents have indicated that they will still informally follow, to the fullest extent possible, the guidance provided by the provincial environmental assessment process while ensuring that they satisfy the federal environmental assessment requirements. However, if the project is formally "designated" by the Province, a more formal melding of the two processes will be developed. Regardless of the outstanding Ministry of the Environment decision, the proponents have already initiated a joint study and public communication program to satisfy both the Canadian Environmental Assessment Act and the provincial Environmental Assessment Act. They are also developing a procedure to address all identified aspects of both. The expanded study, communication and reporting procedure is intended to ensure the appropriateness of the project and to ensure that appropriate public consultation takes place. The study process, including the public consultation process, should be approved by City Council before being proceeded with.

Use of City Owned or Other Sites for Windmill:

It could be considered prejudicial to the environmental assessment process if the City were to recognize and approve of any sites without an appropriate environmental assessment being conducted. Therefore, at this stage only the use of public land for the purpose of installing wind turbines (windmills) should be supported in principle.

Further municipal approvals related to municipal planning and ownership may be required. Potential sites may need Official Plan and Zoning By-Law Amendments before a Building Permit can be issued.

If the yet-to-be-identified preferred site is City owned or leased, the proponent will require the City's approval subject to a satisfactory leasing agreement.

Most of the City's remaining unbuilt waterfront lands are "open space" and are in public ownership. The waterfront windmill proponents have not established ownership as a selection criteria, but the application of other comparative criteria, plus the apparent shortage of siting opportunities on private lands on the waterfront, indicates that serious consideration should be given to siting the project on public lands.

In the City of Toronto, such public open space is most commonly associated with one of the following categories:

(a) lands used for public works (sewage treatment, water filtration);

(b) lands used for recreation (public parks);

(c) lands with restricted use (environmentally sensitive areas, natural areas); and

(d) lands that are vacant (abandoned or undeveloped industrial lands).

The use of several publicly owned sites will also require additional approvals and/or comments to be obtained from Toronto and Region Conservation Authority (in areas of Lake Ontario shoreline flooding), from the Waterfront Regeneration Trust (in areas proximate to the Waterfront Trail), public liaison committees, the Greater Toronto Airports Authority (in flight path zones of Lester B. Pearson Airport), Toronto Port Authority (in flight path zones of the Toronto City Centre Airport on the Toronto Islands), Transport Canada and NavCan (in proximity to navigation equipment for both airports).

Public Consultation and Communication Process:

TREC and Toronto Hydro have been conducting ongoing public consultation on the proposed wind turbine siting project since May 1998. TREC and Toronto Hydro have advised that public involvement and consultation has four goals:

- raising awareness and educating the public about wind turbines as a sound source of "green energy";

- scoping issues of public concern related to the proposal;

- addressing and responding to concerns using educational material, oral responses, research of issues, and where needed, further study to develop factual responses; and

- development of public acceptance of wind turbine sites on publicly owned land in the City of Toronto.

Toronto Hydro and TREC have indicated that public consultation activities are directed to site-specific interested parties, to create early involvement of those groups in the siting process, and to the broad city-wide public for the purposes of building public awareness about wind turbines as a renewable source of energy. Toronto Hydro and TREC have indicated that through its public consultation activities, it will address public concerns, propose mitigation and develop a critical level of public acceptance for wind turbines in the City of Toronto.

Toronto Hydro and TREC's public consultation activities have included a tour of a wind turbine in Kincardine, Ontario, presentations to stakeholders and environmental groups, and two public meetings. Toronto Hydro and TREC have held public meetings in those areas where they are of the opinion that the siting for the wind turbines appears favourable. One meeting was held in the east end of Toronto near to the Ashbridges Bay Treatment Plant and the other in the west end of Toronto near the Colonel Samuel Smith Park/R.L. Clark Water Filtration Plant.

A City staff review of the consultation process to date indicates that the public is generally not aware of key decision making points in the process, or when and how its input should be given.

Toronto Hydro and TREC have indicated that public consultation activities to date have been done in support of their federal environmental assessment requirements. As noted above, Toronto Hydro and TREC have already indicated that they will adopt the guidance provided by the provincial EA Act, including all public consultation, even though they may have no obligation to do so. City Council should confirm its endorsement of this arrangement.

Potential Windmill Locations:

A. Site Selection Criteria Proposed for use by TREC and Toronto Hydro:

A number of site selection criteria developed by TREC and Toronto Hydro effectively scope the proposal to a limited set of sites. The criteria fall into two groups: those which must be met (i.e., they are essential) and those that are deemed preferred (i.e., they are desirable but not essential). The essential site selection criteria group consists of those criteria that must be satisfied, a site must:

(a) be in Toronto Hydro's grid connection area and billing zone;

(b) have adequate wind regime;

(c) be compatible with present and future land uses;

(d) comply with Official Plan and Zoning requirements;

(e) have landowner's permission to use the site; and

(f) be more than 200 metres from the nearest residence.

The preferred criteria group identified by Toronto Hydro and TREC includes those criteria that encourage a speedier approval, and minimize avoidable extra costs and problems, as well as maximize benefits. Wherever possible a site should preferably:

(g) not require soil clean-up;

(h) not require to be flood-proofed;

(i) have suitable soil and groundwater conditions to support the required structure;

(j) require minimum connection requirements (length) to grid;

(k) be accessible to the public for educational purposes; and

(l) receive local community support.

Toronto Hydro and TREC have indicated that the project has to be located in the City of Toronto in order to connect to the Toronto Hydro grid. Early regional wind studies were undertaken in the Toronto area by Zephyr North on behalf of the Federal Government. Zephyr North's study indicated the desirability of choosing a site in close proximity to the waterfront. More recently, TREC commissioned Zephyr North to confirm their findings for the Toronto Waterfront and to undertake further analysis of local wind regime in site cluster areas.

B. Preliminary Site Search:

A number of City owned sites have been previously ruled out in a preliminary assessment by Toronto Hydro and TREC for various reasons such as: land stability and suitability for foundation requirements, Transport Canada height restrictions as a result of the operation of Toronto Island Airport, poor or obstructed wind regime, close proximity to residences and cost prohibition. Also, a number of City owned and leased sites have been identified by TREC and Toronto Hydro as suitable for further investigation.

C. Site Selection Conflicts to be Resolved:

The potential City owned and leased candidate sites includes parklands owned by the Toronto and Region Conservation Authority (TRCA) and operated by the City. The agreement of the TRCA as landowner and of the City as operator needs to be obtained prior to final approval. The City should consider providing its support in principle for locating windmills in the City and on City lands and requesting similar support from the TRCA, subject to the proposed site being identified through an appropriate environmental assessment process.

A number of potential conflicts need to be considered in locating a windmill in, or near to, any parklands. These issues include but are not limited to recreational issues, such as kite flight and picnicking, environmental issues, such as possible impacts on bird and butterfly migrations, and impacts on adjacent natural areas (conservation lands), plus the visual impacts, if a windmill is sited in or near a park, that could detract from park users enjoyment.

Clearly, although the provision and use of "green energy" is likely to be environmentally beneficial, there are other environmental aspects that should be considered. All such issues will be addressed and resolved as part of the intended Environmental Assessment process, including holding public meetings and consulting with affected agencies. Support in principle to consider the use of City owned or leased lands, in the context outlined above, would help to facilitate the environmental assessment process but not pre-determine its outcome.

The potential use of the City's Water Filtration Plant or Wastewater Treatment Plant lands are also complicated by future operational expansion requirements, ongoing environmental assessments, and related matters, including community approval. These issues will be further explored and resolved as part of the environmental process.

Project Viability:

The general technical validity of the proposed installations has been proven at numerous sites in Europe, California, Alberta and elsewhere. The sufficiency of the expected local wind regime to generate wind energy has been proven by analysis of anemometer readings taken in the west and east ends of the City.

The financial viability depends on the market price for electricity. Preliminary assessment by the proponent indicates that wind power might have to be sold at a premium. Accordingly, in the case that the City of Toronto enters into a land lease agreement with the proponent, such an agreement should stipulate the requirement of dismantling the turbine by the proponent when the operation of the turbine is terminated.

The viability of the project from a community standpoint, as identified from public meetings which have already been held, appears to focus on concerns regarding noise, birds, and ice shedding plus a further concern regarding visual aesthetics. The literature regarding wind turbines suggests that additional noise associated with such installations is virtually inaudible beyond a 200 metre radius in urban environments. The potential for birds to fly into the tower, or into the surface of the rotating blades is apparent, especially during storm conditions, however, the literature suggests birds can normally see and avoid such installations during less active weather conditions.

Ice shedding, from tower and blades, is possible following periods of freezing rain or following windless periods where ambient air temperatures are below the freezing point and the air is saturated or supersaturated such that rime coatings develop. The occurrence of freezing rain or rime (i.e., ice) coatings will occur similar to any unheated structure, tower or tree. What is different is the potential for ice to be "thrown" from the windmill's blades as they turn.

However, wind turbines installed in comparable European installations in similar climates are governed by sensors that close down the turbine in the event of ice build-up on the blades. This is a standard operating procedure and precautionary measure to prevent damage to the turbine unit by unbalanced blade weights causing uneven rotation, but it also acts to address ice on blades being "thrown" off. Maintenance people attending on site are required to restart the windmill. Heated blades are another possible option for the waterfront windmills. There is every reason to assume that with appropriate facility design and operation, ice thrown from windmill blades should not occur.

In order to address perception and acceptance of the visual aesthetics of wind turbines, Toronto Hydro and TREC are encouraging and facilitating guided visits to the Ontario Hydro installation on the Bruce Peninsula to allow people to judge the visual impacts for themselves, as well as to experience the additional noise levels created by similar installations, albeit in a non-urban setting.

The proponent has indicated that all of these potential concerns will be fully addressed as an integral part of the project's environmental assessment.

Conclusions:

Waterfront windmills (wind turbines) are a renewable power source (green energy). Their use assists in meeting Council's commitments to reduce generation of greenhouse gases and reduce the use of air polluting and smog producing power sources.

Conceptually, the proposal is potentially environmentally beneficial and technically viable as exemplified by many installations in Europe, California, Alberta and elsewhere. The specific location(s) at which such wind turbines can be installed will be determined as part of an environmental assessment process including appropriate public consultation.

It is recommended that in order to better facilitate the use and acceptance of electricity generating windmills in Toronto, Council should support in principle, subject to the conclusions of an environmental assessment, the installation of waterfront windmills in Toronto, in support of Council's own commitment to a 20 percent carbon dioxide (CO2 ) reduction by the year 2005.

Further, prior to the environmental assessment being proceeded with, its Terms of Reference should be submitted to City Council for approval.

Also, to facilitate the evaluation of siting options under the environmental assessment process, it is recommended that Council support, in principle, the potential use of City owned or leased land for two waterfront windmills.

City Council's support, in principle, should be subject to the satisfactory completion of an appropriate site selection process in keeping with the principles of the provincial environmental assessment process, and in keeping with provincial requirements if the project is "designated" by the MOE. The environmental assessment should also comply with federal environmental legislation, and be in compliance with local by-laws (or amendments to these by-laws should be sought).

It is also recommended that staff be requested to report back on the completion of the site selection process and the determination of the preferred site(s) resulting from the CEAA and EA process, and the details of any required lease arrangement and land use regulation changes that are required. Public meetings should be held by the proponent rather than City staff in order to avoid any perceived conflict of interest.

This report has been prepared in consultation with the Commissioner of Economic Development, Culture and Tourism.

Contact Name:

Christopher Morgan

Senior Specialist - Air Quality Improvement Branch

Technical Services

Tel. 392-6903

--------

The Works Committee reports, for the information of Council, having also had before it during consideration of the foregoing matter the following communications and submissions:

(i) (September 7, 1999) addressed to Mr. Don Barnett, Toronto Ornithological Club, from the Ministry of the Environment in response to his communication with respect to the announcement by the Toronto Renewable Energy Co-operative and Toronto Hydro of their intention to build up to three 660 KW wind turbines on the Toronto lakefront; and expressing reservations with respect to the site selections in the proposal;

(ii) (September 23, 1999) from Mr. Bryan Young, General Manager, Toronto Renewable Energy Co-operative, and Ms. Joyce McLean, Manager, Green Energy Services, Toronto Hydro, requesting that the report regarding the windmill project be listed as a deputation item;

(iii) (October 2, 1999) from Ms. Kate Chung, Toronto, Ontario, in support of the wind turbine proposal of the Toronto Renewable Energy Co-operative;

(iv) (October 4, 1999) from Mr. W. H. Bayley, Scarborough, Ontario, requesting the City to support the Toronto Renewable Energy Co-operative proposal for approval, in principle, of the siting of wind turbines on City lands;

(v) (October 4, 1999) from Mr. William J. Mathews, Toronto, Ontario, requesting approval of the process for Toronto Renewable Energy Co-operative to install a wind turbine on municipal land, as soon as possible;

(vi) (October 4, 1999) from Mr. Barrie Gray, Toronto, Ontario, urging the support of the wind turbine project;

(vii) (October 4, 1999) from Mr. Wilf Moll, Renewable Energy Solutions, commenting on the TREC wind turbine proposal, the suitability of the Ashbridges Bay Treatment Plant site, and the impact on birds;

(viii) (October 4, 1999) from Ms. Liz White, Director, Animal Alliance of Canada, advising that the Animal Alliance of Canada supports the recommendations in the staff report, and the Toronto Renewable Energy Co-operative and Toronto Hydro in their decision to satisfy the requirements of both the Canadian Environmental Assessment Act and the Provincial Environmental Assessment Act;

(ix) (October 5, 1999) from Mr. H. Bruce Crofts, Toronto, Ontario, advising that he and his wife strongly endorse the wind turbine project for the Toronto waterfront;

(x) (October 5, 1999) from Mr. Michael Harrison, President, Citizens Concerned about the Future of the Etobicoke Waterfront, expressing concern with respect to the approval process for the siting of waterfront windmills, including the use of public lands for private businesses to generate profit, the use of the Colonel Samuel Smith Park and other waterfront parks, and the impact of the proposal on avian wildlife;

(xi) (October 5, 1999) from Ms. Ruth Richardson, Manager, Environmental and Corporate Affairs, Lever Pond's, advising that Lever Pond's supports the generation of renewable energy such as wind energy within the City of Toronto as a means to help combat issues of urban smog and global climate change and the issuing of a site approval for the proposed Toronto Renewable Energy Co-operative wind turbine on City of Toronto property;

(xii) (October 5, 1999) from Ms. Gillian Hegge, Danforth Massage Therapy Clinic, requesting that the Committee approve in principle the idea of siting wind turbines on public land, subject to approval from the provincial and federal governments;

(xiii) (October 5, 1999) from the Toronto Environmental Alliance, submitting briefing notes in support of the approval process for the siting of a waterfront windmill;

(xiv) (October 5, 1999) from Dr. Sheela V. Basrur, Medical Officer of Health, Toronto Public Health, expressing support, in principle, of the approval process for the siting of waterfront windmills provided that the appropriate studies are undertaken through the environmental assessment process regarding the siting of these facilities, and provided that these studies take into account community, public health and environmental concerns;

(xv) (October 5, 1999) from Mr. Mark Pomerantz, Pharmacist, encouraging support for the proposal that Council approve, in principle, the siting of two wind turbines on City land;

(xvi) (October 6, 1999) from Ms. Karey Shinn, Chair, Safe Sewage Committee, raising questions and concerns with respect to the approval process for the siting of waterfront windmills;

(xvii) (October 6, 1999) from Mr. Richard Brault and Ms. Dianne Croteau, Studio Innova Inc., expressing full support for the construction of two wind turbines on Toronto's waterfront;

(xviii) (October 6, 1999) from Ms. Karen Buck, Toronto, Ontario, expressing concern with respect to the approval process for the siting of waterfront windmills;

(xv) (undated) from Mr. Robert Mew, President, Hurricane Canvas Inc., in support of the Toronto Renewable Energy Co-operative initiative, and the siting of the turbine on public land;

(xvi) (undated) from Mr. Brian Milani, Eco-Materials Group, in support of the TREC/Toronto Hydro proposal to erect wind turbines on the Toronto waterfront;

(xvii) (October 6, 1999) from Mr. Bryan Young, General Manager, Toronto Renewable Energy, and Ms. Joyce McLean, Manager, Green Energy Services, Toronto Hydro, submitting copies of their deputations and additional material with respect to the Waterfront Wind Turbine Project; and

(xviii) (October 6, 1999) from Ms. Jennifer Morrow, Toronto Atmospheric Fund, submitting a copy of her presentation.

The following persons appeared before the Works Committee in connection with the foregoing matter:

- Mr. Bryan Young, General Manager, Toronto Renewable Energy Co-operative, and submitted material with respect thereto;

- Ms. Joyce McLean, Manager, Green Energy Services, Toronto Hydro, and submitted material with respect thereto;

- Ms. Shirley Farlinger, United Nations Association of Canada;

- Mr. Oliver Carroll, Toronto, Ontario;

- Mr. Tooker Gomberg, Energy & Climate Campaigner, Greenpeace;

- Ms. Jennifer Morrow, Toronto Atmospheric Fund, and submitted a copy of her presentation;

- Mr. Dan McDermott, Director, The OntAIRio Campaign;

- Mr. Jose Etcheverry, Sustainable Energy Group, University of Toronto;

- Mr. Peter Schrama, Toronto, Ontario;

- Mr. Glenn McTaggart, Etobicoke, Ontario;

- Ms. Lois Corbett, Toronto Environmental Alliance;

- Mr. Ken Ogilvie, Executive Director, Pollution Probe;

- Mr. Boris Mather, Past President/Director, Citizens for Lakeshore Greenway;

- Ms. Karey Shinn, Chair, Safe Sewage Committee, and submitted a communication with respect thereto;

- Mr. John Carley, Co-Chair, Friends of the Spit;

- Mr. Douglas Buck, Toronto, Ontario;

- Ms. Karen Buck, Toronto, Ontario, and submitted a communication with respect thereto;

- Ms. Sara Bjorkquist, Vice-Chair, Ontario Clean Air Alliance;

- Ms. Liz White, Director, Animal Alliance of Canada, and submitted a communication with respect thereto;

- Mr. Cameron Miller, Toronto, Ontario;

- Councillor Sandra Bussin, East Toronto; and

- Councillor Irene Jones, Lakeshore Queensway.

(City Council on October 26 and 27, 1999, had before it, during consideration of the foregoing Clause, the following communication (October 26, 1999) from Councillor Jack Layton:

Recommendation:

To amend B (4) to read as follows (additions in bold):

Toronto Hydro and TREC, in consultation with the Commissioner of Works and Emergency Services, be requested to report back to the Works Committee for its meeting of December 1, if possible, on at least one preferred site in the City of Toronto where windmills could be located and report within three months, on other potential sites throughout the City of Toronto where windmills can be located, with specific attention to the former stockyards and rail corridors, brown field sites, Hydro corridors and other potentially suitable sites.

Rationale:

The December 1, 1999 date is necessary in order for Toronto Hydro and TREC to meet March 31, 2000 deadlines set by the Federal and Provincial governments:

(a) Fulfilling the anticipated harmonization of the Federal and Provincial Environmental Assessment process deadlines (this requires site specific approval by City Council by mid January).

(b) Meeting Federal Government funding requirements that require Toronto Hydro and TREC to put an order in for a turbine (there is a 6 month production queue).

To Meet the March 31, 2000 deadline the following actions should occur.

Dec. 1:

Works Committee considers various reports on neighbourhood consultation, Terms of Reference on the Environmental Assessment, legal issues, etc…(ie reports asked in the clause) and a recommendation for at least one specific site.

Dec. 14:

Council considers approval of one or more specific sites, with any necessary conditions if outstanding issues still exist. (This needs to be done for Toronto Hydro and TREC to proceed with the EA process)

Mid January:

TREC and Toronto Hydro must complete site specific studies and analysis in order to complete the EA documentation in early February.

First week in February:

(a) TREC and Toronto Hydro must complete EA documentation on a specific site or sites; and

(b) TREC and Toronto Hydro need to post final EA document for a 30 day review to fulfill EBR provincial requirements.

First week in March:

Toronto Hydro and TREC make final changes and respond to any concerns to meet March 31 deadline.)

(City Council also had before it, during consideration of the foregoing Clause, the following report (October 25, 1999) from the Commissioner of Works and Emergency Services:

Purpose:

The purpose of this report is to satisfy the Works Committee's request for further information identifying the proponents of the windmill project and their corporate relationship and joint contractual arrangements.

Financial Implications and Impact Statement:

There are no direct financial impacts on the City resulting from consideration of this report.

Recommendations:

That this report be received for information.

Background:

The Works Committee, at its meeting on October 6, 1999 considered a staff report of September 23, 1999 entitled, "Approval Process for the Siting of Waterfront Windmills" and

"(C) requested the Commissioner of Works and Emergency Services to submit a report directly to Council for its meeting on October 26, 27 and 28, 1999, on who the proponent for the windmill project will be, i.e. Toronto Hydro TREC or the City of Toronto Works and Emergency Services Department, and to provide further information on TREC, including the membership of the Board of Directors, whether it is incorporated, its relationship with Toronto Hydro, and whether there is a legal agreement between them."

Comments:

(1) Proponents of the Windmill Project

No department of the City of Toronto is involved as a proponent of this project.

The official co-proponents for the windmill (wind turbine) project are the TREC Wind Power Co-operative (TREC-WPC) and Toronto Hydro Energy Services Inc. who have formed a joint venture partnership to further the project.

TREC-WPC is an affiliated co-operative corporation of Toronto Renewable Energy Co-operative (TREC), both of which are separately incorproated. TREC-WPC is the company in which members will own windmill related assests. TREC is the company which acts on behalf of the TREC-WPC to execute the project development.

The incorporation of Toronto Hydro Corporation, which occurred as a result of a City of Toronto transfer by-law in accordance with the Province of Ontario's Electricity Competition Act (Bill 35) on July 1, 1999, created both the new holding company of Toronto Hydro Corporation and Toronto Hydro Energy Services Inc., as one of two subsidiary companies. Toronto Energy Services Inc. is the competitive company dedicated to the retailing of electricity and related businesses.

(2) TREC-WPC and TREC - their Boards of Directors

(a) TREC-WPC - Board of Directors

President Judith Ramsay

Secretary/Treasurer Rob Macdonald

Director Graham Mudge

Director Jim Salmon

Director TJ Schur

Director Edward Hale

Director Gregory Allen

Director Mario Kani

Director Brian Iler

(b) TREC - Board of Directors

President Ed Hale

Secretary/Treasuer Gregory Allen

Director Mario Kani

Director Brian Iler

Director Judith Ramsay

(3) TREC-WPC and TREC's - Incorporation Status

TREC-WPC

Incorporation # 1103813

Incorporated April 16th 1999

TREC

Incorporation # 1086617

Incorporated June 10th 1998

(4) TREC-WPC and TREC's Relationship with Toronto Hydro Energy Service Inc and Toronto Hydro Corporation

All four companies are separate entities with different shareholders.

(5) Agreements between TREC-WPC and Toronto Hydro Energy Services Inc

The two proponent companies are presently operating together under a Memorandum of Understanding (MOU) and are still in the process of creating a formal legal agreement.

Conclusions:

It is recommended that this report be received for information in association with the staff report of September 23, 1999, entitled "Approval Process for the Siting of Waterfront Windmills" as was before the Works Committee at its meeting on October 6, 1999 and as before City Council at its meeting of October 26, 27 and 28 1999.

TREC, on behalf of TREC-WPC, and Toronto Hydro Energy Services have been consulted in the preparation of this report.

Contact:

Christopher Morgan

Senior Specialist - Air Quality Improvement Branch

Technical Services

Tel. 392-6903

Fax. 392-0816

E-mail address: cmorgan1@toronto.ca)

(City Council also had before it, during consideration of the foregoing Clause, a communication (October 5, 1999) from Mr. Michael Harrison, President, Citizens Concerned About the Future of the Etobicoke Waterfront (CCFEW), expressing concern about the proposal from Toronto Renewable Energy Cooperative (TREC) and Toronto Hydro to construct two wind turbines on the Toronto Waterfront.)

2

Request for Proposals for Selection of Vendors

for Supply of Process Control Systems (SCADA) Software,

Contract No. MWRFP199

(City Council on October 26 and 27, 1999, adopted this Clause, without amendment.)

The Works Committee recommends:

(1) the adoption of the report dated September 27, 1999, from the Commissioner of Works and Emergency Services; and

(2) that under no circumstances are there to be reductions in water quality and that continued improvements of quality should be considered an ongoing objective.

The Works Committee reports, for the information of Council, having considered together the following reports related to the Works Best Practices Program:

(i) (September 27, 1999) from the Commissioner of Works and Emergency Services, headed "Request for Proposals for Selection of Vendors for Supply of Process Control Systems (SCADA) Software, Contract No. MWRFP199";

(ii) (September 22, 1999) from the Commissioner of Works and Emergency Services, headed

"Engagement of Professional Services to Undertake the Preliminary Design of Process Control Systems at the R.C. Harris, R.L. Clark, F.J. Horgan and Island Water Treatment Plants";

(iii) (September 22, 1999) from the Commissioner of Works and Emergency Services, headed"Engagement of Professional Services to Undertake the Preliminary Design of a ProcessControl System for the Water Transmission System";

(iv) (September 28, 1999) from the Commissioner of Works and Emergency Services and the Chief Financial Officer and Treasurer, headed "Results of the Request for Proposals for the

Water Pollution Control Process Control System Detailed Design Project"; and

(v) (September 27, 1999) from the Commissioner of Works and Emergency Services and the Chief Financial Officer and Treasurer, headed "Request for Proposals for the Procurement of Program Integration and Coordination Services for Phase 2 of the Works Best Practices Program, and Award of Contract";

and having directed that:

(1) a meeting of the Works Best Practices Program Work Group be convened prior to the Council meeting scheduled for October 26, 27 and 28, 1999;

(2) Union representatives be formally invited to meetings respecting Best Practices when these involve Toronto Civic Employees' Union Local 416 members, and that confirmation that invitations were received be obtained; especially important will be Local 416 and Local 79 involvement in all Teams, particularly items (4) "Organizational Services" and (5) "Integrated Works Area Implementation" under the Program Integration and Coordination Services for Phase 2;

(3) a written statement, to Council, be requested from EMA Canada concerning the firm's position on water quality as a part of Works Best Practices development and Union involvement in best practices development and implementation;

(4) the City Auditor be requested to report directly to Council on the aforementioned report headed "Request for Proposals for the Procurement of Program Integration and Coordination Services for Phase 2 of the Works Best Practices Program, and Award of Contract", wherein seven expressions of interest were received, two firms were given the opportunity to bid and one of those withdrew; and

(5) the Commissioner of Works and Emergency Services be requested to submit a report directly to City Council on the aforementioned reports, which outlines in simple terms the number of persons that are being hired under these contracts, the number of hours and hourly rate of pay of those persons, and the type of performance analysis to be undertaken as this project proceeds.

The Works Committee submits the following report (September 27, 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 supply of software for use in process control systems (commonly referred to as Supervisory Control and Data Acquisition, or SCADA) to be implemented in the Water and Wastewater Services Division under the Works Best Practices Program, and to provide the rationale for awarding the contract to Intellution Inc. of Norwood, Massachusetts.

Funding Sources:

On March 2, 3, and 4, 1999, City of Toronto Council adopted Clause No. 1, Report No. 3 of The Strategic Policies and Priorities Committee, thereby 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 and associated software 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. MWRFP199 for the supply and delivery of SCADA software for use by Water and Wastewater facilities be awarded to Intellution Inc., at a maximum total cost of $1,427,604.70 including Goods and Services Tax, and subject to cost reductions of up to $500,000.00 for existing licences; and

(2) 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 the implementation of the Works Best Practices Program (WBPP) in the Works Department.

A Process Control System (PCS) User Group was established comprising representatives from Water and Wastewater Services Division and Technical Services Division, with support from the WBPP industry experts and EMA Canada Inc. This PCS User Group evaluated functional and technical requirements across the Water Supply and Water Pollution Control operating facilities, and recommended that standard controller and programming software technologies be adopted for use in all Water Pollution Control and Water Supply process control systems. At its meeting of May 11, 12 and 13, 1999, City Council adopted Clause No. 10 of Report No. 7 of The Works and Utilities Committee, thereby approving award of contract to Guiltech Automation for the provision of standard controller hardware. The software selection and procurement exercise was carried out in a parallel timeframe.

Comments and/or Discussion and /or Justification:

To facilitate the selection and procurement of the required process control systems software, a Request for Proposals (RFP) process was developed and carried out with the direction and assistance of the Technical Services Division of Works and Emergency Services. The scope of the RFP was the provision of standardized software development and operating components, as well as training, maintenance and support services. The specific use of this type of software is to provide water and wastewater facility operators the ability to "program" the process control systems, which perform the actual plant operations functions of opening and closing valves, controlling pump operation, and so on, and control the application of resources such as energy and chemicals. The software also provides team coordinators and managers with a system to display all aspects of plant operations in both graphical and textual form, including flow and process data and the status of all equipment and devices (for example, valves may be shown as open or closed, flow and pressure readings are shown, etc.). These systems differ from the Performance and Operations Management systems (POMS) in that they operate in "real time" mode, reflecting and controlling plant operations at the time they occur. POMS addresses the longer term requirements in terms of trend analysis, improvements tracking, and ongoing resource management.

In April of 1998, proposals were requested in response to Request for Proposals MWRFP199 to select process control systems (SCADA) software and related training and support services. The RFP clearly defined the specifications of the required software and related services, and indicated the key areas upon which the Proposals evaluation would focus. Of the proposals received in response to the RFP, all but one failed to meet the minimum mandatory requirements specified by the City. The Selection Committee concluded that a single proposal would not allow effective application of the overall technical and financial assessment designed to compare multiple proposals. As a result, the remaining proposal was returned with its pricing envelope unopened. It was decided that the RFP specifications would be revised and the RFP reissued.

In May of 1999, three proposals were received in response to the revised Request for Proposals. Proposals were submitted by Guiltech Automation (for GE Fanuc software), Intellution Inc., and Quindar Inc. The proposals were examined for compliance with minimum mandatory technical criteria specified in the RFP. The proposal by Quindar did not meet all the prescribed mandatory technical criteria, while the other two were fully compliant.

Formal presentations and bench testing were performed on the Guiltech and Intellution proposed software products. The City's Y2K Team for Works and Emergency Services also tested both vendors' products and both were accepted. After the combined demonstration and bench testing, the Selection Committee met to complete the technical evaluation. The technical evaluation did not consider price, but focused on functionality, flexibility, performance, compatibility with existing systems, and other technical aspects, all in the context of the planned implementation in Water and Wastewater Services. The Selection Committee completed its technical evaluation, awarding the Intellution proposal a Technical Evaluation Score of 96 out of a possible 100, and the Guiltech proposal a Technical Evaluation Score of 76. These scores reflected the significant advantages of the Intellution software product, in terms of the modern technology employed, the corresponding superior performance, the significant ease of use and overall greater functionality.

Best value as predefined in the formal evaluation process was to be determined based on the proposal with the lowest unit value, that being the total price divided by the Technical Evaluation Score. Note that pricing information was provided in separate, sealed envelopes, which were not opened until after the Technical Evaluation Scores were established.

The original price submissions and prices, adjusted for arithmetic error in making unit price extensions, are shown in Table 1, below.

Table 1: Summary of Price Proposals

(in Canadian Dollars including Taxes)

Guiltech
Intellution
Submitted Price $1,067,906.97 $1,379,873.70
Adjustment for Arithmetic errors in Unit Price extension $76,995.82 $30,785.05
Adjusted Price $1,144,902.79 $1,410,658.75

The proposal evaluation was completed by dividing the Adjusted Price by the Technical Evaluation Score. The final scores are shown in Table 2, below. The Intellution proposal was determined to be the best overall value for the City (i.e., the least cost for the required functionality).

Table 2: PROPOSAL Evaluation (Technical Evaluation and Price)

Guiltech
Intellution
Technical Evaluation $15,100/unit value $14,700/unit value

Both of the cost proposals are based on replacing and upgrading all of the existing Intellution SCADA software and providing all new required software licences, as specified in the Request for Proposals. However, because the inventory of Intellution SCADA software licences already in use in the department was upgraded under the Y2K program, Intellution indicated in their cost proposal that they would give credit for those existing licences. As a result, a substantial cost reduction is anticipated over the life of the SCADA software contract. With the present preliminary estimates of eligible licence quantities, the actual total expenditure against the Intellution contract may be reduced by up to $500,000.00.

Guiltech also indicated in their cost proposal that they would replace and upgrade the existing Intellution software licences. The corresponding cost reduction associated with the Guiltech proposal is estimated to be up to $400,000.00.

The Intellution proposal is the best value to the City, with or without consideration of credit for existing licences. Once the detailed design and construction activities establish the exact requirement for new and replaced licences, the final expenditure level can be determined by the City, and purchases limited accordingly.

Under the terms of the proposed agreement, Intellution will provide 34 full licences for use of the Intellution software product suite, including a wide range of technical components which facilitate operation of the software in the planned WBPP technical environment. The term of the contract is to be eight years. Extensive staff training will be included in the agreement, as well as the use of an onsite "applications engineer". The agreement also covers the software maintenance requirements, including software version "releases" and upgrades, for the implementation period.

Conclusion:

The use of standardized software for use in developing and operating process control systems in all the water and wastewater facilities is an important part of the Works Best Practices Program. A fair and complete process of evaluation and selection of the best product and supplier for the City of Toronto has been made. This report recommends that Contract No. MWRFP199 be awarded to Intellution Inc. for the supply and delivery of SCADA software to the Water and Wastewater Services Division.

Contact Name and Telephone Number:

Jim Coe

Program Manager, Works Best Practices

Water and Wastewater Services Division

Telephone No. (416) 392-3141

--------

The Works Committee reports, for the information of Council, having also had before it during consideration of the foregoing matter the following communications:

(1) (October 6, 1999) from Mr. Brian Cochrane, President, Toronto Civic Employees' Union, Local 416, expressing concerns with respect to the Works Best Practices Program, and the implications of the reports for approval of expenditures on Process Control Systems, in particular the quality of services being jeopardized as a potential outcome of downsizing; and

(ii) (October 6, 1999) from Mr. Brian Cochrane, President, Toronto Civic Employees' Union, Local 416, in opposition to the selection of EMA Canada Inc. to assist the City with the implementation of the Works Best Practices Program; recommending that if the City must continue with the Program, the changes be made using City employees on an "in-house" basis; and further recommending that if the Committee approves the recommendation to retain EMA Canada Inc., EMA be directed to proceed in a manner that recognizes Local 416 as having an integral role in any operational changes.

The following persons appeared before the Works Committee in connection with the foregoing matter:

- Mr. Peter Leiss, Executive Vice-President, and Ms. Gina Gignac, National Representative, Toronto Civic Employees' Union, Local 416; and

- Ms. Karen Buck, Toronto, Ontario.

(City Council on October 26 and 27, 1999, had before it, during consideration of the foregoing Clause, the following report (October 15, 1999) from the Commissioner of Works and Emergency Services:

Purpose:

The purpose of this report is to provide further information, as directed by Works Committee, on the type of contract performance analysis and on the consulting resources, including number of persons, hours and rate, associated with the Works Best Practices Program Phase 2 initial contract award recommendations.

Funding Sources, Financial Implications and Impact Statement:

There is no direct financial impact from this report.

Recommendations:

It is recommended that this report be received for information.

Council Reference/Background/History:

At its meeting of March 2, 3 and 4, 1999, City Council reaffirmed continuance of the Works Best Practices Program (WBPP) in the Water and Wastewater Services Division of Works and Emergency Services. At its meeting of October 6, 1999, The Works Committee, by adoption of their agenda items numbered 4, 4(a), 4(b), 4(c), and 4(d), is recommending to Council awards of contracts to seven firms for the supply and delivery of software components (one contract) and for the performance of various work activities relating to process control systems preliminary design (two contracts), detailed design, software development, general administration and construction site supervision (three contracts), and program integration and coordination services (one contract). The Works Committee further directed that the Commissioner of Works and Emergency Services be requested to submit a report directly to City Council on reports 4, 4(a), 4(b), 4(c) and 4(d), which outlines in simple terms the number of persons that are being hired under these contracts, the number of hours and hourly rate of pay of those persons, and the type of performance analysis to be undertaken as this project proceeds.

Comments and/or Discussion and/or Justification:

As the Works Best Practices Program (WBPP) enters Phase 2, its major implementation phase, a number of key work packages must be contracted in order for planned work to proceed. These work packages relate to all implementation areas of the Program. New process control systems, providing industry-standard levels of automation, control, maintainability, and reliability to facility operations, need to go through the detailed stages of design and into construction and commissioning. Organizational changes need to be rolled out across approximately thirty-two "workareas" (a discrete team unit defines the bounds of a workarea, such as solids handling at the Highland Creek Treatment Plant), involving staff selection, development, and training in the new ways of operating and maintaining modern water and wastewater facilities. Supporting operational, information and management systems technologies need to be rolled out across the organization to provide people with the right information, quickly and accurately, to make decisions which will best ensure high quality, reliable service delivery at the lowest cost. All this work needs to be done efficiently and in a coordinated and fully integrated manner in order that the planned results may be achieved.

The work packages required to commence Phase 2 include the following:

- preliminary design for new process control systems in the four Water Supply plants;

- preliminary design for new process control systems in the water transmission system;

- detailed design, software development, general administration and construction site supervision for new process control systems in the three major Water Pollution Control plants; and

- program integration and coordination services for Phase 2 of the Program.

An additional requirement exists to establish a supply contract for Supervisory Control and Data Acquisition (SCADA) software to be used on a standardized basis in all new process control systems.

As reported in the WBPP Spring 1999, WBPP Status Report (Council Meeting of May 11, 12, and 13 - Clause No. 14(f) of Report No. 5 of the Works and Utilities Committee), the Program is ahead of schedule with respect to operating cost reductions achieved. The above work packages are an integral part of the next step in Program implementation and must proceed in parallel in order to continue progress as planned and in order to ensure proper integration of best practices across the Water Supply and Water Pollution Control sections of the Water and Wastewater Services Division. Formal procurement activities have been carried out for each of these work packages so as to ensure Phase 2 work begins as planned and on time.

The seven contracts recommended are listed in Table 1, below. These contracts are numbered "A" through"G" for purposes of referencing in the body of this report.

TABLE 1: Recommended Contracts

Ref. No. Assignment Recommended Firm Ceiling Value (incl. GST)
A Preliminary design for R.C. Harris, R.L. Clark, F.J. Horgan, and Island Water Treatment Plants The Greater Toronto Consulting Group $1,146,000.00 plus $115,000.00 contingency
B Preliminary design for Water Transmission System Simcoe Engineering Group Ltd. $545,000.00 plus

$55,000.00 contingency

C Detailed design and construction management for Ashbridges Bay Treatment Plant CH2M Gore & Storrie Ltd. $10,140,256.00 plus $500,000.00 contingency
D Detailed design and construction management for Humber Treatment Plant Azurix North America $5,103,403.00 plus $500,000.00 contingency
E Detailed design and construction management for Highland Creek Treatment Plant Earth Tech (Canada) Ltd. $2,734,549.00 plus $250,000.00 contingency
F Program integration and coordination services for all Phase 2 EMA Canada Inc. (lead of six-firm consortium) $14,501,000.00
G Supply of SCADA Software Intellution Inc. $1,427,604.70

Contract Deliverables and Resources

This section of the report will discuss the nature of products and services provided for each of these contracts and the approach to charging and payment.

Contracts "A" and "B" are for the delivery of process control systems preliminary designs for the four water treatment plants and for the water transmission system. In these types of assignments, payment is on a scheduled lump sum basis for the completion of specific, pre-agreed design and documentation services. Appendices "A" and "B" provide the dollar values for the required preliminary design components. Proposal evaluation and consultant selection is based on the proposed overall cost for the prescribed design deliverables, and as such does not take into account specific time and costs for individual consultant personnel.

Contracts "C", "D", and "E" are for the development of detailed design (drawings and specifications) for the process control systems and related equipment (instruments and field devices), general administration and site supervision for construction, and the programming and commissioning, including training and full documentation, of the new process control systems and related equipment. As in the case of preliminary design contracts, payment is on a scheduled deliverable basis. Appendices "C", "D" and "E" provide the dollar values for the required contract components. Again, proposal evaluation and consultant selection is based on the proposed overall cost for the prescribed deliverables, and as such does not take into account specific time and costs for individual consultant personnel.

Contract "F" is for the provision of professional and technical services required to manage and implement the Works Best Practices Program across all of Water Supply and Water Pollution Control. In virtually every instance, consultant personnel will be teamed with staff to produce prescribed implementation deliverables through the application of standardized methods and technologies developed in Phase 1. Approximately 32 integrated workarea implementations will be performed, with each involving a number of inter-related areas of activity. These include the establishment of the redesigned team unit, the introduction, application and development of total productive operations, program-driven maintenance and flexible workforce practices, and the configuring and implementing of the work management system and the performance management system, as well as their supporting technology infrastructure. Training and knowledge transfer to staff are emphasized in all areas of activity. In addition, quality control and systems integration functions will be performed for all of the process control systems design, construction, commissioning, training and handover activities, covering all Water Supply and Water Pollution Control operating facilities.

Program integration and coordination (PIC) services support and manage every aspect of WBPP implementation, including those under the other work packages (contracts) discussed in this report. PIC is vital to the success of the Program and the achievement of its committed goals and objectives. The scope of the PIC assignment, the term of which coincides with completion of full WBPP implementation, was developed in Phase 1, and has been designed to minimize the use of consultants and maximize the use of staff resources. The approach taken to accomplish this was to identify the work to be done in Phase 2, to isolate those activities which require external resourcing, and to trim the days of effort to be acquired (by more than one-third) in order to ensure best use of consultants, an optimal degree of knowledge transfer to staff, and acceptable probability of success.

The PIC contract will incorporate prescribed deliverables, with charges to be based on time and materials to an upset limit (contract value). Appendix "F" to this report includes a table which shows the major PIC functions, the roles and resources to be provided under the contract, a brief description of the activities and responsibilities of each role/resource, the estimated number of hours of work required to complete the prescribed deliverables, and the average hourly rate for each role/resource.

The consultant selection process has been described in the contract recommendation report, titled "Request for Proposals for the Procurement of Program Integration and Coordination Services for Phase 2 of the Works Best Practices Program" (September 27, 1999). That report, which also lists the prescribed deliverables and the estimated ceiling cost for each, is one of the five contract award recommendation reports forwarded by The Works Committee to the same Council meeting as this information report. The proposed PIC assignment provides the appropriate resources to accomplish the required work at rates which are competitive based on comparison with Phase 1 rates for similar services and reasonable inflationary indexing. Clearly, it would have been preferable to have more than one proposal for the work. However, the process of qualification based selection addresses this eventuality by focusing on the ability and demonstrated experience of the proponent to carry out the assignment with a high probability of success, with attendant consideration of timeliness and budget. This rationale was described in Clause No. 5(g) of Report No. 9 of the Works and Utilities Committee (Council meeting of June 9, 10 and 11, 1999).

Contract "G" is for the provision of software products only and requires no provision for consultant services and corresponding rates.

It should be noted that the recommended contract awards incorporate the ability for the City to make adjustments, as work proceeds, to work package components and to specific resource requirements, within upset limits. This will ensure that the best overall value for money expended will be achieved, in terms of minimizing costs and maximizing the quality of the results.

Contract Performance

Contract performance for contracts "A" through "E" (process control systems) will be monitored in two ways. First, the WBPP Program Management Office, with the day-to-day support of the Process Control Systems Implementation Team, will review progress against planned design and implementation deliverables and address delays or performance problems as they are encountered. Second, major deliverables as they are developed must be signed off prior to approval of final invoice payment by the Technical Services Division, who will be represented on the Process Control Systems Implementation Team. Further performance management of these and all contracts will be performed through the functions of the Quality Assurance Team, as described in the section below titled, "Quality Assurance".

For contract "F", contract performance management is as for Contracts "A" through "E", described above. In addition, there are additional performance management provisions to be incorporated into the contract, as described in the contract award report ("Request for Proposals for the Procurement of Program Integration and Coordination Services for Phase 2 of the Works Best Practices Program"). Those provisions effectively retain a portion of the fees for services, totaling approximately $800,000.00, in a Performance Fund from which those retained fees will be disbursed to the contractor as Program goals are achieved and demonstrated.

Under Contract "G", the SCADA Software contract, no services are provided, and, as a result, no corresponding services performance management component is included. Performance of the software itself is addressed in the warranty and support components of the proposal and will be included in the agreement.

Quality Assurance

Phase 2 will employ an adaptation of the Phase 1 Quality Assurance (QA) methodology. It will be designed to address the specific challenges of multiple, simultaneous, integrated workarea implementations across all Water Supply and Water Pollution Control organizational units and facilities. The QA methodology employs a ten-step cycle for the creation and pre-approval of detailed workplans (including interim and final deliverables), the monitoring of progress against those workplans, the establishment of quality control teams for purposes of deliverables review, feedback and acceptance, and the final review, acceptance and signoff of completed deliverables. The payment approval process will be integrated with the QA methodology to ensure payments are released only in accordance with completed effort and receipt of prescribed deliverables. Discussions are underway with senior representatives of the Audit Department to identify and operationalize the appropriate role of Audit in the overall QA process.

Conclusions:

This report is provided to Council, as directed by The Works Committee, to present supplementary information concerning the recommendations for contract awards to seven firms for process control preliminary and detailed design, SCADA software supply, and program integration and coordination services components necessary for the commencement of Phase 2, the major implementation phase, of the Works Best Practices Program. These contract recommendations are the result of formal procurement processes carried out in accordance with approved corporate practice, and are consistent with approved funding levels. It is necessary to proceed with these assignments at this time in order to comply with Council's reaffirmation of the Works Best Practices Program and to maintain progress against committed Program benefit goals.

Contact Name:

Jim Coe

Program Manager, Works Best Practices

Water and Wastewater Services Division

Telephone No. (416) 392-3141)

APPENDIX "A"

CONTRACT FOR:

Preliminary Design for R.C. Harris, R.L. Clark, F.J. Horgan, and Island Water Treatment Plants

RECOMMENDED FIRM:

The Greater Toronto Consulting Group

CONTRACT BASED ON LUMP SUM PAYMENTS FOR WORK COMPONENTS

Work Components Lump Sum Fee (including GST)
Process Narratives $241,100.00
Process & Instrumentation Diagrams (P&ID's) $174,200.00
Equipment Database, Standards and System Architecture $381,000.00
Predesign Report, Implementation Plan and Design/Build Package $349,700.00
TOTAL $1,146,000.00

APPENDIX "B"

CONTRACT FOR:

Preliminary Design for Water Transmission System

RECOMMENDED FIRM:

Simcoe Engineering Group Ltd.

CONTRACT BASED ON LUMP SUM PAYMENTS FOR WORK COMPONENTS

Work Components Lump Sum Fee (including GST)
Process Narratives $91,400.00
Process & Instrumentation Diagrams (P&ID's) $145,500.00
Equipment Database, Standards and System Architecture $195,900.00
Predesign Report, Implementation Plan and Design/Build Package $112,200.00
TOTAL $545,000.00

APPENDIX "C"

CONTRACT FOR:

Detailed Design and Construction Management for Ashbridges Bay Treatment Plant

RECOMMENDED FIRM:

CH2M Gore & Storrie Ltd.

CONTRACT BASED ON LUMP SUM PAYMENTS FOR WORK COMPONENTS

Work Components Lump Sum Fee (including GST)
Design Services $3,968,219.00
- Inventory/Field Verification
- Detailed Field Design
- Preparation of Drawings and Specifications
- Administration and Training
- Preparation of Operating and Maintenance Manuals
Construction Services $1,976,939.00
- Administration/Supervision
- Commissioning
- Testing and Performance Verification
Information Technology (Hardware & Software) Services $3,778,709.00
- Software Development
- Standards Development Workshops
- Technology Integration
- Testing and Performance Verification
Post-Implementation/Construction Services $416,389.00
- Inspection and Warranty Review
TOTAL $10,140,256.00

APPENDIX "D"

CONTRACT FOR:

Detailed Design and Construction Management for Humber Treatment Plant

RECOMMENDED FIRM:

Azurix North America

CONTRACT BASED ON LUMP SUM PAYMENTS FOR WORK COMPONENTS

Work Components Lump Sum Fee (including GST)
Design Services $1,650,665.00
- Inventory/Field Verification
- Detailed Field Design
- Preparation of Drawings and Specifications
- Administration and Training
- Preparation of Operating and Maintenance Manuals
Construction Services $933,216.00
- Administration/Supervision
- Commissioning
- Testing and Performance Verification
Information Technology (Hardware & Software) Services $2,418,485.00
- Software Development
- Standards Development Workshops
- Technology Integration
- Testing and Performance Verification
Post-Implementation/Construction Services $101,037.00
- Inspection and Warranty Review
TOTAL $5,103,403.00

APPENDIX "E"

CONTRACT FOR:

Detailed Design and Construction Management for Highland Creek Treatment Plant

RECOMMENDED FIRM:

Earth Tech (Canada) Ltd.

CONTRACT BASED ON LUMP SUM PAYMENTS FOR WORK COMPONENTS

Work Components Lump Sum Fee (including GST)
Design Services $1,012,500.00
- Inventory/Field Verification
- Detailed Field Design
- Preparation of Drawings and Specifications
- Administration and Training
- Preparation of Operating and Maintenance Manuals
Construction Services $661,049.00
- Administration/Supervision
- Commissioning
- Testing and Performance Verification
Information Technology (Hardware & Software) Services $1,018,000.00
- Software Development
- Standards Development Workshops
- Technology Integration
- Testing and Performance Verification
Post-Implementation/Construction Services $43,000.00
- Inspection and Warranty Review
TOTAL $2,734,549.00

APPENDIX "F"

CONTRACT ("F") FOR:

Program Integration and Coordination Services ("PIC") for Phase 2

RECOMMENDED FIRM:

EMA Canada Inc. (lead of six-firm consortium)

CONTRACT BASED ON TIME AND MATERIALS PER PRESCRIBED DELIVERABLES TO A CEILING COST

PIC FUNCTION CONTRACTED ROLE GENERAL ACTIVITIES EST. HOURS AVG. RATE
Communication Services Communications Consultant Develop program communication plan; Provides communications guidance to project leaders; Maintains project bulletin and status reports 780 188
Integrated Implementation Management Integrated Implementation Team Leader Manage and coordinate integrated work area implementation process; liaison with PMO and W/WW management teams; Monitor deliverable and benefit milestones 3,280 225
Organizational Services Organizational Design Specialist Provide change management coaching and support for W/WW management staff; provide advisory support for linking WBPP to other corporate initiatives; perform organizational component of integrated work area implementation 1,456 219
Sr. Human Resources Consultant Provide HR consulting support to W/WW in the implementation of WBPP; assist in the definition of work area team member roles & responsibilities; support staff transition program development 1,440 219
Training & Development Consultant Identify stakeholder expectations; coordinate and schedule needs assessment, educational program design, resourcing and evaluation activities for WBPP implementation areas 1,356 188
PCS Design & Implementation Management PCS Architect Provides high-level architectural direction to all PCS projects; Maintains and enforces design standards; Manages the common software module library 3,675 194
PCS Contract Support Specialist Provides contract management support and advise; Establishes contract management guidelines; Monitors contract management activities 1,944 113
PCS Drafting and Support Provide drafting and general technical support to PCS team 1,694 112
PCS Engineer Provides quality assurance and validation of PCS team deliverables; monitors compliance to design standards; coordinates inter-PCS team issues and dependencies; supports coordination of PCS implementation and integration in all facilities 2,518 112
PCS Implementation Team Leader Manages the resources and activities of the track; Reports to the Program Management Office; Ensures support to all on-going PCS projects across the Division 4,447 225
PCS Programmer Development of common modules; develop/support interfaces; provide system and integration testing support 3,304 113
PCS Trainer Develop PCS training approach and plan; Develops PCS training standards 840 125
Program Management Administrative Coordinator Coordinates project administration activities; liaison with W/WW purchasing and administration; provides contract administration support; manages deliverable documentation and sign-off process 1,520 106
Administrative Support Provides time-tracking and project budget support; maintains project documentation; supports production of reports; newsletters and correspondence; maintain project teams information 3,442 94
PIC Consulting Director Provide overall program management leadership; Focal point for consulting resources; Liaison with WES Program Director and senior management 2,136 253
Planner/Scheduler Project planning & scheduling; Day to day coordination with project and team leaders 2,600 113
Senior Project Manager High-level budget planning; Liaison with WES staff for coordination with Capital Works Program (Capital Budget); Ongoing WBPP business case review 2,840 225
Standards & Procedures Consultant Develops and maintains project management methodology, standards and procedures; Provides support for other methodology development initiatives; Provides consultative support for practice documentation development 1,080 156
Performance & Operations Management POMS Agent (Integration) Configuration Specialist Specialist role; Configures and maintains software modules for integrating POMS with other software systems 740 153
POMS Configuration Specialist Specialist role; configures POMS software (ARM) for specific application at facility/work area 1,904 153
POMS Performance Modeler Specialist role; models business/process performance requirements for implementation in POMS 1,308 194
POMS Policy Developer Specialist role; develops business procedures and policies to deal with the ongoing management of performance measures at all levels of the W/WW organization 208 219
POMS Team Leader/Sr. Practice Consultant Manages the POMS implementation and development activities; Lead performance management practices implementation role 656 225
Prototyper / Developer Computer software programmer with specific skills in POMS software environment (SmallTalk) 200 113
Senior Business Analyst Provide business analysis and business process design for incorporating POMS in to the W/WW operations 208 169
Practices Implementation Implementation Facilitator Key role in the implementation of Best Practices at the "shop floor" (Work Areas); provides support to facility managers for managing change process; carries out orientation of work area staff on Best Practices Principles; perform work process redesign in work areas 4,924 219
Operations Specialist Specialist role; Engineer with expert knowledge of Water and Wastewater operations; supports the implementation of redesigned practices pre and post PCS 3,952 216
Practices Implementation Team Leader Manages the practices implementation process within the Integrated Implementation frameworks 720 225
Technology Integration Analyst Provides business and analysis support to integration team 720 113
Analyst/Designer Business analysis and application design; Ensures WES W/WW business needs are reflected in the application requirements definition and design 1,040 153
Applications Architect Provides overall applications architecture design and support; Maintains the application interface standards; Provides on-going inter-application interface definition and agreements 1,360 194
Industry Experts Expert roles as required; E.g. LIMS, 720 216
KB Manager Applications Support Provides technical support for the Project's specialized software in document management, project control and planning 1,120 113
Programmer Provides applications and technology programming support to the project 1,720 113
Technology Architect Provides technology architecture guidance and support; Provides and maintains technology architecture standards; Maintains the WBPP Technology Blueprint; Ensures that application and process control needs technology are supported in a cost-efficient and effective manner 1,360 194
Technology Integration Team Leader Manages the technology integration activities; Maintains close links with other office and track managers to ensure all integration needs are supported 2,072 225
Test Coordinator Develops system test plans; monitors test results; escalates issues; signs off on results 800 113
Work Management System Senior Consultant - CMMS expert Specialist role; provides work management system (CMMS) software implementation consulting support; designs data capture and loading procedures for each facility; designs implementation approach and user training 3,244 209
Senior Consultant - Work Management Practices Specialist role; provides consulting and training support for the implementation of work management-specific practices adapted to each work area as required; develops facility-wide work management and parts inventory procedures 2,208 225
WMS Team Leader Manages in work management system and practices implementation; coordinates WMS software testing and integration 904 225
TOTAL HOURS 72442
AVERAGE RATE 178.86
GROSS COST $12,957,067.00
EXPENSES $596,000.00
G.S.T. $948,715.00
CONTRACT VALUE $14,501,781.00

(City Council also had before it, during consideration of the foregoing Clause, the following report (October 21, 1999) from the City Auditor:

Reference:

On October 6, 1999, the Works Committee had before it a report from the Commissioner of Works and Emergency Services and the Chief Financial Officer and Treasurer recommending a contract award to EMA Canada at a maximum cost of $14.5 million for program co-ordination and integration services related to Phase 2 of the Works Best Practices (WBP) Program. In considering this report, the Committee requested the City Auditor to report directly to Council on the procurement process with respect to these services.

