2022-28 Wakefield Lift Station Design Build

Solicitation number BC11489

Publication date

Closing date and time 2023/03/03 17:00 EST

Last amendment date


    Description
    RFP No. 2022-28
    Request for Proposals for Wakefield Lift Station Replacement – Design-Build
    Issue Date: December 22nd, 2022
    Information Meeting: At the time of issuance of this Request for Proposals (“RFP”), a meeting has not been scheduled. Site meeting date will be posted in a future addendum. (See section 2.1 of this RFP.)
     Response Date: 31st day, January, 2023 (the “Response Date”) at 2:00 pm local time. The District of Sechelt’s (the “District”) office hours are 8:30am to 4:30pm Monday to Friday, except statutory holidays.
     Address for Proposal Delivery: The Proponent is to submit only the Proposal (use Schedule C in this RFP) to the District by uploading documents to the “Bids & Tenders” platform https://sechelt.bidsandtenders.ca/Module/Tenders/en/Home/BidsHomepage (“Bids & Tenders”) in accordance with the instructions in Bids & Tenders. An auto-reply acknowledgment of receipt of the Proposal will be sent by email and Proponents should contact the Contact Person identified herein if they do not receive an auto-reply.
    Submitting Inquiries and Receiving Addendums: Questions related to this procurement are to be submitted to the Contact Person through the Bids & Tenders platform only by clicking on the “Submit a Question” button for this specific procurement opportunity.
    (See sections 2.2 and 2.4 of this RFP.)
    RFP Contact Person: Michelle Kwasney, Procurement Coordinator INSTRUCTIONS TO PROPONENTS
    2.1 Mandatory Information Meeting
    A mandatory information meeting will be hosted by the Contact Person or their delegate to discuss the District’s requirements under this RFP (the “Information Meeting”). Attendance at the Information Meeting is a requirement to submit to this RFP.
    2.2 Confidential Proponents Meeting
    Confidential Proponent’s information meetings are available to be scheduled to discuss the requirements under this RFP where the Proponent’s can ask questions in confidence. Any additional information provided to Proponent’s or any changes to the Terms and Conditions will be issued as an addendum.
    2.3 Inquiries
    All inquiries related to this RFP are to be submitted to the Contact Person through Bids & Tenders only by clicking on the “Submit a Question” button for this specific opportunity.
    Bids & Tenders will automatically email all project registered Proponents any addenda posted for the project.
    Proponents shall acknowledge receipt of any addenda through Bids & Tenders by checking the box for each addenda and any applicable attachment.
    If a Proponent submits their Proposal prior to the Response Date and an addenda have been issued, Bids & Tenders shall withdraw the Proposal by email notification and the status will change to incomplete. The Proponent can view this status change in the “MY BIDS” section of Bids & Tenders.
    The Proponent is solely responsible to:
    (a) make any required adjustments to their Proposal; and
    (b) acknowledge the addenda; and
    (c) ensure the re-submitted Proposal is RECEIVED by Bids & Tenders no later than the stated Response Date.
    Inquiries should be made no later than seven days before the Response Date. The District reserves the right not to respond to inquiries made within seven days of the Response Date. Inquiries and responses will be recorded and may be distributed to all Proponents at the discretion of the District.
    Proponents finding discrepancies or omissions in the Contract or RFP, or having questions as to the meaning or intent of any provision, should immediately notify the Contact Person. If the District determines that an amendment is required to this RFP, the Contact Person will issue an addendum in accordance with the front page of this RFP. No oral conversation will affect or modify the terms of this RFP or may be relied upon by any Proponent.
    2.4 Examination of Contract Documents and Site
    Proponents will be deemed to have carefully examined the RFP, including all attached Schedules, the Contract and the Site (as applicable) prior to preparing and submitting a Proposal with respect to any and all facts which may influence a Proposal.
    2.5 Submission of Proposals
    The Proponent is to submit only the Proposal (use Schedule C in this RFP) to the District by uploading documents to the “Bids & Tenders” platform at: https://sechelt.bidsandtenders.ca/Module/Tenders/en/Home/BidsHomepage in accordance with the instructions in Bids & Tenders. An auto-reply acknowledgment of receipt of the Proposal will be sent by email and Proponents should contact the Contact Person identified herein if they do not receive an auto-reply.
    2.6 Amendments to Proposals
    Proposals may be revised by written amendment, submitted in accordance with section 2.4 above, at any time before the Response Date but not after. An amendment shall be signed by an authorized signatory of the Proponent in the same manner as provided by section 3.2.
    2.7 Opening of Proposals
    The District will open Proposals in private and the District is not obligated to make Proposals public.
    2.8 Status Inquiries
    All inquiries related to the status of this RFP, including whether or not a Contract has been awarded, should be directed to the Contact Person.
    1. Proposal Submission Form and Contents
    This section describes the Proposal submission requirements. Proponents should ensure that they fully respond to all requirements in order to receive full consideration during the evaluation process. 3. PROPOSAL SUBMISSION FORM AND CONTENTS
    This section describes the Proposal submission requirements. Proponents should ensure that they fully respond to all requirements in order to receive full consideration during the evaluation process.
    3.1 Form of Proposal
    Proponents should complete the Form of Proposal attached as Schedule C and the schedules attached to Schedule C consisting of the following:
    C-1 – Exceptions and Alternatives
    C-2 – Questionnaire
    C-3 – Pricing Proposal
    Proponents are encouraged to use the forms provided and attach additional pages and reports as necessary.
    3.2 Design Report
    Provide a design report that describes the Proponents overall technical approach and technical solution for the project and includes:
    1. Compliance with contract – confirmation that the Proposal meets requirements set out in the Contract;
    2. Design methodology – a description of the design methodology and overall approach that shall be followed by the design team;
    3. Lift station design including proposed location, summary of design criteria, pumping capacity, wet well sizing, shelter methodology, flood proofing, and temporary by-pass;
