Loading...
HomeMy WebLinkAbout11-08 RESOLUTIONRESOLUTION NO. 11-08 A RESOLUTION AWARDING BID #07-79 TO JWC ENVIRONMENTAL IN THE AMOUNT OF $163,436.00 FOR THE PURCHASE OF A CHANNEL GRINDER FOR THE HAMESTRING SEWER LIFT STATION, WSIP SUBPROJECT WL -6. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #07-79 to JWC Environmental in the amount of $163,436.00 for the purchase of a Channel Grinder for the Hamestring Sewer Lift Station, WSIP Subproject WL -e6. . mw,,, l s. "c .FAYETTEVILLE; / °9sy RKANSP04 By: d/iLt__4 By: in, di c4-% '•.;NcroN C%%%%% DAN COODY, Mayor, S ND &SMITH, City Clerk/Treasurer """���� PASSED and APPROVED this 15th day of January, 2008. APPROVED: ATTEST. David Jurgens Submitted By City of Fayetteville Staff Review Form City Council Agenda Items or Contracts 15 -Jan -08 City Council Meeting Date Wastewater System Improv Proj Division Action Required: as //15/Dpi i/-QO JWC -1„ireofl, Jl Water/Wastewater Department Approval of the purchase of a Channel Grinder from JWC Environmental for installation at the Hamestring Sewer Lift Station, WSIP Subproject WL -6, in the amount of $163,436.00. Funds are available within the WSIP Projech 163,436.00 Cost of this request 4520.9520.5801.00 Account Number 02133.0362 Project Number Budgeted Item XX 113,086,082 Category/Project Contingency 89,150,585 Funds Used to Date 23,935,497 Remaining Balance Budget Adjustment Attached Wastewater System Imp Project Program Category / Project Name Water and Wastewater Program / Project Category Name Water/Sewer Fund Name Depart Mp nt Di for adt- City Attorne Finance and Internal Service Director ayor ?St Dec. -O7 - Date t4-'3(10 7 1 -31ro Date Date Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: Received in Mayor's Office Comments: City Council Meeting of January 15, 2008 CONTRACT REVIEW MEMO To: Mayor Dan Coody From: David Jurgens, Water and Wastewater Director Fayetteville Sewer Committee Date: December 28, 2007 Subject: Approval of the purchase of a Channel Grinder from JWC Environmental for installation at the Hamestring Sewer Lift Station, WSIP Subproject WL -6, in the amount of $163,436.00. Funds are available within the WSIP Project RECOMMENDATION City Administration recommends approval of the purchase of a Channel Grinder from JWC Environmental for installation at the Hamestring Sewer Lift Station, WSIP subproject WL -6, in the amount of $163,436.00. Funds are available within the WSIP project. BACKGROUND The channel grinder style screening and grinding unit is to be installed on the front end of the new Hamestnng lift station. It was considered but excluded from the design several years ago to reduce costs, but is now required by Ten State Standards for all lift stations with inlet pipes 30" and larger. The Hamestring station has a 24" and a 48" inlet pipe, thus requiring a screen. In the last four years, there have been two significant failures at the Noland WWTP due to large items entering the influent pump station. Each of these failures resulted in more than $100,000 damages; one resulted in a substantial sewer overflow. This grinder unit will prevent this type of failure from occurring on the West Side Wastewater Treatment Plant (WWTP) and the critical Hamestring lift station that pumps over 85% of the flow to the plant. DISCUSSION Staff and consultants strongly recommend this screen be installed to protect both the pump station and the WWTP from large foreign objects entering the lift station. Examples of objects we have seen in our system which could be transported down the 48" sewer line include bowling balls, children's bicycles, toys, dog leashes, large sticks, oil filters, construction debris, metal pipes, etc. This grinder unit serves both as a screen and grinder, which reduces long term maintenance costs on all components of the system at and downstream from the grinder. The City received two bids on 28 December, 2007; the bid tab is attached. JWC Environmental $ 163,436.00 (low bid) Instrument and Supply 189,700.00 Staff Estimate $ 180,000.00 Both units meet the specifications. BUDGET IMPACT Funds are available within the WSIP Project. W L-6 ChannelGrinder CCMemoDec07 RESOLUTION NO. A RESOLUTION AWARDING BID #07-79 TO JWC ENVIRONMENTAL IN THE AMOUNT OF $163,436.00 FOR THE PURCHASE OF A CHANNEL GRINDER FOR THE HAMESTRING SEWER LIFT STATION, WSIP SUBPROJECT WL - 6. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #07-79 to JWC Environmental in the amount of $163,436.00 for the purchase of a Channel Grinder for the Hamestring Sewer Lift Station, WSIP Subproject WL -6. PASSED and APPROVED this 15th day of January, 2008. APPROVED: ATTEST: By: By: DAN COODY, Mayor SONDRA E. SMITH, City Clerk/Treasurer rtri ARKANSAS CITY OF FAYETTEVILLE 113 W. Mountain St. Fayetteville, Arkansas 72701 INVITATION TO BID BID # 07-79 Channel Grinder BID #: 07-79 DATE ISSUED: Saturday, December 15, 2007 DEADLINE & BID OPENING: Friday, December 28, 2007 at 2:00 PM, Central Standard Time BID DELIVERY LOCATION: 113 W. Mountain, Room 306, Fayetteville, AR 72701 PURCHASING AGENT: Andrea Foren, (479) 575-8220, aforenca ci.favetteville.ar.us PRODUCT F.O.B. City of Fayetteville Hamestring Sewer Lift Station, 2065 North Sunshine Road, Fayetteville, Arkansas, 72704 Bids must be submitted on this bid form in Its entirety AND accompanied by descriptive literature on the products being bid. CITY OF FAYETTEVLLE, ARKANSAS BID 07-79, CHANNEL GRINDER PAGE 1 OF 14 • City of Fayetteville Bid 07-79, Channel Grinder General Terms and Conditions 1. All bids shall be submitted in a sealed envelope and must be submitted on forms acquired by the vendor from the City of Fayetteville Purchasing website (www.accessfayetteville.oru). Bids with missing pages or missing any requested attachment will be deemed incomplete. 2. The item bid and the bid number shall be stated on the face of the sealed bid envelope. 3. Bids received after the date and time set for receiving bids will not be considered. 4. The City reserves the right to accept or reject any or all bids, waive formalities in the bidding and make a bid award deemed to be in the best interest of the City. 5. The quantities listed are based on the needs of the City and availability of funds at the time bids are posted. The City shall be able to purchase more or less than the quantity indicated subject to availability of funds or change in needs. 6. The bid price shall remain good and firm until project is completed. Payment to the vendor by the City will be made within 30 days following delivery and acceptance in accordance with these specifications and the City's Purchase Order to the vendor. 7. All products delivered shall comply with applicable standards of quality. 8. Any exceptions to the specification requirements of the City of Fayetteville must be noted on the Bid Form. 9. Prices shall include all labor, materials, overhead, profit, insurance, etc., to cover the furnishing of the items bid. Sales tax is not to be included in the bid price. Applicable Arkansas sales tax laws will apply to this bid, but will not be considered in award of the bid. 10. Each bidder shall state on the face of the bid form the anticipated number of days from the date of receipt of an order for delivery of equipment and installation to the City of Fayetteville. Failure to deliver on or before the time specified in the contract may subject the contractor to payment of damages or other appropriate sanctions. 11. Copy of the warranty shall accompany the bid, and any exceptions to the warranty shall be clearly noted on the bid form. Written warranties shall specify the greater of the manufacturer's standard warranty or the minimum warranty speed herein by the City. 12. Bidders must provide the City with their bids signed by an employee having legal authority to submit bids on behalf of the bidder. The entire cost of preparing and providing responses shall be bome by the bidder. 13. The City reserves the right to request any additional information it deems necessary from any or all bidders after the submission deadline. 