district of hope dissolved air flotation supply

30
DISTRICT OF HOPE DISSOLVED AIR FLOTATION SUPPLY REQUEST FOR PROPOSALS TRUE Consulting Date: May 2017 Project No. 1239-054

Upload: others

Post on 10-Dec-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: DISTRICT OF HOPE DISSOLVED AIR FLOTATION SUPPLY

DISTRICT OF HOPE

DISSOLVED AIR FLOTATION SUPPLY

REQUEST FOR PROPOSALS TRUE Consulting Date: May 2017 Project No. 1239-054

Page 2: DISTRICT OF HOPE DISSOLVED AIR FLOTATION SUPPLY

Project No. 1239-054 REQUEST FOR PROPOSAL Page 1 of 18

DISTRICT OF HOPE

DISSOLVED AIR FLOTATION SUPPLY

INDEX

ITEM PAGE

PART 1.0 GENERAL ............................................................................................................... 3

1.1 INTENT ...................................................................................................................... 3

1.2 SCHEDULE ................................................................................................................ 3

1.3 WORK / EQUIPMENT SUPPLIED BY OTHERS ......................................................... 3

1.4 WARRANTY ............................................................................................................... 4

PART 2.0 SUBMISSION REQUIREMENTS ............................................................................. 5

2.1 DELIVERY OF THE SUBMISSION ............................................................................. 5

2.2 PROJECT CONTACTS .............................................................................................. 5

2.3 PREPARATION OF SUBMISSIONS .......................................................................... 5

2.4 ACCEPTANCE OR REJECTION OF SUBMISSIONS ................................................ 5

2.5 PROPOSAL EVALUATION CRITERIA ....................................................................... 6

2.6 NOTIFICATION OF ACCEPTED SUBMISSIONS ....................................................... 6

2.7 FORMAL ACCEPTANCE OF SELECTED VENDOR .................................................. 6

PART 3.0 CONTENT OF SUBMISSION .................................................................................. 7

3.1 GENERAL .................................................................................................................. 7

3.2 CORPORATE QUALIFICATIONS AND RELATED EXPERIENCE ............................. 7

3.3 DESCRIPTION OF PROPOSED SYSTEM ................................................................. 7

3.4 PRICING PROPOSAL ................................................................................................ 8

3.5 OPERATION AND MAINTENANCE COSTS .............................................................. 9

PART 4.0 TREATMENT REQUIREMENTS ........................................................................... 10

4.1 TREATED WATER PRODUCTION AND SYSTEM CAPACITY REQUIREMENTS ...10

4.2 RAW INFLUENT WATER QUALITY ..........................................................................10

4.3 TREATED WATER QUALITY REQUIREMENTS ......................................................11

PART 5.0 SYSTEM DESIGN REQUIREMENTS .................................................................... 12

5.1 GENERAL .................................................................................................................12

5.2 BASIS OF DESIGN ...................................................................................................12

Page 3: DISTRICT OF HOPE DISSOLVED AIR FLOTATION SUPPLY

Project No. 1239-054 REQUEST FOR PROPOSAL Page 2 of 18

5.3 QUALITY ASSURANCE ............................................................................................13

5.4 FLOCCULATOR(S) ...................................................................................................13

5.5 DISSOLVED AIR FLOTATION TANK ........................................................................13

5.6 RECYCLE PRESSURIZATION SYSTEM ..................................................................14

5.7 FLOAT COLLECTORS ..............................................................................................15

5.8 BOTTOM SLUDGE COLLECTORS ...........................................................................15

5.9 FACE PIPING ............................................................................................................15

5.10 BALL VALVES ...........................................................................................................15

5.11 PROCESS VALVES ..................................................................................................15

5.12 ELECTRICAL ACTUATORS ......................................................................................15

5.13 TREATMENT CONTROL PANEL ..............................................................................15

5.14 INSTRUMENTATION ................................................................................................16

5.15 AIR COMPRESSOR ..................................................................................................15

5.16 WALKWAYS ..............................................................................................................16

PART 6.0 VENDOR SUPPORT DURING DESIGN CONSTRUCTION AND COMMISSIONING......................................................................................................... 17

6.1 SHOP DRAWINGS ....................................................................................................17

6.2 O&M MANUALS, COMMISSIONING PLAN AND TRAINING PLAN ..........................17

6.3 FIELD SERVICES FOR START-UP, TRAINING AND INSTALLATION ADVICE AND ASSISTANCE. ......................................................................................................................17

Appendix A: System Overview Diagram

Appendix B: Influent Water Quality Data

Appendix C: Financial Information

Appendix D: Design Information

Page 4: DISTRICT OF HOPE DISSOLVED AIR FLOTATION SUPPLY

Project No. 1239-054 REQUEST FOR PROPOSAL Page 3 of 18

PART 1.0 GENERAL

1.1 INTENT

The District of Hope is seeking to obtain proposals for the supply of Dissolved Air Flotation (DAF) process equipment for solids removal from aerated lagoon effluent at the Hope Pollution Control Centre located at 63701 Tom Berry Road, Hope, BC.

The intent of the Request for Proposal is to obtain information on the Vendor Company, as well as on the equipment and services proposed within the scope of supply, to assist the District in selecting a solids removal system that provides best value to the District.

