RFQ 1901 Request for Quotations No. 1901 And Related Apparatus RFQ Document.… · Request for...
Transcript of RFQ 1901 Request for Quotations No. 1901 And Related Apparatus RFQ Document.… · Request for...
RFQ 1901
Page 1 of 9
Request for Quotations No. 1901
Design, Supply, Fabrication of Stainless Steel Pipe, Fittings, Valves, And Related Apparatus
Issue Date: February 28, 2017
Closing Date: Quotations must be received by 3:00 p.m. (15:00 hours),
Pacific Time on Thursday, March 9, 2017 Closing Location: Quotations will be accepted by email only at:
[email protected] Please Note: Maximum file size 8MB
Inquiries and Clarifications: It is the responsibility of each Supplier to satisfy itself as to
the requirements set out in this RFQ. Inquiries and clarifications are to be addressed no later than four (4) business days prior to “closing date” in writing to:
City of Nanaimo Paul Warren – Purchasing Manager Phone: (250) 756-5318 Email: [email protected]
RFQ 1901
Page 2 of 9
Table of Contents 1.0 Instructions to Suppliers ................................................................................. 3 - 5 2.0 Purchase Order Terms and Conditions........................................................... 6 - 7 3.0 Requirements and Specifications ........................................................................ 7 Appendix A Quotation Form .................................................................................. 8 – 9 Attachments Duke Point PRV Station Upgrades – Scope of Work, General Requirements, & Values; Duke Pnt PRV Upgrades-CO1.pdf Duke Pnt PRV Upgrades-CO2.pdf
RFQ 1901
Page 3 of 9
SECTION 1.0: INSTRUCTIONS TO SUPPLIERS 1.1 Description of Requirement
The City of Nanaimo (the “City’), invites interested Suppliers to submit a Quotation for the design, supply, fabrication, assembly and testing of stainless steel pipe, fittings, valves, and related apparatus Delivery to the City is required by April 20, 2017.
1.2 Definitions The following words and terms, unless the context otherwise requires, shall have the
meanings as set out below: “Product” or plural thereof refers to the fertilizer and lime. “must” “mandatory” “shall” means a requirement that must be met in order for a Quotation to receive consideration. “Quotation” or plural thereof means the Suppliers Quotation, submitted by the Supplier to the City in response to the RFQ. “RFQ” means this Request for Quotations document and all addenda issued in writing by the City up to the “closing date”.
1.3 Closing Date and Closing Location
Electronically submitted Quotations to: [email protected] must be received by the Purchasing Department no later than 3:00 p.m. (15:00 hrs), Pacific Time, Thursday, March 9, 2017. PLEASE NOTE: 8MB Maximum file size, where no one (1) file can exceed 8MB due to constraints by the City. Failure by any Supplier not to comply with this restriction may result in the information not being received by the City and may result in a non-compliant submission.
Suppliers have the sole responsibility to allow sufficient time for the delivery of their Quotation by “closing date” at the “closing location”. For electronically submitted Quotations, Quotations are received when displayed as new email at [email protected] Late Quotations will not be considered.
The City of Nanaimo is not accept any responsibility for failure to receive or the inability to read any submission for any reason including technical issues, data corruption, spam filters, firewalls, job queue, file size limitations or failure for any other reason.
1.4 Quotation Submission Requirements
(1) Complete and submit the Quotation Form attached as (Appendix A). This form must be signed by an authorized person in a position to legally bind the Supplier to statements made in response to this Request for Quotations.
(2) Submit Technical data sheets, product labels and MSDS.
Any failure by a Supplier not to submit their Quotation in accordance with this clause (1.4) may result in preference being given to competing Suppliers.
RFQ 1901
Page 4 of 9
1.5 Enquiries It is the responsibility of each Supplier to satisfy itself as to the requirements set out in this RFQ. All enquiries regarding this RFQ are to be directed no later than four (4) business days prior to the “closing date” in writing to:
City of Nanaimo Paul Warren – Purchasing Manager Email: [email protected] (Please indicate the RFQ No. and Title in the subject line.)
All amendments or responses to enquiries will be posted on the City of Nanaimo website at: http://www.nanaimo.ca/bid_opportunities/bid_opptunities.aspx It is the sole responsibility of the Supplier to monitor this website to check for updates, up to the “closing date”.
