addendum no. 2 request for tender no. 108-2016 … · 2020. 9. 14. · schedule of prices to cover...

37
Michael Pacholok Director Purchasing and Materials Management Division City Hall, 18 th Floor, West Tower 100 Queen Street West Toronto, Ontario M5H 2N2 Joanne Kehoe Manager Professional Services Addendum-2 Tender # 108-2016 August 15, 2016 Posted via PDF: (4 page + 4 attachments) ADDENDUM NO. 2 REQUEST FOR TENDER NO. 108-2016 CONTRACT NO. MCP-14-07 For: Construction Services for the replacement of aging "Electrical Substation West" at Humber Wastewater Treatment Plant CLOSING DATE: 12:00 NOON (LOCAL TIME); SEPTEMBER 07, 2016. (REVISED) Please refer to the above Request for Tender (RFT) document in your possession and be advised of the following: I. MANDATORY SITE MEETING The following had representation on August 09, 2016, mandatory site meeting: Ainsworth Inc. Alberici Constructors Beacon UtilityContractors Limited Cymi Canada Inc. Industrial Electrical Contractors Limited Morgado Construction Ltd. Plan Group Quantech Electrical Contractors Ltd Sutherland-Schultz Trade Mark Industrial Inc. WS Nicholls Construction Inc. II. LIST OF ATTACHMENTS Attachment 1 Revised Pricing Table Attachment 2: UPS System drawings Attachment 3: Semi-Auto Transfer Scheme complete with associated drawings Attachment 4: Shutdown Request/ Notification (SRN) form III. ADDITIONS & REVISIONS ADDITIONS A) Uninterrupted Power Supply (UPS) System: Based on the scope of work mentioned below provide price for item-21 (UPS Replacement) in Section 3, the Schedule of Price (Page 3- 14). 1) Refer to the specification and drawing of Uninterrupted Power Supply (UPS) and battery and provide the following: i. UPS system in Digester 7-10 electrical room ii. UPS system in the basement of blower/administration-building 2) Provide all the required labour, material, tools and accessories for the installation, testing and commissioning of UPS system.

Upload: others

Post on 03-Oct-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: ADDENDUM NO. 2 REQUEST FOR TENDER NO. 108-2016 … · 2020. 9. 14. · Schedule of Prices to cover alterations, extras or deductions Tender Call No. 108-2016 Contract No. MCP-14-07

Michael Pacholok Director

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

Joanne Kehoe Manager Professional Services

Addendum-2 Tender # 108-2016

August 15, 2016 Posted via PDF: (4 page + 4 attachments) ADDENDUM NO. 2

REQUEST FOR TENDER NO. 108-2016

CONTRACT NO. MCP-14-07

For: Construction Services for the replacement of aging "Electrical Substation – West" at

Humber Wastewater Treatment Plant

CLOSING DATE: 12:00 NOON (LOCAL TIME); SEPTEMBER 07, 2016. (REVISED)

Please refer to the above Request for Tender (RFT) document in your possession and be advised of the following:

I. MANDATORY SITE MEETING The following had representation on August 09, 2016, mandatory site meeting:

Ainsworth Inc. Alberici Constructors Beacon UtilityContractors Limited Cymi Canada Inc. Industrial Electrical Contractors Limited Morgado Construction Ltd. Plan Group Quantech Electrical Contractors Ltd Sutherland-Schultz Trade Mark Industrial Inc. WS Nicholls Construction Inc.

II. LIST OF ATTACHMENTS

Attachment 1 Revised Pricing Table Attachment 2: UPS System drawings Attachment 3: Semi-Auto Transfer Scheme complete with associated drawings Attachment 4: Shutdown Request/ Notification (SRN) form

III. ADDITIONS & REVISIONS

ADDITIONS

A) Uninterrupted Power Supply (UPS) System: Based on the scope of work mentioned below provide price for item-21 (UPS Replacement) in Section 3, the Schedule of Price (Page 3-14). 1) Refer to the specification and drawing of Uninterrupted Power Supply (UPS) and battery and

provide the following: i. UPS system in Digester 7-10 electrical room

ii. UPS system in the basement of blower/administration-building 2) Provide all the required labour, material, tools and accessories for the installation, testing and

commissioning of UPS system.

Page 2: ADDENDUM NO. 2 REQUEST FOR TENDER NO. 108-2016 … · 2020. 9. 14. · Schedule of Prices to cover alterations, extras or deductions Tender Call No. 108-2016 Contract No. MCP-14-07

Addendum-2 Tender # 108-2016 2

3) UPS-6493 System (Located in the basement of Blower/Administration Building):

i. Remove the existing UPS, battery-bank and all its accessories. ii. Provide a new UPS at the same location where the old UPS is located. The UPS shall be

rated as per the following:

30 kVA UPS, 3-Phase, 60Hz Incoming power supply: 208V, 3-phase, 60 Hz UPS output power supply: 208/120V, 3-phase, 60 Hz, 4-Wire

iii. Provide battery-bank in an enclosure, shall provide an uninterrupted power supply to full load (30kVA) for 30 minutes in case incoming normal power supply fails

iv. Provide new transformer, disconnect switch, manual transfer switch and all the required cables and required accessories. These equipment shall be mounted minimum one (1) meter above ground. Refer to the drawing for details.

v. Before proceeding for the installation provide a written sequence of construction to the plant staff for their approval. The power interruption to the connected loads shall be minimized.

vi. Relocate all the items stored in the UPS room to a different location in the plant, as directed by the plant staff; and clean the room.