1.2 SCHEDULE

A proposed schedule for the supply of services and delivery of equipment shall be provided with the intent to meet the scheduled dates as presented in the following table.

Activity Scheduled completion date / duration

Receipt of Vendor Proposals May 19th, 2017 Recommend preferred vendor and issuance of formal notification to proceed June 2nd, 2017 (2 weeks)

Receipt of shop drawing submittal including process flow diagrams, PID, general arrangement drawings, and electrical single line drawing.

July 14th, 2017 (1 ½ months)

Consultant issues notice to manufacture July 28th, 2017 (2 weeks)

Equipment delivery November 24th, 2017

Equipment installation 2 months

Commissioning 1 month

Project completion March 9th, 2018 1.3 WORK / EQUIPMENT SUPPLIED BY OTHERS

The following equipment and components will be supplied by others:

• Unloading & installation of any equipment and materials.

• Supply & installation of all interconnecting piping other than face piping

• All electrical power, control wiring and conduit of any kind

Page 5: DISTRICT OF HOPE DISSOLVED AIR FLOTATION SUPPLY

Project No. 1239-054 REQUEST FOR PROPOSAL Page 4 of 18

1.4 WARRANTY

All components supplied with the system shall be at a minimum covered by a 1 year warranty following completion of wastewater treatment plant commissioning. The warranty shall include replacement of any faulty equipment or material subject to internal failure or substandard work. Full details of the warranty offered shall be provided with the Proposal.

1.5 PERFORMANCE GUARANTEE

It shall be the responsibility of the Vendor to ensure that the goods or services are satisfactory for the purpose for which they are intended by the District of Hope.

The system shall continuously meet the required capacity and treatment standards without unreasonable operating costs.

In the event that the system fails to achieve these standards over the first twelve months of operation, to the satisfaction of the Engineer, the Vendor shall be responsible for the cost of all additional equipment required to achieve satisfactory performance. The Vendor shall also be responsible for the additional technical support and on-site commissioning required to achieve satisfactory performance.

Page 6: DISTRICT OF HOPE DISSOLVED AIR FLOTATION SUPPLY

Project No. 1239-054 REQUEST FOR PROPOSAL Page 5 of 18

PART 2.0 SUBMISSION REQUIREMENTS

2.1 DELIVERY OF THE SUBMISSION

The submission shall be delivered on or before 2:00pm local time, Friday May 19th, 2017, to the offices of TRUE Consulting, Kamloops, BC, and shall be addressed as follows:

District of Hope Hope Pollution Control Centre c/o TRUE Consulting #201, 2079 Falcon Rd Kamloops, BC V2C 4J2 Attn: Mr. Rob Wall, P.Eng.

2.2 PROJECT CONTACTS

All inquiries relative to this project are to be directed to the contact below:

Rob Wall, P.Eng. TRUE Consulting, #201, 2079 Falcon Rd Kamloops, BC V2C 4J2 Ph: 250-828-0881 Fax: 250-828-0717 Email: [email protected]

2.3 PREPARATION OF SUBMISSIONS

All submissions will be prepared by, and at the sole risk and expense of the Vendor. The District of Hope is not responsible in any respect for any expenses, damage, loss or liability incurred by a Vendor. An authorized representative of the Vendor must sign the submission by the Vendor. Without limiting the generality of the foregoing, the District or the District’s representative is not liable for any information it provides and does not represent or warrant its accuracy or completeness.

Neither the District of Hope nor the Engineer is liable for any expense, damage, loss or liability incurred as a result of any misunderstanding or error by the Vendor.

2.4 ACCEPTANCE OR REJECTION OF SUBMISSIONS

The District of Hope reserves the right to:

1. Reject any submission whether or not complete or whether or not it contains all required information;

2. Require clarification where the submission is unclear;

3. Reject any or all submissions without any obligation, or any compensation or reimbursement, to the Vendors, and

4. Disqualify any submissions without discussion with the Vendors, and to reject any submission that the Owner considers is not in its best interests.

Page 7: DISTRICT OF HOPE DISSOLVED AIR FLOTATION SUPPLY

Project No. 1239-054 REQUEST FOR PROPOSAL Page 6 of 18

2.5 PROPOSAL EVALUATION CRITERIA

Evaluation criteria will include, but not necessarily be limited to the following:

1. Overall capital cost including bid cost, estimated installation cost, additional estimated costs incurred (i.e. mechanical, structural, electrical, controls and instrumentation).

2. Annual operating & maintenance (O & M) costs including equipment and media replacement, power costs, and chemicals.

3. Aerated lagoon effluent treatment experience.

4. Local Vendor representative, servicing capability and experience.

5. Company qualifications and experience.

2.6 NOTIFICATION OF ACCEPTED SUBMISSIONS

All Vendors putting forward submissions will be notified in writing if they were or were not selected to supply equipment. A brief explanation of reasons for not being accepted may be provided to the unsuccessful Vendors.

2.7 FORMAL ACCEPTANCE OF SELECTED VENDOR

Formal acceptance of the proposal submitted by the selected Vendor, along with any negotiated modifications to the same, will be made by the issuance of a Purchase Order by the District of Hope.

