THIS AGREEMENT made on 1st day of May, 2009                           Attachment A

BETWEEN:

THE REGIONAL MUNICIPALITY OF YORK

(Hereinafter referred to as the “Region”),

OF THE FIRST PART;

And

THE CORPORATION OF THE TOWN OF MARKHAM

(Hereinafter referred to as the “Town”),

OF THE SECOND PART;

 

WHEREAS the Town is planning to establish Water Distribution System Management Areas and implement pressure modulation in accordance with the Supporting Drawings included as “Attachment A”;

 

AND WHEREAS the Region currently owns the three chambers located at the intersections of Times Ave and Hwy 7, Commerce Valley West and Hwy 7 and Commerce Valley East and Hwy 7, all in the Town of Markham (hereinafter referred to as the “Chambers”);

 

AND WHEREAS the Region currently owns the Milliken water tower located at 4355, 14th Avenue  in the Town of Markham (hereinafter referred to as the “Water Tower”);

 

AND WHEREAS the Town wishes to install pressure modulation equipment in the three chambers along Hwy 7 and a flow meter plus pressure sensor in the standpipe of the Water Tower;

 

AND WHEREAS the Region desires to upgrade the flow meters in the Chambers;

           

            AND WHEREAS both the Town and the Region have a mutual interest in leak detection, and in implementing a water consumption reduction pilot, and will be benefited by the installation and upgrade of monitoring instruments;

 

AND WHEREAS The Town and the Region have agreed to enter into an agreement to define their financial responsibilities for cost sharing the cost of instrumentation and labour to modify the Chambers and to allow the Town to install a flow meter, pressure sensor and communication equipment in the Water Tower as described in this Agreement;

 

NOW THEREFORE the parties hereto covenant and agree as follows: 

 

1.      The foregoing recitals are incorporated into this Agreement as if repeated herein at length.

 

2.      The work to be completed for the Chambers includes the following, per chamber:

 

2.1.          Removal of the Region’s existing instrumentation and controls cabinet. The Region and the Town to share equally in the cost of the removal of the cabinet and instrumentation;

 

2.2.          Installation of a new double door weather proof stainless steel (SS316) cabinet modified with center divider plate for complete isolation, with separate locks and with concrete pad and other accessories. The cabinet shall be equipped with thermal insulation, heater, and security door switch. The cabinet shall be inspected by the Electrical Safety Authority (ESA) before being turned over to the Region. The Region and the Town to share equally in the cost of the new cabinet;

 

2.3.          Hydro shall be transferred from the Region’s existing cabinet to the new cabinet and service shall be provided on the Region’s side of the cabinet. The Region and the Town to share equally in the cost of the labour for this work and the Region shall provide hydro for the Town’s side of the cabinet without charge;

 

2.4.          Removal of the back plate from the Region’s existing control cabinet and transferring the existing back plate to the new control cabinet by means of bolting on (The existing backplate will not be redesigned. An additional new back plate will be supplied by the Town to the Region to enable future re-design if so desired). Providing electrical wiring, terminal strips, electrical junction box, connectors, conduits, electrical accessories, installing the Region’s communication mast, antennae, antennae cable, grounding cable and commissioning of the new cabinet. Region to bear the cost of this work and the scope of work shall be a separate item on the construction tender for cost sharing purposes;

 

2.5.          Installation of communication equipment for the Town according to the Town’s standards. The communication equipment can be a separate light pole or mast and the Town shall bear the cost of this work. There shall be 2 metres of vertical separation between the antennas for the Town and the Region to avoid communication interference. The Town shall bear the cost of this work and the scope of work shall be a separate item on the construction tender for cost sharing purposes;

 

2.6.          Removal of existing equipment (flow meters, Pressure Reducing Valve (PRV) and piping) and installation of new equipment (magnetic flow meters, PRV and piping) as per Construction drawings approved by the Region and the Town for each individual chamber and including spool piece, gaskets and other piping accessories.

 

2.7.          Flow meter transmitter (display and electronics) to be installed on the Region’s side of the cabinet. A flow signal (isolated) via a 4-20 mA signal to be supplied by the Region to the Town’s instrumentation cabinet. A modbus cable shall be supplied from the electronics to the Region’s Remote Processing Unit (RPU) with manufacturer recommended cable.  A pulse signal to be supplied by the Region to the Town’s instrumentation cabinet. A valve closed signal from the PRV will be provided to the to the Region side of the cabinet by the Town.

 

2.8.          The work for chamber modifications shall be included as a separate item(s) in the construction tender for cost sharing purposes. The Region to bear the cost for the required spool pieces, gaskets and piping accessories. The Region to bear the cost of the flow meter. The Town to bear the cost of the gaskets and piping accessories required to install the PRV. The Region and the Town to share equally in the labour cost to remove existing piping and for installation of the flow meter and PRV.