Our review of this matter included an examination of relevant documents and records pertaining to the procurement process as well as discussions with Works, Legal and Purchasing staff, and certain proponents involved in the competition.

Recommendation:

It is recommended that this report be received for information.

Comments:

The WBP Program is a long term improvement initiative undertaken by the Water and Wastewater Services Division of the Works and Emergency Services Department. The objective of the program is to ensure that the Division provides the most cost effective and efficient service to its customers. Phase 1 of the project focused on the design of new work practices, new technologies and organizational change. Phase 2 includes full implementation of redesigned work practices and organizational units, integrated business and operations systems and technologies, detailed design, and construction and commissioning work for new process control systems across the major water and wastewater operating facilities. Staff estimate that annual savings of approximately $36 million will be realized upon completion of the project.

Procurement Process:

The process for the procurement of Program Integration and Co-ordination (PIC) services in Phase 2 of the WBP Program was reported to the Works and Utilities Committee on May 19, 1999 and subsequently forwarded to Council for information.

The process involves four main stages as outlined below:

1. Request for Expression of Interest

To identify and select qualified and interested firms for participation in subsequent stages of the process.

2. Request for Proposals

To assess the background, qualifications, experience, key resources, work approach and plan, and professional services rate structure of each proponent and to rank proponents for the next step in the process.

3. Work Plan Negotiation

To develop on a joint basis with the lead-ranked proponent an agreed work plan and associated resourcing and payment schedule, implementation scope and overall cost.

4. Approvals and Contract Development

To gain approvals from Committee and Council to enter into a contractual agreement with the recommended proponent.

The Water and Wastewater Services Division of Toronto Works and Emergency Services established an internal Selection Committee consisting of Works staff to carry out the procurement of PIC Services relating to Phase 2 of the WBP Program. While representatives from the Purchasing and Materials Management Division were involved in overseeing the process to ensure a fair and open competition, they were not involved in the actual evaluation of expressions of interests or proposals, which considering the technical nature of the services is appropriate.

A public Request for Expression of Interest (REOI) was issued on April 26, 1999 to identify and short list a limited number of interested and qualified consulting engineering firms for receipt of the Request for Proposal (RFP). Proponents were asked to indicate their interest in participating in the RFP process by providing evidence of qualification for the provision of the types of services relevant to the WBP Program implementation phase. At this stage, contract price and rates were not requested.

The Selection Committee established pre-defined evaluation criteria for this stage of the process, which focused on the proponent's demonstrated understanding of the underlying philosophies and methods of a major transformational process like the WBP Program, which involves:

(a) multi-disciplinary, large scale project integration, management and support in a water/wastewater operating environment;

(b) process control design and construction management;

(c) organizational design, training and change management;

(d) unionized, municipal-based operations;

(e) technology architecture and integration;

(f) team-oriented best practices implementation;

(g) work management systems implementation; and

(h) performance management systems implementation.

Seven responses to the REOI were received. Another respondent's submission was not received at the office of Purchasing and Materials Management by the 12:00 noon deadline on May 7, 1999, due to a courier problem. The respondent wrote to the Chief Financial Officer and Treasurer and requested that an exception be made and provided a letter from the courier company indicating that the tardiness of the submission was due to no fault on the part of the respondent. Works staff consulted with representatives from City Purchasing and Legal Services on this matter and were advised that in order to protect the integrity of the process any submission received after the deadline could not be considered. The Purchasing and Materials Management Division advised the respondent accordingly.

The Selection Committee reviewed and ranked the seven submissions against pre-defined criteria and identified two proponents that qualified to advance to the RFP stage. The RFP was issued to the two pre-qualified firms on May 14, 1999. The evaluation criteria included:

(a) corporate viability and background;

(b) relevant experience;

(c) understanding of WBPP principles, core methods and goals;

(d) key resources;

(e) proposed approach; and

(f) competitiveness of rates.

It should be noted that the evaluation of the RFP submissions was based mainly (80%) on qualifications, with the competitiveness of rates and price being a secondary consideration. Works staff indicate that a selection process that focuses on qualifications and key resources of the proponents as opposed to a bottom line price was adopted due to the complexity of the assignment, the unpredictability of some of the work, and the need for flexibility in scheduling of work area implementations across the division. In addition, Works staff felt that the possible lack of familiarity of most of the RFP participants with its operations and personnel would limit the participants' ability to make valid assumptions upon which to base a detailed work plan and therefore place them at a disadvantage compared to the incumbent Phase 1 consultant's background knowledge. Therefore, the Works Department felt that a qualifications based approach would be fairer to all potential proponents and would also be more appropriate for the department in terms of better ensuring overall project success.

In a letter to the Program Manager, WBPP dated, May 26, 1999, one of the two remaining proponents expressed concern of a lack of a level playing field in the competition due to the fact that the other proponent, being the incumbent consultant in Phase 1, had a natural advantage. The proponent also indicated that they would not be able to submit a competitive proposal and requested a meeting with Works staff to discuss suggestions to modify the process in order to facilitate a more effective competition, particularly since the proponents were already short listed at the REOI stage based on qualifications. In a letter dated June 1, 1999, the proponent proposed that the competition be enhanced to include significant consideration of work program, delivery schedule and fee budget, and suggested a facilitated workshop designed to put the proponents on an equal footing with respect to background knowledge. Works staff reviewed the suggestions with staff from Purchasing and Legal, and concluded that the current process was still appropriate.

In a letter dated June 11, 1999, the proponent advised the Chief Financial Officer and Treasurer of their formal withdrawal from the competition. As there would now only be one bidder in the competition, Works staff consulted with representatives from Purchasing and Legal on this matter. Based on these discussions, it was decided that the process should proceed.

On June 21, 1999, a proposal was received from a consortium led by EMA Canada Inc., which was the lead consultant in Phase 1. The Selection Committee performed an evaluation on the proposal and EMA qualified to proceed to the work plan development stage. At this stage, a series of negotiation meetings took place which involved developing a work plan, resourcing schedule, project scope, overall cost and contract performance management process. Audit Services staff were invited and attended some of these meetings. Through this process, an overall workplan and costs were developed for PIC services and a report recommending a contract award to EMA Canada at a maximum cost of $14.5 million, was forwarded to the October 1999 Works Committee meeting.

Conclusion:

The selection process for program integration and co-ordination services was developed by Works staff in consultation with senior management of Water and Wastewater Services. It was also reviewed by staff of the Purchasing and Materials Management Division and Legal Services. In addition, Works staff consulted with both Purchasing and Legal on any issues that arose at various stages in the process. The process that was being followed was also reported to the Works and Utilities Committee and Council for information in May 1999.

EMA, as the Phase 1 incumbent consultant, was involved in the development of the preliminary work plan for Phase 2 and had detailed knowledge of the WBP Program. Although the process that was followed by the Works Department was fair and open, it is our opinion that it would have been difficult for any proponent to overcome the advantage that EMA had as a result of their in-depth involvement in Phase 1.

It would also be difficult to determine whether a higher weighting on price would have altered the results of the competition. Works staff indicate that basing the competition mainly on price could compromise the success of the project since price would take precedence over the qualifications of the consortium and their ability to do the job.

It should also be noted that the RFP only required proponents to provide proposed per diem rates for various levels of consulting staff and not a total price. The actual negotiations leading to a total contract price were determined during the work plan development stage, at which point EMA knew that they were the only bidder. While this would have been the case with any successful proponent, because there was no other bidder that the City could fall back on if an agreement could not be reached with the top ranked proponent, the City's leverage in contract negotiations may have been reduced. Given that there was only one bidder, it is difficult to determine the reasonableness of the recommended contract award to EMA of $14.5 million as there is no benchmark against which to evaluate the competitiveness of the bid, including the proposed rates. While we are concerned that the proposed rates charged under this contract appear high, Works staff indicate that the rates proposed by EMA are in line with those charged in Phase 1 (adjusted for inflation). It should also be noted that the rates to be charged under this contact were acquired in a competitive context where price was stated to be a consideration in the evaluation of proposals. In addition, the proponent that withdrew at the RFP stage indicated that they would keep their withdrawal confidential.

The REOI was advertised in a national newspaper as well as on the City's web site. While the selection process did not result in the level of competition expected for a contract of this magnitude, the Works Department had little control over the circumstances that led to a situation where there was only one bidder. Works staff indicate that they are comfortable with the proposal put forward by EMA. However, it is important at this point, that attention be focused on the value of the services to be provided under this contract, especially in light of the Council imposed moratorium on layoffs. While Works staff have no control over this development, it may affect the estimated savings resulting from this project as most of the projected savings are based on staff reductions from streamlined work practices. Works staff have indicated that they will be reporting to the Works Committee on the financial impact of the Council imposed moratorium as well as any issues related to the new Local 416 agreement.

Contact Name and Telephone Number:

Tony Veneziano, Senior Audit Manager, 392-8353)

(City Council also had before it, during consideration of the foregoing Clause, a communication (October 19, 1999) from Rienk deVries, EMA Canada, Inc., submitting, as requested by the Works Committee, an outline of EMA's Canadian position on water quality and union involvement in the Works Best Practices Program; advising of the principles upon which EMA has built its leadership position and expressing its intention to continue working with the City for the success of the Works Best Practices Program.)

3

Engagement of Professional Services to Undertake

the Preliminary Design of Process Control Systems

at the R.C. Harris, R.L. Clark, F.J. Horgan and

Island Water Treatment Plants

(City Council on October 26 and 27, 1999, adopted this Clause, without amendment.)

The Works Committee recommends:

(1) the adoption of the report dated September 22, 1999, from the Commissioner of Works and Emergency Services; and

(2) that under no circumstances are there to be reductions in water quality and that continued improvements of quality should be considered an ongoing objective.

The Works Committee reports, for the information of Council, having considered together the following reports related to the Works Best Practices Program:

(i) (September 27, 1999) from the Commissioner of Works and Emergency Services, headed "Request for Proposals for Selection of Vendors for Supply of Process Control Systems (SCADA) Software, Contract No. MWRFP199";

(ii) (September 22, 1999) from the Commissioner of Works and Emergency Services, headed

"Engagement of Professional Services to Undertake the Preliminary Design of Process Control Systems at the R.C. Harris, R.L. Clark, F.J. Horgan and Island Water Treatment Plants";

(iii) (September 22, 1999) from the Commissioner of Works and Emergency Services, headed"Engagement of Professional Services to Undertake the Preliminary Design of a ProcessControl System for the Water Transmission System";

(iv) (September 28, 1999) from the Commissioner of Works and Emergency Services and the Chief Financial Officer and Treasurer, headed "Results of the Request for Proposals for the

Water Pollution Control Process Control System Detailed Design Project"; and

(v) (September 27, 1999) from the Commissioner of Works and Emergency Services and the Chief Financial Officer and Treasurer, headed "Request for Proposals for the Procurement of Program Integration and Coordination Services for Phase 2 of the Works Best Practices Program, and Award of Contract";

and having directed that:

(1) a meeting of the Works Best Practices Program Work Group be convened prior to the Council meeting scheduled for October 26, 27 and 28, 1999;

(2) Union representatives be formally invited to meetings respecting Best Practices when these involve Toronto Civic Employees' Union Local 416 members, and that confirmation that invitations were received be obtained; especially important will be Local 416 and Local 79 involvement in all Teams, particularly items (4) "Organizational Services" and (5) "Integrated Works Area Implementation" under the Program Integration and Coordination Services for Phase 2;

(3) a written statement, to Council, be requested from EMA Canada concerning the firm's position on water quality as a part of Works Best Practices development and Union involvement in best practices development and implementation;

(4) the City Auditor be requested to report directly to Council on the aforementioned report headed "Request for Proposals for the Procurement of Program Integration and Coordination Services for Phase 2 of the Works Best Practices Program, and Award of Contract", wherein seven expressions of interest were received, two firms were given the opportunity to bid and one of those withdrew; and

(5) the Commissioner of Works and Emergency Services be requested to submit a report directly to City Council on the aforementioned reports, which outlines in simple terms the number of persons that are being hired under these contracts, the number of hours and hourly rate of pay of those persons, and the type of performance analysis to be undertaken as this project proceeds.

The Works Committee submits the following report (September 22, 1999) from the Commissioner of Works and Emergency Services:

Purpose:

To present the results of the Request for Proposals for the selection of professional services to carry out the preliminary design of process control systems for the R.C. Harris, R.L. Clark, F.J. Horgan and Island Water Treatment Plants, and to obtain approval to award the consulting assignment to The Greater Toronto Consulting Group.

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 the process control systems for the R.C. Harris, R.L. Clark, F.J. Horgan and Island Water Treatment Plants. These funds are available in the Water and Wastewater Services Division, Water Supply Section Account No. C-WS026.

Recommendations:

It is recommended that:

(1) the assignment for preliminary design of process control systems for the R.C. Harris, R.L. Clark, F.J. Horgan and Island Water Treatment Plants be awarded to The Greater Toronto Consulting Group at a cost not to exceed $1,146,000.00 including Goods and Services Tax (GST) plus a contingency allowance of $115,000.00 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 key 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 four water treatment plants comprise the R.C. Harris, R.L. Clark, F.J. Horgan and Island Plants. Collectively these plants produce all of the drinking water supplied to the City of Toronto and by agreement for a major portion of the Region of York. Process control systems at the plants are required to enable effective control of water treatment unit processes including process chemical addition, the control and backwash of filters and the monitoring and control of various parameters. There are numerous individual systems and their control as part of a continuous operation requires complex process control technology. The existing systems are aged, generally installed in the 1970's or 1980's, and require replacement. Furthermore, as part of Works Best Practices new systems are required in order to enable process automation and optimization of hydro, chemical and staff costs. These are required to achieve operating budget reduction targets. Considering the condition of the existing equipment and the overall project schedule, the preliminary design for the process control systems of the four plants 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 The Greater Toronto Consulting Group and XCG Consultants Ltd. for the preliminary design of the process control systems for the water treatment plants.

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, both firms qualified for further consideration and the price envelopes were opened.

Interviews were held with the firms 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 interviews. As indicated in Appendix A, the staff selection committee concluded that the proposal by The Greater Toronto Consulting Group 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 The Greater Toronto Consulting Group be awarded the assignment to undertake the preliminary design of the process control systems for the four treatment plants.

Contact Name:

Hiroshi Taniguchi

Director, Water Supply

Phone: (416) 392-8220; Fax: (416) 392-3639

E-mail: htaniguchi@metrodesk.metrotor.on.ca

Appendix 'A'

Water Treatment Plant 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 percent 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 the process control systems at the four water treatment plants.

(4) A formal staff selection committee was struck to evaluate the detailed proposals. As with the Expressions 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 percent 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, both firms qualified for further consideration and their cost proposals were reviewed.

(7) The two firms were 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 interviews and proponents were requested to provide written clarification to proposal items as required.

(8) On completion of all of the above, the selection committee concluded that The Greater Toronto Consulting Group submission had the "lowest cost/point" based on the costs in the fee proposal and the points awarded in the technical evaluation and was, therefore, ranked first.

(9) It was recommended that the preliminary design of the process control systems at the four water treatment plants be awarded to The Greater Toronto Consulting Group.

--------

The Works Committee reports, for the information of Council, having also had before it during consideration of the foregoing matter the following communications:

(i) (October 6, 1999) from Mr. Brian Cochrane, President, Toronto Civic Employees' Union, Local 416, expressing concerns with respect to the Works Best Practices Program, and the implications of the reports for approval of expenditures on Process Control Systems, in particular the quality of services being jeopardized as a potential outcome of downsizing; and

(ii) (October 6, 1999) from Mr. Brian Cochrane, President, Toronto Civic Employees' Union, Local 416, in opposition to the selection of EMA Canada Inc. to assist the City with the implementation of the Works Best Practices Program; recommending that if the City must continue with the Program, the changes be made using City employees on an "in-house" basis; and further recommending that if the Committee approves the recommendation to retain EMA Canada Inc., EMA be directed to proceed in a manner that recognizes Local 416 as having an integral role in any operational changes.

The following persons appeared before the Works Committee in connection with the foregoing matter:

- Mr. Peter Leiss, Executive Vice-President, and Ms. Gina Gignac, National Representative, Toronto Civic Employees' Union, Local 416; and

- Ms. Karen Buck, Toronto, Ontario.

(City Council on October 26 and 27, 1999, had before it, during consideration of the foregoing Clause, the following report (October 15, 1999) from the Commissioner of Works and Emergency Services:

Purpose:

The purpose of this report is to provide further information, as directed by Works Committee, on the type of contract performance analysis and on the consulting resources, including number of persons, hours and rate, associated with the Works Best Practices Program Phase 2 initial contract award recommendations.

Funding Sources, Financial Implications and Impact Statement:

There is no direct financial impact from this report.

Recommendations:

It is recommended that this report be received for information.

Council Reference/Background/History:

At its meeting of March 2, 3 and 4, 1999, City Council reaffirmed continuance of the Works Best Practices Program (WBPP) in the Water and Wastewater Services Division of Works and Emergency Services. At its meeting of October 6, 1999, The Works Committee, by adoption of their agenda items numbered 4, 4(a), 4(b), 4(c), and 4(d), is recommending to Council awards of contracts to seven firms for the supply and delivery of software components (one contract) and for the performance of various work activities relating to process control systems preliminary design (two contracts), detailed design, software development, general administration and construction site supervision (three contracts), and program integration and coordination services (one contract). The Works Committee further directed that the Commissioner of Works and Emergency Services be requested to submit a report directly to City Council on reports 4, 4(a), 4(b), 4(c) and 4(d), which outlines in simple terms the number of persons that are being hired under these contracts, the number of hours and hourly rate of pay of those persons, and the type of performance analysis to be undertaken as this project proceeds.

Comments and/or Discussion and/or Justification:

As the Works Best Practices Program (WBPP) enters Phase 2, its major implementation phase, a number of key work packages must be contracted in order for planned work to proceed. These work packages relate to all implementation areas of the Program. New process control systems, providing industry-standard levels of automation, control, maintainability, and reliability to facility operations, need to go through the detailed stages of design and into construction and commissioning. Organizational changes need to be rolled out across approximately thirty-two "workareas" (a discrete team unit defines the bounds of a workarea, such as solids handling at the Highland Creek Treatment Plant), involving staff selection, development, and training in the new ways of operating and maintaining modern water and wastewater facilities. Supporting operational, information and management systems technologies need to be rolled out across the organization to provide people with the right information, quickly and accurately, to make decisions which will best ensure high quality, reliable service delivery at the lowest cost. All this work needs to be done efficiently and in a coordinated and fully integrated manner in order that the planned results may be achieved.

The work packages required to commence Phase 2 include the following:

- preliminary design for new process control systems in the four Water Supply plants;

- preliminary design for new process control systems in the water transmission system;

- detailed design, software development, general administration and construction site supervision for new process control systems in the three major Water Pollution Control plants; and,

- program integration and coordination services for Phase 2 of the Program.

An additional requirement exists to establish a supply contract for Supervisory Control and Data Acquisition (SCADA) software to be used on a standardized basis in all new process control systems.

As reported in the WBPP Spring 1999, WBPP Status Report (Council Meeting of May 11, 12, and 13 - Clause No. 14(f) of Report No. 5 of the Works and Utilities Committee), the Program is ahead of schedule with respect to operating cost reductions achieved. The above work packages are an integral part of the next step in Program implementation and must proceed in parallel in order to continue progress as planned and in order to ensure proper integration of best practices across the Water Supply and Water Pollution Control sections of the Water and Wastewater Services Division. Formal procurement activities have been carried out for each of these work packages so as to ensure Phase 2 work begins as planned and on time.

The seven contracts recommended are listed in Table 1, below. These contracts are numbered "A" through"G" for purposes of referencing in the body of this report.

TABLE 1: Recommended Contracts

Ref. No. Assignment Recommended Firm Ceiling Value (incl. GST)
A Preliminary design for R.C. Harris, R.L. Clark, F.J. Horgan, and Island Water Treatment Plants The Greater Toronto Consulting Group $1,146,000.00 plus $115,000.00 contingency
B Preliminary design for Water Transmission System Simcoe Engineering Group Ltd. $545,000.00 plus

$55,000.00 contingency

C Detailed design and construction management for Ashbridges Bay Treatment Plant CH2M Gore & Storrie Ltd. $10,140,256.00 plus $500,000.00 contingency
D Detailed design and construction management for Humber Treatment Plant Azurix North America $5,103,403.00 plus $500,000.00 contingency
E Detailed design and construction management for Highland Creek Treatment Plant Earth Tech (Canada) Ltd. $2,734,549.00 plus $250,000.00 contingency
F Program integration and coordination services for all Phase 2 EMA Canada Inc. (lead of six-firm consortium) $14,501,000.00
G Supply of SCADA Software Intellution Inc. $1,427,604.70

Contract Deliverables and Resources

This section of the report will discuss the nature of products and services provided for each of these contracts and the approach to charging and payment.

Contracts "A" and "B" are for the delivery of process control systems preliminary designs for the four water treatment plants and for the water transmission system. In these types of assignments, payment is on a scheduled lump sum basis for the completion of specific, pre-agreed design and documentation services. Appendices "A" and "B" provide the dollar values for the required preliminary design components. Proposal evaluation and consultant selection is based on the proposed overall cost for the prescribed design deliverables, and as such does not take into account specific time and costs for individual consultant personnel.

Contracts "C", "D", and "E" are for the development of detailed design (drawings and specifications) for the process control systems and related equipment (instruments and field devices), general administration and site supervision for construction, and the programming and commissioning, including training and full documentation, of the new process control systems and related equipment. As in the case of preliminary design contracts, payment is on a scheduled deliverable basis. Appendices "C", "D" and "E" provide the dollar values for the required contract components. Again, proposal evaluation and consultant selection is based on the proposed overall cost for the prescribed deliverables, and as such does not take into account specific time and costs for individual consultant personnel.

Contract "F" is for the provision of professional and technical services required to manage and implement the Works Best Practices Program across all of Water Supply and Water Pollution Control. In virtually every instance, consultant personnel will be teamed with staff to produce prescribed implementation deliverables through the application of standardized methods and technologies developed in Phase 1. Approximately 32 integrated workarea implementations will be performed, with each involving a number of inter-related areas of activity. These include the establishment of the redesigned team unit, the introduction, application and development of total productive operations, program-driven maintenance and flexible workforce practices, and the configuring and implementing of the work management system and the performance management system, as well as their supporting technology infrastructure. Training and knowledge transfer to staff are emphasized in all areas of activity. In addition, quality control and systems integration functions will be performed for all of the process control systems design, construction, commissioning, training and handover activities, covering all Water Supply and Water Pollution Control operating facilities.

Program integration and coordination (PIC) services support and manage every aspect of WBPP implementation, including those under the other work packages (contracts) discussed in this report. PIC is vital to the success of the Program and the achievement of its committed goals and objectives. The scope of the PIC assignment, the term of which coincides with completion of full WBPP implementation, was developed in Phase 1, and has been designed to minimize the use of consultants and maximize the use of staff resources. The approach taken to accomplish this was to identify the work to be done in Phase 2, to isolate those activities which require external resourcing, and to trim the days of effort to be acquired (by more than one-third) in order to ensure best use of consultants, an optimal degree of knowledge transfer to staff, and acceptable probability of success.

The PIC contract will incorporate prescribed deliverables, with charges to be based on time and materials to an upset limit (contract value). Appendix "F" to this report includes a table which shows the major PIC functions, the roles and resources to be provided under the contract, a brief description of the activities and responsibilities of each role/resource, the estimated number of hours of work required to complete the prescribed deliverables, and the average hourly rate for each role/resource.

The consultant selection process has been described in the contract recommendation report, titled "Request for Proposals for the Procurement of Program Integration and Coordination Services for Phase 2 of the Works Best Practices Program" (September 27, 1999). That report, which also lists the prescribed deliverables and the estimated ceiling cost for each, is one of the five contract award recommendation reports forwarded by The Works Committee to the same Council meeting as this information report. The proposed PIC assignment provides the appropriate resources to accomplish the required work at rates which are competitive based on comparison with Phase 1 rates for similar services and reasonable inflationary indexing. Clearly, it would have been preferable to have more than one proposal for the work. However, the process of qualification based selection addresses this eventuality by focusing on the ability and demonstrated experience of the proponent to carry out the assignment with a high probability of success, with attendant consideration of timeliness and budget. This rationale was described in Clause No. 5(g) of Report No. 9 of the Works and Utilities Committee (Council meeting of June 9, 10 and 11, 1999).

Contract "G" is for the provision of software products only and requires no provision for consultant services and corresponding rates.

It should be noted that the recommended contract awards incorporate the ability for the City to make adjustments, as work proceeds, to work package components and to specific resource requirements, within upset limits. This will ensure that the best overall value for money expended will be achieved, in terms of minimizing costs and maximizing the quality of the results.

Contract Performance

Contract performance for contracts "A" through "E" (process control systems) will be monitored in two ways. First, the WBPP Program Management Office, with the day-to-day support of the Process Control Systems Implementation Team, will review progress against planned design and implementation deliverables and address delays or performance problems as they are encountered. Second, major deliverables as they are developed must be signed off prior to approval of final invoice payment by the Technical Services Division, who will be represented on the Process Control Systems Implementation Team. Further performance management of these and all contracts will be performed through the functions of the Quality Assurance Team, as described in the section below titled, "Quality Assurance".

For contract "F", contract performance management is as for Contracts "A" through "E", described above. In addition, there are additional performance management provisions to be incorporated into the contract, as described in the contract award report ("Request for Proposals for the Procurement of Program Integration and Coordination Services for Phase 2 of the Works Best Practices Program"). Those provisions effectively retain a portion of the fees for services, totaling approximately $800,000.00, in a Performance Fund from which those retained fees will be disbursed to the contractor as Program goals are achieved and demonstrated.

Under Contract "G", the SCADA Software contract, no services are provided, and, as a result, no corresponding services performance management component is included. Performance of the software itself is addressed in the warranty and support components of the proposal and will be included in the agreement.

Quality Assurance

Phase 2 will employ an adaptation of the Phase 1 Quality Assurance (QA) methodology. It will be designed to address the specific challenges of multiple, simultaneous, integrated workarea implementations across all Water Supply and Water Pollution Control organizational units and facilities. The QA methodology employs a ten-step cycle for the creation and pre-approval of detailed workplans (including interim and final deliverables), the monitoring of progress against those workplans, the establishment of quality control teams for purposes of deliverables review, feedback and acceptance, and the final review, acceptance and signoff of completed deliverables. The payment approval process will be integrated with the QA methodology to ensure payments are released only in accordance with completed effort and receipt of prescribed deliverables. Discussions are underway with senior representatives of the Audit Department to identify and operationalize the appropriate role of Audit in the overall QA process.

Conclusions:

This report is provided to Council, as directed by The Works Committee, to present supplementary information concerning the recommendations for contract awards to seven firms for process control preliminary and detailed design, SCADA software supply, and program integration and coordination services components necessary for the commencement of Phase 2, the major implementation phase, of the Works Best Practices Program. These contract recommendations are the result of formal procurement processes carried out in accordance with approved corporate practice, and are consistent with approved funding levels. It is necessary to proceed with these assignments at this time in order to comply with Council's reaffirmation of the Works Best Practices Program and to maintain progress against committed Program benefit goals.

Contact Name:

Jim Coe

Program Manager, Works Best Practices

Water and Wastewater Services Division

Telephone No. (416) 392-3141)

APPENDIX "A"

CONTRACT FOR:

Preliminary Design for R.C. Harris, R.L. Clark, F.J. Horgan, and Island Water Treatment Plants

RECOMMENDED FIRM:

The Greater Toronto Consulting Group

CONTRACT BASED ON LUMP SUM PAYMENTS FOR WORK COMPONENTS

Work Components Lump Sum Fee (including GST)
Process Narratives $241,100.00
Process & Instrumentation Diagrams (P&ID's) $174,200.00
Equipment Database, Standards and System Architecture $381,000.00
Predesign Report, Implementation Plan and Design/Build Package $349,700.00
TOTAL $1,146,000.00

APPENDIX "B"

CONTRACT FOR:

Preliminary Design for Water Transmission System

RECOMMENDED FIRM:

Simcoe Engineering Group Ltd.

CONTRACT BASED ON LUMP SUM PAYMENTS FOR WORK COMPONENTS

Work Components Lump Sum Fee (including GST)
Process Narratives $91,400.00
Process & Instrumentation Diagrams (P&ID's) $145,500.00
Equipment Database, Standards and System Architecture $195,900.00
Predesign Report, Implementation Plan and Design/Build Package $112,200.00
TOTAL $545,000.00

APPENDIX "C"

CONTRACT FOR:

Detailed Design and Construction Management for Ashbridges Bay Treatment Plant

RECOMMENDED FIRM:

CH2M Gore & Storrie Ltd.

CONTRACT BASED ON LUMP SUM PAYMENTS FOR WORK COMPONENTS

Work Components Lump Sum Fee (including GST)
Design Services $3,968,219.00
- Inventory/Field Verification
- Detailed Field Design
- Preparation of Drawings and Specifications
- Administration and Training
- Preparation of Operating and Maintenance Manuals
Construction Services $1,976,939.00
- Administration/Supervision
- Commissioning
- Testing and Performance Verification
Information Technology (Hardware & Software) Services $3,778,709.00
- Software Development
- Standards Development Workshops
- Technology Integration
- Testing and Performance Verification
Post-Implementation/Construction Services $416,389.00
- Inspection and Warranty Review
TOTAL $10,140,256.00

APPENDIX "D"

CONTRACT FOR:

Detailed Design and Construction Management for Humber Treatment Plant

RECOMMENDED FIRM:

Azurix North America

CONTRACT BASED ON LUMP SUM PAYMENTS FOR WORK COMPONENTS

Work Components Lump Sum Fee (including GST)
Design Services $1,650,665.00
- Inventory/Field Verification
- Detailed Field Design
- Preparation of Drawings and Specifications
- Administration and Training
- Preparation of Operating and Maintenance Manuals
Construction Services $933,216.00
- Administration/Supervision
- Commissioning
- Testing and Performance Verification
Information Technology (Hardware & Software) Services $2,418,485.00
- Software Development
- Standards Development Workshops
- Technology Integration
- Testing and Performance Verification
Post-Implementation/Construction Services $101,037.00
- Inspection and Warranty Review
TOTAL $5,103,403.00

APPENDIX "E"

CONTRACT FOR:

Detailed Design and Construction Management for Highland Creek Treatment Plant

RECOMMENDED FIRM:

Earth Tech (Canada) Ltd.

CONTRACT BASED ON LUMP SUM PAYMENTS FOR WORK COMPONENTS

Work Components Lump Sum Fee (including GST)
Design Services $1,012,500.00
- Inventory/Field Verification
- Detailed Field Design
- Preparation of Drawings and Specifications
- Administration and Training
- Preparation of Operating and Maintenance Manuals
Construction Services $661,049.00
- Administration/Supervision
- Commissioning
- Testing and Performance Verification
Information Technology (Hardware & Software) Services $1,018,000.00
- Software Development
- Standards Development Workshops
- Technology Integration
- Testing and Performance Verification
Post-Implementation/Construction Services $43,000.00
- Inspection and Warranty Review
TOTAL $2,734,549.00

APPENDIX "F"

CONTRACT ("F") FOR:

Program Integration and Coordination Services ("PIC") for Phase 2

RECOMMENDED FIRM:

EMA Canada Inc. (lead of six-firm consortium)

CONTRACT BASED ON TIME AND MATERIALS PER PRESCRIBED DELIVERABLES TO A CEILING COST

PIC FUNCTION CONTRACTED ROLE GENERAL ACTIVITIES EST. HOURS AVG. RATE
Communication Services Communications Consultant Develop program communication plan; Provides communications guidance to project leaders; Maintains project bulletin and status reports 780 188
Integrated Implementation Management Integrated Implementation Team Leader Manage and coordinate integrated work area implementation process; liaison with PMO and W/WW management teams; Monitor deliverable and benefit milestones 3,280 225
Organizational Services Organizational Design Specialist Provide change management coaching and support for W/WW management staff; provide advisory support for linking WBPP to other corporate initiatives; perform organizational component of integrated work area implementation 1,456 219
Sr. Human Resources Consultant Provide HR consulting support to W/WW in the implementation of WBPP; assist in the definition of work area team member roles & responsibilities; support staff transition program development 1,440 219
Training & Development Consultant Identify stakeholder expectations; coordinate and schedule needs assessment, educational program design, resourcing and evaluation activities for WBPP implementation areas 1,356 188
PCS Design & Implementation Management PCS Architect Provides high-level architectural direction to all PCS projects; Maintains and enforces design standards; Manages the common software module library 3,675 194
PCS Contract Support Specialist Provides contract management support and advise; Establishes contract management guidelines; Monitors contract management activities 1,944 113
PCS Drafting and Support Provide drafting and general technical support to PCS team 1,694 112
PCS Engineer Provides quality assurance and validation of PCS team deliverables; monitors compliance to design standards; coordinates inter-PCS team issues and dependencies; supports coordination of PCS implementation and integration in all facilities 2,518 112
PCS Implementation Team Leader Manages the resources and activities of the track; Reports to the Program Management Office; Ensures support to all on-going PCS projects across the Division 4,447 225
PCS Programmer Development of common modules; develop/support interfaces; provide system and integration testing support 3,304 113
PCS Trainer Develop PCS training approach and plan; Develops PCS training standards 840 125
Program Management Administrative Coordinator Coordinates project administration activities; liaison with W/WW purchasing and administration; provides contract administration support; manages deliverable documentation and sign-off process 1,520 106
Administrative Support Provides time-tracking and project budget support; maintains project documentation; supports production of reports; newsletters and correspondence; maintain project teams information 3,442 94
PIC Consulting Director Provide overall program management leadership; Focal point for consulting resources; Liaison with WES Program Director and senior management 2,136 253
Planner/Scheduler Project planning & scheduling; Day to day coordination with project and team leaders 2,600 113
Senior Project Manager High-level budget planning; Liaison with WES staff for coordination with Capital Works Program (Capital Budget); Ongoing WBPP business case review 2,840 225
Standards & Procedures Consultant Develops and maintains project management methodology, standards and procedures; Provides support for other methodology development initiatives; Provides consultative support for practice documentation development 1,080 156
Performance & Operations Management POMS Agent (Integration) Configuration Specialist Specialist role; Configures and maintains software modules for integrating POMS with other software systems 740 153
POMS Configuration Specialist Specialist role; configures POMS software (ARM) for specific application at facility/work area 1,904 153
POMS Performance Modeler Specialist role; models business/process performance requirements for implementation in POMS 1,308 194
POMS Policy Developer Specialist role; develops business procedures and policies to deal with the ongoing management of performance measures at all levels of the W/WW organization 208 219
POMS Team Leader/Sr. Practice Consultant Manages the POMS implementation and development activities; Lead performance management practices implementation role 656 225
Prototyper / Developer Computer software programmer with specific skills in POMS software environment (SmallTalk) 200 113
Senior Business Analyst Provide business analysis and business process design for incorporating POMS in to the W/WW operations 208 169
Practices Implementation Implementation Facilitator Key role in the implementation of Best Practices at the "shop floor" (Work Areas); provides support to facility managers for managing change process; carries out orientation of work area staff on Best Practices Principles; perform work process redesign in work areas 4,924 219
Operations Specialist Specialist role; Engineer with expert knowledge of Water and Wastewater operations; supports the implementation of redesigned practices pre and post PCS 3,952 216
Practices Implementation Team Leader Manages the practices implementation process within the Integrated Implementation frameworks 720 225
Technology Integration Analyst Provides business and analysis support to integration team 720 113
Analyst/Designer Business analysis and application design; Ensures WES W/WW business needs are reflected in the application requirements definition and design 1,040 153
Applications Architect Provides overall applications architecture design and support; Maintains the application interface standards; Provides on-going inter-application interface definition and agreements 1,360 194
Industry Experts Expert roles as required; E.g. LIMS, 720 216
KB Manager Applications Support Provides technical support for the Project's specialized software in document management, project control and planning 1,120 113
Programmer Provides applications and technology programming support to the project 1,720 113
Technology Architect Provides technology architecture guidance and support; Provides and maintains technology architecture standards; Maintains the WBPP Technology Blueprint; Ensures that application and process control needs technology are supported in a cost-efficient and effective manner 1,360 194
Technology Integration Team Leader Manages the technology integration activities; Maintains close links with other office and track managers to ensure all integration needs are supported 2,072 225
Test Coordinator Develops system test plans; monitors test results; escalates issues; signs off on results 800 113
Work Management System Senior Consultant - CMMS expert Specialist role; provides work management system (CMMS) software implementation consulting support; designs data capture and loading procedures for each facility; designs implementation approach and user training 3,244 209
Senior Consultant - Work Management Practices Specialist role; provides consulting and training support for the implementation of work management-specific practices adapted to each work area as required; develops facility-wide work management and parts inventory procedures 2,208 225
WMS Team Leader Manages in work management system and practices implementation; coordinates WMS software testing and integration 904 225
TOTAL HOURS 72442
AVERAGE RATE 178.86
GROSS COST $12,957,067.00
EXPENSES $596,000.00
G.S.T. $948,715.00
CONTRACT VALUE $14,501,781.00

(City Council also had before it, during consideration of the foregoing Clause, the following report (October 21, 1999) from the City Auditor:

Reference:

On October 6, 1999, the Works Committee had before it a report from the Commissioner of Works and Emergency Services and the Chief Financial Officer and Treasurer recommending a contract award to EMA Canada at a maximum cost of $14.5 million for program co-ordination and integration services related to Phase 2 of the Works Best Practices (WBP) Program. In considering this report, the Committee requested the City Auditor to report directly to Council on the procurement process with respect to these services.

Our review of this matter included an examination of relevant documents and records pertaining to the procurement process as well as discussions with Works, Legal and Purchasing staff, and certain proponents involved in the competition.

Recommendation:

It is recommended that this report be received for information.

Comments:

The WBP Program is a long term improvement initiative undertaken by the Water and Wastewater Services Division of the Works and Emergency Services Department. The objective of the program is to ensure that the Division provides the most cost effective and efficient service to its customers. Phase 1 of the project focused on the design of new work practices, new technologies and organizational change. Phase 2 includes full implementation of redesigned work practices and organizational units, integrated business and operations systems and technologies, detailed design, and construction and commissioning work for new process control systems across the major water and wastewater operating facilities. Staff estimate that annual savings of approximately $36 million will be realized upon completion of the project.

Procurement Process:

The process for the procurement of Program Integration and Co-ordination (PIC) services in Phase 2 of the WBP Program was reported to the Works and Utilities Committee on May 19, 1999 and subsequently forwarded to Council for information.

The process involves four main stages as outlined below:

1. Request for Expression of Interest

To identify and select qualified and interested firms for participation in subsequent stages of the process.

2. Request for Proposals

To assess the background, qualifications, experience, key resources, work approach and plan, and professional services rate structure of each proponent and to rank proponents for the next step in the process.

3. Work Plan Negotiation

To develop on a joint basis with the lead-ranked proponent an agreed work plan and associated resourcing and payment schedule, implementation scope and overall cost.

4. Approvals and Contract Development

To gain approvals from Committee and Council to enter into a contractual agreement with the recommended proponent.

The Water and Wastewater Services Division of Toronto Works and Emergency Services established an internal Selection Committee consisting of Works staff to carry out the procurement of PIC Services relating to Phase 2 of the WBP Program. While representatives from the Purchasing and Materials Management Division were involved in overseeing the process to ensure a fair and open competition, they were not involved in the actual evaluation of expressions of interests or proposals, which considering the technical nature of the services is appropriate.

A public Request for Expression of Interest (REOI) was issued on April 26, 1999 to identify and short list a limited number of interested and qualified consulting engineering firms for receipt of the Request for Proposal (RFP). Proponents were asked to indicate their interest in participating in the RFP process by providing evidence of qualification for the provision of the types of services relevant to the WBP Program implementation phase. At this stage, contract price and rates were not requested.

The Selection Committee established pre-defined evaluation criteria for this stage of the process, which focused on the proponent's demonstrated understanding of the underlying philosophies and methods of a major transformational process like the WBP Program, which involves:

(a) multi-disciplinary, large scale project integration, management and support in a water/wastewater operating environment;

(b) process control design and construction management;

(c) organizational design, training and change management;

(d) unionized, municipal-based operations;

(e) technology architecture and integration;

(f) team-oriented best practices implementation;

(g) work management systems implementation; and

(h) performance management systems implementation.

Seven responses to the REOI were received. Another respondent's submission was not received at the office of Purchasing and Materials Management by the 12:00 noon deadline on May 7, 1999, due to a courier problem. The respondent wrote to the Chief Financial Officer and Treasurer and requested that an exception be made and provided a letter from the courier company indicating that the tardiness of the submission was due to no fault on the part of the respondent. Works staff consulted with representatives from City Purchasing and Legal Services on this matter and were advised that in order to protect the integrity of the process any submission received after the deadline could not be considered. The Purchasing and Materials Management Division advised the respondent accordingly.

The Selection Committee reviewed and ranked the seven submissions against pre-defined criteria and identified two proponents that qualified to advance to the RFP stage. The RFP was issued to the two pre-qualified firms on May 14, 1999. The evaluation criteria included:

(a) corporate viability and background;

(b) relevant experience;

(c) understanding of WBPP principles, core methods and goals;

(d) key resources;

(e) proposed approach; and

(f) competitiveness of rates.

It should be noted that the evaluation of the RFP submissions was based mainly (80%) on qualifications, with the competitiveness of rates and price being a secondary consideration. Works staff indicate that a selection process that focuses on qualifications and key resources of the proponents as opposed to a bottom line price was adopted due to the complexity of the assignment, the unpredictability of some of the work, and the need for flexibility in scheduling of work area implementations across the division. In addition, Works staff felt that the possible lack of familiarity of most of the RFP participants with its operations and personnel would limit the participants' ability to make valid assumptions upon which to base a detailed work plan and therefore place them at a disadvantage compared to the incumbent Phase 1 consultant's background knowledge. Therefore, the Works Department felt that a qualifications based approach would be fairer to all potential proponents and would also be more appropriate for the department in terms of better ensuring overall project success.

In a letter to the Program Manager, WBPP dated, May 26, 1999, one of the two remaining proponents expressed concern of a lack of a level playing field in the competition due to the fact that the other proponent, being the incumbent consultant in Phase 1, had a natural advantage. The proponent also indicated that they would not be able to submit a competitive proposal and requested a meeting with Works staff to discuss suggestions to modify the process in order to facilitate a more effective competition, particularly since the proponents were already short listed at the REOI stage based on qualifications. In a letter dated June 1, 1999, the proponent proposed that the competition be enhanced to include significant consideration of work program, delivery schedule and fee budget, and suggested a facilitated workshop designed to put the proponents on an equal footing with respect to background knowledge. Works staff reviewed the suggestions with staff from Purchasing and Legal, and concluded that the current process was still appropriate.

In a letter dated June 11, 1999, the proponent advised the Chief Financial Officer and Treasurer of their formal withdrawal from the competition. As there would now only be one bidder in the competition, Works staff consulted with representatives from Purchasing and Legal on this matter. Based on these discussions, it was decided that the process should proceed.

On June 21, 1999, a proposal was received from a consortium led by EMA Canada Inc., which was the lead consultant in Phase 1. The Selection Committee performed an evaluation on the proposal and EMA qualified to proceed to the work plan development stage. At this stage, a series of negotiation meetings took place which involved developing a work plan, resourcing schedule, project scope, overall cost and contract performance management process. Audit Services staff were invited and attended some of these meetings. Through this process, an overall workplan and costs were developed for PIC services and a report recommending a contract award to EMA Canada at a maximum cost of $14.5 million, was forwarded to the October 1999 Works Committee meeting.

Conclusion:

The selection process for program integration and co-ordination services was developed by Works staff in consultation with senior management of Water and Wastewater Services. It was also reviewed by staff of the Purchasing and Materials Management Division and Legal Services. In addition, Works staff consulted with both Purchasing and Legal on any issues that arose at various stages in the process. The process that was being followed was also reported to the Works and Utilities Committee and Council for information in May 1999.

EMA, as the Phase 1 incumbent consultant, was involved in the development of the preliminary work plan for Phase 2 and had detailed knowledge of the WBP Program. Although the process that was followed by the Works Department was fair and open, it is our opinion that it would have been difficult for any proponent to overcome the advantage that EMA had as a result of their in-depth involvement in Phase 1.

It would also be difficult to determine whether a higher weighting on price would have altered the results of the competition. Works staff indicate that basing the competition mainly on price could compromise the success of the project since price would take precedence over the qualifications of the consortium and their ability to do the job.

It should also be noted that the RFP only required proponents to provide proposed per diem rates for various levels of consulting staff and not a total price. The actual negotiations leading to a total contract price were determined during the work plan development stage, at which point EMA knew that they were the only bidder. While this would have been the case with any successful proponent, because there was no other bidder that the City could fall back on if an agreement could not be reached with the top ranked proponent, the City's leverage in contract negotiations may have been reduced. Given that there was only one bidder, it is difficult to determine the reasonableness of the recommended contract award to EMA of $14.5 million as there is no benchmark against which to evaluate the competitiveness of the bid, including the proposed rates. While we are concerned that the proposed rates charged under this contract appear high, Works staff indicate that the rates proposed by EMA are in line with those charged in Phase 1 (adjusted for inflation). It should also be noted that the rates to be charged under this contact were acquired in a competitive context where price was stated to be a consideration in the evaluation of proposals. In addition, the proponent that withdrew at the RFP stage indicated that they would keep their withdrawal confidential.

The REOI was advertised in a national newspaper as well as on the City's web site. While the selection process did not result in the level of competition expected for a contract of this magnitude, the Works Department had little control over the circumstances that led to a situation where there was only one bidder. Works staff indicate that they are comfortable with the proposal put forward by EMA. However, it is important at this point, that attention be focused on the value of the services to be provided under this contract, especially in light of the Council imposed moratorium on layoffs. While Works staff have no control over this development, it may affect the estimated savings resulting from this project as most of the projected savings are based on staff reductions from streamlined work practices. Works staff have indicated that they will be reporting to the Works Committee on the financial impact of the Council imposed moratorium as well as any issues related to the new Local 416 agreement.

Contact Name and Telephone Number:

Tony Veneziano, Senior Audit Manager, 392-8353)

(City Council also had before it, during consideration of the foregoing Clause, a communication (October 19, 1999) from Rienk deVries, EMA Canada, Inc., submitting, as requested by the Works Committee, an outline of EMA's Canadian position on water quality and union involvement in the Works Best Practices Program; advising of the principles upon which EMA has built its leadership position, and expressing its intention to continue working with the City for the success of the Works Best Practices Program.)

4

Engagement of Professional Services to

Undertake the Preliminary Design of a Process

Control System for the Water Transmission System

(City Council on October 26 and 27, 1999, adopted this Clause, without amendment.)

The Works Committee recommends:

(1) the adoption of the report dated September 22, 1999, from the Commissioner of Works and Emergency Services; and

(2) that under no circumstances are there to be reductions in water quality and that continued improvements of quality should be considered an ongoing objective.

The Works Committee reports, for the information of Council, having considered together the following reports related to the Works Best Practices Program:

(i) (September 27, 1999) from the Commissioner of Works and Emergency Services, headed "Request for Proposals for Selection of Vendors for Supply of Process Control Systems (SCADA) Software, Contract No. MWRFP199";

(ii) (September 22, 1999) from the Commissioner of Works and Emergency Services, headed

"Engagement of Professional Services to Undertake the Preliminary Design of Process Control Systems at the R.C. Harris, R.L. Clark, F.J. Horgan and Island Water Treatment Plants";

(iii) (September 22, 1999) from the Commissioner of Works and Emergency Services, headed"Engagement of Professional Services to Undertake the Preliminary Design of a ProcessControl System for the Water Transmission System";

(iv) (September 28, 1999) from the Commissioner of Works and Emergency Services and the Chief Financial Officer and Treasurer, headed "Results of the Request for Proposals for the

Water Pollution Control Process Control System Detailed Design Project"; and

(v) (September 27, 1999) from the Commissioner of Works and Emergency Services and the Chief Financial Officer and Treasurer, headed "Request for Proposals for the Procurement of Program Integration and Coordination Services for Phase 2 of the Works Best Practices Program, and Award of Contract";

and having directed that:

(1) a meeting of the Works Best Practices Program Work Group be convened prior to the Council meeting scheduled for October 26, 27 and 28, 1999;

(2) Union representatives be formally invited to meetings respecting Best Practices when these involve Toronto Civic Employees' Union Local 416 members, and that confirmation that invitations were received be obtained; especially important will be Local 416 and Local 79 involvement in all Teams, particularly items (4) "Organizational Services" and (5) "Integrated Works Area Implementation" under the Program Integration and Coordination Services for Phase 2;

(3) a written statement, to Council, be requested from EMA Canada concerning the firm's position on water quality as a part of Works Best Practices development and Union involvement in best practices development and implementation;

(4) the City Auditor be requested to report directly to Council on the aforementioned report headed "Request for Proposals for the Procurement of Program Integration and Coordination Services for Phase 2 of the Works Best Practices Program, and Award of Contract", wherein seven expressions of interest were received, two firms were given the opportunity to bid and one of those withdrew; and

(5) the Commissioner of Works and Emergency Services be requested to submit a report directly to City Council on the aforementioned reports, which outlines in simple terms the number of persons that are being hired under these contracts, the number of hours and hourly rate of pay of those persons, and the type of performance analysis to be undertaken as this project proceeds.

The Works Committee submits the following report (September 22, 1999) from the Commissioner of Works and Emergency Services:

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 No. 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, ten 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

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 percent 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 Expressions 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 percent 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.

--------

The Works Committee reports, for the information of Council, having also had before it during consideration of the foregoing matter the following communications:

(1) (October 6, 1999) from Mr. Brian Cochrane, President, Toronto Civic Employees' Union, Local 416, expressing concerns with respect to the Works Best Practices Program, and the implications of the reports for approval of expenditures on Process Control Systems, in particular the quality of services being jeopardized as a potential outcome of downsizing; and

(ii) (October 6, 1999) from Mr. Brian Cochrane, President, Toronto Civic Employees' Union, Local 416, in opposition to the selection of EMA Canada Inc. to assist the City with the implementation of the Works Best Practices Program; recommending that if the City must continue with the Program, the changes be made using City employees on an "in-house" basis; and further recommending that if the Committee approves the recommendation to retain EMA Canada Inc., EMA be directed to proceed in a manner that recognizes Local 416 as having an integral role in any operational changes.

The following persons appeared before the Works Committee in connection with the foregoing matter:

- Mr. Peter Leiss, Executive Vice-President, and Ms. Gina Gignac, National Representative, Toronto Civic Employees' Union, Local 416; and

- Ms. Karen Buck, Toronto, Ontario.

(City Council on October 26 and 27, 1999, had before it, during consideration of the foregoing Clause, the following report (October 15, 1999) from the Commissioner of Works and Emergency Services:

Purpose:

The purpose of this report is to provide further information, as directed by Works Committee, on the type of contract performance analysis and on the consulting resources, including number of persons, hours and rate, associated with the Works Best Practices Program Phase 2 initial contract award recommendations.

Funding Sources, Financial Implications and Impact Statement:

There is no direct financial impact from this report.

Recommendations:

It is recommended that this report be received for information.

Council Reference/Background/History:

At its meeting of March 2, 3 and 4, 1999, City Council reaffirmed continuance of the Works Best Practices Program (WBPP) in the Water and Wastewater Services Division of Works and Emergency Services. At its meeting of October 6, 1999, The Works Committee, by adoption of their agenda items numbered 4, 4(a), 4(b), 4(c), and 4(d), is recommending to Council awards of contracts to seven firms for the supply and delivery of software components (one contract) and for the performance of various work activities relating to process control systems preliminary design (two contracts), detailed design, software development, general administration and construction site supervision (three contracts), and program integration and coordination services (one contract). The Works Committee further directed that the Commissioner of Works and Emergency Services be requested to submit a report directly to City Council on reports 4, 4(a), 4(b), 4(c) and 4(d), which outlines in simple terms the number of persons that are being hired under these contracts, the number of hours and hourly rate of pay of those persons, and the type of performance analysis to be undertaken as this project proceeds.

Comments and/or Discussion and/or Justification:

As the Works Best Practices Program (WBPP) enters Phase 2, its major implementation phase, a number of key work packages must be contracted in order for planned work to proceed. These work packages relate to all implementation areas of the Program. New process control systems, providing industry-standard levels of automation, control, maintainability, and reliability to facility operations, need to go through the detailed stages of design and into construction and commissioning. Organizational changes need to be rolled out across approximately thirty-two "workareas" (a discrete team unit defines the bounds of a workarea, such as solids handling at the Highland Creek Treatment Plant), involving staff selection, development, and training in the new ways of operating and maintaining modern water and wastewater facilities. Supporting operational, information and management systems technologies need to be rolled out across the organization to provide people with the right information, quickly and accurately, to make decisions which will best ensure high quality, reliable service delivery at the lowest cost. All this work needs to be done efficiently and in a coordinated and fully integrated manner in order that the planned results may be achieved.

The work packages required to commence Phase 2 include the following:

- preliminary design for new process control systems in the four Water Supply plants;

- preliminary design for new process control systems in the water transmission system;

- detailed design, software development, general administration and construction site supervision for new process control systems in the three major Water Pollution Control plants; and,

- program integration and coordination services for Phase 2 of the Program.