14. The request for bid is not to be construed as an offer, a contract, or a commitment of any kind, nor does it commit the city to pay for any costs incurred by bidder in preparation of bid. 15. If products and/or components other than those described in this bid document are proposed, the bidder must include complete descriptive literature and technical specifications. All requests for additional information must be received within five working days following the request. Each apparent low bid will be reviewed line by line to ensure compliance with specifications prior to recommendation for award. 16. Bids must be received by mail or hand delivery in the Purchasing Office, Room 306, 113 W. CITY OF FAYETTEVILLE, ARKANSAS BID 07-79, CHANNEL GRINDER PAGE 2 OF 14 Mountain St. Fayetteville, AR 72701, on or before the time of closing listed on the face of the bid. 17. The City will not be responsible for misdirected bids. Vendor should call the Purchasing Office at (479) 575-8220 to insure receipt of their bid documents prior to opening time and date listed on the bid form. 18. Items bid must be delivered FOB City of Fayetteville Hamestring Sewer Lift Station, 2065 North Sunshine Road, Fayetteville, Arkansas, 72704. Units must be fully assembled, serviced, and ready for operation as delivered unless otherwise specified. No dealer/distributor logo or other identification will be installed other than standard manufacturer name badges and specification plates. CITY OF FAYETTEVILLE, ARKANSAS BID 07.79, CHANNEL GRINDER PAGE 3 OF 14 • City of Fayetteville Bid 07-79, Channel Grinder Bid Form *GUARANTEED DELIVERY FROM DATE OF PO ISSUED: l (o W e,ekS ITEM: DESCRIPTION: QUANTITY: *PRICE EACH: *TOTAL PRICE 1. Wastewater Channel Grinder, 40 mgd peak flow Please Specify for Unit(s) Bid: 1 $ 1631436 $ 163 436 *MANUFACTURER: SW C- 64* 141 wo-1n+24144 MODEL: ODD 607--o-M 2,V TOTAL BID PRICE. $ 1631436 This bid form continues on the next page and shall be complete in order for your bid to be responsive.. CITY OF FAYETTEVILLE, ARKANSAS BID 07-79, CHANNEL GRINDER PAGE 4 OF 14 • EXECUTION OF BID - Bidders are requested to indicate by check mark or "Yes/No" on each line of the Technical Specifications the compliance of the item bid. Actual specification of any deficient item must be noted on the bid sheet or separate attachment. If specifications of item bid differ from provided literature, deviation must be documented and certified by the manufacturer as a regular production option. Upon signing this Bid, the bidder certifies that: 1. He/she has read and agrees to the requirements set forth in this proposal, including specifications, terms, standard conditions, and any pertinent information regarding the articles being bid on. 2. Unless otherwise noted and explained, the unit bid and listed meets or exceeds all of these requirements as specified by The City of Fayetteville. 3. The Bidder can and will comply with all specifications and requirements for delivery, documentation and support as specified herein. Unsigned bids will be rejected. Items marked • are mandatory for consideration. *NAME OF FIRM: a0C--ENVIroV1wte014-41 *BUSINESS ADDRESS: 290 I"nL1la rin o Avg *CITY: Cos4ct )-Ie-S6 *STATE: GA *ZIP: 92-62.6 *PHONE: 80o - 33i- 2-1-7 7 FAX: 141- 6 33 - 8 8s 6 "E-MAIL ADDRESS: Loc e®) w c e• aim *BY :( PRINTED NAME) E r .. 14, El a wi *AUTHORIZED SIGNATURE. Com-- x�� *TITLE: TecL..Kic4I SaIeS CITY OF FAYETTEVILLE, ARKANSAS BID 07-79, CHANNEL GRINDER PAGE 5 OF 14 • • City of Fayetteville Bld 07-79, Channel Grinder Product Details and Specifications PART 1 GENERAL ✓ 1.1 SUMMARY ✓ A. This section describes the sewage grinder and motor controller specification. The equipment shall be shipped to the City of Fayetteville Hamestring Sewer Lift Station, 2065 North Sunshine Road, Fayetteville, Arkansas, 72704, point of contact Lynn Hyke 479-601-1079, alternate Stan Williams, 479-530-2074. ✓ B. The grinder shall be supplied with a motor controller and instrumentation for local or remote operation. tJ 0 C. The grinder shall be capable of processing 32 MGD with a maximum headloss of 25 inches at a downstream water level of 48 inches. p) b D. Peak flow is 40 MGD. The excess flow shall bypass the channel grinder by overflowing the unit ✓1.2 REFERENCES ✓ A. Grinder(s) shall, as applicable, meet the requirements of the following industry standards. ✓ 1. American Society for Testing and Materials (ASTM) A36: Standard Specification for Carbon Steel Plate / 2. American Society for Testing and Materials (ASTM) A536-84: Standard Specification for Ferritic Ductile Iron Castings ✓ 3. American Iron and Steel Institute (AISI) 303 Stainless Steel ✓ 4. American Iron and Steel Institute (AISI) 304 Stainless Steel ✓ 5. American Iron and Steel Institute (AISI) AR500 Abrasion Resistant Alloy Steel. ✓ 6. American Iron and Steel Institute (AISI) 4140 Heat Treated Hexagon Steel 17. Rockwell C V B. Motor controllers shall, as applicable, meet the requirements of the following Regulatory Agencies. ✓ 1. National Electrical Manufacturer's Association (NEMA) Standards 'i 2. National Electrical Code (NEC) 3. Underwriters Laboratory (UL and cUL) CITY OF FAYETTEVILLE, ARKANSAS BID 07.79, CHANNEL GRINDER PAGE 6OF14 • 1.3 DOCUMENTS ✓ A. Shop Drawing(s) / Supplier shall submit six (6) sets of shop drawings with his bid. Shop drawings shall include equipment descriptions, specifications, dimensional and assembly drawings, parts lists, and job specific drawings. it B. Operation and Maintenance Manuals Supplier shall submit three (4) sets of Operation and Maintenance manuals prepared using best commercial practices. The manuals shall include equipment descriptions, operating instructions, drawings, troubleshooting techniques, a recommended maintenance schedule, and the recommended lubricants. ✓ 1.4 QUALITY ASSURANCE Qualified suppliers shall have a minimum 25 years experience at manufacturing, support systems, two -shafted grinding equipment and motor controls with a minimum of 5,000 installations with similar equipment. Supplier shall provide a list of names and dates of installations for verification by the Engineer or Owner's Representative. Supplier shall provide the services of a factory trained representative to check the installation and to start-up each grinder and controller. The factory representative shall have complete knowledge of proper installation, operation, and maintenance of equipment supplied. The representative shall inspect the final installation and supervise a start-up test of the equipment ✓ Each grinder and controller shall be factory tested to ensure satisfactory operation. v1.5 DELIVERY, STORAGE AND HANDLING A. The equipment shall be packaged in containers constructed for normal shipping, handling and storage. / B. The containers shall provide adequate protection for the equipment in a dry indoor environment between +40°F (+4.5°C) and +100°F (+37.8°C) until time for installation. ✓ 1.6 IDENTIFICATION I Each unit of equipment shall be identified with a corrosion resistant nameplate, securely affixed in a conspicuous place. Nameplate information shall include equipment model number, serial number, supplier's name, and location. PART 2 PRODUCTS 2.1 MANUFACTURERS A. The manufacturer must certify that the unit can be returned for maintenance to the factory or a local repair facility. The certification shall include a statement that there will be no charge for repair labor. / 2.2 SUPPORT SYSTEM(S) J A. GENERAL A grinder support frame with adjustable mounting brackets shall be provided for a 55 inch wide and a 72 inch deep channel. CITY OF FAYETfEVILLE, ARKANSAS BID 07-79, CHANNEL GRINDER PAGE 7OF 14 B. COMPONENTS The support frame and additional supports shall be of welded square tube, angle, and plate construction. The construction material shall be 304 stainless steel. 23 GRINDER(S) ✓A. GENERAL ✓ I. Each grinder shall include cutters, spacers, shafts, screen drums, bearings and seals, side rails, end housings, covers, reducer, and motor. 2. The grinder shall be of two -shaft design and be capable of continuous operation, processing wet or dry. Bar screens or single -shaft devices utilizing a single rotating cutter bar with stationary cutters shall not be acceptable. Systems with oscillating cutter cartridges shall not be acceptable. Grinders designed with cutter and spacer cartridges rather than individual cutters and spacers, shall not be acceptable. J 3. Two (2) -shaft design shall consist of two (2) parallel shafts alternately stacked with individual intermeshing cutters and spacers positioned on the shaft to form a helical pattern The two (2) shafts shall counter -rotate with the driven shaft operating at approximately two-thirds (2/3) the speed of the drive shaft. Cutter diameters on the drive and driven shaft shall be of equal diameter. 4. Rotating screen drums shall consist of a sc'eeu, support rings and stub shafts. The rotating drums shall direct all solids toward and into the counter -rotating dual -shaft grinder. The drums shall be driven by the grinder drive mechanism. Drums with shafts running through the center of the drum shall not be acceptable. B. COMPONENTS ✓ 1. Individual Cutters and Spacers ./ a. The cutting chamber shall be a nominal height of 66 inches. ✓ b. Individual cutters and spacers shall be AR500 abrasion resistant alloy steel, surface ground for uniformity with a hardness of 50-52 IIRc. ✓c. The inside configuration of both the individual cutters and the individual spacers shall be hexagonal to fit the shafts with a total clearance not to exceed 0.015 inch (0.38 mm) across the flats to assure positive drive and minimize wear on the cutters. ✓d. Cutter configuration shall consist of individual 11 tooth cam cutters on both shafts. To maintain particle size, the height of the tooth shall not exceed 1/2 inch (13 mm) above the root diameter. Cutter to cutter root diameter overlap shall be not less than 1/16 inch (1 6 mm) or greater than 1/4 inch (6 mm) to maintain the best possible cutting efficiency while incurring the least amount of frictional losses. Clearances between overlapping cutters of opposing shafts shall be no greater than 0.011 inches (0.28 mm) e. The cutters shall exert a minimum force at the tooth tip of 1,095 lbs./hp (6,532 N/kW) during momentary load peaks. ✓2. Shafts CITY OF FAYETTEVILLE, ARKANSAS BID 07.79, CHANNEL GRINDER PAGE 8 OF 14 a. Grinder drive and driven shafts shall be made of 4140 heat treated hexagon steel with a tensile strength rating of not less than 149,000 psi (1,027 kPa). b. Each hexagonal shaft shall measure a nominal 2-1/2 inches (64 mm) across parallel surfaces. ✓ 3. Intermediate Shaft Support ✓a. An intermediate shaft support shall be provided in the center of the cutter stack for all grinders. Grinders with 40 inch (1 016 mm) cutter stacks shall have two (2) intermediate shaft supports. Grinders with 50 inch (1 270 mm) cutter stacks shall have two (2) intermediate shaft supports. --Ip Grinder with 60 inch (1,524 mm) cutter stacks shall have three (3) intermediate shaft supports. 3. Intermediate Shaft Support (Coned) a. The intermediate shaft support shall provide additional support for heavier than normal influent grinder demand loads and protection for the seal assemblies. b. The intermediate shaft support shall be made of a cast 303 stainless steel collar and two (2) bushings. The bushings shall act as bearings to allow the free rotation of the shafts. 4. Coil Screen Drams ✓ a. The coil screen drum shall be made of coil -wound 304 stainless steel rod. The rod shall be 1/2 inch diameter with 1/2 inch spacing. lb. The drum support skeleton shall be constructed of 304 stainless steel. The support skeleton shall include hubs for mounting of drum stub shafts. Vertical members shall provide support for the coil. Center support ring(s) shall provide additional support to the center of the drums. ✓ c. Drum stub shafts shall be made of 304 stainless steel with a tensile strength of not less than 95,000 psi (654,550 kPa). The shaft diameter shall be a minimum of 1-7/8 inch (47.6 mm). 5. Shaft Bearings and Seals Ja. The radial and axial loads of the cutter shafts and coil drum stub shafts shall be borne by sealed, oversized, deep -groove ball bearings at each end. 'f b. The bearings shall be protected by a combination of a replaceable and independent tortuous path device and mechanical seals. c. Face materials shall be of tungsten carbide to tungsten carbide. Id. O -rings shall be made of Buna-N elastomers. 1e. Products requiring continuous or occasional lubrication or flushing shall not be accepted. �f. The mechanical seal shall be rated at 90 psi (620 kPa) continuous duty by the seal supplier. ✓g. The bearings shall be housed in a replaceable cartridge that supports and aligns the bearings and seals, as well as protects the shafts and end housings. The seal elements shall be independent of the stack height; therefore cutter stack tightness shall not affect seal performance. The seal elements shall CITY OF FAYETTEVILLE, ARKANSAS BID 07-79, CHANNEL GRINDER PAGE 9 OF 14 maintain their factory set preload independent of the cutter stack tightness. Seals shall meet required pressure rating regardless of cutter stack fit. The seal cartridge shall provide seal protection against axial loading on shafts and bearings during shaft deflection. i. Each seal element shall be positively locked to its corresponding rotating or static cartridge element. This positive lock on the seal elements is critical to long seal life in applications where grit or other abrasive materials are present. 6. Drum Side Rails '/a. The inside profile of the side rail shall be concave, with an adjustable UHMW plastic extension strip to minimize clearance at the front of the drums. This clearance shall not exceed 1/16 inch (1.6 mm) from the major diameter of the screen drums. /b. The side rails shall be cast ofA536-84 ductile iron. �7. End Housings and Covers a. Grinder end housings shall be of cast A536-84 ductile iron with a cast -in-place flow deflector, designed to protect the bushings while guiding particles directly into the cutting chamber. /b. Top covers shall be A536-84 ductile iron and bottom covers shall be A36 hot rolled plates. J 8. Reducer ' a. The speed reducer shall be a grease -filled planetary -type of reducer with a 500% shock load capacity. / The reduction ratios shall be 29:1 for the grinder drive and 377:1 for each drum screen drive. ✓ b. The input shaft of the reducer shall be directly coupled to the motors using a three (3) -piece coupling, and the output shaft of the reducers shall be directly coupled with the grinder shaft or the drum screen shafts using a two (2) -piece coupling. v/9. Motor a. The grinder motor shall be 10 hp (7.5 kW), Immersible, 1,725 rpm, 230/460 volt, 3 phase, 60 Hz. b. The screen drum motors shall be I hp (0.75 kW), Immersible, 1725 rpm, 230/460 volt, 3 phase, 60 Hz. c. Motor service factors shall be 1.15, the efficiency factor not less than 85% at full load and the power factor not less than 80% at full load. d. Required Running Torque per Horsepower (kW): At Grinder Momentary Load Peaks: 4,106 in-lbs/hp (622 Nm/kW) 2.4 MOTOR CONTROLLER(S) ✓A. GENERAL / 1. The controller shall provide independent control of the grinder and screen drums. ?J 0 2. Controller shall be the supplier's standard UIJcUL listed Model PC2220. CIT/ OF FAYE 1EVILLE, ARKANSAS BID 07-79, CHANNEL GRINDER PAGE 10 OF 14 3. The controller shall be rated for 10 hp (7.5), two 1 hp (0.75 kW), 460 volts, 3-phase, 60Hz. B. OPERATION 11. The controller shall be equipped with a GRINDER ON-OFF/RESET-REMOTE three (3) position selector switch. a. In the ON position the grinder will run. 4. In the OFF/RESET position the grinder shall not run 'c. In the REMOTE position the grinder shall start and stop as controlled by a remotely -located dry contact. id. The grinder shall only be reset by switching the GRINDER ON-OFF/RESET-REMOTE switch to the OFF/RESET position. 2. The controller shall be equipped with two SCREEN DRUM ON-OFF/RESET-REMOTE three (3) position selector switch. a. In the ON position the screen drum will run. b. In the OFF/RESET position the screen drum shall not run. ✓ c. In the REMOTE position the screen drum shall start and stop as controlled by the Grinder operation. ✓c. The screen drums shall only be reset by switching the SCREEN DRUM ON-OFF/RESET-REMOTE switch to the OFF/RESET position. /C. COMPONENTS ✓ 1. Control Panel Va. The Contractor shall install all control systems, displays and instrumentation as shown on the Contract Drawings. p0 b. The Control Panel enclosure shall be a NEMA 12, two -door single access enclosure (two doors on front) with piano hinges. Enclosure size is designated on the Contract Drawings. c. The construction material for the enclosures shall be12-gauge steel. The seams shall be continuously welded and ground smooth, no hole or knockouts. The enclosure shall have lifting eyes for easy handling. The latching rods of the 3 -point latching system shall have rollers for easier door closing, mounting channels shall be welded horizontally to the interior body sides at top, bottom, and center. A full-length and two side -mounted panels with mounting hardware shall be provided with the enclosure. An oil -resistant door gasket shall be attached with oil -resistant adhesive and held in place with steel retaining strips. A grounding stud shall be provided on the doors. The finish of the enclosures shall be white inside with ANSI gray outside finish over phosphatized surfaces. Internal panels, mounting channels and heavy duty panel supports shall also be white. CITY OF FAYETTEVILLE, ARKANSAS BID 07-79, CHANNEL GRINDER PAGE 11 OF 14 1.1 d. The Control Panel enclosure shall be installed with a light fixture and on-off switch. A door switch for the light to energize/de-energize upon opening/closing of the panel door is required. �e. Enclosure doors shall be key -lockable and shall provide proper environmental protection enclosure without the use of retaining clips. ✓f. Control Panel enclosures shall be equipped with replaceable corrosion inhibitors to minimize the effect of environmental conditions. Corrosion inhibitor shall be A-HCL24OR by Hoffman, or approved equal. ✓g. All wiring inside the enclosures shall be installed in plastic, open -slot wiring duct. h. Enclosure shall house the control devices, relays, terminal blocks and reversing motor starters. 2. Control Devices ✓ a. Pilot devices shall be mounted on the enclosure front panel door. b. The controller shall have indicator lights for GRINDER RUN, SCREEN RUN, and common FAIL The POWER ON, GRINDER OVERLOAD, SCREEN OVERLOAD, GRINDER MOTOR OVERLOAD and SCREEN MOTOR OVERLOAD shall be displayed by the operator interface. Np c Indicator lights shall be of an integral -transformer type with 6 volt lamps. Lamps and the selector switches shall be heavy duty NEMA 4X type. d. Control transformer shall be protected by two (2) primary fuses and one (1) secondary fuse. The 120 volt secondary shall have one (1) leg grounded. le. Relay contacts shall be included for GRINDER run and FAIL signal outputs. The contacts shall be rated 10 amp, 240 VAC, resistive load. 3. Motor Starter ✓ a. Starter shall be a full -voltage reversing type with 120 volt operating coils. b. Forward and reverse contactors on the starters shall have both mechanical and electrical interlocks. lc. Overload relays (OL) shall be adjustable so that the range selected includes the FLA (full load amperes) rating and service factor. D. SAFETY FEATURES '/1. When a grinder jam condition occurs in the grinder ON or REMOTE mode the controller shall stop the grinder, and reverse grinder rotation to clear the obstruction. If the jam is cleared, the controller shall return the grinder to normal operation. Up to two (2) additional reversing cycles (3 times total) may occur within 30 seconds before the controller de -energizes the grinder motor and activates the grinder fail indicator and relay. J2. When a screen jam condition occurs in the screen ON or REMOTE mode the controller shall stop the screen and reverse screen rotation to clear the obstruction. If the jam is cleared, the controller shall return the screen to normal operation. One (1) additional screen reversal (2 times total) may occur within 30 CRY OF FAYETTEVILLE, ARKANSAS IND 07-79, CHANNEL GRINDER PAGE 12 OF 14 seconds before the controller de -energizes the screen motor and activates the screen fail indicator and relay. The grinder and other screen drum shall continue operation during a screen fail condition. 13. If a power failure occurs while a grinder and screen is running, operation will resume when power is restored. 14. If a power failure occurs while the grinder and screen is in a fail condition the fail indicator shall reactivate when power is restored. ✓5. The controller shall provide overload protection for the motors through an overload relay mounted directly on the grinder and screen starters. ✓ 6. Short-circuit protection requires that a properly -sized circuit breaker or fuses be installed by others. . Controller reset shall be from the local panel controls only. E. TOOLS AND SPARE PARTS �A. Provide special tools required for normal operation and maintenance for each pump. VB. i Spare Parts 1. Provide complete set of recommended spare parts necessary for normal operation of pump systems. /2. Properly bind and label for easy identification without opening packaging, and protect suitably for long-term storage. PART 3 EXECUTIONS N0 3.1 INSTALLATION )JO Grinder(s) and motor controller(s) shall be installed in accordance with the supplier's installation instructions, and in compliance with all OSHA, local, state, and federal codes and regulations. J 3.2 WARRANTY: /A. The pumps shall be warranted for a period of 12 months from date the grinder is placed in service. "13.3 MANUFACTURER'S FIELD SERVICES: 1 A. Provide factory representative with complete knowledge of proper operation and maintenance of equipment for one day to perform the following: 1. Inspection of final installation and supervision of equipment test run 2. Field testing of equipment until such time as entire installation is complete and ready for testing B. Provide factory representative for one (1) additional day to train City of Fayetteville's personnel or contracted staff on operation and maintenance of equipment, coordinate training schedule with City. Provide factory representative for a minimum of one (1) day for and "End of Warranty" inspection and test, to be conducted approximately 11.5 months after the grinder is placed in service. CITY OF FAVETTEVILLE, ARKANSAS BID 07-79, CHANNEL GRINDER PAGE 13 OF 14 Exceptions & Comments 1.1.0 — The proposed model CDD6020-XDM 2.5 Channel Monster grinder is capable of processing 32 MGD with a maximum headloss of 21" at a downstream water level of 42". Higher downstream water levels will reduce the flow capacity of the grinder and cause the channel to overflow. 1.1.D — Based on a channel depth of 72" (section 2.2.A), flow rates higher than 33 MGD will overflow the channel walls. If additional capacity above 32 MGD is desired, the channel walls must be raised by a minimum of 36" and an overflow bar screen installed on top of the grinder's mounting frame. 2.4.A.2 — Controller model number will be PC2223. 2.4.C.1.b — No drawings were supplied with the Contract Documents to determine the enclosure size. JWCE's submittal included with this bid includes a wiring schematic and a single door NEMA 4X enclosure drawing. This is our standard arrangement for this product and is supplied for reference purposes only. In order to comply with the NEMA 12 two -door enclosure requirements in sections 2.4.C.1.b though f, JWCE intends to supply a Hoffman model CTD364812 two -door enclosure per the attached catalog cut sheet. Please note that the gauge of this enclosure is 14ga. 2.4.C.2.c — Indicator lights will be LED type. 3.1 — JWCE is bidding the supply of the channel grinder equipment only. Installation is to be by others. IN 0 roe 1 5 g ✓ W a 1 • • • 1 0 0 .8 0 ni l$ ma ms m VC CO/. • • ams® ESC= am mama - _ _ =CIO =OD • • •