uv disinfection equipment

25
NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Reads Way New Castle, DE 19720 (302) 395-5250 UV DISINFECTION EQUIPMENT Bid #22-2212 10/15/2021 Bid #22-2212 Page 1 of 25 Sealed proposals for: UV DISINFECTION EQUIPMENT, Bid #22-2212 will be received until 2:00 p.m., Wednesday, December 1, 2021 in the Purchasing Division, New Castle County Government Center, 87 Reads Way, New Castle, DE 19720 (Telephone: 302-395-5250). Minority and Women-owned Business Enterprises (MWBE) will be afforded full opportunity to submit proposals and will not be subject to discrimination on the basis of race, color, national origin, sex, religion, age, disability, or sexual orientation in the consideration of this award. INSTRUCTIONS TO BIDDERS Bid envelopes will carry a clear notation in the lower left quadrant, BID FOR UV DISINFECTION EQUIPMENT, Bid #22-2212. Any questions concerning the bid should be directed to Robin Allen, Purchasing Agent, via e-mail at [email protected]. Mandatory Bid Meeting All perspective vendors interested in bidding will need to attend a pre-bid meeting on Tuesday, November 23, 2021 at 9:00 a.m. Please RSVP to Robin Allen ([email protected]) if you plan to attend, no later than Friday, November 19, 2021. Please arrive at the MOT WWTP, 810 Old Corbit Road, Odessa, DE 19709. No bids will be accepted from any vendors that do not attend this meeting. Due to the coronavirus (COVID-19) emergency declared by the State of Delaware, New Castle County bid responses may be accepted electronically at [email protected] and the electronic receipt will serve as the official time stamp with hard copies to follow by mail, provided that the hard copy mailed shall match the electronic submission without exception. In addition, New Castle County bid openings shall be recorded and published without in person attendance (provided that bid receipts are certified by the County) and will be timely announced on bids.newcastlede.gov.

Upload: others

Post on 07-Apr-2022

5 views

Category:

Documents


0 download

TRANSCRIPT

NEW CASTLE COUNTY Purchasing Division

New Castle County Government Center

87 Reads Way

New Castle, DE 19720

(302) 395-5250

UV DISINFECTION EQUIPMENT

Bid #22-2212

10/15/2021 Bid #22-2212 Page 1 of 25

Sealed proposals for: UV DISINFECTION EQUIPMENT, Bid #22-2212

will be received until 2:00 p.m., Wednesday, December 1, 2021 in the Purchasing Division,

New Castle County Government Center, 87 Reads Way, New Castle, DE 19720 (Telephone:

302-395-5250).

Minority and Women-owned Business Enterprises (MWBE) will be afforded full opportunity to

submit proposals and will not be subject to discrimination on the basis of race, color, national

origin, sex, religion, age, disability, or sexual orientation in the consideration of this award.

INSTRUCTIONS TO BIDDERS

Bid envelopes will carry a clear notation in the lower left quadrant, “BID FOR UV

DISINFECTION EQUIPMENT, Bid #22-2212.

Any questions concerning the bid should be directed to Robin Allen, Purchasing Agent, via

e-mail at [email protected].

Mandatory Bid Meeting – All perspective vendors interested in bidding will

need to attend a pre-bid meeting on Tuesday, November 23, 2021 at 9:00 a.m.

Please RSVP to Robin Allen ([email protected]) if you plan to

attend, no later than Friday, November 19, 2021.

Please arrive at the MOT WWTP, 810 Old Corbit Road, Odessa, DE 19709.

No bids will be accepted from any vendors that do not attend this meeting.

Due to the coronavirus (COVID-19) emergency declared by the State of Delaware, New Castle

County bid responses may be accepted electronically at [email protected] and the

electronic receipt will serve as the official time stamp with hard copies to follow by mail,

provided that the hard copy mailed shall match the electronic submission without exception.

In addition, New Castle County bid openings shall be recorded and published without in person

attendance (provided that bid receipts are certified by the County) and will be timely announced

on bids.newcastlede.gov.

NEW CASTLE COUNTY Purchasing Division

New Castle County Government Center

87 Reads Way

New Castle, DE 19720

(302) 395-5250

UV DISINFECTION EQUIPMENT

Bid #22-2212

10/15/2021 Bid #22-2212 Page 2 of 25

Bidders are responsible for obtaining the bid specifications and all addendums from the

New Castle County Purchasing website at www.nccde.org/purchasing.