    4. Civil including summary of design criteria; proposed preliminary alignments for new sewers and force mains, site grading, retaining walls (if proposed);
    5. Geotechnical:
    (a) Summary of Design Criteria
    (b) Expected Geotechnical Conditions of the Project Site
    (c) A description of proposed Geotechnical Design for the Project
    6. Building Mechanical:
    (a) Summary of design criteria; and
    (b) Description of proposed HVAC and plumbing design for Project
    7. Process Mechanical:
    (a) Summary of design criteria;
    (b) A description of operational flexibility and maintenance best practices included in the design;
    (c) Sizing of major process equipment for the Project; and
    (d) Control philosophy for major process equipment and requirements instrumentation for the Project.
    8. Structural:
    (a) Summary of design criteria;
    (b) Description of structural systems and material of construction;
    9. Electrical:
    (a) Summary of design criteria;
    (b) A description of operational flexibility and maintenance best practices included in the design; and
    (c) Description of proposed electrical design for the Project including standby power and redundancy;
    10. Instrumentation and Controls and SCADA:
    (a) Summary of design criteria;
    (b) Description of proposed instrumentation and controls and SCADA design for the Project; and
    (c) A description of operational flexibility and maintenance best practices included in the design.
    3.3 Project Schedule
    Provide a Project schedule depicting the entire Project, showing the major milestones in the
    Project from design through to end of construction. The Project schedule should be in a “critical path” method format with anticipated milestone dates within the critical path clearly indicated. The milestones should include but not be limited to the following:
    (a) Contract award date;
    (b) Design commencement and completion dates for each component of the work;
    (c) Obtaining permits and approvals from authorities having jurisdiction;
    (d) Design submission, briefing and review timelines;
    (e) Submittals;
    (f) Mobilization;
    (g) Anticipated construction commencement for each component of the work;
    (h) Above and below ground utility relocations and hook-ups;
    (i) Lead times for equipment manufacture and delivery;
    (j) Receipt of permits;
    (k) Commissioning;
    (l) Expected date of Substantial Performance of the Work;
    (m)Final completion date for all Design Services and Work, and
    (n) Warranty start and end dates
    3.4 Drawings
    Proponents should provide a drawing package that includes:
    11. Two-dimensional drawings illustrating its design of the Works. All drawings should be in 11x17 true-half-size scale format, showing the original drawing scale at full size and be reproducible in A1-size drawing format.
    12. The following general drawings:
    (a) Title page;
    (b) Drawing index; and
    (c) Key plans for the Project Site;
    13. Site plan (1:500) - showing location of buildings, piping, tanks, roadways, beach access, and vehicle parking;
    3.5 Innovative And Value-Added Proposals
    Provide a description of any innovative and value-added proposals that Proponents have either incorporated into their Technical Proposal or would like to discuss further with the City during the Preferred Proponent phase if the Proponent is selected as the Preferred Proponent.
    Proponents should include details on the associated cost savings and any changes which would be required to the Contract.
    3.6 Signature
    The legal name of the person or firm submitting the Proposal should be inserted in Schedule C. The Proposal must be signed by a person or persons authorized to sign on behalf of the Proponent.
    3.7 Net Pricing on Proposal
    All pricing shown on the Proposal is to be net, with Goods and Services Tax, (and Provincial Sales Tax if applicable), shown separately. All other taxes, duties, insurance in freight, customs clearance and other costs are to be included in the net price.SCHEDULE A – OWNERS STATEMENT OF REQUIREMENTS
    1. PURPOSE
    The District of Sechelt (the “District”) is requesting Proposals for the provision of Design-Build services for the Wakefield Lift Station Replacement in Sechelt, BC
    2. BACKGROUND
    The District of Sechelt is located on the west coast of British Columbia (“BC”) approximately 30 kilometres (“km”) north of Vancouver. The region, known as the Sunshine Coast, includes approximately 3900 square km on the Sechelt Peninsula surrounded by the waters of the Strait of Georgia, Howe Sound, and Sechelt Inlet. The Sunshine Coast does not have an overland route to the BC mainland and is dependent on the BC Ferry Corporation for the movement of vehicles or by barge for other items. A passenger ferry service runs between Horseshoe Bay and Langdale in the south and a smaller passenger service between Earl’s Cove and Saltery Bay in the north.
    The Wakefield Lift Station is located on Wakefield Road on the south side of Highway 101 near the shoreline of the Strait of Georgia. The lift station was built in 1995 and over the last 5 years has had multiple failures.
    The District of Sechelt completed several investigations to determine the cause of the failures, and it was determined that the existing lift station is both undersized and reaching end of life. Further, the lift station has experienced massive corrosion caused by the proximity to the ocean. The study concluded that the Wakefield Lift Station will continue to be compromised due to the rising sea levels and high storm events.
    The photos below display the existing Wakefield Sanitary Lift Station.
     3.SCOPE OF SERVICES
    Includes the provision of all necessary materials, labour, tools, and equipment to design and construct the Wakefield lift Station located at 5390 Wakefield Road, Sechelt, BC, and supply and install all civil works for the proper function of the facility.
    Two optional items are described in this RFP; Optional Item #1 - New Electrical Building and Optional Item #2 Open Shelter with Splash Protection. Additionally, supply chain issues have the potential to delay the schedule of this project, innovative solutions to rectify potential delays are suggested to be explored (ex. Utilizing the exiting generators until the new equipment can be acquired).
    The District of Sechelt is requesting Proposals for the design and construction of the Wakefield Lift Station Replacement. The site is located on the south side of Highway 101near the shoreline of the Strait of Georgia. The Scope of work includes the following but not limited to:
    3.1 General