Page 8: DISTRICT OF HOPE DISSOLVED AIR FLOTATION SUPPLY

Project No. 1239-054 REQUEST FOR PROPOSAL Page 7 of 18

PART 3.0 CONTENT OF SUBMISSION

3.1 GENERAL

In general, the following information is requested to be included with the Vendor's submittal:

1. Corporate overview of the proponent including experience related to the current project.

2. Description of the proposed equipment including operational parameters.

3. Detailed scope of supply.

4. Project schedule.

5. Pricing proposal, conditions and warranty information.

6. Drawings and supplemental documentation.

Additional specific details requested are included in the subsections that follow.

3.2 CORPORATE QUALIFICATIONS AND RELATED EXPERIENCE

Corporate qualifications and key personnel proposed to be involved in the project shall be provided along with local representative contacts.

Related experience shall include a list of projects and client contact references, c/w telephone numbers, for representative plants and projects of similar size with a minimum of one full year of operation. Year of construction and design capacity should also be provided.

Related experience should demonstrate the Vendor’s ability to treat effluent with similar characteristics to the current project, as well as working with similar processes to those proposed for the work.

3.3 DESCRIPTION OF PROPOSED SYSTEM

The Vendor shall provide a detailed description of the overall proposed process, as well as the proposed treatment system including system components, operational sequences, and general operating parameters and capabilities.

A description of the proposed system shall be provided including:

1. Description of proposed processes and details of such.

2. Description of the treatment system configuration, including process and instrumentation drawings.

3. Flotation mode (dissolved air / dispersed air / other)

4. Air saturation / recycle process.

5. Sludge removal and handling process.

6. Control systems and software.

Page 9: DISTRICT OF HOPE DISSOLVED AIR FLOTATION SUPPLY

Project No. 1239-054 REQUEST FOR PROPOSAL Page 8 of 18

7. Identify boundary conditions required for proper integration and operation of the proposed system, within the overall treatment plant.

Provide a list of equipment vendors proposed for the equipment included within the scope of supply, not limited to:

• Flotation tank(s) • Recycle, air, float removal and sludge removal equipment • Lamella media • Nozzles • Face piping • Valves and actuators • Controls and instrumentation

The Vendor shall provide drawings of the proposed system suitable for detailing the proposed components and layouts. As a minimum, drawing shall include the following:

1. Process Flow Diagrams 2. P&ID’s 3. General arrangement drawings 4. Electrical single line drawing 5. Recommended ceiling height and floor structure load carrying requirements

The form included with Appendix D Design Information shall be completed and provided with the proponent’s proposal

The Vendor may include any supplemental documentation deemed appropriate for providing additional clarification or details of their proposed system or components.

3.4 PRICING PROPOSAL

The Vendor shall provide a Firm Price Quotation exclusive of GST and PST taxes, which shall be shown separately, on the form included in Appendix C, Financial Requirements.

Additional detail of the Pricing Proposal shall include any requested terms and conditions of sale, payment schedule, and standard warranty for all supplied materials.

Details of additional warranty programs and associated costs shall be provided, the purchase of which shall be left to the discretion of the Owner.

1. Equipment Royalties

Any submission made by the Vendor shall include any royalty costs, whether lump sum, annual, or water production based. This shall apply to any and all equipment supplied should royalties exist currently or occur in the future.

2. Freight

All prices quoted to be FOB to the Hope Pollution Control Centre, 63701 Tom

Page 10: DISTRICT OF HOPE DISSOLVED AIR FLOTATION SUPPLY

Project No. 1239-054 REQUEST FOR PROPOSAL Page 9 of 18

Berry Road, Hope. Unloading and storage of equipment will be the responsibility of the General Contractor retained by the District of Hope. Vendor to include all insurance costs to the point of, not including, off-loading supplied equipment.

3. Payment Schedule

Payment shall be made in accordance with the following payment schedule:

• 10% - upon contract award

• 15% - upon receipt of Notice to Manufacture

• 65% - upon delivery of all equipment

• 10% - upon completion of start-up and commissioning, or upon the system being used for its intended purpose, or within 90 days of shipment, whichever is earlier.

4. Validity

The pricing quoted above shall be valid for 60 days from submission of proposal.

3.5 OPERATION AND MAINTENANCE COSTS

A summary of projected annual operating costs for the system shall be provided based on the Design Average Day Influent Flow.

Cost summary to include the following items for all components proposed to be supplied under this proposal:

1. Power Costs

The Vendor is to provide projected annual operation costs based on the Average Day Demand and an average temperature of 10OC. The Vendor is to use an electricity cost of $0.10/kW hr, including all associated power attributed to air system and backwash procedures.

2. Chemical Costs

The Vendor is to provide a projection of annual chemical cost based on their experience with similar applications.

3. Maintenance and Equipment Replacement Costs

The Vendor is to provide a projection of annual operation cost due to basic maintenance and equipment replacement.

Page 11: DISTRICT OF HOPE DISSOLVED AIR FLOTATION SUPPLY

Project No. 1239-054 REQUEST FOR PROPOSAL Page 10 of 18

PART 4.0 TREATMENT REQUIREMENTS

4.1 TREATED EFFLUENT PRODUCTION AND SYSTEM CAPACITY REQUIREMENTS

The following table lists the design flow rates for the treated water for the proposed treatment water treatment plant.