1.6 Addenda
Each addendum will be incorporated into and become part of this RFQ. No amendment of any kind to this RFQ is effective unless it is contained in a written addendum issued by the City’s Purchasing Department. The City, its agent and employees shall not be responsible for any information given by way of oral or verbal communication.
1.7 Suppliers Costs for Quotation All costs associated with the preparation and submission of the Quotation, including any
costs incurred by the Supplier after the “closing date”, will be borne solely by the Supplier.
1.8 Limitation of Damages Further to the preceding paragraph, the Supplier, by submitting a Quotation
acknowledges and agrees that the City will not be responsible for any costs, expenses, losses, damages (including damages for loss of anticipated profit) or liabilities incurred by the Supplier as a result of or arising out of submitting a Quotation for the proposed Contract, or due to the City’s acceptance or non-acceptance of their Quotation or any breach by the City of the bid contract between the City and each of the Suppliers or arising out of any Contract award not made in accordance with the express or implied terms of the RFQ documents.
1.9 Quotation Revisions or Withdrawal
(a) Amendments to a Quotation may be submitted if delivered in writing prior to the “closing date” marked with the Supplier’s name and the RFQ title and number and may be submitted electronically to [email protected]
(b) Suppliers may withdraw their Quotation at any time prior to the RFQ “closing date” by submitting a written withdrawal letter to the Purchasing Agent by email to: [email protected]
1.10 Conflict of Interest By submitting a Quotation, the Supplier warrants that neither it nor any of its officers or
directors, or any employee with authority to bind the Supplier, has any financial or
RFQ 1901
Page 5 of 9
personal relationship or affiliation with any elected official or employee of the City or their immediate families which might in any way be seen by the City to create a conflict.
1.11 Quotation Evaluation Quotations will be evaluated to determine which offers the best value to the City. The
City expects to place the greatest emphasis on price; however, the City may take into account other factors affecting best value, including those concerning delivery, quality, warranty, past performance, availability, and other considerations deemed of value to the City’s.
Therefore, the City may accept a Quotation other than the lowest Quotation.
1.12 The City reserves the right to accept any Quotation, to waive immaterial defects and minor irregularities or other deficiency in any Quotation at its own discretion or negotiate a final Contract, or reject all Quotations at its sole discretion. The City reserves the right to award a Contract in whole or in part to more than one Supplier. Without limiting the generality of the foregoing, the City reserves the right, in its sole and absolute discretion, to accept or reject any Quotation which in the view of the City is incomplete, obscure, or irregular, which has erasures or corrections in the document, which contains exceptions or variations, the City may elect to not accept any Quotation, and may terminate or amend this RFQ at any time.
1.13 Contract award will be subject to:
(1) Budget considerations; (2) Satisfactory reference checks, in the sole opinion of the City.
1.14 Ownership of Quotations and Freedom of Information and Protection of Privacy
Act All Quotations submitted to the City of Nanaimo become the property of the City of Nanaimo. The City of Nanaimo is bound by the Freedom of Information and Protection of Privacy Act (British Columbia) and all documents submitted to the City of Nanaimo will be subject to the provisions of this legislation.
1.15 Litigation Clause The City may, in its absolute discretion, reject a Quotation submitted by Suppliers if the
Supplier, or any officer or director of the Supplier is or has been engaged either directly or indirectly through another corporation in a legal action against the City, its elected or appointed officers and employees in relation to: (a) Any other Contract for works or Services; or (b) Any matter arising from the City’s exercise of its powers, duties or functions under
the Local Government Act for another enactment within the past five years of the date of this Request for Quotations. In determining whether to reject a Quotation under this clause, the City will consider whether the litigation is likely to affect the Supplier’s ability to work with the City, its consultants and representatives and whether the City’s experience with the Supplier indicates that the City is likely to incur increased employees and legal costs in the administration of this Contract if it is awarded to the Supplier.
RFQ 1901
Page 6 of 9
SECTION 2.0: PURCHASE ORDER TERMS AND CONDITIONS
2.1 Form of Contract and Contract Documents The City’s preferred form of Contract for this RFQ solicitation is the City of Nanaimo’s
official purchase order which will include and consist of: The successful Supplier’s Quotation submission; The following referenced sections of this RFQ:
o Section 1.0 Introduction to Suppliers, clause (1.2) Definitions and clause (1.16) Ownership of Quotation and Freedom of Information and Privacy of Protection Act;
o Section 2.0 Purchase Order Terms and Conditions; o Section 3.0 Requirements and Specifications;
Quotation Form [(Appendix A) as modified from the RFQ document]; All amendments and attachments; The City’s official purchase order; and Those parts not referenced above, but agreed upon by both parties.