4) UPS-9563 System (Located in Digester # 7-10 Electrical-Room):

i. Provide a new circuit breaker in the existing Motor Control Centre (MCC) located in the room.

ii. Provide new transformer, manual transfer switch, distribution panel, junction box (with proper terminal connector), all the required cables/wires and accessories. Mount the transformer on the wall. Refer to the drawing for details.

iii. Before proceeding for the installation provide a written sequence of construction to the plant staff for their approval. The power interruption to the connected loads shall be minimized.

iv. Remove the existing UPS, battery-bank and all its accessories v. Provide a new UPS at the same location where the old UPS is located. The UPS shall be

rated as per the following: 20 kVA UPS, 3-Phase, 60Hz Incoming power supply: 208V, 3-phase, 60 Hz UPS output power supply: 208/120V, 3-phase, 60 Hz, 4-Wire

vi. Provide battery-bank in an enclosure, shall provide an uninterrupted power supply to full load (20kVA) for 30 minutes in case incoming normal power supply fails.

B) SEMI-AUTOMATIC TRANSFER SCHEME: Based on the scope of work mentioned below provide price for item-22 (Semi Auto Transfer Scheme) in Section 3, the Schedule of Price (Page 3-14).

A semi-automatic transfer scheme will be implemented at the Humber Treatment Plant - Main Substation:

1) In Mimic Panel THR-ELS-CP-0001 replace Semi- Auto three position switch with a two position, maintained, ON/OFF selector switch with a contact in both positions. Modify the selector switch label to “Semi-Auto On-Off”.

Page 3: ADDENDUM NO. 2 REQUEST FOR TENDER NO. 108-2016 … · 2020. 9. 14. · Schedule of Prices to cover alterations, extras or deductions Tender Call No. 108-2016 Contract No. MCP-14-07

Addendum-2 Tender # 108-2016 3

2) In 5kV Switchgear, modify the logic of JRT-0103 and JRT-0203 associated with the main 4.16kV breakers SWG-0103 and SWG-0203 to trip on undervoltage. Modify relay R4 logic to close on undervoltage.

3) In 5kV Switchgear, modify logic of JRT-0002 associated with the tie 4.16kV breaker SWG-0002 to provide a syncrocheck between Bus 1 and Bus 2. Syncrocheck to confirm one bus is dead or both buses are synchronized before a transfer is allowed.

4) In 5kV Switchgear SWG-0002, modify the semi auto selector switch “test mode” label to ‘semi auto’. The semi auto transfer switch shall be modified to be a two position “ON/Off” switch rather than “Bus 1 test/Bus 2 test”. The pilot light is to rewired such that the light is activated/on when the semi auto transfer switch is in off position. The pilot light label to indicate “Off”.

5) The semi auto transfer switch is to be rewired such that in “On” position of the selector switch, the semi-auto transfer scheme operation shall be allowed.

6) Remove syncrocheck connection on Relay JRT-0103. Only one voltage input so synchronization is not possible

7) Test transfer scheme through actual conditions not simulation. Details of settings and wiring schematics have been included in the Semi-Auto Transfer Scheme package, as an attachment to the Addendum.

REVISIONS

A. Tender Document: 1) Replace item – 1.1/.9 of Section-01110 (Summary of Work) with the following: "Provide a

temporary generator 2000kW, 600V, 3-phase power to the West substation during construction stage. Two sources of power should be maintained for the loads at all the times".

2) Replace "Shut-down Notification Form" provided under Section – 01040 (Use of owner's site during construction), with the new "Shutdown Request/Notification (SRN)" form provided as an attachment with the addendum.

3) Replace item – 1.16/.5 Section – 01040 (Use of owner's site during construction), with the following: "The contractor will fill the "Shutdown Request/Notification (SRN)" form and submit it to the Contract Administrator. The operations lead of the plant will review the SRN form and coordination with all the affected operations and maintenance staff for the proposed shutdown, and identify any extraordinary activities required to accommodate the shutdown. Operations lead will approve/issue the shutdown notification."

B. Drawing:

1) Drawing I8 – Notes 5: The fibre optic cable is to be routed through existing duct bank and then through the fibre duct in the Primary Sludge Building-2. The Fibre Optic Cable shall be terminated in the Primary Sludge Pumping 2 access closet (THR-SPC-COM-1200). See drawing E39 for cable schedule. Additional Note (Note 7): The Enervista cable is to be routed through existing duct bank (in a 25mm flex. PVC conduit) and then through the existing fibre duct in the Primary Sludge Building -2. The Enervista Cable shall be terminated in the Primary Sludge Pumping 2 Multilink Panel (THR-SPC-1210).

Page 4: ADDENDUM NO. 2 REQUEST FOR TENDER NO. 108-2016 … · 2020. 9. 14. · Schedule of Prices to cover alterations, extras or deductions Tender Call No. 108-2016 Contract No. MCP-14-07

Addendum-2 Tender # 108-2016 4

IV. QUESTIONS AND ANSWERS

Q.1 Is it possible to have a 2 week extension on the closing date? Manufacturers are on vacation and

is difficult to get the pricing by 24 August. A1. Please refer to the first page of the Addendum for the revised closing date.