Peak Design Influent Flow Per Unit 170 m3/h

Design Average Day Influent Flow 3000 m3/d

Number of Process Trains1 2

4.2 RAW INFLUENT WATER QUALITY

A summary effluent quality from the Hope PCC is given below:

Influent Water Quality Parameters

Parameter Units Values

Temperature (ºC) °C 1 - 20º

pH 6.8 – 8.9

TSS mg/L 4 - 65

BOD5 9 – 100

CBOD 9 - 35

Additional water quality data is provided separately.

1 Process train to be a fully independent system

Page 12: DISTRICT OF HOPE DISSOLVED AIR FLOTATION SUPPLY

Project No. 1239-054 REQUEST FOR PROPOSAL Page 11 of 18

4.3 TREATED EFFLUENT QUALITY REQUIREMENTS

The treatment system shall treat the above noted influent to meet the following parameters:

Treated Effluent Quality Requirement

Parameter Unit Treatment Limit

TSS mg/L 25

Page 13: DISTRICT OF HOPE DISSOLVED AIR FLOTATION SUPPLY

Project No. 1239-054 REQUEST FOR PROPOSAL Page 12 of 18

PART 5.0 SYSTEM DESIGN REQUIREMENTS

5.1 GENERAL

The treatment system shall be complete system including tank(s), drive equipment, access bridge, sludge collectors, float collectors, air dissolution equipment including tank and backpressure valve, air compressors, pressurization pumps, control panel and miscellaneous appurtenances.

The system for chemical storage and dosing is excluded from this scope. The Vendor will provide information as to the expected chemical requirements so that the system can be constructed ahead of the delivery of the dissolved air flotation package.

To accommodate shipping, unloading, and layout flexibility, the system may be provided in one or more pieces to be mounted at the site for installation. The expected delivery format shall be indicated with the proposal.

The installation of the treatment system will be the responsibility of the general contractor.

The treatment system design and equipment supplied shall consist of the following subsections as a minimum design standard. Refer to attached Preliminary System Overview Diagram for equipment to be supplied (but not limited) by treatment system Vendor.

5.2 BASIS OF DESIGN

1. System configuration – A rectangular or circular configuration is acceptable. The system should be dissolved air flotation. Induced air flotation will also be considered.

2. The equipment operation is to be fully automated.

3. The system shall be designed to allow for ease of maintenance and cleaning.

4. The system shall be designed for above-ground positioning on a suitable concrete pad and shall be constructed for indoor conditions in a humid atmosphere.

5. Hydraulic Loading Rate (subject to ability to meet performance criteria)

1. Maximum hydraulic loading rate at design flowrate of 11 m/h for a conventional system.

2. Maximum hydraulic loading rate at design flowrate of 22 m/h for a high rate system incorporating lamella plates.

6. Available power for control and operation of all devices is 575 V, 3 ph, 60 Hz. All components shall be constructed in accordance with CSA and / or ULc standards.

Page 14: DISTRICT OF HOPE DISSOLVED AIR FLOTATION SUPPLY

Project No. 1239-054 REQUEST FOR PROPOSAL Page 13 of 18

5.3 QUALITY ASSURANCE

The design of the system and components shall conform to all applicable local, Provincial, and/or Federal codes, standards, and regulations in effect at time of quote.

The Manufacturer is to comply with the requirements of the following organizations, at minimum:

1. CSA, Canadian Standards Association.

2. NEC, National Electric Code.

3. NEMA, Standards of National Electrical Manufacturers Association.

4. ANSI, American National Standards Institute.

5. ASTM, American Society for Testing and Materials.

6. AISI, American Iron and Steel Institute.

7. AGMA, American Gear Manufacturer’s Association.

8. AISC, American Institute of Steel Construction.

9. AWS, American Welding Society.

10. ASME, American Society of Mechanical Engineers.

11. ASME, Boiler and Pressure Vessels Code

12. AWWA, American Water Works Association

5.4 FLOCCULATOR(S)

Pipe flocculators or stirred flocculation tanks may be provided.

Pipe flocculators shall consist of flocculation tubes made of Schedule 80 PVC or DR9 HDPE with injection ports for coagulants, pH adjustment and polymers, along with static mixers. The wastewater shall enter the flocculation tubes through a flanged connector and exit into the contact tank through another flanged connector at the header.

Stirred flocculation tanks shall have mounted mixers with variable frequency drives. Inlet pipework shall be Schedule 80 PVC with injection ports for coagulants, pH adjustment and polymers, along with static mixers for rapid mixing.

5.5 DISSOLVED AIR FLOTATION TANK

DAF tank shell, internal baffles and structural support are to be constructed of 304 stainless steel material. Weld joints are to be welded and tested. 304 and 316 stainless steel tanks shall not receive coatings. Other corrosion resistant materials will be considered with justification.

To increase efficiency and maintain smaller footprint, the Flotation Chamber may be filled with lamella plates, whose function is to increase the projected surface area and improve the separation efficiency of the solids from the clear water. The Lamella plates shall be made of polyethylene or polypropylene material with 60° angular slant.