    1.All costs associated with anticipated sub-consultant fees such as the geotechnical investigation and environmental assessments.
    2.Removal and disposal of the existing sanitary lift station. The existing lift station pumps are two FLYGT 50 hp pumps. It is expected that any salvage profits will offset some of the construction costs.
    3.Accommodate 3 service connections for the 3 properties in the final section of gravity sewer before the pump station that must be accommodated during construction.
    4.The area around the wet well should be covered with concrete a minimum of 2 meters outside the wet well at the surface. The dimensions are approximate and shall be verified during detailed design phase.
    5.Design of civil works including site layout, grading, access design, and landscaping. Incorporate an area for public pedestrian access to the waterfront in the site plan. Note that the public currently has access to the shoreline.
    6.The design must include odour control that removes H2S and other odours to levels below the detection threshold of 0.8 ppbV at the edge of structure. The District prefers activated carbon canisters but may consider other alternatives as well.
    7.The protection of the structures/components against corrosion from the marine environment is required as part of this RFP and the technique used to control this corrosion shall be detailed in the proposal (protective coatings and liners, splash protection, etc.).
    8.Outdoor equipment shall be protected from traffic. Concrete barriers or steel posts shall be installed where required.
    9.The following services are required for the pump station:
    (a)BC Hydro power supply in accordance with the utility requirements.
    (b)Cellular data connection. The District of Sechelt will provide a VPN router complete with cellular modem and SIM card for installation into the pump station control panel.
    (c)Minimum 50 mm diameter water service connection with standpipe and reduced pressure backflow preventer (located above ground) for cleaning purposes, complete with electric heat tracing for freeze protection.
    10.Conduct all necessary site investigations, including wet well capacity for current and future developments, load calculations, and other investigative work required to verify and compete the design. See Catchment Analysis below for more details.
    11.Complete assessments, Prepare and submit all permit submissions as required to secure all required permits, including but not limited to DFO, Environment Canada, Development Permit (Sechelt).
    12.Collaborative Sessions are to be scheduled with the District and the Owner’s Advisor prior to each design submission (50, 75, 90, 100%).
    13.Upon approval of the 50% design by the District of Sechelt, the design-build team shall move forward with a detailed 75% design submission.
    14.Upon approval of the 75% design by the District of Sechelt, the design-build team shall move forward with a detailed 90% design submission.
    15.Upon approval of the 90% design by the District of Sechelt, the design-build team shall move forward with a detailed 100% design submission.
    16.The Design-build team shall provide engineering services throughout the project, including:
    (a)Provide Issued for Construction (IFC) drawings
    (b)Obtain Building Permits and provide associated Schedules
    (c)Schedule and attend a preconstruction meeting
    (d)Schedule bi-weekly construction meetings throughout construction of the works and provide recorded minutes
    (e)Provide Shop drawings to the District and Owners Engineer for review.
    (f)Conducting site reviews,
    (g) Issuing field review reports,
    (h) Issuing Site Instruction and Change Orders as required,
    (i) Conduct deficiency checks,
    (j) Issuing of letters of assurances as required;
    (k) Provide Record Drawings in PDF and 3D Drawing Format, Civil 3D, DWG. or another format.
    17. The design-build team’s electrical engineer shall additionally perform the following:
    (a) Review electrical aspects of shop drawings.
    (b) Inspect and pre-test the control panel at the fabrication shop prior to shipment to site.
    (c) Inspect the completed electrical installation and perform electrical testing and pre-commissioning. Issue an electrical inspection report.
    (d) Perform programming, testing, and commissioning of the PLC program.
    (e) Perform a follow-up inspection of electrical deficiency corrections and assist with final commissioning and operator training.
    (f) Review electrical aspects of O&M manuals.
    (g) Submit electrical record drawings.
    18. The Follow table is a summary of deliverables required during the Design Process:             Table 1 Summary of Deliverables
    ItemCriteria
    Kick-Off Workshop - MinutesProject Kickoff Workshop with a Values Session, Risk Register, and Pull Plan.
    Catchment Analysis ReportAverage Dry Weather Flow, Peak Wet Weather Flow and general recommendations for lift station. See Criteria below.
    Flood Construction Level Technical MemoEstablished Flood Construction Level and supporting documentation. See Criteria Below.
    50% Design SubmissionDrawings, Design Report, Geotechnical Report, Environmental Assessment Report, DFO Application, DP Permit.
    75% Design SubmissionDrawings, Design Report, Geotechnical Report, Environmental Assessment Report, Environmental Management Plan
    90% Design SubmissionDrawings, Design Report, Geotechnical Report, Environmental Assessment Report, Environmental Management Plan
    100% Design SubmissionDrawings, Design Report, Geotechnical Report, Environmental Assessment Report, Environmental Management Plan
    100% Design SubmissionDrawings, Design Report, Geotechnical Report, Environmental Assessment Report, Environmental Management Plan, All Permits, Construction Phasing Plans, Commissioning Plan
    19. The following table summarizes the anticipated allocation of risks between the District and the Design-Builder (DB). The “X” in the table below indicates which party is accepting the risk. **Please see Request for Proposal document for Table 2 Contract Risk Allocation 3.2 Geotechnical Report
    The District has undertaken a geotechnical investigation on the Project Site. The report is attached in the reference information.
    3.3 Archaeological
    The District of Sechelt is engaged with the shíshálh Nation to initiate an archaeological review and provide recommendations. The District currently holds a Section 12.2 Multi Assessment Permit (MAP) to authorize Archaeological Impact Assessments (AIA) in advance of all projects by the District Sechelt, subject to review by the shíshálh Nation, which would provide management direction regarding the necessity for further archaeological work/permits. The shíshálh Nation will coordinate the permit process with the archeology branch. The Design Build Team will not be responsible for hiring an Archeological Consultant but may be asked to provide support where necessary. During construction archeological monitoring will be required. In some of these instances the Design Build Team shall provide archaeological support services such as providing equipment and labour. These works would be an extra to the contract.