Q2. Tender clause 6.2.A.1 in Section 2 – Information for Bidders, be amended to remove “Ontario”

and read “…(2) similar projects of comparable nature, size and scope within Canada in the last ten (10) years with a minimum value of $2,000,000 Canadian Dollars….:.

A2. Due to the specialized nature of the work, the Bidder shall meet the qualification and experience requirements mentioned in the Tender document. Tender clause 6.2.A.1 in Section 2 – Information for Bidders will not be amended, and will remain as in the Tender.

Q3. Can the tender document be send electronically? A3. Unfortunately the tender document is not provided electronically, only the drawings. Q4. In section 3 page 13 schedule of pricing the item numbers seem to skip#3. A4. See revised pricing table in attachement. Should you have any questions regarding this addendum contact Candida Charles at [email protected] or 416-392-7326. Please attach this addendum to your Tender document and be governed accordingly. Bidders must acknowledge receipt of all addenda in their Tender in the space provided on the Tender Submission Form as per Appendix A, Section 4 - Addenda of the Tender document or your response will be declared non-compliant and will not be considered. All other aspects of the Tender remain the same. Yours truly, Robert Nichols Acting Supervisor Professional Services

Page 5: ADDENDUM NO. 2 REQUEST FOR TENDER NO. 108-2016 … · 2020. 9. 14. · Schedule of Prices to cover alterations, extras or deductions Tender Call No. 108-2016 Contract No. MCP-14-07

Section 3 – Tender Submission Package Schedule of Prices to cover alterations, extras or deductions

Tender Call No. 108-2016 Contract No. MCP-14-07 Addendum No 2

PMMD V 5.12 – 2015.10.15 Page 3-13

SCHEDULE OF PRICES TO COVER ALTERATIONS, EXTRAS OR DEDUCTIONS

Item No

Description Estimated

Provisional Quantity

Unit Addition/Deletion Unit Price

Total Price

1 Weekly Work Stoppage for potential Asbestos Abatement.

6 weeks $____/week $_______________

2 Concrete Repair for damaged concrete areas with non-shrink grout. (removal, disposal, supply & install)

100 m2 $____/m2 $_______________

3

Supply and install additional firestopping over and above that required as part of base scope for the following opening ranges

I. 0.25m2 opening or smaller

II. 0.25m2 to 0.5m2

opening III. 0.5m2 to 1.05m2

opening

10

10

10

units

units

units

$___unit

$___unit

$___unit

$___________

$___________

$___________

4Labour and material to supply & install new 1000mm wide by 100mm high Aluminum Cable Tray

50 M $_________/m $_______________

5

Labour and Material for additional concrete coring, including all requirements as per Section 03501 (assume 8” diameter and 8” width/depth).

20 each $_______/ea $_______________

6

Replacement of Feeder Cables for Gas Compressor Building from PDP-0501 or PDP-0602 (CB-1511 or CB-1512) to Gas Compressor MCC-1501 or MCC-1502 including all labour and materials to remove existing feeder cables and replace with new complete with termination of both ends.

LS $_______ $_______________

7

Replacement of Feeder Cables for Admin Building from PDP-0501 or PDP-0602 (CB-2501 or CB-2602) to Admin Building PDP-2501 or PDP-2602 including all labour and materials to remove existing feeder cables and replace with new complete with termination of both ends.

LS $_______ $_______________

8

Replacement of Feeder Cables for North Grit Building from PDP-0501 or PDP-0602 (CB-3201 or CB-3202) to North Grit MCC-3201 or MCC-3202 including all labour and materials to remove existing feeder cables and

LS $_______ $_______________

Page 6: ADDENDUM NO. 2 REQUEST FOR TENDER NO. 108-2016 … · 2020. 9. 14. · Schedule of Prices to cover alterations, extras or deductions Tender Call No. 108-2016 Contract No. MCP-14-07

Section 3 – Tender Submission Package Schedule of Prices to cover alterations, extras or deductions

Tender Call No. 108-2016 Contract No. MCP-14-07 Addendum No 2

PMMD V 5.12 – 2015.10.15 Page 3-14

replace with new complete with termination of both ends.

9

Replacement of Feeder Cables for Digester 1-6 Building from PDP-0501 or PDP-0602 (CB-1411 or CB-1412) to Digester 1-6 MCC-1401 or MCC-1402 including all labour and materials to remove existing feeder cables and replace with new complete with termination of both ends.

LS $_______ $_______________

10

Replacement of Feeder Cables for Head House Building from PDP-0501 or PDP-0602 (CB-2922 or CB-2922) to Head House MCC-2922 or MCC-2921 including all labour and materials to remove existing feeder cables and replace with new complete with termination of both ends.

LS $_______ $_______________

11 Daily rate for additional assistance: 1. Licensed electrician 60 Days $_______/ day $_______________

12

Additional Standby Generator – 2000 kW, 600 V, 3 Phase, 60 Hz – Provide a weekly rate (supply, installation and removal).

8 weeks $_______/ week $_______________

13 Allowance for removal and disposal of Designated Substance Materials. - - $50,000

14 Changes to Control System wiring including labour & material for the investigation, supply and installation

- - $50,000

15 Spare Parts and Special Tool Allowance - - $40,000

16 Labour and Material to supply and install additional Source of Power Tags (Lamacoid Tag Type F).

50 each $_________/ea $_______________

17 Labour and Material to supply and install additional tags (Lamacoid Tag Type D).

50 each $_________/ea $_______________

18

Labour and Material to supply and install additional Aluminum Equipment Tags (Teflon coated Aluminum).

50 each $_______/ea $_______________

19 Changes to electrical system from the results of the Arc Flash study - - $25,000

20 Smog Alert Response Allowance - - $20,000

21 UPS Replacement LS $_______________

22

Semi Auto Transfer Scheme – Provide programming and support for the implementation of the Semi-Auto Transfer Scheme.

LS $_______________

23 Additional Labour for Programming (OIT/PLC/SCADA) by $25,000

Page 7: ADDENDUM NO. 2 REQUEST FOR TENDER NO. 108-2016 … · 2020. 9. 14. · Schedule of Prices to cover alterations, extras or deductions Tender Call No. 108-2016 Contract No. MCP-14-07

Section 3 – Tender Submission Package Schedule of Prices to cover alterations, extras or deductions

Tender Call No. 108-2016 Contract No. MCP-14-07 Addendum No 2

PMMD V 5.12 – 2015.10.15 Page 3-15

System Integrator

24 Allowance for electrical system upgrades over and above those identified in the Contract Documents.

$50,000

TOTAL ALLOWANCE FOR SCHEDULE OF PRICES

$ _________

(Carry forward to Page 3-7)

The prices listed herein shall be used by the City of Toronto to determine payments for alterations, extras and deductions to the original Contract quantities and are excluding HST, but inclusive all other taxes as well as the Contractor's overheads and profits. The contingency allowance is for potential extra work which may be required beyond the scope of this Contract and is subject to approval of the General Manager. Payments from the contingency allowance will be made only following issuance of an Extra Work Orde r approved by the General Manager. Any unused portion of the contingency allowance shall be deduct ed from the Total Lump Sum Price. The unit prices inserted above for provisional quantities shall be applicable to extras or deductions even if actual quantities are found to vary considerably from them. The Bidder agrees that no part of the Total Allowance for Schedule of Prices aforementioned shall be expended without written direction from the General Manager. In addition, all unused portions of the Schedule of Prices shall be deducted from the Total Lump Sum Tender Price. In the event of obvious mathematical errors in the Schedule of Prices, the unit prices tendered shall be considered correct and arithmetic extensions and totals shall be corrected accordingly. Any such corrections resulting in adjustment to the total for the Schedule of Prices will be similarly applied as an adjustment to the Total Lump Sum Price tendered for the project. Amounts for extras or deductions based on the Schedule of Prices will be added or deducted from the Total Lump Sum Price. Payment for deductions or additions of items not listed will be made in accordance with the General Conditions and specific condition. Harmonized Sales Tax (HST) is to b e applied to the prices submitted as specified in the relevant sections of the call document or in the Price Schedule provided in the call. HST for the supply and delivery of materials/goods are to be shown as additional separate line items on the Price Schedule and any subsequent invoices.

Page 8: ADDENDUM NO. 2 REQUEST FOR TENDER NO. 108-2016 … · 2020. 9. 14. · Schedule of Prices to cover alterations, extras or deductions Tender Call No. 108-2016 Contract No. MCP-14-07

60AEXISTING C.B.

EXISTING MCC-1002

600V, 3Ph, 60Hz

C1

C2

CABLEEXISTING

C.B.

C.B.

PANELDISTRIBUTIONEXISTING

CABLEEXISTING

INV

ER

TE

RR

EC

TIFIE

R ST

ATIC

SWIT

CH

BA

TTE

RY

BA

NK

AU

TO

MA

TIC

MAIN

TE

NA

NC

E

BYP

AS

S

SINGLE LINE DIAGRAM UPS - 6493

30KVA UPS

208/120V, 3Ph, 4W

FEED FROM PDP-2101208/120V, 3Ph, 60Hz

MANUAL TRANSFER SWITCH

Cable # C1: 1X3C #4 AWG + #6 AWG GND

(Length: 20 Meters)

(Length: 50 Meters)

Cable # C2: 1X4C 1/O AWG + #6 AWG GND

C2

C2

200A, 4-Pole, 600 VAC

BACK-UP AT FULL LOAD30 MINUTE POWER30KVA, 208/120V, 3-Phase LoadRATED FORBATTERIES WITH CABINET

208/120V, 3Ph, 60Hz (Sec.)600V, 3Ph, 60Hz (Primery)45 KVA TR

600V100A, 3-Pole

(Location: Basement of Blower/Admin. Building)

LOCATION

HUMBER TREATMENT PLANT

AUGUST 5, 2016

MCP-14-07

UPS-6493

DATE REVISIONS INITIAL SIGNEDNO.

DESIGN:

SCALE:

DATE:

DRAFTING: CHECK:

DRAWING

NUMBER:

CONTRACT No.

N.T.S.

TORONTO WATER

Operational Support

Water

SINGLE LINE DIAGRAM(SLD)

Capital Works Delivery

UPS-6493

Page 9: ADDENDUM NO. 2 REQUEST FOR TENDER NO. 108-2016 … · 2020. 9. 14. · Schedule of Prices to cover alterations, extras or deductions Tender Call No. 108-2016 Contract No. MCP-14-07

600V, 3Ph, 60Hz

C1

C2

C.B.

C.B.

INV

ER

TE

RR

EC

TIFIE

R ST

ATIC

SWIT

CH

BA

TTE

RY

BA

NK

AU

TO

MA

TIC

MAIN

TE

NA

NC

E

BYP

AS

S

MANUAL TRANSFER SWITCH

SINGLE LINE DIAGRAM UPS - 9563

20KVA UPS

NEW C.B.

EXISTING MCC-3402A

600/208/120V30 KVA TR

PANELDISTRIBUTION

BOXJUNCTION

208/120V, 3Ph, 4W

60AT

Non-Fusible

100A, 4-Pole, 600V

C2

C2

C3

24 BRANCH C.B.: 15A, 1P EACH100A, 3P Main C.B.

Cable # C1: 1X3C #4 AWG + #6 AWG GND

(Length: 40 Meters)

Cable # C2: 1X4C #2 AWG + #6 AWG GND

(Length: 60 Meters)

(Location: Digester 7-10 Electrical Room)

(Adjustable)

C2

EXISTING CONDUIT & BRANCH CIRCUITS

BACK-UP AT FULL LOAD30 MINUTE POWER20KVA, 208/120V, 3-Phase LoadRATED FORBATTERIES WITH CABINET

Branch Circuits # C3: 24 Circuits 2X1C #12 AWG + #12 AWG GND

(Each Circuit Length: 25 Meters)

CONTRACT No.

DATE REVISIONS INITIAL SIGNEDNO.

DESIGN:

SCALE:

DATE:

DRAFTING: CHECK:

DRAWING

NUMBER:

CONTRACT No.

N.T.S.

TORONTO WATER

Operational Support

Water

SINGLE LINE DIAGRAM(SLD)

Capital Works Delivery

HUMBER TREATMENT PLANT

UPS 9563

AUGUST 5, 2016

UPS-9563

Page 10: ADDENDUM NO. 2 REQUEST FOR TENDER NO. 108-2016 … · 2020. 9. 14. · Schedule of Prices to cover alterations, extras or deductions Tender Call No. 108-2016 Contract No. MCP-14-07

Semi- Automatic Transfer Scheme The 4.16kV main breakers SWG-0103 and SWG-0203 are presently set to trip on a long or short time overcurrent (51) and to trip and lock out on an instantaneous current. The main breakers will also trip on a bus fault (B90) or a fault on the associated 27.6kV breaker SWG-0101 or SWG-0201 ahead of the transformer supplying the 4.16kV switchgear. Presently, the semi-automatic transfer scheme is initiated from the two R4 auxiliary relays of the GE 750 Multilin Relay (JRT-0103/JRT-0203) of SWG-0103 and SWG-0203. They are set to change state on overcurrent (50 and 51) of the incoming feeder. This will cause the tie breaker SWG-0002 to close only if one of the main breakers is open. It does not allow for a transfer if there is a bus fault and this should be maintained as transferring into a fault would be disastrous. The transferring into a faulted bus is prevented by the B90 relays (JRT-0001/A/B/C AND JRT-0002/A/B/C) on the 4.16kV busesBUS-0001 and BUS-0002. If either bus is faulted the tie breaker will trip and lock out. In addition, the synchrocheck component of the GE750 can prevent transfer onto a live bus where synchronism is not possible. For the Semi- Automatic Transfer scheme between BUS-0201 and BUS-0202, the transfer should be initiated based on undervoltage on the incoming line. This would entail changing the programming of the SWG-0103 and SWG-0203 GE 750 Multilin relay to trip and to have the auxiliary relay R4 close on undervoltage. Voltage to BUS-0201 and BUS-0202 can also be supplied from co-generators and from emergency generators. In order, for the tie breaker to be allowed to close on undervoltage (on the loss of a main incoming source), confirmation that the bus is not powered or will not be powered from an alternative source must be achieved. From discussions with GHD, the co-generator system will be configured to trip the co-generators if there is a trip on the main 27.6kV breaker, the transformer feeder 27.6kV breakers or the 4.16kV main breakers. Confirmation that the emergency generator is not powering the bus at the same time as the utility is confirmed by a key interlock scheme preventing the main breakers and the emergency generator breakers from being closed at the same time. Voltage to BUS-0201 and BUS-0202 can also be supplied from one utility source Manby or Horner and confirmation that the bus that will be providing power is not in an undervoltage condition as well is required. This can be achieved by the use of the synchrocheck condition on the JRT-0002 of the tie breaker SWG-0002 this wiring is already present. The two main breakers SWG-0103 and SWG-0203 and the tie breaker SWG-0002 of the 4.16kV switchgear are hard-wired interlocked such that only two of the three breakers can be closed at any one time. This provides the required safety of this transfer scheme. The addition of the breaker trip on undervoltage is required as there are switching operations and there may be faults that will not open the main 4.16kV breaker that is seeing an undervoltage. The breaker would have to be tripped to allow the close of the tie breaker. It should be noted that, with this change the transformer breakers on the 27.6kV switchgear SWG-0101 and SWG-0201 would have to be closed to provide voltage to the main 4.16kV switchgear SWG-0103 and SWG-0203, otherwise the trip coil on the breakers will remain energized. The main incoming breakers (SWG-0100 and SWG-0200) have overvoltage and undervoltage protection settings. These protection settings will assist in protecting the plant from a voltage issue from Toronto Hydro. The Co-Generation System should provide protection from undervoltage and overvoltage either through the Co-Generation Breakers or the generator controls.

Page 11: ADDENDUM NO. 2 REQUEST FOR TENDER NO. 108-2016 … · 2020. 9. 14. · Schedule of Prices to cover alterations, extras or deductions Tender Call No. 108-2016 Contract No. MCP-14-07

The function of the undervoltage relays on SWG-0103 and SWG-0203 is to initiate the transfer to a live bus on loss of power to either BUS-0201 or BUS-0202. The following settings are recommended for the Line Undervoltage settings of JRT-0103 and JRT-0203 of the SWG-0103 and SWG-0203, respectively. This causes a trip and lockout of the breaker in undervoltage conditions.

Line Undervoltage: Trip Line Undervoltage Relays:4 Line Undervoltage PickUp = 0.8 x VT Line Undervoltage Curve=Definite Time Time Delay= 10s Line Undervoltage Minimum Voltage = 0.1 x VT to be confirmed at Site

For JRT-0002 of SWG-0002 (the tie breaker on the 4.16kV switchgear), the synchrocheck setting can be incorporated to block transfer to a bus when one bus is not dead or in synchronism with the other bus. Without the Co-generators, there will be no source that will allow for synchronism across the bus. The two Toronto Hydro sources from Manby and Horner cannot be synchronized. The synchrocheck settings are recommended for JRT-0002:

Synchrocheck Function: Alarm Synchrocheck Relays: 4 Dead Source Permissive: DLxDB (Dead Line or Dead Bus) Dead Bus Max: = 0.10 xVT to be confirmed at site Dead Line Max: = 0.10 xVT to be confirmed at site Live Bus Min = 0.80 x VT Live Line Min = 0.80 x VT Maximum Voltage Difference = 416V Maximum Angle Difference = 0 degree Maximum Frequency Difference = 0Hz

80% Voltage level was selected for trip on the undervoltage on the main 4.16kV breakers so the breaker should trip and transfer on 80%. Manual transfers can still be made on the 4.16kV by opening one of the main breakers and closing the tie. It is only at the 4.16kV level that an electronic transfer scheme can be incorporated. At the 27.6kV level there is only an open and close pushbutton on the remote panel for the breakers. The breakers are kirk interlocked so any transfer would have to be made manually. The only changes required to implement this automatic transfer system are:

The switch on the Mimic panel must be changed to a two position switch with Semi-Automatic Transfer System On and Off as the positions

Programming on the two 4.16kV Main Breakers relays JRT-0103 and JRT-0203 on SWG-0103 and SWG-0203 must be programmed to trip on undervoltage through Auxiliary Relay 4. As noted above. This is already wired up.

Programming on JRT-0002 must be configured to provide a synchrocheck on Auxiliary Relay 4 as noted above. This will be more of a function to determine that the bus being transferred into is dead then a synchrocheck. This is already wired up in this matter.

Page 12: ADDENDUM NO. 2 REQUEST FOR TENDER NO. 108-2016 … · 2020. 9. 14. · Schedule of Prices to cover alterations, extras or deductions Tender Call No. 108-2016 Contract No. MCP-14-07

Function Trip Close Aux3 Aux4 Aux5 Aux6 Aux7

50 x x

51 x x

Synch x

Input 8 Breaker Closed. Relay Indication.

Input 9 Breaker Open. Relay Indication.

Input 10 Breaker Tripped and Locked Out. Relay Indication. Combine with Aux 3.

Input 14 Maintenance Mode. Disable OC1 Settings and Enable OC2 Settings.

Analog B1-B2 -Average rms Voltage Output - 4-20mA

See Semi Automatic Transfer Scheme for Synch Setting

Input Logic

Output Contacts

Breaker Logic 4.16KV Tie BreakersJRT-0002 GE 750 Relay

Page 13: ADDENDUM NO. 2 REQUEST FOR TENDER NO. 108-2016 … · 2020. 9. 14. · Schedule of Prices to cover alterations, extras or deductions Tender Call No. 108-2016 Contract No. MCP-14-07

Function Trip Close Aux3 Aux4 Aux5 Aux6 Aux7

50 x x

51 x x

27 Line x x

Input 8 Breaker Closed. Relay Indication.

Input 9 Breaker Open. Relay Indication.

Input 10 Breaker Tripped and Locked Out. Relay Indication. Combine with Aux 3.

Input 14 Maintenance Mode. Disable OC1 Settings and Enable OC2 Settings.

Analog B1-B2 -Average rms Voltage Output - 4-20mA

See Semi Automatic Transfer Scheme for Undervoltage Setting.

Although shown on the breaker schematics from Eaton the Auxiliary 5 Relay cannot act on

synchrocheck as there is only one voltage input to the relay. Any connections to Aux 5 should

be removed

Breaker Logic 4.16KV Main BreakersJRT-0103 and JRT-0203 GE 750 Relay

Output Contacts

Input Logic

Page 14: ADDENDUM NO. 2 REQUEST FOR TENDER NO. 108-2016 … · 2020. 9. 14. · Schedule of Prices to cover alterations, extras or deductions Tender Call No. 108-2016 Contract No. MCP-14-07
Page 15: ADDENDUM NO. 2 REQUEST FOR TENDER NO. 108-2016 … · 2020. 9. 14. · Schedule of Prices to cover alterations, extras or deductions Tender Call No. 108-2016 Contract No. MCP-14-07
Page 16: ADDENDUM NO. 2 REQUEST FOR TENDER NO. 108-2016 … · 2020. 9. 14. · Schedule of Prices to cover alterations, extras or deductions Tender Call No. 108-2016 Contract No. MCP-14-07
Page 17: ADDENDUM NO. 2 REQUEST FOR TENDER NO. 108-2016 … · 2020. 9. 14. · Schedule of Prices to cover alterations, extras or deductions Tender Call No. 108-2016 Contract No. MCP-14-07
Page 18: ADDENDUM NO. 2 REQUEST FOR TENDER NO. 108-2016 … · 2020. 9. 14. · Schedule of Prices to cover alterations, extras or deductions Tender Call No. 108-2016 Contract No. MCP-14-07
Page 19: ADDENDUM NO. 2 REQUEST FOR TENDER NO. 108-2016 … · 2020. 9. 14. · Schedule of Prices to cover alterations, extras or deductions Tender Call No. 108-2016 Contract No. MCP-14-07
Page 20: ADDENDUM NO. 2 REQUEST FOR TENDER NO. 108-2016 … · 2020. 9. 14. · Schedule of Prices to cover alterations, extras or deductions Tender Call No. 108-2016 Contract No. MCP-14-07
Page 21: ADDENDUM NO. 2 REQUEST FOR TENDER NO. 108-2016 … · 2020. 9. 14. · Schedule of Prices to cover alterations, extras or deductions Tender Call No. 108-2016 Contract No. MCP-14-07
Page 22: ADDENDUM NO. 2 REQUEST FOR TENDER NO. 108-2016 … · 2020. 9. 14. · Schedule of Prices to cover alterations, extras or deductions Tender Call No. 108-2016 Contract No. MCP-14-07
Page 23: ADDENDUM NO. 2 REQUEST FOR TENDER NO. 108-2016 … · 2020. 9. 14. · Schedule of Prices to cover alterations, extras or deductions Tender Call No. 108-2016 Contract No. MCP-14-07
Page 24: ADDENDUM NO. 2 REQUEST FOR TENDER NO. 108-2016 … · 2020. 9. 14. · Schedule of Prices to cover alterations, extras or deductions Tender Call No. 108-2016 Contract No. MCP-14-07
Page 25: ADDENDUM NO. 2 REQUEST FOR TENDER NO. 108-2016 … · 2020. 9. 14. · Schedule of Prices to cover alterations, extras or deductions Tender Call No. 108-2016 Contract No. MCP-14-07
Page 26: ADDENDUM NO. 2 REQUEST FOR TENDER NO. 108-2016 … · 2020. 9. 14. · Schedule of Prices to cover alterations, extras or deductions Tender Call No. 108-2016 Contract No. MCP-14-07
Page 27: ADDENDUM NO. 2 REQUEST FOR TENDER NO. 108-2016 … · 2020. 9. 14. · Schedule of Prices to cover alterations, extras or deductions Tender Call No. 108-2016 Contract No. MCP-14-07
khannak
Draft
khannak
Text Box
MIMIC PANEL THR-ELS-CP-0001
Page 28: ADDENDUM NO. 2 REQUEST FOR TENDER NO. 108-2016 … · 2020. 9. 14. · Schedule of Prices to cover alterations, extras or deductions Tender Call No. 108-2016 Contract No. MCP-14-07
khannak
Draft
Page 29: ADDENDUM NO. 2 REQUEST FOR TENDER NO. 108-2016 … · 2020. 9. 14. · Schedule of Prices to cover alterations, extras or deductions Tender Call No. 108-2016 Contract No. MCP-14-07
khannak
Draft
Page 30: ADDENDUM NO. 2 REQUEST FOR TENDER NO. 108-2016 … · 2020. 9. 14. · Schedule of Prices to cover alterations, extras or deductions Tender Call No. 108-2016 Contract No. MCP-14-07
khannak
Draft
Page 31: ADDENDUM NO. 2 REQUEST FOR TENDER NO. 108-2016 … · 2020. 9. 14. · Schedule of Prices to cover alterations, extras or deductions Tender Call No. 108-2016 Contract No. MCP-14-07
khannak
Draft
Page 32: ADDENDUM NO. 2 REQUEST FOR TENDER NO. 108-2016 … · 2020. 9. 14. · Schedule of Prices to cover alterations, extras or deductions Tender Call No. 108-2016 Contract No. MCP-14-07
khannak
Rectangle
khannak
Callout
replace with two position maintained selector switch
khannak
Draft
Page 33: ADDENDUM NO. 2 REQUEST FOR TENDER NO. 108-2016 … · 2020. 9. 14. · Schedule of Prices to cover alterations, extras or deductions Tender Call No. 108-2016 Contract No. MCP-14-07
khannak
Draft
Page 34: ADDENDUM NO. 2 REQUEST FOR TENDER NO. 108-2016 … · 2020. 9. 14. · Schedule of Prices to cover alterations, extras or deductions Tender Call No. 108-2016 Contract No. MCP-14-07
khannak
Draft
Page 35: ADDENDUM NO. 2 REQUEST FOR TENDER NO. 108-2016 … · 2020. 9. 14. · Schedule of Prices to cover alterations, extras or deductions Tender Call No. 108-2016 Contract No. MCP-14-07

SHUTDOWN REQUEST / NOTIFICATION QMS REFERENCE: FM-WWT-6202

DOCS#: 113120 REVISION DATE: JUNE 13, 2014

Page 1 of 3

QMSqualityenvironmenthealth & safetyQMSqualityenvironmenthealth & safety

Contractor Reference No. Click here to enter text. City Reference No. Click here to enter text.