2.2 Laws, Permits and Regulations
(a) The laws of the Province of British Columbia shall govern the Contract. (b) In carrying out its obligations hereunder, the Supplier shall familiarize itself and
comply with all applicable laws, bylaws, regulations, ordinances, codes, specifications and requirements of all regulatory authorities, and shall obtain all necessary licenses, permits and registrations as may be required by law.
2.3 Payments
Payment term is Net (30) days from receipt of invoice and acceptance of Products, whichever is the later. The purchase order number shall appear on all invoices. Electronic Funds Transfer (EFT) is the preferred method of payment. EFT is a direct deposit into the Supplier’s bank account. The City reserves the right to reject and/or return invoices containing discrepancies for correction and/or re-invoicing, without penalty.
2.4 Indemnification
The Supplier shall indemnify and save harmless the City of Nanaimo and its Council Members, officers, servants, employees, volunteers and agents from and against all claims, demands, proceedings, suits, losses, damages, costs and expenses of whatsoever kind or nature (including, but not limiting the generality of the foregoing, in respect of death, injury, loss or damage to any person or property) arising in any way out of or connected with the supply and delivery of the Products by the Supplier under this Contract, except to the proportionate extent that such actions, claims, demands, proceedings, suits, losses, damages, costs and expenses were caused by the indemnified parties or any of them.
2.5 Termination
(a) The City reserves the right to cancel the Contract immediately upon written notice if, in the opinion of the City, the successful Supplier is not fulfilling the terms, conditions and specifications of the Contract. In all other instances the City reserves the right to terminate the Contract with thirty (30) days written notice.
(b) Upon termination of the Contract(s) in whole or in part, the City may procure similar Products to those so terminated.
RFQ 1901
Page 7 of 9
(c) In the event the City terminates the Contract the City’s liability shall be limited to only the prices for Products delivered up to the date of termination by the Supplier.
2.6 Independent Supplier
The successful Supplier is an independent Supplier. This Contract does not establish a relationship of employment, partnership, agency or joint venture.
2.7 Assignment The Supplier shall not assign any of its obligations without the City’s prior written
consent.
2.8 Dispute Resolution In the event of a dispute arising between the City and the Supplier as to their respective
rights and obligations under the Contract, both parties agree to resolve the dispute by: (a) Frank and open negotiations whereby both parties use their best efforts to resolve
the dispute by mutual agreement including the most Senior Management of both parties.
(b) If, after thirty (30) calendar days, the dispute is not resolved, both parties agree to appoint a mediator to resolve the dispute. All costs to be split equally.
(c) If, after the mediation process is complete and the dispute is not resolved, the parties shall proceed to arbitrations following the rules of procedures as per the British Columbia International Commercial Arbitration Centre located in Vancouver, BC. All costs, with the exception of legal fees, shall be borne equally.
2.9 Time is of the Essence Time shall be of the essence with respect to the supply and delivery of the Products. 2.10 Contract Acceptance
The Supplier by acceptance of the Purchase Order accepts all the Request for Quotation Terms and Conditions, the Purchase Order Terms and Conditions, Special Conditions, the Scope of Work and will provide the services at the prices stated in Appendix ‘A’ Quotation Form.
SECTION 3.0 REQUIREMENTS AND SPECIFICATIONS The following attached documents form the Requirements and Specifications for this RFQ: Duke Point PRV Station Upgrades – Scope of Work, General Requirements, & Values; Duke Pnt PRV Upgrades-CO1.pdf Duke Pnt PRV Upgrades-CO2.pdf
RFQ 1901
Page 8 of 9
APPENDIX A QUOTATION FORM The undersigned Bidder, having carefully read and examined the Request for Quotation Terms and Conditions, the Purchase Order Terms and Conditions, the Specifications and Addendum #_________ to #___________and having full knowledge of the products required, does hereby agree to supply and deliver the products at the following prices. All prices are in Canadian funds and include delivery charges, F.O.B. destination Duke Point Station, 1120 Hooker Road, Nanaimo, BC, unloading, including all fees and levies, packaging, crating, insurance, cartage and all other charges incidental to supply and delivery of traffic paint to the City. Pricing excludes all applicable taxes. Applicable taxes are shown as a separate line item. Please provide pricing for the Accepted Product you are offering: Description Price
(excluding applicable taxes)
Design, Supply, Fabrication of Stainless Steel Pipe, Fittings, Valves, And Related Apparatus per the Scope of Work
LUMP SUM SUBTOTAL
PST
GST
LUMP SUM TOTAL
Guaranteed delivery time from receipt of order. Business Days
RFQ 1901
Page 9 of 9
3.0 Signature This section must be signed by an authorized person in a position to legally bind the Supplier to statements in its Quotation.