    The letter of award will be issued subject to archeological permit confirmation.
    Please note that even the most thorough archaeological survey may inadvertently fail to positively identify archaeological resources that could be present in the landscape. In the event it is suspected that archaeological remains are encountered during development activities, work in the area of discovery must cease immediately and the shíshálh Nation’s Rights and Title Department must be contacted immediately (lilxmit@shishalh.com / klamb@shishalh.com / 604-740-5600 ext. 298).
     3.4 Environmental Development Permit (DP)
    A DP is required in accordance with Development Permit Area (DPA) 3-Marine, Foreshore and Shoreline Areas as per the District of Sechelt’s Official Community Plan (OCP) Bylaw No. 492,2010. In accordance with these guidelines any proposed retaining walls, building structures, and sanitary lift stations components shall include an environmental assessment prepared by a Qualified Professional experienced in assessing marine shoreline impacts. This may include a professional engineer with expertise in geotechnical engineering for geotechnical and coastal processes. The Design Build Team must engage a qualified environmental professional for habitat/biological assessment (Bio-Assessment report) as part of maintaining the integrity of the Coastal Herbaceous Ecosystem. In addition, the Design Build Team shall obtain all permits regulated by the Fisheries Act as regulated by DFO. All requirements to obtain permits shall be the responsibility of the Design-Builder and may include the preparation of an Environmental Management Plan and any other documentation and monitoring.
     Geotech and Coastal review for DP.
    The design-build team should explore potential designs that minimize impacts to the foreshore environment through avoiding the placement of any new structures or services below the high-water mark and minimizing construction within the shoreline.
    The District has a foreshore lease for the lift station and all proposed works must be within the leased area. The legal survey is attached to this RFP in the Reference information.
    All areas not covered by a building, parking space, etc. shall be landscaped with drought tolerant native species and all planting must comply with the standards of the B.C. Landscape standard and consider the surrounding marine environment. Provide landscaping in front of any blank walls or between parking areas and buildings.
    Refer to the OCP for a complete list of guidelines:
    https://www.sechelt.ca/LinkClick.aspx?fileticket=eaHKN7_-SLI=&portalid=0
    3.5 Flood Construction Level
    The lift station location and elevation must consider protection from sea level rise, storm surges, and climate change impacts. A Coastal Engineer should be retained by the Design Build Team to estimate the 2100 Flood Construction Level (FCL) which must consider a minimum of 1.0 m sea level rise, storm surge and freeboard. The design-build team shall explore potential designs that minimize impacts to the foreshore environment through avoiding the placement of any new structures or services below the high-water mark and minimizing construction within the shoreline. At a minimum, the electrical Kiosk’s must be 300 mm above the king tide elevation.
    The Design Build-Team shall prepare a technical memorandum prior to the 50% Design Submittal to recommend a FCL for the Site. The technical Memo should provide sufficient detail on how the FCL was determined and must be signed and sealed by a qualified professional. The District and Owner’s Advisor will provide comments which are to be addressed prior to acceptance and the submission of the 50% Design.
    3.6 Catchment Analysis
    The tributary area of the West Sechelt trunk main is divided into two distinct zones (See Figure 1 below). The upper zone, above approximately elevation 40m, is intended to flow into a low-pressure force main routed along Highway 101, from Wakefield Road to Mermaid Street, in Sechelt Village. This 3.5 km force main is constructed of 250mm and 300mm Class 100 PVC pipe. The lower zone is designed to flow into 200mm gravity mains along the highway, installed parallel to the low pressure main. These gravity mains terminate at the Wakefield Road Station to the west and at a small booster facility east of the Highway 101/Norwest Bay Road intersection. Both stations pump into the low pressure main.
    The District’s Subdivision and Development Control Servicing Standards Bylaw No. 430 must be adhered to for the Lift Station Design and the 2022 MMCD Design Guidelines for the flow design. The pump station must accommodate flows for the existing population as well as the future projected population of 3223 people in the catchment area. The lift station should include provision for a larger future pump when the design capacity is reached.
    Based on the 2022 MMCD design guidelines the sanitary flows in Table 1 below are expected for the existing and future scenarios. These values will be further refined in a design report detailing the sanitary flow analysis to follow in an addendum. **Please see Request for Proposal document for Table 3 MMCD Sanitary Flow Estimates  For the purpose of designing the flow bypass the average dry weather flow measured entering the lift station was 550m3/d (Figure 1). This flow was measured during an extended dry weather period with strict water use restrictions in place. It is expected that the peak wet weather flow would be substantially higher. **Please see Request for Proposal document for Figure 1 - Measured Flows @ Wakefield LS (November 24, 2022) The lift station must be designed for both the Average Dry Weather Flow and the Peak Wet Weather Flow as defined in the 2022 MMCD Design Guidelines. The following design criteria is applicable:
    1. Average Dry Weather Daily Flows:
    (a) Residential = 350 Litres/capita/day
    (b) Institutional = 50 people/ha
    2. An Infiltration rate of 0.1 Litres/Second/Hectare
    3. 2022 MMCD Design Guidelines
    In addition, the 2005 West Sechelt and West Porpoise Bay Functional Sewer Plan is available for reference:
    https://www.sechelt.ca/LinkClick.aspx?fileticket=jEE8LQC1yTc=&portalid=0 The Design Build Team shall include the design summary and rationale in the design report including
     1. All sanitary flow for pump selection
     2. List of assumptions