Section 1 Contractor Information – to be completed by the contractor

1.1 General Information

Project Name Click here to enter text.

Contract/Order No. Click here to enter text.

Request Date Click here to enter a date.

Contact Information Name & Title Company/Division Telephone # (Direct)

Contractor/Vendor Primary Contact

Click here to enter text. Click here to enter text.

Click here to enter text.

Contractor/Vendor Secondary Contact

Click here to enter text. Click here to enter text.

Click here to enter text.

Contract Administrator Click here to enter text. Click here to enter text.

Click here to enter text.

City Project Manager Click here to enter text. Click here to enter text.

Click here to enter text.

1.2 Overall Objective

Click here to enter text.

1.3 Shutdown Request Information

Equipment/Service to be Shutdown

Click here to enter text.

Start Date

Click here to enter a date.

Time Click here to enter text.

End Date

Click here to enter a

date.

Time Click here to enter text.

Duration Click here to enter text.

1.4 Location Information

Specific Location Click here to enter text.

1.5 Detailed Description

Description

Click here to enter text.

Attachments Click here to enter text.

Page 36: ADDENDUM NO. 2 REQUEST FOR TENDER NO. 108-2016 … · 2020. 9. 14. · Schedule of Prices to cover alterations, extras or deductions Tender Call No. 108-2016 Contract No. MCP-14-07

SHUTDOWN REQUEST / NOTIFICATION QMS REFERENCE: FM-WWT-6202

DOCS#: 113120 REVISION DATE: JUNE 13, 2014

Page 2 of 3

QMSqualityenvironmenthealth & safetyQMSqualityenvironmenthealth & safety

Section 2 City Information – To be completed by the City

2.1 General Information

Contact Information Name Title Telephone # (Direct)

Shutdown Coordinator Click here to enter text. Click here to enter text.

Click here to enter text.

Secondary Shutdown Coordinator

Click here to enter text. Click here to enter text.

Click here to enter text.

Plant Project Lead Click here to enter text. Click here to enter text.

Click here to enter text.

2.2 Approval

Approved Click here to enter text. Name: Click here to enter text.

Approved as noted Click here to enter text. Name: Click here to enter text.

Rejected Click here to enter text. Name: Click here to enter text.

2.3 Shutdown Location

Plant TAB/HTP/THC TAB Only TNT

Work Area(s) WA1 WA2 WA3 WA4 WA5 WA6 WA7 WA8 TNT

Equipment/Service to be Shut Down Click here to enter text.

2.4 Shutdown Directive

Start Date

Click here to enter a date.

Time Click here to enter text.

End Date

Click here to enter a date.

Time Click here to enter text.

Duration Click here to enter text.

Refer to Section 1.5

Detailed Description Click here to enter text.

Lockouts Required Click here to enter text.

Attachments Click here to enter text.

2.5 Prerequisites and Conditions

Conditions for Approval Click here to enter text.

Check if Sign Off is Required in Section 3.2

2.6 Notification and Distribution

TAB/HTP/THC TAB Only

Info Action Info Action

EHS Construction Rep WA5 ASPOM WA1 ASPOM WA6 ASPOM WA2 ASPOM WA7 ASPOM WA3 ASPOM WA8 ASPOM WA4 ASPOM TNT ASPOM Plant Manager District Operations Plant Engineers EI Specialist

PCS Support

All Contractors

Additional Recipients Click here to enter text.

Page 37: ADDENDUM NO. 2 REQUEST FOR TENDER NO. 108-2016 … · 2020. 9. 14. · Schedule of Prices to cover alterations, extras or deductions Tender Call No. 108-2016 Contract No. MCP-14-07

SHUTDOWN REQUEST / NOTIFICATION QMS REFERENCE: FM-WWT-6202

DOCS#: 113120 REVISION DATE: JUNE 13, 2014

Page 3 of 3

QMSqualityenvironmenthealth & safetyQMSqualityenvironmenthealth & safety

Section 3 Sign Off

3.1 City Sign Off - Must be signed prior to starting the work

Name Title Signature

Click here to enter text. Click here to enter text.

Additional Comments

By signing above the City is indicating that the equipment listed in the shutdown directive has been shut down and locked out. The contractor may proceed with the work. Please add any last minute comments if necessary (i.e.: changes to lockouts, timing, etc).

3.2 Prerequisites and Conditions Sign off - Must be signed prior to starting the work (only if indicated in section 2.6)

Name Title Signature Date

Click here to enter text. Contractor

Click here to enter text. Contract Administrator

By signing above the Contractor and Contractor Administrator are acknowledging that they have read, understood and any tasks outlined in section 2.5: Prerequisites and Conditions have been completed (if required), and that to the best of their knowledge, work may now proceed.

3.3 Completed Work Sign Off - Must be signed on completion of the work

Name Title Signature Date

Click here to enter text. Contractor

Click here to enter text. Contract Administrator

By signing above the Contractor and Contractor Administrator are indicating that the work is complete, that the work/equipment has been tested (as required), contractor locks have been removed, and that the equipment is ready to be returned to service (if applicable).