Through submission of this Quotation, I/we agree to supply and deliver the items specified in this Quotation by the delivery date specified at the prices quoted and to all of the terms and conditions of the RFQ and agree that any inconsistent provisions in our submission will be as if not written and do not exist. I/We have carefully read and examined the Request for Quotations document and I/we agree to be bound by the statements and representations made in our Quotation submission and acknowledge receipt of all addenda posted on the City of Nanaimo website.
I/we the undersigned have the authority to bind the Supplier.
Legal Company Name:
Address:
Telephone Number:
Name / Title (Please Print):
Signature:
E-mail:
Date:
DUKE POINT PRV STATION – UPGRADES Page 1 of 9
SCOPE OF WORK, GENERAL REQUIREMENTS, & VALVES
1.0 SCOPE OF WORK
1.1 Work specified in this contract includes design, supply, fabrication, assembly,
performance testing at the manufacturer’s facility, and delivery to the FOB Point of the
Goods, of stainless steel pipe, fittings, valves, and related apparatus, as described
elsewhere in the specifications and drawing.
1.2 The Work to be done under this contract consists of the supply and delivery of:
250 mm diameter Pressure Reducing Valve;
250 mm diameter Pressure Reducing Valve Insert/Pilot Kit;
2-250 mm diameter Gate Valves
75 mm diameter Pressure Reducing Valve;
75 mm diameter Pressure Relief Valve;
75 mm diameter Gate Valve;
Pressure Gauge;
X105LCW Limit Switch Assembly (additional part);
All stainless steel piping, fittings, couplings, flanges, gaskets, bolts, ports, ball
valves, accessories, and necessary parts required to supply, fabricate, and tie-into
the existing station.
Pipe Supports and Pipe Hangers
1.3 Product list shall be provided to the City for review and approval as part of the quotation
submission.
1.4 Supply Contractor shall be responsible for field visit(s) to verify dimensions and
submittal of shop drawings prior to fabrication.
1.5 The Goods will be installed by the City’s Staff. The Supply Contractor shall furnish all
labour, materials, accessories and necessary parts to supply, fabricate, and deliver the
Goods.
1.6 Date of Delivery
No later than April 20, 2017
1.7 Place of Delivery
FOB Point:
Duke Point Station, 1120 Hooker Road, Nanaimo, BC
(Off of Maugham Road and Wave Place)
Delivery location to be confirmed by and coordinated with the Owner prior to shipment
to the FOB Point. Contact Heidi Cao at 250-756-5338. Delivery of the Good shall take
place during regular working hours (Monday through Friday, 8:30 am to 3:30 pm).
Two (2) weeks notice shall be given prior to the intended delivery so that arrangements
can be made for unloading and storing the Goods.
DUKE POINT PRV STATION – UPGRADES Page 2 of 9
SCOPE OF WORK, GENERAL REQUIREMENTS, & VALVES
The Supply Contractor is responsible for arranging off-loading of the Goods at the FOB
Point.
1.8 Handling
The Supply Contractor shall assume full responsibility for protection and safekeeping of
all Goods supplied under this Contract until such time as they are delivered to the FOB
Point. The Supply Contractor shall be responsible for the Goods while in transit to the
FOB Point.
The Owner will inspect the Goods upon delivery to the FOB Point, and the Supply
Contractor will be notified promptly of any damage prior to off loading. Any Goods,
which do not pass the appropriate standards or are subsequently found to be defective
will be returned to the Supply Contractor at the Supply Contractor’s own expense.
2.0 PRODUCTS
2.1 250 mm diameter Pressure Reducing Valve, Cla Valve 90-01;
Valve size: 250 mm Diameter
Pattern: Globe
Main valve body and cover: Ductile Iron
Main valve trim: Stainless Steel
All internal components to be stainless steel
Pressure Rating: 300 Class
Flanged Ends
Adjustment Range: 30 to 300 psi
Coating: Fusion Epoxy lined and coating
Pilot System to be Stainless Steel
Include: X105LCW Limit Switch Assembly (see 2.8)
2.2 250 mm diameter Pressure Reducing Valve Insert/Pilot Kit;
Pattern: Angle
Main valve trim: Stainless Steel
All internal components to be stainless steel
Pressure Rating: 300 Class
Adjustment Range: 30 to 300 psi
Pilot System to be Stainless Steel
Include: X105LCW Limit Switch Assembly (see 2.8)
2.3 250 mm diameter Gate Valves (Section B)
1-250mm Diameter GV, FxF, Class 300 c/w hand-wheel
(to be suitable to connect to existing flange pattern, Section B upstream flange)
1-250mm Diameter GV, FxF, RW, c/w hand-wheel, non rising stem
(to be suitable to connect to existing flange pattern, Section B downstream flange)
DUKE POINT PRV STATION – UPGRADES Page 3 of 9
SCOPE OF WORK, GENERAL REQUIREMENTS, & VALVES
2.4 75 mm diameter Pressure Reducing Valve, Cla Valve 90-01
Valve size: 75 mm Diameter
Pattern: Globe
Main valve body and cover: Ductile Iron
Main valve trim: Stainless Steel
All internal components to be stainless steel
Pressure Rating: 300 Class
Flanged Ends
Adjustment Range: 30 to 300 psi
Coating: Fusion Epoxy lined and coating
Pilot System to be Stainless Steel
Include: X105LCW Limit Switch Assembly (see 2.8)
2.5 75 mm diameter Pressure Relief Valve, Cla Valve 50-01
Valve size: 75 mm Diameter
Pattern: Angle
Main valve body and cover: Ductile Iron
Main valve trim: Stainless Steel
All internal components to be stainless steel
Flanged Ends
Coating: Fusion Epoxy lined and coating
Pilot System to be Stainless Steel
Include: X101 Position Indicator
2.6 75 mm diameter Gate Valve (Section D)
1-75mm Diameter GV, FxF, Class 300 c/w hand-wheel, non rising stem
2.7 Pressure Gauge
Stainless steel construction, tamper resistant, pressure range 0 to 200 psi
2.8 X105LCW Limit Switch Assembly;
Valve size: refer to the drawing
Weather proof type enclosure
Voltage, AC
Actuating Position: Valve Closed
Quantity: refer to the drawing. All PRV valves to be completed with a limit switch plus
an additional one for the 150mm PRV (item 21 on drawing)
2.9 Piping, fittings, couplings, flanges, gaskets, nuts, and bolts
All piping, fittings, flanges, nuts, and bolts to be stainless steel Schedule 40S 304L with
minimum pressure Class 300 psi unless otherwise noted on the drawing.
DUKE POINT PRV STATION – UPGRADES Page 4 of 9
SCOPE OF WORK, GENERAL REQUIREMENTS, & VALVES
Fittings and spool pieces are to be completed with welded flanges (slip on flanges will
NOT be acceptable, all pipes, fittings and flanges to be welded in accordance to AWWA
C220, ASTM A312, ASTM A409, ASTM A778, and ASTM A380).
Victaulic couplings to be Rigid Style No. 89, suitable for use on stainless steel piping
2.10 Piping Supports and Pipe Straps
Pipe supports Standon Model C92 are to be finished with corrosion resistant, galvanized.
Pipe supports (250 mm pipe) are to be carbon steel completed with epoxy coating.
Pipe hangers are to be finished with corrosion resistant, galvanized.
3.0 WARRANTY
3.1 The Supply Contractor shall be responsible for the proper performance of the work and
components thereof, and agrees to correct promptly, at his own expense, defects or
deficiencies in the work which appear prior to and during the period of one year from the
date of release of all hold back monies.