An additional requirement exists to establish a supply contract for Supervisory Control and Data Acquisition (SCADA) software to be used on a standardized basis in all new process control systems.

As reported in the WBPP Spring 1999, WBPP Status Report (Council Meeting of May 11, 12, and 13 - Clause No. 14(f) of Report No. 5 of the Works and Utilities Committee), the Program is ahead of schedule with respect to operating cost reductions achieved. The above work packages are an integral part of the next step in Program implementation and must proceed in parallel in order to continue progress as planned and in order to ensure proper integration of best practices across the Water Supply and Water Pollution Control sections of the Water and Wastewater Services Division. Formal procurement activities have been carried out for each of these work packages so as to ensure Phase 2 work begins as planned and on time.

The seven contracts recommended are listed in Table 1, below. These contracts are numbered "A" through"G" for purposes of referencing in the body of this report.

TABLE 1: Recommended Contracts

Ref. No. Assignment Recommended Firm Ceiling Value (incl. GST)
A Preliminary design for R.C. Harris, R.L. Clark, F.J. Horgan, and Island Water Treatment Plants The Greater Toronto Consulting Group $1,146,000.00 plus $115,000.00 contingency
B Preliminary design for Water Transmission System Simcoe Engineering Group Ltd. $545,000.00 plus

$55,000.00 contingency

C Detailed design and construction management for Ashbridges Bay Treatment Plant CH2M Gore & Storrie Ltd. $10,140,256.00 plus $500,000.00 contingency
D Detailed design and construction management for Humber Treatment Plant Azurix North America $5,103,403.00 plus $500,000.00 contingency
E Detailed design and construction management for Highland Creek Treatment Plant Earth Tech (Canada) Ltd. $2,734,549.00 plus $250,000.00 contingency
F Program integration and coordination services for all Phase 2 EMA Canada Inc. (lead of six-firm consortium) $14,501,000.00
G Supply of SCADA Software Intellution Inc. $1,427,604.70

Contract Deliverables and Resources

This section of the report will discuss the nature of products and services provided for each of these contracts and the approach to charging and payment.

Contracts "A" and "B" are for the delivery of process control systems preliminary designs for the four water treatment plants and for the water transmission system. In these types of assignments, payment is on a scheduled lump sum basis for the completion of specific, pre-agreed design and documentation services. Appendices "A" and "B" provide the dollar values for the required preliminary design components. Proposal evaluation and consultant selection is based on the proposed overall cost for the prescribed design deliverables, and as such does not take into account specific time and costs for individual consultant personnel.

Contracts "C", "D", and "E" are for the development of detailed design (drawings and specifications) for the process control systems and related equipment (instruments and field devices), general administration and site supervision for construction, and the programming and commissioning, including training and full documentation, of the new process control systems and related equipment. As in the case of preliminary design contracts, payment is on a scheduled deliverable basis. Appendices "C", "D" and "E" provide the dollar values for the required contract components. Again, proposal evaluation and consultant selection is based on the proposed overall cost for the prescribed deliverables, and as such does not take into account specific time and costs for individual consultant personnel.

Contract "F" is for the provision of professional and technical services required to manage and implement the Works Best Practices Program across all of Water Supply and Water Pollution Control. In virtually every instance, consultant personnel will be teamed with staff to produce prescribed implementation deliverables through the application of standardized methods and technologies developed in Phase 1. Approximately 32 integrated workarea implementations will be performed, with each involving a number of inter-related areas of activity. These include the establishment of the redesigned team unit, the introduction, application and development of total productive operations, program-driven maintenance and flexible workforce practices, and the configuring and implementing of the work management system and the performance management system, as well as their supporting technology infrastructure. Training and knowledge transfer to staff are emphasized in all areas of activity. In addition, quality control and systems integration functions will be performed for all of the process control systems design, construction, commissioning, training and handover activities, covering all Water Supply and Water Pollution Control operating facilities.

Program integration and coordination (PIC) services support and manage every aspect of WBPP implementation, including those under the other work packages (contracts) discussed in this report. PIC is vital to the success of the Program and the achievement of its committed goals and objectives. The scope of the PIC assignment, the term of which coincides with completion of full WBPP implementation, was developed in Phase 1, and has been designed to minimize the use of consultants and maximize the use of staff resources. The approach taken to accomplish this was to identify the work to be done in Phase 2, to isolate those activities which require external resourcing, and to trim the days of effort to be acquired (by more than one-third) in order to ensure best use of consultants, an optimal degree of knowledge transfer to staff, and acceptable probability of success.

The PIC contract will incorporate prescribed deliverables, with charges to be based on time and materials to an upset limit (contract value). Appendix "F" to this report includes a table which shows the major PIC functions, the roles and resources to be provided under the contract, a brief description of the activities and responsibilities of each role/resource, the estimated number of hours of work required to complete the prescribed deliverables, and the average hourly rate for each role/resource.

The consultant selection process has been described in the contract recommendation report, titled "Request for Proposals for the Procurement of Program Integration and Coordination Services for Phase 2 of the Works Best Practices Program" (September 27, 1999). That report, which also lists the prescribed deliverables and the estimated ceiling cost for each, is one of the five contract award recommendation reports forwarded by The Works Committee to the same Council meeting as this information report. The proposed PIC assignment provides the appropriate resources to accomplish the required work at rates which are competitive based on comparison with Phase 1 rates for similar services and reasonable inflationary indexing. Clearly, it would have been preferable to have more than one proposal for the work. However, the process of qualification based selection addresses this eventuality by focusing on the ability and demonstrated experience of the proponent to carry out the assignment with a high probability of success, with attendant consideration of timeliness and budget. This rationale was described in Clause No. 5(g) of Report No. 9 of the Works and Utilities Committee (Council meeting of June 9, 10 and 11, 1999).

Contract "G" is for the provision of software products only and requires no provision for consultant services and corresponding rates.

It should be noted that the recommended contract awards incorporate the ability for the City to make adjustments, as work proceeds, to work package components and to specific resource requirements, within upset limits. This will ensure that the best overall value for money expended will be achieved, in terms of minimizing costs and maximizing the quality of the results.

Contract Performance

Contract performance for contracts "A" through "E" (process control systems) will be monitored in two ways. First, the WBPP Program Management Office, with the day-to-day support of the Process Control Systems Implementation Team, will review progress against planned design and implementation deliverables and address delays or performance problems as they are encountered. Second, major deliverables as they are developed must be signed off prior to approval of final invoice payment by the Technical Services Division, who will be represented on the Process Control Systems Implementation Team. Further performance management of these and all contracts will be performed through the functions of the Quality Assurance Team, as described in the section below titled, "Quality Assurance".

For contract "F", contract performance management is as for Contracts "A" through "E", described above. In addition, there are additional performance management provisions to be incorporated into the contract, as described in the contract award report ("Request for Proposals for the Procurement of Program Integration and Coordination Services for Phase 2 of the Works Best Practices Program"). Those provisions effectively retain a portion of the fees for services, totaling approximately $800,000.00, in a Performance Fund from which those retained fees will be disbursed to the contractor as Program goals are achieved and demonstrated.

Under Contract "G", the SCADA Software contract, no services are provided, and, as a result, no corresponding services performance management component is included. Performance of the software itself is addressed in the warranty and support components of the proposal and will be included in the agreement.

Quality Assurance

Phase 2 will employ an adaptation of the Phase 1 Quality Assurance (QA) methodology. It will be designed to address the specific challenges of multiple, simultaneous, integrated workarea implementations across all Water Supply and Water Pollution Control organizational units and facilities. The QA methodology employs a ten-step cycle for the creation and pre-approval of detailed workplans (including interim and final deliverables), the monitoring of progress against those workplans, the establishment of quality control teams for purposes of deliverables review, feedback and acceptance, and the final review, acceptance and signoff of completed deliverables. The payment approval process will be integrated with the QA methodology to ensure payments are released only in accordance with completed effort and receipt of prescribed deliverables. Discussions are underway with senior representatives of the Audit Department to identify and operationalize the appropriate role of Audit in the overall QA process.

Conclusions:

This report is provided to Council, as directed by The Works Committee, to present supplementary information concerning the recommendations for contract awards to seven firms for process control preliminary and detailed design, SCADA software supply, and program integration and coordination services components necessary for the commencement of Phase 2, the major implementation phase, of the Works Best Practices Program. These contract recommendations are the result of formal procurement processes carried out in accordance with approved corporate practice, and are consistent with approved funding levels. It is necessary to proceed with these assignments at this time in order to comply with Council's reaffirmation of the Works Best Practices Program and to maintain progress against committed Program benefit goals.

Contact Name:

Jim Coe

Program Manager, Works Best Practices

Water and Wastewater Services Division

Telephone No. (416) 392-3141)

APPENDIX "A"

CONTRACT FOR:

Preliminary Design for R.C. Harris, R.L. Clark, F.J. Horgan, and Island Water Treatment Plants

RECOMMENDED FIRM:

The Greater Toronto Consulting Group

CONTRACT BASED ON LUMP SUM PAYMENTS FOR WORK COMPONENTS

Work Components Lump Sum Fee (including GST)
Process Narratives $241,100.00
Process & Instrumentation Diagrams (P&ID's) $174,200.00
Equipment Database, Standards and System Architecture $381,000.00
Predesign Report, Implementation Plan and Design/Build Package $349,700.00
TOTAL $1,146,000.00

APPENDIX "B"

CONTRACT FOR:

Preliminary Design for Water Transmission System

RECOMMENDED FIRM:

Simcoe Engineering Group Ltd.

CONTRACT BASED ON LUMP SUM PAYMENTS FOR WORK COMPONENTS

Work Components Lump Sum Fee (including GST)
Process Narratives $91,400.00
Process & Instrumentation Diagrams (P&ID's) $145,500.00
Equipment Database, Standards and System Architecture $195,900.00
Predesign Report, Implementation Plan and Design/Build Package $112,200.00
TOTAL $545,000.00

APPENDIX "C"

CONTRACT FOR:

Detailed Design and Construction Management for Ashbridges Bay Treatment Plant

RECOMMENDED FIRM:

CH2M Gore & Storrie Ltd.

CONTRACT BASED ON LUMP SUM PAYMENTS FOR WORK COMPONENTS

Work Components Lump Sum Fee (including GST)
Design Services $3,968,219.00
- Inventory/Field Verification
- Detailed Field Design
- Preparation of Drawings and Specifications
- Administration and Training
- Preparation of Operating and Maintenance Manuals
Construction Services $1,976,939.00
- Administration/Supervision
- Commissioning
- Testing and Performance Verification
Information Technology (Hardware & Software) Services $3,778,709.00
- Software Development
- Standards Development Workshops
- Technology Integration
- Testing and Performance Verification
Post-Implementation/Construction Services $416,389.00
- Inspection and Warranty Review
TOTAL $10,140,256.00

APPENDIX "D"

CONTRACT FOR:

Detailed Design and Construction Management for Humber Treatment Plant

RECOMMENDED FIRM:

Azurix North America

CONTRACT BASED ON LUMP SUM PAYMENTS FOR WORK COMPONENTS

Work Components Lump Sum Fee (including GST)
Design Services $1,650,665.00
- Inventory/Field Verification
- Detailed Field Design
- Preparation of Drawings and Specifications
- Administration and Training
- Preparation of Operating and Maintenance Manuals
Construction Services $933,216.00
- Administration/Supervision
- Commissioning
- Testing and Performance Verification
Information Technology (Hardware & Software) Services $2,418,485.00
- Software Development
- Standards Development Workshops
- Technology Integration
- Testing and Performance Verification
Post-Implementation/Construction Services $101,037.00
- Inspection and Warranty Review
TOTAL $5,103,403.00

APPENDIX "E"

CONTRACT FOR:

Detailed Design and Construction Management for Highland Creek Treatment Plant

RECOMMENDED FIRM:

Earth Tech (Canada) Ltd.

CONTRACT BASED ON LUMP SUM PAYMENTS FOR WORK COMPONENTS

Work Components Lump Sum Fee (including GST)
Design Services $1,012,500.00
- Inventory/Field Verification
- Detailed Field Design
- Preparation of Drawings and Specifications
- Administration and Training
- Preparation of Operating and Maintenance Manuals
Construction Services $661,049.00
- Administration/Supervision
- Commissioning
- Testing and Performance Verification
Information Technology (Hardware & Software) Services $1,018,000.00
- Software Development
- Standards Development Workshops
- Technology Integration
- Testing and Performance Verification
Post-Implementation/Construction Services $43,000.00
- Inspection and Warranty Review
TOTAL $2,734,549.00

APPENDIX "F"

CONTRACT ("F") FOR:

Program Integration and Coordination Services ("PIC") for Phase 2

RECOMMENDED FIRM:

EMA Canada Inc. (lead of six-firm consortium)

CONTRACT BASED ON TIME AND MATERIALS PER PRESCRIBED DELIVERABLES TO A CEILING COST

PIC FUNCTION CONTRACTED ROLE GENERAL ACTIVITIES EST. HOURS AVG. RATE
Communication Services Communications Consultant Develop program communication plan; Provides communications guidance to project leaders; Maintains project bulletin and status reports 780 188
Integrated Implementation Management Integrated Implementation Team Leader Manage and coordinate integrated work area implementation process; liaison with PMO and W/WW management teams; Monitor deliverable and benefit milestones 3,280 225
Organizational Services Organizational Design Specialist Provide change management coaching and support for W/WW management staff; provide advisory support for linking WBPP to other corporate initiatives; perform organizational component of integrated work area implementation 1,456 219
Sr. Human Resources Consultant Provide HR consulting support to W/WW in the implementation of WBPP; assist in the definition of work area team member roles & responsibilities; support staff transition program development 1,440 219
Training & Development Consultant Identify stakeholder expectations; coordinate and schedule needs assessment, educational program design, resourcing and evaluation activities for WBPP implementation areas 1,356 188
PCS Design & Implementation Management PCS Architect Provides high-level architectural direction to all PCS projects; Maintains and enforces design standards; Manages the common software module library 3,675 194
PCS Contract Support Specialist Provides contract management support and advise; Establishes contract management guidelines; Monitors contract management activities 1,944 113
PCS Drafting and Support Provide drafting and general technical support to PCS team 1,694 112
PCS Engineer Provides quality assurance and validation of PCS team deliverables; monitors compliance to design standards; coordinates inter-PCS team issues and dependencies; supports coordination of PCS implementation and integration in all facilities 2,518 112
PCS Implementation Team Leader Manages the resources and activities of the track; Reports to the Program Management Office; Ensures support to all on-going PCS projects across the Division 4,447 225
PCS Programmer Development of common modules; develop/support interfaces; provide system and integration testing support 3,304 113
PCS Trainer Develop PCS training approach and plan; Develops PCS training standards 840 125
Program Management Administrative Coordinator Coordinates project administration activities; liaison with W/WW purchasing and administration; provides contract administration support; manages deliverable documentation and sign-off process 1,520 106
Administrative Support Provides time-tracking and project budget support; maintains project documentation; supports production of reports; newsletters and correspondence; maintain project teams information 3,442 94
PIC Consulting Director Provide overall program management leadership; Focal point for consulting resources; Liaison with WES Program Director and senior management 2,136 253
Planner/Scheduler Project planning & scheduling; Day to day coordination with project and team leaders 2,600 113
Senior Project Manager High-level budget planning; Liaison with WES staff for coordination with Capital Works Program (Capital Budget); Ongoing WBPP business case review 2,840 225
Standards & Procedures Consultant Develops and maintains project management methodology, standards and procedures; Provides support for other methodology development initiatives; Provides consultative support for practice documentation development 1,080 156
Performance & Operations Management POMS Agent (Integration) Configuration Specialist Specialist role; Configures and maintains software modules for integrating POMS with other software systems 740 153
POMS Configuration Specialist Specialist role; configures POMS software (ARM) for specific application at facility/work area 1,904 153
POMS Performance Modeler Specialist role; models business/process performance requirements for implementation in POMS 1,308 194
POMS Policy Developer Specialist role; develops business procedures and policies to deal with the ongoing management of performance measures at all levels of the W/WW organization 208 219
POMS Team Leader/Sr. Practice Consultant Manages the POMS implementation and development activities; Lead performance management practices implementation role 656 225
Prototyper / Developer Computer software programmer with specific skills in POMS software environment (SmallTalk) 200 113
Senior Business Analyst Provide business analysis and business process design for incorporating POMS in to the W/WW operations 208 169
Practices Implementation Implementation Facilitator Key role in the implementation of Best Practices at the "shop floor" (Work Areas); provides support to facility managers for managing change process; carries out orientation of work area staff on Best Practices Principles; perform work process redesign in work areas 4,924 219
Operations Specialist Specialist role; Engineer with expert knowledge of Water and Wastewater operations; supports the implementation of redesigned practices pre and post PCS 3,952 216
Practices Implementation Team Leader Manages the practices implementation process within the Integrated Implementation frameworks 720 225
Technology Integration Analyst Provides business and analysis support to integration team 720 113
Analyst/Designer Business analysis and application design; Ensures WES W/WW business needs are reflected in the application requirements definition and design 1,040 153
Applications Architect Provides overall applications architecture design and support; Maintains the application interface standards; Provides on-going inter-application interface definition and agreements 1,360 194
Industry Experts Expert roles as required; E.g. LIMS, 720 216
KB Manager Applications Support Provides technical support for the Project's specialized software in document management, project control and planning 1,120 113
Programmer Provides applications and technology programming support to the project 1,720 113
Technology Architect Provides technology architecture guidance and support; Provides and maintains technology architecture standards; Maintains the WBPP Technology Blueprint; Ensures that application and process control needs technology are supported in a cost-efficient and effective manner 1,360 194
Technology Integration Team Leader Manages the technology integration activities; Maintains close links with other office and track managers to ensure all integration needs are supported 2,072 225
Test Coordinator Develops system test plans; monitors test results; escalates issues; signs off on results 800 113
Work Management System Senior Consultant - CMMS expert Specialist role; provides work management system (CMMS) software implementation consulting support; designs data capture and loading procedures for each facility; designs implementation approach and user training 3,244 209
Senior Consultant - Work Management Practices Specialist role; provides consulting and training support for the implementation of work management-specific practices adapted to each work area as required; develops facility-wide work management and parts inventory procedures 2,208 225
WMS Team Leader Manages in work management system and practices implementation; coordinates WMS software testing and integration 904 225
TOTAL HOURS 72442
AVERAGE RATE 178.86
GROSS COST $12,957,067.00
EXPENSES $596,000.00
G.S.T. $948,715.00
CONTRACT VALUE $14,501,781.00

(City Council also had before it, during consideration of the foregoing Clause, the following report (October 21, 1999) from the City Auditor:

Reference:

On October 6, 1999, the Works Committee had before it a report from the Commissioner of Works and Emergency Services and the Chief Financial Officer and Treasurer recommending a contract award to EMA Canada at a maximum cost of $14.5 million for program co-ordination and integration services related to Phase 2 of the Works Best Practices (WBP) Program. In considering this report, the Committee requested the City Auditor to report directly to Council on the procurement process with respect to these services.

Our review of this matter included an examination of relevant documents and records pertaining to the procurement process as well as discussions with Works, Legal and Purchasing staff, and certain proponents involved in the competition.

Recommendation:

It is recommended that this report be received for information.

Comments:

The WBP Program is a long term improvement initiative undertaken by the Water and Wastewater Services Division of the Works and Emergency Services Department. The objective of the program is to ensure that the Division provides the most cost effective and efficient service to its customers. Phase 1 of the project focused on the design of new work practices, new technologies and organizational change. Phase 2 includes full implementation of redesigned work practices and organizational units, integrated business and operations systems and technologies, detailed design, and construction and commissioning work for new process control systems across the major water and wastewater operating facilities. Staff estimate that annual savings of approximately $36 million will be realized upon completion of the project.

Procurement Process:

The process for the procurement of Program Integration and Co-ordination (PIC) services in Phase 2 of the WBP Program was reported to the Works and Utilities Committee on May 19, 1999 and subsequently forwarded to Council for information.

The process involves four main stages as outlined below:

1. Request for Expression of Interest

To identify and select qualified and interested firms for participation in subsequent stages of the process.

2. Request for Proposals

To assess the background, qualifications, experience, key resources, work approach and plan, and professional services rate structure of each proponent and to rank proponents for the next step in the process.

3. Work Plan Negotiation

To develop on a joint basis with the lead-ranked proponent an agreed work plan and associated resourcing and payment schedule, implementation scope and overall cost.

4. Approvals and Contract Development

To gain approvals from Committee and Council to enter into a contractual agreement with the recommended proponent.

The Water and Wastewater Services Division of Toronto Works and Emergency Services established an internal Selection Committee consisting of Works staff to carry out the procurement of PIC Services relating to Phase 2 of the WBP Program. While representatives from the Purchasing and Materials Management Division were involved in overseeing the process to ensure a fair and open competition, they were not involved in the actual evaluation of expressions of interests or proposals, which considering the technical nature of the services is appropriate.

A public Request for Expression of Interest (REOI) was issued on April 26, 1999 to identify and short list a limited number of interested and qualified consulting engineering firms for receipt of the Request for Proposal (RFP). Proponents were asked to indicate their interest in participating in the RFP process by providing evidence of qualification for the provision of the types of services relevant to the WBP Program implementation phase. At this stage, contract price and rates were not requested.

The Selection Committee established pre-defined evaluation criteria for this stage of the process, which focused on the proponent's demonstrated understanding of the underlying philosophies and methods of a major transformational process like the WBP Program, which involves:

(a) multi-disciplinary, large scale project integration, management and support in a water/wastewater operating environment;

(b) process control design and construction management;

(c) organizational design, training and change management;

(d) unionized, municipal-based operations;

(e) technology architecture and integration;

(f) team-oriented best practices implementation;

(g) work management systems implementation; and

(h) performance management systems implementation.

Seven responses to the REOI were received. Another respondent's submission was not received at the office of Purchasing and Materials Management by the 12:00 noon deadline on May 7, 1999, due to a courier problem. The respondent wrote to the Chief Financial Officer and Treasurer and requested that an exception be made and provided a letter from the courier company indicating that the tardiness of the submission was due to no fault on the part of the respondent. Works staff consulted with representatives from City Purchasing and Legal Services on this matter and were advised that in order to protect the integrity of the process any submission received after the deadline could not be considered. The Purchasing and Materials Management Division advised the respondent accordingly.

The Selection Committee reviewed and ranked the seven submissions against pre-defined criteria and identified two proponents that qualified to advance to the RFP stage. The RFP was issued to the two pre-qualified firms on May 14, 1999. The evaluation criteria included:

(a) corporate viability and background;

(b) relevant experience;

(c) understanding of WBPP principles, core methods and goals;

(d) key resources;

(e) proposed approach; and

(f) competitiveness of rates.

It should be noted that the evaluation of the RFP submissions was based mainly (80%) on qualifications, with the competitiveness of rates and price being a secondary consideration. Works staff indicate that a selection process that focuses on qualifications and key resources of the proponents as opposed to a bottom line price was adopted due to the complexity of the assignment, the unpredictability of some of the work, and the need for flexibility in scheduling of work area implementations across the division. In addition, Works staff felt that the possible lack of familiarity of most of the RFP participants with its operations and personnel would limit the participants' ability to make valid assumptions upon which to base a detailed work plan and therefore place them at a disadvantage compared to the incumbent Phase 1 consultant's background knowledge. Therefore, the Works Department felt that a qualifications based approach would be fairer to all potential proponents and would also be more appropriate for the department in terms of better ensuring overall project success.

In a letter to the Program Manager, WBPP dated, May 26, 1999, one of the two remaining proponents expressed concern of a lack of a level playing field in the competition due to the fact that the other proponent, being the incumbent consultant in Phase 1, had a natural advantage. The proponent also indicated that they would not be able to submit a competitive proposal and requested a meeting with Works staff to discuss suggestions to modify the process in order to facilitate a more effective competition, particularly since the proponents were already short listed at the REOI stage based on qualifications. In a letter dated June 1, 1999, the proponent proposed that the competition be enhanced to include significant consideration of work program, delivery schedule and fee budget, and suggested a facilitated workshop designed to put the proponents on an equal footing with respect to background knowledge. Works staff reviewed the suggestions with staff from Purchasing and Legal, and concluded that the current process was still appropriate.

In a letter dated June 11, 1999, the proponent advised the Chief Financial Officer and Treasurer of their formal withdrawal from the competition. As there would now only be one bidder in the competition, Works staff consulted with representatives from Purchasing and Legal on this matter. Based on these discussions, it was decided that the process should proceed.

On June 21, 1999, a proposal was received from a consortium led by EMA Canada Inc., which was the lead consultant in Phase 1. The Selection Committee performed an evaluation on the proposal and EMA qualified to proceed to the work plan development stage. At this stage, a series of negotiation meetings took place which involved developing a work plan, resourcing schedule, project scope, overall cost and contract performance management process. Audit Services staff were invited and attended some of these meetings. Through this process, an overall workplan and costs were developed for PIC services and a report recommending a contract award to EMA Canada at a maximum cost of $14.5 million, was forwarded to the October 1999 Works Committee meeting.

Conclusion:

The selection process for program integration and co-ordination services was developed by Works staff in consultation with senior management of Water and Wastewater Services. It was also reviewed by staff of the Purchasing and Materials Management Division and Legal Services. In addition, Works staff consulted with both Purchasing and Legal on any issues that arose at various stages in the process. The process that was being followed was also reported to the Works and Utilities Committee and Council for information in May 1999.

EMA, as the Phase 1 incumbent consultant, was involved in the development of the preliminary work plan for Phase 2 and had detailed knowledge of the WBP Program. Although the process that was followed by the Works Department was fair and open, it is our opinion that it would have been difficult for any proponent to overcome the advantage that EMA had as a result of their in-depth involvement in Phase 1.

It would also be difficult to determine whether a higher weighting on price would have altered the results of the competition. Works staff indicate that basing the competition mainly on price could compromise the success of the project since price would take precedence over the qualifications of the consortium and their ability to do the job.

It should also be noted that the RFP only required proponents to provide proposed per diem rates for various levels of consulting staff and not a total price. The actual negotiations leading to a total contract price were determined during the work plan development stage, at which point EMA knew that they were the only bidder. While this would have been the case with any successful proponent, because there was no other bidder that the City could fall back on if an agreement could not be reached with the top ranked proponent, the City's leverage in contract negotiations may have been reduced. Given that there was only one bidder, it is difficult to determine the reasonableness of the recommended contract award to EMA of $14.5 million as there is no benchmark against which to evaluate the competitiveness of the bid, including the proposed rates. While we are concerned that the proposed rates charged under this contract appear high, Works staff indicate that the rates proposed by EMA are in line with those charged in Phase 1 (adjusted for inflation). It should also be noted that the rates to be charged under this contact were acquired in a competitive context where price was stated to be a consideration in the evaluation of proposals. In addition, the proponent that withdrew at the RFP stage indicated that they would keep their withdrawal confidential.

The REOI was advertised in a national newspaper as well as on the City's web site. While the selection process did not result in the level of competition expected for a contract of this magnitude, the Works Department had little control over the circumstances that led to a situation where there was only one bidder. Works staff indicate that they are comfortable with the proposal put forward by EMA. However, it is important at this point, that attention be focused on the value of the services to be provided under this contract, especially in light of the Council imposed moratorium on layoffs. While Works staff have no control over this development, it may affect the estimated savings resulting from this project as most of the projected savings are based on staff reductions from streamlined work practices. Works staff have indicated that they will be reporting to the Works Committee on the financial impact of the Council imposed moratorium as well as any issues related to the new Local 416 agreement.

Contact Name and Telephone Number:

Tony Veneziano, Senior Audit Manager, 392-8353)

(City Council also had before it, during consideration of the foregoing Clause, a communication (October 19, 1999) from Rienk deVries, EMA Canada, Inc., submitting, as requested by the Works Committee, an outline of EMA's Canadian position on water quality and union involvement in the Works Best Practices Program; advising of the principles upon which EMA has built its leadership position, and expressing its intention to continue working with the City for the success of the Works Best Practices Program.)

5

Results of the Request for Proposals for the

Water Pollution Control Process Control

System Detailed Design Project

(City Council on October 26 and 27, 1999, adopted this Clause, without amendment.)

The Works Committee recommends:

(1) the adoption of the joint report dated September 28, 1999, from the Commissioner of Works and Emergency Services and the Chief Financial Officer and Treasurer; and

(2) that under no circumstances are there to be reductions in water quality and that continued improvements of quality should be considered an ongoing objective.

The Works Committee reports, for the information of Council, having considered together the following reports related to the Works Best Practices Program:

(i) (September 27, 1999) from the Commissioner of Works and Emergency Services, headed "Request for Proposals for Selection of Vendors for Supply of Process Control Systems (SCADA) Software, Contract No. MWRFP199";

(ii) (September 22, 1999) from the Commissioner of Works and Emergency Services, headed

"Engagement of Professional Services to Undertake the Preliminary Design of Process Control Systems at the R.C. Harris, R.L. Clark, F.J. Horgan and Island Water Treatment Plants";

(iii) (September 22, 1999) from the Commissioner of Works and Emergency Services, headed"Engagement of Professional Services to Undertake the Preliminary Design of a ProcessControl System for the Water Transmission System";

(iv) (September 28, 1999) from the Commissioner of Works and Emergency Services and the Chief Financial Officer and Treasurer, headed "Results of the Request for Proposals for the

Water Pollution Control Process Control System Detailed Design Project"; and

(v) (September 27, 1999) from the Commissioner of Works and Emergency Services and the Chief Financial Officer and Treasurer, headed "Request for Proposals for the Procurement of Program Integration and Coordination Services for Phase 2 of the Works Best Practices Program, and Award of Contract";

and having directed that:

(1) a meeting of the Works Best Practices Program Work Group be convened prior to the Council meeting scheduled for October 26, 27 and 28, 1999;

(2) Union representatives be formally invited to meetings respecting Best Practices when these involve Toronto Civic Employees' Union Local 416 members, and that confirmation that invitations were received be obtained; especially important will be Local 416 and Local 79 involvement in all Teams, particularly items (4) "Organizational Services" and (5) "Integrated Works Area Implementation" under the Program Integration and Coordination Services for Phase 2;

(3) a written statement, to Council, be requested from EMA Canada concerning the firm's position on water quality as a part of Works Best Practices development and Union involvement in best practices development and implementation;

(4) the City Auditor be requested to report directly to Council on the aforementioned report headed "Request for Proposals for the Procurement of Program Integration and Coordination Services for Phase 2 of the Works Best Practices Program, and Award of Contract", wherein seven expressions of interest were received, two firms were given the opportunity to bid and one of those withdrew; and

(5) the Commissioner of Works and Emergency Services be requested to submit a report directly to City Council on the aforementioned reports, which outlines in simple terms the number of persons that are being hired under these contracts, the number of hours and hourly rate of pay of those persons, and the type of performance analysis to be undertaken as this project proceeds.

The Works Committee submits the following joint report (September 28, 1999) from the Commissioner of Works and Emergency Services and the Chief Financial Officer and Treasurer:

Purpose:

The purpose of this report is to present the results of the Request for Proposals (RFP) for the selection of professional services to carry out Process Control System (PCS) detailed design work in the City of Toronto's three major wastewater treatment plants, and to obtain approval to award the assignments to the successful firms.

Executive Summary:

The Works Best Practices Program (WBPP) was approved by Council in 1999 for continuation as per the revised plan that called for completion in 2003, and requiring estimated funds of $110 million with a net annual saving of $36 million when fully implemented. As part of the implementation, the next step is to hire the professional service companies that will carry out the detailed design of the process control system necessary for the full automation of the three main wastewater treatment plants.

During the preliminary design stage, it was identified that the plant heating, ventilation and air conditioning (HVAC), plus plant water and air systems as well as employee/facility protection systems could be added for automation and additional savings would be achieved. It was decided to include this work in the RFP and then review the cost benefit of doing the work as part of this phase. Funding has not been approved at this time for this work. We will be including these increased costs to our 2000 Capital Budget submission, along with the revised cost benefit analysis which will support the inclusion of this work. Since this scope was identified in the Request for Proposal, we will be seeking authority, upon approval of the 2000 Capital Works Program, for the assignment of this work to recommended firms.

Based on the analysis of the proposals we are recommending the PCS detailed design be awarded to the following companies:

PCS Project Award Summary

Plant
Company
WBPP Approved

Target
Contingency

Recommended
Ashbridges Bay
CH2M Gore &

Storrie Ltd.
$10,140,256.00
$500,000.00
Humber
Azurix North

America
$5,103,403.00
$500,000.00
Highland Creek
Earth Tech

(Canada) Ltd.
$2,734,549.00
$250,000.00
TOTAL
$17,978,208.00*
$1,250,000.00

* Includes GST but not contingencies.

Funding Sources, Financial Implications and Impact Statement:

On 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 Program which included approval of funding in the amount of $110,192,000.00 after Municipal GST Rebate for the Works Best Practices Program (WBPP). These funds are available in the Water and Wastewater Services Division, Water Supply Capital Account No. C-WS026 and Water Pollution Control Capital Accounts Nos. C-WP001, WP096, WP115, and WP160.

Additional funds are required to provide for automation of environmental and employee/facility protection systems not originally in the 1994 WBPP scope of work. The additional funds will be included in the 2000 Capital Works Submission. The cost benefit analysis will be provided in further reports, which will support the inclusion of this work as part of the PCS implementation.

Recommendations:

It is recommended that:

(1) the assignment for process control system detailed design at the Ashbridges Bay Treatment Plant be awarded to the firm of CH2M Gore & Storrie Limited at a cost of $10,140,256.00 including the Goods and Services Tax (GST) to meet the current savings target;

(2) the assignment for process control system detailed design at the Humber Treatment Plant be awarded to Azurix North America (formerly Thorburn Penny Limited) at a cost of $5,103,403.00 including GST to meet the current savings target;

(3) the assignment for process control system detailed design at the Highland Creek Treatment Plant be awarded to Earth Tech (Canada) Inc. (formerly Proctor & Redfern Limited) at a cost of $2,734,549.00 including GST to meet the current savings target;

(4) subject to the approval of Recommendations Nos. (1), (2), and (3), a contingency amount of $500,000.00 be provided for each of the assignments to CH2M Gore & Storrie Limited and to Azurix North America and $250,000.00 be provided for the assignment to Earth Tech (Canada) Inc. for a total amount of $1,250,000.00, to cover any additional design services, if necessary and as authorized by the Commissioner of Works and Emergency Services; and

(5) 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 implementation of the Works Best Practices Program in the Works Department.

In the wastewater area of the Water and Wastewater Services Division, process control system preliminary design work was completed in 1997. A two-stage process of Expressions of Interest followed by a Request for Proposals was then put in place to select consultants for the process control system detailed design at the Ashbridges Bay, Humber, and Highland Creek Treatment Plants. The details of this professional service selection process are outlined in Appendix "A".

On February 5, 1999, the Works and Emergency Services Department received four proposals in response to its Request for Proposals dated December 10, 1998. Detailed technical proposals, including separate sealed cost proposals, were submitted by CH2M Gore & Storrie Limited, Thorburn Penny Limited, Proctor & Redfern Limited, and the Greater Toronto Consulting Group.

All of the proposals were reviewed by a Selection Committee based on a pre-selection process of evaluating the proposals against specified technical criteria. Following detailed review of the technical aspects of the submissions, three firms qualified for further consideration and the price envelopes were opened. The three firms were CH2M Gore & Storrie Limited, Thorburn Penny Limited (now Azurix, North America), and Proctor & Redfern Limited (now Earth Tech (Canada) Inc.).

Interviews were held with the three short-listed firms 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 interviews.

The selection committee concluded that the proposals submitted by the three short-listed firms satisfied the overall project requirements at a fair and reasonable cost, and has recommended one company for each of the three plants.

Comments and Justification:

The Works Best Practices Program (WBPP) is an extended and involved project with the objective of integrating organization, practices, and technology to more efficiently work together as a redefined, business-driven, public utility. One of the key elements is automation of the plants and upgrading of the old computerized systems.

The objective of the Process Control System (PCS) is to contribute to the overall WBPP objectives of effective, cost efficient operation through reduced chemical, energy, and other facility operating costs. To date, the PCS design has focused on the Water Pollution Control (WPC) Preliminary Designs for the three wastewater treatment facilities at Highland Creek, Humber and Ashbridges Bay. This also includes each facility's portion of the Collection System as it was defined prior to amalgamation.

The award of these contracts for the Detailed Design of the PCS will provide for the review and verification of the performance of existing field instruments, mechanical equipment, and related components to meet newly-developed standards, and will add or replace wherever the system is deficient. The PCS project will apply standards for process operation, equipment selection and installation across the three plants. Automation in the form of field computer hardware, associated software and networks will collect information from field instrumentation (such as flow readings, valve opening status, and pump speeds, etc.) to provide full control of process operation according to predetermined performance standards or objectives.

An unattended operation philosophy has been adopted to suggest a minimal quantity of operational staff will be present at the facility to respond to exceptional and/or alarm conditions. The PCS Detailed Design RFP incorporated the necessary level of automatic control, monitoring, and alarm notification to match this environment.

To meet the organizational needs for information beyond the specific requirements of process control, the PCS will support other computer applications, such as the Performance and Operations Management System (POMS), Work Management System (WMS) and Laboratory Information Management System (LIMS). These other applications will require process information from PCS to be able to provide performance information to staff for process optimization and cost control. Work Areas, consisting of a related group of processes operated by one team, will use the PCS to execute the most cost-effective operating strategies while assessing performance via the POMS and organizing the most efficient maintenance practices using the WMS.

The original estimates were for automation of the wastewater treatment processes only, and did not include environmental or employee/facility protection systems. A future report will be issued requesting an increase in the scope of the project to cover environmental, and employee/facility protection systems.

As the Preliminary Design progressed, it became apparent that there could be benefits accrued by automating the environmental and employee/facility protection systems. The environmental systems include heating, ventilation, and equipment cooling and air conditioning (HVAC), plus the plants' water and air systems. These systems do not currently have any centralized monitoring or control system, and therefore operators are required to visit remote sites for operational inspection and control adjustment of the equipment.

The employee/facility protection systems that are also planned to be automated include local alarm systems for smoke/fire, hazardous gas releases, odour control, site security, and flooding. Automation would provide alarms to specified staff for resolution.

The proposed revisions to the design will provide for continuous process and alarm monitoring of the complete working environment and employee/facility protection systems from anywhere within a plant. The process control system will allow for operator adjustments from anywhere in the plant and the protection alarm systems will advise of a problem/emergency and allow staff to react accordingly. With the proposed automation, the equipment/facilities will require fewer people to perform with better control.

We will provide for this funding as part of the 2000 Capital Works Program, complete with a business case analysis which would defend this expenditure. We will be recommending that this work be added to the assignments of the firms selected to do the PCS detailed design. A project management component has been incorporated as part of these costs to cover the increased scope. This will be further identified in an upcoming Program Integration and Coordination award report to the Works Committee.

The new benefits to be realized will include:

- monitoring of the complete working environment (HVAC, boilers, hot/cold water, steam, etc.);

- pre-emptive alarm protection for staff and facilities (smoke/fire, flooding, site security, etc.); and

- alarm and response to hazardous conditions immediately (chlorine leaks, hazardous wastewater vapours, methane etc.).

Other benefits include:

- economy of scale for design and implementation by doing the work now rather than a later date;

- standardized approach in the design, use of integrated components, and a common user interface for the process and auxiliary system; and

- lower life-cycle costs for the common implementation, such as less training requirements, fewer spare parts, etc.

The Manager, Fair Wage and Labour Trades Office, has reported favourably on the firms recommended.

The issuance of these consulting assignments pre-dates the Chief Administrative Officer's direction to use Purchasing for consulting services proposal calls.

Conclusions:

It is recommended that CH2M Gore & Storrie be awarded the assignment for the Ashbridges Bay Plant, Azurix North America be awarded the assignment for the Humber Treatment Plant, and Earth Tech (Canada) Inc. be awarded the assignment for the Highland Creek Treatment Plant.

We will be adding the environmental and employee/facility protection systems to our 2000 Capital Works Program and will seek authority to add this to the selected firms' assignments.

Contact Name:

A. Pagnanelli, P. Eng. J. Boccia, P. Eng.

Manager, Plant & Facility Construction Manager, WBPP (Acting)

Engineering Services Water Pollution Control

Works Facilities and Structures Water and Wastewater Division

Technical Services Division Tel. (416) 397-0952 Fax. (416) 397-0908

Tel. (416) 392-8245 Fax. (416) 392-4594

Appendix 'A'

Water Pollution Control Process

Control System Detailed Design and

Year 2000 Design, Remediation and Testing

Details of the Selection Process

(1) A two-stage process was undertaken whereby Expressions of Interest were requested first, followed by a Request for Proposals from the short-listed proponents.

(2) Eleven firms with experience in similar work were chosen from a roster of qualified companies and invited to submit Expressions of Interest. Seven responses were received and 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 percent of the maximum attainable score as a criterion, evaluation of the Expressions of Interest resulted in a short list of five firms. Detailed written proposals, including separate sealed cost proposals, were requested from the five firms and received from four of the five firms.

(4) A formal selection committee was struck to evaluate the detailed proposals. As with the Expressions 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 percent of the maximum attainable score had been previously established as the criterion for the next step that was a review of the separately submitted sealed cost proposals.

(6) Accordingly, following the detailed review of the technical submissions, three of the four firms qualified for further consideration through a review of their cost proposals. The cost proposals were reviewed for the short-listed three firms, and the cost proposals for the one firm whose submission scored below the threshold level of 75 percent was returned unopened.

(7) The three short-listed firms were 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 interviews, and all of the proponents were requested to provide written clarification to proposal items.

(8) On completion of all the above, the selection committee concluded that all three of the proposals 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) As specified in the Request for Proposals, the City reserved its right to treat the Year 2000 (Y2K) scope of work component as distinct and separate from the Process Control System (PSC) Detailed Design component because of the tight time frames for Y2K work and the fact that the funding for Y2K had already been approved. Accordingly, the Year 2000 (Y2K) Design, Remediation and Testing component of the project was dealt with separately by the City of Toronto Year 2000 Project Office. Approval of the PCS Detailed Design component is the scope of work being dealt with herein.

(10) It was recommended that each of the three firms be awarded the Y2K and PCS detailed design work for one of the wastewater treatment plants. The recommended firms for the work are as follows:

(a) Ashbridges Bay Treatment Plant - work to be done by CH2M Gore & Storrie Limited;

(b) Humber Treatment Plant - work to be done by Azurix North America (formerly Thorburn Penny Limited); and

(c) Highland Creek Treatment Plant - work to be done by Earth Tech (Canada) Inc. (formerly Proctor & Redfern Limited).

--------

The Works Committee reports, for the information of Council, having also had before it during consideration of the foregoing matter the following communications:

(1) (October 6, 1999) from Mr. Brian Cochrane, President, Toronto Civic Employees' Union, Local 416, expressing concerns with respect to the Works Best Practices Program, and the implications of the reports for approval of expenditures on Process Control Systems, in particular the quality of services being jeopardized as a potential outcome of downsizing; and

(ii) (October 6, 1999) from Mr. Brian Cochrane, President, Toronto Civic Employees' Union, Local 416, in opposition to the selection of EMA Canada Inc. to assist the City with the implementation of the Works Best Practices Program; recommending that if the City must continue with the Program, the changes be made using City employees on an "in-house" basis; and further recommending that if the Committee approves the recommendation to retain EMA Canada Inc., EMA be directed to proceed in a manner that recognizes Local 416 as having an integral role in any operational changes.

The following persons appeared before the Works Committee in connection with the foregoing matter:

- Mr. Peter Leiss, Executive Vice-President, and Ms. Gina Gignac, Toronto Civic Employees' Union, Local 416; and

- Ms. Karen Buck, Toronto, Ontario.

(City Council on October 26 and 27, 1999, had before it, during consideration of the foregoing Clause, the following report (October 15, 1999) from the Commissioner of Works and Emergency Services:

Purpose:

The purpose of this report is to provide further information, as directed by Works Committee, on the type of contract performance analysis and on the consulting resources, including number of persons, hours and rate, associated with the Works Best Practices Program Phase 2 initial contract award recommendations.

Funding Sources, Financial Implications and Impact Statement:

There is no direct financial impact from this report.

Recommendations:

It is recommended that this report be received for information.

Council Reference/Background/History:

At its meeting of March 2, 3 and 4, 1999, City Council reaffirmed continuance of the Works Best Practices Program (WBPP) in the Water and Wastewater Services Division of Works and Emergency Services. At its meeting of October 6, 1999, The Works Committee, by adoption of their agenda items numbered 4, 4(a), 4(b), 4(c), and 4(d), is recommending to Council awards of contracts to seven firms for the supply and delivery of software components (one contract) and for the performance of various work activities relating to process control systems preliminary design (two contracts), detailed design, software development, general administration and construction site supervision (three contracts), and program integration and coordination services (one contract). The Works Committee further directed that the Commissioner of Works and Emergency Services be requested to submit a report directly to City Council on reports 4, 4(a), 4(b), 4(c) and 4(d), which outlines in simple terms the number of persons that are being hired under these contracts, the number of hours and hourly rate of pay of those persons, and the type of performance analysis to be undertaken as this project proceeds.

Comments and/or Discussion and/or Justification:

As the Works Best Practices Program (WBPP) enters Phase 2, its major implementation phase, a number of key work packages must be contracted in order for planned work to proceed. These work packages relate to all implementation areas of the Program. New process control systems, providing industry-standard levels of automation, control, maintainability, and reliability to facility operations, need to go through the detailed stages of design and into construction and commissioning. Organizational changes need to be rolled out across approximately thirty-two "workareas" (a discrete team unit defines the bounds of a workarea, such as solids handling at the Highland Creek Treatment Plant), involving staff selection, development, and training in the new ways of operating and maintaining modern water and wastewater facilities. Supporting operational, information and management systems technologies need to be rolled out across the organization to provide people with the right information, quickly and accurately, to make decisions which will best ensure high quality, reliable service delivery at the lowest cost. All this work needs to be done efficiently and in a coordinated and fully integrated manner in order that the planned results may be achieved.

The work packages required to commence Phase 2 include the following:

- preliminary design for new process control systems in the four Water Supply plants;

- preliminary design for new process control systems in the water transmission system;

- detailed design, software development, general administration and construction site supervision for new process control systems in the three major Water Pollution Control plants; and,

- program integration and coordination services for Phase 2 of the Program.

An additional requirement exists to establish a supply contract for Supervisory Control and Data Acquisition (SCADA) software to be used on a standardized basis in all new process control systems.

As reported in the WBPP Spring 1999, WBPP Status Report (Council Meeting of May 11, 12, and 13 - Clause No. 14(f) of Report No. 5 of the Works and Utilities Committee), the Program is ahead of schedule with respect to operating cost reductions achieved. The above work packages are an integral part of the next step in Program implementation and must proceed in parallel in order to continue progress as planned and in order to ensure proper integration of best practices across the Water Supply and Water Pollution Control sections of the Water and Wastewater Services Division. Formal procurement activities have been carried out for each of these work packages so as to ensure Phase 2 work begins as planned and on time.

The seven contracts recommended are listed in Table 1, below. These contracts are numbered "A" through"G" for purposes of referencing in the body of this report.

TABLE 1: Recommended Contracts

Ref. No. Assignment Recommended Firm Ceiling Value (incl. GST)
A Preliminary design for R.C. Harris, R.L. Clark, F.J. Horgan, and Island Water Treatment Plants The Greater Toronto Consulting Group $1,146,000.00 plus $115,000.00 contingency
B Preliminary design for Water Transmission System Simcoe Engineering Group Ltd. $545,000.00 plus

$55,000.00 contingency

C Detailed design and construction management for Ashbridges Bay Treatment Plant CH2M Gore & Storrie Ltd. $10,140,256.00 plus $500,000.00 contingency
D Detailed design and construction management for Humber Treatment Plant Azurix North America $5,103,403.00 plus $500,000.00 contingency
E Detailed design and construction management for Highland Creek Treatment Plant Earth Tech (Canada) Ltd. $2,734,549.00 plus $250,000.00 contingency
F Program integration and coordination services for all Phase 2 EMA Canada Inc. (lead of six-firm consortium) $14,501,000.00
G Supply of SCADA Software Intellution Inc. $1,427,604.70

Contract Deliverables and Resources

This section of the report will discuss the nature of products and services provided for each of these contracts and the approach to charging and payment.

Contracts "A" and "B" are for the delivery of process control systems preliminary designs for the four water treatment plants and for the water transmission system. In these types of assignments, payment is on a scheduled lump sum basis for the completion of specific, pre-agreed design and documentation services. Appendices "A" and "B" provide the dollar values for the required preliminary design components. Proposal evaluation and consultant selection is based on the proposed overall cost for the prescribed design deliverables, and as such does not take into account specific time and costs for individual consultant personnel.

Contracts "C", "D", and "E" are for the development of detailed design (drawings and specifications) for the process control systems and related equipment (instruments and field devices), general administration and site supervision for construction, and the programming and commissioning, including training and full documentation, of the new process control systems and related equipment. As in the case of preliminary design contracts, payment is on a scheduled deliverable basis. Appendices "C", "D" and "E" provide the dollar values for the required contract components. Again, proposal evaluation and consultant selection is based on the proposed overall cost for the prescribed deliverables, and as such does not take into account specific time and costs for individual consultant personnel.

Contract "F" is for the provision of professional and technical services required to manage and implement the Works Best Practices Program across all of Water Supply and Water Pollution Control. In virtually every instance, consultant personnel will be teamed with staff to produce prescribed implementation deliverables through the application of standardized methods and technologies developed in Phase 1. Approximately 32 integrated workarea implementations will be performed, with each involving a number of inter-related areas of activity. These include the establishment of the redesigned team unit, the introduction, application and development of total productive operations, program-driven maintenance and flexible workforce practices, and the configuring and implementing of the work management system and the performance management system, as well as their supporting technology infrastructure. Training and knowledge transfer to staff are emphasized in all areas of activity. In addition, quality control and systems integration functions will be performed for all of the process control systems design, construction, commissioning, training and handover activities, covering all Water Supply and Water Pollution Control operating facilities.

Program integration and coordination (PIC) services support and manage every aspect of WBPP implementation, including those under the other work packages (contracts) discussed in this report. PIC is vital to the success of the Program and the achievement of its committed goals and objectives. The scope of the PIC assignment, the term of which coincides with completion of full WBPP implementation, was developed in Phase 1, and has been designed to minimize the use of consultants and maximize the use of staff resources. The approach taken to accomplish this was to identify the work to be done in Phase 2, to isolate those activities which require external resourcing, and to trim the days of effort to be acquired (by more than one-third) in order to ensure best use of consultants, an optimal degree of knowledge transfer to staff, and acceptable probability of success.

The PIC contract will incorporate prescribed deliverables, with charges to be based on time and materials to an upset limit (contract value). Appendix "F" to this report includes a table which shows the major PIC functions, the roles and resources to be provided under the contract, a brief description of the activities and responsibilities of each role/resource, the estimated number of hours of work required to complete the prescribed deliverables, and the average hourly rate for each role/resource.

The consultant selection process has been described in the contract recommendation report, titled "Request for Proposals for the Procurement of Program Integration and Coordination Services for Phase 2 of the Works Best Practices Program" (September 27, 1999). That report, which also lists the prescribed deliverables and the estimated ceiling cost for each, is one of the five contract award recommendation reports forwarded by The Works Committee to the same Council meeting as this information report. The proposed PIC assignment provides the appropriate resources to accomplish the required work at rates which are competitive based on comparison with Phase 1 rates for similar services and reasonable inflationary indexing. Clearly, it would have been preferable to have more than one proposal for the work. However, the process of qualification based selection addresses this eventuality by focusing on the ability and demonstrated experience of the proponent to carry out the assignment with a high probability of success, with attendant consideration of timeliness and budget. This rationale was described in Clause No. 5(g) of Report No. 9 of the Works and Utilities Committee (Council meeting of June 9, 10 and 11, 1999).

Contract "G" is for the provision of software products only and requires no provision for consultant services and corresponding rates.

It should be noted that the recommended contract awards incorporate the ability for the City to make adjustments, as work proceeds, to work package components and to specific resource requirements, within upset limits. This will ensure that the best overall value for money expended will be achieved, in terms of minimizing costs and maximizing the quality of the results.

Contract Performance

Contract performance for contracts "A" through "E" (process control systems) will be monitored in two ways. First, the WBPP Program Management Office, with the day-to-day support of the Process Control Systems Implementation Team, will review progress against planned design and implementation deliverables and address delays or performance problems as they are encountered. Second, major deliverables as they are developed must be signed off prior to approval of final invoice payment by the Technical Services Division, who will be represented on the Process Control Systems Implementation Team. Further performance management of these and all contracts will be performed through the functions of the Quality Assurance Team, as described in the section below titled, "Quality Assurance".

For contract "F", contract performance management is as for Contracts "A" through "E", described above. In addition, there are additional performance management provisions to be incorporated into the contract, as described in the contract award report ("Request for Proposals for the Procurement of Program Integration and Coordination Services for Phase 2 of the Works Best Practices Program"). Those provisions effectively retain a portion of the fees for services, totaling approximately $800,000.00, in a Performance Fund from which those retained fees will be disbursed to the contractor as Program goals are achieved and demonstrated.

Under Contract "G", the SCADA Software contract, no services are provided, and, as a result, no corresponding services performance management component is included. Performance of the software itself is addressed in the warranty and support components of the proposal and will be included in the agreement.

Quality Assurance

Phase 2 will employ an adaptation of the Phase 1 Quality Assurance (QA) methodology. It will be designed to address the specific challenges of multiple, simultaneous, integrated workarea implementations across all Water Supply and Water Pollution Control organizational units and facilities. The QA methodology employs a ten-step cycle for the creation and pre-approval of detailed workplans (including interim and final deliverables), the monitoring of progress against those workplans, the establishment of quality control teams for purposes of deliverables review, feedback and acceptance, and the final review, acceptance and signoff of completed deliverables. The payment approval process will be integrated with the QA methodology to ensure payments are released only in accordance with completed effort and receipt of prescribed deliverables. Discussions are underway with senior representatives of the Audit Department to identify and operationalize the appropriate role of Audit in the overall QA process.

Conclusions:

This report is provided to Council, as directed by The Works Committee, to present supplementary information concerning the recommendations for contract awards to seven firms for process control preliminary and detailed design, SCADA software supply, and program integration and coordination services components necessary for the commencement of Phase 2, the major implementation phase, of the Works Best Practices Program. These contract recommendations are the result of formal procurement processes carried out in accordance with approved corporate practice, and are consistent with approved funding levels. It is necessary to proceed with these assignments at this time in order to comply with Council's reaffirmation of the Works Best Practices Program and to maintain progress against committed Program benefit goals.

