Mechanical Dewatering Improvements Project, Rock Island WA
REQUEST FOR BID
CITY OF ROCK ISLAND
MECHANICAL DEWATERING IMPROVEMENTS PROJECT
City of Rock Island requests a bid for the MECHANICAL DEWATERING IMPROVEMENTS PROJECT equipment. Separate sealed bids will be received by the City of Rock Island at City Hall, located at 5 N. Garden Ave. Rock Island, WA 98850, until 1pm on July 8th, 2019, and publicly opened and read aloud at that time.
The Design Parameters and Scope are as follows:
- The manufacture (Contractor) shall furnish and deliver one (1) sludge dewatering screw press. The screw press shall be manufactured from AISI 304 stainless steel. Fabrication and assemble shall be in conformance with these specifications.
- Contractor shall furnish a complete dewatering system including screw press, drive motors, gear reducers, support legs, anchor bolts, polymer make-down system and mixing, feed pump, conveyance system, and all necessary electrical connections and controls.
- Ability to provided flocculated sludge to both the screw press and existing drying beds.
- Awarded Contractor shall submit full material submittal information to include, but is not limited to the following:
- Product Data
- Shop Drawings
- Operation and Maintenance Manual
- Detailed installation instructions
- Recommendations for short and long-term storage
- One-year guarantee from the date of use.
- Contractor shall include 40 hours for startup and training.
- Contractor must call out any/all differences from specifications.
Quality Assurance
- To ensure quality, conformance, and reliability with regard to the manufacturing and production of the machinery described in this section, the equipment manufacturer shall meet the requirement listed in this section.
- Screw Press shall be manufacturer’s standard product and only be modified as necessary to comply with the drawings, specifications and specified service conditions
- All welding is performed in accordance with American Welding Society (AWS) D1.1 Structural Welding Code or equivalent.
- Manufacturer shall provide screw press, polymer system, motors, hear reducers, controls, control panels, and lifting attachments as a completed integrated package to ensure proper coordination, compatibility, and operation of the system.
- Manufacture shall provide services by a factory-trained service representative, specifically trained on the type of equipment specified. Service representative requirements include, but are not limited to the following:
- Service representative shall be present during initial energizing of equipment to determine directional testing.
- Service representative shall inspect and verify location of anchor bolts, placement, leveling, alignment and field erection of equipment, as well as control panel operation and electrical connections.
- Service representative shall provide field training on the operations and maintenance of the equipment to City staff.
- Contractor shall guarantee all equipment against faulty or inadequate design, improper assembly or installation, defective workmanship or materials, and breakage or other failure.
- All equipment shall be designed, fabricated, and assembled in accordance with recognized and acceptable engineering and shop practice. Individual parts shall be manufactured to standard sized and thickness so that repair parts can be installed in the field. Like parts of duplicate units shall be interchangeable. Equipment shall not have been in service prior to delivery, except as required by testing.
- Each major component of equipment shall have the manufacturer’s name, address and product identification on a nameplate securely affixed to the equipment.
Acceptable Manufacturers and Models include:
- Andritz C-4020
- FKC BHX-600
- PWTech ES 202
Alternate Equipment Manufactures will not be considered.
For additional information regarding sludge characteristics, treatment or other technical question or would like to schedule a site visit contact Travis Denham tdenham@varela-engr.com, or Kurt Holland kholland@varela-engr.com of Varela & Associates
The Drawings and bid form are available upon request. Contact Tamara Turner of Varela & Associates Inc. at tturner@varela-engr.com.
The City of Rock Island requests equipment proposals capable of meeting an October 2019 startup date.
This project is funded through the Washington State Community Development Block Grant program with federal funds from the U.S. Department of Housing and Urban Development.
The City of Rock Island, WA is an Equal Opportunity and Affirmative Action Employer. The Owner reserves the right to reject any and all bids, to waive technicalities, and in its sole judgment, accept the bid which it deems is in its best interest. Bids will be evaluated based on price, ability of manufacturer to meet schedule, functionality of new mechanical dewatering equipment with drying beds, and manufacture experience and proximity to project site.