Fax bids will not be accepted.

New Castle County reserves the right to divide the award unless stated otherwise in the

specifications. Awards, if any, will be made by the Purchasing Division to the lowest and best

responsible bidder. The County reserves the right to reject all bids and to waive minor

irregularities.

NOTE: If required by State of Federal regulations, vendors will provide the M.S.D.S. sheets for

the above projects.

Pursuant to County Ordinance 83-172, 87-105 and Delaware State Law, no contract will be

awarded to any vendor unless before or in conjunction with the actual award of the contract to

such vendor has submitted proof satisfactory to the County or to the awarding agency, or the

designated representative of the County or the awarding agency, as the case may be, that it and

each and every subcontractor named by it in its bid, if any, will at the time it submits such proof

have valid and effective licenses required by the State and the County, and the political

subdivisions, if any, in which the project is located, and the United States government, in order

for each of them (i) to do business therein; (ii) to comply with all tax laws thereof; and (iii) to

perform the labor and/or supply the material involved in the performance of the contract.

Mailing address: Purchasing Division

New Castle County Government Center

87 Reads Way

New Castle, DE 19720

NEW CASTLE COUNTY Purchasing Division

New Castle County Government Center

87 Reads Way

New Castle, DE 19720

(302) 395-5250

UV DISINFECTION EQUIPMENT

Bid #22-2212

10/15/2021 Bid #22-2212 Page 3 of 25

PART 1 GENERAL

1.1 DESCRIPTION

A. Scope:

Furnish all materials, equipment and appurtenances required to provide an open channel, gravity

flow, low pressure high intensity ultraviolet lamp (UV) disinfection system complete with an

automatic mechanical/chemical cleaning system and variable output electronic ballasts. The UV

system to be complete and operational with all control equipment and accessories as shown and

specified herein. This system will be capable of disinfecting effluent to meet the water quality

standards listed in this section.

The ultraviolet disinfection system must be designed to be installed into the existing disinfection

structures and be fully compatible with the channel sizing, depths and outlet weirs.

B. Existing Conditions and Upgrade:

The existing UV disinfection system was installed in 2005 and is a Trojan 300+ system with a

maximum capacity of 2.5 MGD. The plant disinfection structures and channels were installed to

accommodate a future upgrade to 5.0 MGD. It is the intention of this specification to procure the

UV disinfection equipment to satisfy the upgraded conditions of 5MGD.

C. The basis of design is TrojanUV3000Plus

1.2 QUALITY ASSURANCE

A. Pre-qualification Requirements: All UV manufacturers must submit the following with their

bid to be considered for approval:

The manufacturer must be regularly engaged in the manufacture of UV systems with a proven

track record of at least two hundred (200) operating installations of the proposed UV system in

North America.

The manufacturer must provide documentation of previous experience with municipal UV

disinfection systems in wastewater applications with variable output electronic ballasts in at least

NEW CASTLE COUNTY Purchasing Division

New Castle County Government Center

87 Reads Way

New Castle, DE 19720

(302) 395-5250

UV DISINFECTION EQUIPMENT

Bid #22-2212

10/15/2021 Bid #22-2212 Page 4 of 25

10 installations of 5MGD, minimum. Installations should closely resemble that proposed and

should be of the exact model proposed.

Submittals from manufacturers must include a complete and detailed proposal of equipment

offered, including the number of lamps proposed and a detailed description of any exceptions

taken to the specification.

The manufacturer must submit a bioassay evaluation for the proposed reactor, without exception.

The bioassay will have been completed by an independent third party and have followed

protocols described in the NWRI Ultraviolet Disinfection Guidelines for Drinking Water and

Water Reuse (May 2003) and/or applicable sections of the US EPA Design Manual – Municipal

Wastewater Disinfection (EPA/625/1-86/021) using MS2 bacteriophage. The bioassay must

demonstrate that the proposed UV system design and number of lamps will deliver the specified

dose.

Independent certification of fouling factor and lamp aging factor must be submitted if values

other than the specified default values are being proposed.

Documentation of UV manufacturer's service capabilities including the closest authorized service

location to New Castle, DE.

Sample disinfection performance guarantee including scope and duration of guarantee.

All UV manufacturers must provide installation drawings and must certify that their proposed

installation requires no modification to the existing UV disinfection channels and weirs.

B. Design Criteria:

1. Provide equipment that will disinfect effluent with the following characteristics:

a) Current Filter Effluent Peak Flow: 2.5 MGD

b) Future Filter Effluent Flow: 5 MGD

c) Minimum Flow: 0 MGD

d) Total Suspended Solids: 15 mg/L, 30-day average, composite

23 mg/L Daily max,

e) Effluent Temperature Range: 33 to 85 F (1 to 30 °C)

f) Ultraviolet Transmittance @ 253.7 nm: 65%, minimum

NEW CASTLE COUNTY Purchasing Division

New Castle County Government Center

87 Reads Way

New Castle, DE 19720

(302) 395-5250

UV DISINFECTION EQUIPMENT

Bid #22-2212

10/15/2021 Bid #22-2212 Page 5 of 25

g) Maximum Mean Particle Size: 30 microns

h) Effluent standards to be achieved: 200 fecal coliforms/100 ml based on

a 30-day geomean of grab samples for the effluent standard as specified in

a) through g). Effluent standards will be guaranteed regardless of influent

count to UV system.

2. The UV system is to be installed in 2 open channels having the following

dimensions:

a) Length: 35 ft

b) Width: 16 in

c) Depth: 42 in

3. The effluent depth in the channel will be 24 in.

4. System configuration:

a) The UV system must fit within the UV channels as stated without

modification.

b) The UV system configuration will be as follows:

• Number of Channels: 2

• Number of Banks per Channel: 1

• Number of UV Modules per Bank: 4

• Number of Lamps per UV Module: 6

• Total Number of Lamps in the UV System: 48

• Number of System Controllers: 1

• Number of UV Detection Systems: 2

• Number of Power Distribution Centers: 2

• Number of Level Controllers: Reuse Existing Weirs

5. System must be designed for identical equipment in each of the two channels.

The design must accommodate the sequence to install, start up and obtain full

NEW CASTLE COUNTY Purchasing Division

New Castle County Government Center

87 Reads Way

New Castle, DE 19720

(302) 395-5250

UV DISINFECTION EQUIPMENT

Bid #22-2212

10/15/2021 Bid #22-2212 Page 6 of 25

performance of one channel before the second is taken out of service. I.E. one

channel shall remain in operation at all times.

C. Performance Requirements:

1. The ultraviolet disinfection system will produce an effluent conforming to the

following discharge permit: 200 fecal coliforms/100 ml based on a 30-day

geomean of grab samples. Grab samples will be taken in accordance with the

Microbiology Sampling Techniques found in Standard Methods for the

Examination of Water and Wastewater, 19th Ed.

2. Provide a UV disinfection system complete with UV Banks, System Control

Center, Power Distribution Centers and Support Racks as shown on the contract

drawings (attached) and as herein specified.

3. The UV system will be designed to deliver a minimum UV dose of >28,000

Ws/cm2 at peak flow, in effluent with a UV Transmission of 65% at end of

lamp life (EOLL) after reductions for quartz sleeve fouling. The basis for

evaluating the UV dose delivered by the UV system will be the independent

third-party bioassay using MS2 bacteriophage, without exception. Bioassay

validation methodology to follow protocols described in NWRI Ultraviolet

Disinfection Guidelines for Drinking Water and Water Reuse (May 2003)

and/or applicable sections of the US EPA Design Manual – Municipal

Wastewater Disinfection (EPA/625/1-86/021) using MS2 bacteriophage.

4. The UV Dose will be adjusted using an end of lamp life factor of 0.5 to

compensate for lamp output reduction over the time period corresponding to the

manufacturer’s lamp warranty. The use of a higher lamp aging factor will be

considered only upon review and approval of independent third party verified

data that has been collected and analysed in accordance with protocols

described in NWRI Ultraviolet Disinfection Guidelines for Drinking Water and

Water Reuse (May 2003).

5. The UV Dose will be adjusted using a quartz sleeve fouling factor of 0.8 when

sizing the UV system in order to compensate for attenuation of the minimum

NEW CASTLE COUNTY Purchasing Division

New Castle County Government Center

87 Reads Way

New Castle, DE 19720

(302) 395-5250

UV DISINFECTION EQUIPMENT

Bid #22-2212

10/15/2021 Bid #22-2212 Page 7 of 25

dose due to sleeve fouling during operation. The use of a higher quartz sleeve

fouling factor will be considered only upon review and approval of

independently verified data that has been collected and analysed in accordance

with protocols described in NWRI Ultraviolet Disinfection Guidelines for

Drinking Water and Water Reuse (May 2003).