Contact Name:

Jim Coe

Program Manager, Works Best Practices

Water and Wastewater Services Division

Telephone No. (416) 392-3141)

APPENDIX "A"

CONTRACT FOR:

Preliminary Design for R.C. Harris, R.L. Clark, F.J. Horgan, and Island Water Treatment Plants

RECOMMENDED FIRM:

The Greater Toronto Consulting Group

CONTRACT BASED ON LUMP SUM PAYMENTS FOR WORK COMPONENTS

Work Components Lump Sum Fee (including GST)
Process Narratives $241,100.00
Process & Instrumentation Diagrams (P&ID's) $174,200.00
Equipment Database, Standards and System Architecture $381,000.00
Predesign Report, Implementation Plan and Design/Build Package $349,700.00
TOTAL $1,146,000.00

APPENDIX "B"

CONTRACT FOR:

Preliminary Design for Water Transmission System

RECOMMENDED FIRM:

Simcoe Engineering Group Ltd.

CONTRACT BASED ON LUMP SUM PAYMENTS FOR WORK COMPONENTS

Work Components Lump Sum Fee (including GST)
Process Narratives $91,400.00
Process & Instrumentation Diagrams (P&ID's) $145,500.00
Equipment Database, Standards and System Architecture $195,900.00
Predesign Report, Implementation Plan and Design/Build Package $112,200.00
TOTAL $545,000.00

APPENDIX "C"

CONTRACT FOR:

Detailed Design and Construction Management for Ashbridges Bay Treatment Plant

RECOMMENDED FIRM:

CH2M Gore & Storrie Ltd.

CONTRACT BASED ON LUMP SUM PAYMENTS FOR WORK COMPONENTS

2">
Work Components Lump Sum Fee (including GST)
Design Services $3,968,219.00
- Inventory/Field Verification
- Detailed Field Design
- Preparation of Drawings and Specifications
- Administration and Training
- Preparation of Operating and Maintenance Manuals
Construction Services $1,976,939.00
- Administration/Supervision
- Commissioning
- Testing and Performance Verification
Information Technology (Hardware & Software) Services $3,778,709.00
- Software Development
- Standards Development Workshops
- Technology Integration
- Testing and Performance Verification
Post-Implementation/Construction Services $416,389.00
- Inspection and Warranty Review
TOTAL $10,140,256.00

APPENDIX "D"

CONTRACT FOR:

Detailed Design and Construction Management for Humber Treatment Plant

RECOMMENDED FIRM:

Azurix North America

CONTRACT BASED ON LUMP SUM PAYMENTS FOR WORK COMPONENTS

Work Components Lump Sum Fee (including GST)
Design Services $1,650,665.00
- Inventory/Field Verification
- Detailed Field Design
- Preparation of Drawings and Specifications
- Administration and Training
- Preparation of Operating and Maintenance Manuals
Construction Services $933,216.00
- Administration/Supervision
- Commissioning
- Testing and Performance Verification
Information Technology (Hardware & Software) Services $2,418,485.00
- Software Development
- Standards Development Workshops
- Technology Integration
- Testing and Performance Verification
Post-Implementation/Construction Services $101,037.00
- Inspection and Warranty Review
TOTAL $5,103,403.00

APPENDIX "E"

CONTRACT FOR:

Detailed Design and Construction Management for Highland Creek Treatment Plant

RECOMMENDED FIRM:

Earth Tech (Canada) Ltd.

CONTRACT BASED ON LUMP SUM PAYMENTS FOR WORK COMPONENTS

Work Components Lump Sum Fee (including GST)
Design Services $1,012,500.00
- Inventory/Field Verification
- Detailed Field Design
- Preparation of Drawings and Specifications
- Administration and Training
- Preparation of Operating and Maintenance Manuals
Construction Services $661,049.00
- Administration/Supervision
- Commissioning
- Testing and Performance Verification
Information Technology (Hardware & Software) Services $1,018,000.00
- Software Development
- Standards Development Workshops
- Technology Integration
- Testing and Performance Verification
Post-Implementation/Construction Services $43,000.00
- Inspection and Warranty Review
TOTAL $2,734,549.00

APPENDIX "F"

CONTRACT ("F") FOR:

Program Integration and Coordination Services ("PIC") for Phase 2

RECOMMENDED FIRM:

EMA Canada Inc. (lead of six-firm consortium)

CONTRACT BASED ON TIME AND MATERIALS PER PRESCRIBED DELIVERABLES TO A CEILING COST

PIC FUNCTION CONTRACTED ROLE GENERAL ACTIVITIES EST. HOURS AVG. RATE
Communication Services Communications Consultant Develop program communication plan; Provides communications guidance to project leaders; Maintains project bulletin and status reports 780 188
Integrated Implementation Management Integrated Implementation Team Leader Manage and coordinate integrated work area implementation process; liaison with PMO and W/WW management teams; Monitor deliverable and benefit milestones 3,280 225
Organizational Services Organizational Design Specialist Provide change management coaching and support for W/WW management staff; provide advisory support for linking WBPP to other corporate initiatives; perform organizational component of integrated work area implementation 1,456 219
Sr. Human Resources Consultant Provide HR consulting support to W/WW in the implementation of WBPP; assist in the definition of work area team member roles & responsibilities; support staff transition program development 1,440 219
Training & Development Consultant Identify stakeholder expectations; coordinate and schedule needs assessment, educational program design, resourcing and evaluation activities for WBPP implementation areas 1,356 188
PCS Design & Implementation Management PCS Architect Provides high-level architectural direction to all PCS projects; Maintains and enforces design standards; Manages the common software module library 3,675 194
PCS Contract Support Specialist Provides contract management support and advise; Establishes contract management guidelines; Monitors contract management activities 1,944 113
PCS Drafting and Support Provide drafting and general technical support to PCS team 1,694 112
PCS Engineer Provides quality assurance and validation of PCS team deliverables; monitors compliance to design standards; coordinates inter-PCS team issues and dependencies; supports coordination of PCS implementation and integration in all facilities 2,518 112
PCS Implementation Team Leader Manages the resources and activities of the track; Reports to the Program Management Office; Ensures support to all on-going PCS projects across the Division 4,447 225
PCS Programmer Development of common modules; develop/support interfaces; provide system and integration testing support 3,304 113
PCS Trainer Develop PCS training approach and plan; Develops PCS training standards 840 125
Program Management Administrative Coordinator Coordinates project administration activities; liaison with W/WW purchasing and administration; provides contract administration support; manages deliverable documentation and sign-off process 1,520 106
Administrative Support Provides time-tracking and project budget support; maintains project documentation; supports production of reports; newsletters and correspondence; maintain project teams information 3,442 94
PIC Consulting Director Provide overall program management leadership; Focal point for consulting resources; Liaison with WES Program Director and senior management 2,136 253
Planner/Scheduler Project planning & scheduling; Day to day coordination with project and team leaders 2,600 113
Senior Project Manager High-level budget planning; Liaison with WES staff for coordination with Capital Works Program (Capital Budget); Ongoing WBPP business case review 2,840 225
Standards & Procedures Consultant Develops and maintains project management methodology, standards and procedures; Provides support for other methodology development initiatives; Provides consultative support for practice documentation development 1,080 156
Performance & Operations Management POMS Agent (Integration) Configuration Specialist Specialist role; Configures and maintains software modules for integrating POMS with other software systems 740 153
POMS Configuration Specialist Specialist role; configures POMS software (ARM) for specific application at facility/work area 1,904 153
POMS Performance Modeler Specialist role; models business/process performance requirements for implementation in POMS 1,308 194
POMS Policy Developer Specialist role; develops business procedures and policies to deal with the ongoing management of performance measures at all levels of the W/WW organization 208 219
POMS Team Leader/Sr. Practice Consultant Manages the POMS implementation and development activities; Lead performance management practices implementation role 656 225
Prototyper / Developer Computer software programmer with specific skills in POMS software environment (SmallTalk) 200 113
Senior Business Analyst Provide business analysis and business process design for incorporating POMS in to the W/WW operations 208 169
Practices Implementation Implementation Facilitator Key role in the implementation of Best Practices at the "shop floor" (Work Areas); provides support to facility managers for managing change process; carries out orientation of work area staff on Best Practices Principles; perform work process redesign in work areas 4,924 219
Operations Specialist Specialist role; Engineer with expert knowledge of Water and Wastewater operations; supports the implementation of redesigned practices pre and post PCS 3,952 216
Practices Implementation Team Leader Manages the practices implementation process within the Integrated Implementation frameworks 720 225
Technology Integration Analyst Provides business and analysis support to integration team 720 113
Analyst/Designer Business analysis and application design; Ensures WES W/WW business needs are reflected in the application requirements definition and design 1,040 153
Applications Architect Provides overall applications architecture design and support; Maintains the application interface standards; Provides on-going inter-application interface definition and agreements 1,360 194
Industry Experts Expert roles as required; E.g. LIMS, 720 216
KB Manager Applications Support Provides technical support for the Project's specialized software in document management, project control and planning 1,120 113
Programmer Provides applications and technology programming support to the project 1,720 113
Technology Architect Provides technology architecture guidance and support; Provides and maintains technology architecture standards; Maintains the WBPP Technology Blueprint; Ensures that application and process control needs technology are supported in a cost-efficient and effective manner 1,360 194
Technology Integration Team Leader Manages the technology integration activities; Maintains close links with other office and track managers to ensure all integration needs are supported 2,072 225
Test Coordinator Develops system test plans; monitors test results; escalates issues; signs off on results 800 113
Work Management System Senior Consultant - CMMS expert Specialist role; provides work management system (CMMS) software implementation consulting support; designs data capture and loading procedures for each facility; designs implementation approach and user training 3,244 209
Senior Consultant - Work Management Practices Specialist role; provides consulting and training support for the implementation of work management-specific practices adapted to each work area as required; develops facility-wide work management and parts inventory procedures 2,208 225
WMS Team Leader Manages in work management system and practices implementation; coordinates WMS software testing and integration 904 225
TOTAL HOURS 72442
AVERAGE RATE 178.86
GROSS COST $12,957,067.00
EXPENSES $596,000.00
G.S.T. $948,715.00
CONTRACT VALUE $14,501,781.00

(City Council also had before it, during consideration of the foregoing Clause, the following report (October 21, 1999) from the City Auditor:

Reference:

On October 6, 1999, the Works Committee had before it a report from the Commissioner of Works and Emergency Services and the Chief Financial Officer and Treasurer recommending a contract award to EMA Canada at a maximum cost of $14.5 million for program co-ordination and integration services related to Phase 2 of the Works Best Practices (WBP) Program. In considering this report, the Committee requested the City Auditor to report directly to Council on the procurement process with respect to these services.

Our review of this matter included an examination of relevant documents and records pertaining to the procurement process as well as discussions with Works, Legal and Purchasing staff, and certain proponents involved in the competition.

Recommendation:

It is recommended that this report be received for information.

Comments:

The WBP Program is a long term improvement initiative undertaken by the Water and Wastewater Services Division of the Works and Emergency Services Department. The objective of the program is to ensure that the Division provides the most cost effective and efficient service to its customers. Phase 1 of the project focused on the design of new work practices, new technologies and organizational change. Phase 2 includes full implementation of redesigned work practices and organizational units, integrated business and operations systems and technologies, detailed design, and construction and commissioning work for new process control systems across the major water and wastewater operating facilities. Staff estimate that annual savings of approximately $36 million will be realized upon completion of the project.

Procurement Process:

The process for the procurement of Program Integration and Co-ordination (PIC) services in Phase 2 of the WBP Program was reported to the Works and Utilities Committee on May 19, 1999 and subsequently forwarded to Council for information.

The process involves four main stages as outlined below:

1. Request for Expression of Interest

To identify and select qualified and interested firms for participation in subsequent stages of the process.

2. Request for Proposals

To assess the background, qualifications, experience, key resources, work approach and plan, and professional services rate structure of each proponent and to rank proponents for the next step in the process.

3. Work Plan Negotiation

To develop on a joint basis with the lead-ranked proponent an agreed work plan and associated resourcing and payment schedule, implementation scope and overall cost.

4. Approvals and Contract Development

To gain approvals from Committee and Council to enter into a contractual agreement with the recommended proponent.

The Water and Wastewater Services Division of Toronto Works and Emergency Services established an internal Selection Committee consisting of Works staff to carry out the procurement of PIC Services relating to Phase 2 of the WBP Program. While representatives from the Purchasing and Materials Management Division were involved in overseeing the process to ensure a fair and open competition, they were not involved in the actual evaluation of expressions of interests or proposals, which considering the technical nature of the services is appropriate.

A public Request for Expression of Interest (REOI) was issued on April 26, 1999 to identify and short list a limited number of interested and qualified consulting engineering firms for receipt of the Request for Proposal (RFP). Proponents were asked to indicate their interest in participating in the RFP process by providing evidence of qualification for the provision of the types of services relevant to the WBP Program implementation phase. At this stage, contract price and rates were not requested.

The Selection Committee established pre-defined evaluation criteria for this stage of the process, which focused on the proponent's demonstrated understanding of the underlying philosophies and methods of a major transformational process like the WBP Program, which involves:

(a) multi-disciplinary, large scale project integration, management and support in a water/wastewater operating environment;

(b) process control design and construction management;

(c) organizational design, training and change management;

(d) unionized, municipal-based operations;

(e) technology architecture and integration;

(f) team-oriented best practices implementation;

(g) work management systems implementation; and

(h) performance management systems implementation.

Seven responses to the REOI were received. Another respondent's submission was not received at the office of Purchasing and Materials Management by the 12:00 noon deadline on May 7, 1999, due to a courier problem. The respondent wrote to the Chief Financial Officer and Treasurer and requested that an exception be made and provided a letter from the courier company indicating that the tardiness of the submission was due to no fault on the part of the respondent. Works staff consulted with representatives from City Purchasing and Legal Services on this matter and were advised that in order to protect the integrity of the process any submission received after the deadline could not be considered. The Purchasing and Materials Management Division advised the respondent accordingly.

The Selection Committee reviewed and ranked the seven submissions against pre-defined criteria and identified two proponents that qualified to advance to the RFP stage. The RFP was issued to the two pre-qualified firms on May 14, 1999. The evaluation criteria included:

(a) corporate viability and background;

(b) relevant experience;

(c) understanding of WBPP principles, core methods and goals;

(d) key resources;

(e) proposed approach; and

(f) competitiveness of rates.

It should be noted that the evaluation of the RFP submissions was based mainly (80%) on qualifications, with the competitiveness of rates and price being a secondary consideration. Works staff indicate that a selection process that focuses on qualifications and key resources of the proponents as opposed to a bottom line price was adopted due to the complexity of the assignment, the unpredictability of some of the work, and the need for flexibility in scheduling of work area implementations across the division. In addition, Works staff felt that the possible lack of familiarity of most of the RFP participants with its operations and personnel would limit the participants' ability to make valid assumptions upon which to base a detailed work plan and therefore place them at a disadvantage compared to the incumbent Phase 1 consultant's background knowledge. Therefore, the Works Department felt that a qualifications based approach would be fairer to all potential proponents and would also be more appropriate for the department in terms of better ensuring overall project success.

In a letter to the Program Manager, WBPP dated, May 26, 1999, one of the two remaining proponents expressed concern of a lack of a level playing field in the competition due to the fact that the other proponent, being the incumbent consultant in Phase 1, had a natural advantage. The proponent also indicated that they would not be able to submit a competitive proposal and requested a meeting with Works staff to discuss suggestions to modify the process in order to facilitate a more effective competition, particularly since the proponents were already short listed at the REOI stage based on qualifications. In a letter dated June 1, 1999, the proponent proposed that the competition be enhanced to include significant consideration of work program, delivery schedule and fee budget, and suggested a facilitated workshop designed to put the proponents on an equal footing with respect to background knowledge. Works staff reviewed the suggestions with staff from Purchasing and Legal, and concluded that the current process was still appropriate.

In a letter dated June 11, 1999, the proponent advised the Chief Financial Officer and Treasurer of their formal withdrawal from the competition. As there would now only be one bidder in the competition, Works staff consulted with representatives from Purchasing and Legal on this matter. Based on these discussions, it was decided that the process should proceed.

On June 21, 1999, a proposal was received from a consortium led by EMA Canada Inc., which was the lead consultant in Phase 1. The Selection Committee performed an evaluation on the proposal and EMA qualified to proceed to the work plan development stage. At this stage, a series of negotiation meetings took place which involved developing a work plan, resourcing schedule, project scope, overall cost and contract performance management process. Audit Services staff were invited and attended some of these meetings. Through this process, an overall workplan and costs were developed for PIC services and a report recommending a contract award to EMA Canada at a maximum cost of $14.5 million, was forwarded to the October 1999 Works Committee meeting.

Conclusion:

The selection process for program integration and co-ordination services was developed by Works staff in consultation with senior management of Water and Wastewater Services. It was also reviewed by staff of the Purchasing and Materials Management Division and Legal Services. In addition, Works staff consulted with both Purchasing and Legal on any issues that arose at various stages in the process. The process that was being followed was also reported to the Works and Utilities Committee and Council for information in May 1999.

EMA, as the Phase 1 incumbent consultant, was involved in the development of the preliminary work plan for Phase 2 and had detailed knowledge of the WBP Program. Although the process that was followed by the Works Department was fair and open, it is our opinion that it would have been difficult for any proponent to overcome the advantage that EMA had as a result of their in-depth involvement in Phase 1.

It would also be difficult to determine whether a higher weighting on price would have altered the results of the competition. Works staff indicate that basing the competition mainly on price could compromise the success of the project since price would take precedence over the qualifications of the consortium and their ability to do the job.

It should also be noted that the RFP only required proponents to provide proposed per diem rates for various levels of consulting staff and not a total price. The actual negotiations leading to a total contract price were determined during the work plan development stage, at which point EMA knew that they were the only bidder. While this would have been the case with any successful proponent, because there was no other bidder that the City could fall back on if an agreement could not be reached with the top ranked proponent, the City's leverage in contract negotiations may have been reduced. Given that there was only one bidder, it is difficult to determine the reasonableness of the recommended contract award to EMA of $14.5 million as there is no benchmark against which to evaluate the competitiveness of the bid, including the proposed rates. While we are concerned that the proposed rates charged under this contract appear high, Works staff indicate that the rates proposed by EMA are in line with those charged in Phase 1 (adjusted for inflation). It should also be noted that the rates to be charged under this contact were acquired in a competitive context where price was stated to be a consideration in the evaluation of proposals. In addition, the proponent that withdrew at the RFP stage indicated that they would keep their withdrawal confidential.

The REOI was advertised in a national newspaper as well as on the City's web site. While the selection process did not result in the level of competition expected for a contract of this magnitude, the Works Department had little control over the circumstances that led to a situation where there was only one bidder. Works staff indicate that they are comfortable with the proposal put forward by EMA. However, it is important at this point, that attention be focused on the value of the services to be provided under this contract, especially in light of the Council imposed moratorium on layoffs. While Works staff have no control over this development, it may affect the estimated savings resulting from this project as most of the projected savings are based on staff reductions from streamlined work practices. Works staff have indicated that they will be reporting to the Works Committee on the financial impact of the Council imposed moratorium as well as any issues related to the new Local 416 agreement.

Contact Name and Telephone Number:

Tony Veneziano, Senior Audit Manager, 392-8353)

(City Council also had before it, during consideration of the foregoing Clause, a communication (October 19, 1999) from Rienk deVries, EMA Canada, Inc., submitting, as requested by the Works Committee, an outline of EMA's Canadian position on water quality and union involvement in the Works Best Practices Program; advising of the principles upon which EMA has built its leadership position, and expressing its intention to continue working with the City for the success of the Works Best Practices Program.)

6

Request for Proposals for the Procurement of Program

Integration and Coordination Services for Phase 2 of the

Works Best Practices Program, and Award of Contract

(City Council on October 26 and 27, 1999, amended this Clause by adding thereto the following:

"It is further recommended that:

(1) the consultants be utilized in such a way that the City's reliance on their services be reduced over time;

(2) the primary objective, long term, be to train and develop a City management team in the Works and Emergency Services Department with practices needed for the new Millennium; and

(3) the consultants be involved in the review of any senior management recruitment within the Works and Emergency Services Department for reassignments.")

The Works Committee recommends:

(1) the adoption of the joint report dated September 27, 1999, from the Commissioner of Works and Emergency Services and the Chief Financial Officer and Treasurer; and

(2) that under no circumstances are there to be reductions in water quality and that continued improvements of quality should be considered an ongoing objective.

The Works Committee reports, for the information of Council, having considered together the following reports related to the Works Best Practices Program:

(i) (September 27, 1999) from the Commissioner of Works and Emergency Services, headed "Request for Proposals for Selection of Vendors for Supply of Process Control Systems (SCADA) Software, Contract No. MWRFP199";

(ii) (September 22, 1999) from the Commissioner of Works and Emergency Services, headed

"Engagement of Professional Services to Undertake the Preliminary Design of Process Control Systems at the R.C. Harris, R.L. Clark, F.J. Horgan and Island Water Treatment Plants";

(iii) (September 22, 1999) from the Commissioner of Works and Emergency Services, headed"Engagement of Professional Services to Undertake the Preliminary Design of a ProcessControl System for the Water Transmission System";

(iv) (September 28, 1999) from the Commissioner of Works and Emergency Services and the Chief Financial Officer and Treasurer, headed "Results of the Request for Proposals for the

Water Pollution Control Process Control System Detailed Design Project"; and

(v) (September 27, 1999) from the Commissioner of Works and Emergency Services and the Chief Financial Officer and Treasurer, headed "Request for Proposals for the Procurement of Program Integration and Coordination Services for Phase 2 of the Works Best Practices Program, and Award of Contract";

and having directed that:

(1) a meeting of the Works Best Practices Program Work Group be convened prior to the Council meeting scheduled for October 26, 27 and 28, 1999;

(2) Union representatives be formally invited to meetings respecting Best Practices when these involve Toronto Civic Employees' Union Local 416 members, and that confirmation that invitations were received be obtained; especially important will be Local 416 and Local 79 involvement in all Teams, particularly items (4) "Organizational Services" and (5) "Integrated Works Area Implementation" under the Program Integration and Coordination Services for Phase 2;

(3) a written statement, to Council, be requested from EMA Canada concerning the firm's position on water quality as a part of Works Best Practices development and Union involvement in best practices development and implementation;

(4) the City Auditor be requested to report directly to Council on the aforementioned report headed "Request for Proposals for the Procurement of Program Integration and Coordination Services for Phase 2 of the Works Best Practices Program, and Award of Contract", wherein seven expressions of interest were received, two firms were given the opportunity to bid and one of those withdrew; and

(5) the Commissioner of Works and Emergency Services be requested to submit a report directly to City Council on the aforementioned reports, which outlines in simple terms the number of persons that are being hired under these contracts, the number of hours and hourly rate of pay of those persons, and the type of performance analysis to be undertaken as this project proceeds.

The Works Committee submits the following joint report (September 27, 1999) from the Commissioner of Works and Emergency Services and the Chief Financial Officer and Treasurer:

Purpose:

The purpose of this report is to present to the Works Committee the results of the Request for Proposals for the procurement of Program Integration and Coordination Services as required for Phase 2, the major implementation phase, of the Works Best Practices Program, and to recommend award of the contract to EMA Canada Inc. of Toronto, lead firm in the consortium of firms referred to as TeamWORKS-2.

Funding Sources, Financial Implications and Impact Statement:

On March 2, 3, and 4, 1999, City of Toronto Council, by adoption of Clause No. 1 of Report No. 3 of The Strategic Policies and Priorities Committee, approved the 1999-2003 Capital Budget and Five-Year Capital Program, which contained funding for the Works Best Practices Program (WBPP), including funding for the acquisition of Program Integration and Coordination Services to assist in the implementation phase of WBPP. 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) the contract for the supply of Program Integration and Coordination Services for Phase 2 of the Works Best Practices Program be awarded to EMA Canada Inc. of Toronto, lead firm in the consortium of firms referred to as TeamWORKS-2, with a maximum contract value of $14,501,000.00 including Goods and Services Tax;

(2) the appropriate City officials be authorized to take the necessary action to give effect thereto.

Council Reference/Background/History:

At its meeting of March 2, 3 and 4, 1999, City Council reaffirmed continuance of the Works Best Practices Program (WBPP) in the Water and Wastewater Services Division of Works and Emergency Services. As a result, the Division began preparing for full implementation, according to plan, across Water Supply and Water Pollution Control.

At its meeting of June 9, 10 and 11, 1999, City Council received for information Clause No. 5(g) of Report No. 9 of The Works and Utilities Committee, outlining the process for the procurement of professional and technical services to provide program integration and coordination to Phase 2, the major implementation phase, of the Works Best Practices Program, and providing advance notification that a resulting contract award would be brought forward to Committee for approval in the early fall.

Comments and/or Discussion and/or Justification:

In March of this year, the Water and Wastewater Services Division's Works Best Practices Program (WBPP) began focusing on initiation of Phase 2 activities. Phase 2 is the planned major implementation phase of the Program, wherein organization, jobs, work practices, and technologies designed in Phase 1 are rolled out across the Water Supply and Water Pollution Control sections in a systematic manner. The process will occur over approximately a three-year period, due primarily to the necessary timelines for detailed design, construction and commissioning of process control systems and related equipment. The organizational transformation will take place in two stages, the first stage involving optimization of work and management practices largely independent of plant automation and the second being enabled by plant automation as effected by process control systems commissioning. Both stages will produce substantial operating cost reductions. Implementation is designed to occur on an integrated "work area" by work area basis, a work area being essentially the planned "team" units of the future team-based organization. The current schedule calls for the implementation to be divided into 32 work areas across the Water Pollution Control and Water Supply Sections of the Water and Wastewater Services Division.

It is appropriate at this point to provide an overview of the overall WBPP financial status. The Approved Gross Estimated Cost of the Program, as indicated in the 1999-2003 Capital Program, is $110,192,000.00, net after Municipal Goods and Services Tax Rebate and inflated to year of expenditure. The committed operating cost reductions in the Water Pollution Control and Water Supply sections total $36 million per year upon full implementation of the Program. As reported in the WBPP Spring 1999 Status Report (Council meeting of May 11, 12 and 13 - Clause No. 14(f) of Report No. 5 of The Works and Utilities Committee), the Program is, as at the end of Phase 1, within budget and ahead of schedule with regard to achievement of planned operating cost reductions.

The estimated cost of the WBPP Phase 2 work components totals approximately $81 million, which breaks down by planned expenditure component as shown in Table 1 below (taken from the Business Case documentation, and shown in 1998 constant dollars, in thousands, exclusive of Goods and Services Tax).

Table 1: WBPP Phase 2 Budget

Phase 2 Component

Amount

(in $000, Exclusive of GST, in 1998 Dollars)

Program Integration and Coordination 12,925
Quality Assurance 450
Work Management System 1,700
Performance and Operations Management System 700
WPC Process Control Systems 28,615
WS Process Control Systems 27,682
Laboratory Systems 1,142
Information Technology, Integration and Support 6,735
Business Systems 1,200
Industrial Waste Management System 250
TOTAL 81,399

The Phase 2 Program elements will involve expenditures for a wide range of services and products. Computer hardware and software will be acquired, configured and installed to provide and support the use of process control systems, the Laboratory Information Management System, the Industrial Waste Management System, the Work Management System, and the Performance and Operations Management System, all in a highly integrated information environment designed to facilitate improved decision-making, more efficient management and operations, and better service to the customer. Instruments, field devices equipment and process control systems will be acquired and installed in the Water and Wastewater facilities to support reliable and efficient automated operations. Transformational change will occur in the workplace, resulting in better use of technologies, better work and management practices, and overall improvements in efficiency and service delivery.

All this change will take a great deal of work, to be performed by staff and contracted professionals. Phase 1 activities included the use of contracted professionals in a range of roles, including project managers and industry experts in the fields of information technology, human resources and organizational development, plant processes and operations, maintenance management and practices, process control systems design and development, performance management theory and practice, laboratory systems and operations, and so on. Phase 2 will take the design and field trial work performed and proven in Phase 1 and apply it to a complex integration of technologies, team-based organization, and performance-driven management and work practices across the entire Water Supply and Water Pollution Control Sections. As in Phase 1, it is necessary in Phase 2 to utilize externally provided management, professional, and technical resources to help the division effect this broad transformational change and realize the benefits upon which the WBPP Business Case is predicated. Services and professional skills required in Phase 2 will include many of those utilized in Phase 1, with a much greater emphasis on the implementation and support of technologies and of staff being introduced to new ways of working. Extensive training will occur. Process control systems and related equipment, devices and instrumentation require detailed design, construction, commissioning and training services.

External service providers must be contracted to perform a great deal of the work, because they have the skills and experience in a range of techniques and disciplines that the City either does not possess or does not possess in sufficient capacity to do all the work needed. At the same time, there will be a very large contribution to the implementation effort by staff. The current Phase 2 workplan, which has been reviewed extensively and endorsed by the staff in the WBPP Program Management Office, will see continual refinement throughout the Program implementation timeframe. In the end, there will be a far greater capacity for staff to effect continuous improvement largely independent of external assistance. Indeed, knowledge transfer and ultimate "self-sufficiency" are fundamental philosophies of WBPP.

In order to continue the Program on schedule, it is necessary to proceed with Phase 2 activities as soon as possible. Included in the WBPP approved budget are planned expenditures for the utilization of external project management and professional services to carry out defined integration and coordination activities required in the implementation phase of the Program. That is the purpose of the procurement exercise described in the above-referenced June report to Council.

The need for external resources in support of the implementation phase has been reviewed extensively by senior management of Water and Wastewater Services and the staff of the WBPP Program Management Office (PMO). The basis for staffing the Program (i.e., development and implementation) is a set of detailed "deliverables" covering all Phase 2 activities. Each deliverable describes the work to be performed and the expected outcomes. In addition, each deliverable identifies the corresponding job "roles", in terms of appropriate skills and qualifications, to perform the work. Those roles are then divided into "City Provided" and "Externally Provided" (i.e., procured professional and management services), where "City Provided" focuses on currently available skills and also on the need for continuity of the role beyond Program implementation. In modeling the balance between City Provided and Externally Provided, it was recognized that there could be a range between proposing the highest degree of City Provided and the lowest degree of City Provided (which would maximize the use of external resources, and hence the budgetary requirement). In order to keep the budget as low as possible without significantly jeopardizing the success of the Program's planned outcomes, it was decided to incorporate the highest degree of City Provided resourcing possible (the limitation was the skills and quantities of staff available to assume major responsibilities for Program work components). As such, the budgeted External Provided component for Phase 2, which effectively defines the scope of the Program Integration and Coordination Services procurement, should be viewed as the minimum possible to maintain an acceptable level of confidence that Program commitments will be achieved. This type of rationale underlies the overall WBPP budget and is the basis for the approved Business Case.

In April 1999, the Water and Wastewater Services Division established an internal Selection Committee to carry out the Program Integration and Coordination Services procurement. Included on the Selection Committee was a representative from the Purchasing and Materials Management Division of Finance (Finance PMMD).

The scope of the Program Integration and Coordination assignment, and hence that of the corresponding Request for Proposals, is designed to provide the essential linkage between Phase 1 planning/design and Phase 2 implementation, ensuring that program designs, methods, standards and goals are preserved throughout the implementation process. Program Integration and Coordination is structured to provide standardization, continuity and control of Phase 2 deliverables and also to support the Program Management Office in coordinating the work of various suppliers/contractors to be engaged in Phase 2 activities. Program Integration and Coordination is also responsible for the delivery of specified Phase 2 implementation components and implementation support services. The Program Integration and Coordination (PIC) service provider is required to provide services in the following five "deliverables" areas:

(1) Program Management:

Working with the PMO, and supporting the contract administration function within Works and Emergency Services, PIC provides ongoing coordination and integration of all work assignments.

(2) Technology Integration:

This deliverable will support the implementation of work areas by ensuring that new process control systems and information technology components inter-operate and support the work practices as designed.

(3) Process Control System Design and Implementation Management:

This deliverable will provide quality control and integration to the facility upgrade/automation assignments and related implementation activities across all Water Supply and Water Pollution Control facilities.

(4) Organizational Services:

The purpose of this deliverable is to support City staff in managing the substantial change process embodied in WBPP. Some specific elements of this project package are:

- provide ongoing support to the division and to Human Resources function in developing new job compositions/compensation and staff training and development;

- provide organizational design and change management services; and

- provide work area implementation support.

(5) Integrated Work Area Implementation:

This deliverable is designed to fully implement in each of the 32 planned work areas an integrated set of practices, procedures, organization, systems and technologies that incorporate the following essential concepts (best practices) of WBPP:

- Total Productive Operations;

- Program-driven Maintenance;

- Automated Operations; and

- Flexible Workforce.

The specific areas of implementation are:

- Practices Implementation: team-oriented implementation of 'Total Productive Operations' practices and associated training;

- Work Management System configuration and roll-out: coordinated implementation across all work areas of the Marcam Avantis.Pro "Work Management System" (selected as the WBPP standard) using the standards and configuration parameters established for the division as well as its associated work practices; and

- Performance and Operations Management System configuration and roll-out: configuration and implementation of the Performance and Operations Management System, based on the Alacrity Results Management (ARM) framework, and its associated work practices.

On May 7, seven responses to the WBPP Phase 2 Program Integration and Coordination Services Request for Expressions of Interest were received. The Selection Committee applied the predefined criteria for advancement to the Request for Proposals (RFP) stage, and concluded that only two interested Proponents could be pre-qualified to receive the RFP.

The RFP was therefore issued to two firms on May 14, those firms being Anderson Technology Management and EMA Canada Inc. The Selection Committee proceeded to finalize the evaluation plan prior to receipt of proposals. On May 28, a Vendor Meeting was held, with the Selection Committee, including the representative from Finance PMMD, in attendance. The purpose was to provide further information on the RFP and to formally respond to any questions received in advance of or at the meeting. Key questions and answers were documented and forwarded to the participating firms.

The deadline for submission of proposals in response to the Program Integration and Coordination Services RFP was June 21. On June 11, a letter was sent by Anderson Technology Management to the Chief Financial Officer and Treasurer, providing formal and confidential notification of their intention to withdraw from the competition forthwith. Following consultation with senior representatives of Finance PMMD and Legal, it was concluded that the process should continue as planned.

On June 21, a proposal was received from the consortium referred to as "TeamWORKS-2", led by EMA Canada Inc. The other member firms of TeamWORKS-2 are Chartwell Inc., the Effectiveness Edge, the Convergent Engineering Institute, IBM Canada, and CO-EDIT Communications Inc. Three of those member firms, EMA, Chartwell, and the Effectiveness Edge, were members of the ten-firm consortium which provided services to Phase 1 of WBPP. The Selection Committee proceeded with the planned, next stage activities of Preliminary Review, Proponent Presentation, and Final Scoring. The TeamWORKS-2 proposal received a Final Score of 82 percent, which qualified the Proponent to proceed to the workplan development stage.

Because only one proposal was received, the Selection Committee expanded the process for developing a workplan, program organization (roles and responsibilities), overall cost and contract performance management process. Consultation occurred at various times during the process with senior representatives of Legal, Purchasing and Audit. This report represents the outcome of these activities, in the form of a recommended award of contract to the TeamWORKS-2 consortium, led by EMA Canada Inc. An outline of the proposed agreement terms, as they relate to scope of work, contract value, and supplier performance management, is provided here.

Scope of Work:

The RFP described the scope of work, summarized above, for the Program Integration and Coordination assignment as it is defined in the WBPP Business Case and in the many Phase 2 planning documents. The agreed workplan developed by the Selection Committee and the Proponent addresses that scope in its entirety and is considered appropriate to the requirement. The assignment is estimated to run for three years, and to be considered complete only when the Program is fully implemented and all committed benefits and operating cost reductions achieved and demonstrated.

Contract Value:

The recommended contract value for the requested scope of services is $14,501,000.00, including Goods and Services Tax, and is consistent with the WBPP Business Case and approved funding under the Approved 1999-2003 Capital Program. The "deliverables packages" which will comprise the detailed components of the Program Integration and Coordination Services contract, including respective ceiling costs, are shown in Appendix "A" to this report.

Contract Performance Management:

Managing the performance of the contracted services had been identified as a key requirement during consultations with representatives of the Audit Department; Water and Wastewater Services and the WBPP Project Management Office are in full agreement. Accordingly, the RFP requested that Proponents provide suggestions for sharing accountability for the outcomes of implementing the Works Best Practices Program. The essential elements of this process, as developed by the negotiating parties, approved by the Water and Wastewater Services Management Team and proposed to form part of the contractual agreement, include a structure of team accountabilities in delivering WBPP deliverables and business results. The Proponent has agreed that five percent of the overall contract value will be retained by the City in a "performance fund", to be paid out on the basis of achieved and demonstrated Program results according to a predefined schedule. Any larger "at risk" component of the fees would result in the Proponent seeking a higher overall fee for the assignment, which was not considered acceptable by the Selection Committee and the Water and Wastewater Services management team. A process will be developed by the City to administer performance disbursements and to address any disputes relating thereto. As well, the process for governing fees for services will be deliverables-based, in accordance with planned and measurable "review events", or milestones, and will incorporate rigorous management of progress and related payment of fees. It is proposed that a representative from the Audit Department review this project management methodology and participate in an agreed role in its application.

It is intended that the Phase 2 workplan will be presented to the Works Best Practices Working Group established by Council, which includes members from Council, C.U.P.E. Locals 416 and 79, and Works and Emergency Services management, and that agreement on the roles and involvement of union representatives to the WBPP Program Management Office be developed.

The Manager of the Fair Wage and Labour Trades Office has reported favourably on the firm recommended.

Conclusions:

In June of this year, Council received for information a report from the Works and Utilities Committee outlining the planned process for procurement of Program Integration and Coordination Services required for Phase 2, the major implementation phase, of the Works Best Practices Program. Those services were designed to provide the optimum degree of balance and support to the extensive staff involvement in the implementation of WBPP. The procurement process was carried out as planned, and this report recommends award of a contract to EMA Canada Inc., lead firm in a consortium of six firms referred to as TeamWORKS-2.

As discussed in this report, Phase 2 of the WBPP will involve a wide range of services and computer based equipment, instruments and processes, all of which have to be managed and implemented in a coordinated and highly integrated fashion. The contract value for Program Integration and Coordination services as recommended in this report covers the requirements for approved scope of the WBPP. Any further requirements for integration and coordination services relating to increased or new scope in the delivery of water and wastewater services, including the implementation of best practices in district operations, will be identified and reported as the need arises.

The Works Best Practices Program has proven its ability to produce results as described in the Status Report to Council in May of this year. Approval of the recommendations contained herein are in keeping with the overall Business Case and methodology for WBPP, and will help the Water and Wastewater Services Division continue to meet its Program objectives and deliver significant operating cost reductions and service delivery improvements to the citizens of Toronto.

Contact Name:

Jim Coe Lou Pagano

Program Manager, Works Best Practices Director, Purchasing and Materials

Water and Wastewater Services Division Management Division of Finance

Telephone No. (416) 392-3141 Telephone No. (416) 392-7311

Appendix "A"

Program Integration and Coordination Deliverables

Office Track Package Label Deliverable Package Name Estimated

Package

Cost*

Office/Track

Total

Project Management $3,147,7590
PM-01 Standards, Procedures and Guidelines $229,859
PM-02 Planning and Scheduling $414,220
PM-03 Project Administration $517,953
PM-04 Integrated Implementation Management $1,035,697
PM-05 Project Management $774,302
PM-06 Project Communications $175,728
Organizational Development $928,587
OD-01 HR Management & Organization Design Support $329,490
OD-02 Facility Implementation Support $599,097
Process Control System Implementation Management $3,014,574
PC-01 PCS Standards Development $152,465
PC-02 PCS Design Coordination & Support Design Review $468,771
PC-03 PCS Design Coordination & Support - First Design Submittal $234,386
PC-04 PCS Design Coordination & Support - Final Design $183,089
PC-05 PCS Design Coordination & Support - Tender $234,386
PC-06 PCS Constructuion Field Engineering Coordination - Construction Submittal $194,468
PC-07 PCS Construcction Field Engineering Coordination - Construction $222,838
PC-08 PCS Software Build and Test Coordination - Software Modules $234,734
PC-09 PCS Software Build & Test Coordination - Software Submittals $148,254
PC-10 PCS Software Build & Test Coordination - Software $177,081
PC-11 PCS Implementation Coordination - Commissioning $212,085

PC-12 PCS Implementation Coordination - O&M Training $193,553
PC-13 PCS Implementation Coordination - Testing $207,372
PC-14 PCS Post-Implementation Support $151,092
Technology Implementation Management $1,880,918
TI-01 Ongoing Technology Architecture & Standards Development & Integration $275,621
TI-02 Applications Architecture Design & Support $275,621
TI-03 Event Transformation System design and Implementation $296,541
TI-04 Information Database Design and Implementation $319,553
TI-05 Technology Integration Management & Coordination Support & Transition $713,581
Work Management System $1,442,866
WM-01 WMS Implementation at Water Transmission $103,855
WM-02 WMS Implementation at Harris Water Filtration Plant $119,911
WM-03 WMS Implementation at Clark Water Filtration Plant $ 44,181
WM-04 WMS Implementation at Horgan Water Filtration Plant $ 95,383
WM-05 WMS Implementation at Island Water Filtration Plant $ 37,356
WM-06 WMS Implementation at Field Services $ 81,523
WM-07 WMS Implementation at Humber Treatment Plant $162,327
WM-08 WMS Implementation at Main & North Toronto Treatment Plant $365,054
WM-09 WMS Implementation at Waste Water Systems & Services $ 57,831
WM-10 WMS Implementation Completion at Highland Creek Treatment Plant $ 26,935
WM-11 WMS Implementation at Waste Water Collection $118,578
WM-12 WMS Manage Development of WMS Application Integration Interfaces $ 69,895
WM-11 WMS Implementation Management $160,038
Practices Implementation $2,187,496
PI-01 Practices Implementation at Highland Creek Treat Plant $ 29,288
PI-02 Practices Implementation at Humber Treatment Plant $254,532
PI-03 Practices Implementation at Main Treatment Plant $485,669
PI-04 Practices Implementation at WW Collection $188,895
PI-05 Practices Implementation at WW Systems & Services $ 67,702
PI-06 Practices Implementation at Harris Filtration Plant $199,028
PI-07 Practices Implementation at Clark Filtration Plant $213,672
PI-08 Practices Implementation at Horgan Filtration Plant $189,875
PI-09 Practices Implementation at Island Filtration Plant $ 89,093
PI-10 Practices Implementation at Water Transmission $186,411
PI-11 Practices Implementation at Field Services $113,857
PI-12 Practices Implementation Management $169,474
Performance & Operations Management $950,237
PO-01 Performance and Operations Management Project Management $ 92,257
PO-02 Performance and Operations Management Practice Implementation $688,005
PO-03 Performance and Operations Management Policy and Skills Development $ 47,593
PO-04 Performance and Operations Management Software Enhancements $122,382
Total (exclusive of Goods and Services Tax) $13,552,437
Goods and Services Tax $948,671
Total Contract Value $14,501,108

* Deliverable Package Costs include estimated expenses, which will be tracked and accounted separately

--------

The Works Committee reports, for the information of Council, having also had before it during consideration of the foregoing matter the following communications:

(1) (October 6, 1999) from Mr. Brian Cochrane, President, Toronto Civic Employees' Union, Local 416, expressing concerns with respect to the Works Best Practices Program, and the implications of the reports for approval of expenditures on Process Control Systems, in particular the quality of services being jeopardized as a potential outcome of downsizing; and

(ii) (October 6, 1999) from Mr. Brian Cochrane, President, Toronto Civic Employees' Union, Local 416, in opposition to the selection of EMA Canada Inc. to assist the City with the implementation of the Works Best Practices Program; recommending that if the City must continue with the Program, the changes be made using City employees on an "in-house" basis; and further recommending that if the Committee approves the recommendation to retain EMA Canada Inc., EMA be directed to proceed in a manner that recognizes Local 416 as having an integral role in any operational changes.

The following persons appeared before the Works Committee in connection with the foregoing matter:

- Mr. Peter Leiss, Executive Vice-President, and Ms. Gina Gignac, National Representative, Toronto Civic Employees' Union, Local 416; and

- Ms. Karen Buck, Toronto, Ontario.

(City Council on October 26 and 27, 1999, had before it, during consideration of the foregoing Clause, the following report (October 15, 1999) from the Commissioner of Works and Emergency Services:

Purpose:

The purpose of this report is to provide further information, as directed by Works Committee, on the type of contract performance analysis and on the consulting resources, including number of persons, hours and rate, associated with the Works Best Practices Program Phase 2 initial contract award recommendations.

Funding Sources, Financial Implications and Impact Statement:

There is no direct financial impact from this report.

Recommendations:

It is recommended that this report be received for information.

Council Reference/Background/History:

At its meeting of March 2, 3 and 4, 1999, City Council reaffirmed continuance of the Works Best Practices Program (WBPP) in the Water and Wastewater Services Division of Works and Emergency Services. At its meeting of October 6, 1999, The Works Committee, by adoption of their agenda items numbered 4, 4(a), 4(b), 4(c), and 4(d), is recommending to Council awards of contracts to seven firms for the supply and delivery of software components (one contract) and for the performance of various work activities relating to process control systems preliminary design (two contracts), detailed design, software development, general administration and construction site supervision (three contracts), and program integration and coordination services (one contract). The Works Committee further directed that the Commissioner of Works and Emergency Services be requested to submit a report directly to City Council on reports 4, 4(a), 4(b), 4(c) and 4(d), which outlines in simple terms the number of persons that are being hired under these contracts, the number of hours and hourly rate of pay of those persons, and the type of performance analysis to be undertaken as this project proceeds.

Comments and/or Discussion and/or Justification:

As the Works Best Practices Program (WBPP) enters Phase 2, its major implementation phase, a number of key work packages must be contracted in order for planned work to proceed. These work packages relate to all implementation areas of the Program. New process control systems, providing industry-standard levels of automation, control, maintainability, and reliability to facility operations, need to go through the detailed stages of design and into construction and commissioning. Organizational changes need to be rolled out across approximately thirty-two "workareas" (a discrete team unit defines the bounds of a workarea, such as solids handling at the Highland Creek Treatment Plant), involving staff selection, development, and training in the new ways of operating and maintaining modern water and wastewater facilities. Supporting operational, information and management systems technologies need to be rolled out across the organization to provide people with the right information, quickly and accurately, to make decisions which will best ensure high quality, reliable service delivery at the lowest cost. All this work needs to be done efficiently and in a coordinated and fully integrated manner in order that the planned results may be achieved.

The work packages required to commence Phase 2 include the following:

- preliminary design for new process control systems in the four Water Supply plants;

- preliminary design for new process control systems in the water transmission system;

- detailed design, software development, general administration and construction site supervision for new process control systems in the three major Water Pollution Control plants; and,

- program integration and coordination services for Phase 2 of the Program.

An additional requirement exists to establish a supply contract for Supervisory Control and Data Acquisition (SCADA) software to be used on a standardized basis in all new process control systems.

As reported in the WBPP Spring 1999, WBPP Status Report (Council Meeting of May 11, 12, and 13 - Clause No. 14(f) of Report No. 5 of the Works and Utilities Committee), the Program is ahead of schedule with respect to operating cost reductions achieved. The above work packages are an integral part of the next step in Program implementation and must proceed in parallel in order to continue progress as planned and in order to ensure proper integration of best practices across the Water Supply and Water Pollution Control sections of the Water and Wastewater Services Division. Formal procurement activities have been carried out for each of these work packages so as to ensure Phase 2 work begins as planned and on time.

The seven contracts recommended are listed in Table 1, below. These contracts are numbered "A" through"G" for purposes of referencing in the body of this report.

TABLE 1: Recommended Contracts

Ref. No. Assignment Recommended Firm Ceiling Value (incl. GST)
A Preliminary design for R.C. Harris, R.L. Clark, F.J. Horgan, and Island Water Treatment Plants The Greater Toronto Consulting Group $1,146,000.00 plus $115,000.00 contingency
B Preliminary design for Water Transmission System Simcoe Engineering Group Ltd. $545,000.00 plus

$55,000.00 contingency

C Detailed design and construction management for Ashbridges Bay Treatment Plant CH2M Gore & Storrie Ltd. $10,140,256.00 plus $500,000.00 contingency
D Detailed design and construction management for Humber Treatment Plant Azurix North America $5,103,403.00 plus $500,000.00 contingency
E Detailed design and construction management for Highland Creek Treatment Plant Earth Tech (Canada) Ltd. $2,734,549.00 plus $250,000.00 contingency
F Program integration and coordination services for all Phase 2 EMA Canada Inc. (lead of six-firm consortium) $14,501,000.00
G Supply of SCADA Software Intellution Inc. $1,427,604.70

Contract Deliverables and Resources

This section of the report will discuss the nature of products and services provided for each of these contracts and the approach to charging and payment.

Contracts "A" and "B" are for the delivery of process control systems preliminary designs for the four water treatment plants and for the water transmission system. In these types of assignments, payment is on a scheduled lump sum basis for the completion of specific, pre-agreed design and documentation services. Appendices "A" and "B" provide the dollar values for the required preliminary design components. Proposal evaluation and consultant selection is based on the proposed overall cost for the prescribed design deliverables, and as such does not take into account specific time and costs for individual consultant personnel.

Contracts "C", "D", and "E" are for the development of detailed design (drawings and specifications) for the process control systems and related equipment (instruments and field devices), general administration and site supervision for construction, and the programming and commissioning, including training and full documentation, of the new process control systems and related equipment. As in the case of preliminary design contracts, payment is on a scheduled deliverable basis. Appendices "C", "D" and "E" provide the dollar values for the required contract components. Again, proposal evaluation and consultant selection is based on the proposed overall cost for the prescribed deliverables, and as such does not take into account specific time and costs for individual consultant personnel.

Contract "F" is for the provision of professional and technical services required to manage and implement the Works Best Practices Program across all of Water Supply and Water Pollution Control. In virtually every instance, consultant personnel will be teamed with staff to produce prescribed implementation deliverables through the application of standardized methods and technologies developed in Phase 1. Approximately 32 integrated workarea implementations will be performed, with each involving a number of inter-related areas of activity. These include the establishment of the redesigned team unit, the introduction, application and development of total productive operations, program-driven maintenance and flexible workforce practices, and the configuring and implementing of the work management system and the performance management system, as well as their supporting technology infrastructure. Training and knowledge transfer to staff are emphasized in all areas of activity. In addition, quality control and systems integration functions will be performed for all of the process control systems design, construction, commissioning, training and handover activities, covering all Water Supply and Water Pollution Control operating facilities.

Program integration and coordination (PIC) services support and manage every aspect of WBPP implementation, including those under the other work packages (contracts) discussed in this report. PIC is vital to the success of the Program and the achievement of its committed goals and objectives. The scope of the PIC assignment, the term of which coincides with completion of full WBPP implementation, was developed in Phase 1, and has been designed to minimize the use of consultants and maximize the use of staff resources. The approach taken to accomplish this was to identify the work to be done in Phase 2, to isolate those activities which require external resourcing, and to trim the days of effort to be acquired (by more than one-third) in order to ensure best use of consultants, an optimal degree of knowledge transfer to staff, and acceptable probability of success.

The PIC contract will incorporate prescribed deliverables, with charges to be based on time and materials to an upset limit (contract value). Appendix "F" to this report includes a table which shows the major PIC functions, the roles and resources to be provided under the contract, a brief description of the activities and responsibilities of each role/resource, the estimated number of hours of work required to complete the prescribed deliverables, and the average hourly rate for each role/resource.

The consultant selection process has been described in the contract recommendation report, titled "Request for Proposals for the Procurement of Program Integration and Coordination Services for Phase 2 of the Works Best Practices Program" (September 27, 1999). That report, which also lists the prescribed deliverables and the estimated ceiling cost for each, is one of the five contract award recommendation reports forwarded by The Works Committee to the same Council meeting as this information report. The proposed PIC assignment provides the appropriate resources to accomplish the required work at rates which are competitive based on comparison with Phase 1 rates for similar services and reasonable inflationary indexing. Clearly, it would have been preferable to have more than one proposal for the work. However, the process of qualification based selection addresses this eventuality by focusing on the ability and demonstrated experience of the proponent to carry out the assignment with a high probability of success, with attendant consideration of timeliness and budget. This rationale was described in Clause No. 5(g) of Report No. 9 of the Works and Utilities Committee (Council meeting of June 9, 10 and 11, 1999).

Contract "G" is for the provision of software products only and requires no provision for consultant services and corresponding rates.

It should be noted that the recommended contract awards incorporate the ability for the City to make adjustments, as work proceeds, to work package components and to specific resource requirements, within upset limits. This will ensure that the best overall value for money expended will be achieved, in terms of minimizing costs and maximizing the quality of the results.

Contract Performance

Contract performance for contracts "A" through "E" (process control systems) will be monitored in two ways. First, the WBPP Program Management Office, with the day-to-day support of the Process Control Systems Implementation Team, will review progress against planned design and implementation deliverables and address delays or performance problems as they are encountered. Second, major deliverables as they are developed must be signed off prior to approval of final invoice payment by the Technical Services Division, who will be represented on the Process Control Systems Implementation Team. Further performance management of these and all contracts will be performed through the functions of the Quality Assurance Team, as described in the section below titled, "Quality Assurance".

For contract "F", contract performance management is as for Contracts "A" through "E", described above. In addition, there are additional performance management provisions to be incorporated into the contract, as described in the contract award report ("Request for Proposals for the Procurement of Program Integration and Coordination Services for Phase 2 of the Works Best Practices Program"). Those provisions effectively retain a portion of the fees for services, totaling approximately $800,000.00, in a Performance Fund from which those retained fees will be disbursed to the contractor as Program goals are achieved and demonstrated.

Under Contract "G", the SCADA Software contract, no services are provided, and, as a result, no corresponding services performance management component is included. Performance of the software itself is addressed in the warranty and support components of the proposal and will be included in the agreement.

Quality Assurance

Phase 2 will employ an adaptation of the Phase 1 Quality Assurance (QA) methodology. It will be designed to address the specific challenges of multiple, simultaneous, integrated workarea implementations across all Water Supply and Water Pollution Control organizational units and facilities. The QA methodology employs a ten-step cycle for the creation and pre-approval of detailed workplans (including interim and final deliverables), the monitoring of progress against those workplans, the establishment of quality control teams for purposes of deliverables review, feedback and acceptance, and the final review, acceptance and signoff of completed deliverables. The payment approval process will be integrated with the QA methodology to ensure payments are released only in accordance with completed effort and receipt of prescribed deliverables. Discussions are underway with senior representatives of the Audit Department to identify and operationalize the appropriate role of Audit in the overall QA process.