Page 15: DISTRICT OF HOPE DISSOLVED AIR FLOTATION SUPPLY

Project No. 1239-054 REQUEST FOR PROPOSAL Page 14 of 18

5.6 RECYCLE PRESSURIZATION SYSTEM

A recycle pump shall be provided to super saturate water with air and blend with the influent waste stream. The pump shall utilize a flooded suction; have cast iron housing with a SUS 403 stainless steel impeller.

The recycle pump shall be a horizontal centrifugal pump type manufactured by ITT Goulds Pump or approved equal. The pump shall be complete with butterfly isolation valves, check valve, air valve, pressure gauge, pressure switch and flowmeter.

Unless the recycle pump is integrated into the package system, interconnect piping will be supplied and installed by general contractor.

A Saturation Tank will provide hydraulic retention time under pressure and allows the separation and removal of large, undissolved air bubbles. The Saturation Tank shall be equipped with a bottom valve for draining and servicing. Liquid level in the Saturation Tank shall be automatically maintained. Saturation Tank(s) should be manufactured from stainless steel.

Page 16: DISTRICT OF HOPE DISSOLVED AIR FLOTATION SUPPLY

Project No. 1239-054 REQUEST FOR PROPOSAL Page 15 of 18

5.7 FLOAT COLLECTORS

Skimmer Assembly: A surface skimmer will be used to move the floating solids (float) from the separation chamber into an isolated float chamber. The assembly shall include stainless steel flight skimmers with adjustable wipers and variable speed gear drive. Skimmer drive speed shall be variable.

Evidence shall be provided showing the strength and reliability of the skimmer assembly under the continuous operating load/torque along with the corresponding maximum recommended working load.

The skimmer assembly shall continuously move float into an isolated float chamber. The chamber shall be beveled to allow for near complete removal of float from the chamber. Chamber to include a 100mm dia discharge nozzle.

Provide details of water sprays and float removal mechanism designed for delivery of float and sludge to the headworks structure.

5.8 BOTTOM SLUDGE COLLECTORS

Mechanical bottom sludge collector material shall be stainless steel.

5.9 AIR COMPRESSOR

One (1) process air duplex system compressor to include, but not limited to, one (1) 120-gallon receiver tank, one (1) refrigerant dryer, one (1) particulate filter, one (1) coalescing filter, one (1) oil/carbon filter, automatic drain valve, local control panel and motor starters and shall be sized to provide adequate air for the treatment system operation.

Air compressor shall be manufactured by Kaeser, Ingersoll Rand or approved equal.

5.10 FACE PIPING

All face piping shall be Schedule 80 PVC with Class 150 ANSI B16.5 flanged connections. Integral piping shall match tank material, either 304 SS or 316 SS.

5.11 BALL VALVES

All ball valves shall be stainless steel, full-port style, rated WOG 1500 psi and manufactured by Apollo Valves or approved equal.

5.12 BUTTERFLY VALVES

All process butterfly valves shall be of the lug style type and manufactured by Keystone Fig. 222, Bray Series 31 or approved equal.

5.13 ELECTRICAL ACTUATORS

All process butterfly valves that require electric actuator shall be manufactured by Keystone EPI2, Bray Series 70 or approved equal.

5.14 TREATMENT CONTROL PANEL

The equipment supplied shall be designed to operate together as a complete system. The control system shall efficiently and automatically manage all equipment supplied under this Specification.

Page 17: DISTRICT OF HOPE DISSOLVED AIR FLOTATION SUPPLY

Project No. 1239-054 REQUEST FOR PROPOSAL Page 16 of 18

The system shall incorporate a full system mimic panel on an LCD screen showing the running and alarm status of equipment in their functional positions.

The control panel to be NEMA 4 enclosure complete with Allen-Bradley PLC and Panelview 700 HMI (or approved equal) to automatically control the filtration and backwash sequences. The control panel to be equipped with an UPS battery back-up to provide power to the PLC and control system during a power outage.

Details of the control system shall be provided with the proposal.

5.15 INSTRUMENTATION

All instrumentation shall be supplied by one manufacturer. Rosemont, Siemens, Endress+Hauser or approved equal.

5.16 WALKWAYS

The system shall have an 800mm wide walkway and an access platform around the drive unit and other regularly accessed components, and shall include FRP grating, FRP support members, and handrailing. All walkway surfaces shall be at the same elevation.

Page 18: DISTRICT OF HOPE DISSOLVED AIR FLOTATION SUPPLY

Project No. 1239-054 REQUEST FOR PROPOSAL Page 17 of 18

PART 6.0 VENDOR SUPPORT DURING DESIGN CONSTRUCTION AND COMMISSIONING

6.1 SHOP DRAWINGS

Shop drawings shall be provided to detail and document all aspects of the system to be supplied for review by the Consultant, including, but not limited to, the following:

1. Process Flow Diagrams

2. PID’s

3. General arrangement drawings

4. Overall layout drawings

5. Electrical drawings

6. Vendor cut sheets

7. Schedule of control devices and preliminary duty points

8. System functional description

6.2 O&M MANUALS, COMMISSIONING PLAN AND TRAINING PLAN O&M manuals shall be provided to detail the final approved components and system arrangement.

Manuals shall include all of the final reviewed shop drawings and Vendor cut sheets, along with additional installation, operating, and maintenance details for all components.