    3. Wet well sizing calculations that allow for larger pumps to be installed at a later date when flows increase.
     4. Plan Drawing
     5. Signed and Sealed by a Professional Engineer
     A sanitary catchment area map has been included as Figure 2 below. Please refer to the following legend for context.**Please see Request for Proposal document for Figure 2 - Wakefield Lift Station Sanitary Catchment Area Map 3.7 Topographic Survey
    The District has performed a topographic survey for the Project Site and information is attached.
    3.8 Pumping Facility
    1. Only one gravity inlet sewer shall be connected to the wet well.
    2. The proposed sanitary sewer pump station shall be equipped with two (2) double block and bleed isolation valves installed on the influent line outside of the pump station, and the check valve.
    3. The pump station design flow shall be the Peak Design Flow as defined in MMCD design guidelines. A transient analysis is required to determine transient pressures in the system.
    4. All stations shall be equipped with two Flygt brand pumps and an additional pump with the same capacity for emergency, each capable of handling the design flow in failure mode. The additional purchase of a spare pump for back up shall be included in the scope of work under the section of supply spare parts (To be housed at the District’s work yard).
    5. The Pump Station shall include magnetic flow transmitter with totalizer and shall be connected to the lift station’s PLC. The Flow transmitter shall not be located within the wet well, instead must be in a separate accessible chamber with enough straight length upstream and downstream pipe to meet the manufactures specification. Isolation valves are required on both sides of the flow meter.
    6. The depth of the wet well shall be determined by the following criteria:
    (a) with one pump out of service, the remaining pump shall not be required to start more frequently than a maximum of 6 starts per hour; and,
    (b) the wet well drawdown between normal pump start and stop shall be from 150 mm below the invert of the incoming sewer to approximately 400 mm above the minimum water level as recommended by the pump manufacturer.
    (c) inflow rate.
    7. The wet well shall be designed and certified by a professional engineer registered in the Province of BC, and shall have the following construction:
    (a) CAN/CSA-A5-98 Type 50 (High Sulphate Resistant) Concrete to be used for the manufacture of all concrete products incorporated into this project.
    (b) FRP nozzles for all connections except electrical conduit connections.
    (c) sanitary white gelcoat interior;
    (d) dark green gelcoat exterior
    (e) minimum wet well size to be 2.4m diameter.
    8. The wet well shall be adequately protected against hydrostatic uplift based on the wet well empty and the maximum expected groundwater elevation.
    9. The top of the wet well shall extend between 200 mm and 300 mm above the surrounding grade and be above the maximum sea level storm surge sea level rise.
    10. Fibreglass surfaces to receive minimum two coats of two-component white epoxy enamel.
    11. The wet well shall be equipped with the following:
    (a) lockable, hinged fiberglass or aluminium waterproof access hatch;
    (b) all fasteners to be stainless steel suitable for salt water environments;
    (c) an intermediate deck located above the high wet well level and below the shut off (if sufficient space permits). The check valves shall be located outside the wet well and can be accessed above ground. In order to accomplish this requirement a valve chamber may be required for both the check valves and the shut off valve. The deck shall be constructed from FRP or marine grade aluminium grating and is to include hatches, which will open to allow removal of the pumping units.
    (d) orange safety grating immediately below the well cover. This is a safety measure to ensure fall restraint when opening and closing the grates and for visual inspection,
    (e) marine grade aluminum ladder, which shall extend from the upper hatch to the intermediate deck. The ladder shall conform to current WCB requirements;
    (f) a stainless-steel manhole access guide pole. This pole should pull-out from the manhole prior to entry, and lock in an upright position to facilitate safe access to the wet well for maintenance purposes.
    (g) a permanent Xylem 13-43 00 62 ES 4.3.3 davit crane, as per the District Standard, sized with a capacity that will exceed the weight of the pumps by 200%, to facilitate the removal and installation of the pumps
    (h) a permanent socket shall be provided for personal arrest equipment. The District will provide the size of the socket that shall be used.
    (i) stainless steel slide rails to guide the pumps during removal and installation;
    (j) a handheld trouble light (rated for a Zone 2 hazardous area) with a sufficiently long cable to reach inside the wet well. (location dependant on option of building structure or not)
    (k) level sensing device (See controls below) and a backup;
    (l) float control alarm (See Controls below); and,
    (m)provide one emergency pumper hookup, complete with plug valve and 100mm Dia. adapter flange. Quick coupler and lockable threaded cap to be provided on the forcemain leaving the pump station.
    12. All pumping units shall meet the following requirements:
    (a) submersible, FGcentrifugal, and non-clog type designed to pump municipal sewage.
    (b) approved for use in a Zone 2 electrically hazardous areas.
    (c) suitable for operation on pulse-width modulated variable frequency drives (VFDs).
    (d) supplied with a quick disconnect discharge connection, guide rails, rail support brackets, stainless steel lifting chain, power cable, and related accessories.
    (e) equipped with motor temperature sensors and leakage detectors relayed through a MiniCAS II or equally supervisory relay module.
    (f) equipped with cable support bracket, complete with stainless steel mesh-type cable grips; and