Conclusions:

This report is provided to Council, as directed by The Works Committee, to present supplementary information concerning the recommendations for contract awards to seven firms for process control preliminary and detailed design, SCADA software supply, and program integration and coordination services components necessary for the commencement of Phase 2, the major implementation phase, of the Works Best Practices Program. These contract recommendations are the result of formal procurement processes carried out in accordance with approved corporate practice, and are consistent with approved funding levels. It is necessary to proceed with these assignments at this time in order to comply with Council's reaffirmation of the Works Best Practices Program and to maintain progress against committed Program benefit goals.

Contact Name:

Jim Coe

Program Manager, Works Best Practices

Water and Wastewater Services Division

Telephone No. (416) 392-3141)

APPENDIX "A"

CONTRACT FOR:

Preliminary Design for R.C. Harris, R.L. Clark, F.J. Horgan, and Island Water Treatment Plants

RECOMMENDED FIRM:

The Greater Toronto Consulting Group

CONTRACT BASED ON LUMP SUM PAYMENTS FOR WORK COMPONENTS

Work Components Lump Sum Fee (including GST)
Process Narratives $241,100.00
Process & Instrumentation Diagrams (P&ID's) $174,200.00
Equipment Database, Standards and System Architecture $381,000.00
Predesign Report, Implementation Plan and Design/Build Package $349,700.00
TOTAL $1,146,000.00

APPENDIX "B"

CONTRACT FOR:

Preliminary Design for Water Transmission System

RECOMMENDED FIRM:

Simcoe Engineering Group Ltd.

CONTRACT BASED ON LUMP SUM PAYMENTS FOR WORK COMPONENTS

Work Components Lump Sum Fee (including GST)
Process Narratives $91,400.00
Process & Instrumentation Diagrams (P&ID's) $145,500.00
Equipment Database, Standards and System Architecture $195,900.00
Predesign Report, Implementation Plan and Design/Build Package $112,200.00
TOTAL $545,000.00

APPENDIX "C"

CONTRACT FOR:

Detailed Design and Construction Management for Ashbridges Bay Treatment Plant

RECOMMENDED FIRM:

CH2M Gore & Storrie Ltd.

CONTRACT BASED ON LUMP SUM PAYMENTS FOR WORK COMPONENTS

Work Components Lump Sum Fee (including GST)
Design Services $3,968,219.00
- Inventory/Field Verification
- Detailed Field Design
- Preparation of Drawings and Specifications
- Administration and Training
- Preparation of Operating and Maintenance Manuals
Construction Services $1,976,939.00
- Administration/Supervision
- Commissioning
- Testing and Performance Verification
Information Technology (Hardware & Software) Services $3,778,709.00
- Software Development
- Standards Development Workshops
- Technology Integration
- Testing and Performance Verification
Post-Implementation/Construction Services $416,389.00
- Inspection and Warranty Review
TOTAL $10,140,256.00

APPENDIX "D"

CONTRACT FOR:

Detailed Design and Construction Management for Humber Treatment Plant

RECOMMENDED FIRM:

Azurix North America

CONTRACT BASED ON LUMP SUM PAYMENTS FOR WORK COMPONENTS

Work Components Lump Sum Fee (including GST)
Design Services $1,650,665.00
- Inventory/Field Verification
- Detailed Field Design
- Preparation of Drawings and Specifications
- Administration and Training
- Preparation of Operating and Maintenance Manuals
Construction Services $933,216.00
- Administration/Supervision
- Commissioning
- Testing and Performance Verification
Information Technology (Hardware & Software) Services $2,418,485.00
- Software Development
- Standards Development Workshops
- Technology Integration
- Testing and Performance Verification
Post-Implementation/Construction Services $101,037.00
- Inspection and Warranty Review
TOTAL $5,103,403.00

APPENDIX "E"

CONTRACT FOR:

Detailed Design and Construction Management for Highland Creek Treatment Plant

RECOMMENDED FIRM:

Earth Tech (Canada) Ltd.

CONTRACT BASED ON LUMP SUM PAYMENTS FOR WORK COMPONENTS

Work Components Lump Sum Fee (including GST)
Design Services $1,012,500.00
- Inventory/Field Verification
- Detailed Field Design
- Preparation of Drawings and Specifications
- Administration and Training
- Preparation of Operating and Maintenance Manuals
Construction Services $661,049.00
- Administration/Supervision
- Commissioning
- Testing and Performance Verification
Information Technology (Hardware & Software) Services $1,018,000.00
- Software Development
- Standards Development Workshops
- Technology Integration
- Testing and Performance Verification
Post-Implementation/Construction Services $43,000.00
- Inspection and Warranty Review
TOTAL $2,734,549.00

APPENDIX "F"

CONTRACT ("F") FOR:

Program Integration and Coordination Services ("PIC") for Phase 2

RECOMMENDED FIRM:

EMA Canada Inc. (lead of six-firm consortium)

CONTRACT BASED ON TIME AND MATERIALS PER PRESCRIBED DELIVERABLES TO A CEILING COST

PIC FUNCTION CONTRACTED ROLE GENERAL ACTIVITIES EST. HOURS AVG. RATE
Communication Services Communications Consultant Develop program communication plan; Provides communications guidance to project leaders; Maintains project bulletin and status reports 780 188
Integrated Implementation Management Integrated Implementation Team Leader Manage and coordinate integrated work area implementation process; liaison with PMO and W/WW management teams; Monitor deliverable and benefit milestones 3,280 225
Organizational Services Organizational Design Specialist Provide change management coaching and support for W/WW management staff; provide advisory support for linking WBPP to other corporate initiatives; perform organizational component of integrated work area implementation 1,456 219
Sr. Human Resources Consultant Provide HR consulting support to W/WW in the implementation of WBPP; assist in the definition of work area team member roles & responsibilities; support staff transition program development 1,440 219
Training & Development Consultant Identify stakeholder expectations; coordinate and schedule needs assessment, educational program design, resourcing and evaluation activities for WBPP implementation areas 1,356 188
PCS Design & Implementation Management PCS Architect Provides high-level architectural direction to all PCS projects; Maintains and enforces design standards; Manages the common software module library 3,675 194
PCS Contract Support Specialist Provides contract management support and advise; Establishes contract management guidelines; Monitors contract management activities 1,944 113
PCS Drafting and Support Provide drafting and general technical support to PCS team 1,694 112
PCS Engineer Provides quality assurance and validation of PCS team deliverables; monitors compliance to design standards; coordinates inter-PCS team issues and dependencies; supports coordination of PCS implementation and integration in all facilities 2,518 112
PCS Implementation Team Leader Manages the resources and activities of the track; Reports to the Program Management Office; Ensures support to all on-going PCS projects across the Division 4,447 225
PCS Programmer Development of common modules; develop/support interfaces; provide system and integration testing support 3,304 113
PCS Trainer Develop PCS training approach and plan; Develops PCS training standards 840 125
Program Management Administrative Coordinator Coordinates project administration activities; liaison with W/WW purchasing and administration; provides contract administration support; manages deliverable documentation and sign-off process 1,520 106
Administrative Support Provides time-tracking and project budget support; maintains project documentation; supports production of reports; newsletters and correspondence; maintain project teams information 3,442 94
PIC Consulting Director Provide overall program management leadership; Focal point for consulting resources; Liaison with WES Program Director and senior management 2,136 253
Planner/Scheduler Project planning & scheduling; Day to day coordination with project and team leaders 2,600 113
Senior Project Manager High-level budget planning; Liaison with WES staff for coordination with Capital Works Program (Capital Budget); Ongoing WBPP business case review 2,840 225
Standards & Procedures Consultant Develops and maintains project management methodology, standards and procedures; Provides support for other methodology development initiatives; Provides consultative support for practice documentation development 1,080 156
Performance & Operations Management POMS Agent (Integration) Configuration Specialist Specialist role; Configures and maintains software modules for integrating POMS with other software systems 740 153
POMS Configuration Specialist Specialist role; configures POMS software (ARM) for specific application at facility/work area 1,904 153
POMS Performance Modeler Specialist role; models business/process performance requirements for implementation in POMS 1,308 194
POMS Policy Developer Specialist role; develops business procedures and policies to deal with the ongoing management of performance measures at all levels of the W/WW organization 208 219
POMS Team Leader/Sr. Practice Consultant Manages the POMS implementation and development activities; Lead performance management practices implementation role 656 225
Prototyper / Developer Computer software programmer with specific skills in POMS software environment (SmallTalk) 200 113
Senior Business Analyst Provide business analysis and business process design for incorporating POMS in to the W/WW operations 208 169
Practices Implementation Implementation Facilitator Key role in the implementation of Best Practices at the "shop floor" (Work Areas); provides support to facility managers for managing change process; carries out orientation of work area staff on Best Practices Principles; perform work process redesign in work areas 4,924 219
Operations Specialist Specialist role; Engineer with expert knowledge of Water and Wastewater operations; supports the implementation of redesigned practices pre and post PCS 3,952 216
Practices Implementation Team Leader Manages the practices implementation process within the Integrated Implementation frameworks 720 225
Technology Integration Analyst Provides business and analysis support to integration team 720 113
Analyst/Designer Business analysis and application design; Ensures WES W/WW business needs are reflected in the application requirements definition and design 1,040 153
Applications Architect Provides overall applications architecture design and support; Maintains the application interface standards; Provides on-going inter-application interface definition and agreements 1,360 194
Industry Experts Expert roles as required; E.g. LIMS, 720 216
KB Manager Applications Support Provides technical support for the Project's specialized software in document management, project control and planning 1,120 113
Programmer Provides applications and technology programming support to the project 1,720 113
Technology Architect Provides technology architecture guidance and support; Provides and maintains technology architecture standards; Maintains the WBPP Technology Blueprint; Ensures that application and process control needs technology are supported in a cost-efficient and effective manner 1,360 194
Technology Integration Team Leader Manages the technology integration activities; Maintains close links with other office and track managers to ensure all integration needs are supported 2,072 225
Test Coordinator Develops system test plans; monitors test results; escalates issues; signs off on results 800 113
Work Management System Senior Consultant - CMMS expert Specialist role; provides work management system (CMMS) software implementation consulting support; designs data capture and loading procedures for each facility; designs implementation approach and user training 3,244 209
Senior Consultant - Work Management Practices Specialist role; provides consulting and training support for the implementation of work management-specific practices adapted to each work area as required; develops facility-wide work management and parts inventory procedures 2,208 225
WMS Team Leader Manages in work management system and practices implementation; coordinates WMS software testing and integration 904 225
TOTAL HOURS 72442
AVERAGE RATE 178.86
GROSS COST $12,957,067.00
EXPENSES $596,000.00
G.S.T. $948,715.00
CONTRACT VALUE $14,501,781.00

(City Council also had before it, during consideration of the foregoing Clause, the following report (October 21, 1999) from the City Auditor:

Reference:

On October 6, 1999, the Works Committee had before it a report from the Commissioner of Works and Emergency Services and the Chief Financial Officer and Treasurer recommending a contract award to EMA Canada at a maximum cost of $14.5 million for program co-ordination and integration services related to Phase 2 of the Works Best Practices (WBP) Program. In considering this report, the Committee requested the City Auditor to report directly to Council on the procurement process with respect to these services.

Our review of this matter included an examination of relevant documents and records pertaining to the procurement process as well as discussions with Works, Legal and Purchasing staff, and certain proponents involved in the competition.

Recommendation:

It is recommended that this report be received for information.

Comments:

The WBP Program is a long term improvement initiative undertaken by the Water and Wastewater Services Division of the Works and Emergency Services Department. The objective of the program is to ensure that the Division provides the most cost effective and efficient service to its customers. Phase 1 of the project focused on the design of new work practices, new technologies and organizational change. Phase 2 includes full implementation of redesigned work practices and organizational units, integrated business and operations systems and technologies, detailed design, and construction and commissioning work for new process control systems across the major water and wastewater operating facilities. Staff estimate that annual savings of approximately $36 million will be realized upon completion of the project.

Procurement Process:

The process for the procurement of Program Integration and Co-ordination (PIC) services in Phase 2 of the WBP Program was reported to the Works and Utilities Committee on May 19, 1999 and subsequently forwarded to Council for information.

The process involves four main stages as outlined below:

1. Request for Expression of Interest

To identify and select qualified and interested firms for participation in subsequent stages of the process.

2. Request for Proposals

To assess the background, qualifications, experience, key resources, work approach and plan, and professional services rate structure of each proponent and to rank proponents for the next step in the process.

3. Work Plan Negotiation

To develop on a joint basis with the lead-ranked proponent an agreed work plan and associated resourcing and payment schedule, implementation scope and overall cost.

4. Approvals and Contract Development

To gain approvals from Committee and Council to enter into a contractual agreement with the recommended proponent.

The Water and Wastewater Services Division of Toronto Works and Emergency Services established an internal Selection Committee consisting of Works staff to carry out the procurement of PIC Services relating to Phase 2 of the WBP Program. While representatives from the Purchasing and Materials Management Division were involved in overseeing the process to ensure a fair and open competition, they were not involved in the actual evaluation of expressions of interests or proposals, which considering the technical nature of the services is appropriate.

A public Request for Expression of Interest (REOI) was issued on April 26, 1999 to identify and short list a limited number of interested and qualified consulting engineering firms for receipt of the Request for Proposal (RFP). Proponents were asked to indicate their interest in participating in the RFP process by providing evidence of qualification for the provision of the types of services relevant to the WBP Program implementation phase. At this stage, contract price and rates were not requested.

The Selection Committee established pre-defined evaluation criteria for this stage of the process, which focused on the proponent's demonstrated understanding of the underlying philosophies and methods of a major transformational process like the WBP Program, which involves:

(a) multi-disciplinary, large scale project integration, management and support in a water/wastewater operating environment;

(b) process control design and construction management;

(c) organizational design, training and change management;

(d) unionized, municipal-based operations;

(e) technology architecture and integration;

(f) team-oriented best practices implementation;

(g) work management systems implementation; and

(h) performance management systems implementation.

Seven responses to the REOI were received. Another respondent's submission was not received at the office of Purchasing and Materials Management by the 12:00 noon deadline on May 7, 1999, due to a courier problem. The respondent wrote to the Chief Financial Officer and Treasurer and requested that an exception be made and provided a letter from the courier company indicating that the tardiness of the submission was due to no fault on the part of the respondent. Works staff consulted with representatives from City Purchasing and Legal Services on this matter and were advised that in order to protect the integrity of the process any submission received after the deadline could not be considered. The Purchasing and Materials Management Division advised the respondent accordingly.

The Selection Committee reviewed and ranked the seven submissions against pre-defined criteria and identified two proponents that qualified to advance to the RFP stage. The RFP was issued to the two pre-qualified firms on May 14, 1999. The evaluation criteria included:

(a) corporate viability and background;

(b) relevant experience;

(c) understanding of WBPP principles, core methods and goals;

(d) key resources;

(e) proposed approach; and

(f) competitiveness of rates.

It should be noted that the evaluation of the RFP submissions was based mainly (80%) on qualifications, with the competitiveness of rates and price being a secondary consideration. Works staff indicate that a selection process that focuses on qualifications and key resources of the proponents as opposed to a bottom line price was adopted due to the complexity of the assignment, the unpredictability of some of the work, and the need for flexibility in scheduling of work area implementations across the division. In addition, Works staff felt that the possible lack of familiarity of most of the RFP participants with its operations and personnel would limit the participants' ability to make valid assumptions upon which to base a detailed work plan and therefore place them at a disadvantage compared to the incumbent Phase 1 consultant's background knowledge. Therefore, the Works Department felt that a qualifications based approach would be fairer to all potential proponents and would also be more appropriate for the department in terms of better ensuring overall project success.

In a letter to the Program Manager, WBPP dated, May 26, 1999, one of the two remaining proponents expressed concern of a lack of a level playing field in the competition due to the fact that the other proponent, being the incumbent consultant in Phase 1, had a natural advantage. The proponent also indicated that they would not be able to submit a competitive proposal and requested a meeting with Works staff to discuss suggestions to modify the process in order to facilitate a more effective competition, particularly since the proponents were already short listed at the REOI stage based on qualifications. In a letter dated June 1, 1999, the proponent proposed that the competition be enhanced to include significant consideration of work program, delivery schedule and fee budget, and suggested a facilitated workshop designed to put the proponents on an equal footing with respect to background knowledge. Works staff reviewed the suggestions with staff from Purchasing and Legal, and concluded that the current process was still appropriate.

In a letter dated June 11, 1999, the proponent advised the Chief Financial Officer and Treasurer of their formal withdrawal from the competition. As there would now only be one bidder in the competition, Works staff consulted with representatives from Purchasing and Legal on this matter. Based on these discussions, it was decided that the process should proceed.

On June 21, 1999, a proposal was received from a consortium led by EMA Canada Inc., which was the lead consultant in Phase 1. The Selection Committee performed an evaluation on the proposal and EMA qualified to proceed to the work plan development stage. At this stage, a series of negotiation meetings took place which involved developing a work plan, resourcing schedule, project scope, overall cost and contract performance management process. Audit Services staff were invited and attended some of these meetings. Through this process, an overall workplan and costs were developed for PIC services and a report recommending a contract award to EMA Canada at a maximum cost of $14.5 million, was forwarded to the October 1999 Works Committee meeting.

Conclusion:

The selection process for program integration and co-ordination services was developed by Works staff in consultation with senior management of Water and Wastewater Services. It was also reviewed by staff of the Purchasing and Materials Management Division and Legal Services. In addition, Works staff consulted with both Purchasing and Legal on any issues that arose at various stages in the process. The process that was being followed was also reported to the Works and Utilities Committee and Council for information in May 1999.

EMA, as the Phase 1 incumbent consultant, was involved in the development of the preliminary work plan for Phase 2 and had detailed knowledge of the WBP Program. Although the process that was followed by the Works Department was fair and open, it is our opinion that it would have been difficult for any proponent to overcome the advantage that EMA had as a result of their in-depth involvement in Phase 1.

It would also be difficult to determine whether a higher weighting on price would have altered the results of the competition. Works staff indicate that basing the competition mainly on price could compromise the success of the project since price would take precedence over the qualifications of the consortium and their ability to do the job.

It should also be noted that the RFP only required proponents to provide proposed per diem rates for various levels of consulting staff and not a total price. The actual negotiations leading to a total contract price were determined during the work plan development stage, at which point EMA knew that they were the only bidder. While this would have been the case with any successful proponent, because there was no other bidder that the City could fall back on if an agreement could not be reached with the top ranked proponent, the City's leverage in contract negotiations may have been reduced. Given that there was only one bidder, it is difficult to determine the reasonableness of the recommended contract award to EMA of $14.5 million as there is no benchmark against which to evaluate the competitiveness of the bid, including the proposed rates. While we are concerned that the proposed rates charged under this contract appear high, Works staff indicate that the rates proposed by EMA are in line with those charged in Phase 1 (adjusted for inflation). It should also be noted that the rates to be charged under this contact were acquired in a competitive context where price was stated to be a consideration in the evaluation of proposals. In addition, the proponent that withdrew at the RFP stage indicated that they would keep their withdrawal confidential.

The REOI was advertised in a national newspaper as well as on the City's web site. While the selection process did not result in the level of competition expected for a contract of this magnitude, the Works Department had little control over the circumstances that led to a situation where there was only one bidder. Works staff indicate that they are comfortable with the proposal put forward by EMA. However, it is important at this point, that attention be focused on the value of the services to be provided under this contract, especially in light of the Council imposed moratorium on layoffs. While Works staff have no control over this development, it may affect the estimated savings resulting from this project as most of the projected savings are based on staff reductions from streamlined work practices. Works staff have indicated that they will be reporting to the Works Committee on the financial impact of the Council imposed moratorium as well as any issues related to the new Local 416 agreement.

Contact Name and Telephone Number:

Tony Veneziano, Senior Audit Manager, 392-8353)

(City Council also had before it, during consideration of the foregoing Clause, a communication (October 19, 1999) from Rienk deVries, EMA Canada, Inc., submitting, as requested by the Works Committee, an outline of EMA's Canadian position on water quality and union involvement in the Works Best Practices Program; advising of the principles upon which EMA has built its leadership position, and expressing its intention to continue working with the City for the success of the Works Best Practices Program.)

7

Works Best Practices Program -

Recommendations of Audit Committee

(City Council on October 26 and 27, 1999, adopted this Clause, without amendment.)

The Works Committee recommends the adoption of the recommendations of the Audit Committee embodied in the following communication (July 20, 1999) from the City Clerk, subject to:

(1) deleting Recommendation No. (2); and

(2) adding to Recommendation No. (3) at the end thereof the words "including value for money":

Recommendations:

The Audit Committee recommends that:

(1) the report (July 12, 1999) from the City Auditor be amended by deleting the words, "and report directly to Works staff" and inserting in lieu thereof the words, "be accountable to the City Auditor and report concurrently on any issues to both the City Auditor and Works staff" in Recommendation No. (4), and that the report, as amended be adopted;

(2) the City Auditor perform an analysis of the consultant services for the Works Best Practices Program to date, including value for money of Phase 1 of the program; and

(3) the City Auditor not be precluded from commenting on Phase 1 of the Works Best Practices Program while following through with any of the recommendations outlined in the report.

Background:

The Audit Committee, on July 19, 1999, had before it the report (July 12, 1999) from the City Auditor respecting Works Best Practices, and recommending that:

"(1) the Commissioner of Works and Emergency Services establish for each consultant contract award, a performance management process, incorporating appropriate parameters and relevant, measurable and objective benchmarks; and that any future consulting contract awards recommended to the Works Committee and Council include a description of the consultant performance management criteria and process to be used;

(2) prior to or in conjunction with awarding any future consulting contracts, the Commissioner of Works and Emergency Services report to the Works Committee on the total cost of consulting services required for this project, including those consulting services required in the implementation of process control systems and other facilities;

(3) prior to or in conjunction with awarding any future consulting contracts, the Commissioner of Works and Emergency Services clarify how the consulting services to be provided in Phase 2 of the Works Best Practices Program differ from those rendered during the planning and design stage (Phase 1) as well as from those consulting services to be procured for the construction and implementation component;

(4) any quality assurance activities deemed necessary in Phase 2 of the Works Best Practices Program be performed either by Works staff or, if a consulting firm is used, that the firm be independent of the consulting consortium and report directly to Works staff;

(5) in view of the magnitude of the Works Best Practices Program, the City Auditor work with Works staff during the implementation phase of the program to ensure that appropriate performance management criteria are established, and report independently to Council on any concerns or issues, including areas relating to value for money; and

(6) this report be forwarded to the Works Committee for consideration."

During consideration of this matter, the Committee also had before it a communication (July 19, 1999) from Toronto Civic Employees' Union, Local 416.

Ms. Gina Gignac, National Representative, Toronto Civic Employees' Union, appeared before the Audit Committee in connection with the foregoing matter.

The Committee's recommendations are noted above.

(Report dated July 12, 1999, addressed to the

Audit Committee from the City Auditor)

Recommendations:

It is recommended that:

(1) the Commissioner of Works and Emergency Services establish for each consultant contract award, a performance management process, incorporating appropriate parameters and relevant, measurable and objective benchmarks; and that any future consulting contract awards recommended to the Works Committee and Council include a description of the consultant performance management criteria and process to be used;

(2) prior to or in conjunction with awarding any future consulting contracts, the Commissioner of Works and Emergency Services report to the Works Committee on the total cost of consulting services required for this project, including those consulting services required in the implementation of process control systems and other facilities;

(3) prior to or in conjunction with awarding any future consulting contracts, the Commissioner of Works and Emergency Services clarify how the consulting services to be provided in Phase 2 of the Works Best Practices Program differ from those rendered during the planning and design stage (Phase 1) as well as from those consulting services to be procured for the construction and implementation component;

(4) any quality assurance activities deemed necessary in Phase 2 of the Works Best Practices Program be performed either by Works staff or, if a consulting firm is used, that the firm be independent of the consulting consortium and report directly to Works staff;

(5) in view of the magnitude of the Works Best Practices Program, the City Auditor work with Works staff during the implementation phase of the program to ensure that appropriate performance management criteria are established, and report independently to Council on any concerns or issues, including areas relating to value for money; and

(6) this report be forwarded to the Works Committee for consideration.

Background:

On March 2, 3, and 4, 1999, City Council had before it a report from the Works and Utilities Committee entitled "Works Best Practices Program and Projected Staffing Levels", In considering this report, Council requested that the City Auditor report through the Audit Committee on the advisability of performing a value for money audit on consultant services for this program, and the costs thereof.

Comments:

The Works Best Practices (WBP) Program is a long-term improvement initiative undertaken by the Water and Wastewater Services Division of the Works and Emergency Services Department. The WBP Program is an expansion of the Water Pollution Control Division's (former Metro Works Department) Strategic Information Systems Plan (SISP), initiated in 1995 to address strategies for the replacement of aging and obsolete systems and equipment in the wastewater treatment plants.

A Request for Proposals (RFP) was issued in 1995 to engineering consulting firms to assist in the implementation of the SISP project. In February 1996, the former Metro Council approved the award of a contract for $14.4 million to a consortium of 10 consulting firms, led by EMA Canada. The agreement with EMA Canada, who was responsible for the overall management of the services provided by the contract, including the procurement and payment of specialized technical services provided by the other consulting firms in the consortium.

To further maximize the effectiveness and efficiency of the Division's operations, the planned technological improvements of the SISP plan were broadened to include the application of best practices in the industry in areas such as total productive operations, workforce flexibility, unattended operations, and program-driven maintenance. The essential elements of the WBP Program were redesigned work methods in all areas of the business, with specific emphasis on labour-intensive operations and maintenance activities, fully supported by integrated operations, maintenance and management systems.

In June 1997, Metro Council approved the amendment of the contract with EMA Canada to incorporate additional work activities associated with the WBP Program, specifically to extend the program to the Water Supply and Solid Waste Management Divisions. Council also approved a $6.1 million increase in the value of the contract with EMA Canada. In December 1998, City Council approved a further contract increase of $979,000.00 to complete Phase 1 activities.

A competitive process was not followed with respect to the above-noted contract extensions which increased the contract value from $14.4 million to $21.5 million. Works staff felt that, based on the work already completed and the knowledge obtained by the EMA-led consortium, and to ensure project continuity and consistency among the divisions, it would be more cost-effective to retain EMA as opposed to issuing a new RFP. They also indicated in their report to Council that, in light of the projected operating savings from the WBP Program, the three to four-month delay caused by the issuance and processing of a Request for Proposals would have resulted in between $10 million and $15 million in permanently lost future operating cost reductions. While we agree that extending the contract to EMA Canada would take advantage of EMA's acquired knowledge and better ensure process continuity, we are not convinced that the permanently lost savings from the delay caused by requesting proposals for the additional services required, is a reasonable argument.

Given the nature of the services provided, the requesting of proposals from qualified consulting firms is an important means of ensuring that value for money is achieved. Consequently, considering the significant value of the contract extension, a competitive process with specific deliverables defined should have been followed for the additional work activities relating to the Works Best Practices Program. This would have at least provided a level of assurance that the amounts charged for the additional services and deliverables required, were reflective of the market.

As at December 31, 1998, approximately $21 million in consulting fees have been incurred in Phase 1 of this project, relating mainly to preliminary planning and design work. The costs of the various consulting services are provided below:

Activity Cost

Overall Project Management $2,195,963

Quality Assurance 635,400

Organization Architecture 2,104,900

Integration Architecture 933,700

Technology Architecture 2,328,813

Work Management Practices 1,133,250

Systems Design and Implementation Plan 798,078

Process Control System Design 4,308,400

Corporate Administrative Work Plan 122,825

Performance and Operations Management Design 1,044,100

Industrial Waste Requirements 257,600

Laboratories Requirements 516,550

Redesign Workshops 2,381,017

Expenses 412,250

Subtotal 19,172,846

GST 1,342,099

Total 20,514,945

Payments to the consultant were based on specified deliverables. Approximately 200 deliverables have been signed off to date. Some of the major deliverables from Phase 1 of the WBP Program include: overall project plan; technology infrastructure report; preliminary design of organizational structure; performance and operations management requirements and design document; installed network and communications components; preliminary process control systems design for wastewater treatment plants; process control systems technical standards; best practices training and documentation; and facilitation of business process redesign workshops.

The 1999-2003 Capital Works Program includes $110 million for the WBP Program. Approximately $70 million of this amount relates to the replacement and modernization of aging and obsolete equipment and facilities, which Works staff indicate would have been required regardless of the WBP Program. Included in this $70 million is the cost of consulting services required to implement the various process control systems and facilities. The balance of the $40 million is mainly for general consulting services relating to the WBP Program, $21 million of which has already been spent for preliminary design and planning activities. Works staff indicate that the remaining $19 million is required in Phase 2 of the program to provide program integration and coordination services such as program management, technology integration, process control system implementation management, organization design and integrated work area implementation.

Given the magnitude of consulting expenditures incurred and to be incurred on this program, it is important that the costs of all consulting services be identified and the need for these services justified. It is also important that the responsibilities of the consultants and the services to be provided are clarified relative to services provided in Phase 1, as well as those consulting services directly related to Phase 2 implementation activities, so that Council can clearly distinguish the need for the different consulting services required in the various components of the project.

Works staff estimate that upon full implementation of the WBP Program and using 1996 as the base year, the Division will realize annual net operating savings of $36 million, mainly in the form of staff reductions, reduced hydro consumption and lower chemical requirements. In order to determine the extent to which these estimated savings are realized, it is imperative that proper mechanisms be put in place to account for the savings that are directly attributable to the program. Works staff indicate that they are in the process of developing a benefits tracking system to account for the savings related to the program.

Conclusion:

Implementation of the WBP Program represents a significant investment by the City. The acquisition of external resources to implement this program was deemed necessary because not all of the required technical skills and industry expertise were available internally. Further, in-house resources were required to maintain current operations and could not be redeployed on a full-time basis to work on the WBP Program. It was also felt that an independent consultant would provide a more objective assessment of the current operations. Given the magnitude and complexity of the project, Works staff decided that the use of consulting services was necessary and provided the best opportunity for the timely completion of the project and successful implementation.

Phase 1 of the project involved the delivery of various soft services relating to preliminary planning and design activities. Based on the information available, it would be possible to ascertain whether the specific deliverables were achieved and at the budgeted cost. However, because of the intangible nature of these deliverables and the lack of appropriate benchmarks for measuring performance, it would be difficult to assess the value of the consulting services provided, especially since the benefits of the project will not be known until the project is substantially completed.

The consulting consortium included a quality assurance consultant, whose responsibility was to ensure compliance with the pre-established process and procedures. This consulting firm was a member of the consulting consortium and was paid by EMA Canada, the lead consultant. To be effective, the quality assurance function should be independent of the consulting consortium and report directly to Works staff.

City Council recently reaffirmed its commitment to the WBP Program, with the expectation that the significant investment in the program will be recovered through future savings, mainly in the form of lower staffing levels. Council's recent decision to not lay off any staff directly resulting from the WBP Program implementation until after December 31, 2000, will impact on the Works and Emergency Services Department's ability to achieve the planned operating cost reductions within the scheduled timeframe. Redeploying staff to other divisions will be difficult as these divisions are also downsizing. Consequently, the department's ability to downsize prior to the year 2001 will be limited to attrition or other programs such as voluntary separation and early retirement.

The fact that the initial consulting services were procured following a competitive process, provides some level of assurance that the consulting fees relating to the SISP component of the project reflect the market. However, a competitive process was not followed for the additional services required for Phase 1 of the WBP Program. As such, it would be difficult to determine whether a fair and reasonable price was charged for the deliverables relating to this component of the project since the market was not tested. A competitive process has been followed for the procurement of program integration and coordination consulting services for Phase 2 of the WBP Program.

Based on our preliminary review, it is estimated that it would take approximately three months to complete a value for money audit on consultant services for the Works Best Practices Program. Due to the intangible nature of the deliverables, any assessment of the consultant's services would be to a large extent subjective. This combined with the fact that the program is still in the design stage and many of the benefits have yet to be realized, would make it difficult to perform an effective audit on the consulting services entered to date. However, given the significant dollars being spent on consultant services for this program, it is essential that Works staff provide Council with a complete and clear picture of the different types of consulting services required. It is also important that appropriate benchmarks are developed against which to measure the performance of each consultant and that a performance management process be incorporated into the consultant contract. Given the magnitude and complexity of this project, Audit Services will be working with Works staff to assist in developing performance management criteria and to ensure that significant issues are addressed and report to Council as necessary.

Contact Name and Telephone Number:

Tony Veneziano, Senior Audit Manager, 392-8353

(A copy of the communication from the Toronto Civic Employees' Union, Local 416, referred to in the foregoing communication has been forwarded to all Members of Council with the agenda for the Works Committee meeting of October 6, 1999, and a copy thereof is on file in the office of the City Clerk.)

8

Installation of Traffic Control Signals at O'Connor Drive

at Northridge Avenue; O'Connor Drive at Glenwood Crescent;

and O'Connor Drive at Four Oaks Gate

(Ward 1, East York)

(City Council on October 26 and 27, 1999, adopted this Clause, without amendment.)

The Works Committee recommends the adoption of the report dated August 16, 1999, from the Commissioner of Works and Emergency Services.

The Works Committee reports, for the information of Council, having requested the Commissioner of Works and Emergency Services to review the traffic crossing conditions at the intersection of O'Connor Drive and Four Oaks Gate with a view to improving pedestrian safety, and report back thereon to the Committee.

The Works Committee submits the following report (August 16, 1999) from the Commissioner of Works and Emergency Services:

Purpose:

To report to the Works Committee on the recommendations adopted by the East York Community Council with respect to the proposed installation of traffic control signals at O'Connor Drive and Glenwood Crescent and O'Connor Drive and Four Oaks Gate.

Funding Sources, Financial Implications and Impact Statement:

The funds associated with new traffic control signals are contained in the Works and Emergency Services Capital Program under Project No. C-TR031. In 1999, $1.6 million has been allocated for new traffic control signal installations.

These funds have been fully committed already through the approval of 21 new signal installations. Therefore, unless additional funding is identified in 1999, new signal approvals for the balance of 1999 will be placed on a priority list for installation in 2000 and await approval of the appropriate budget item in the 2000 Capital Budget.

The estimated cost to install traffic control signals at the intersection of O'Connor Drive and Glenwood Crescent is $53,000.00. The estimated cost to undertake the proposed curb realignment at this intersection is $40,000.00. This installation is subject to competing priorities.

Recommendations:

It is recommended that:

(1) the Works Committee endorse Recommendations Nos. (2), (3), (6), and (7) of the East York Community Council as recommended at its meeting held April 29, 1999 under Minute No. 5.13;

(2) Recommendation No. (1) of the East York Community Council be revised to state:

"adoption of the report (April 20, 1999) from the Director, Transportation Services, District 1, subject to amending Recommendation No. (1) to prohibit southbound right turns between 7:00 a.m. and 9:00 a.m., Monday to Friday, at the north and south leg of the intersection of St. Columba Place and Glenwood Crescent; and to prohibit southbound right turns between 7:00 a.m. and 9:00 a.m., Monday to Friday, at the intersection of Rexleigh Drive and Glenwood Crescent; and to prohibit northbound left turns between 7:00 a.m. and 9:00 a.m., Monday to Friday, at the intersection of Rexleigh Drive and Glenwood Crescent concurrent with the installation of traffic control signals at O'Connor Drive and Glenwood Crescent;" and

(3) the appropriate City officials be authorized and directed to take the necessary action to give effect thereto.

Background:

The East York Community Council, at its meeting of April 29, 1999, under Minute No. 5.13, recommended to the Urban Environment and Development Committee :

(1) adoption of the April 20, 1999 report from the Director, Transportation Services, District 1, subject to amending Recommendation No. (1) to provide that turn restrictions be instituted at St. Clair Avenue and St. Columba Place, and St. Clair Avenue and Rexleigh Drive, at the same time as the installation of traffic control signals at the O'Connor Drive/Glenwood Crescent intersection, to ensure that there is no infill of traffic in the morning;

(2) for the 90 days following the installation of the traffic control signals at the O'Connor Drive/Glenwood Crescent intersection, the Toronto Police Services be requested to give top priority to the enforcement of the turn restrictions in both directions in the morning and afternoon;

(3) that the Commissioner of Works and Emergency Services be requested to conduct further studies on additional means of improving Glenwood Crescent, in particular, the feasibility of turning Glenwood Crescent south of O'Connor Drive into a one-way street;

(4) that northbound left-turn restrictions be implemented at Rexleigh Drive and Glenwood Crescent during the morning peak period;

(5) that, should City Council not implement a left-turn restriction on St. Clair Avenue at St. Columba Place, that there be a right-hand turn restriction implemented on St. Columba Place and Glenwood Crescent;

(6) that right turns on a red light be prohibited at Glenwood Crescent and O'Connor Drive;

(7) that consideration be given to implementing one-way eastbound operation on Glenwood Crescent, east of St. Columba Place; and

(8) that the Community Safety Zone currently in effect on O'Connor Drive between Pape Avenue and Woodbine Avenue be extended to St. Clair Avenue.

The East York Community Council also reaffirmed its previous recommendation with respect to the intersection of O'Connor Drive and Four Oaks Gate; viz:

"That traffic control signals be installed at the intersection of O'Connor Drive and Four Oaks Gate."

The East York Community Council also recommended that the Commissioner of Works and Emergency Services report on:

(i) the feasibility of introducing an extended cycle length at the proposed traffic control signal at O'Connor Drive and Glenwood Crescent to discourage people from using the intersection;

(ii) further comment on "squaring-off" the corner of Glenwood Crescent and O'Connor Drive;

(iii) the feasibility of installing speed bumps on Glenwood Crescent;

(iv) the feasibility of moving the location of the cross-walk at Glenwood Crescent and O'Connor Drive; and

(v) adjusting the prohibition times of the proposed turn restrictions to 6:30 a.m. to 9:30 a.m.

Comments:

Staff provide the following comments on the above-noted recommendations:

Proposed Turn Restrictions at St. Clair Avenue and St. Columba Place and St. Clair Avenue and Rexleigh Drive:

The East York Community Council recommended that westbound left turns be prohibited at St. Clair Avenue and St. Columba Place and St. Clair Avenue at Rexleigh Drive, and that northbound left turns be prohibited at Rexleigh Drive and Glenwood Crescent during the morning peak period. These turn restrictions, in addition to the existing southbound left turn prohibition at O'Connor Drive and Glenwood Crescent, would severely limit access to the Glenwood Crescent environs for motorists approaching the neighbourhood from the northeast.

Staff propose, as an alternative, that the turn prohibitions at St. Clair Avenue and St. Columba Place and Rexleigh Drive be replaced with southbound right-turn restrictions during the morning peak period at St. Columba Place and Glenwood Crescent and Rexleigh Drive and Glenwood Crescent. This would provide westbound motorists on St. Clair Avenue with the opportunity to access the neighbourhood yet still limit infiltration by non-resident motorists.

Motorists destined for Glenwood Crescent, west of St. Columba Place would be required to turn left at St. Columba Place and Glenwood Crescent, and use Stag Hill Drive to access Glenwood Crescent. This circuitous route is less inconvenient for residents of Glenwood Crescent who reside west of St. Columba Place than the turn prohibitions recommended by the East York Community Council. The Ward Councillors have been advised of the concerns associated with the turn restrictions proposed by the East York Community Council, and concur that the alternate turn restrictions are an appropriate alternative.

Recommendations Nos. (4) and (5) as adopted by the East York Community Council at its meeting of April 29, 1999, under Minute No. 5.13 are no longer required given the alternative recommended turn restrictions.

Plans showing the existing turn restrictions, those proposed by the East York Community Council and the alternative recommended turn restrictions are attached to this report.

Community Safety Zone on O'Connor Drive:

Recommendation No. (8) as adopted by the East York Community Council at its April 29, 1999 meeting under Minute No. 5.13 recommended that the Community Safety Zone currently in effect on O'Connor Drive between Pape Avenue and Woodbine Avenue be extended to St. Clair Avenue. Staff are currently evaluating the effectiveness of the Community Safety Zone trial program throughout the City. It would be prudent to wait until this evaluation is complete prior to extending existing Community Safety Zones or introducing new locations.

Reconstruction of Glenwood Crescent at O'Connor Drive:

Prior to the internal traffic management plan adopted by the East York Council in 1991, Glenwood Crescent was used as a by-pass to the intersection of St. Clair Avenue and O'Connor Drive. Historical traffic counts indicated that approximately 700 motorists used Glenwood Crescent during the afternoon peak period prior to the introduction of the afternoon peak period turn restrictions at Glenwood Crescent and St. Columba Place and Rexleigh Drive. The most recent traffic count, conducted April 22, 1999, indicates that Glenwood Crescent now carries approximately 200 vehicles during the afternoon peak period.

Given the previous high traffic volumes using Glenwood Crescent prior to the implementation of the internal turn restrictions, the curb radii of the northwest and southeast corners of the intersection were enlarged to allow motorists to access Glenwood Crescent with a minimal reduction in speed. This, in turn, reduced the potential for rear-end accidents on O'Connor Drive.

The internal turn restrictions have significantly reduced traffic volumes on Glenwood Crescent. Therefore, the curb radii could be reduced to a more typical urban intersection design. This will further indicate to motorists that Glenwood Crescent should not be used as an alternate route through this area.

Relocating the Pedestrian Crossover:

Staff were asked to consider relocating the existing pedestrian crossover at this intersection as an alternative to installing traffic control signals. A pedestrian crossover is no longer suitable as a device to facilitate pedestrians crossing O'Connor Drive in the Glenwood Crescent environs given, primarily, the high volume and rate of speed of vehicles on O'Connor Drive. Traffic control signals are the most suitable alternative.

Impacts of introducing extended cycle lengths or introducing different cycle lengths for pedestrians and vehicles:

There are several options available to modify the traffic control signal operation to discourage neighbourhood traffic infiltration. Longer cycle lengths, providing a longer phase for pedestrians than for sidestreet vehicles or providing a sidestreet vehicle phase every other cycle, are measures which could be introduced to delay sidestreet motorists and potentially discourage infiltration.

At this time, to discourage infiltration yet provide reasonable crossing times for pedestrians, a shorter phase for Glenwood Crescent vehicles than pedestrians could be introduced with the installation of the traffic control signals. With this operation, the Glenwood Crescent phase would provide the minimum pedestrian crossing time during cycles when the pedestrian pushbutton was activated and a minimum vehicle green time when no pedestrian actuation was received, regardless of the sidestreet vehicle demand. This operation would also allow for the traffic control signal to operate at the same cycle lengths as adjacent signals which will maintain signal coordination along O'Connor Drive. Other, more restrictive changes could be implemented, dependent upon the results of the proposed after study.

Staff are committed to studying the effects of the installation of traffic control signals at O'Connor Drive and Glenwood Crescent three months after their installation. The remaining recommendations by the East York Community Council will be reviewed as part of this study. These include:

- the feasibility and necessity of introducing one-way traffic operations on sections of Glenwood Crescent;

- the feasibility of extending the Community Safety Zone on O'Connor Drive from Woodbine Avenue to St. Clair Avenue;

- the feasibility of and necessity of introducing signal timing modifications at the traffic control signals at O'Connor Drive and Glenwood Crescent;

- the feasibility of installing speed bumps on Glenwood Crescent; and

- the necessity of extending the morning peak period turn prohibition times from 7:00 a.m. to 9:00 a.m. to 6:30 a.m. to 9:30 a.m.

Proposed Traffic Control Signals at O'Connor Drive and Four Oaks Gate:

A pedestrian crossover is located between Northridge Avenue and Four Oaks Gate on O'Connor Drive. The East York Community Council has recommended that the pedestrian crossover be replaced with traffic control signals at Four Oaks Gate. The Transportation Division does not recommend the replacement of the pedestrian crossover with traffic control signals at Four Oaks Gate.

O'Connor Drive in this vicinity is a four-lane arterial roadway with a posted speed limit of 50 km/h and a two-way 24-hour volume of approximately 39,800 vehicles. Northridge Avenue is a local road and forms a "T" intersection on the south side of O'Connor Drive. A northbound stop sign on Northridge Avenue controls traffic at this intersection. Four Oaks Gate is also a local road and forms another "T" intersection on the north side of O'Connor Drive west of Northridge Avenue. Similarly, a southbound stop sign on Four Oaks Gate controls traffic at this intersection. The distance between Northridge Avenue and Four Oaks Gate on O'Connor Drive is approximately 35 metres. A pedestrian crossover (PXO) is located on the west leg of the O'Connor Drive/Northridge Avenue intersection. Adjacent traffic control signals are located approximately 450 metres to the west of Four Oaks Gate at Don Mills Road and 360 metres to the east of Northridge Avenue at Coxwell Avenue.

An eight-hour traffic control signal warrant study was conducted at both intersections and revealed that traffic control signals are not warranted at either location. The warrant study results are detailed below:

Warrant

Compliance

O'Connor Drive and Northridge Avenue

O'Connor Drive and

Four Oaks Gate

Minimum Vehicular Volume

4 percent

7 percent

Delay to Cross Traffic

8 percent

4 percent

Collision Hazard

20 per cent

7 percent

For the traffic control signal warrants to be satisfied, one of the "Minimum Vehicular Volume" or "Delay to Cross Traffic" warrants must be 100 percent satisfied or any two of the three warrants must be at least 80 percent satisfied. The "Collision Hazard" warrant is based on the number of collisions that occurred at the intersection in a three-year period which were potentially preventable by the installation of traffic control signals. At Northridge Avenue, collision statistics provided by the Toronto Police Service indicate three collisions occurred over a three-year period from January 1, 1994 to December 31, 1996, which were potentially preventable by the installation of traffic control signals. All three of these collisions involved pedestrians who were hit by vehicles while crossing at the PXO. In all three cases the pedestrians sustained minor injuries. Similarly, at Four Oaks Gate, one collision occurred over the same three-year period which was potentially preventable by the installation of traffic control signals. The collision involved two vehicles: one was proceeding westbound and the other was making a southbound left turn. Based on the above information, the technical warrants for the installation of traffic control signals are not met.

During the most recent study, only 39 pedestrians were observed crossing O'Connor Drive at the PXO over an eight-hour period. Of the 39 pedestrians, there were 27 adults, six assisted children, three unassisted children and three senior citizens. In addition, the operational characteristics of the existing PXO were evaluated according to the guidelines that were developed for the "Audit of Operational and Physical Suitability at Pedestrian Crossovers in Metropolitan Toronto". The results are as follows:

Standards or Criteria to be met for

Physical Suitability of a PXO

Met/Not Met

Comments

Vehicle operating speed less than 60 km/h

Not Met

85th percentile is above 60 km/h

Not more than four lanes wide

Met

4 lanes

Traffic volume less than 35,000 vehicles per day

Not Met

39,800 per day

No driveways or entrances nearby

Not Met

Several private driveways to detached homes fronting on O'Connor Drive

No significant volume of turning movements which interfere with the PXO

Met

Low volumes from Northridge Avenue

No visibility problems exist for either pedestrians or vehicles

Met

None

No loading zones (including TTC) in the immediate vicinity

Met

None

Not less than 215 metres to another PXO or traffic control device

Met

475 metres to Don Mills Road;

370 metres to Coxwell Avenue

A review of the PXO environmental criteria which were not satisfied revealed that they are either conditions that are presently being addressed or ones that have minimal impact on public safety in this case. For instance, the current speed profile of vehicles on O'Connor Drive is a concern and the Police are conducting speed enforcement. Traffic volume on O'Connor Drive is also a concern and will be monitored for any significant increases. Although there are several private driveways fronting on O'Connor Drive near the PXO, the volume from these driveways has a minimal impact on safety. Based on the low pedestrian volume and a review of the PXO environmental criteria, the location continues to be suitable for a PXO.

In order to address past safety concerns in the area, O'Connor Drive between Woodbine Avenue and Pape Avenue is a test site to determine the effectiveness of Community Safety Zones (CSZs). The basic purpose of CSZs is to provide for double the minimum fines upon conviction of various HTA offences. We will be reporting back on the effectiveness of the CSZs at a future Committee meeting.

Conclusions:

Staff have reviewed the proposed turn restrictions recommended by the East York Community Council and, recognizing the significant impact that they would have on the community, have developed alternative turn restrictions in consultation with the Ward Councillors. The recommended turn restrictions continue to restrict traffic onto Glenwood Crescent, however allow residents from other parts of the neighbourhood to enter their community during the morning peak period. The Ward Councillors have been advised of the alternate turn restrictions proposed by staff and concur that they represent a more appropriate alternative.

The existing pedestrian crossover at O'Connor Drive and Four Oaks Gate continues to be the most appropriate crossing device at this location. Traffic control signals are not warranted at this time.

Contact Name:

Peter Bartos, P. Eng.

Manager, Traffic Operations, District 1 - East

Tel: 397-4486; Fax: 397-4582

Insert Map: O'Connor Drive at Glenwood Crescent

Existing Turn Restrictions

Insert Map: Connor Drive at Glenwood Crescent

Proposed Turn Restrictions - East York Community Council

Insert Map: O'Connor Drive at Glenwood Crescent

Recommended Turn Restrictions

The Works Committee also submits the following communication (May 7, 1999) from the City Clerk:

The East York Community Council on April 29, 1999, recommended to the Urban Environment and Development Committee:

(1) adoption of the report (April 20, 1999) from the Director Transportation Services, District 1, subject to amending Recommendation No. (1) to provide that turn restrictions be instituted at St. Clair Avenue and St. Columba Place, and St. Clair Avenue and Rexleigh Drive, at the same time as the installation of traffic control signals at the O'Connor Drive/Glenwood Crescent intersection, to ensure that there is no infill of traffic in the morning;

(2) for the 90 days following the installation of the traffic control signals at the O'Connor Drive/Glenwood Crescent intersection, the Toronto Police Service be requested to give top priority to the enforcement of the turn restrictions in both directions in the morning and afternoon;

(3) that the Commissioner of Works and Emergency Services be requested to conduct further studies on additional means of improving Glenwood Crescent, in particular, the feasibility of turning Glenwood Crescent south of O'Connor Drive into a one-way street;

(4) that north bound left-turn restrictions be implemented at Rexleigh Drive and Glenwood Crescent during the morning peak period;

(5) that, should City Council not implement a left turn restriction on St. Clair Avenue at St. Columba Place, there be a right-hand turn restriction implemented on St. Columba Place and Glenwood Crescent;

(6) that right hand turns on a red light be prohibited at Glenwood Crescent and O'Connor Drive;

(7) that consideration be given to implementing one-way east bound operation on Glenwood Crescent, east of St. Columba Place;

(8) that the Community Safety Zone currently in effect on O'Connor Drive between Pape Avenue and Woodbine Avenue be extended to St. Clair Avenue.

The East York Community Council reaffirmed its previous recommendation with respect to the intersection of O'Connor Drive and Four Oaks Gate; viz:

"That traffic control signals be installed at the intersection of O'Connor Drive and Four Oaks Gate."

The East York Community Council reports having requested the Commissioner of Works and Emergency Services to submit a report to the Urban Environment and Development Committee when this matter is being considered with respect to:

(i) the feasibility of introducing an extended cycle length at the proposed traffic control signal at O'Connor Drive and Glenwood Crescent to discourage people from using that intersection;

(ii) the feasibility of installing speed bumps on Glenwood Crescent;

(iii) further comment on "squaring-off" the corner of Glenwood Crescent;

(iv) the possibility of moving the location of the cross-walk at Glenwood Crescent and O'Connor Drive; and

(v) adjusting the prohibition times of left hand turns to 6:30 a.m. to 9:30 a.m.

Background:

The East York Community Council had before it a report (April 20, 1999) from the Director, Transportation Services, District 1, recommending adoption of the report (February 5, 1999) from the General Manager Transportation Services, subject to traffic conditions in the Glenwood Crescent environs being assessed three months after the installation of traffic control signals at the O'Connor Drive/Glenwood Crescent intersection, as follows:

(1) that the Urban Environment and Development Committee be advised that based on a technical assessment, staff concur with the recommendations of the East York Community Council with respect to the installation of traffic control signals at the O'Connor Drive/Glenwood Crescent intersection, coincident with the removal of the existing pedestrian crossover, and that traffic conditions on Glenwood Crescent be investigated six months after installation of the traffic control signals to determine the degree of traffic infiltration during the morning and afternoon peak periods, with the findings reported to the East York Community Council;

(2) that in order to implement the East York Community Council recommendation to "square-off" the corner of O'Connor Drive and Glenwood Crescent, approval be given to realign the existing curbs at the northeast and southwest corners of O'Connor Drive/Glenwood Crescent intersection; and

(3) that the appropriate City officials be authorized and directed to take the necessary action to give effect thereto, including the introduction of the necessary Bill in Council.

The East York Community Council also had before it the following communications:

(i) (April 16, 1999) from the City Clerk forwarding Clause No. 2 of Report No. 4 of The Urban Environment and Development Committee headed "Installation of Traffic Control Signs at O'Connor Drive at Northridge Avenue; O'Connor Drive at Glenwood Crescent; and O'Connor Drive at Four Oaks Gate - (Ward 1 - East York)", which was adopted, as amended, by City Council at its meeting on April 13, 14 and 15, 1999;

(ii) (April 20, 1999) from Mr. Derek Gomes, East York, opposing the proposed installation of traffic control signals;

(iii) (April 22, 1999) from Mr. and Mrs. J. Cribben, East York, opposing the proposed installation of traffic control signals;

(iv) (April 22, 1999) from Mr. C. Kyroglou, East York, in support of the proposed installation of traffic control signals;

(v) (undated) from Mr. and Mrs. J. Bintas, East York, opposing the proposed installation of traffic control signals; and

(vi) (April 29, 1999) from Mr. Anthony D'Attolico, East York, in support of the proposed installation of traffic control signals.

Mr. Brian Barron, Ward 2 Property Owner's, East York, appeared before the East York Community Council with respect to the proposed installation of traffic control signals at O'Connor Drive and Four Oaks Gate.

The Manager, Traffic Operations, District 1 - East, gave an overhead slide presentation with respect to the proposed replacement of the existing pedestrian crossover at the intersection of O'Connor Drive and Glenwood Crescent with traffic control signals.

The following persons appeared before the East York Community Council in connection with the proposed replacement of the existing pedestrian crossover at the intersection of O'Connor Drive and Glenwood Crescent with traffic control signals:

- Ms. Pam Holliday, East York;

- Mr. Ken Bott, East York;

- Mr. Mike Perovic, East York;

- Mr. Rodney Andress, East York, and gave a slide presentation, copy of which is on file in the office of the City Clerk;

- Ms. Joyce Nilsson, East York;

- Ms. Cheri Aitken, East York;

- Mr. Peter Fraser, East York;

- Mr. Brian Bates, East York,

- Mr. Kevin Smart, East York;

- Mr. Peter Krakus, East York;

- Mr. Brian Barron, East York;

- Mr. Garry Prentice, East York;

- Mrs. Grace Smith, East York;

- Mrs. Catherine MacDonald, East York;

- Ms. Rima Sterrett, East York;

- Mr. Dino Giardetto, East York; and

- Ms. Josee Konstantinou, East York.