6. Independent Validation for use of higher factors (lamp aging and sleeve

fouling) must be submitted with the bid.

7. The system will be able to continue providing disinfection while replacing UV

lamps, quartz sleeves, ballasts and while cleaning the UV lamp sleeves.

1.3 SUBMITTALS

A. Submit for review

1. Line by line response to Section 1.2 Quality Assurance requirements.

B. Submit for review, shop drawings showing the following:

1. Complete description in sufficient detail to permit an item comparison with the

specification.

2. Dimensions and installation requirements.

3. Detailed installation drawings and instructions specific to the existing channels.

4. Descriptive information including catalogue cuts and manufacturers'

specifications for major components.

5. Electrical schematics and layouts, specific to the site conditions.

6. Hydraulic calculations demonstrating compliance with the required hydraulic

characteristics.

7. Independent bioassay validation and dosage calculations demonstrating

compliance with the specified dose requirements.

8. Disinfection performance guarantee.

NEW CASTLE COUNTY Purchasing Division

New Castle County Government Center

87 Reads Way

New Castle, DE 19720

(302) 395-5250

UV DISINFECTION EQUIPMENT

Bid #22-2212

10/15/2021 Bid #22-2212 Page 8 of 25

1.4 GUARANTEE

A. Equipment:

The equipment furnished under this section will be free of defects in material and

workmanship, including damages that may be incurred during shipping for a period

of 24 months from date of start-up.

B. UV Lamps:

The UV lamps to be warranted for a minimum of 12,000 hours when operated in

automatic mode, prorated after 9,000 hours. On/off cycles are limited to four (4)

per day.

C. Ballasts to be warranted for 5 years, prorated after 1 year.

1.5 REFERENCE DRAWINGS

A. The following drawings of the existing installation are provided for information,

only. It is the bidders’ responsibility to verify all dimensions to insure complete

compatibility with the existing installation, channels, weirs, etc.

1. Structural S-5 Filter Building Foundation Plan

2. Mechanical M-8 Filter Building Plan View

3. Mechanical M-13 Filter Building UV Disinfection System Plan

4. Mechanical M-14 Filter Building UV Disinfection System Sections

5. Electrical E-3 Filter Building Plan

B. The UV disinfection channels at the wastewater treatment plant have limited

opportunity for modification of layout. The bidder is responsible to verify that their

product will fit into the existing space without disruption of any other feature in the

building. All modifications required to accommodate the installation of the UV

system shall be clearly identified at time of bid. The County reserves the right to

reject any bid which requires modifications to the existing channels, weirs and

structures.

NEW CASTLE COUNTY Purchasing Division

New Castle County Government Center

87 Reads Way

New Castle, DE 19720

(302) 395-5250

UV DISINFECTION EQUIPMENT

Bid #22-2212

10/15/2021 Bid #22-2212 Page 9 of 25

C. All bidders are required to inspect the site for the UV installation. The site is

available for inspection and can be arranged through Regis Yurcich at (302) 395-

5704.

2.0 PRODUCTS

2.1 MANUFACTURER

A. The physical layout of the existing structures shown on the reference drawings. The

equipment specified herein are based upon the UV3000PlusTM System, as

manufactured by Trojan Technologies, London, Ontario, Canada.

B. If other equipment is proposed, the bidder must demonstrate that all requirements

of materials, performance, and workmanship have been met or exceeded by the

equipment proposed. Bidders proposing alternate manufacturers will be responsible

for all costs associated with system evaluation and redesign including all electrical,

mechanical and civil aspects of the installation. UV manufacturers using panel-

mounted electronic ballasts shall be located in NEMA 4X stainless steel, air-

conditioned cabinets. For UV manufacturers using compressed air-powered quartz

sleeve wiping systems, the bidder shall be responsible to provide an ASME receiver

tank with duplex compressions mounted on the receiver tank, as well as air

compressor control panel and air dryer. Receiver tank shall include solenoid-type,

automatic condensate blow-down valves.