    (g) ANSI factory tested prior to installation.
    (h) piping and valves shall be provided in accordance to the following:
    i. All valves shall be installed in a separate concrete or fibreglass valve chamber accessible from an above ground kiosk to eliminate confined space entry. No valves are permitted to be installed inside the wet well;
    ii. Local pressure gauge and pressure transmitter that are valved for isolation and replacement will be located on the discharge piping. The pressure transmitter shall be connected to the lift station’s PLC through a MiniCAS II or equally supervisory relay module. The pressure gauge and pressure transmitter shall be the Tideflex Series 40 pressure sensor (Pressure Sensors: Red Valve) and Ashcroft Pressure Gauge (ASHCROFT PRESSURE GAUGE,0 TO 100 PSI,2-1/2IN - Dial Sanitary Clamping Pressure Gauges - WWG2C618 | 25-1032S-15L-100 - Grainger, Canada).
    iii. discharge piping shall be sized for a minimum velocity of 1.0 m/s;
    iv. an isolating valve shall be provided for each pumping unit;
    v. a swing type or ball type check valve shall be provided for each pumping unit. A Valmatic Swing Flex Check Valve installed horizontally is recommended; and
    vi. lockable quick connection for bypass pumping. 
    13. Provide a testing and commissioning plan for review and complete all commissioning with coordination with District staff. District staff will be involved in the commissioning to familiarize the operators of the system and to coordinate incoming flows at the WWTP.
    3.9 Ventilation
    1. The wet well shall be provided with positive pressure ventilation by means of a Zone 2 rated supply fan located in the control kiosk (or electrical building if Optional Item #1 is utilized).
    2. The fan shall run continuously, exchange the total volume of air inside the wet well with fresh air within 10 minutes (6 air changes per hour) and provide an alarm upon loss of air flow.
    3. A buried supply vent duct is to extend from the ventilation fan inside the control kiosk (or electrical building if Optional Item #1 is utilized).to the wet well. An exhaust duct shall be installed outside the wet well, starting at a point just above the incoming sewer, and terminating above grade in a 180-degree goose neck with a bird screen.
    4. Include options for site appropriate odour control system in accordance with the criteria outlined above.
    3.10 Electrical, Controls, and Standby Power
    A - General
    1. The wet well shall be classified as Zone 2 electrically hazardous area.
    2. All electrical equipment and the completed electrical installation shall meet the requirements of the Canadian Electrical Code and the local electrical inspection department.
    3. All electrical equipment shall be CSA (or equivalent) approved.
    4. If insufficient ambient light is available at night, supply an outdoor LED floodlight controlled by either a switch or an outdoor motion sensor. The light shall illuminate the wet well and flow metering chamber hatches. Consideration to adjacent property owners when lighting the area shall be noted.
    5. All electrical equipment shall be weatherproof in suitable housing approved by the District and shall be suitable for a marine environment.
    B - Power Supply and Distribution
    1. The electrical service connection and revenue metering arrangements shall be approved by, and in accordance with, the standards of BC Hydro, the Canadian Electrical Code, the BC Electrical Safety Act, and the local Electrical Inspector.
    2. Preferably, the service voltage shall be 347/600 volt, 3 phase, 4-wire. Other service voltages are subject to the District’s approval.
    3. Pump motors shall be 3-phase, squirrel-cage type. For locations where only single-phase service is available, variable-frequency drives (VFDs) for 1-phase to 3-phase conversion, shall be provided.
    4. All stations shall be provided with a Kohler-brand diesel gen-set for standby power in case of power failure. In the case where adequate storage can be demonstrated, the District may waive this requirement. Adequate storage shall be based on 8 hours of average day flow plus infiltration.
    5. Where adequate storage can not be provided, each station shall be equipped with a manual transfer switch and a reverse-pin power receptacle. The receptacle shall be mounted such that the plug can be inserted without the need to open the control kiosk doors or electrical building doors, if Option #1 is utilized. A “generator circuit breaker” shall be provided between the power receptacle and the manual transfer switch
    6. A 600 V surge protective device shall be provided. The surge protector shall be a Cutler-Hammer “SPD series” (“Standard” model rated minimum 100 kA per phase) or approved equal.
    C - Controls
    1. The pump station controls shall include the following control and alarm features. Consideration to be provided for accessibility of control instrumentation without entry into the wet well. For example, to be able to lift the ultrasonic sensor for inspection or replacement without entry and inspection testing or replacement of the float level switches without entry.
    (a) intrinsically safe circuit for the wet well float switch;
    (b) separate circuit breaker protection for each pump circuit and common control/alarm circuit;
    (c) separate start/stop levels for each pump;
    (d) “Hand-Off-Auto” switch for each pump (the Hand position will bypass the automatic signal but not the safety shutdown features);
    (e) “Pump #1 Lead - Alternate- Pump #2 Lead” selector switch;
    (f) automatic pump alternation;
    (g) green “pump running” indicator light for each pump;
    (h) elapsed time meter for each pump;
    (i) red “motor overload” alarm light for each pump;
    (j) data recorder connection (optional);
    (k) Operator display for each VFD
    (l) staggered pump starting after power failure;
    (m)manual reset for all alarm conditions; and,
    (n) red indicator light for each alarm condition;