(Report dated April 20, 1999, addressed to the

East York Community Council from the

Director, Transportation Services, District 1)

Purpose:

To report as requested by City Council to the April 29, 1999 East York Community Council on the proposed replacement of the existing pedestrian crossover at the intersection of O'Connor Drive and Glenwood Crescent with traffic control signals and on the recommendations made by East York Community Council to replace the pedestrian crossover at O'Connor Drive and Four Oaks Gate with traffic control signals.

Financial Implications:

The funds associated with new traffic control signals are contained in the Works and Emergency Services Capital Program under Project No. C-TR031. In 1999, $1.6 million has been allocated for new traffic control signal installations. The estimated cost to install traffic control signals at the intersection of O'Connor Drive and Glenwood Crescent is $53,000.00. The estimated cost to undertake the proposed curb realignment at this intersection is $40,000.00. This installation is subject to competing priorities.

Recommendations:

It is recommended that the recommendations contained in the report (February 5, 1999) of the General Manager, Transportation Services (restated below) be adopted, subject to traffic conditions in the Glenwood Crescent environs being assessed three months after the installation of traffic control signals at the O'Connor Drive/Glenwood Crescent intersection, as follows:

(1) that the Urban Environment and Development Committee be advised that based on a technical assessment, staff concur with the recommendations of the East York Community Council with respect to the installation of traffic control signals at the O'Connor Drive/ Glenwood Crescent intersection, coincident with the removal of the existing pedestrian crossover, and that traffic conditions on Glenwood Crescent be investigated six months after installation of the traffic control signals to determine the degree of traffic infiltration during the morning and afternoon peak periods, with the findings reported to the East York Community Council;

(2) that in order to implement the East York Community Council recommendation to "square-off" the corner of O'Connor Drive and Glenwood Crescent, approval be given to realign the existing curbs at the northeast and southwest corners of O'Connor Drive/Glenwood Crescent intersection; and

(3) that the appropriate City officials be authorized to take whatever action is necessary to implement the foregoing, including the introduction in Council of any Bills that may be required.

Background:

East York Community Council, at its December 9, 1998 meeting, forwarded the following recommendations to the Urban Environment and Development Committee with respect to various traffic operations issues on O'Connor Drive (Clause No. 11 of Report No. 19 of East York Community Council):

(1) the installation of traffic signals at the intersection of O'Connor Drive and Glenwood Crescent in the year 1999;

(2) that the Commissioner of Works and Emergency Services be requested to conduct a review of traffic along Glenwood Crescent six months after the installation of the traffic lights to determine the degree of traffic infiltration during a.m. and p.m. rush hours and report such findings to the Community Council;

(3) that the Commissioner of Works and Emergency Services be requested to submit a report to the East York Community Council on the following:

(a) the feasibility of using red lights in place of amber lights at crosswalks; and

(b) the system that is currently used in the City of Vancouver;

(4) that the Toronto Police Service be requested to increase radar enforcement along O'Connor Drive;

(5) that the Commissioner of Works and Emergency Services be requested to "square-off" the corner of O'Connor Drive and Glenwood Crescent;

(6) that traffic control signals be installed at the intersection of O'Connor Drive and Four Oaks Gate; and

(7) that the Boards of Education be requested to increase education with respect to pedestrian crossovers and community safety zones.

The Urban Environment and Development Committee at its meeting of February 8, 1999, in considering the above-noted recommendations of East York Community Council and a further report (February 5, 1999) from the General Manager, Transportation Services, among other things, referred the report and Recommendations Nos. (1), (2), (4), (5) and (6) listed above back to the East York Community Council to enable further community consultation to take place, and requested that the Commissioner of Works and Emergency Services report to the East York Community Council on the following additional recommendations:

(1) the feasibility of using red lights in place of amber lights at crosswalks;

(2) the system that is currently used in the City of Vancouver;

(3) the possibility of creating a centre lane at the intersection of O'Connor Drive and Glenwood Crescent to act as a holding lane; and

(4) if lights are to be installed, that studies be conducted three months before and three months after the installation, on westbound Glenwood Crescent from Rexleigh to Glen Gannon, and southbound on St. Columba, from 7:00 a.m. to 9:00 a.m.

City Council, at its meeting on April 13, 14 and 15, 1999, amended the Clause by further recommending that the General Manager, Transportation Services, be requested to submit a further report to the East York Community Council for its meeting to be held in April 1999 outlining any additional information that may be available in this regard, and the appropriate Transportation Staff be requested to be in attendance at such meeting in order to respond to questions from the community. (Clause No. 2 of Report No. 4 of The Urban Environment and Development Committee)

Comments:

This report responds to the recommendations noted above and reiterates the rationale for replacing the existing pedestrian crossover at the intersection of O'Connor Drive and Glenwood Crescent with traffic control signals. It also outlines why staff do not recommend the replacement of the pedestrian crossover at O'Connor Drive and Four Oaks Gate with traffic control signals.

O'Connor Drive and Glenwood Crescent:

A pedestrian crossover currently exists at the intersection of O'Connor Drive and Glenwood Crescent. This intersection was the subject of a number of investigations over the past few years in response to repeated requests to replace the pedestrian crossover with traffic control signals. In 1997, our Department concluded that the pedestrian volume justified the need for some type of pedestrian crossing facility. However, the operating speed (85th percentile) is 66 km/hr on this section of O'Connor Drive and O'Connor Drive in this area carries approximately 46,600 vehicles per day. Furthermore, there are Toronto Transit Commission bus stops on either side of O'Connor Drive and driveways in the vicinity of the pedestrian crossover. The speed and volume led to the conclusion that the existing pedestrian crossover should be replaced with traffic control signals. In light of the historical concerns with neighbourhood infiltration in this area, it was suggested that community consultation take place prior to proceeding with the installation of traffic control signals. A public meeting was held by the East York Community Council on December 9, 1998 which resulted in the recommendation to proceed with the installation of the traffic control signals.

Staff recognize that the installation of traffic control signals, even for safety reasons, can be controversial where they are planned to be installed in established neighbourhoods. Many residents of the neighbourhood, particularly those that live on Glenwood Crescent, have expressed concern that the installation of traffic control signals will increase the volume of traffic on Glenwood Crescent. They feel that additional traffic on Glenwood Crescent could arise due to motorists on St. Clair Avenue using Glenwood Crescent to bypass the traffic control signals at the intersection of O'Connor Drive and St. Clair Avenue and internal neighbourhood residents diverting to Glenwood Crescent to take advantage of the improved access to O'Connor Drive.

Recognizing these concerns, staff are proposing the following additional measures to reduce the potential impact of the traffic control signals at this intersection.

(1) The curb radius of the northeast and southwest corners of the intersection of O'Connor Drive and Glenwood Crescent will be reduced. This will reduce the speed at which motorists will be able to turn the corner. It will also eliminate the opportunity for motorists, stopped behind eastbound through motorists at a red light, to pass on the right and access Glenwood Crescent.

(2) A before and after study will be conducted by staff to determine the effect that the traffic control signals have had on traffic volumes in the neighbourhood. The results of this study will be reported to the East York Community Council.

(3) The traffic control signals will only cycle to the side street (Glenwood Crescent) when it detects a vehicle or when a pedestrian pushes the push-button. This will minimize delays to O'Connor Drive motorists and therefore reduce the attractiveness of alternate routes through the neighbourhood.

(4) The existing turn prohibitions on O'Connor Drive and in the neighbourhood will remain and could be supplemented with additional turn restrictions or other traffic management measures in the future depending on the outcome of the before and after study.

Some residents have suggested that additional turn prohibitions should be implemented in the area to minimize the impact of the traffic control signals and that these turn prohibitions should be installed at the same time as the traffic control signal. Suggested turn prohibitions include:

- westbound left-turn prohibition at St. Clair Avenue and St. Columba Place;

- northbound left-turn prohibition at O'Connor Drive and Glenwood Crescent; and

- "No Right on Red" for eastbound motorists on O'Connor Drive at Glenwood Crescent.

Although staff have recommended that a study be conducted before introducing additional turn restrictions, we would not object to implementing selected turn restrictions at the time of the installation of the traffic control signals if adequate community support was obtained.

The Feasibility of Using Red Lights in Place of Amber Lights at Pedestrian Crossovers:

Some residents have suggested that the amber flashing beacons at the pedestrian crossover be replaced with flashing red beacons, thus requiring the motorist to stop. All pedestrian crossovers in Ontario must be installed in accordance with the provisions of the Highway Traffic Act (Section 140) and Section 20 of Regulation No. 615. These regulations specify the types of signs and pavement markings that must be installed including the requirement that four amber flashing beacons be installed.

A pedestrian crossover is a crossing device intended to provide pedestrians with more protection than an unsigned crossing at less cost and impact on vehicular movements than traffic control signals. To limit vehicular stops, the Highway Traffic Act requires that motorists must yield the right-of-way to pedestrians. The flashing amber beacon supplements this requirement. Red flashing beacons would indicate to motorists that they must stop. Motorists would only be allowed to continue after the flashing red beacon was turned off. The beacons flash for a period of time which allows an "average" pedestrian to cross the road. Requiring all motorists to stop for the red flashing beacons would increase levels of traffic congestion and increase the frustration of motorists especially when no one is using the crossover.

Pedestrian Crossing Devices Currently in Use in the City of Vancouver:

We have contacted staff of the City of Vancouver Transportation Department to determine the devices currently used to facilitate pedestrian crossings in their City. Other than the typical traffic control signals installed to control vehicular and pedestrian movements at intersections, Vancouver installs intersection pedestrian signals and marked and signed pedestrian crosswalks. The following paragraphs highlight the operation of these two traffic control devices.

Intersection Pedestrian Signals:

Intersection pedestrian signals (IPS) are also known as "Half Signals" because they do not directly control vehicular traffic of the minor street. The physical layout of an IPS is similar to that of a fully signalised intersection except for the absence of signal heads for traffic exiting the side street and pedestrians heads for pedestrian crossings the side street. Essentially, they are mid-block pedestrian signals installed adjacent to unsignalized intersections. They are intended to provide pedestrian crossings at a lower cost than fully signalizing the intersection. The signal is only activated when a pedestrian pushes the push-button. The side street is stop controlled.

Although the use of IPS's is allowed in Ontario, the following safety concerns preclude the installation of these types of devices in Toronto at this time:

- Main street driver confusion;

Vehicles can enter the intersection from the side street during the main street green, presumably when the sidestreet motorists judge there to be a sufficient "gap" in main street traffic. However, given that the main street motorists face a green traffic signal, main street motorists may be confused and, therefore, unprepared to react to the observed conflict with the appropriate level of caution. Our concern in this regard is heightened when put in the context on Toronto's high volume roads, especially roads like O'Connor Drive.

- No sidestreet vehicle clearance interval:

There is no warning displayed to the side street motorist that the main street signal is about to conflict with vehicles approaching on the main street before the side street vehicles are able to clear the intersection.

- Pedestrian conflicts with sidestreet traffic:

The presence of a main street green indication has preconditioned pedestrians to assume full right-of-way. Experience has demonstrated that under full signal operations there would be no expectation of a side street vehicle moving through the intersection or turning left during this main street indication. In the case of IPS', however, this is not true, and the less cautious pedestrian risks walking into the path of a vehicle.

Given these concerns, the installation of IPS in the City of Toronto would be problematic. Mid-block pedestrian activated traffic control signals or fully signalized intersections are more appropriate safe crossing devices for pedestrians.

Marked and Signed Pedestrian Crosswalk:

This crossing device is similar to pedestrian crossovers installed in the City of Toronto. The crossing consists of appropriate signs and pavement marking as well as an overhead illuminated pedestrian crossing sign and a flashing amber beacon. The flashing amber beacon is in effect throughout the day and is not actuated by a pedestrian. The flashing amber beacon in the City of Toronto, on the other hand, is only activated when the pedestrian pushes the push-button. According to staff of the City of Vancouver, this type of crossing is being replaced with intersection pedestrian signals, described above, or high intensity oversized signs.

The City of Vancouver does not use flashing red beacons in any pedestrian crossing device. Flashing red beacons are used in Vancouver as they are in Toronto, to supplement stop signs at select locations.

Feasibility of Introducing a Centre Lane:

Residents have suggested that a centre median be introduced on O'Connor Drive at Glenwood Crescent to facilitate left turns from Glenwood Crescent.

O'Connor Drive at this intersection is approximately 15 metres wide which provides for four traffic lanes. A centre lane could not be introduced by merely re-striping the road, therefore a widening of O'Connor Drive would be required. Widening O'Connor Drive to essentially a five-lane cross section would increase the crossing distance for pedestrians at the pedestrian crossover and exacerbate the operational deficiencies of the crossover. Crossing distances greater than four lanes are not suitable for pedestrian crossovers. Our experience indicates that motorists become frustrated with the length of time it takes for a pedestrian to cross five or more lanes of traffic. This frustration increases the potential for conflicts between pedestrians and motorists and decreases the safety of the pedestrian at the crossover. For this reason, we do not recommend that O'Connor Drive be widened to five lanes.

O'Connor Drive and Northridge Avenue:

O'Connor Drive and Four Oaks Gate:

A pedestrian crossover is located between Northridge Avenue and Four Oaks Gate on O'Connor Drive. The East York Community Council has recommended that the pedestrian crossover be replaced with traffic control signals at Four Oaks Gate. The Transportation Division does not recommend the replacement of the pedestrian crossover with traffic control signals at Four Oaks Gate.

O'Connor Drive in this vicinity is a four-lane arterial roadway with a posted speed limit of 50 km/h and a two-way 24-hour volume of approximately 39,800 vehicles. Northridge Avenue is a local road and forms a "T" intersection on the south side of O'Connor Drive. A northbound stop sign on Northridge Avenue controls traffic at this intersection. Four Oaks Gate is also a local road and forms another "T" intersection on the north side of O'Connor Drive west of Northridge Avenue. Similarly, a southbound stop sign on Four Oaks Gate controls traffic at this intersection. The distance between Northridge Avenue and Four Oaks Gate on O'Connor Drive is approximately 35 metres. A pedestrian crossover (PXO) is located on the west leg of the O'Connor Drive/Northridge Avenue intersection. Adjacent traffic control signals are located approximately 450 metres to the west of Four Oaks Gate at Don Mills Road and 360 metres to the east of Northridge Avenue at Coxwell Avenue.

An eight-hour traffic control signal warrant study was conducted at both intersections and revealed that traffic control signals are not warranted at either location. The warrant study results are detailed below:

Warrant

Compliance

O'Connor Drive and Northridge Avenue

O'Connor Drive and

Four Oaks Gate

Minimum Vehicular Volume

4 percent

7 percent

Delay to Cross Traffic

8 percent

4 percent

Collision Hazard

20 percent

7 percent

For the traffic control signal warrants to be satisfied, one of the "Minimum Vehicular Volume" or "Delay to Cross Traffic" warrants must be 100 percent satisfied or any two of the three warrants must be at least 80 percent satisfied. The "Collision Hazard" warrant is based on the number of collisions that occurred at the intersection in a three-year period which were potentially preventable by the installation of traffic control signals. At Northridge Avenue, collision statistics provided by the Toronto Police Service indicate three collisions occurred over a three-year period from January 1, 1994 to December 31, 1996, which were potentially preventable by the installation of traffic control signals. All three of these collisions involved pedestrians who were hit by vehicles while crossing at the PXO. In all three cases, the pedestrians sustained minor injuries. Similarly, at Four Oaks Gate, one collision occurred over the same three-year period which was potentially preventable by the installation of traffic control signals. The collision involved two vehicles: one was proceeding westbound and the other was making a southbound left turn. Based on the above information, the technical warrants for the installation of traffic control signals are not met.

During the most recent study, only 39 pedestrians were observed crossing O'Connor Drive at the PXO over an eight-hour period. Of the 39 pedestrians, there were 27 adults, six assisted children, three unassisted children and three senior citizens. In addition, the operational characteristics of the existing PXO were evaluated according to the guidelines that were developed for the Audit of Operational and Physical Suitability at Pedestrian Crossovers in Metropolitan Toronto". The results are as follows:

Standards or Criteria to be met for Physical Suitability of a PXO

Met/Not Met

Comments

Vehicle operating speed less than 60 km/h

Not met

85th percentile is above 60 km/h

Not more than four lanes wide

Met

4 lanes

Traffic volume less than 35,000 vehicles per day

Not met

39,800 per day

No driveways or entrances nearby

Not met

Several private driveways to detached homes fronting on O'Connor Drive.

No significant volume of turning movements which interfere with the PXO

Met

Low volumes from Northridge Avenue

No visibility problems exist for either pedestrians or vehicles

Met

None

No loading zones (including TTC) in the immediate vicinity

Met

None

Not less than 215 metres to another PXO or traffic control device

Met

475 metres to Don Mills Road;

370 metres to Coxwell Avenue.

A review of the PXO environmental criteria which were not satisfied revealed that they are either conditions that are presently being addressed or ones that have minimal impact on public safety in this case. For instance, the current speed profile of vehicles on O'Connor Drive is a concern and the Police are conducting speed enforcement. Traffic volume on O'Connor Drive is also a concern and will be monitored for any significant increases. Although there are several private driveways fronting on O'Connor Drive near the PXO, the volume from these driveways has a minimal impact on safety. Based on the low pedestrian volume and a review of the PXO environmental criteria, the location continues to be suitable for a PXO.

In order to address past safety concerns in the area, O'Connor Drive between Woodbine Avenue and Pape Avenue is a test site to determine the effectiveness of Community Safety Zones (CSZs). The basic purpose of CSZs is to provide for double the minimum fines upon conviction of various HTA offences. We will be reporting back on the effectiveness of the CSZs at a future Committee meeting.

Contact Name and Telephone Number:

Peter Bartos

Manager, Traffic Operations

District 1 East

397-4486

Insert Map 1

Existing Turn Restrictions

O'Connor Drive and Glenwood Crescent

Insert Map 2

Location Plan

O'Connor Drive and Glenwood Crescent

Insert Map 3

Location Plan

O'Connor Drive and Four Oaks Gate

The Works Committee reports, for the information of Council, having also had before it during consideration of the foregoing matter the following communications:

(i) (September 7, 1999) from Peter and Jaclyn Krakus, residents, urging the installation of traffic lights at the intersection of Glenwood Crescent and O'Connor Drive;

(ii) (September 21, 1999) from Ms. Joyce Nilsson, resident, advising of her support for the installation of traffic lights at the intersection of Glenwood Crescent and O'Connor Drive;

(iii) (September 29, 1999) from Mrs. Grace Smith, resident, in support of the installation of traffic control signals at O'Connor Drive at Glenwood Crescent, and commenting on the number of accidents in the vicinity of the intersection; and

(iv) (October 5, 1999) from Mr. Brian P. Bates, resident, in opposition to the installation of traffic lights at Glenwood Crescent and O'Connor Drive, and requesting the Committee to force the East York Community Council to look at viable alternatives.

The following persons appeared before the Works Committee in connection with the foregoing matter:

- Ms. Cheri Aitken, resident;

- Mr. Paul Newton, resident;

- Mr. Brian P. Bates, resident, and submitted a communication with respect thereto;

- Mr. Jack Cribben, resident;

- Mr. Ken Bott, resident; and

- Councillor Michael Prue, East York.

(City Council on October 26 and 27, 1999, had before it, during consideration of the foregoing Clause, the following communications:

(i) (September 30, 1999) from John and Linda Blakey forwarding comments respecting the installation of traffic control signals at the O'Connor Drive and Glenwood Crescent;

(ii) (September 25, 1999) from Mr. Bill Gerrie and Ms. Karen Gerrie, in opposition to the installation of traffic signals at the intersection of Glenwood Crescent and O'Connor Drive;

(iii) (undated) from Mr. and Mrs. Ian Macdonald, in support of the installation of traffic signals at the intersection of Glenwood Crescent and O'Connor Drive;

(iv) (October 21, 1999) from Ms. Valerie Cribben and Mr. Jack Cribben, requesting that Council defer consideration of the installation of traffic signals at the intersection of Glenwood Crescent and O'Connor Drive; and

(v) (October 25, 1999) from Ms. Cheri Aitken, in opposition to the installation of traffic signals at the intersection of Glenwood Crescent and O'Connor Drive.)

9

Prince Edward Viaduct -

Measures to Deter Suicide Attempts

(City Council on October 26 and 27, 1999, struck out and referred this Clause back to the Works Committee for further consideration at its next meeting to be held on November 3, 1999.)

The Works Committee reports having:

(1) received the following report (August 6, 1999) from the Commissioner of Works and Emergency Services; and

(2) directed that such report be submitted to Council, with a request that the Commissioner of Works and Emergency Services report directly to Council for its meeting on October 26, 27 and 28, 1999, on the results of the tender for the installation of safety barriers on the Prince Edward Viaduct, if possible:

Purpose:

To provide further information concerning this project as requested by the Budget Committee at its meeting held on April 30, 1999.

Funding Sources, Financial Implications and Impact Statement:

There are no financial recommendations directly associated with this report. However, Council has decided to go ahead with the current design as recommended by the Urban Environment and Development Committee and the Budget Committee. An additional $1,000,000.00 has been allocated to this project in addition to the $1,500,000.00 included in the approved 1999 Capital Works Program of Works and Emergency Services Department. The source of the additional funding is yet to be identified.

Recommendation:

It is recommended that this report be received for information.

Council Reference/Background:

On April 19, 1999, the Urban Environment and Development Committee considered our report dated April 14, 1999 and recommended to Council that:

(1) the Commissioner of Works and Emergency Services be instructed to proceed to finalize the agreement with Dereck Revington Studios/Yolles Partnership Inc. to prepare the detailed design and tender documents for the construction of the Prince Edward Viaduct Suicide Deterrent Measures;

(2) the overrun in costs for proceeding with this design be allocated from contingency account;

(3) an amount of $800,000.00 for the purchase of a modified Bridgemaster vehicle be included in the Toronto Transit Commission (TTC) 2000 Capital Budget estimates as a special item over and above the TTC's capital funding needs; and

(4) the Project Steering Committee be revived and consulted on an ongoing basis;

and also requested the Budget Committee to report directly to Council at its meeting on May 11, 1999, on this matter.

On April 30, 1999, the Budget Committee, in its consideration of the recommendations of the Urban Environment and Development Committee, requested:

(1) the Chief Financial Officer and Treasurer to report directly to City Council, at its meeting of May 11, 12 and 13, 1999, on a source of funding for the aforementioned project; and

(2) provisions being made for Mr. Dereck Revington, Dereck Revington Studios, Mr. J.A. (Al) Birney, Past President of the East York Chapter, and Bridge Committee Chairman, Schizophrenia Society of Ontario, and Mr. Michael McCamus, Bridge Committee Spokesperson, Schizophrenia Society of Ontario and Member of the Bloor Viaduct Project Steering Committee, to attend the City Council meeting of May 11, 12 and 13, 1999, as a resource to staff to answer questions respecting the subject project.

History, Comments and/or Discussion:

On January 26, 1998, the Works and Emergency Services Department received a written request from Councillor Case Ootes for information about the feasibility and cost of installing a safety barrier and telephones on the Prince Edward Viaduct that would assist in deterring suicides at the bridge. The Department responded to Councilor Ootes on February 17, 1998, with preliminary cost estimates for the installation of a safety barrier and telephones.

On February 26, 1998, the Works and Emergency Services Department retained Morrison Hershfield Consulting Engineers to carry out a preliminary design and to provide a comprehensive cost estimate for different types of safety barrier designs. The results of the study were as follows:

(i) installation of safety fencing ($400,000.00 - $520,000.00);

(ii) installation of covered walkways ($700,000.00); and

(iii) installation of safety nets below the structure ($530,000.00).

A Project Steering Committee consisting of representatives from the Schizophrenia Society of Ontario, Council of Suicide Prevention, the Toronto Historical Board/Heritage Toronto, Architecture and Civic Improvements of City Planning and the Transportation Division of the Works and Emergency Services Department was established to develop a work program which would enable staff to submit a report with recommendations to the Urban Environment and Development Committee for consideration at its meeting of June 15, 1998.

In subsequent meetings, the Project Steering Committee decided to only proceed with the safety fence option. Based on the estimated cost provided by the consultant, staff established a budget of $1.5 million, approximately three times of the safety fence estimate or double the covered walkway estimate to allow for the unknown aesthetic design component of the project.

This $1.5 million budget would set a cost envelope for the architects/engineers in submitting proposals.

Following the Council meeting on July 8, 9 and 10, 1998, which adopted Clause No. 2 of Report No. 8 of The Urban Environment and Development Committee, the Works and Emergency Services Department was authorized to solicit proposals for design concepts and full architectural services for the installation of safety barriers on the Viaduct.

On July 8, 1998, the Works and Emergency Services Department notified the TTC in writing of the project, outlining the project schedule and identifying the potential implication on the TTC's inspection methodology. The letter also requested the TTC to consider reverting back to its previous inspection method prior to adopting use of the Bridgemaster.

On July 22, 1998, the TTC responded and requested an opportunity to have input into the design and further requested that, if possible, the barriers be able to be temporarily removed and replaced or have the design accommodate the use of the current Bridgemaster.

At that time, a Consultant Selection Committee for the project consisting of representatives from the Schizophrenia Society of Ontario, the Council on Suicide Preventions, the Toronto Historical Board/Heritage Toronto, Architecture and Civic Improvements of City Planning, the Public Art Policy Advisory Committee and the Works and Emergency Services Department were evaluating the Expressions of Interest submitted by the 16 respondents and short-listed four companies for the stage II submission.

On August 13, 1998, an addendum was issued to the four short-listed design respondents advising them of the TTC's concerns and encouraged to put forward their ideas to address these concerns as part of their design submission. The TTC's request, however, was not included as a mandatory design requirement.

On October 1 and 2, 1998, Council adopted the report recommending the preferred design by Dereck Revington Studios/Yolles Partnership, and that they be retained to prepare the detailed design and tender documents and to provide project management and site supervision services.

Subsequent to Council's endorsement of the design, discussions were undertaken with the Project Steering Committee, the TTC and Dereck Revington Studios/Yolles Partnership with a view to resolving any design concerns prior to authorizing work on the detailed design. However, early into this process it was apparent that the design, as selected, could not be constructed within the originally budgeted amount of $1.5 million, and that the selected design did not easily lend itself to dismantling in order to facilitate the TTC's inspection of the subway support substructure.

The Terms of Reference for submission required the respondents to submit designs which could be constructed within the $1.5 million budget, including all costs of construction, design, tender and contract documents, site supervision and all applicable taxes. At the time of the competition, Dereck Revington Studios/Yolles Partnership, based on the work done through the competition and on the information available to them at that time, indicated that in their professional opinion, the work could be completed within the budget allowance.

The selected proposal from Dereck Revington Studios/Yolles Partnership was not designed to be readily removable. However, the barrier could be partially disassembled to allow for the continued use of TTC's bridge inspection equipment. After a detailed assessment, this option was discarded due to wear and tear on the prestressed cables and the annual costs associated with removal and replacement of the barrier. Accordingly, it became apparent that continued endorsement of the selected design would require a change in the TTC's inspection methodology. The TTC has estimated the cost of purchasing new bridge inspection equipment to be $800,000.00.

Three options were presented to Council:

(i) proceed with the design by Dereck Revington Studios/Yolles Partnership for construction of the suicide barrier in the amount of $2,482,00.00 plus $800,000.00 for purchase of new bridge inspection equipment by the TTC;

(ii) terminate work on the design by Dereck Revington Studios/Yolles Partnership and initiate a new design competition; and

(iii) terminate work on the design by Dereck Revington Studios/Yolles Partnership and construct a basic removable barrier (obviating the need for the purchase of new bridge inspection equipment) at a cost of $1,384,600.00.

On May 11, 12 and 13, 1999, Council adopted the recommendation of the Urban Environment and Development Committee (Report No. 7, Clause No. 2), which directed the Works and Emergency Services Department to proceed with the current design by Dereck Revington Studios/Yolles Partnership, to prepare the detailed design and tender documents for the construction and to increase the funding for the project by approximately $1,000,000.00.

In considering this matter, the Budget Committee posed the following questions:

(1) Why this project ended up the way it did?

(2) Why was the estimate based on a double chainlink fence?

(3) Why this project did not go out to full tender? and

(4) Why the TTC was not involved in this project from the very beginning?

Question (1), Why this project ended up the way it did?

This project is unique, as this type of safety barrier had not previously been designed or constructed. In addition, the barrier had to be functional in deterring suicide attempts as well as be sensitive to the historical context of a landmark structure. Due to the unique design and the purpose of the barrier, there were very few examples of similar types of structures and the associated cost data was not available.

Also complicating this process is the presence of the TTC subway right-of-way located under the road surface. The TTC's current method of inspecting these beams using the MTO Bridgemaster would not be possible after the barrier was constructed. During the competition stage, it was assumed that the TTC would utilize their previous method or a new method of inspection, but none were suitable without an investment in new equipment.

During discussions with the TTC and the designer, Dereck Revington Studios/Yolles Partnership, it became evident that the project could not accommodate TTC's request for a removable barrier and that additional funding would be required to purchase a new inspection vehicle for the TTC.

In the mean time, prior to initiating the final design of the barrier, staff conducted a more detailed review of the cost and material estimate provided by Dereck Revington Studios/Yolles Partnership. It was found that the structure could likely not be built within the $1.5 million budget allowance. The original estimated cost submitted by Dereck Revington Studios/Yolles Partnership reflected their professional opinion and informed assumption about the construction cost, based on their schematic design drawings prepared in the framework of a three-week design competition. At the time of the competition, full information about the actual conditions, points of structural attachment and details of the concrete handrails were not available. Since then, a considerable amount of new site information has been compiled and additional design work carried out which resulted in revision by Dereck Revington Studios/Yolles Partnership to the original cost estimate. The revised estimate reflects an escalation of $106,000.00, which includes the increased costs associated with connections to the existing structure in the amount of approximately $450,000.00, as well as design and construction contingencies in the amount of $316,000.00.

Question (2), Why was the estimate based on a double chainlink fence?

The Works and Emergency Services Department estimated the cost of three types of preventative barriers, as discussed above. Based on the cost estimates of the basic barrier designs, staff increased the budget to $1.5 million to allow for the unknown artistic/architectural treatment for the design. Budget estimates must be based on some form of design, conceptual or preliminary. When the budget was set, there was no design. As a result, a budget of three times the cost of a regular chain link safety fence was deemed appropriate.

Question (3), Why this project did not go out to full tender?

The project could not go to full tender during the competition stage as explained earlier, there was no design at that time. The current design was selected from a two-stage design competition. In the second stage, four qualified respondents submitted design solutions and cost estimates. The design proposals submitted at the competition stage were conceptual in nature and lacked the sufficient detail to enable contractors to tender the work. Once the winning scheme was selected, the designer could then proceed to complete the detailed design of the barrier and prepare tender documents for tendering. Only after the design had been completed, could the work be tendered.

Question (4), Why the TTC was not involved in this project from the very beginning?

The TTC was involved in this project very early in the design process, as stated previously in this report. Based on the TTC's letter of July 22, 1998, the four short-listed design respondents were advised of the TTC'S concerns and encouraged to put forward their ideas to address these concerns as part of their design submission. The TTC'S request, however, was not included as a mandatory design requirement as, at the time of the receipt of the TTC's letter, the competition had been well underway. In so doing, the Works and Emergency Services Department was aware that the TTC had only been using the current inspection equipment for a period of two years and believed that the TTC had other inspection methods which could be utilized in the event that the barrier design precluded the current methodology. It was not apparent until late October 1998 that the TTC did not have other inspection options and at which time efforts were initiated by the TTC to identify alternatives meeting their technical and safety requirements. This work was not concluded until March 1999.

Contact Name and Telephone Number:

W.G. Crowther, Director, P. Eng.,

Works Facilities and Structures (416) 392-8256.

--------

The Works Committee reports, for the information of Council, having also had before it during consideration of the foregoing matter the following:

(i) confidential report (July 30, 1999) from the Commissioner of Works and Emergency Services respecting the measures to deter suicide attempts on the Prince Edward Viaduct;

(ii) communication (July 8, 1999) from Dr. T.S. Turner, Chief of Psychiatry, and Medical Program Director, Mental Health, St. Joseph's Health Centre, recommending that the City carry out the plan to install suicide hotline phone across the Prince Edward (Bloor) Viaduct; and responding to objections raised against such phones; and

(iii) communication (July 12, 1999) from Mr. Michael McCamus, Bridge Committee Spokesperson, Schizophrenia Society of Ontario, requesting urgent action from City Councillors with respect to the installation of emergency phones on the Bloor Viaduct; and requesting that the "working team" of Councillors McConnell, Layton, Adams and Bossons be reconvened, and that Works staff provide a status report of the Bloor Viaduct emergency phones to the next meeting of the Committee.

(City Council on October 26 and 27, 1999, had before it, during consideration of the foregoing Clause, the following communications in support of the erection of safety barriers on the Prince Edward (Bloor) Viaduct:

(i) (October 21, 1999) from Robin R. Richards, MD, FRCSC, Head of the Division of Orthopaedics, St. Michael's Hospital;

(ii) (October 21, 1999) from Dr. D.J. Gunnell, Senior Lecturer in Epidemiology and Public Health Medicine, Department of Social Medicine, University of Bristol; and

(iii) (October 6, 1999) from Dr. Richard H. Seiden, Oakland, California.)

10

Review of Sub-Committees,

Special Committees and Task Forces

(City Council on October 26 and 27, 1999, struck out and referred this Clause back to the Works Committee for further consideration, insofar as it pertains to the Storm Water Group, and Council further directed that a meeting of the Storm Water Group be held to determine whether the Group needs to continue or can be disbanded.)

The Works Committee recommends that the Storm Water Group be disbanded, having regard for the mandate of the Wet Weather Flow Management Master Plan Steering Committee.

The Works Committee reports, for the information of Council, having:

(1) requested that members of the Storm Water Group be notified of the Committee's recommendation and the date when this matter will be considered by Council; and

(2) reconstituted the 3Rs Sub-Committee under the Terms of Reference previously adopted by the Works and Utilities Committee, with a request that the Clerk canvass members of the Committee to determine their interest in serving on the sub-committee and report back thereon to the Committee.

The Works Committee submits the following report (June 28, 1999) from the City Clerk:

Purpose:

To provide for the information of the newly-formed Standing Committees a list of the various sub-committees, special committees, advisory committees and task forces, which were formed under the previous Council-Committee structure and are now grouped under each Standing Committee in accordance with the new Committee Structure.

Funding Sources, Financial Implications and Impact Statement:

Not applicable.

Recommendations:

It is recommended that the Standing Committees:

(1) determine whether the mandate and membership of those sub-committees listed under the column "Sub-Committees" in Schedule 1 attached should be continued; and

(2) receive for information the balance of Schedule 1 regarding special committees, advisory committees and task forces established by Council.

Council Reference/Background/History:

On February 2, 3 and 4, 1999, City Council adopted, as amended, Clause No. 1 of Report No. 1 of The Special Committee to Review the Final Report of the Toronto Transition Team, headed "Revisions to the Council-Committee Structure", which established a new Council-Committee structure effective June 14, 1999. As noted in this Clause, the new structure replaces existing Standing Committees and their sub-committees.

The previous interim Council-Committee structure was established by City Council on January 2, 6, 8 and 9, 1998. As part of this previous interim structure, numerous sub-committees, special committees and task forces were subsequently established under the purview of the various Standing Committees of Council.

The rules governing the establishment of special committees, task forces, advisory committees and sub-committees are set out in section 104 of the Council Procedural By-law, viz.:

" 104. (1) A special committee, task force or advisory committee may be established by the Council in accordance with subsection (3).

(2) A sub-committee of a Standing Committee, consisting of members of the Committee only, may also be established by a Standing Committee, in accordance with subsection (3).

(3) Any recommendation to establish a special committee, task force, advisory committee or sub-committee shall include terms of reference outlining:

(a) the matters to be dealt with;

(b) a reporting date and a sunset date, beyond which Council approval is required for its continuation;

(c) the membership;

(d) the Standing Committee to which the special committee, task force, advisory committee or sub-committee shall report to;

(e) the reason why the work cannot be undertaken by an existing Standing Committee; and

(f) identification of the staff and other resources required to support the work of the special committee, advisory committee, task force or sub-committee, and a determination that they are available within existing resources.

(4) No further sub-groups of special committees or sub-committees referred to in subsections (1) and (2) above shall be established without approval by the Council or the Standing Committee, as appropriate."

Comments and/or Discussion and/or Justification:

The attached schedule presents a list of those sub-committees, advisory committees and task forces which have been established under the old governance structure and realigned in accordance with the new committee structure approved by Council. Special committees or task forces that have completed their mandates are also listed in the schedule for the information of each Standing Committee.

It is now necessary to determine whether the sub-committees, indicated under the column "Sub-Committees" in the attached Schedule 1, which were established as part of the interim structure, should be re-established and whether the membership should be revised in light of the membership of the newly-formed Standing Committees.

It should be noted that only those Sub-Committees which are true sub-committees of a Standing Committee (i.e., they are to include members of the Standing Committee only), are listed in the column headed "Sub-Committees" in Schedule 1. Other committees that include the term "Sub-Committee" in their name, but are not true sub-committees in that their membership is broad, are included under the heading "Advisory Committees and Special/Other Committees".

No action is required by the Standing Committees with respect to those advisory committees and task forces listed in the columns "Advisory Committees and Special/Other Committees" and "Task Forces" in Schedule 1 since they were established by Council on a project/issue basis and involve the participation of Members of Council from more than one Standing Committee.

Also attached, for reference purposes, is a copy of each of the following:

(a) Appendix "A" - List of page numbers in Schedule 1 by relevant Standing Committee; and

(b) Appendix "B" - Chart of the key functional areas assigned to the various Standing Committees under the new Council-Committee structure.

Conclusion:

The attached Schedule summarizes of all of the sub-committees, special committees, advisory committees or task forces that have been established under the old governance structure and are grouped under each new Standing Committee in accordance with the new committee structure. It is recommended that the Works Committee receive the attached Schedule listing the aforementioned sub-committees, special committees and task forces.

Contact Name:

Joanne Hamill, Manager of Community Councils and Committees, 392-4339

Extract from

Schedule 1

Storm Water Group:

Councillor Jack Layton, Co-Chair

Councillor Bill Saundercook, Co-Chair

Councillor Ila Bossons

Councillor George Mammoliti

Rob Bartlett

Murray Boyce

Karen Buck

Pat Chessie

Jeff Evenson

Wayne Green

Kristina Guiguet

Peter Hare

Joyce McLean

Sonya Meek

Kevin Mercer

John Sewell

Karey Shinn

Dalton Shipway

John Maletich

Establishment:

(Established by the former City of Toronto and authorized by City Council on June 3, 1998, to continue their work on an interim basis until the review process and rationalization of the existing Environmental Committees and Environmental Task Force have been completed - Clause No. 1, Report No. 5, Works and Utilities Committee. Co-Chairs appointed by City Council July 8, 1999 - Clause No. 1, Report No. 4, Striking Committee.)

Mandate:

To develop new and innovative methods of diverting storm water runoff from the sewer system.

--------

The Works Committee reports, for the information of Council, having also had before it during consideration of the foregoing matter a communication (August 6, 1999) from the City Clerk forwarding for information and any attention deemed necessary, Clause No. 3 of Report No. 3 of The Planning and Transportation Committee, headed "Review of Sub-Committees, Special Committees and Task Forces", which was adopted, as amended, by the Council of the City of Toronto at its meeting held on July 27, 28, 29 and 30, 1999, wherein it is recommended that:

(1) the Road Allowance Sub-Committee be reconstituted as a Task Force consisting of interested members of the Planning and Transportation Committee and the Works Committee, such membership to be advised further; and

(2) Councillors Ila Bossons and Dennis Fotinos be appointed to the Road Allowance Task Force.

(A copy of Schedule 1, Appendix A and Appendix B, referred to in the foregoing report has been forwarded to all Members of Council with the agenda for the Works Committee meeting of October 6, 1999, and a copy thereof is on file in the office of the City Clerk.)

11

Citizen Appointments to

Toronto Pedestrian Committee

(City Council on October 26 and 27, 1999, adopted this Clause, without amendment.)

The Works Committee recommends the adoption of the report dated September 15, 1999, from the Commissioner of Works and Emergency Services.

The Works Committee reports, for the information of Council, having also referred the report to the Toronto Cycling Committee for consideration of a similar process.

The Works Committee submits the following report (September 15, 1999) from the Commissioner of Works and Emergency Services:

Purpose:

The purpose of this report is to establish a policy for recommending citizen appointments to the City of Toronto Pedestrian Committee.

Funding Sources, Financial Implications and Impact Statement:

There are no direct financial implications to the City.

Recommendation:

It is recommended that the Terms of Reference of the Toronto Pedestrian Committee be amended to include the following with regard to Committee membership:

"The Toronto Pedestrian Committee will strike a Nominating Sub-Committee consisting of three to five members, which will recommend new citizen appointments to the Committee. Vacant positions on the Committee will be advertised through a variety of medium. The Sub-Committee will: review the submitted applications; short-list the candidates to be interviewed; interview and select the successful candidates; and recommend the nominees to the Toronto Pedestrian Committee. A report will be forwarded to the Works Committee for subsequent submission to Council. Citizen members will be appointed for a term of three years. Reappointments will be permitted, however, the maximum length of service is six consecutive years."

Background:

At its meeting on April 13, 14 and 15, 1999, City Council adopted, as amended, Clause No. 2 of Report No. 3 of The Special Committee to Review the Final Report of the Toronto Transition Team entitled "Policy for Citizen Appointments Through the Nominating Committee and the Corporate Services Committee - Classification of Special Purpose Bodies and Framework for Board Appointments Processes." The report recommended that appointments to the City's advisory bodies, such as the Toronto Pedestrian Committee, should be referred to the Commissioner having responsibility for the program area. Citizen appointments to advisory bodies will no longer be processed through the Nominating Committee.

Discussion:

The role of the Toronto Pedestrian Committee is to provide public input to the City on issues and projects to promote pedestrian safety. At its meeting on October 1 and 2, 1998, City Council adopted, as amended, the Terms of Reference for the Toronto Pedestrian Committee contained in Clause No. 8 of Report No. 11 of The Urban Environment and Development Committee.

Membership on the committee is comprised of 17 members of which six must be appointed from each of the Community Council Districts (East York, Etobicoke, North York, Scarborough, Toronto and York). The inaugural members were identified by the members of the former Pedestrian Issues Subcommittee of the Metro Cycling and Pedestrian Committee, and were appointed by Council with the adoption of the Terms of Reference.

The Terms of Reference for the Toronto Pedestrian Committee do not set out a process for appointing new members. We are proposing the following process for citizen appointments to the Toronto Pedestrian Committee, patterned after the existing Nominating Committee policies. The Pedestrian Committee concurs with the proposed selection and appointment process.

Nominating Sub-Committee:

The Toronto Pedestrian Committee will strike a Nominating Sub-Committee which will be comprised of three to five members. The Sub-Committee will: review the submitted applications; short-list the candidates to be interviewed; interview and select the successful candidates; and recommend the nominees to the Toronto Pedestrian Committee. A report will be forwarded to the Works Committee for subsequent submission to Council.

Advertisement:

Vacant positions on the Committee will be advertised in a variety of ways, including:

- the Toronto Pedestrian Committee's mailing list;

- the Councillors' Offices;

- the City Internet web-site;

- the community newspapers;

- the bulletin boards at public libraries and community centres; and

- the local radio stations.

The advertisement will include the following information:

- Who is Eligible to Apply?

The applicant must be a resident and/or a municipal property taxpayer in the City of Toronto and at least 18 years of age.

- How to Apply:

An application form must be completed and returned by a specified date. The application form will be available at Access Toronto counters in each Civic Centre.

(The application package will include the Toronto Pedestrian Committee's Terms of Reference.)

The Term of Office:

Citizen members will be appointed for a term of three years (equivalent to the Term of Council). Reappointments will be permitted, however, the maximum length of service is six consecutive years.

Conclusions:

This report recommends a policy for citizen appointments to the Toronto Pedestrian Committee. Appointing citizens to this advisory body is an important mechanism for involving the public in municipal affairs, and an opportunity for citizens to be part of the decision-making process.

Contact Name:

Daniel Egan

Manager, Pedestrian and Cycling Infrastructure

Tel: (416) 392-9065; Fax: (416) 392-4426

12

Sidewalk Snow Clearing

(City Council on October 26 and 27, 1999, amended this Clause by adding thereto the following:

"It is further recommended that the Commissioner of Works and Emergency Services be requested to direct staff carrying out mechanical snow clearing not to clear or salt snow within the tree pit.")

The Works Committee recommends the adoption of the report dated September 17, 1999, from the Commissioner of Works and Emergency Services.

The Works Committee reports, for the information of Council, having requested:

(1) the Commissioner of Works and Emergency Services, in consultation with the Commissioner of Economic Development, Culture and Tourism, to submit a report directly to Council for its meeting on October 26, 27 and 28, 1999, on the steps that would be taken to protect in-ground trees in sidewalks to be cleared of snow by mechanized equipment; and

(2) the Commissioner of Works and Emergency Services to report to the Committee on options for a policy to provide snow removal on private property, including the financial implications of providing such a service at no cost to seniors and those with physical disabilities, and also reporting on snow removal in the York community area under the Sno-Link program, and the option to extend that program City-wide.

The Works Committee submits the following report (September 17, 1999) from the Commissioner of Works and Emergency Services:

Purpose:

City Council requested a report be submitted with a proposal and financial plan to implement a four-year phase-in of all sidewalk snow clearing across the City.

Funding Sources:

Funds in the amount of $2.05 million will be identified in the Department's Year 2000 Current Budget Estimates.

Recommendations:

It is recommended that:

(1) approval, in principle, be granted to implement a phase-in plan for sidewalk snow clearing as outlined in this report, at an annual total estimated cost of $8.3 million after four years;

(2) the Commissioner of Works and Emergency Services provide an annual report on the status of the sidewalk snow clearing program during the phase-in period; and

(3) this report and Committee recommendations be forwarded to the Policy and Finance Committee and be referred to the Budget Advisory Committee for consideration with the Year 2000 Operating Budget.

Council Reference:

At its meeting held on April 20, 1999, Council directed that:

(i) a four-year phase-in of all sidewalk clearing across the City, at an estimated cost of $7.7 million at the end of the phase-in, begin as follows: that the areas of the City currently provided with sidewalk snow clearing be maintained in 1999 at a level of eight clearings per winter season (North York from 14 to eight; East York from six to eight; Scarborough and York unchanged), and that additional funding in the amount of $250 thousand, be recommended in order to provide the year one of four increases; and

(ii) the Commissioner of Works and Emergency Services, in consultation with the Chief Financial Officer and Treasurer, report back to the Budget Committee by September 30, 1999, with a proposal and financial plan to achieve this within four years, beginning in winter 1999/2000; specifically providing the cost for the year 2000, so that pre-budget approval can be given, if necessary; addressing the possible redeployment of City staff that are currently part of snow clearing programs, or may be available to assist in snow clearing programs, to increase efficiencies and reduce costs; and giving priority to arterial roads with transit, as the program is phased in.

Comments:

During the 1999 Current Budget review process, Council directed that public sidewalk snow clearing be provided for all senior citizens. Furthermore, Council instructed the Commissioner of Works and Emergency Services to develop a four-year plan for clearing of snow from all City sidewalks and report back to the Budget Committee. Since this report is recommending level of service implications, it has been sent to the Works Committee for consideration.

Last winter, the City had a budget of approximately $4.3 million for sidewalk snow clearing. The level of service varied greatly across the City, from clearing all sidewalks in the North York area to very limited service in the Etobicoke and City core areas. Scarborough and York basically cleared only main roads, and East York provided a limited service depending on the amount of snowfall.

It is proposed that the basis of the new sidewalk plan be the continuation of all existing sidewalk snow clearing programs at a level of eight cleanings per winter season, including the senior citizen snow removal program. The augmentation of existing services to include all City sidewalks over a four-year period is proposed as follows:

Phase I - 1999-2000 Winter Season:

- in addition to the existing sidewalk clearing programs in place across the City, sidewalks on arterial roads and street car routes be cleared.

Phase II - 2000-2001 Winter Season:

- all collector road sidewalks would be cleared.

Phase III - Local road sidewalks which act as school routes, senior citizen routes, or are adjacent to commercial areas would also be cleared.

Phase IV - The remainder of local road sidewalks would be cleared.

The budget increases required to expand the sidewalk clearing program are as follows:

1999 2000 2001 2002 2003
Phase 1 $250,000 $1,650,000
Phase II $400,000 $1,200,000
Phase III $600,000 $1,800,000
Phase IV $600,000 $1,800,000
Additional

Annual Amount

$250,000
$2,050,000 $1,800,000 $2,400,000 $1,800,000
Cumulative

Amount Total

$2,300,000
$4,100,000 $6,500,000 $8,300,000

The amount of the funding is based on providing eight clearings per winter season. The amount of expenditure incurred could vary significantly depending on the severity of the winter season. In addition, an allowance has been made for sanding sidewalks if icy conditions exist.

The clearing of snow from the sidewalks would be done primarily by a small tractor or similar type of unit. In certain areas where the sidewalks are narrow, hand clearing or the use of small snow blower units will be required. This type of operation will be labour intensive and relatively expensive. During the past winter, the former City of Toronto area had at times over 300 personnel hand shovelling sidewalks. The personnel was made up of a combination of City staff and hired casual labourers. In the future, when all the sidewalks are cleared, the amount of hand shovelling is expected to decrease significantly, and the number of casual staff employed will decrease accordingly.

Transportation Services staff have reviewed the need to redeploy staff from other divisions/departments to assist in the snow clearing effort. Our review has concluded that in a typical winter storm of 8 to 15 cms, the Transportation Services Division has sufficient forces (staff and contractor) to clear the snow within a reasonable time period. In addition, the City is continuing to provide regular municipal services (i.e., solid waste collection, watermain and sewer repairs, etc.) hence any staff that may be of an assistance are continuing to work on their regular duties which, in most cases, would not be temporarily suspended.

In developing the sidewalk snow clearing program, staff have made assumptions concerning costs and productivity levels based on the existing sidewalk programs, plus allowance for hand shovelling. The clearing of sidewalks in the downtown core of the City will be encumbered because of the narrow size of the sidewalks, plus the many encroachments which currently exist. It is recommended that during the phase-in period, an annual report be submitted providing a status of the program and proposing any required modifications.

Finance staff have reviewed this report and are in concurrence with the recommendations and conclusions.

Conclusion:

The sidewalk clearing program is intended to be expanded over a four-year period to include the clearing of all municipal sidewalks. It is proposed to initially be expanded to include all arterial roads, plus streetcar routes. It is estimated that the additional funds required will be approximately $8.3 million annually. It is proposed that the program and funding be reviewed annually over the phase-in period to determine if any appropriate modifications are required.

Contact Name:

Gary H. Welsh, P. Eng.

Director, District 4

Transportation Services

Telephone: 396-7842; Fax: 396-5681

--------

The following persons appeared before the Works Committee in connection with the foregoing matter:

- Councillor John Adams, Midtown;

- Councillor George Mammoliti, North York Humber; and

- Councillor Joe Pantalone, Trinity Niagara.

(City Council on October 26 and 27, 1999, had before it, during consideration of the foregoing Clause, the following report (October 20, 1999) from the Commissioner of Works and Emergency Services:

Purpose:

Works Committee at its meeting held on October 6, 1999, requested a report on what steps would be taken to protect in-ground trees in sidewalks to be cleared of snow by mechanized equipment.

Funding Sources, Financial Implications and Impact Statement:

None.

Recommendations:

This report has been prepared for the information of City Council.

Council Reference/Background/History:

Works Committee at its meeting held on October 6, 1999, requested the Commissioner of Works and Emergency Services, in consultation with the Commissioner of Economic Development, Culture and Tourism, to submit a report directly to Council for its meeting on October 26, 27 and 28, 1999, on what steps would be taken to protect in-ground trees in sidewalks to be cleared of snow by mechanized equipment.

Comments and/or Discussion and/or Justification:

As part of the enhanced sidewalk snow clearing program, sidewalks on arterial roads and street car routes in the Toronto, York and Etobicoke Community Council areas are to be cleared this coming winter in addition to sidewalks previously cleared across the City. The remainder of the sidewalks are to be cleared in the future as part of a four year phase-in period.

Many of the new sidewalks to be cleared have numerous encumbrances on them. These encumbrances include various types of street furniture, trees, utility poles, traffic signs, and sub-standard sidewalk widths. In order to minimize the possible damage created by the encumbrances, the following steps have been implemented for sidewalk snow clearing:

(1) operators have travelled the new sidewalk routes to record encumbrances in order to determine what type of equipment should be used;

(2) in areas where the sidewalk width is substandard due to encumbrances, hand held equipment (i.e., a small snow blower) will be used instead of a motorized vehicle;

(3) Parks & Recreation staff will assist in the training of supervisors and operators in determining what procedures should be implemented to protect trees;

(4) the use of salt on sidewalks will be minimized where possible adjacent to trees; and

(5) health and safety procedures have been developed for ploughing sidewalks. These procedures will be provided to operators prior to the winter season.

Conclusions:

The City is expanding the sidewalk snow clearing program over a four year phase-in period. Many of the sidewalks to be cleared have numerous encumbrances which will impact the efficiency of the operations. Transportation Services staff, in consultation with staff from the Parks & Recreation Division, have developed a program which should minimize any possible damage to trees, poles, etc. and at the same time provide the required level of service.

Contact Name:

Gary H. Welsh

Director, Transportation Services, Works & Emergency Services

Telephone: 396-7842

Fax: 396-5681

E-mail: welsh@toronto.ca)

13

Expansion of the Snow Emergency Route Network

(All Wards)

(City Council on October 26 and 27, 1999, amended this Clause by adding thereto the following:

"It is further recommended that Schedule 'A' of By-law No. 528-1999, a by-law to regulate traffic on certain highways during periods of emergency occasioned by the fall of snow, be amended to include Rogers Road between Oakwood Avenue and Weston Road.")

The Works Committee recommends the adoption of the following report (September 29, 1999) from the Commissioner of Works and Emergency Services:

Purpose:

To report on the expansion of the Snow Emergency Route Network.

Funding Sources, Financial Implications and Impact Statement:

Funds to undertake the necessary signage installations in the estimated amount of $30,000.00 can be accommodated in Transportation Services Division 1999 Current Budget.

Recommendations:

(1) That Schedule "A" of By-law No. 528-1999, a by-law to regulate traffic on certain highways during periods of emergency occasioned by the fall of snow, be amended to incorporate the streets listed in Appendix "A" of this report; and

(2) that the appropriate City officials be requested to take the necessary action to give effect thereto, including the introduction of all necessary bills.