DUKE POINT PRV STATION – UPGRADES Page 5 of 9
SCOPE OF WORK, GENERAL REQUIREMENTS, & VALVES
Section A – Existing 250mm Configuration (Upstream View)
Section A – Existing 250mm Diameter Configuation (Downstream View)
DUKE POINT PRV STATION – UPGRADES Page 6 of 9
SCOPE OF WORK, GENERAL REQUIREMENTS, & VALVES
Section B – Existing 250mm Upstream & Downstream Flange Patterns
Downstream
Upstream
DUKE POINT PRV STATION – UPGRADES Page 7 of 9
SCOPE OF WORK, GENERAL REQUIREMENTS, & VALVES
Section C – Existing 150mm Configuation
DUKE POINT PRV STATION – UPGRADES Page 8 of 9
SCOPE OF WORK, GENERAL REQUIREMENTS, & VALVES
Section D – Existing 100/75mm Diameter Valve Configuation
Section D – Existing 100/75mm Diameter Valve Configuation
DUKE POINT PRV STATION – UPGRADES Page 9 of 9
SCOPE OF WORK, GENERAL REQUIREMENTS, & VALVES
Section D – Existing 100/75mm Diameter Valve Configuation
1. ALL CONSTRUCTION TO BE IN ACCORDANCE WITH CITY OF NANAIMO ENGINEERING STANDARDS &
SPECIFICATIONS.
2. ALL LOCATIONS AND ELEVATIONS OF EXISTING UTILITIES SHOWN ARE APPROXIMATE ONLY AND SHOULD BE
CONFIRMED IN THE FIELD. ALL STRUCTURES ARE NOT NECESSARILY SHOWN.
3. ANY ALTERNATIVES TO SPECIFIED MATERIALS OR APPURTENANCES TO BE APPROVED BY THE CITY ENGINEER
PRIOR TO CONSTRUCTION.
4. CONFIRM LOCATION OF EXISTING UTILITIES AT ALL CROSSINGS AND CONNECTIONS AND REPORT ANY
DISCREPANCIES TO THE ENGINEER PRIOR TO CONSTRUCTION.
5. REPAIR ALL BROKEN OR DISTURBED PIPES, CONDUITS AND STRUCTURES THAT ARE DAMAGED DURING
CONSTRUCTION.
6. ALL OFFSETS ARE SHOWN TO PIPE CENTERLINE UNLESS OTHERWISE NOTED.
7. ALL STAINLESS STEEL PIPING, PRV CHAMBER COMPONENTS AND OTHER APPURTENANCES TO BE REVIEWED
PRIOR TO FABRICATION AND ORDERING.
W W
S S
W W
S S
D D
CONCRETE CURB
G G G G G G G G G G G G G G G G G G G
150Ø AC WAT
600Ø CSP SD
200Ø AC SS
88Ø PE GAS
PROPOSED VALVE
BUILDING UPGRADES
SEE DWG XXXX-02
SSMH
SCALE: 1:5000
LOCATION OF DUKE POINT RESERVOIR,
VALVE STATION & PUMP STATION
VALVE BUILDING
RESERVOIR
TWL=XXXPUMP
STATION
750X600 REDUCER
IMPACT
BASIN
300Ø DRAIN
1120 HOOKER ROAD
W W
S S
W W
S S
D D
CONCRETE CURB
G G G G G G G G G G G G G G G G G G G
150Ø AC WAT
600Ø CSP SD
200Ø AC SS
88Ø PE GAS
SSMH
SCALE: 1:5000
LOCATION OF DUKE POINT RESERVOIR,
VALVE STATION & PUMP STATION
VALVE BUILDING
RESERVOIR
TWL=73.750mPUMP
STATION
750X600 REDUCER
IMPACT
BASIN
300Ø DRAIN
1120 HOOKER ROAD
EXISTING VALVE
TO BE CLOSED
EXISTING RESERVOIR
TO BE DRAINED
EXISTING VALVE
TO BE CLOSED
Date
Reference data
No. By Revisions Eng.
Drawn by
Approved by
Checked by
Design by
Consult.Dwg
Dwg No.
Eng File No.
Scale
Horiz.
Sheet of
Vert.
Title
Project
T H E H A R B O U R C I T Y
G:\U
TILIT
IE
S\W
AT
ER
\R
ES
OU
RC
ES
\P
RO
JE
CT
S &
C
ON
ST
RU
CT
IO
N\D
UK
E P
NT
P
RV
U
PG
RA
DE
S\D
RA
WIN
GS
IF
C\D
UK
E P
NT
P
RV
U
PG
RA
DE
S2.14.2017
Date
Seal
DUKE POINT - HOOKER ROAD
VALVE STATION UPGRADES
GENERAL NOTES, LEGEND, LOCATION PLAN, & SITE PLAN
AS SHOWN
HC
HC
2017/01/15
1 DATE BY REVISION ENG
PRELIMINARY
NOT FOR CONSTRUCTION
GATE
EXISTING VALVE
TO BE CLOSED
EXISTING VALVE
REMAIN OPEN
EXISTING VALVE
REMAIN OPEN
1.600±
1.0
70
1.630±
Date
Reference data
No. By Revisions Eng.
Drawn by
Approved by
Checked by
Design by
Consult.Dwg
Dwg No.
Eng File No.
Scale
Horiz.
Sheet of
Vert.
Title
Project
T H E H A R B O U R C I T Y
G:\U
TILIT
IE
S\W
AT
ER
\R
ES
OU
RC
ES
\P
RO
JE
CT
S &
C
ON
ST
RU
CT
IO
N\D
UK
E P
NT
P
RV
U
PG
RA
DE
S\D
RA
WIN
GS
IF
C\D
UK
E P
NT
P
RV
U
PG
RA
DE
S2.17.2017
Date
Seal
DUKE POINT - HOOKER ROAD
VALVE STATION UPGRADES
PRV UPGRADES PLAN, SECTION, DETAILS, AND COMPONENT LIST
AS SHOWN
22
HC
HC
BS / DM / BS
2017/02/15
1 DATE BY REVISION ENG
PRELIMINARY
NOT FOR CONSTRUCTION
METER VAULT
STORAGE ROOMELECTRICAL &
INSTRUMENTATION ROOM
EX.150Ø SURGE
RELIEF VALVE
EX.200Ø SURGE
RELIEF VALVE
75Ø - 29 L/s
150Ø - 95 L/s
250Ø - 309 L/s
250Ø - 220 L/s
750Ø - FLOW RANGE 0 TO 653 L/s
600Ø - FLOW RANGE 0 TO 653 L/s
EX.600Ø BUTT-WELDED
STEEL PIPE 7.9mm
COAL-TAR EPOXY LINING
EX.750Ø BUTT-WELDED
STEEL PIPE 7.9mm
COAL-TAR EPOXY LINING
REMOVE EXISTING PIPE, ENERGY DISSIPATOR
(HITCO, 200X250) & REDUCER (BY CoN).
REPLACE WITH 250Ø PIPE c/w PORTS,
VICTAULIC & FLANGE AS SHOWN
EX 250Ø BUTTERFLY
VALVE, DRESSER 450
RF FLANGED
EX 150Ø BUTTERFLY
VALVE, DRESSER 450
RF FLANGED
2.341±
EX 250Ø GATE VALVE, KITZ
300 SCL RF FLANGED c/w HW
REMOVE EXISTING BLIND FLANGE
(445mmØ, 50mm THICK, 16 BOLTS)
AND INSTALL VALVES, FITTINGS,
AND PIPE AS SHOWN
REMOVE EXISTING BLIND FLANGE
(406mmØ, 31.8mmTHICK, 12 BOLTS)
AND INSTALL VALVES, FITTINGS,
AND PIPE AS SHOWN
EXISTING VALVE TO BE RETROFITTED
TO PRESSURE REDUCING VALVE
c/w X105L POSITION INDICATOR.
INSTALLATION TO BE COMPLETED BY CoN
EX 150Ø GV,
KITZ 300 SCL
RF FLANGED c/w HW
0.870±
0.752±
LIMIT OF CONSTRUCTION
REMOVE EXISTING PRV VALVES &
PIPE, AND INSTALL VALVES,
FITTINGS, PORTS AND PIPE
AS SHOWN
LIMIT OF
CONSTRUCTION
LIMIT OF CONSTRUCTION
LIMIT OF
CONSTRUCTION
WATER HAULER SYSTEM,
LAYOUT SHOWN
IS APPROXIMATE
EX
CONCRETE
PEDESTAL
EX
CONCRETE
PEDESTAL
EX
CONCRETE
PEDESTAL
INSTALL PIPE AND CONNECT
TO EXISTING PIPES (WATER
HAULER SUPPLY & DRAIN)
LIMIT OF
CONSTRUCTION
LIMIT OF
CONSTRUCTION
FLOW
FLOW
FLOW
150Ø 150Ø
150Ø
250Ø 250Ø
250Ø
250Ø 250Ø
250Ø
EL. 41.150m
EL. 42.190m
EL. 41.150m
EL. 42.220m
EL. 41.150m
EL. 42.265m±
FLOW
0.3
30
0.4
75
RE-USE AIR VALVES &
PRESSURE GAUGES,
TYPICAL
INSTALL DRAIN (FROM
RELIEF VALVE TO EXISTING PIPE).