    (o) “push to test” on all indicator lights.
    2. A battery-backed, double-conversion (true online type) UPS with built-in bypass, for power to controls circuitry and cellular comms.
    3. The motor starting, control, and alarm devices shall be assembled in a control panel, which shall be mounted inside the control kiosk or electrical building, if Option #1 is utilized. The starters shall be Variable Frequency Drives (VFD) rated for pumping applications.
    4. Level controls shall be a VEGAPLUS C 23 Two-wire radar sensor for continuous level measurement, and a VEGAMET 842 Controller in field housing for two continuously measuring analogue level sensors, or approved equivalent.
    5. The pump station shall be controlled by an approved programmable logic controller (PLC). The PLC shall be an Allen-Bradley “Compact Logix” series as follows:
    (a) #1769-L30ER CPU
    (b) #1769-PA4 power supply
    (c) #1769-IA16 discrete input module(s)
    (d) #1769-OW16 relay output module(s)
    (e) #1769-OW8I isolated relay output module(s)
    (f) #1769-IF4I isolated analog input module(s)
    6. The PLC shall perform the following functions:
    (a) control pump operation from the discrete float switches or from a 4-20 ma input from the ultrasonic level controller;
    (b) provide an alarm if the PLC ceases to operate; and,
    (c) assess combined malfunction alarms to determine whether they are equivalent to total station failure.
    7. The PLC shall be programmable from a PC and the ladder-logic program is to be submitted to the District in printed and digital form.
    8. Connection to the District of Sechelt’s SCADA system via the ethernet port on the PLC. Further requirements for this system will be provided by the District. The SCADA communications equipment will be specified by the District and shall be incorporated into the design of the control panel. The District will be responsible for programming additions to the SCADA central computer to enable remote monitoring and control of the lift station.
    9. A weatherproof, flashing LED warning light, complete with red globe and cast guard, shall be mounted on the exterior of the control kiosk or the electrical building, if Option #1 is utilized. This light shall be actuated under any of the alarm conditions.
    D - Wiring
    1. Conduits shall be provided from the wet well to the junction boxes in the control kiosk junction box compartment or on the electrical building, if Option #1 is utilized, exterior wall. Separate conduits shall be provided for each pump, the float switches, and level transducer cables. The conduits shall be minimum 53mm RPVC and allow easy installation and removal of the cables.
    2. Power and control wiring shall be connected to junction boxes in the control kiosk junction box compartment or on the electrical building, if Option #1 is utilized, exterior wall. Conduit seal fittings are to be used where the conduits leave the junction boxes towards the other control kiosk compartments or the electrical building, if Option #1 is utilized, interior.
    3. Cables shall be continuous from within the wet well to the junction boxes in the control kiosk junction box compartment or on the electrical building, if Option #1 is utilized, exterior wall. In no instance shall a cable be spliced within the wet well or between the wet well and the junction boxes.
    4. Within the wet well, all electrical couplings and connections shall be wrapped with Denso tape.
    5. The wet well shall be classified as a Zone 2 hazardous area. All equipment and wiring within the wet well shall meet the requirements of the Canadian Electrical Code and B.C. Electrical Safety Act for Zone 2 areas.
    6. Flexible cables within the wet well shall be suspended from ceiling hooks or brackets using stainless-steel mesh-type cable grips. The ultrasonic level transducer cable shall be installed within liquid tight flexible metal conduit marked for heavy-duty use (per Canadian Electrical Code requirements).
    E - Standby Gen-Set
    The standby power facility shall include the following:
    1. a diesel driven generator sized to operate both pumps (staggered starting of the pumps shall be provided);
    2. an automatic transfer switch, mounted in the control kiosk or electrical building, if Option #1 is utilized, with neutral delay timer to automatically start the gen-set upon failure of the normal Hydro power and to stop the pump upon restoration of Hydro power; and,
    3. a complete fuel system including accessible filler and a fuel tank. The fuel tank shall be sized for at least 24 hours of continuous operation at the generator’s rated output capacity.
    4. The gen-set shall include an engine control panel with the following:
    (a) generator circuit breaker;
    (b) output voltmeter and a meter with selector switches;
    (c) elapsed time meter;
    (d) alarm indicating lights and shut-down circuits for low oil pressure, high water temperature, overspeed, overcrank, and other conditions recommended by the manufacturer;
    (e) alarm indicating lights for low battery voltage and low fuel level;
    (f) dedicated alarm contacts and an ethernet port (supporting Ethernet IP communications protocol) for connection to the District’s SCADA system. The requirements for this system will be provided by the District; and,
    (g) “Run-Off-Auto” selector switch.
    5. The gen-set shall include a block heater and battery charger connected to the control kiosk or electrical building’s distribution panel board.
    6. The gen-set sound level shall not exceed 72 dBA at 7.0m in all directions from the outdoor generator or electrical building, if Option #1 is utilized, exterior. Noise baffles shall be installed at the outdoor generator’s or electrical building’s, if Option #1 is utilized, air intake and discharge louvers if needed to achieve the required sound levels.
    7. Provide temporary standby power until the permanent standby power generator is installed and commissioned. The existing generator and equipment can be used during construction.