Three (3) hard copies of the O&M manuals shall be provided along with three (3) copies of the manual in electronic form on CD’s when equipment is to be delivered.

A detailed commissioning plan and training plan shall be provided for approval with the O&M Manuals.

6.3 FIELD SERVICES FOR START-UP, TRAINING AND INSTALLATION ADVICE AND ASSISTANCE. On-site, factory certified technical support shall be provided to commission, perform start-up exercises, and provide full training for the operation of the supplied system.

1. The install contractor (separate from this RFP) will be responsible for the installation of the treatment system.

2. Field Services during Installation (1 Trip)

The Vendor shall provide one (1) day of on-site services to provide advisory services to the installing contractor during installation of the equipment. A day of on-site service shall be defined as an 8-hour period of time.

3. Field Services during Equipment and System Startup ( 2 Trips)

The Vendor shall provide 2 (two) trips up to five (5) days of on-site services during the startup of the treatment system equipment and components. A day of on-site

Page 19: DISTRICT OF HOPE DISSOLVED AIR FLOTATION SUPPLY

Project No. 1239-054 REQUEST FOR PROPOSAL Page 18 of 18

service shall be defined as an 8-hour period of time. These services shall include the on-site presence of a qualified PLC programmer, if needed, to assist in any required changes in the treatment system controls programming.

4. Field Services during System Performance Testing / Operating Training (1 Trip)

The Vendor shall provide four (4) days of on-site services during performance testing of the treatment system. A day of on-site service shall be defined as an 8-hour period of time. The Vendor shall be on-site for the duration of the performance testing phase. In the event that the system fails to meet the specified performance targets, then additional on-site presence shall be provided as needed.

The Vendor shall provide two (2) days of training (8 hours per day) for the OWNER’s personnel in the operation and maintenance of the different treatment system components.

Performance testing shall ensure that the complete system functions in accordance with the performance requirements and the commissioning plan.

During performance testing, the Vendor will complete, as a minimum, the following activities:

1. Hydraulic pressure test ensuring no leaks of the equipment supplied.

2. Flush all parts having been in contact with preservative.

3. Flush to remove all construction debris.

4. Setup and record all operating parameters and setpoints.

5. Check all electrical connections, and record all field measurements.

6. Complete a functional test of the entire system, measuring and recording all capacities and performance measurements of the system.

7. Provide assistance to the Owner in integration and verification of the SCADA application software provided.

Performance testing shall include testing and demonstration of all equipment and control functions supplied under this Specification, including:

• Equipment operation at minimum and maximum capacity • Automatic and manual control • PLC data acquisition and outputs • Control logic • Mimic screens • Simulation of failures and communications errors • Fine tuning of equipment to achieve performance targets

The Vendor shall allow for demonstration of proper operation after all approved changes to the system.

Page 20: DISTRICT OF HOPE DISSOLVED AIR FLOTATION SUPPLY

Project No. 1239-054 REQUEST FOR PROPOSAL

APPENDIX A

SYSTEM OVERVIEW DIAGRAM

Page 21: DISTRICT OF HOPE DISSOLVED AIR FLOTATION SUPPLY
Page 22: DISTRICT OF HOPE DISSOLVED AIR FLOTATION SUPPLY

Project No. 1239-054 REQUEST FOR PROPOSAL

APPENDIX B

INFLUENT WATER QUALITY DATA

Page 23: DISTRICT OF HOPE DISSOLVED AIR FLOTATION SUPPLY

1239-053 Base Data 2017-05-02.xlsx Analysis 02/05/2017

Existing Plant Wastewater AnalysisHope Pollution Control Centre

PCC INFLOW AT SCREEN PCC EFFLUENTDate Plant

flow (m3/d)

Influent Temp (oC)

pH TSS (mg/L)

BOD5

(mg/L)CBOD (mg/L)

Total Ammonia N (mg/L)

TKN (mg/L)

Nitrate N (mg/L)

Nitrite N (mg/L)

Fecal coliforms (MPN/100ml)

Date Effluent Temp (oC)

pH Recorded DO

Alkalinity mg/L as CaCO3

Hardness (mg/L)

TSS (mg/L) BOD5 (mg/L) CBOD (mg/L)

Total Ammonia N (mg/L)

TKN (mg/L)

Nitrate N (mg/L)

Nitrite N (mg/L)

Fecal coliforms (MPN/100ml)

Toxicity LT50 (h)

Initial pH (toxicity analysis)

Final pH (toxicity analysis)

03-Oct-11 1900 16.8 03-Oct-11 15.8 6.4 3.9 34 19 0.2 2000001-Nov-11 14.2 01-Nov-11 10.3 6.2 5.0 43 24 0.1 1700008-Dec-11 1500 11.6 08-Dec-11 7.2 9.6 16 42 14.0 3800003-Jan-12 2300 03-Jan-12 7.3 22 26 20.0 2100001-Feb-12 3500 01-Feb-12 6.4 7.1 >96 7.3 7.501-Mar-12 1900 5.8 01-Mar-12 7.2 6.8 9 10 19.0 1100001-Oct-12 2000 01-Oct-12 16.9 7.6 2.9 56 23 0.1 9200005-Nov-12 3100 11.5 05-Nov-12 14 6.9 1.1 24 27 0.6 2400004-Dec-12 2500 7.6 04-Dec-12 7.9 9.2 7 17 11.9 1600002-Jan-13 1800 02-Jan-13 2.7 7.9 11.3 51 37 18.1 3500004-Feb-13 2300 04-Feb-13 5.9 7.7 6.4 11 12 15.0 160028-Feb-13 2100 9.1 28-Feb-13 5.4 7.1 6.7 29 7.3 8.102-Apr-13 2400 12.4 02-Apr-13 12.8 7.7 3.8 4 13 13.4 16000