 

2.9.          Installation of new pressure reducing valves in accordance with the construction drawings approved by the Region and the Town, for the chamber and including spool piece, gaskets and other piping accessories. Valve closed status shall be provided to Region’s RPU. Disinfection, commissioning shall be completed in accordance with the Region standards and the Town to bear the cost of this work, and this work shall be included as a separate item in the construction tender for cost sharing purposes;

 

2.10.      Installation of two (2) pressure transmitters on either side of the valve with provision for isolation and calibration. Provide electrical wiring to power the transmitters and connect it to the Town’s side of the cabinet. The Town shall provide an isolated 4-20 mA signal to the Region side of cabinet. The Town to bear the cost for this work;

 

2.11.      Soil disturbance, vegetation and landscaping shall be restored to a condition equal to or better than, pre-construction conditions in accordance with the applicable Region and Town standards;

 

2.12.      The Region and the Town will share the hydro service. The Region will pay for the hydro service. The Region will provide 120 VAC to the Town side of the cabinet, fed through appropriate electrical protection in accordance with the Ontario Electrical Safety Code.

 

3.      The work to be completed at the Water Tower includes the following;

 

3.1.          Installation of a transit time ultrasonic strap on flow meter on the common water feed in to and out of the water tower. The Town shall provide the Region with an isolated 4-20 mA signal and direction output at the Region’s cabinet. The Region and the Town to share equally in the labour cost for this work and the Region shall provide hydro for the Town side of the cabinet without charge;

 

3.2.          The Region shall provide tower level information to the Town through an isolated 4-20 mA signal. The Town to bear the cost of this work;

 

3.3.          Installation of a small cabinet near the east wall of the Water Tower which shall include Input/Output extension off the Town RPU to interface with all instrumentation. Installation of communications equipment and antennae for the Town. The Region shall identify the electrical source and provide power to the Town free based upon the understanding that the Town’s power consumption will be very low. The Town to bear the cost of this work including all labour costs;

 

3.4.          Other than the work described in item 3.1 above, the Region will not share the cost for any other work completed at the Water Tower;

 

4.      The parties financial obligations set out in this Agreement shall survive the termination or cancellation of this Agreement and shall end only when all amounts associated with the work described herein are paid in full by the respective parties;

 

5.      The Town will ensure that the Region is covered by the construction contractor’s insurance and that the construction contractor provides the following insurance;

 

(a)        Commercial General Liability Insurance:

Commercial General Liability (CGL) insurance shall include as an Additional Insured, the Region, the Consultant, and the Local Municipality, with limits of not less than 5 million dollars ($5,000,000.00) inclusive per occurrence for bodily and personal injury, death, and damage to property including loss of use thereof.  Where such polices have aggregates, the minimum acceptable aggregate shall be 10 million dollars ($10,000,000.00) each for the General Aggregate and Products and Completed Operations aggregate.  The CGL insurance will include Cross Liability and Severability of Interest Clauses, Products and Completed Operations coverage (24 months) and a Standard Non-Owned Automobile endorsement including standard contractual liability coverage. 

The Region shall accept in place of the above mentioned insurance coverage, limits of 1 or 2 million dollars ($1,000,000.00 or $2,000,000.00) inclusive per occurrence in primary CGL insurance and 4 or 3 million dollars ($4,000,000.00 or $3,000,000.00) in Excess Liability or Umbrella Liability insurance with aggregates for each policy to provide the minimum coverages and limits as noted above.

(b)   Automobile Liability Insurance:

Automobile liability insurance in respect of licensed vehicles shall have limits of not less than 5 million dollars inclusive per occurrence for bodily injury, death, and damage to property.  Coverage shall be in the form of a Standard owner's form automobile policy providing third party liability and accident benefits insurance and covering licensed vehicles owned and/or leased or operated by or on behalf of the Contractor.

       Proof of such insurance shall be provided to the Region prior to the commencement of any work described in this Agreement.

 

6.      The Town will pay the construction contractor and will invoice the Region with a copy of the payment certificate from the construction contractor;

 

7.      The Town will ensure that the construction work is completed to the satisfaction of the Region and that documents and drawings are completed and submitted by the construction contractor;

 

8.      The Town and the Region shall coordinate activities during construction and the Region’s staff shall be informed 14 days in advance of construction activities;

 

9.      Stakeholders including nearby residents and businesses, shall be kept informed of the construction activities by the construction contractor;

 

10.  This Agreement shall expire upon the earlier of:

 

(a)    May 31, 2011; or

(b)   Upon the execution of an operational agreement between the Town and the Region for cost sharing of operations, hydro and other expenses related to the work described in this Agreement.

 

11.  During the course of contract if there is additional work requested by a party, the party making the request shall bear the complete cost of this work, unless the parties come to an agreement for cost sharing before proceeding with the request.

 

 

IN WITNESS WHEREOF the parties hereto have hereunto affixed their corporate seals attested to by the hands of their proper signing officers duly authorized in that behalf.

 

SIGNED, SEALED AND                    )           THE CORPORATION OF THE TOWN

DELIVERED                                      )           OF MARKHAM

                                                            )

                                                            )

                                                            )                                                                                  

                                                            )           Name:

                                                            )           Title:

                                                            )

                                                            )

                                                            )                                                          

                                                            )           THE REGIONAL MUNICIPALITY

                                                            )           OF YORK

                                                            )

                                                            )

                                                            )                                                                                  

                                                            )           Name: Erin Mahoney, M.Eng.

                                                            )           Title: Commissioner of Environmental Services

                                                            )