RUN OVERHEAD SUSPEND FROM
STEEL TRUSSES c/w PIPE HANGERS
FLOW
DESIGN PARAMETER AND SUMMARY OF PRV PRESSURES & FLOW RATES
DESIGN PARAMETER
PRV DIA (mm)
INLET PRESSURE OUTLET PRESSURE MIN. FLOW RATE MAX. FLOW
EXISTING (2016) FLOW
ADD = 3 L/s
MDD = 5 L/s
PHD = 8 L/s
MDD + FIRE FLOW = 305 L/s
75Ø - NEW
150 - 175 PSI
63 PSI (HGL 85.0m)
0 L/s
29 L/s
(NEW CLA-VALVE)
150Ø - EX
58 PSI (HGL 81.5m)
- 95 L/s
ESTIMATED 2041 FLOW
ADD = 3 L/s
MDD = 6 L/s
PHD = 10 L/s
MDD + FIRE FLOW = 306 L/s
250Ø - NEW
53 PSI (HGL 78.0m)
-
309 L/s
(NEW CLA-VALVE)
250Ø - EX
48 PSI (HGL 74.5m)
-
220 L/s
(BASED ON O&M
MANUAL)
TOTAL = 653 L/s
2.356
DESIGN PARAMETER IS BASED ON THE CITY OF NANAIMO 2016 WATER MODEL
LIMIT OF CONSTRUCTION
EX 100Ø GV,
KITZ 300 SCL
RF FLANGED
c/w HW
EL. 42.220m
100Ø
LIM
IT
O
F
CO
NS
TR
UC
TIO
N
EX 100Ø BV,
DRESSER 450 RF
FLANGED
EX
CONCRETE
PEDESTAL
100Ø
75Ø
EXISTING SS PIPE
RE-USE AIR VALVES &
PRESSURE GAUGES,
TYPICAL
REMOVE EXISTING 75Ø PRV VALVES, REDUCER,
& PIPE, AND INSTALL VALVES, FITTINGS, PORTS
AND PIPE AS SHOWN
EL. 41.150m
EXISTING CHLORINE INJECTION
FLOW
INSTALL 75Ø SS DRAIN (RUN OVERHEAD,
SUSPEND FROM STEEL TRUSSES) &
CONNECT TO EXISTING PIPE, REFER TO
PLAN VIEW FOR DETAIL
SUPPLY CONTRACTOR TO
INSTALL 75Ø FID
THREADOLET & WELD
CONNECT TO EXISTING
STEEL PIPE
INSTALL 200Ø CHECK VALVE
TIDEFLEX SERIES 37G.
VALVE TO BE SUPPLIED BY CoN
NOTE:
LAYOUT SHOWN IS APPROXIMATE. SUPPLIER / FABRICATOR IS REQUIRED TO VERIFY DIMENSIONS OF ALL PIPES, FITTINGS, FLANGES, GASKETS, BOLTS, ETC. IN
THE FIELD SO IT WOULD MATCH TO THE EXISTING CONFIGURATION.
ALL PIPES, FITTINGS, FLANGES, BOLTS, NUTS AND WASHERS TO BE STAINLESS STEEL SCHEDULE 40S 304L, MINIMUM PRESSURE CLASS 300 PSI UNLESS
OTHERWISE NOTED.
ALL FLANGES TO BE WELDED. SLIP ON FLANGES WILL NOT BE ACCEPTED.
ALL GOODS TO BE SUPPLIED BY THE SUPPLY CONTRACTOR UNLESS OTHERWISE NOTED. THE GOODS WILL BE INSTALLED BY THE CITY OF NANAIMO (CoN)
UNLESS OTHERWISE NOTED.
TRANSITION ELBOW
FROM 300# TO SUIT
EX FLANGE PATTERN
EXISTING BUILDING
CEILING & TRUSSES