2.2 DESIGN, CONSTRUCTION AND MATERIALS

A. General:

1. All module welded metal components and hardware in contact with effluent

will be Type 316 stainless steel.

2. All metal components above the effluent will be Type 304 stainless steel with

the exception of the ballast enclosure, which is constructed of anodised

aluminium.

3. All wiring exposed to UV light will be TeflonTM coated.

NEW CASTLE COUNTY Purchasing Division

New Castle County Government Center

87 Reads Way

New Castle, DE 19720

(302) 395-5250

UV DISINFECTION EQUIPMENT

Bid #22-2212

10/15/2021 Bid #22-2212 Page 10 of 25

4. All wires connecting the lamps to the ballasts will be enclosed inside the frame

of the UV Module and not exposed to the effluent. All wires that are exposed

to the effluent will be warranted for 15 years and will be TeflonTM coated to

prevent degradation under constant exposure to UV light.

B. Lamp Array Configuration:

1. The lamp array configuration will be the uniform array with all lamps parallel

to each other and to the flow.

2. The system will be designed for complete immersion of the UV lamps including

both electrodes and the full length of the lamp tube in the effluent.

C. UV Module:

1. Each UV module will consist of UV lamps with an electronic ballast enclosure

mounted on a Type 316 stainless steel frame. Ballasts housed in a separate

enclosure located external to the channel must be equipped with a suitable air

conditioning system, supplied by the UV manufacturer, to maintain internal

enclosure temperatures below 80F (26°C). Forced air ventilation will be

allowed.

2. Each lamp will be enclosed in its individual quartz sleeve, one end of which

will be closed, and the other end sealed by a lamp end seal. Lamp quartz sleeves

that are open at both ends will be supplied with twice the amount of specified

spare seals and lamps.

3. The closed end of the quartz sleeve will be held in place by means of a retaining

O-ring. The quartz sleeve will not come in contact with any steel in the frame.

4. The ends of the lamp sleeve will not protrude beyond the stainless steel frame

of the UV Module.

5. Lamp wires will terminate in the electronic ballast enclosure located at the top

of the UV Module.

6. All lamp to ballast connections will be made by and tested by the UV

Manufacturer.

NEW CASTLE COUNTY Purchasing Division

New Castle County Government Center

87 Reads Way

New Castle, DE 19720

(302) 395-5250

UV DISINFECTION EQUIPMENT

Bid #22-2212

10/15/2021 Bid #22-2212 Page 11 of 25

7. The electronic ballast enclosure will contain the electronic ballasts and

addressable lamp status monitoring systems.

8. Each UV Module will be connected to a receptacle on the Power Distribution

Center.

9. At the point of exit from the UV Module frame the multi conductor cable will

pass through a waterproof strain relief.

10. Each UV module will have a rating of Type 6P.

D. UV Lamps:

1. Lamps will be high intensity low pressure amalgam design. The lamp will be

preheated to promote longevity. Lamps that are not amalgam or that are based

on driving a low-pressure lamp at amperages greater than 500 milliamps will

not be allowed.

2. The filament will be of the clamped design, significantly rugged to withstand

shock and vibration.

3. Electrical connections will be at one end of the lamp and have four pins,

dielectrically tested for 2,000 Vrms. Lamps that do not have 4 pins will be

considered instant start. Instant start lamp systems will supply replacement

spare lamps equal to 50% of the total number of lamps in the system.

4. Lamps will be operated by electronic ballasts with variable output settings.

E. Lamp End Seal and Lamp Holder:

1. The open end of the lamp sleeve will be sealed by means of a sleeve nut

which threads onto a sleeve cup and compresses the sleeve O-ring.

2. The sleeve nut will have a knurled surface to allow a handgrip for tightening.

The sleeve nut will not require any tools for removal.

3. The lamp will be held in place by means of a molded lamp holder that will

incorporate two seals. The lamp holder will incorporate a double seal against

the inside of the quartz sleeve to act in series with the external O-ring seal.

NEW CASTLE COUNTY Purchasing Division

New Castle County Government Center

87 Reads Way

New Castle, DE 19720

(302) 395-5250

UV DISINFECTION EQUIPMENT

Bid #22-2212

10/15/2021 Bid #22-2212 Page 12 of 25

4. The second seal on the lamp holder will isolate and seal the lamp from the

module frame and all other lamps in the module.