02-May-13 2100 12 02-May-13 14.2 7.7 5.2 16 13 16.5 7900017-Jun-13 8000* Flow metering channel floods at times of high river level. 17-Jun-13 20 6.6 10.4 50 48 0.5 330002-Jul-13 9100* 20 Flow metering channel floods at times of high river level. 02-Jul-13 24.5 7.4 14.4 65 18 0.2 33000

01-Aug-13 2400 20.8 01-Aug-13 24.8 7.0 14.9 46 69 0.3 24000016-Sep-13 2300 19 16-Sep-13 21.6 7.1 0.6 31 20 44 5.6 3500 >96 6.4 6.501-Oct-13 2400 01-Oct-13 14.9 6.6 2.3 13 36 3.1 2200016-Nov-13 2800 16-Nov-13 8.3 17 30 14.5 330004-Dec-13 2100 04-Dec-13 5.7 7.8 10.6 15 15 19.0 4600003-Jan-14 3000 03-Jan-14 6.8 7.8 6.8 13 20 23.0 7900003-Feb-14 1700 10.1 03-Feb-14 2.6 7.9 6.8 17 14 20.7 46000 >96 7.3 7.304-Mar-14 2700 8.7 04-Mar-14 3.5 7.7 7.3 16 15 18.8 1300001-Apr-14 2200 11.5 01-Apr-14 10.2 7.8 5.3 5 9 21.1 1700

02-May-14 2600 12.6 02-May-14 15.8 7.9 1.9 8 10 20.6 310003-Jun-14 4700* 15.9 Flow metering channel floods at times of high river level. 03-Jun-14 19.5 7.8 1.0 23 14 32.5 2400002-Jul-14 2300 02-Jul-14 22.2 8.0 2.0 22 20 38.5 24000

01-Aug-14 2600 19.7 01-Aug-14 23.8 6.5 0.4 65 41 0.2 1300019-Aug-14 2600 19-Aug-14 24 6.6 6.5 7 39 3.3 330003-Sep-14 2400 03-Sep-14 19.8 5.8 0.7 50 29 2.1 7900 9.8 7.2 5.902-Oct-14 1900 18.1 02-Oct-14 16.7 7.2 6.4 38 30 0.0 700003-Nov-14 1900 16 03-Nov-14 12.5 7.0 4.1 10 23 0.7 9200003-Dec-14 1900 11.8 03-Dec-14 3.5 7.9 9.3 37 48 9.1 3500015-Dec-14 2500 8.9 15-Dec-14 6.8 7.6 6.2 15 29 10.9 490012-Jan-15 2000 9.9 12-Jan-15 4.5 7.8 6.2 21 30 18.6 2400002-Feb-15 2300 8 02-Feb-15 6.7 7.8 4.9 126 84 20 19 12.4 4900 >96 7.1 7.204-Mar-15 1500 10.7 04-Mar-15 7.3 7.5 5.8 12 13 19.4 700002-Apr-15 2500 11.9 02-Apr-15 13 7.9 4.0 12 13 22.5 16000

05-May-15 2200 14.1 05-May-15 16 7.5 0.3 37 31 27.3 54000001-Jun-15 4100* 16.9 Flow metering channel floods at times of high river level. 01-Jun-15 22 7.5 1.3 43 104 21.4 490014-Jul-15 5600* Flow metering channel floods at times of high river level. 14-Jul-15 22.4 7.4 0.2 26 84 13.6 1700

06-Aug-15 2900 06-Aug-15 22.6 7.6 9.2 58 119 0.1 3300003-Sep-15 2100 18.7 03-Sep-15 18.4 0.5 >96 5.7 5.628-Sep-15 1900 18 28-Sep-15 16.1 7.5 3.3 18 69 15 0.6 13000002-Oct-15 2100 17 02-Oct-15 16.3 7.0 1.7 22 84 10 12.9 2400016-Oct-15 2100 17.5 7.3 112 164 126 24 <0.005 16-Oct-15 15 1.920-Oct-15 2400 17.8 7.3 172 103 112 22 <0.005 20-Oct-15 15.5 1.602-Nov-15 3100 02-Nov-15 12 5.6 4.7 34 52 13 2.2 22000002-Dec-15 1700 02-Dec-15 7.4 37 48 14 14.0 1100005-Jan-16 1600 11 05-Jan-16 9 7.5 0.4 64 41 29 19.5 17000011-Feb-16 1500 11-Feb-16 8.3 7.5 1.2 156 72 31 22 20 13.1 490000 >96 6.8 6.818-Mar-16 2100 10.3 18-Mar-16 9.8 7.4 2.9 25 20 14 15.0 240001-Apr-16 2400 12.7 01-Apr-16 15.3 7.4 2.2 25 16 17 22.1 7900