    3.11 Design Drawings and Reviews
    1. Design drawings and specifications, prepared by a Professional Engineer(s) registered to practice in British Columbia, shall be submitted to the District for review and approval prior to fabrication of the pump station, control kiosk, electrical building & shelter options, controls, or appurtenances. Any review completed by the District or their designated agent or consultant shall not relieve the pump station designer or supplier of their obligation to comply with District of Sechelt standards, the Canadian Electrical Code, BC Hydro and Power Authority standards. Telus standards, and good engineering practice.
    1. Four copies of all drawings and specifications shall be submitted for review. One copy, marked up with any comments or required revisions will be returned.
    2. Design drawings and specifications are required for:
    (a) Site Plan
    (b) Station wet well including plan and section views of wet well, elevation of wet well, schedule of all equipment, piping, and appurtenances.
    (c) Process and Instrumentation Drawings
    (d) Building/Mechanical Drawings (If applicable)
    (e) Structural Drawings
    (f) Electrical Drawings
    (g) Process Mechanical Drawings
    (h) Civil Drawings with Pump System Curves
    (i) Plan and Profile of gravity sewer and forcemain with HGLs.
    (j) Details
    (k) Power supply, distribution, and controls
    3. Drawings shall be drawn to scale. All lettering and text shall be prepared using and all drawings shall be A1 size prepared in accordance with District of Sechelt standards.
    4. Design drawings and specifications showing the power distribution and control system shall be prepared and shall include the following:
    (a) Single Line Diagram, showing:
    i. load values in hp, kW, kVA and kVAr, as applicable;
    ii. circuit breaker and/or fuse sizes;
    iii. wire sizes;
    iv. motor overload relay settings or sizes; and
    v. transformer sizes.
    (b) Control schematic showing all internal and external devices,
    (c) A fully cross-referenced and annotated print-out of the PLC program. The programming, testing and commissioning of the PLC program shall be performed by the electrical consultant. Upon request, the District of Sechelt will provide a sample PLC program from another sewage lift station for reference purposes.
    (d) Control schematics shall utilize line numbers for the identification of wires, relays, timers, and similar control devices.
    (e) Drawing showing the wiring and equipment mounting arrangement in the wet well.
    The Above Terms of Reference are compliant with the District SDC Bylaw 430, modified per the current MMCD Design Guidelines, current engineering best practices and District requirements.
    Background Information available to the successful Proponent:
    (a) West Sechelt and West Porpoise Bay Functional Sewer Plan 2005
    The District will not be liable financially or otherwise for any delays resulting from permits or regulatory approvals from outside agencies.
    4. OPTIONAL ITEMS
    The following items will not be evaluated as part of the overall Design-Build project and will be awarded, or not, to the successful Proponent, at the sole discretion of the District of Sechelt.
    4.1 Optional Item #1: Electrical Building
    Includes the provision of all necessary materials, labour, tools, and equipment to design and construct the electrical building to house the Wakefield lift Station electrical components located at 5390 Wakefield Road, Sechelt BC.
    1. To be placed in the Road Right of Way and not the leased area.
    2. Proximity to the ocean and exposure to corrosive salt, moisture and weather has caused significant damage to the existing structure and electrical components. Locate the electrical elements and generator inside a building to protect them from the environment. 34
    3. Develop an aesthetically pleasing building that fits into the surrounding marine environment minimizing view impacts for adjacent property owners and the public. The District would support a building that includes a roof height that is as low as possible with a mono-pitch (shed) style profile ideally with timber accents. The use of cementitious cladding and wood trim would be an appropriate exterior finish as well as metal cladding or architectural concrete blocks.
    4. Ensure the proposed building is adequately sized to fit the control room/electrical elements and generator.
    5. Prepare and submit all permit submissions as required for the Building and Development Permits.
    6. The electrical building shall meet the following requirements:
    (a) House all electrical power distribution and controls equipment, a standby diesel generator, and a wet well ventilation fan.
    (b) Separate rooms for the electrical equipment (Electrical Room) and the standby diesel generator (Generator Room), each with its own adequately sized exterior door. Development permit guidelines will apply.
    (c) Minimum of 1.0m working space on the sides and electrical end of the generator.
    (d) Minimum of 1.0m working space in front of electrical equipment.
    (e) LED interior lights in each room and an LED exterior light above the door entries.
    (f) 120 VAC duplex receptacles for convenience use in each room.
    (g) Thermostatically-controlled, fan-forced electric heater for each room.
    (h) Thermostatically-controlled exhaust fan and cooling air inlet louver for each room.
    (i) Separate motor-actuated air intake louver for the generator room. Louver to open upon power failure or when generator is running.
    (j) Radiator air discharge louver for the generator room. Galvanized steel sheet metal ducting to direct air flow from the generator radiator to the louver.
    (k) Wet well ventilation fan.
    (l) Handheld LED trouble light, rated for Zone 2 hazardous areas, with a sufficiently long cable to reach all areas within the wet well.
    (m)Zone 2 rated junction boxes located on the building exterior wall for
    connections to the pumps, level transducer and float switch in the wet well.
    EYS seals on conduits between the junction boxes and building interior.
    (n) LED alarm strobe light on the building exterior to activate upon any alarm
    condition.
    4.2 Optional Item #2: Open Shelter with Splash Protection
    Includes the provision of all necessary materials, labour, tools, and equipment to design and
    construct a shelter to protect the Wakefield lift Station electrical components located at 5390
    Wakefield Road, Sechelt BC.
    1. Design an Open Shelter with Splash Protection, with the provision for future building
    enclosure.
    2. Shelter to protect the electrical components from the marine weather and provide
    operators with weather protection.
    3. Shall include lighting.
    4. Develop an aesthetically pleasing shelter that fits into the surrounding marine
    environment minimizing view impacts for adjacent property owners and the public.
    The District would support a shelter that includes a roof height that is as low as
    possible.
    5. Prepare and submit all permit submissions as required for the Building and Development
    Permits

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Please refer to tender description or tender documents

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Businesses interested in partnering for this tender opportunity:
    Note: Information may not be available in both English and French. This is because the Official Languages Act does not apply.

    Contact information

    Contracting organization

    Organization
    District of Sechelt
    Address
    5797 Cowrie St
    Sechelt, British Columbia, V0N 3A0
    Canada
    Email
    mkwasney@sechelt.ca
    Address
    5797 Cowrie St
    Sechelt, British Columbia,
    Canada
    Bidding details

    Full details for this tender opportunity are available on a third-party site

    Click on the button below to be directed to this website. Note that on the third-party site you may need an account to view and/or bid on this tender. Information on any fees or additional costs to access the full details is outlined in the Description tab of this tender opportunity.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Other
    Language(s)
    English

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: