HomeMy WebLinkAboutPR 18920: CONTRACT FOR INSTALLATION OF A CENTRIFUGE CONTROL SYSTEM UPGRADES, ANDRITZ SEPARATION, INC. MEMORANDUM CITY OF PORT ARTHUR UTILITY OPERATIONS DEPARTMENT TO: Brian McDougal, City Manager FROM: Jimmie Johnson, PhD. Director of Utility Operations DATE: March 26, 2015 RE: Proposed Resolution No. 18920 RECOMMENDATION I recommend that the City Council approve Proposed Resolution No.18920 authorizing the execution of a contract for the installation of a Centrifuge Control System Upgrades at the Main WWTP and Port Acres WWTP with Andritz Separation, Inc., of Arlington, Texas, submitted the lowest bid for the project with a total bid of $429,081.00. BACKGROUND The back drives and control systems of the existing three (3) Alfa 305 centrifuges at the Main WWTP and Port Acres WWTP are inoperative and are in need of upgrading, improvements and replacement. The intent of this project is to obtain the services of a qualified Centrifuge Supplier regularly engaged in the supply of centrifuge drives and control systems to upgrade the back drive system and replace the existing control panels for each unit and bring centrifuges back to operating state. The following three bids were received on February 25, 2015, and the lowest responsive bid was submitted by Andritz Separation, Inc., Bidder Total Bid Andritz Separation, Inc. $429,081.00 Arlington, TX Alfa Laval, Inc. $550,822.00 Houston, TX Hutchinson Hayes Separation Incomplete Bid Houston, TX BUDGET/FISCAL EFFECT This project will be funded from the Utility Operations budget 428-1625-532.83-00. SUMMARY I recommend that the City Council approve Proposed Resolution No. 18920. P. R. No. 18920 03/26/15 jj RESOLUTION NO. A RESOLUTION AUTHORIZING THE AWARD OF BID AND THE EXECUTION OF A CONTRACT FOR THE INSTALLATION OF A CENTRIFUGE CONTROL SYSTEM UPGRADES MOTOR CONTROL CENTER AT THE MAIN WASTEWATER TREATMENT PLANT (WWTP) WITH ANDRITZ SEPARATION, INC., OF ARLINGTON, TEXAS, IN AN AMOUNT NOT TO EXCEED $429,081.00. FUNDS ARE AVAILABLE IN UTILITY OPERATIONS ACCOUNT NO. 428-1625-532.83-00, PROJECT NO. 428000. WHEREAS, the Wastewater Treatment Division is in need of Centrifuge Control System Upgrades Motor Control Center at the Main Wastewater Treatment Plant due to the age and condition of the existing equipment; and, WHEREAS, the Utility Operations Department, and the Purchasing Division have solicited bids for this project; and, WHEREAS, the bids have been evaluated by the Utility Operations Department and Purchasing, with no Port Arthur vendors bidding (Bid Tabulation attached as Exhibit "A"); and, WHEREAS, Andritz Separation, Inc., of Arlington, Texas, has submitted the lowest responsive bid for this work; NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT, the City Manager of the City of Port Arthur is hereby authorized and directed to execute, on behalf of the City of Port Arthur, a contract between the City of Port Arthur and Andritz Separation, Inc., of Arlington, Texas, in an amount not to exceed $429,081 .00, in substantially the same form as attached hereto as Exhibit "B"; and, THAT, this project will be funded by the Utility Operations Budget, 428-1625- 532.83-00; and, THAT a copy of the caption of this resolution be spread upon the minutes of the City Council. P. R. No. 18920 03/31/15jj Page 2 READ, ADOPTED AND APPROVED THIS day of 2015 at a Regular Meeting of the City Council of the City of Port Arthur, Texas, by the following vote: AYES: Mayor Councilmembers: • NOES: Deloris Prince Mayor ATTEST: APPROVED AS TO FORM: AG► •� Sherri Bellard Va ecia Tizeno City Secretary City Attorney APPROVED FOR ADMINISTRATION: tAy. n Brian McDougal Shawna Tubbs, CPPO, CPPB City Manager Purchasing Manager Jimmie Johnson, PhD. Director of Utility Operations P. R. No. 18920 03/31/15jj Page 3 APPROVED AS TO AVAILABILITY OF FUNDS: N` -d°4 ,6/4'6" Deborah Echols, CPA Director of Finance Account No.: 428-1625-532.83-00 Exhibit "A" (Bid Tabulation) r C 0 VI w N ,- CD CDCA 5. " Il ,(.‘,,... n AD• , � 0 O 03 0 ,_, -'•- \ r' / a CCAD On : Exhibit "B" (Contract) CONTRACT FOR CENTRIFUGE CONTROL SYSTEM UPGRADES MOTOR CONTROL CENTER THIS AGREEMENT, made this day of , 2015, by and between the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called "OWNER" or "CITY", and Andritz Separation, Inc., a(n) , herein acting by and through hereinafter called "CONTRACTOR". WITNESSETH: That for and in consideration of the payment terms, conditions, and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The term of this Agreement shall be for one hundred eighty (180) calendar days from the date stated on the Notice to Proceed, unless sooner terminated under the provision hereof. The City can terminate this contract at its convenience which includes, but is not limited to, funding not being available in any budget cycle within fifteen (15) days written notice. 2. During the term of this Contract, the CONTRACTOR will furnish at his own expense all of the materials, supplies, tools, equipment, labor, and other services necessary to connection therewith, excepting those supplies specifically not required of CONTRATOR in the Specifications. 3. The CONTRACTOR agrees to perform all the work described in the Specifications and Contract Documents and comply with the terms therein for the prices as stated in the attached bid. 4. The term "Contract Documents" means and includes the following: (A) Agreement (B) Invitation to Bid (C) General Information (D) Specifications (E) Bid (F) Bidder's Information Sheet (G) Notice to Proceed 5. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. s.pr18920 contract 6. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in two (2) copies, each of which shall be deemed an original on the date first written above. OWNER: CONTRACTOR: CITY OF PORT ARTHUR ANDRITZ SEPARATION, INC. BY: BY: Brian McDougal Print Name: City Manager Title: s.pr18920_contract DELORIS"BOBBIE"PRINCE,MAI _ _ BRIAN MCDOUGAL DERRICK FREEMAN,MAYOR PRO TEM J CITY MANAGER COUNCIL MEMBERS: City of �\ SHERRI BELLARD,TRMC RAYMOND SCOTT,JR. !:. CITY SECRETARY TIFFANY HAMILTON MORRIS ALBRIGHT n r t r t h u VAL TIZENO STEPHEN A.MOSELYCITY ATTORNEY WILLIE"BAE"LEWIS,JR. Texas ROBERT E.WILLIAMSON KAPRINA RICHARDSON FRANK FEBRUARY 9, 2015 INVITATION TO BID CENTRIFUGE CONTROL SYSTEM UPGRADE DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, February 25, 2015. (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, February 25, 2015 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE: P15-037 DELIVERY ADDRESS: Please submit one(1) original and one(1) copy of your bid to: CITY OF PORT ARTHUR CITY OF PORT ARTHUR CITY SECRETARY or CITY SECRETARY P.O. BOX 1089 444 4TH STREET, 4th Floor PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640 POINTS OF CONTACT: Questions concerning the Invitation to Bid or Scope of Work should be directed in writinj'to: City of Port Arthur, TX Shawna Tubbs, Purchasing Manager P.O. Box 1089 Port Arthur, TX 77641 shawna.tubbs@portarthurtx.gov Purchasing Division/Finance Dept 1 Shawna Tubbs,CPPO,CPPB,Purchasing Manager P.O.Box 10891444 4th Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291 www.portarthur.net The enclosed Invitation to Bid (ITB) and accompanying General Instructions, Conditions and Specifications are for your convenience in submitting bids for the enclosed referenced services for the City of Port Arthur. Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be placed in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of the envelope. ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed ITB submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted. Shawna Tubbs, CPPO, CPPB Purchasing Manager Page 2 of 25 INVITATION TO BID CENTRIFUGE CONTROL SYSTEM UPGRADE (To be Completed ONLY IF YOU DO NOT BID) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request. In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. NO BID is submitted: this time only not this commodity/service only Yes No Does your company provide this product or services? Were the specifications clear? Were the specifications too restrictive? Does the City pay its bills on time? Do you desire to remain on the bid list for this product or service? Does your present work load permit additional work? Comments/Other Suggestions: Company Name: Person Completing Form: Telephone: Mailing Address: Email: City, State, Zip Code: Date: Page 3 of 25 City of Port Arthur Specifications Centrifuge Control System Upgrade • Water Treatment Plant—two systems • Main Waste Water Treatment Plant—two systems • Port Acres Waste Water Treatment Plant—one system This request for bid is to upgrade and replace the five dewatering centrifuge units control systems The specification is separated in two parts. Section 1.00.1 - 3.04.1 Water Treatment Plant Section 1.00.2 - 3.04.2 Main WWTP and Port Acres WWTP Page 4 of 25 Centrifuge Upgrade— Port Arthur, TX-Water Treatment Plant, 2 —Alfa DS706 PART 1.00.1 GENERAL The operation of the existing two DS706 centrifuges is below Port Arthur expectation and performance standards and the intent of this specification is to upgrade the existing units automation and control to provide better performance, and reduced maintenance and down time. 1.01.1 DESCRIPTION A. The purpose of this project is to upgrade two (2) DS706 Centrifuge control panels; back drive motor and motor mount system. Provide on-site personnel for modification, functional testing, start-up, and operator/maintenance training. This project shall be turnkey including removal of old components and installation of new components. The work shall be provided by a Centrifuge manufacturer currently supplying new centrifuge machines and is experienced in upgrading existing centrifuge systems. B. The centrifuge machine shall be modified and fitted with a new back drive motor,motor mount stand and modified belt guard. In addition, the motor shall be replaced with a 100 HP inverter rated AC motor. The existing main drive motor shall be utilized and wiring configured to operate from existing VFD source. C. The centrifuge control panel shall be modified on-site and shall be upgraded with the following major components Backdrive VFD system with DC buss share for power regeneration connected with main drive VFD, new PLC system, and Operator Interface Terminal. The existing Wye-Delta starter, DC back drive controller, PLC system, door mounted indicators and controllers will be removed and discarded per design drawings and instructions provided by Centrifuge manufacture. D. If additional components are found to be inoperative or if additional components or programming not listed in this specification are required, it shall be reported to the customer, and if additional cost for time and material is agreed, the additional work will be included and the cost will be added to the contract. E. The work required for this project will be done by a Centrifuge OEM, who shall provide subcontractors for the on-site mechanical and electrical modifications and installation, and coordinate the removal, installation,modification, programming, testing, and start-up of the upgraded centrifuges. Page 5 of 25 • 1.02.1 REFERENCES The design,manufacture, and installation of this equipment shall meet or exceed the applicable provisions and recommendations of the following codes and standards authorities. A. AGMA, American Gear Manufacturers Association. B. ASME, American Society of Mechanical Engineers. C. ASTM, American Society of Testing and Materials. D. ANSI, American National Standards Institute. E. IEEE, Institute of Electrical and Electronics Engineers. F. NEC,National Electrical Code. G. OSHA, Occupational Safety and Health Act. 1.03.1 QUALITY ASSURANCE A. Bidder Qualifications: 1. Bidder must be centrifuge Original Equipment Manufacturer(OEM) and currently engaged in the design and supply of centrifuges and centrifuge control systems. Confirm this requirement is met with bid submittal. 2. Provide references with bid of at least three (3) similar projects completed during the last five (5) years. Include information on the machine type, project description, customer name, and customer contact phone number. 3. Bidder must possess Alfa Laval Sharples Centrifuge Factory Training Certification for centrifuges being upgraded. Include copy with bid. 4. Centrifuge OEM's facility must be within four hundred (400) miles of the Port Arthur, TX facilities. 5. Bidder must have more than fifteen (15) years of experience supplying centrifuge controls and control system upgrades. B. Workmanship and Design: 1. All parts of the equipment provided are to be designed and manufactured for long, continuous and uninterrupted service. All materials used to be of best quality and entirely suitable for service required. 2. Modifications to the existing control panels shall be made for easy adjustment or replacement of all serviceable parts. A minimum clearance is required for proper maintenance. 3. Electrical work inside the control panels shall be completed by a qualified Electrical Technician following all trade codes and standards previously listed and per local code requirements. Page 6 of 25 • C. Sub-contractor Services a. Electrical sub-contractor shall be provided to furnish qualified, licensed electricians for the removal of obsolete components and installation and wiring of new components within the existing control panel. Provide for disconnection of DC back drive motor and installation and wiring of new AC backdrive motor including new wire pulled in existing conduit for motor power. All work to be performed per centrifuge manufacturer's engineering documentation and instructions. The electrical sub- contractor shall supply tools, wire, wire markers, and all miscellaneous hardware for complete installation. b. Mechanical sub-contractor shall be provided to furnish qualified technician for the modification of the existing backdrive motor mount, motor,belt guard and installation of new components and on-site welding if required. All work to be performed per centrifuge manufacturer's engineering documentation and instructions. The mechanical sub-contractor shall supply all tools, welding equipment and miscellaneous hardware for complete installation. 1.04.1 SUBMITTALS A. Shop drawings, catalog cut sheets, and other materials required to completely describe and specify system, and equipment shall be submitted to the customer for review. These shall include: 1. Revised Control Panel Layout Drawings 2. Demolishing drawings of existing system 3. Revised Electrical Schematics 4. Revised BOM 5. Written Control System Description 6. Written Sequence of Operation 7. Back drive motor mount drawings B. At the completion of the project the manufacture shall supply the following"As-Built" documents and electronic files: 1. Panel Layout and Schematic Drawings 2. BOM 3. Control System Description 4. Sequence of Operation 5. PLC Program code, Annotated 6. OIT Application Program 7. Component Operation and Maintenance Information Page 7 of 25 1.05.1 DELIVERY, STORAGE, AND HANDLING A. Components will be shipped to customer site, and customer shall off load, and store in clean dry environment until commencement of work at which time parts delivered shall be turned over to Contractors Personnel on site. B. Spare Parts: N/A 1.06.1 WARRANTY A. Warranty of supplied components shall be per centrifuge manufacturer's attached terms and conditions. B. An option for extended warranty shall be provided as an adder to the proposal pricing. PART 2.00.1 PRODUCTS 2.02.1 GENERAL A. The equipment specified herein addresses modification to two (2) DS706 Centrifuges to be performed by centrifuge manufacture meeting all of the detailed requirements of these specifications, without exception. B. Like items of equipment shall be the product of one manufacture to achieve standardization of operation, spare parts, maintenance, and manufacturer's service. 2.02.1 CONTROL SYSTEM REQUIREMENTS A. The existing control panel modification shall include the removal of the following major components: - Bowl motor Wye-Delta starter(currently bypassed) - Backdrive motor DC controller - Back drive motor blower motor starter - PLC system - Door mounted operator indicators and controllers B. The existing control panel upgrade shall include the installation of the following new major components supplied by the centrifuge manufacture: - Backdrive 100HP VFD— (compatible with existing Bowl drive VFD) - DC buss share fusing with blown fuse indication - Bussmann - PLC system with Ethernet communication—AB CompactLogix - Operator Interface Terminal (OIT)—AB Panelview Plus 12", color touchscreen - Ethernet switch - DC Power supply Page 8 of 25 2.02.1 BACKDRIVE SYSTEM REQUIREMENTS A. The existing backdrive DC motor shall be disconnected and removed. Existing conduit stub ups shall be reused and unused stubs capped as required for new power feed. B. The existing motor mount, sheaves, and belt guard shall be modified to accommodate new AC motor. The motor shall be replaced and new wire properly sized and pulled through existing conduit. C. The Backdrive motor shall be 100 Hp, 460VAC, 3Ph, inverter rated, severe duty,high efficiency. The motor shall be supplied by the centrifuge manufacture and the motor manufacture used shall have supplied motors for this type of centrifuge application. 2.02.1 FUNCTIONAL REQUIREMENTS The new centrifuge drive, control, and monitoring system shall provide the following functional capabilities. A. Dual VFD's with DC buss share for backdrive power generation. Adjustable speed for main drive soft start and backdrive adjustment for setting differential speed of scroll conveyor. DC buss share circuit to have fusing and blown fuse alarm indication. B. The centrifuge shall operate in two different control modes, Differential Speed Control (Manual) or Torque Control (Auto). Differential speed control mode shall allow operator to set conveyor speed and maintain set point. Torque control mode shall allow operator to set %torque to maintain and the control system shall automatically adjust differential speed to maintain set point. C. Operator controls, monitoring, and alarms shall incorporate existing system controls along with additional operator controls as deemed necessary for the proper operation of the complete dewatering system. In addition automatic controls shall be provided for pausing, flushing and resuming feed and polymer based on warning alarm indications. D. A written centrifuge control system description and sequence of operation shall be provided by the manufacture for review and approval by the customer before modification of each centrifuge system. PART 3.00.1 EXECUTION 3.01.1 EXECUTION The centrifuge upgrade shall be one centrifuge system at a time and will allow for normal operation of other unit until the first unit is complete and satisfactory functional testing and training of new control system is complete. Page 9 of 25 A. Electrical sub-contractor shall perform all on site work per the manufacture engineering design drawings and instructions. B. Electrical sub-contractor shall provide manpower during functional testing phase to assist with any troubleshooting of wiring and installation. 3.02.1 PREPARATION (N/A) 3.03.1 ON SITE INSTALLATION APPLICATION A. Manufacturer's Representation for Installation, Start-Up, Testing, Training. 1. The manufacturer's technical representative for the equipment specified herein shall be present at the jobsite for ten(10)workdays (a workday is an eight (8) hour period on site) for the services listed below. The following services shall be provided with allocation of workdays as established by the owner with the following distribution as a guide: 2. Two (2) workdays for onsite coordination with Electrical sub-contractor. 3. Four(4) workdays per centrifuge for functional testing, start-up and training. B. Workdays shall be eight (8)hour days, Monday through Friday. 3.04.1 FIELD TESTS A. FUNCTIONAL TEST Functional testing shall be performed for each centrifuge control system installed. Prior to system start-up, system components shall be inspected for proper alignment, proper connection, and satisfactory operation. The manufacturer's representative shall inspect installation of new components, check for minor adjustments, provide certification that the control system components have been installed correctly and are ready for operation. Page 10 of 25 Centrifuge Upgrade—Port Arthur, TX, Main WWTP, 2—Alfa 305's & rort Acres, 1 —Alfa 305 PART 1.00.2 GENERAL The back drives and control systems of the existing three (3) Alfa 305 centrifuges at the Main WWTP and Port Acres WWTP are inoperative and are in need of upgrading, improvements, and replacement. The intent of this specification is to obtain the services of a qualified Centrifuge Supplier regularly engaged in the supply of centrifuge drives and control systems to upgrade the backdrive system and replace the existing control panels for each unit and bring centrifuges back to operating state. 1.01.2 DESCRIPTION A. The purpose of this project is to replace three (3) Alfa 305 Control Panels, back drive motor and motor mount system. Provide on-site personnel for modification, removal and installation, functional testing, start-up, and operator/maintenance training. This project shall be turn key including removal of old components, control panels and installation of new Centrifuge Control Panels (CCP's) and backdrive components. The work shall be provided by a Centrifuge manufacture currently supplying new centrifuge machines and control systems and is experienced in upgrading existing centrifuge systems, and is familiar with the sludge dewatering process. B. Each centrifuge shall be modified and fitted with a new back drive motor, motor mount stand and modified belt guard. The new motor shall be properly sized to provide the required speed and torque range required to meet the centrifuge operating capacity. Each new motor shall be an AC inverter duty rated motor. The existing main drive motor shall be utilized. C. The existing centrifuge control panels shall be disconnected, removed and replaced with new CCP for each unit. Each CCP shall be a UL508A listed assembly and shall contain the following major components; main power disconnect,bowl drive motor starter Backdrive VFD system with power regeneration, PLC system, color touchscreen Operator Interface Terminal (OIT), and required switches, power supplies, relays, fuses, and terminals. D. Contractor shall be provided for the site work to make listed modifications and electrical work required to remove obsolete components, conduit and wiring and install new control panels, motors, conduit and wiring as required per the developed design drawings and instructions. E. The work required for this project shall be done by a Centrifuge OEM, who shall provide and coordinate the subcontractors for the on-site mechanical and electrical modifications and installation. The Centrifuge OEM shall provide the engineering design, programming, functional testing, and start-up of each upgraded centrifuge control system. 1.02.2 REFERENCES The design, manufacture, and installation of this equipment shall meet or exceed the applicable provisions and recommendations of the following codes and standards authorities. A. AGMA, American Gear Manufacturers Association. B. ASME, American Society of Mechanical Engineers. C. ASTM, American Society of Testing and Materials. Page 11 of 25 D. ANSI, American National Standards Institute. E. IEEE, Institute of Electrical and Electronics Engineers. F. NEC,National Electrical Code. G. OSHA, Occupational Safety and Health Act. 1.03.2 QUALITY ASSURANCE A. Bidder Qualifications: 1. Bidder must be centrifuge Original Equipment Manufacturer (OEM) and currently engaged in the design and supply of centrifuges and centrifuge control systems. Confirm this requirement is met with proposal submittal. 2. Provide references with proposal of at least three (3) similar projects completed during the last five (5) years. Include information on the machine type, project description, customer name, and customer contact phone number. 3. Bidder must possess Alfa Laval Sharples Centrifuge Factory Training Certification for centrifuges being upgraded. Include copy with proposal. 4. Centrifuge OEM's facility must be within four hundred (400)miles of the Port Arthur, TX facilities. 5. Bidder must have more than fifteen (15) years of experience supplying centrifuge controls and control system upgrades. B. Workmanship and Design: 1. All parts of the equipment provided are to be designed and manufactured for long, continuous and uninterrupted service. All materials used to be of best quality and entirely suitable for service required. 2. Modifications to the existing control panels shall be made for easy adjustment or replacement of all serviceable parts. A minimum clearance is required for proper maintenance. 3. Electrical work shall be completed by a qualified Electrical Contractor following all trade codes and standards previously listed and per local code requirements. C. Sub-contractor Services a. Electrical sub-contractor shall be provided to furnish qualified, licensed electricians for the removal of obsolete components and installation and wiring of new components. Provide for disconnection of DC back drive motor and installation and wiring of new AC backdrive motor including new wire pulled in existing conduit for motor power. All work to be performed per centrifuge manufacturer's engineering documentation and instructions. The electrical sub- contractor shall supply tools, wire, wire markers, and all miscellaneous hardware for complete installation. b. Mechanical sub-contractor shall be provided to furnish qualified technician for the modification of the existing backdrive motor mount, motor,belt guard and installation of new components and on-site welding if required. All work to be performed per centrifuge manufacturer's engineering Page 12 of 25 documentation and instructions. The mechanical sub-contracwr shall supply all tools, welding equipment and miscellaneous hardware for complete installation. 1.04.2 SUBMITTALS A. Shop drawings, catalog cut sheets, and other materials required to completely describe and specify system, and equipment shall be submitted to the customer for review. These shall include: 1. Control panel layout and dimensional drawings 2. Demolishing drawings of existing system 3. Revised electrical schematics 4. Revised BOM 5. Written Control System Description 6. Written Sequence of Operation 7. Back drive motor mount drawings B. At the completion of the project the manufacture shall supply the following"As-Built" documents and electronic files: 1. Control panel layout and schematic drawings 2. BOM 3. Control System Description 4. Sequence of Operation 5. PLC Program code, annotated 6. OIT Application Program 7. Component Operation and Maintenance Information 1.05.2 DELIVERY, STORAGE, AND HANDLING A. Components will be shipped to customer site, and customer shall off load, and store in clean dry environment until commencement of work at which time parts delivered shall be turned over to Contractors Personnel on site. B. Spare Parts: N/A 1.06.2 WARRANTY A. Warranty of supplied components shall be a minimum of one year from delivery to customer site. B. An option for extended warranty shall be provided as an option to the proposal pricing. PART 2.00.2 PRODUCTS Page 13 of 25 2.02.2 GENERAL A. The equipment specified herein addresses modification for three (3) Alfa 305 Centrifuges to be performed by centrifuge manufacture meeting all of the detailed requirements of these specifications, without exception. B. Like items of equipment shall be the product of one manufacture to achieve standardization of operation, spare parts, maintenance, and manufacturer's service. 2.03.2 CONTROL SYSTEM REQUIREMENTS The centrifuge control panel shall be a NEMA 12 stainless steel freestanding enclosure. The panel shall include a through the door operated main disconnect that can be locked in the off position. Main power components shall consist of motor starter with short-circuit and overload protection for bowl drive motor, and VFD with regenerative capabilities for the scroll drive motor. The panel shall operate from a 480V AC, 3 phase, 60 Hz service and shall also include a control power transformer for auxiliary components. Main control components shall consist of: programmable logic controller, control relays, and terminal points for interconnection with ancillary equipment. Door mounted components shall consist of NEMA 4X illuminated selector switch, mushroom head maintained emergency stop, and NEMA 4X color touch screen operator interface terminal (OIT). OIT control functions on front of control panel shall, as a minimum, include: 1. Start/Stop, on/off controls of *System Control Power Auto Sequence Clean in place Sequence Centrifuge Drives Wash water Solenoid Valve Alarm Control * System Control Power and Emergency Stop will be hardwired pushbuttons. 2. OIT status indication for: System Control Power "On" Auto Start "Starting in Auto" Auto Stop "Stopping in Auto" CIP (Clean in Place) "Running in CIP" Centrifuge "Running" Wash water Solenoid "Open" Ready for Feed "Ready" Alarms Emergency Stop "Fault" Bowl Motor Overload "Fault" Bowl Drive Motor Temperature "Fault" Back Drive VFD "Fault" Back Drive Motor Temperature "Fault" Back Drive High Torque "Fault" Back Drive High-High Torque "Fault" Page 14 of 25 High Vibration "Fault" High-High Vibration "Fault" Low Relative Speed "Fault" 3. OIT Digital Speed, Flow Indication of: Bowl Speed "RPM" Back Drive Speed "RPM" Back Drive Torque "Percent" Differential Speed "RPM" Vibration "In/Sec" 4. OIT Speed Control for: Back Drive Differential Speed (PI Manual) Back Drive Torque (PI Auto) 2.04.2 BACKDRIVE SYSTEM REQUIREMENTS A. The existing backdrive eddy current motor shall be disconnected and removed. Existing conduit stub ups shall be reused and unused stubs capped as required for new power feed. B. The existing motor mount, sheaves, and belt guard shall be modified to accommodate new AC motor. The motor shall be replaced and new wire properly sized and pulled through existing conduit. C. The backdrive motor shall be 20 HP, 460VAC, 3Ph, inverter rated, severe duty, high efficiency. The motor shall be supplied by the centrifuge manufacture and the motor manufacture used shall have supplied motors for this type of centrifuge application. 2.05.2 FUNCTIONAL REQUIREMENTS The new centrifuge drive, control, and monitoring system shall provide the following functional capabilities. A. Back drive VFD with regeneration capabilities to line. Adjustable speed for setting differential speed of scroll conveyor. B. The centrifuge shall operate in two different control modes, Differential Speed Control (Manual) or Torque Control (Auto). Differential speed control mode shall allow operator to set conveyor speed and maintain set point. Torque control mode shall allow operator to set % torque to maintain and the control system shall automatically adjust differential speed to maintain set point. C. Operator controls, monitoring, and alarms shall incorporate existing system controls along with additional operator controls as deemed necessary for the proper operation of the complete dewatering system. In addition automatic controls shall be provided for pausing, flushing and resuming feed and polymer based on warning alarm indications. D. A written centrifuge control system description and sequence of operation shall be provided by the manufacture for review and approval by the customer before modification of each centrifuge system. Page 15 of 25 PART 3.00.2 EXECUTION 3.01.2 EXECUTION The centrifuge control system upgrade shall be one centrifuge unit at a time and the second unit will not commence until satisfactory functional testing and training of new control system is complete. A. Electrical sub-contractor shall perform all on site work per the manufacture engineering design drawings and instructions. B. Electrical sub-contractor shall provide manpower during functional testing phase to assist with any troubleshooting of wiring and installation. 3.02.2 PREPARATION (N/A) 3.03.2 ON SITE INSTALLATION APPLICATION A. Manufacturer's Representation for Installation, Start-Up, Testing, Training 1. The manufacturer's technical representative for the equipment specified herein shall be present at the jobsite for ten (10) workdays for the services listed below. The following services shall be provided with allocation of workdays as established by the owner with the following distribution as a guide: 2. Two (2) workdays for onsite coordination with Electrical sub-contractor. 3. Four(4) workdays per centrifuge for functional testing, start-up and training B. Workdays shall be eight (8) hour days, Monday through Friday. 3.04.2 FIELD TESTS A. FUNCTIONAL TEST Functional testing shall be performed for each centrifuge control system installed. Prior to system start-up, system components shall be inspected for proper alignment,proper connection, and satisfactory operation. The manufacturer's representative shall inspect installation of new components, check for minor adjustments, provide certification that the control system components have been installed correctly and are ready for operation. Page 16 of 25 CITY OF PORT ARTHUR,TEXAS BID SHEET BID FOR: Centrifuge Control System Upgrade BID DUE DATE: February 25,2015 DS 706 ALFA 305 QUANTITY 2 3 TOTAL COST TO REPAIR 199, 898 . 00 $ 229, 183 . 00 CALENDAR DAYS TO COMPLETE 90-180 /DAYS 90-180 /DAYS WARRANTY TERM 12 /MONTHS 12/MONTHS EXTENDED WARRANTY COST $ 5, 967 . 00 $ 6, 876 . 00 EXTENDED WARRANTY TERM 12 /MONTHS 12 /MONTHS Andritz Separation Inc. 1010 Commercial Blvd. S COMPANY NAME STREET ADDRESS ✓ // f //N.° i(4YURE OF IDDER P.O.BOX Jeff Congleton Arlington, TX 76001 PRINT OR TYPE NAME CITY STATE ZIP Service Automation Product Specialist 817-465-5611 TITLE AREA CODE TELEPHONE NO Jeff .congleton@andritz.com 817-419-1953 EMAIL FAX NO. Page 17 of 25 NON-COLLUSION AFFIDAVIT CITY OF PORT ARTHUR § STATE OF TEXAS By the signature below, the signatory for the bidder certifies that neither he nor the firm, corporation, partnership or institution represented by the signatory or anyone acting for the firm bidding this project has violated the antitrust laws of this State, codified at Section 15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the bid made to any competitor or any other person engaged in the same line of business, nor has the signatory or anyone acting for the firm, corporation or institution submitting a bid committed any other act of collusion related to the development and submission of this bid proposal. Signature: Printed Name: Steve Huff Title: Executive Vice President Company: ANDRITZ Separation, Inc Date: 02/24/2015 ve SUBSCRIBED and sworn to before me the undersigned authority by the V/� of, finiDR ren behalf of said bidder. No Pub i nd for the 443 MARY J LYNCH State of Texas I My Commission Expires Much 20.2018 .41t, My commission expires: Ilyvi.t•i ,?p,aoir Page 18 of 25 AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigneduoffers and agrees to one of the following: ✓ I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. ANDRITZ Separation, Inc 2/24/2015 Firm NameDate �' Executive Vice President Authorked Signature Title Steve Huff 817-419-1761 Name(please print) Telephone Steve.Huff@andritz .com Email STATE: / -)c. s COUNTY: 7—.9rr, -- SUBSCRIBED AND SWORN to before me by the above named .5' e of ,yu f c on this the c?SfiA day of /e,6r mrr , 20/5 . (b(lczAs oer-60% Notary Publ RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL �t�FY pl, iviii MARY J LYNCH ''- My Commission Expires la..,, March 20, 2018 Page 19 of 25 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For Vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491,80th Leg.,Regular Session. This questionnaire is being filed in accordance with Chapter 176,Local Government Code by a person who has a business relationship as defined by Section 176.001 (1-a)with a local governmental entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed.See Section 176.006,Local Government Code. A person commits an offense if the person knowingly violates Section 176.006,Local Government Code.An offense under this section is a Class C misdemeanor. 1.Name of person who has a business relationship with local governmental entity. 2. Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3.Name of a local government officer with whom filer has employment or business relationship. Name of Officer This section(item 3 including subparts A,B,C,&D)must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001 (1-a),Local Government Code.Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income,other than investment income,from the filer of the questionnaire? Yes No B. Is the filer of the questionnaire receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government Officer serves as an officer or director,or holds an ownership of 10 percent or more? Yes No D. Describe each employment or business relationship with the local government officer named in this section. 4. NOT APPLICABLE TO ANDRITZ Signature of person doing business with the governmental entity Date Page 20 of 25 GENERAL INFORMATION: NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor furnish the City of Port Arthur the required information specified in Bid or Proposal Specifications listed in this Bid Package. All bids meeting the intent of this request for bid will be considered for award. BIDDERS TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS, SHALL STATE THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The absence of such a list shall indicate that the bidder has not taken exceptions and the City shall hold the bidder responsible to perform in strict accordance with the specifications of the invitation. The City reserves the right to accept any and all or none of the exception(s)/substitutions(s) deemed to be in the best interest of the City of Port Arthur. ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineations, alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance with these specifications. The award shall be made to the responsive, responsible bidder who submits the best value bid. The City reserves the right to: 1. Reject any and all bids and to make no award if it deems such action to be in its best interest. 2. Award bids on the lump sum or unit price basis, whichever is in the best interest of the City. 3. Reject any or all bids and to waive informalities or defects in bids or to accept such bids as it shall deem to be in the best interests of the City. 4. Award bids to bidders whose principal place of business is in the City of Port Arthur and whose bid is within 5% of the lowest bid price, as provided by Section 271.905 of the Texas Government Code. TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and Proposal" shall be equivalent. Bidders are cautioned to read the information contained in this ITB carefully and to submit a complete response to all requirements and questions as directed. CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171. ETHICS: The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Port Arthur. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: 1. Be able to comply with the required or proposed delivery schedule. 2. Have a satisfactory record of performance. 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an award. 5. Be engaged in a full time business and can assume liabilities for any performance or warranty service required. 6. The City Council shall not award a contract to a company that is in arrears in its obligations to the City. 7. No payments shall be made to any person of public monies under any contract by the City with such person until such person has paid all obligations and debts owed to the City, or has made satisfactory arrangements to pay the same. Page 21 of 25 ADDENDA: Any interpretations, corrections or changes to the ITB and Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the bidder's failure to obtain and/or properly submit any addendum. Failure to acknowledge and submit any addendum may be cause for the bid to be rejected. It is the vendor's responsibility to check for any addendums that might have been issued before bid closing date and time. PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims the City of Port Arthur as its principal place of business must have an official business address (office location and office personnel) in Port Arthur, the principal storage place or facility for the equipment shall be in Port Arthur and/or the place of domicile for the principal business owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state law. Contractors outside the City of Port Arthur are allowed to bid. PRICES: The bidder should show in the proposal both the unit price and total amount, where required, of each item listed. In the event of error or discrepancy in the mathematics,the unit price shall prevail. PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful bidder. The purchase order number must appear on all itemized invoices. INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Utility Operations, P.O. Box 1089,Port Arthur, Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601 f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the invoice. SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax; therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texas, Jefferson County. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the federal, state and local governments relating to performance of work herein. INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to assure compliance. DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license, privilege or paying money to any-one owing delinquent taxes, paving assessments or any money to the City until such debts are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this ITB. QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640 Page 22 of 25 INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by either party. CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, in accordance with the provisions of this Contract and said specifications. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. While the purpose of the specifications is to indicate minimum requirements in the way of capability, performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the option of selecting goods which may be considered more suitable for the purpose involved. In the event of conflicts between the written bid proposal and information obtained verbally, the vendor is specifically advised that the written bid proposal will prevail in the determination of the successful bidder. Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off until such time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least thirty(30) days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to termination shall apply. RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor, or any sub-contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs as a result of his fault or negligence in connection with the work performed until completion and final acceptance by the City. Page 23 of 25 SUB-CONTRACTS: The Contractor shall not execute an agreement wile any sub-contractor or permit any sub-contractor to perform any work included in this Contract until he has received from the City of Port Arthur written approval of such agreement. INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contractor shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and/or damages which may arise out of or result from operations under this contract, whether the operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, of the following types and limits 1. Standard Worker's Compensation Insurance: 2. Commercial General Liability occurrence type insurance City of Port Arthur, its officers, agents, and employees must be named as an additional insured): a. Bodily injury$500,000 single limit per occurrence or$500,000 each person/$500,000 per occurrence for contracts of$100,000 or less; or Bodily injury$1,000,000 single limit per occurrence or$500,000 each person/$1,000,000 per occurrence for contracts in excess of$100,000; and, b. Property Damage $100,000 per occurrence regardless of contract amount; and, c. Minimum aggregate policy year limit of$1,000,000 for contracts of $100,000 or less; or, Minimum aggregate policy year limit of$2,000,000 for contracts in excess of$100,000. 3. Commercial Automobile Liability Insurance (Including owned, non-owned and hired vehicles coverage's). a. Minimum combined single limit of$500,000 per occurrence, for bodily injury and property damage. b. If individual limits are provided, minimum limits are $300,000 per person, $500,000 per occurrence for bodily injury and $100,000 per occurrence for property damage. Contractor shall cause Contractor's insurance company or insurance agent to fill in all information required (including names of insurance agency, contractor and insurance companies, and policy numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to complete and make into valid certificates of insurance and pertaining to the above listed items, and before commencing any of the work and within the time otherwise specified, Contractor shall file completed certificates of insurance with the Owner. None of the provisions in said certificate of insurance should be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen (15) days prior written notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor(s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be filed with the City of Port Arthur not more than ten(10) days after execution of this Contract. Page 24 of 25 NOTICE TO PROCEED: Notwe to Proceed shall be issued within ten X10) days of the execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR. CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager available Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to contact the contractor. Page 25 of 25