Background:

City Council, at its meeting of July 29, 1999, passed By-law No. 528-1999, regulating traffic on certain highways during periods of emergency occasioned by the fall of snow. This report recommends an amendment to By-law No. 528-1999 to include additional highways.

Comments:

City Council, at its meeting of May 11 and 12, 1999, adopted Clause No. 1 of the former Urban Environment and Development Committee Report No. 6 which, among other things, dealt with a City-wide Snow Management Plan and the expansion of the Snow Emergency Routes.

Subsequently, By-law No. 528-1999 passed by City Council on July 29, 1999, authorized certain highways as Snow Emergency Routes. Staff have reviewed main streets throughout the City to determine whether it would be beneficial to add street sections in the event a snow removal operation is required. Many arterial streets have "no parking" regulations in effect. In these cases, there is no need to apply the snow emergency by-law. It is only in those cases where removal operations would be expected to be hampered by parked cars that this measure is necessary. Under these conditions, the additional highways listed in Appendix "A" of this report should also be included in the Snow Emergency Route Network.

Conclusions:

In order to provide for the efficient movement of vehicular traffic during a Snow Emergency, it is recommended that the streets listed in Appendix "A" of this report be incorporated in Schedule "A" of By-law No. 528-1999.

Funds to undertake the necessary signage installations in the estimated amount of $30,000.00 can be accommodated in Transportation Services Division 1999 Current Budget.

Contact Name and Telephone No:

Andrew Koropeski, 392-7711

Director, Transportation Services, District 1

Appendix "A"

Column 1 Column 2

Highway Between

Avenue Road St. Clair Avenue West and Wilson Avenue

Bathurst Street St. Clair Avenue West and Eglinton Avenue West

Bayview Avenue McCrae Drive and Eglinton Avenue East

Bloor Street West Keele Street and The East Mall

Brown Line Lakeshore Boulevard and Evans Avenue

Danforth Avenue Dawes Road and Danforth Road

Dundas Street West Runnymede Road and Bloor Street West

Dufferin Street St. Clair Avenue West and Wingold Avenue

Eglinton Avenue West Laird Drive and Scarlett Road

Islington Avenue Lakeshore Boulevard and Birmingham Street

Jane Street Bloor Street West and Maple Leaf Drive

Keele Street South end and Ingram Drive

Kingston Road Queen Street East and Manderley Drive

Kipling Avenue Lakeshore Boulevard and New Toronto Street

Lakeshore Boulevard Humber River and 42nd Street

Mount Pleasant Road Merton Street and Eglinton Avenue East

Oakwood Avenue St. Clair Avenue West and Eglinton Avenue West

St. Clair Avenue East O'Connor Drive and Victoria Park Avenue

The Queensway Humber River and North Queen Street

Vaughan Road St. Clair Avenue West and Eglinton Avenue West

Weston Road St. Clair Avenue West and St. Phillips Road

Yonge Street St. Clair Avenue West and Brooke Avenue

14

Winter Maintenance of City Sidewalks, Snow Clearing

and Salting, District One - December 1, 1999 to March 31, 2003

Contracts Nos. T-79-99, T-80-99 and T-81-99

(East York, High Park, Trinity Niagara, Davenport, North Toronto,

Midtown, Downtown, Don River, East Toronto, York Humber

and York Eglinton)

(City Council on October 26 and 27, 1999, adopted this Clause, without amendment.)

The Works Committee recommends the adoption of the following joint report (September 13, 1999) from the Commissioner of Works and Emergency Services and the Chief Financial Officer and Treasurer:

Purpose:

The purpose of this report is to advise of the results of the Tenders issued for winter maintenance of City sidewalks, snow clearing and salting, District One for the period December 1, 1999 to March 31, 2003, in accordance with specifications as required by the Works and Emergency Services Department, and to request authority to issue contracts to the recommended bidders.

Source of Funds:

Funds for winter maintenance are contained in Transportation Services 1999 Operating Budget for the current year's requirements. Funds will be included in the subsequent years' submissions for each required portion of the contract period.

Recommendation:

It is recommended that the following contracts for winter maintenance of City sidewalks, snow clearing and salting, District One, for the period December 1, 1999 to March 31, 2003, be awarded to the following Tenderers in the total amount of $6,497,577.00 including all taxes and charges:

Contract/Tender Call No. Tenderer Tender Price

T-79-99, Call No. 210-1999 K.J. Beamish Construction Co. Limited $2,468,113.36

T-80-99, Call No. 211-1999 Pave-Tar Construction Ltd. $2,635,039.80

T-81-99, Call No. 212-1999 Sidcon Contracting Ltd. $1,394,423.84

Council Reference:

The Bid Committee at its meeting held on August 25, 1999, opened the following Tenders for winter maintenance on City sidewalks, snow clearing and salting, District One, for the period December 1, 1999 to March 31, 2003:

Contract No. T-79-99, Tender Call No. 210-1999, Winter Maintenance on City Sidewalks, Snow Clearing and Salting, District One - South Eastern Area:

Tenderer Tender Price

K.J. Beamish Construction Co. Limited $2,468,113.36

Gazzola Paving Limited $2,560,274.60

Pave-Tar Construction Ltd. $2,599,175.52

Contract No. T-80-99, Tender Call No. 211-1999, Winter Maintenance on City Sidewalks, Snow Clearing and Salting, District One - South Western Area:

Tenderer Tender Price

Pave-Tar Construction Ltd. $2,635,039.80

Osler Paving Ltd. $2,831,305.60

Steed and Evans Ltd. $2,971,261.60

K.J. Beamish Construction Co. Ltd. $3,024,419.20

Gazzola Paving Limited $3,061,912.00

Aloia Bros. Concrete $3,143,439.20

Contract No. T-81-99, Tender Call No. 212-1999, Winter Maintenance on City Sidewalks, Snow Clearing and Salting, District One - North Eastern Area:

Tenderer Tender Price

Sidcon Contracting Ltd. $1,394,423.84

Gazzola Paving Limited $2,536,850.16

K.J. Beamish Construction Co. Limited $2,700,380.40

Comments:

The tender documents have been reviewed by the Commissioner of Works and Emergency Services, and were found to be in conformance with the Tender requirements.

The Manager, Fair Wage and Labour Trades Office, has reported favourably on the firms recommended.

Conclusion:

This report requests authority to issue contracts for winter maintenance on City sidewalks, snow clearing and salting, District One, for the period December 1, 1999 to March 31, 2003, in accordance with specifications, to the recommended Contractors, being the lowest Tenders received.

Contact Name and Telephone Number:

A. Koropeski L. Pagano, P. Eng.,

Director, District 1 Director of Purchasing and Materials

Transportation Services Management Division

Telephone: 392-7711 Telephone: 392-7311

15

Rental of Equipment with Operators for Winter Maintenance

of Toronto Roads (Snow Plowing and Removal) in District 2

for 1999/2000 to 2002/2003 Winter Seasons -

Quotation No. 6032-99-01877

(City Council on October 26 and 27, 1999, adopted this Clause, without amendment.)

The Works Committee recommends the adoption of the following joint report (October 5, 1999) from the Commissioner of Works and Emergency Services and the Chief Financial Officer and Treasurer:

Purpose:

The purpose of this report is to advise of the results of the Request for Quotation for the rental of various equipment complete with operators necessary for the winter maintenance of Toronto roads, (snow plowing and removal) in District 2 for the 1999/2000 to 2002/2003 winter seasons in accordance with specifications as required by the Works and Emergency Services Department, and to request the authority to issue purchase orders to the recommended bidders.

Source of Funds:

Funds are provided in the 1999 Works and Emergency Services Department's Accounts: Winter Maintenance, Contracts - Road Operations 4413 and 4590. Future funding will be provided for in the operating budget for Winter Maintenance of the Works and Emergency Services Department.

Recommendation:

It is recommended that Quotation No. 6032-99-01877 for rental of various equipment complete with operators necessary for the winter maintenance of Toronto roads (snow plowing and removal) for the 1999/2000 to 2002/2003 winter seasons in accordance with specifications as required by the Works and Emergency Services Department be awarded to the following bidders:

Firm Name: Price Complete Including All Taxes and Charges

A. Shea and Sons Road Grading $ 654,980.00

Adonis Enterprise $1,361,070.00

Don Cordingley Gradall Rental $1,429,380.00

Council Reference/Background/History:

Twenty-five firms submitted quotations for the rental of various equipment complete with operators as required for the winter maintenance of Toronto roads (snow plowing and removal) in District 2 for the 1999/2000 to 2002/2003 winter seasons in accordance with specifications as required by the Works and Emergency Services Department. The equipment will be rented on an as-required basis with amounts of the contracts being based on unit rental rates quoted for an estimated number of hours of usage. As no firm can provide all the equipment necessary for this requirement, the award of this requirement is being split between 23 firms who collectively meet the total requirement for this rental equipment, offering the lowest prices for the equipment specified.

The contractors noted above are providing numerous prices of equipment over the four-year duration of the contract, resulting in contract amounts that require Committee authority. The total estimated amounts for each of the other 20 firms are below the level requiring Committee authority.

Furthermore, although the award to A. Shea and Sons Road Grading ($654,980.00) is within the authority of the Bid Committee, in order to avoid reporting this matter to two Committees, it was decided for efficiency to combine the requests for contract award and report solely to the Works Committee.

Comments:

The Quotation documents submitted by the recommended bidders have been reviewed by the Commissioner of Works and Emergency Services, and were found to be in conformance with the Quotation requirements.

The Manager, Fair Wage and Labour Trades Office, has reported favorably on the firms recommended.

Conclusion:

This report requests authority to issue purchase orders for the rental of various equipment, complete with operators necessary for the winter maintenance of Toronto roads, (snowing plowing and removal) in District 2, for the 1999/2000 to 2002/2003 winter seasons in accordance with specifications as required by the Works and Emergency Services Department.

Contact Name: Contact Name:

Sam DiTomaso Lou Pagano, P. Eng.

Manager of Road Operations Director

Tel. 394-8345 Purchasing and Materials Management Division

Tel: 392-7311

16

Advance Warning on W.R. Allen Road

at Eglinton Avenue West

(Ward 28, York-Eglinton; Ward 22, North Toronto)

(City Council on October 26 and 27, 1999, adopted this Clause, without amendment.)

The Works Committee recommends that both flashing amber lights, at a cost of $13,000.00, and "rumble strips", at a cost of $12,000.00, be installed on W.R. Allen Road, prior to Eglinton Avenue West, to provide motorists with advance warning of the ending of the expressway.

The Works Committee submits the following report (September 20, 1999) from the Commissioner of Works and Emergency Services:

Purpose:

To respond to a request from the Urban Environment and Development Committee for a report on the feasibility of providing additional advance warning on W.R. Allen Road, prior to Eglinton Avenue West, to warn motorists of the ending of the expressway.

Funding Sources, Financial Implications and Impact Statement:

Funds for the installation of rumble strips on W.R. Allen Road, estimated at $12,000.00, are contained within the Transportation Services 1999 Capital Budget Account No. TR804.

Recommendation:

It is recommended that this report be received for information.

Background:

At its meeting on March 31, 1999, the Urban Environment and Development Committee considered a communication from Councillor Joe Mihevc which requested a report on signalization, such as flashing amber lights, that could be installed on the W.R. Allen Expressway prior to Eglinton Avenue West to warn motorists of the ending of the expressway (Clause No. 21(l) of Report No. 5 of The Urban Environment and Development Committee).

Discussion:

Staff of the Transportation Division have reviewed the conditions at this location, with input from staff of Toronto Police Services 13 Division, and have assessed alternatives for improvements.

Southbound W.R. Allen Road, south of Lawrence Avenue West, is a two-lane major arterial road with a posted speed limit of 80 km/hr which is reduced to 60 km/hr at a point 600 metres north of Eglinton Avenue West. Southbound W.R. Allen Road ends at Eglinton Avenue West. At its terminus, motorists must turn left to proceed eastbound on Eglinton Avenue West or right to proceed westbound. Both southbound turning movements are controlled by traffic signals and are separated by a triangular island. An entrance to Toronto Police Services 13 Division, for police vehicles only, is located on the south side of Eglinton Avenue west, directly across from the southbound right-turn lane of W.R. Allen Road.

A review of the Toronto Police Service collision records for this location over the five-year period ending December 31, 1998, indicates that a total of 71 collisions have been reported. Of these, the majority were southbound rear-end type collisions; six involved southbound motorists striking the island separating the southbound movements and/or proceeding completely through the intersection and onto Police property; and two involved pedestrians. One of the incidents involving a southbound motorist striking the island and proceeding through the intersection, resulted in the fatality of a cyclist crossing the entrance to the police property.

Over the past five years, some improvements have been made at this intersection to address the concern that motorists are not recognizing that W.R. Allen Road ends at this location. Additional warning signs have been installed both in advance of the intersection and at the intersection itself. Also, crash barrels have been provided at the triangular island as a protective barrier to stop vehicles from proceeding across the island.

The existing signs and signal indications are sufficient to advise motorists that W.R. Allen Road ends at Eglinton Avenue West. The concern is with motorists that are, for whatever reason, distracted or inattentive, and additional measures are required to capture their attention and focus them on the roadway ahead. Two possible alternatives for achieving this are the addition of amber warning flashers at the "Allen Road Ends 500m" signs currently located on both sides of the W.R. Allen Road southbound lanes in advance of the intersection, and/or the installation of "rumble strips" in the pavement on W.R. Allen Road approaching the intersection.

Both of these alternatives would serve to capture the attention of the driver approaching the intersection. However, the flashers still depend on the driver focusing ahead and reading the signs. The "rumble strips", through the additional stimuli of noise and vibration, would be more effective in capturing the attention of the inattentive driver. The estimated costs for these alternatives are almost equivalent at $13,000.00 for amber flashers and $12,000.00 for "rumble strips".

Conclusions:

The addition of "rumble strips" on the southbound lanes of W.R. Allen Road, approaching Eglinton Avenue West, will be effective in capturing the attention of southbound motorists to alert them of the change in conditions and thus lead them to recognize that W.R. Allen Road ends at the intersection. The "rumble strips" should be installed as an alternative to the suggestion of installing amber warning flashers in advance of the intersection.

Contact Name:

Jacqueline White

Manager, Traffic Operations

District 1

Phone: 397-5021; Fax: 392-8504

17

Proposed Installation of Traffic Control Signals -

Brentcliffe Road and Vanderhoof Avenue;

Laird Drive and Vanderhoof Avenue; and

Danforth Avenue and Thyra Avenue

(Ward 1, East York)

(City Council on October 26 and 27, 1999, adopted this Clause, without amendment.)

The Works Committee recommends the adoption of the following report (August 13, 1999) from the Commissioner of Works and Emergency Services:

Purpose:

To obtain approval for the installation of traffic control signals at the intersections of Brentcliffe Road and Vanderhoof Avenue, Laird Drive and Vanderhoof Avenue, and Danforth Avenue and Thyra Avenue.

Funding Sources:

In 1999, $1.6 million has been allocated in the Works and Emergency Services Capital Program for new traffic control signal installations. These funds have been fully committed already through the approvals of 21 new signal installations. Therefore, unless additional funding is identified in 1999, new signal approvals for the balance of 1999 will be placed on a priority list for 2000 and await approval of the appropriate budget item in the 2000 Capital Budget. The estimated cost of installing traffic control signals at the intersections of Brentcliffe Road and Vanderhoof Avenue, Laird Drive and Vanderhoof Avenue, and Danforth Avenue and Thyra Avenue is $225,000.00.

Recommendations:

It is recommended that:

(1) traffic control signals be approved for future installation at the intersections of Brentcliffe Road and Vanderhoof Avenue, Laird Drive and Vanderhoof Avenue, and Danforth Avenue and Thyra Avenue;

(2) coincident with the installation of traffic control signals at the intersection of Brentcliffe Road and Vanderhoof Avenue, the existing pedestrian crossover be removed and the appropriate by-law be amended accordingly; and

(3) the appropriate City officials be requested to take whatever action is necessary to give effect thereto, including the introduction in Council of any Bills that are required.

Comments:

At the request of local residents and businesses, to address pedestrian and vehicular safety concerns, Transportation Services staff reviewed the traffic operations at the intersections of Brentcliffe Road and Vanderhoof Avenue, Laird Drive and Vanderhoof Avenue, and Danforth Avenue and Thyra Avenue. The results of the investigations revealed that traffic control signals were warranted at these locations.

The primary function of traffic control signals is to mitigate operational problems associated with vehicular right-of-way concerns and also to improve the safety environment for pedestrians. Transportation Services staff have completed traffic signal warrant studies at the three intersections noted. The results are summarized in the following table.

Brentcliffe Road and

Vanderhoof Avenue
Laird Drive and

Vanderhoof Avenue
Danforth Avenue

and Thyra Avenue
Warrant 1-

"Minimum

Vehicular Volume"

80 percent
89 percent
81 percent
Warrant 2 - "Delay

to Cross Traffic"

88 percent
100 percent
90 percent
Warrant 3 -

"Collision Hazard"

33 percent
27 percent
27 percent
Warrants Satisfied?
Yes
Yes
Yes

Either Warrant 1 or Warrant 2 must be satisfied to 100 percent or any two of Warrants 1, 2 and 3 must be satisfied to 80 percent for traffic control signals to be technically warranted.

Additional information is provided in the following discussion, by intersection.

Brentcliffe Road and Vanderhoof Avenue:

Brentcliffe Road and Vanderhoof Avenue are each two-lane roadways and a "Stop" sign controls Vanderhoof traffic. A pedestrian crossover (PXO) exists on the north leg of Brentcliffe Road. This intersection is approximately 240 metres south of the traffic control signals on Eglinton Avenue and Brentcliffe Road. The land use is predominantly mixed industrial/commercial and is undergoing redevelopment.

A review of the Toronto Police Service collision records for the three-year period ending December 31, 1998, revealed a total of 11 collisions occurred at the intersection of Brentcliffe Road and Vanderhoof Avenue. Of these, five were of the type considered potentially "preventable" by traffic control signals. None involved a pedestrian.

Based on this review, the installation of traffic control signals at the intersection of Brentcliffe Road and Vanderhoof Avenue is technically warranted and traffic control signals should be installed to replace the existing PXO. The estimated costs to install traffic control signals and remove the existing PXO are $80,000.00.

Laird Drive and Vanderhoof Avenue:

Laird Drive at its intersection with Vanderhoof Avenue is a four-lane roadway. Vanderhoof Avenue is a two-way, two-lane residential roadway and is "Stop" controlled at Laird Drive. The spacing between this intersection and the traffic control signals on Laird Drive at Eglinton Avenue East and at McCrae Drive/Wicksteed Avenue is approximately 205 metres to the north and 175 metres to the south, respectively.

A review of the Toronto Police Service collision records for the three-year period ending December 31, 1998, revealed a total of 12 collisions occurred at the intersection of Laird Drive and Vanderhoof Avenue. Of these, four were of the type considered potentially "preventable" by traffic control signals. None involved a pedestrian.

Based on this review, the installation of traffic control signals at the intersection of Laird Drive and Vanderhoof Avenue is justified. The estimated cost for the installation of traffic control signals is $65,000.00.

Danforth Avenue and Thyra Avenue:

Thyra Avenue is located 165 metres west of Victoria Park Avenue and forms a "T"-type intersection at Danforth Avenue. Thyra Avenue operates one-way southbound. The east vehicular entrance of Shopper's World Plaza is located opposite Thyra Avenue on the south side of Danforth Avenue. A pedestrian refuge island exists on Danforth Avenue, approximately 30 metres west of Thyra Avenue to assist pedestrians across Danforth Avenue. Approximately 1,250 pedestrians cross Danforth Avenue using this pedestrian refuge island during the peak eight hours of a typical weekday. A review of the Toronto Police Service collision records for the three-year period ending December 31, 1998, revealed a total of 12 collisions occurred at the intersection of Danforth Avenue and Thyra Avenue. Of these, four were of the type considered potentially "preventable" by traffic control signals. None involved a pedestrian.

Despite the good safety records, the high volume of pedestrian crossings in this vicinity increases the potential for pedestrian and vehicular conflicts. The installation of traffic control signals at the intersection of Danforth Avenue and Thyra Avenue to replace the existing pedestrian refuge island will reduce these conflicts. The estimated costs to install traffic control signals at this intersection are $80,000.00.

Contact Name:

Vince Suppa, Coordinator

District 1 - East Area

416-397-5436

Insert Map: Location Plan

Brentcliffe Road and Vanderhoof Avenue

Proposed Installation of Traffic Control Signal

Insert Map: Location Plan

Laird Drive and Vanderhoof Avenue

Proposed Installation of Traffic Control Signal

Insert Map: Location Plan

Danforth Avenue and Thyra Avenue

Proposed Installation of Traffic Control Signal

18

Terms of Reference, Redway Road and

Brentcliffe Road Extension Feasibility Study

(Ward 1, East York)

(City Council on October 26 and 27, 1999, adopted this Clause, without amendment.)

The Works Committee recommends the adoption of the following report (September 16, 1999) from the Commissioner of Works and Emergency Services:

Purpose:

To report on the terms of reference for a study to be conducted this fall with respect to the feasibility and necessity of extending Redway Road from its current terminus to Bayview Avenue, and of extending Brentcliffe Road to Millwood Road.

Funding Sources, Financial Implications and Impact Statement:

The estimated cost to complete the study is $75,000.00. Of this amount, $25,000.00 was set aside in the 1999 Transportation Capital Works budget for the Redway Road extension study. Funds to undertake the Brentcliffe Road portion of the study ($50,000.00) were included in a letter of credit from the developer of 147 Laird Drive, the former Alcatel Wire lands, as part of the development agreement.

Recommendations:

It is recommended that:

(1) the City carry out a technical study to determine the need and feasibility of extending Redway Road westerly from its current terminus to Bayview Avenue and extending Brentcliffe Road southerly from Wicksteed Avenue to Millwood Road in accordance with the Terms of Reference attached to this report, and the Commissioner of Works and Emergency Services be authorized to obtain proposals from qualified Consulting Engineering firms to undertake this study; and

(2) the appropriate City officials be authorized to take whatever action is necessary to implement the foregoing.

Comments:

This report provides the terms of reference for a study to determine the feasibility and necessity of extending Redway Road to Bayview Avenue and extending Brentcliffe Road to Millwood Road. The Redway Road study was proposed by the former Borough of East York Council in 1996 as a means of reducing transient traffic through the South Leaside area. A study to determine the need and feasibility of extending Brentcliffe Road was included as part of the development agreement between the City and the developer of the former Alcatel Wire site.

The extension of Brentcliffe Road to Millwood Road is generally contingent upon the feasibility of extending Redway Road to Bayview Avenue. Although initially proposed separately, given the interconnectivity between the two roadways, it is prudent to combine the study of both roadway extensions into one. The results of the study will be presented at a future Works Committee meeting.

It should be noted that this study will review the feasibility and necessity of extending Redway Road and Brentcliffe Road from a technical traffic planning perspective only. If the study concludes that either or both extensions are feasible and necessary from a transportation perspective, a comprehensive environmental assessment including extensive public consultation will be required.

The terms of reference are attached to this report. It provides background information for both Redway Road and Brentcliffe Road as well as the purpose of the study, scope of work and a timetable for completion.

Contact Name:

Peter Bartos

Manager, Traffic Operations, District 1

397-4486

Terms of Reference

Redway Road and Brentcliffe Road Extensions

Feasibility Study

1.0 Background:

The purpose of this study is to determine the need and feasibility of extending Redway Road westerly from its current terminus to Bayview Avenue and the extension of Brentcliffe Road southerly from Wicksteed Avenue to Millwood Road on the south side of the CPR Mid-Toronto Subdivision. These two roads have previously been considered as separate projects, however, given the potential connection of these two links and the impact on the surrounding neighbourhoods, they are being considered collectively for the purposes of this study. The background of these two road extensions is given below.

Redway Road Extension:

Former Borough of East York Council, at its meeting on September 16, 1996, recommended that a study be conducted to investigate completing the connection of Redway Road with Bayview Avenue. This extension was proposed as a potential means of reducing traffic volume through the South Leaside area in the East York District. The lack of an arterial connection between Bayview Avenue and Laird Drive, south of Eglinton Avenue, has resulted in non-local motorists using South Leaside streets such as Southvale Drive as an alternate. Southvale Drive currently carries approximately 15,000 vehicles on a daily basis with the majority of these motorists originating outside of the Leaside area. Although defined as a collector road in the East York Official Plan, the current traffic volumes are more characteristic of an arterial road. The existing traffic volumes, in conjunction with potential future increases resulting from numerous large scale developments being planned in the area, have resulted in requests to review extending Redway Road to Bayview Avenue to act as a bypass to South Leaside streets.

Redway Road currently serves as an access to a Loblaws Store and to the North Toronto Sewage Treatment Plant.

Brentcliffe Road Extension:

The South Leaside industrial area, located in the southeast quadrant of Eglinton Avenue East and Laird Avenue, has been the subject of numerous redevelopment proposals in recent years. Two of the larger proposals are the Kosmor site (Eglinton Avenue/Brentcliffe Road/Research Road/Leslie Street) and the Noble Cherry Development (Wicksteed Avenue/Laird Drive/Commercial Road/to east of Brentcliffe Road).

As part of the development agreements for these sites, transportation related improvements have been identified and will be phased in as the developments proceed to full build out.

Recognizing the increased demand on the existing road network posed by planned and future redevelopment and the extent of traffic infiltration into the existing residential area west of Laird Avenue, opportunities to improve traffic flow between the Eglinton Avenue/Leslie Street area and Bayview Avenue/Bloor Street area need to be examined in greater detail. Given the foregoing, the Development Agreement between the former Borough of East York and Noble Cherry Development Limited required that a transportation study, including assessment of the Brentcliffe Road extension, be completed following final approval of this development.

2.0 Study Purpose:

The purpose of this study is to establish the need and feasibility from a transportation perspective for extending Redway Road to Bayview Avenue and Brentcliffe Drive from Wicksteed Avenue to Millwood Road, on the south side of the CPR Mid-Toronto subdivision. The need is to be determined based on the current and future traffic patterns in the study area and quantifies the impact on the extensions on the South Leaside community.

If the need and feasibility are established, this study could form the basis of the Environmental Assessment Study, which would be required for approval of these facilities.

3.0 Study Area:

The geographic limits for this study are Bayview Avenue, Eglinton Avenue East, Leslie Street and the Don Valley Parkway. The study area is shown on the attached map.

Key intersections within the study area are:

Eglinton Avenue East/Brentcliffe Road Laird Drive/Millwood Road

Eglinton Avenue East/Laird Drive Bayview Avenue/McRae Drive

Eglinton Avenue East/Bayview Avenue Bayview Avenue/Southvale Drive

Laird Drive/McRae Drive/Wicksteed Avenue Leslie Street/Eglinton Avenue East

4.0 Scope Of Work:

4.1 Work Program and Schedule:

The proposal for consulting services that will be submitted in response to these terms of reference will be refined to reflect in detail the scope and work schedule of the study and will form the basis for the agreement between the City of Toronto and the Consultant.

4.2 Data Collection:

The Consultant will be responsible for the collection, organization, documentation and interpretation of appropriate data, including, but not limited to the following:

(i) review of all relevant background materials and studies;

(ii) summarize the existing transportation operations in the study area:

- weekday AM peak period (7:00 am to 9:30 am), weekday PM peak period (4:00 p.m. to 6:30 p.m.) turning movement counts at all major intersections within the study area;

- weekday AM and PM peak period origin-destination information for motorists using Bayview Avenue, Laird Drive/Millwood Road, South Leaside Streets (Southvale Drive, McRae Drive etc.) in sufficient detail to predict the potential volume and probable routes of traffic diverting from these roadways (interviews/questionnaire);

- weekday peak period travel time data on all arterial/collector routes in the study area;

- data on weekly peak period traffic that will be generated by new developments within or near the study area; and

- intersection capacity analyses for key intersections identified in Section 3.0 above.

(ii) summarize the impact of approved and planned future development in the Leaside industrial area taking into account transportation related improvements required as a condition of development approvals.

The City of Toronto will provide intersection turning movement counts no older than two years where available, however, these counts must be viewed in relation to potential changes in traffic patterns due either to new developments or recent road network modifications. The City will also provide all current traffic signal timings, parking and traffic regulations in the study area.

4.3 Data Analysis:

The Consultant will be responsible for determining:

Redway Road Extension:

The feasibility and necessity of extending Redway Road to Bayview Avenue, identifying constraints, and developing potential measures to promote the use of Redway Road as opposed to streets in South Leaside. The anticipated distribution of trips will need to be quantified as well as the amount of traffic that will divert from South Leaside to Redway Road. The impacts of the proposed extension on pedestrian and cyclists' movements should also be quantified.

The analysis should also indicate the effect that various traffic management initiatives introduced in South Leaside would have on traffic volumes on Redway Road. Historically, traffic management measures (turn restrictions, speed humps, chicanes etc.) proposed for collector streets in South Leaside have not received support from the community. Residents feared that motorists would find alternate streets in the area thus redirecting collector road volumes on these streets. The extension of Redway Road provides an alternate for motorists, which could allow for the introduction of traffic mitigation measures on collector streets in South Leaside.

Brentcliffe Road Extension:

- identify opportunities for additional screenline crossings, including extending Brentcliffe Road southerly to the south side of the CPR Mid-Toronto rail line;

- re-assign traffic based on prevailing travel patterns and existing operational constraints;

- assess the benefits to the north/south corridors vs. the impacts in the new CPR rail line crossing environs; and

- summarize the assessment of alternatives and identify preferred alternative(s).

4.4 Public Consultation:

Public consultation will be required during this study. City Transportation staff will co-ordinate this public consultation. The Consultant shall provide City staff with technical support at all public meetings, this support is to include:

- preparation of display boards and drawings;

- preparation of overhead and/or slide presentations; and

- attendance by technical experts at all meetings to present technical issues and/or answer technical questions.

For the purposes of budgeting it is assumed that the following meetings will be part of the consultation program:

2 public information centres;

1 Works Committee meeting;

1 East York Community Council meeting;

1 Toronto Community Council meeting; and

1 City Council meeting (no presentation).

These meetings are in addition to meetings that will be required with City staff.

5.0 Final Product:

The final product of this study will consist of the following elements:

- 10 copies of a report documenting the study process, findings and recommendations, including technical appendices which contain all of the background data collected and used in the analysis;

- functional plans for the extension of both Brentcliffe Drive and Redway Road, if deemed feasible, in both print and Intergraph Design File Format (DGN); and

- preliminary cost estimates of the recommended road extensions.

The final report may be included as part of a formal Environmental Assessment and therefore should be easily adaptable as a subsection of the EA report.

6.0. Timeframe:

The study is to be initiated by October 4, 1999, and be completed in approximately 2.5 months, January 1, 2000, or as soon thereafter as considered reasonable following discussions with City staff.

19

Removal of Right-Turn Restriction -

Victoria Park Avenue and Farmcrest Drive

(Ward 14, Scarborough Wexford)

(City Council on October 26 and 27, 1999, adopted this Clause, without amendment.)

The Works Committee recommends the adoption of the following report (September 13, 1999) from the Commissioner of Works and Emergency Services, for a six-month trial period, and that the Commissioner of Works and Emergency Services be requested to report back to the Committee at the end of the trial period:

Purpose:

To report on the results of an investigation of the need to remove the northbound right-turn restriction on Victoria Park Avenue at Farmcrest Drive.

Funding Sources, Financial Implications and Impact Statement:

Not applicable.

Recommendations:

It is recommended that:

(1) the northbound right-turn restriction on Victoria Park Avenue at Farmcrest Drive, in effect from 4:00 p.m. to 6:00 p.m., Monday to Friday, be rescinded; and

(2) the appropriate by-law be amended accordingly.

Council Reference/Background/History:

As a result of a request from the Toronto Police Service, Transportation Services staff investigated the need for the northbound right-turn restriction that is in effect at the intersection of Victoria Park Avenue and Farmcrest Drive. This restriction applies between 4:00 p.m. and 6:00 p.m., Monday to Friday. We were requested to examine this restriction to determine if it is redundant considering there is a full-time compulsory left-turn movement eastbound on Farmcrest Drive at Meadowacres Drive, and the area has been redeveloped since this restriction was installed. The Toronto Police Service is receiving complaints from motorists who are ticketed for making the illegal right turn from Victoria Park Avenue.

Comments and/or Discussion and/or Justification:

Staff conducted a study at this location on Wednesday, July 7, 1999, from 4:00 p.m. to 6:00 p.m., to determine the number of right turns from northbound on Victoria Park Avenue onto Farmcrest Drive and northbound from Victoria Park Avenue into the plaza via a driveway immediately north of Farmcrest Drive.

Staff observed 71 motorists disobeying the right-turn restriction in the two-hour study. This is a relatively large number of violations of the right-turn restriction considering this location does experience a fairly high degree of enforcement. Staff also noted that, of the 176 motorists who turned into the aforementioned plaza driveway from Victoria Park Avenue, 67 proceeded to immediately exit to Meadowacres Drive. This movement was to circumvent the right-turn restriction on Victoria Park Avenue at Farmcrest Drive.

The history of these turn restrictions originates in the mid-1970s when residents were complaining about traffic infiltration in the community east of Farmcrest Drive and Meadowacres Drive. Based on previous reports to Scarborough Council, it appears that the right-turn restriction from Victoria Park Avenue was installed prior to the full-time compulsory turn at Meadowacres Drive.

Staff also examined turning movements at the intersection of Farmcrest Drive and Meadowacres Drive on Tuesday, August 10, 1999. The study was conducted over three hours, from 3:30 p.m. to 6:30 p.m. Eighty-five vehicles were recorded disobeying the compulsory left-turn sign and turning right or proceeding straight through from Farmcrest Drive (seven right, 78 straight through). Staff did not observe a decrease in the number of motorists disobeying this particular sign during the 4:00 p.m. to 6:00 p.m. time period when the right-turn restriction at Victoria Park Avenue is in effect.

Conclusions:

Because the compulsory left-turn regulation prevents access into the residential area from Farmcrest Drive at Meadowacres Drive at all times, the northbound right-turn restriction from Victoria Park Avenue to Farmcrest Drive, between 4:00 p.m. and 6:00 p.m., Monday to Friday, does seem redundant. Therefore, staff is recommending that this restriction be removed.

Both Councillor Kelly and Councillor Tzekas have been advised of this staff recommendation and have not yet expressed an opinion on the matter.

Contact Name:

Peter K. Hillier

Manager, Traffic Operations, District 4

Tel: (416) 396-7148; Fax: (416) 396-5681

Insert Map: Removal of the Right Turn Restriction

Victoria Park Avenue and Farmcrest Drive

Insert Map: Turn Restriction - Victoria Park Avenue and Farmcrest Drive

Insert Map: Turn Restriction - Victoria Avenue and Farmcrest Drive

Councillor Norman Kelly, Scarborough Wexford, appeared before the Works Committee in connection with the foregoing matter.

20

Reduction of Speed Limit from 60 km/h to 50 km/h

Islington Avenue between

Dundas Street West and The Queensway

(Kingsway-Humber; Lakeshore-Queensway)

(City Council on October 26 and 27, 1999, adopted this Clause, without amendment.)

The Works Committee recommends the adoption of the following report (September 15, 1999) from the Commissioner of Works and Emergency Services:

Purpose:

To obtain approval to reduce the posted speed limit on Islington Avenue between Dundas Street West and The Queensway from 60 km/h to 50 km/h.

Funding Sources:

The funds associated with the introduction of the appropriate regulatory and information signage are allocated within the Transportation Services Division's Operating Budget.

Recommendations:

It is recommended that:

(1) the speed limit on Islington Avenue between Dundas Street West and The Queensway be reduced from 60 km/h to 50 km/h;

(2) the appropriate by-laws be amended accordingly; and

(3) the Toronto Police Service be requested to enforce the new 50 km/h speed limit on Islington Avenue.

Background:

The residents living on and in the vicinity of the section of Islington Avenue between The Queensway and Bloor Street West have requested that the speed limit be lowered from 60 km/h to 50 km/h. In October 1997, the former Municipality of Metropolitan Toronto lowered the speed limit on the section of Islington Avenue between Dundas Street West and Prince George Drive/Ridge Valley Crescent from 60 km/h to 50 km/h.

Discussion:

Islington Avenue between Bloor Street West and The Queensway is a four-lane north-south arterial roadway with exclusive left-turn lanes provided at most signalized intersections. The adjacent land uses consist of a mix of residential and commercial frontage with closely spaced driveways. Left turns into the driveways must be made from the median/centre lane.

Holy Angels Catholic School is located on the southwest quadrant of Islington Avenue and Jutland Road.

In view of residents' concerns regarding vehicle speeds on Islington Avenue, Transportation Services Division staff conducted speed studies on Islington Avenue, south of Dundas Street, during a typical weekday on Monday, June 7, 1999. The speed study results are outlined in the following table:

Islington Avenue Speed Study

85th Percentile Speeds

Islington Ave. Direction
Northbound Southbound
Between Edgecroft Road and Yorkview Road 64 km/h 65 km/h
Near Six Point Road 64 km/h 68 km/h
Average 64 km/h 67 km/h

The above-noted speed study results indicate that the majority of motorists were travelling over the posted 60 km/h speed limit.

There are a number of roadway characteristics which support the introduction of a 50 km/h on the subject section of Islington Avenue. Specifically, the road is four lanes wide without exclusive/centre left-turn lanes (except at signalized intersections), and includes a mix of residential and commercial frontage with relatively close-spaced driveways.

In view of these features, and the existing school zone, it would be appropriate to reduce the speed limit on the subject section of Islington Avenue to 50 km/h. The resultant speed limit reduction would be consistent with other 50 km/h sections of Islington Avenue, including the section north of Dundas Street West to Prince George Drive/Ridge Valley Crescent.

It should be noted that the subject request did not include the relatively short section (approximately 700 metres) of Islington Avenue between Bloor Street West and Dundas Street West. Accordingly, in order to provide a consistent speed limit, it is recommended that the speed limit also be reduced to 50 km/h on this portion of Islington Avenue.

Our experience has shown that the most effective measure to increase speed limit compliance is consistent and sustained police enforcement.

Speed studies previously undertaken on Islington Avenue north of Dundas Street West after the speed limit reduction, and immediately after a period of sustained police enforcement, revealed that the 85th percentile speeds decreased by approximately 5 km/h (7 percent) over those recorded immediately after the speed limit reduction without police enforcement. In view of this, we will inform the Toronto Police Service of our study recommendations, so that they may initiate an appropriate enforcement program for this section of Islington Avenue. The resultant enforcement program may be consolidated with the ongoing enforcement efforts on Islington Avenue north of Dundas Street West.

Further to the above, we recommend that 50 km/h speed limit signs be installed within the subject section of Islington Avenue. Typically, all roadways within the City of Toronto have a statutory (unsigned) speed limit of 50 km/h, unless otherwise signed. However, recognizing that motorists travelling on Islington Avenue have become accustomed to the existing 60 km/h posted speed limit, it is felt advisable to install 50 km/h speed signs at least for an introductory period.

The estimated cost to install the speed limit reduction signs is approximately $1,500.00. These funds can be accommodated within the 1999 Operating Budget.

Conclusions:

It is recommended that the speed limit on Islington Avenue between Dundas Street West and The Queensway be reduced from 60 km/h to 50 km/h. This speed limit reduction will provide a speed limit which is consistent with other sections of Islington Avenue where there are comparable roadway characteristics. Coincident with the approval of the 50 km/h speed limit and corresponding by-law(s), we will install 50 km/h speed limit signs as soon as budget and scheduling permit.

Contact Name:

Dominic Gulli, Manager

Traffic Operations, District 2

Phone: (416) 394-8409; Fax: (416) 394-8942

Insert Map: Proposed Speed Limit Reduction

Islington Avenue between Dundas Street West and

The Queensway

21

Guidelines Relating to Publication of Names

of Companies Convicted of Contravening the

City's Sewer Use By-law

(City Council on October 26 and 27, 1999, adopted this Clause, without amendment.)

The Works Committee recommends the adoption of the following report (September 13, 1999) from the Commissioner of Works and Emergency Services:

Purpose:

To set guidelines that relate to the publication of names of companies convicted of contravening the City's Sewer Use By-law.

Funding Sources, Financial Implications and Impact Statement:

Not applicable.

Recommendation:

It is recommended that the following set of guidelines be adopted in dealing with requests from the public for information on names of companies who have been convicted of contravening the City's Sewer Use By-law.

Council Reference/Background/History:

City Council, at its meeting held on July 6, 7 and 8, 1999, had before it Clause No. 2 contained in Report No. 1 of The Works Committee, headed "List of Companies Convicted of Contravening the City Sewer Use By-law".

Council directed that the aforementioned Clause be struck out and referred back to the Works Committee for the development of guidelines relating to the publication of names of companies convicted of contravening the City's Sewer Use By-law.

Council also adopted the following:

"It is recommended that, in the interim, Council adopt, in principle, the concept of publishing the names of companies convicted of contravening the City Sewer Use By-law."

Comments and/or Discussion and/or Justification:

We have consulted with the Corporate Access and Privacy Office and Legal Services in developing the following guidelines for publishing the names of those companies convicted of contravening the City's Sewer Use By-law in order to minimize the potential for liability:

(1) the names of individuals who have been charged and convicted of Sewer Use By-law infractions should not be disclosed, as this information would constitute their personal information and the disclosure would be an infringement of their privacy;

(2) the names of companies who have been charged and convicted can be released, but not the names of companies whose cases are still pending before the court;

(3) the list should consist of only the name of the company convicted, the date of the conviction, the charge of which they were convicted, and the penalty imposed; and

(4) no further details of the evidence or the defence(s) raised by the companies should be released.

In dealing with repeat offenders, our Legal Services has a policy of seeking an Order of Prohibition against a company after three convictions if a company does not demonstrate their willingness to take corrective action to prevent further violations.

Conclusions:

The above set of guidelines should be adopted in dealing with requests for information on the names of companies convicted of contravening the City's Sewer Use By-law.

Contact Name:

Vic Lim, P. Eng.

Manager, Industrial Waste and Storm Water Quality

Telephone: 392-2966; Fax: 397-0908

--------

The Works Committee reports, for the information of Council, having also had before it during consideration of the foregoing matter a briefing note (October 5, 1999) submitted by the Toronto Environmental Alliance with respect to the guidelines in the aforementioned report.

22

Encroachment, Sanitary Discharge and

Industrial Waste Surcharge Agreements with the

Greater Toronto Airports Authority

(City Council on October 26 and 27, 1999, amended this Clause by adding thereto the following:

"It is further recommended that:

(1) the Medical Officer of Health be requested to ensure that the appropriate monitoring equipment is in place, and monitor reporting procedures are in place, to ensure that any danger to public health from glycol is eliminated; and

(2) the Greater Toronto Airports Authority (GTAA), and, in particular, the City representatives on the GTAA, be requested to pursue the possibilities of on-site capture and remediation of de-icing chemicals in the reconstruction of the airport facility.")

The Works Committee recommends the adoption of the report dated September 16, 1999, from the Commissioner of Works and Emergency Services.

The Works Committee reports, for the information of Council, having requested:

(1) the Commissioner of Works and Emergency Services and the City Solicitor to submit a report to the Committee on what the City's recourse would be should the airport violate the City's Sewer Use By-law, which would not cover the airport as it is located in the City of Mississauga; and

(2) the Medical Officer of Health to report to the Committee on de-icing and anti-icing fluids to identify whether there are any additives in these fluids which would be a problem in the City's sewer system.

The Works Committee submits the following report (September 16, 1999) from the Commissioner of Works and Emergency Services:

Purpose:

To allow the Greater Toronto Airports Authority (GTAA) to enter into the following agreements with the City of Toronto:

(1) an Encroachment Agreement for the connection of a forcemain to our sanitary sewer system to convey spent de-icing fluid to our Humber Treatment Plant;

(2) a Sanitary Discharge Agreement for the payment of a surcharge on the water not supplied by our municipal system for water pollution control treatment purposes; and

(3) an Industrial Waste Surcharge Agreement for the payment of a surcharge for the treatment of biochemical oxygen demand (BOD) in excess of our Sewer Use By-law No. 153-89 limit.

Funding Sources, Financial Implications and Impact Statement:

This Department currently has 30 Sanitary Discharge Agreements, which allow for the recovery of approximately $700,000.00 per year in treatment costs. These charges reflect a user pay philosophy and directly recover the cost of operation of our treatment plants. In addition, we currently have 157 Industrial Waste Surcharge Agreements, which allow for the recovery of approximately $8 million per year in additional treatment costs. These charges directly offset the cost of the operation of our treatment plants.

Recommendations:

It recommended that:

(1) the City enter into an Encroachment Agreement with the Greater Toronto Airports Authority for the connection of a forcemain to our sanitary sewer system for conveying spent de-icing fluid from the Pearson International Airport's Central De-icing Facility to our Humber Treatment Plant; or, where deemed appropriate by the City Solicitor, enter into a tri-partyagreement with the GTAA and the land owner for an easement where the forcemain will be passing through private lands; and

(2) subject to the approval of Recommendation No. (1), the City enter into a Sanitary Discharge Agreement for the payment of a surcharge for the treatment of water not supplied by our municipal system under terms and conditions satisfactory to the City Solicitor and the Commissioner of Works and Emergency Services;

(3) the City enter into an Industrial Waste Surcharge Agreement for the payment of a surcharge for the treatment of BOD in excess of the Sewer Use By-law limit, under terms and conditions satisfactory to the City Solicitor and the Commissioner of Works and Emergency Services; and

(4) appropriate City officials be authorized and directed to take the necessary action to give effect thereto.

Council Reference/Background/History:

On June 24, 1980, Metropolitan Council adopted Clause No. 1 of Report No. 10 of The Works Committee, approving By-law No. 96-80, authorizing execution of agreements with industries permitting them to discharge effluent from a private water system into the Metropolitan Toronto sanitary sewer system, or any sewer system draining into the Metropolitan Toronto sanitary sewer system, under conditions of payment for treatment. Such agreements will allow the City to receive payment for treating wastewater discharged into the City's system from private sources.

Further, on November 9, 1989, Metropolitan Council, by adoption of Clause No. 6 of Report No. 16 of The Works Committee, authorized execution of agreements with industries permitting them to discharge wastewater in excess of the limits set out under By-law No. 153-89, providing that the overstrength discharges are amenable to treatment at our treatment plants. Industries are required to pay for the additional cost of treatment above the by-law limits.

Comments and/or Discussion and/or Justification:

Up to now, the de-icing of most airplanes at the airport has taken place on the terminal aprons. The de-icing fluid ( a mixture of ethylene glycol and water) which fell on the apron surface was collected and discharged at a controlled rate, either via the Region of Peel's Elmbank Road sanitary sewer into our North Mimico Creek Sanitary Trunk Sewer for treatment at the Humber Treatment Plant, or via the South Peel Sanitary Trunk Sewer for treatment at the Lakeview Treatment Plant.

At the present time, the GTAA has two separate Surcharge Agreements with the Region of Peel, which permit the GTAA to discharge spent de-icing fluid to the Lakeview Sewage Treatment Plant and the Humber Treatment Plant. Both agreements expired on June 30, 1999.

The GTAA flows which are ultimately treated at the Humber Treatment Plant are at the present time included in a reciprocal agreement which the City has with Peel Region whereby a portion of the sewage flow from Peel is treated at the Humber Treatment Plant, and in turn, a portion of the sewage flows from Toronto is discharged into the Peel system for treatment at the Lakeview Treatment Plant.

As part of a major redevelopment now underway at the airport, and in order to improve de-icing operations and to minimize degradation of the environment, the GTAA is constructing a six-bay Central De-icing Facility (CDF), at a cost exceeding $40 million. Four bays have already been constructed and used during the 1998/1999 de-icing season. The other two bays are under construction and will be operational by next de-icing season. The CDF will allow the GTAA to concentrate de-icing operations in a controlled smaller area.

Forcemain:

Due to the location of the CDF and footprint of the new terminal building, it is not practical in the long term to continue discharging spent de-icing fluid via the Regional of Peel's Elmbank Road sanitary sewer. Instead, the GTAA has applied to the City for permission to construct a 300 mm diameter forcemain, by directional drilling, which will run from the CDF across the existing Highway No. 427 to the intersection of Carlingview Drive and Meteor Drive. At Meteor Drive, the forcemain proceeds to the east down Meteor Drive to Galaxy Boulevard, at which point it continues to the east within an existing City of Toronto (formerly City of Etobicoke) sanitary sewer easement.

At the property of the Royal Woodbine Golf Course, the forcemain would be connected into a new sanitary manhole which is located on an existing City of Toronto (formerly City of Etobicoke) sanitary sewer. The sanitary sewer discharges by gravity into the North Mimico Sanitary Trunk Sewer which lies about a hundred metres to the east.

This alignment was found to be the most economical alignment to gain a discharge point into the North Mimico Creek Sanitary Trunk Sewer. Disruption to traffic has been assessed as being minimal due to the forcemain being installed by directional drilling and due to Meteor Drive being a relatively low traffic volume thoroughfare. The connection point of the forcemain is also not within the municipal road allowance and there is no impact on traffic movement. Also, the proposed alignment precludes any relocations or disruption of service to the adjacent landowners.

Sanitary Discharge:

The proposed forcemain is being built entirely on GTAA land until it crosses the City boundary. The forcemain will not discharge to a Regional of Peel sanitary sewer, consequently, it is appropriate that the City have a two-party agreement with the GTAA to accept the spent de-icing fluid into the City's sewer system. The Region of Peel Legal Department and the Region's Operation and Maintenance Division who are responsible for the Region's sewer systems, have concurred that although the GTAA is located within the Peel Municipal boundary, it is appropriate for the City to enter into an agreement with the GTAA directly given that the GTAA de-icing flows do not discharge into any part of the Peel sewer system.

Industrial Waste Surcharge:

In addition to a Sanitary Discharge Agreement, it is recommended that the City also enter into an Industrial Waste Surcharge Agreement with the GTAA for the spent de-icing fluid which has a high BOD loading. It is recommended that the agreement contain a maximum allowable BOD discharge of 600 kg per hour, not to exceed 10,500 kg of BOD in any 24-hour period which is consistent with the present reciprocal agreement which the City has with Peel for these flows. Notwithstanding these limits, we also recognize that some de-icing may continue to take place at Terminal 3, with the spent de-icing fluid being discharged via the Region of Peel's Elmbank Road sanitary sewer into the North Mimico Creek Sanitary Trunk Sewer, and ultimately treated at the Humber Treatment Plant. It should be noted that the GTAA will be limited to the maximum hourly flows of 600 kg of BOD or total daily flows of 10,500 kg of BOD, from both the Terminal 3 and forcemain discharges, both of which will ultimately be treated at the Humber Treatment Plant.

It should be noted that on February 17, 1981, Metro Council, by adoption of Clause No. 3 of Report No. 2 of The Works Committee, approved the recommendation that in order to simplify the accounting practice of determining the rates for sewage service for the South Peel Sewage Works System, the rates will continue to be based upon the cost of operation and debt service, exclusive of any revenues derived from surcharge agreements; and not to demand revenues derived from such agreements. A similar authority was obtained by Peel not to demand Metro Toronto to pay revenues derived from surcharge agreements with industries discharging to Peel. This reciprocal arrangement for the City and Peel Region has resulted in Peel Region retaining approximately $689,081.47 in surcharge revenues and the City retaining approximately $300,384.70 using 1998 surcharge calculations. However, we have written confirmation from the Region of Peel's staff indicating that, given the fact that the spent de-icing fluid is being discharged into a private forcemain owned by the GTAA, and the forcemain is constructed entirely on GTAA land until it crosses the City boundary, they have no authority under their Sewer Use By-law to enter into a surcharge agreement with the GTAA for flows discharged through the forcemain, consequently the City is entitled to receive payment for these surcharges directly from the GTAA.

In 1998, the GTAA paid to the Region of Peel $356,843.06 in surcharge for the spent de-icing fluid discharged to our Humber Treatment Plant. It should be noted that the surcharge rate calculation in the Region of Peel is approximately 40 percent higher that the City's surcharge calculations. This amount, however, will vary each year based on the weather conditions. A flow meter will be located on the forcemain to determine annual volumes for calculating the surcharge amount payable to the City.

Conclusions:

It is recommended that the City enter into an agreement with the GTAA for the connection of a forcemain to our sanitary sewer system to convey spent de-icing fluid from the Central De-icing Facility to our Humber Treatment Plant for treatment. A Sanitary Discharge Agreement should also be established to recover the cost of treating water not supplied by our municipal water supply system. Finally, an Industrial Waste Surcharge Agreement should be established to allow the GTAA to discharge spent de-icing fluid through the forcemain directly into our sanitary sewer system and pay for the treatment of the overstrength BOD directly to the City.

Contact Name:

Vic Lim, P.Eng.

Manager, Industrial Waste and Storm Water Quality

Telephone: 392-2966; Fax: 397-0908

(City Council on October 26 and 27, 1999, had before it, during consideration of the foregoing Clause, a communication (October 18, 1999) from Mr. Steve Shaw, Vice President, Corporate Affairs and Communications, Greater Toronto Airports Authority, providing a briefing paper, "Environmental Management Policy" which outlines the commitment of the Greater Toronto Airports Authority (GTAA) to the environment.)

23

Sanitary Discharge Agreement -

Wellesley Central Hospital

(Ward 24 - Downtown)

(City Council on October 26 and 27, 1999, adopted this Clause, without amendment.)

The Works Committee recommends the adoption of the following report (August 31, 1999) from the Commissioner of Works and Emergency Services:

Purpose:

To allow the Wellesley Central Hospital to enter into a Sanitary Discharge Agreement with the City of Toronto permitting it to discharge from its private water system into the sanitary sewer system and pay a surcharge fee.

Funding Sources, Financial Implications and Impact Statement:

This Department currently has 30 Sanitary Discharge Agreements, which allow for the recovery of approximately $700,000.00 per year in treatment costs. These charges reflect a user pay philosophy and directly recover the cost of operating our treatment plants.

Recommendation:

It is recommended that we be authorized to enter into a Sanitary Discharge Agreement with the Wellesley Central Hospital for the discharge of treated ground water from its private water system at 10 Wellesley Place to the sanitary sewer system, under terms and conditions satisfactory to the City Solicitor and the Commissioner of Works and Emergency Services.

Council Reference/Background/History:

On June 24, 1980, Metropolitan Council adopted Clause No. 1 of Report No. 10 of The Works Committee, approving By-law No. 96-80, authorizing execution of agreements with industries permitting them to discharge effluent from a private water system into the Metropolitan Toronto sanitary sewer system, or any sewer system draining into the Metropolitan Toronto sanitary sewer system, under conditions of payment for treatment.