02-May-16 2300 02-May-16 7.5 34 22 9 27.0 1700023-Jun-16 2300 17.2 7.4 132 143 127 21 32 <0.005 <0.001 23-Jun-16 19.6 8.1 1.0 22 14 13 31.1 37 0.5 0.51 13000008-Jul-16 2400 18.2 08-Jul-16 20.9 7.7 3.2 41 36 <2.0 17.1 21 0.2 11 2400000

02-Aug-16 2700 18.8 02-Aug-16 23.1 7.8 0.5 29 55 10 32.1 38 0.8 0.63 13000002-Sep-16 2500 19.8 02-Sep-16 20.1 6.0 0.1 80 100 47 55 13 5.9 12 8.8 18 35000 62.9 5.8 5.802-Nov-16 2500 14.8 7.5 85 62 63 12 19 <0.005 <0.001 2.40E+06 02-Nov-16 12.2 7.9 1.4 24 21 18 19.6 27 1.4 0.14 2400006-Dec-16 7.4 67 53 42 17 21 <0.005 <0.001 1.70E+06 06-Dec-16 7.6 33 21 16 25.4 31 0.008 0.002 4900

Max 3500 20.8 7.5 172 164 127 24 32 Max 25 8.3 15 156 100 65 119 29 39 38 9 18 2400000 62.9 7.3 8.1Average 2274 14.1 7.4 114 105 94 19 24 Average 14 7.4 4.6 98 85 28 33 15 14 28 2 5 98273 34 7 7Min 1500 5.8 7.3 67 53 42 12 19 Min 2.6 5.6 0.14 31 72 4.2 9.4 9.3 0.03 12.3 0.008 0.002 1600 9.8 5.7 5.6

Page 24: DISTRICT OF HOPE DISSOLVED AIR FLOTATION SUPPLY

Project No. 1239-054 REQUEST FOR PROPOSAL

Hope PCC, Effluent BOD / TSS / Temperature

Hope PCC, Effluent Total Ammonia/ pH / Temperature

Page 25: DISTRICT OF HOPE DISSOLVED AIR FLOTATION SUPPLY

Project No. 1239-054 REQUEST FOR PROPOSAL

APPENDIX C

FINANCIAL INFORMATION

Page 26: DISTRICT OF HOPE DISSOLVED AIR FLOTATION SUPPLY

Project No. 1239-054 REQUEST FOR PROPOSAL

The following form shall be completed and provided with the proponent’s proposal;

Price Quotation Item Amount

Treatment System

GST 5%

PST 7%

TOTAL

Field Services

GST 5%

TOTAL

QUOTATION TOTAL

ALTERNATE PRICE (Single Train)

GST 5%

PST 7%

TOTAL

Page 27: DISTRICT OF HOPE DISSOLVED AIR FLOTATION SUPPLY

Project No. 1239-054 REQUEST FOR PROPOSAL

APPENDIX D

DESIGN INFORMATION

Page 28: DISTRICT OF HOPE DISSOLVED AIR FLOTATION SUPPLY

Project No. 1239-054 REQUEST FOR PROPOSAL

The following form shall be completed and provided with the proponent’s proposal;

Item Unit Value

General

System design hydraulic capacity

m3/h

Hydraulic loading rate at peak flow

m/h

Minimum air/solids ratio %

Float dry solids range %

Flocculation System

Minimum retention time min

Minimum head loss (pipe type) kPa

Design flow range (min/max) m3/h

Static Mixer mixing intensity (G value)

s-1

Flocculator G.t value (min)

Flocculator G.t value (max)

Chemical Dosing System Requirements (Supplied by Others)

Chemical name

Minimum dose rate L/h

Average dose rate L/h

Maximum dose rate L/h

Flotation Tank

Free surface area m2

Effective plate surface area m2

Float Collector mechanism

Chain material

Chain wheel material

Minimum collector mechanism tip speed / rake speed

m/h

Maximum collector mechanism tip speed

m/h

Page 29: DISTRICT OF HOPE DISSOLVED AIR FLOTATION SUPPLY

Project No. 1239-054 REQUEST FOR PROPOSAL

Continuous maximum operating torque

kN

Drive unit make / model (drive/motor)

Drive unit motor power rating kW

Sludge Collector mechanism

Minimum collector mechanism tip speed / rake speed

m/h

Maximum collector mechanism tip speed

m/h

Continuous maximum operating torque

kN

Drive unit motor power rating kW

Air Dissolution System

Minimum operating pressure kPa

Maximum operating pressure kPa

Tank pressure rating kPa

Recycle flowrate m3/h

Minimum air saturation efficiency1

%

Minimum Dissolution tank detention time

min

Pressurization Pumps

Make / model

Type

NPSH required kPa

NPSH available kPa

Minimum pump efficiency at design point (percent)

%

Pump speed rpm

Maximum motor speed rpm

Motor power rating kW

Page 30: DISTRICT OF HOPE DISSOLVED AIR FLOTATION SUPPLY

Project No. 1239-054 REQUEST FOR PROPOSAL

Note 1 Saturation efficiency is defined as the ratio of the actual amount of air dissolved in the full pressurization flow to the theoretical amount that could be dissolved in the pressurization flow at the design pressure and test temperature.