Comments and/or Discussion and/or Justification:

ALTECH Environment Consulting Ltd. is assisting the Wellesley Central Hospital in the remediation of subsurface hydrocarbon contamination at their site located at 10 Wellesley Place.

Ground water will be pumped from a collection system into a 55-gallon retention drum. The collected ground water will then be pumped from the retention drum into a series of carbon drums to remove any hydrocarbons, before discharging into the sanitary sewer system on Wellesley Place. The resulting discharge from the drums will be treatable within the City Sewer Use By-law limits. There will be a sampling port between the carbon drums to determine performance and replacement of the carbon drums.

The remediation program is expected to last at least two years, and the anticipated maximum discharge into the sanitary sewer system will be 62.5 litres per hour. Water quality monitoring will be conducted on a regular basis during the pumping operation to ensure compliance with the Ministry of the Environment's 1997 Guideline for Use at Contaminated Sites in Ontario, Table B, Industrial/Commercial Land Use Criteria in a Non-Potable Ground Water Situation, and the Toronto Sewer Use By-law No. 153-89. Samples of the influent and effluent will be taken immediately after start-up, once a week for the first month, monthly for the first quarter and quarterly until the end of the project.

Conclusions:

In accordance with our policy with regard to By-law No. 96-80, the Wellesley Central Hospital, through its consultant, has been notified of the surcharge rate of $0.3859 per cubic metre to be levied in 1999, and has signified agreement to the surcharge amount.

Contact Name:

Vic Lim, P. Eng.

Manager

Industrial Waste and StormWater Quality

Telephone: 392-2966; Fax: 397-0908

24

Additional Expenditures for Extra Work

on Capital Projects Currently in Progress

(City Council on October 26 and 27, 1999, adopted this Clause, without amendment.)

The Works Committee recommends the adoption of the following report (September 20, 1999) from the Commissioner of Works and Emergency Services:

Purpose:

To obtain Council authorization to negotiate and authorize additional expenditures for the performance of necessary additional work on contracts within the Water and Wastewater Services Division as outlined in this report.

Funding Sources:

Funds are available in the approved 1999-2003 Water and Wastewater Services Division Capital Accounts for each contract outlined in this report.

Recommendations:

It is recommended that:

(1) additional expenditures in the amount of $212,343.41 including Goods and Services Tax be authorized for the performance of necessary additional work on Water and Wastewater contracts, as described herein and in accordance with the amounts listed in Appendix B attached; and

(2) the appropriate City officials be authorized to take the necessary action to give effect thereto.

Background:

At its meeting of January 6, 1998, City of Toronto Council enacted By-law No. 7-1998, Interim Financial Control By-law, which repealed former Metro By-law No. 146-90. As the new by-law contains no provision to exceed the awarded contract value, as confirmed by the City's Legal Division, the Department has effectively lost its ability to authorize the unforeseen and necessary additional work that may arise during construction of capital projects. This is particularly problematic in instances where the capital construction is tendered on a firm, lump sum basis. For contracts recently tendered, since confirmation of the repeal of former Metro By-law No. 146-90, we have been providing, on an interim basis, a general contingency allowance for possible extra work into the Schedule of Prices for Alterations, Extras, and Deductions for incorporation into the total lump sum tender price. However, in the case of contracts identified herein, Contract No. WS-4-97, Rehabilitation of the 13.8 kV Power Substation at the R.C. Harris Filtration Plant, and Contract No. WPC-8-97, Replacement of Sludge Dewatering Centrifuges at the Highland Creek Treatment Plant, no such general contingency was added, as we believed it was still available through former Metro By-law No. 146-90.

At the time of award, in accordance with former Metro By-law No. 146-90, as amended, a Department Head had authority to approve additional expenditures on a commitment in accordance with the by-law up to an amount equal to ten percent of the commitment. As such, under the former Metro by-law a further ten percent of the awarded contract amount for each of the contracts identified herein would have been available for required extra work on each contract.

Comments and Justification:

Shown in Appendix A are the above-noted contracts which require the performance and/or payment of approved extra work.

Appendix B identifies the extra work necessary to be performed for both of the contracts described in Appendix A along with their corresponding costs.

Through the course of construction under Contracts Nos. WS-4-97 and WPC-8-97, a number of issues have arisen that required work in addition to the scope of work specified in the contract documents. To ensure continuity with respect to liability and warranty issues under the contracts, these changes must be implemented by the issuance of extra work orders.

Some of the extra work is required to be performed to conform to recently changed regulatory code requirements or operating procedures, and should be implemented to ensure construction of the best possible finished product.

With respect to Contract No. WS-4-97, Toronto Hydro's standard compliance changes and the unanticipated strike by Toronto Hydro personnel required additional effort. Because of the inherent uncertainty of the strike duration and the regulation imposed by Toronto Hydro that no newly-installed switchgear can be energized without Toronto Hydro's commissioning, a decision was made not to proceed with removal of the old equipment. This was done to avoid entering the high water demand period with less than full power capacity. This decision effectively led to deferral of the replacement work on the last transformer-switchgear assembly until after October 1, 1999, representing the start of the low water demand period reflecting lower electrical power consumption. The contract documents specified that no work could be undertaken during the high water demand seasonal period between May 1 and October 1.

The necessary extra work to be authorized under these contracts is due to unexpected circumstances which have arisen during construction, and amounts to a combined total of $212,343.41 for both contracts.

Conclusion:

The additional expenditures for extra work in the amount of $212,343.41, including GST are summarized in Appendix B attached. This additional work is necessary to either meet regulatory code requirements and/or ensure construction of the best possible product.

Contact Names and Telephone Numbers:

P. Jancic, P. Eng. A.F. Piccolo, P. Eng.

Senior Project Engineer Senior Project Engineer

Engineering Services - Works Facilities Engineering Services - Works Facilities and Structures and Structures

Technical Services Division Technical Services Division

Telephone No. (416) 392-8251 Telephone No. (416) 392-8853

Appendix A

Water and Wastewater Services Division

Capital Contracts Requiring the Performance

and/or Payment of Approved Extra Work
Capital
Acct. No.
Contract

No.
Description
Authority re
Contract Award
Awarded

Contract
Amount

Inc. GST
Date of Order

to Commence

Contract Work
Water Supply Contracts:

WS295

WS-4-97 Rehabilitation of the 13.8 kV Power

Substation at the R.C. Harris

Filtration Plant

EPS Report

No. 12, Clause No. 28, adopted by Council on September 8, 1997

$1,884,500.00 to K-Line Maintenance and Construction Ltd. December 16, 1997
Water Pollution Control Contracts:

WP050

WPC-8-97 Replacement of Sludge Dewatering Centrifuges at the Highland Creek Treatment Plant EPS Report

No. 12, Clause

No. 14, adopted

by Council on September 24, 1997

$1,645,000.00 to Ram Mechanical Contractors Limited November 17, 1997

Appendix B

Request for Authorization of Additional Expenditures

for Extra Work on Water and Wastewater

Contracts Identified in Appendix A

Contract

No.
Extra Work Description/Justification
Terms
Authorized

Additional

Amount
WS-4-97

WPC-8-97

Provision of Type B Toronto Hydro (TH) incoming/metering cells

CREDIT: Provision of non-arc proof TH incoming/metering cells

THES warning labels

THES interlocks

THES pilot wire CTs

CREDIT: Deletion of metering cabinet (TH consulted)

Extra shop drawings of switchgear to expedite TH part of work

CREDIT: Deletion of Extra Sets of CTs (6 Sets)

CREDIT: Parking lot grounding grid

CREDIT: Front door glazing (Heritage Committee request)

CREDIT: Floor channels

Civil works - modifications to accommodate General Switchgear equip.

Seal for floor cracks

CREDIT: Transformer loss credit

Low Voltage terminations - 1250 kcmil extra termination cost

General Switchgear - SCADA changes

Metering conduit (enforced by TH)

Dedicated AC/DC supply (safety and security concerns)

CREDIT: Delete P & C wiring

Supply and install telephone splitter

Supply and install cordless wrench

Ferranti transformer claim

Add CT (P&C) wiring

Delay in T1 installation - TH strike (site storage, double handling, etc.)

Floor painting

Rescheduling of work due to Plant operations

Add D C breaker

Add Feature to Battery Charger

SUB TOTAL RE EXTRA WORK FOR WS-4-97

Additional hardware and software for interlocks & control of system

Programming modifications for alarms, control back-up and configuration, provision of additional valving and piping

SUBTOTAL RE EXTRA WORK FOR WS-8-97

TOTAL RE EXTRA WORK FOR BOTH CONTRACTS NOTED

Lump Sum

Lump Sum

Lump Sum

Lump Sum

Lump Sum

Lump Sum

Lump Sum

Estimated

Lump Sum

Lump Sum

Lump Sum

Lump Sum

Lump Sum

Estimated

Lump Sum

Estimated

Estimated

Estimated

Lump Sum

Lump Sum

Lump Sum

Estimated

Lump Sum

Estimated

Estimated

Lump Sum

Lump Sum

Lump Sum

Lump Sum

Lump Sum

80,810.37

-85,000.00

1,807.60

507.54

2,392.41

-554.19

617.93

-2,000.00

-2,247.00

-1,979.50

-2,773.44

31,145.32

12,198.16

-3,000.00

2,319.65

1,281.33

10,905.95

13,400.00

-5,157.51

3,692.89

1,975.28

16,236.84

15,575.71

66,813.48

13,858.93

4,756.90

3,390.52

3,019.04

183,994.21

13,068.86

15,280.34

28,349.20

212,343.41

25

Engineering Services to Complete the Replacement

of Sludge Dewatering Centrifuges Contract

at the Highland Creek Treatment Plant

(City Council on October 26 and 27, 1999, adopted this Clause, without amendment.)

The Works Committee recommends the adoption of the following report (September 20, 1999) from the Commissioner of Works and Emergency Services:

Purpose:

To authorize additional engineering fees for general administration and site supervision services related to Contract No. WPC-8-97, "Replacement of Centrifuges for the Sludge Treatment Building at the Highland Creek Treatment Plant".

Funding Sources:

Funding is available in the approved 1999-2003 Water and Wastewater Services Division Capital Works Program, Water Pollution Control, Highland Creek Treatment Plant, Equipment Replacement Account No. C-WP050.

Recommendation:

It is recommended that authority be granted to extend the previously engaged services of the engineering firm of Proctor & Redfern Limited for general administration and site services during construction of the Replacement of Sludge Dewatering Centrifuges project at the Highland Creek Treatment Plant, for a fee not exceeding $72,000.00, including all applicable taxes and disbursements, based on the previously authorized contingency unit rate of $4,500.00 per week.

Background:

Metropolitan Council on August 10, 1994, by adoption of Works Committee Report No. 14, Clause No. 16, authorized the engagement of the firm of Proctor & Redfern Limited to provide engineering design services in connection with this project, composed of two contracts, one for the supply, delivery, supervision of installation and commissioning of two centrifuges (WPC-1-96) and the other for the installation of centrifuges, including provision for sludge feed and polymer systems and commissioning of the replaced sludge dewatering system (WPC-8-97).

With the report for the award of the equipment supply contract in the amount of $1,693,000.00, Metropolitan Council on August 14, 1996, by adoption of Clause No. 10 of Report No. 13 of The Environment and Public Space Committee, authorized the extension of Proctor & Redfern's services to include contract administration services for the supply contract in the amount of $9,700.00 including taxes.

As the procurement of the centrifuge equipment was secured, the installation contract was awarded on September 24, 1997, by Metropolitan Council in the amount of $1,645,000.00 by adoption of Clause No. 14 of Report No.12 of The Environment and Public Space Committee. The report also authorized the extension of Proctor & Redfern's services to include general administration and site services during construction of the centrifuges installation contract in the amount of $320,000.00, including taxes, based on an anticipated tendered construction period of 52 weeks, with the provision for further extension at a contingency rate of $4,500.00 per week for continuation of services beyond the 52 weeks, if necessary and as authorized by the Commissioner of Works, all under the terms of the existing engineering services agreement.

The new sludge dewatering centrifuge system has been operating since February 9, 1999, with only a partial automated control system due to unexpected problems encountered during the integration with the existing control system. Investigation of the control system and upgrading of some of the existing computer hardware by companies having expertise in communications and software systems, was necessary to allow resumption of contractual site activities and completion of the new control system integration with the existing.

Contractual completion is now expected by the end of September 1999, with no delay claims, as this Department, with the assistance of our consultants, reached an agreement with the contractor involved, allowing a control system audit and upgrade by a third party to proceed with the contractor's commitment of no delay claim submissions. Therefore, the completion date of Contract No. WPC-8-97, originally tendered as November 16, 1998, will now be extended to the end of September 1999, or an extension of 46 weeks, due to unexpected site conditions.

During the extended construction period, the City's consultant, Proctor & Redfern Limited, have been involved only on as needed basis with the project and are requesting additional fees in the amount of $72,000.00, including taxes and disbursements, equating to a time period of 16 weeks at the unit rate of $4,500.00 per week, previously authorized for such extensions of services. The additional fees will bring the total of contract administration and site supervision engineering services to an amount of $401,700.00, including taxes and disbursements, on a total awarded contract amount of $3,338,000.00, including both the equipment supply and installation contracts.

Conclusions:

In view of the unexpected site conditions encountered in integrating the new control system with the existing system, requiring a third party investigation and a limited upgrade of the existing system, Contract No. WPC-8-97 was unavoidably prolonged by 46 weeks, extending the requirements of contract administration and site supervision on an as needed basis by 16 weeks.

Accordingly, the engineering fees for Proctor & Redfern Limited should be increased by $72,000.00, including applicable taxes and disbursements.

Contact Name and Telephone Number:

Adrian Piccolo, P. Eng.

Senior Project Engineer

Plant & Facility Construction

416-392-8853

26

Multiple Residential Properties - Sewer Drains

(City Council on October 26 and 27, 1999, adopted this Clause, without amendment.)

The Works Committee recommends the adoption of the recommendations embodied in the communication dated October 4, 1999, from Councillor Joe Pantalone, Trinity Niagara, subject to adding the words "on City property" after the word "situations".

The Works Committee reports, for the information of Council, having requested the Commissioner of Works and Emergency Services to submit a brief report directly to Council for its meeting on October 26, 27 and 28, 1999, on current standards with respect to multiple drains.

The Works Committee submits the following communication (October 4, 1999) from Councillor Joe Pantalone, Trinity Niagara:

Recommendation:

That the Commissioner of Works and Emergency Services be authorized to regularize multiple drain situations:

(1) where the department is already doing work at or near the locality;

(2) where it is recognized that it would be cost-effective; and

(3) where there is a blockage problem that is likely to re-occur;

and further that the Commissioner report to the Budget Advisory Committee as part of the Capital Budget process on what funds need to be allocated to achieve this cost-effective measure.

I have discussed the above with the Commissioner of Works and Emergency Services and he is supportive of this recommendation.

The Works Committee also submits the following report (June 18, 1999) from the Commissioner of Works and Emergency Services:

Purpose:

To provide for each district the distribution of homes currently serviced with corporate/City's sewer drains to which multiple private sewer drains are connected, the estimated total cost to install a corporate sewer at each home in the City, an implementation strategy, and an alternative strategy to reduce conflicts/disputes among neighbours regarding sewer drains.

Financial Implications:

The estimated total cost to install an individual corporate drain to each home in the City is approximately $1,326 million for homes currently with 'Y' connected drains (two homes), and approximately $44.4 million for homes currently serviced with header drains (more than two homes).

Recommendation:

That this report be received as information.

Council Reference:

At its meeting of May 26 and 27, 1999, the Toronto Community Council, having received a letter from Councillor Pantalone (May 19, 1999), requested the Commissioner of Works and Emergency Services, in consultation with appropriate officials, to report on:

(1) sewage drains servicing multiple residential properties;

(2) problems which are encountered with such sewage drains (including neighbour disputes and inefficiencies with such drains); and

(3) how a city-wide program similar to the Water Service Upgrading Program could achieve separate drains for each residential property.

Discussion:

Wastewater from a home flows/discharges to the City's sewer by means of a drain which is made up of two sections. The section from the sewer to the property line, known as the City or corporate drain, is owned by the City which is responsible for any problem found therein. The other portion from the property line to the house, known as the private drain, is owned by the homeowner who is responsible for any problem found therein.

There are three types of drain connections:

(i) a single drain servicing a single home;

(ii) Y' connected drains (a single City drain servicing two homes via a 'Y' connector); and

(iii) 'header' drain (a single City drain connected to a header drain into which more than two individual private drains are connected).

The estimated number of homes serviced by the three types of drains are:

District

No. of Homes Serviced by

Single Drain

'Y' Drain

Header Drain

East York

Etobicoke

North York

Scarborough

Toronto

York

Total

800

16,000

70,000

25,100

20,200

9,600

141,700

19,000

41,000

14,000

64,000

68,000

15,000

221,000

400

1,200

1,700

1,800

1,800

500

7,400

Problems associated with drains are collapsed/broken pipes, or blockage by roots or debris. These problems are common to both the private and the City drains. Disputes among residents with single and 'Y' connected private drains are not common and are easily resolved. However, disputes regarding investigations and repairs associated with header drains occur frequently because the investigation to locate and repair the problem is complex, often requiring costly excavation on City property to solve a problem for an up-stream property. Then there are disputes as to who pays and in what proportions. The disputes become even more complicated when the header drain is located beneath verandas, steps or flower gardens or is at the rear of the homes.

One option to avoid disputes among neighbours regarding drain problems is for the City to provide a single corporate drain to each home. The estimated cost to provide single corporate drains to the 221,000 homes serviced by 'Y' connected drains is $1,326 million, and to the 7,400 homes serviced by header drains is $44.4 million. The average cost to install an average corporate drain is taken as $6,000.00. Installation will be more costly if the depth of the sewer exceeds three metres or is in a difficult location.

Implementation of a program to systematically provide individual corporate drains for 'Y' connected private drains is relatively simple, since their locations are known. However, knowledge of where most of header drain connected private drains are located is limited, and unless a separate program to locate them is carried out, it will be difficult to implement a systematic installation program concurrent with the 'Y' connected drain program. Therefore, it may be preferable to carry out this program on an 'ad hoc' basis, i.e., to install only when they are found during a complaint investigation.

As can be noted in the foregoing, the provision of individual corporate drains to homeowners throughout the City would be costly and have limited benefits. As an alternative, to reduce the incidence of disputes arising out of drain problems, staff suggest that 'clean-outs' be systematically installed at 'Y' connectors and at the 'T' junctions of the corporate drains and the header drains. By so doing, such clean-outs will preclude the need for costly excavation and will provide easy access to both the corporate drain and the private drain for the purposes of locating problems (via closed circuit television camera inspections) and of removing drain blockages. The cost of installing clean-outs will be the responsibility of the affected homeowners.

With respect to new drain installations, the Draft Sewer Use By-Law which is currently in a public consultation phase recommends that an individual corporate drain be installed to each house.

Conclusions:

The provision of all homes with individual corporate drains will eliminate disputes among homeowners whose properties are serviced with corporate drains with multiple private drain connections, however, it is far too costly with limited benefit.

A less costly and effective alternative to reduce disputes and conflicts among homeowners whose properties are serviced with corporate drains with multiple private drain connections, is to install clean-outs at 'Y' connectors and at the 'T' junction of the header drain and the corporate drain when problems occur.

Contact Name:

Wayne Green, Director

Quality Control and System Planning

Telephone: (416) 392-8242

Fax: (416) 392-2974

e-mail: wayne_green@metrodesk.metrotor.on.ca

--------

Councillor Joe Pantalone, Trinity Niagara, appeared before the Works Committee in connection with the foregoing matter.

(City Council on October 26 and 27, 1999, had before it, during consideration of the foregoing Clause, the following report (October 21, 1999) from the Commissioner of Works and Emergency Services:

Purpose:

To advise on the current standard with respect to multiple sewer drain connections.

Financial Implications and Impact Statement:

None.

Council Reference:

The Works Committee at its meeting of October 6, 1999 requested that the Commissioner of Works and Emergency Services submit a brief report directly to Council for its meeting on October 26, 27 and 28, 1999, on the current standard with respect to multiple drains.

Recommendations:

It is recommended that this report be received as information.

Discussion:

Historically, multiple drains or header drains were installed by developers across front yards and/or back yards as a means of servicing a group of homes thus minimizing the servicing costs of installing individual service connections into the street sewer. This practice has subsequently been discontinued and for the past ten years very few "header drain" service installations on private property have been carried out.

None of the former Cities developed a standard for this type of multiple drain servicing, as each site was uniquely different, depending upon the number of homes and location of the multiple drain.

A second type of multiple drain servicing which was more commonly used in each of the former Cities, except Etobicoke and North York, is that of a double connection ("Y" connection) used to serve two adjacent homes. The use of "Y" connections was most common for sanitary connections. Very few "Y" connections have been used for storm sewer connections in the former Cities.

There is no common "Y" connection standard in the former Cities for either the drain pipe size or for installation configuration. The pipe size for both sanitary and storm drain "Y" connections ranges from 100mm (4 inches) to 150mm (6 inches).

Not withstanding the foregoing, it is proposed that "Y" connections will no longer be permitted and individual storm and sanitary connections be adopted as the new City's standard once the City's 'new' Sewer Use By-law is approved by Council. According to Part 11, Section 10, double municipal sewer connections will be prohibited, and by extension so will header drains. It should be noted that the Works and Utilities Committee at its meeting of April 21, 1999 recommended that the draft Sewer Use By-law be approved for publication, and that staff be authorized to consult with the public, industries, interest groups, affected agencies, and Boards and Commissions on the draft By-law.

Conclusions:

There is no applicable city-wide standard for multiple sewer drain connections, and standardization of sewer drain connections will be realized if the draft Sewer Use By-law is adopted in its present form.

Contact:

Wayne Green, Director

Quality Control and System Planning

Telephone: (416) 392-8242

Fax: (416) 392-2974

e-mail:wgreen@toronto.ca)

27

Replacement of Flow Meters and

Automatic Samplers -

Water and Wastewater Services

(City Council on October 26 and 27, 1999, adopted this Clause, without amendment.)

The Works Committee recommends the adoption of the following report (September 9, 1999) from the Commissioner of Works and Emergency Services:

Purpose:

To allow us to replace existing intrinsically unsafe flow meters and automatic samplers with intrinsically safe ones, in compliance with the Ontario Electrical Safety Code and the corresponding National Fire Protection Association 820 Standard.

Funding Sources, Financial Implications and Impact Statement:

Currently in the Water and Wastewater Services Division, we have 112 intrinsically unsafe flow meters and 64 intrinsically unsafe automatic samplers. The replacement cost for each flow meter is approximately $10,000.00 and for each automatic sampler approximately $15,000.00. The total replacement cost for the 112 flow meters and 64 automatic samplers is approximately $2,080,000.00. The replacement of this equipment will neither incur savings nor enhance revenues. It will, however, protect staff and the public against equipment induced explosion in the sewer system and any resultant personal or related damage.

Funds to replace the flow meters and automatic samplers intrinsically unsafe are available in the Water Pollution Control Repair and Replacement Reserve Account.

Recommendation:

It is recommended that the replacement of 64 intrinsically unsafe automatic samplers be replaced in 1999 and the remaining 112 intrinsically unsafe flow meters be replaced in 2000 at a total replacement cost of $2,080,000.00, all of which will be charged to the Water Pollution Control Repair and Replacement Reserve account.

Council Reference/Background/History:

We were advised, at a meeting held on October 1, 1998, by the Ministry of Labour and Ontario Hydro that any electrically operated equipment installed in sewer systems must be intrinsically safe in compliance with the Ontario Electrical Safety Code and corresponding National Fire Protection Association 820 Standard.

Intrinsically safe means that any open spark or thermal effect occurring in the equipment will not cause ignition of gases in the sewer atmosphere.

Comments and/or Discussion and/or Justification:

Currently, we have an inventory of 139 flow meters and 64 automatic samplers. Of the 139 flow meters, 112 of these are intrinsically unsafe. Of the 64 automatic samplers, none of them are intrinsically safe. The following details the number of intrinsically unsafe and intrinsically safe flow meters and automatic samplers by Sections within the Water and Wastewater Division, and the total replacement cost.

Table I


Intrinsically Unsafe Intrinsically Safe

Flow Meters Auto Samplers Flow Meters Auto Samplers

Conclusions:

Districts 1 & 2 32 5 13 0

Districts 3 & 4 31 2 8 0

Water Pollution Control - 49 0 6 0

Collection System Services

Quality Control & System 0 57 0 0

Planning - Industrial Waste &

Storm Water Quality

Total Number 112 64 27 0

Replacement Cost $1,120,000 $960,000 - -

Total Replacement Cost $2,080,000


Flow meters are installed inside maintenance access holes to monitor combined sewer overflows, collect data on system performance and analyse the sewer system flow capacity. Flow monitors are also used to analyse problem areas where, for example, basement flooding is occurring and provide information for cleaning and capital improvement programs. The flow meters measure the depth and velocity of the flow and have data loggers which record flow information for short periods of time, and in some cases may remain at one location for several years.

The Industrial Waste and Storm Water Quality Unit presently uses 57 automatic samplers to monitor the discharges from over 1,100 industries for compliance with the Sewer Use By-law No. 153-89. The sampling of 157 surcharge companies generates about $8 million in surcharge revenue for the City. The automatic samplers are installed in maintenance access holes on the industry's private drains and also on the municipal storm and sanitary sewer lines. Most samplers are moved daily to different locations, however, some may remain at one location for several months.

The National Fire Protection Association (NFPA) 820 Standard (1995) for Fire Protection in Wastewater Treatment and Collection Facilities requires that all electrically operated equipment installed in sanitary or combined sewers must meet the specifications of Class I, Division 1 National Electrical Code - Area Electric Classification.

The Ontario Electrical Safety Code, with which the Ministry of Labour states we must comply, references the requirements of the NFPA 820 Standard. We have a letter on file from Mr. Gordon Collinson, Acting Provincial Engineer with the Ministry of Labour, which states that a sanitary sewer is classified as a Class I, Zone 1 environment. Therefore, in order to comply with the Ontario Electrical Safety Code, all intrinsically unsafe flow meters and samplers installed in the sewer system must be replaced with those which meet the Class I, Zone 1 specifications.

Staff have investigated alternative solutions for meeting the Safety Code requirements such as installing the automatic samplers outside the maintenance access holes. This however, is not feasible as most maintenance access holes are located either in roadways, driveways or parking lots. Further, locating equipment outside the maintenance access holes will result in the loss of the ability of inconspicuous sampling, the problem of freezing in the winter months, the probability of vandalism, and health and safety concerns of the public coming into contact with the equipment.

Another alternative considered would be to revert back to 100 percent manual sampling. However, the automatic samplers allow continuous sampling over a 24-hour period unattended while manual sampling would require three people each on an eight-hour shift plus travelling time. This would prove to be prohibitively expensive and inefficient.

Automatic flow sampling equipment therefore is essential to efficiently obtain sewage samples for verifying that industrial discharges conform to the limits set out in the Sewer Use By-law, and further, as a basis for determining sewer surcharge billing amounts.

As noted in Table I, the City presently has no intrinsically safe flow meters. It is recommended therefore that an order be placed immediately to acquire the 64 auto samplers which are used primarily for industrial waste discharge sampling. These sampling points are usually the higher risk locations where volatile or explosive gases may be present. It is recommended that the remaining 112 intrinsically unsafe flow meters be replaced early in 2000 following approval of the 2000 Capital Budget.

There are presently 27 flow meters throughout the City which are intrinsically safe and which will be installed in locations where there may be a higher risk of volatile and explosive gases. As a due diligence measure, staff have developed a work procedure for carrying out a more aggressive air quality testing program of the sewer gases before installing and/or removing any of the intrinsically unsafe equipment that may be used until the full replacement program is completed. However, replacement of all the flow meters and samplers is required to meet Ministry of Labour and Ontario Hydro standards.

Conclusions:

We have been advised by the Ministry of Labour and Ontario Hydro that all our flow meters and automatic samplers installed inside maintenance access holes must meet Class I, Division 1 or Zone 1 specifications, in compliance with the Ontario Electrical Safety Code.

To replace the 112 flow meters and 64 automatic samplers that are intrinsically unsafe would cost $2,080,000.00. We recommend the replacement of these flow meters and samplers over a two-year period commencing in 1999.

Contact Name:

Vic Lim, P. Eng.

Manager, Industrial Waste and Storm Water Quality

Telephone: 392-2966; Fax: 397-0908

28

Apartment Recycling Pilot Project and

OMG Media Bin Launch Event

(City Council on October 26 and 27, 1999, received this Clause for information.)

The Works Committee reports having directed that the report dated September 30, 1999, from the Commissioner of Works and Emergency Services be submitted to Council without recommendation.

The Works Committee further reports having requested the Commissioner of Works and Emergency Services to submit a report to the Committee on the pilot projects already undertaken by the former Metropolitan Toronto.

The Works Committee submits the following report (September 30, 1999) from the Commissioner of Works and Emergency Services:

Purpose:

The purpose of this report is to advise Committee of two separate waste diversion initiatives that staff are undertaking with financial support from the private sector.

Funding Sources, Financial Implications and Impact Statement

There are no financial implications arising from the report.

Recommendation:

That this report be received for information.

Background:

In early 1999, Solid Waste Management Services staff met with representatives of the Canadian Soft Drink Association (CSDA) to discuss potential projects for increasing the recovery rate of beverage containers from the residential waste stream and, in particular, from apartment buildings.

From those discussions, we have developed a six-month pilot project to test fully commingled Blue Bag recycling systems in two apartment buildings in the Etobicoke community.

With respect to the OMG Media litter bin project, we have been in discussions with Corporations Supporting Recycling (CSR) about testing different methods of servicing the new multi-compartment bins. CSR has offered to provide a three-compartment garbage and recycling truck for a five to six-month test period.

Discussion/Justification:

The apartment recycling pilot project will test innovative new methods of recovering recyclables from high rise buildings. In the first building, residents will be provided with a three-month supply of see-through blue bags. The residents will be instructed to commingle all their fibre and container materials in the bags and deposit the full bags in the building's garbage chute. The mix of garbage and Blue Bag material will be transported to a private waste processor, Recycle Plus, where the Blue Bags will be separated from the garbage, and the recovered material sorted and marketed.

After the first three months, residents will be requested to purchase the Blue Bags at local grocery stores for the remainder of the six-month pilot project.

In the second building, residents will also be supplied with Blue Bags for their fibre and container materials, except instead of depositing the bags in the garbage chute, they will be instructed to carry them down to a bulk lift container beside the building.

Waste and recycling audits will be conducted before, during and after the pilot project to determine the impact of the new systems on material recovery levels. All costs associated with waste audits, special collections, processing and promotion will be paid by CSDA. The City of Toronto and CSDA logos will appear on the promotional materials.

The three compartment OMG Media litter/recycling bins will be installed on street allowances starting in mid-October. While the OMG bins will generate significant advertising revenue for the City, this will be partially offset by the increased cost of collecting litter, fibre and containers from each bin. Staff are currently evaluating alternative methods of servicing the bins. CSR has offered to provide a special three-compartment truck to test in the City for a three to six-month period. CSR has also negotiated a special rate for all its member companies to purchase ad panels on a number of OMG Media bins which provide clear instructions to pedestrians on how to use the bins properly.

A media event is being planned for late October - early November to launch the OMG Media bin project and to educate City of Toronto pedestrians on how to use the new bins. City of Toronto politicians and senior staff, OMG Media officials and CSR representatives will be invited to attend the media launch.

Conclusions:

The apartment recycling pilot project and the OMG Media litter/recycling bin project are examples of progressive waste diversion initiatives being undertaken with financial support from private sector partners. Solid Waste Management Services is continuing to pursue similar initiatives to further our waste diversion goals.

Contact Name:

Andrew Pollock

Director, Policy and Planning

Solid Waste Management Services

Works and Emergency Services

Metro Hall, 19th Floor

Phone: 392-4715; Fax: 392-4754

E-mail: andy_pollock@metrodesk.metrotor.on.ca

(City Council on October 26 and 27, 1999, had before it, during consideration of the foregoing Clause, a list (undated) submitted by Councillor King, entitled "(CSR) Corporations Supporting Recycling Members".)

29

Landfill Gas Control Excellence Gold Award

for the Keele Valley Landfill Site

(City Council on October 26 and 27, 1999, amended this Clause by adding thereto the following:

"It is further recommended that City Council officially congratulate the staff of the Works and Emergency Services Department on this Landfill Gas Control Program.")

The Works Committee reports having:

(1) extended its congratulations to Works and Emergency Services staff on receiving the Solid Waste Association of North America 1999 Landfill Gas Control Excellence Gold Award for the Keele Valley Landfill Site; and

(2) directed that the following report (September 30, 1999) from the Commissioner of Works and Emergency Services be submitted to Council for information:

Purpose:

The purpose of this report is to notify City Council that the Solid Waste Association of North America has selected the City of Toronto to receive the 1999 Landfill Gas Control Excellence Gold Award for the Keele Valley Landfill Site.

Funding Sources, Financial Implications and Impact Statement:

None.

Recommendation:

It is recommended that this report be received for information.

Council Reference/Background/History:

Not applicable.

Comments and/or Discussion and/or Justification:

The Solid Waste Association of North America (SWANA) has selected the City of Toronto to receive the 1999 Landfill Gas Control Excellence Gold Award for the Keele Valley Landfill Site. The award will be presented at the 37th Annual International Solid Waste Exposition in Reno, Nevada, on October 21, 1999.

SWANA is a national trade organization that represents both government and private sector organizations in the waste management business. The SWANA Excellence in Solid Waste Management Program annually recognizes the development of environmentally and economically sound solid waste management programs. The evaluation includes environmental compliance, program efficiency and effectiveness, safety and innovation.

The Keele Valley landfill gas collection system has been implemented progressively by the City of Toronto since 1983. It comprises more than 40 kilometres of horizontal trenches and vertical wells constructed throughout the landfill, dual perimeter gas collection headers, a series of six negative pressure blowers and four flares. The system is continuously expanded and monitored to maximize its efficiency thereby reducing the emission of odours and greenhouse gases. Keele Valley has the highest verified ratio of landfill gas collected to the mass of waste in place for any landfill in North America.

It should be noted that the City of Toronto has received previous recognition from SWANA including the Gold Award for transfer operations in 1995, the System Excellence Award for Recycling in 1994, the Meritorious Achievement Award for the Household Hazardous Waste Program in 1993 and the Meritorious Achievement Award in the Landfill Category (Keele Valley Landfill) in 1988.

Conclusion:

The Solid Waste Management Services Division continues to maintain the highest levels of service delivery.

Contact Name:

Lou Ciardullo, P. Eng.

Manager, Landfill Operations

Solid Waste Management Services

Tel: (905) 832-0682 (Ext. 235)

Fax: (905) 832-4944

E-mail: lou_ciardullo@metrodesk.metrotor.on.ca

30

Other Items Considered by the Committee

(City Council on October 26 and 27, 1999, received this Clause, for information.)

(a) Water Harmonization and Universal Metering in the Former Cities of Toronto and Etobicoke.

The Works Committee reports having:

I. recommended to the Policy and Finance Committee the adoption of the following report with the exception of Recommendations Nos. (7) and (10) which were previously adopted by Council (Clause No. 10 of Report No. 2 of The Works Committee, adopted by Council on July 27, 28, 29 and 30, 1999), subject to:

(1) deleting the word "voluntary" in Recommendations Nos. (1), (2) and (6) and inserting in lieu thereof the word "mandatory";

(2) striking out Recommendations Nos. (1)(ii), (1)(iii) and (1)(iv) and inserting in lieu thereof the following:

"1(ii) the flat rate water and sewer service charge be increased by 100 percent for customers who have received adequate notice (minimum three written notices) and have been provided with sufficient time to arrange for the mandatory installation of a water meter but continue to refuse to co-operate, and that the flat rate water and sewer service charges be increased by an additional 100 percent every year thereafter";

(3) striking out Recommendations Nos. (2)(i) and (3);

(4) striking out the words "three years" and "November 1, 2002" in Recommendation No. (2)(ii) and inserting in lieu thereof the words "three and one-half years" and "April 1, 2003", respectively;

(5) striking out Recommendation No. (2)(iii) and inserting in lieu thereof the following:

"(iii) the anticipated new revenue from the former City of Toronto, in the amount of $20.5 million from the three and one-half year deferral of decreases respecting metered customers, be used to fund the Universal Metering Program"; and

(6) deleting the words "and the metering incentives," in Recommendation No. (8); and

II. requested the Commissioner of Works and Emergency Services to submit a report to the Works Committee on a strategy with respect to absentee landlords that would include the following:

(i) special notification procedures, given that the owner is not located at the property;

(ii) an investigation of the feasibility of placing the project cost on the tax bill rather than the water bill for such owners; and

(iii) in the event that the owner refused and an increase in the flat rate were brought about, the placement of such increase on the tax bill rather than the water bill:

(i) (June 30, 1999) from the Commissioner of Works and Emergency Services and the Chief Financial Officer and Treasurer, recommending that:

(1) with respect to the implementation of the Universal Metering Program, a voluntary program be implemented over a four-year period to convert the remaining 85,000 flat-rate accounts in the former City of Toronto and 1,500 flat-rate accounts in the former City of Etobicoke, subject to the following conditions:

(i) the City install water meters free of charge to homeowners and provide one water efficiency kit per home;

(ii) as an incentive to installing a water meter, the flat-rate customers in the former City of Toronto and the former City of Etobicoke be eligible for a $60.00 subsidy towards the installation of a low-flow toilet;

(iii) on January 1, 2004, the rate charged to flat-rate customers in existence at that time be increased by 100 percent, and by a further 100 percent in each successive year; and

(iv) effective January 1, 2004, any flat-rate customers that have not voluntarily participated in the meter conversion program be required to pay for the cost of the water meter if the customer then so chooses to convert to a metered service;

(2) with respect to funding the Voluntary Meter Conversion Program:

(i) the rate charged to flat-rate customers in the former City of Toronto and the former City of Etobicoke be increased by:

- 5.0 percent effective January 1, 2000;

- a further 10.0 percent effective January 1, 2001;

- a further 15.0 percent effective January 1, 2002;

- a further 20.0 percent effective January 1, 2003; and

- a further 100.0 percent effective January 1, 2004, and a further 100.0 percent in each subsequent year;

(ii) the rate decrease that would be realized by former City of Toronto's metered customers under the phased-in competitive rate structure be deferred for a period of three years, and effective November 1, 2002, the harmonized competitive rate structure be applied for metered customers in the former City of Toronto; and

(iii) the anticipated new revenue from the former City of Toronto, in the amount of $14.6 million from the three-year deferral of decreases respecting metered customers, and $11.6 million from the increases in flat-rate charges, be used to fund the Universal Metering Program ($21.0 million), and the balance be used to fund an incentive program directed at facilitating the conversion of residential flat-rate customers to metered service ($5.2 million or approximately $60.00 per residential flat-rate customer), and such an incentive program to include consideration of a subsidy towards low-flow toilets;

(3) a list of flat-rate customers requesting conversion to metered service be established on a first-come basis and tendered as a priority each year;

(4) the following be established as mandatory water meter installation criteria for the City to install a free of charge meter where no meter exists:

(i) homeowners who take out a plumbing permit to upgrade their household plumbing;

(ii) new home construction;

(iii) purchasers of properties which are on a flat-rate billing system agree, as a condition precedent to receiving a clearance letter from the City at the time of property ownership transfer, to having a water meter installed; and

(iv) as a condition of the City's Water Service Connection Repair Program, flat rate customers agree to having a water meter installed;

(5) Council redirect the provision of $21.0 million contained in the 1999-2003 Capital Works Plan of the Water and Wastewater Program respecting Universal Metering to providing funding to the City's water efficiency programs, and that the Commissioner of Works and Emergency Services report to the Works Committee in the fall of 1999 on a Water Efficiency Plan for the new City and the use of these funds;

(6) the Commissioner of Works and Emergency Services and the Chief Financial Officer and Treasurer prepare an annual report to the Works Committee and the Policy and Finance Committee on the annual progress and financial impact of the Voluntary Universal Metering Program, and recommend any modifications to the financing and/or implementation plan described herein;

(7) the effective date for the first year water and sewer rates (of the four-year phase-in plan) for the former Cities of East York, Etobicoke, North York, Scarborough and York, be amended by changing the words "Effective September 1, 1999" to read "Effective November 1, 1999", to coincide with implementation of the new water billing system;

(8) a public awareness program be carried out over a four-year implementation period of the Universal Metering Program at an estimated cost of $100,000.00 to inform homeowners of the benefits of a metered water supply and the metering incentives, described herein;

(9) the Chief Financial Officer and Treasurer report to the Works Committee in the fall of 1999 regarding joint meter reading and billing opportunities and financing options for automated meter reading technologies;

(10) due dates for water billing be set at the discretion of the Treasurer, at least 21 days after the billing dates; and

(11) the appropriate City officials be granted the authority necessary to give effect thereto.

(ii) (May 4, 1999) from the City Clerk advising that City Council, at its Special Meeting on April 26, 27 and 28, 1999, in adopting, as amended, Clause No. 1 of Report No. 8 of The Strategic Policies and Priorities Committee, headed "1999 Operating Budget", referred a motion by Councillor Prue with respect to a harmonized water rate structure to the Works Committee for further consideration and report thereon to Council.

(iii) (October 6, 1999) from Councillor Mario Silva, Trinity Niagara, submitting motions with respect to the joint report dated June 30, 1999, entitled "Water Harmonization and Universal Metering in the Former Cities of Toronto and Etobicoke."

(iv) (October 5, 1999) from the Toronto Environmental Alliance submitting a briefing note in support of the recommended Water Metering Program.

(b) Vehicle Emission Testing.

The Works Committee reports having deferred consideration of the following communication until its next meeting, scheduled to be held on November 3, 1999:

(August 6, 1999) from the City Clerk advising that City Council at its meeting held on July 27, 28, 29 and 30, 1999, struck out and referred back to the Works Committee for further consideration Item (w), entitled "Vehicle Emission Testing (All Wards)" embodied in Clause No. 33 contained in Report No. 2 of The Works Committee, headed "Other Items Considered by the Committee", respecting a report dated June 15, 1999, from the Commissioner of Works and Emergency Services.

(c) Response to Request for Information Relating to Parking Enforcement.

The Works Committee reports having:

(1) referred the following communications to the Commissioner of Works and Emergency Services, in consultation with the Chief of Police, for a report to the Works Committee which provides an overall enforcement, engineering and financial strategy relating to parking enforcement;

(2) requested the Commissioner of Works and Emergency Services to convene a meeting of Transportation, Police and Parking officials to consider the issues brought forward by Mr. Gerald Parker, President, Beyond Ability International, in his deputation, with respect to disabled parking, and to submit a report thereon to the Works Committee for discussion and public comment;

(3) requested the City Solicitor to submit a report to the Works Committee on the specific human rights complaint referred to by Mr. Parker;

(4) referred the issue of accessibility to the judicial system to the Provincial Offences Act Transfer Task Force;

(5) requested the Chief of Police to submit a status report to the Works Committee on resolving the issue of abuse of disabled parking permits with the Province of Ontario; and

(6) requested the Toronto Police Services Board to provide to Members of the Works Committee, the Commissioner of Works and Emergency Services and the POA Transfer Task Force a copy of the full text of the Board motions with respect to this matter:

(i) (April 29, 1999) from Councillor Norman Gardner, Chairman, Toronto Police Services Board, responding to a request by the former Corporate Services Committee for information relating to parking enforcement; providing information with respect to current enforcement policies and suggested changes related to disabled parking permits, and with respect to the current method of evaluation of Parking Control Officers; and recommending that the report be received for information.

(ii) (September 7, 1999) from Councillor John Adams, Midtown, requesting that the communication from the Chairman, Toronto Police Services Board, respecting parking enforcement, be referred to the Administration Committee for consideration.

(iii) (October 1, 1999) from Mr. Gerald Parker, President, Beyond Ability International, requesting the opportunity to appear before the Committee in connection with the response from the Chairman, Toronto Police Services Board, on parking for persons with disabilities.

--------

The following persons appeared before the Works Committee in connection with the foregoing matter:

- Mr. Gerald Parker, President, Beyond Ability International, and submitted a copy of his presentation; and

- Councillor John Adams, Midtown.

(d) Summer Water Use By-law.

The Works Committee reports having deferred consideration of the following communication until its next meeting, scheduled to be held on November 3, 1999:

(i) (July 26, 1999) from the City Clerk advising that the Environmental Task Force on July 20, 1999, endorsed the Motion dated July 13, 1999, by Councillor Saundercook wherein it is resolved that the Works Committee request that the Commissioner of Works and Emergency Services report back to the Committee with regard to the implementation of a Summer Water Use By-law for the City of Toronto in the year 2000, as outlined therein; and directed that the Works Committee be advised accordingly.

(ii) (October 6, 1999) from the Toronto Environmental Alliance, submitting a briefing note respecting a Summer Water Use By-law.

(e) 60 MM Standby Forcemain from Mimico-Superior Pumping Station to Mimico-Superior S.T.S. MH No. 24 at Burlington Street and Cavell Avenue - Contract No. MW9901WP, Tender Call No. 190-1999. (Ward 2, Lakeshore Queensway)

The Works Committee reports having awarded the contract as recommended in the following report, in accordance with By-law No. 57-1998, the Interim Purchasing By-law, as amended:

(September 17, 1999) from the Commissioner of Works and Emergency Services and the Chief Financial Officer and Treasurer, recommending that Contract No. MW9901WP for the construction of a 600 mm Standby Forcemain from Mimico-Superior Pumping Station to Mimico-Superior S.T.S. MH No. 24 at Burlington Street and Cavell Avenue be awarded to Clearway Construction Inc., for the total lump sum price of $1,230,771.00 including all taxes and charges, being the lowest Tender received.

(f) Harmonized Residential Water Service Connection Repair Program.

The Works Committee reports having received the following report:

(June 22, 1999) from the Commissioner of Works and Emergency Services respecting the development of a strategy to upgrade the private portions of residential water service connections at no cost to homeowners, and an estimate of the cost to do so; advising that the City undertaking a private side water service repair program will be a significant increase in level of service at an annual cost of $10.96M, but that undertaking the complete water service repair from the water main to the meter at one time and by one contract would ensure the work is carried out in the most cost-effective and expedient manner; further advising that given the numerous demands on the water and wastewater capital budget, staff do not recommend this increased level of service, especially as it would involve working on private property; and recommending that this report be received for information.

(g) Road Resurfacing on Jane Street from Lawrence Avenue West to Wilson Avenue Intersection and Widening at Jane Street and Falstaff Avenue/Gordon Mackay Road - Contract No. NY9913RD, Tender Call No. 188-1999.

The Works Committee reports having awarded the contract as recommended in the following report, in accordance with By-law No. 57-1998, the Interim Purchasing By-law, as amended:

(September 16, 1999) from the Commissioner of Works and Emergency Services and the Director of Purchasing and Materials Management, recommending that Contract No. NY9913RD, Tender Call No. 188-1999, for the road resurfacing on Jane Street from Lawrence Avenue West to Wilson Avenue intersection and widening at Jane Street and Falstaff Avenue/Gordon Mackey Road, be awarded to D. Crupi & Sons Limited., in the total amount of $1,357,352.14 including all taxes and charges, being the lowest Tender received.

(h) Reconstruction of Prince Edward Drive - Phase 1 from Bloor Street West to South of Sunnylea Avenue West - Contract No. EB9906RD, Tender Call No. 236-1999.

The Works Committee reports having awarded the contract as recommended in the following report, in accordance with By-law No. 57-1998, the Interim Purchasing By-law, as amended:

(September 15, 1999) from the Commissioner of Works and Emergency Services and the Chief Financial Officer and Treasurer, recommending that Contract No. EB9906ARD for the reconstruction of Prince Edward Drive - Phase I from Bloor Street West to south of Sunnylea Avenue West be awarded to Osler Paving Ltd., in the total amount of $1,166,715.96 including all taxes and charges, being the lowest Tender received.

(i) Feasibility of Direct Purchasing as a Method of Purchasing Commodities.

The Works Committee reports having deferred consideration of the following report until its next meeting, scheduled to be held on November 3, 1999:

(September 22, 1999) from the Chief Financial Officer and Treasurer providing information requested by Council at its meeting of July 6, 7 and 8, 1999, respecting the feasibility of direct purchasing as a method of purchasing commodities; concluding that the current process of purchasing commodities which provides all interested suppliers, whether manufacturers or distributors, an opportunity to compete and provide bids for City requirements should be maintained; and recommending that this report be received for information.

(j) Wet Waste Collection from Businesses in City of Toronto.

The Works Committee reports having deferred consideration of the following report until its next meeting, scheduled to be held on November 3, 1999:

(i) (August 24, 1999) from the Commissioner of Works and Emergency Services responding to a request from City Council to research options for a pilot project and full implementation of a wet waste collection program for businesses in the City of Toronto; concluding that due to the logistical difficulties and high costs associated with developing a wet waste collection for businesses, it is not recommended to proceed with a pilot or full implementation at this time; and recommending that this report be received for information.

(ii) (October 6, 1999) from the Toronto Environmental Alliance, submitting a briefing note with respect to wet waste collection from businesses in Toronto.

(k) Relocation of Litter Bins.

The Works Committee reports having deferred consideration of the following report until its next meeting, scheduled to be held on November 3, 1999:

(September 21, 1999) from the Commissioner of Works and Emergency Services respecting the relocation of existing litter bins which will become available as a result of the placement of new bins with advertising, as requested by Council at its meeting of June 9, 10 and 11, 1999; advising that staff are planning to replace existing litter bins in the Community Council area of Scarborough and in the Midtown and High Park wards that are in poor condition, with better quality bins that will become available as the new OMG Media bins are placed in other areas of Toronto, but that staff do not recommend relocating surplus litter bins due to the increased costs that would be incurred to empty and maintain these additional bins; and recommending that this report be received for information.

(l) 1999 Technical Study Tour of Community Energy Systems in Denmark and Sweden.

The Works Committee reports having referred the following communication to the Commissioner of Works and Emergency Services for a report thereon to the Committee:

(August 20, 1999) from Councillor Jack Layton, Ph.D., Chair, FCM's Working Group on Community Energy Systems, forwarding a report on the 1999 Technical Study Tour of Community Energy Systems in Denmark and Sweden, organized by the Federation of Canadian Municipalities and Natural Resources Canada; and setting out recommendations for Toronto Hydro and the City with respect to energy initiatives.

(m) Proposal for City of Toronto Partnership in Water Information Network.

The Works Committee reports having referred the following communications to the Commissioner of Works and Emergency Services for a report thereon to the Committee:

(i) (September 21, 1999) from Mr. Kevin Mercer, Riversides Stewardship Alliance, Ms. Lois Corbett, Toronto Environmental Alliance, and Ms. Anne Mitchell, Canadian Institute for Environmental Law and Policy, inviting the City of Toronto to become a founding institutional partner to help establish Toronto's Water Information Network (WIN); submitting a proposal with respect thereto; and requesting $75K per year for the three-year development phase beginning January 1, 2000, in both financial and in-kind support.

(ii) (October 4, 1999) from Mr. Tony O'Donohue, President, Environmental Probe Ltd., requesting that the communication respecting a contribution for the Water Information Network be deferred for consideration at the next meeting of the Committee as a deputation item.

(n) Works and Emergency Services Capital Budget Requirements.

The Works Committee reports having requested the Commissioner of Works and Emergency Services to arrange a briefing session for interested members of the Committee on the Works and Emergency Services Capital Budget requirements.

(o) Speed Humps and Traffic Calming Devices.

The Works Committee reports having referred the following communication to the Commissioner of Works and Emergency Services for a report thereon to the Committee:

(September 28, 1999) from the General Secretary, Toronto Transit Commission, forwarding a report entitled "Speed Humps and Traffic Calming Devices", which was considered by the Toronto Transit Commission at its meeting on September 22, 1999; and advising that the action taken by the Commission is forwarded to City of Toronto Council through the Works Committee for endorsement of the action taken by the Commission, and consideration of the request that where speed humps or other traffic calming is proposed for roads classified as "collectors", such reports be routed through Community Council and the Works Committee.

(p) Toronto's Water Efficiency Plan - Review Committee Membership.

The Works Committee reports having:

(1) appointed Councillors Bossons and Layton to the Water Efficiency Plan Review Committee; and

(2) requested that representatives of Toronto Civic Employees' Union Locals 416 and 79 be invited to be involved, if they so wish:

(October 1, 1999) from the General Manager, Water and Wastewater Services, requesting that a member of the Works Committee be appointed as a representative to the Water Efficiency Plan Review Committee.

(q) Toronto Atmospheric Fund 1998 Annual Report.

The Works Committee reports having received the following communication and Annual Report:

(September 1999) from Mr. Philip Jessup, Executive Director, Toronto Atmospheric Fund, forwarding a copy of the Toronto Atmospheric Fund 1998 Annual Report; and noting some of the City-initiated projects supported by TAF in 1998.

(r) Changes to Yard Waste Collection.

The Works Committee reports having referred the following communication to the Commissioner of Works and Emergency Services for a report thereon to the Committee, including the cost of increasing the level of service for yard waste collection to a weekly service instead of bi-weekly at peak demands in spring and fall, such report to be submitted to the Committee prior to submission of the Operating Budget to the Policy and Finance Committee and/or the Budget Advisory Committee:

(October 6, 1999) from Councillor Gloria Lindsay Luby, Kingsway Humber, requesting that the issue of the collection of yard waste once every two weeks from June to September be readdressed as soon as possible; and noting that complaints have been received from residents in Ward 3 regarding the elimination of the once-per-week service at the time when gardeners are at their busiest.

(s) Biosolids Advisory Group Pellet Marketing and Distribution Criteria.

The Works Committee reports having endorsed List A embodied in the following report for discussion with the contractor; and having deferred consideration of List B until its next meeting, scheduled to be held on November 3, 1999, on the understanding that the contract not be signed pending such further consideration of List B:

(i) (October 6, 1999) from the Commissioner of Works and Emergency Services presenting criteria developed by the Biosolids Advisory Group for consideration by the City to assist in its negotiations with USF Canada on the biosolids pellet marketing contract, as requested by Council; submitting two lists of criteria, List A, for which there was unanimous agreement of the group, and List B, for which there was no unanimous agreement; noting that all criteria proposed by the group will be considered by the City in its negotiations with USF Canada; and recommending that the report be received for information.

(ii) (October 6, 1999) from the Toronto Environmental Alliance, submitting a briefing note with respect to the criteria to be applied to the contract with USF Canada.



Respectfully submitted,

BILL SAUNDERCOOK

Chair

Toronto, October 6, 1999

(Report No. 4 of The Works Committee, including additions thereto, was adopted, as amended, by City Council on October 26 and 27, 1999.)