5. In the event of a quartz sleeve fracture the two seals of the lamp holder will

prevent moisture from entering the lamp module frame and the electrical

connections to the other lamps in the module.

6. The lamp holder will also incorporate a UV resistant PVC molded stop that will

prevent the lamp sleeve from touching the steel sleeve cup.

F. UV Lamp Quartz Sleeves:

1. Type 214 clear fused quartz circular tubing as manufactured by General Electric

or equal.

2. Lamp sleeves will be domed at one end.

3. The nominal wall thickness will be 1.5 mm.

G. UV Module Support Rack:

1. The UV module support rack will be minimum Type 304 stainless steel and be

mounted above the effluent in the channel allowing adjustment to the precise

height of the channel.

H. Effluent Level Controller:

1. Level Control Weir (re-use existing weirs)

a) Located at the discharge end of the UV channel.

b) Designed to maintain a minimum channel effluent level as required to keep

lamps submerged.

I. Low Water Level Sensor:

1. One low water level sensor will be provided by the UV Manufacturer per UV

channel.

2. During manual, automatic and remote modes of system operation, the water

level sensor will ensure that lamps extinguish automatically if the water level

in the channel drops below an acceptable level.

NEW CASTLE COUNTY Purchasing Division

New Castle County Government Center

87 Reads Way

New Castle, DE 19720

(302) 395-5250

UV DISINFECTION EQUIPMENT

Bid #22-2212

10/15/2021 Bid #22-2212 Page 13 of 25

3. The low water level sensor will be powered by the Power Distribution Center.

J. Electrical:

1. Each UV module within a bank will be powered from the bank’s dedicated

Power Distribution Center.

2. UV manufacturer to supply all cabling and conduit between lamps and ballasts.

3. UV manufacturer to perform all terminations between lamps and ballasts.

4. Each electronic ballast within a UV module will operate two lamps.

5. Power factor will not be less than 98% leading or lagging.

6. Electrical supply to each Power Distribution Center (PDC) will be 480Y/277

Volts, 3-phase, 4-wire (plus ground), 6.2 kVA.

7. Electrical supply to the Hydraulic System Center will be 480 Volts, 3-phase, 3-

wire with ground, 2.5kVA.

8. Electrical supply for the water level sensor will be provided by the PDC and be

12 Volt DC.

9. Electrical supply to the System Control Center will be 120 Volts, 1-phase, 2-

wire (plus ground), 1.8 kVA.

K. Power Distribution Center:

1. Power distribution will be through environmentally sealed receptacles on the

PDC(s) to allow for local connection of UV modules.

2. Data concentration will be through integrated circuit boards located inside the

Power Distribution Center.

3. PDC enclosure material will be Type 304 stainless steel.

4. All internal components will be sealed from the environment.

5. All Power Distribution Centers to be UL approved or equivalent with a rating

of Type 4X.

6. One separate sealed Power Distribution Center will be provided per bank of

lamps.

NEW CASTLE COUNTY Purchasing Division

New Castle County Government Center

87 Reads Way

New Castle, DE 19720

(302) 395-5250

UV DISINFECTION EQUIPMENT

Bid #22-2212

10/15/2021 Bid #22-2212 Page 14 of 25

Systems that have ballasts mounted in cabinets, the UV manufacturer will provide one

complete cabinet for each bank of lamps, to ensure that each bank is electrically isolated for

safety during maintenance and to provide redundancy under average flow conditions.

L. Control and Instrumentation:

1. System Control Center (SCC):

a) The operation of the UV3000PlusTM is managed at the SCC by PLC based

controller which continuously monitors and controls the system functions.

The PLC shall be model Compact Logix as manufactured by Allen Bradley.

b) The operator interface display screen will be 7-inch, color, touchscreen

menu-driven with automatic fault message windows appearing upon alarm

conditions. Operator interface shall be Beijer model X2 Extreme – Type

4X, outdoor rated.

c) Alarms will be provided to indicate to plant operators that maintenance

attention is required or to indicate an extreme alarm condition in which the

disinfection performance may be jeopardized. The alarms will include but

not be limited to:

i) Lamp Failure

ii) Multiple Lamp Failure

iii) Low UV Intensity

iv) Module Communication Alarm

d) The 100 most recent alarms will be recorded in an alarm history register and

displayed when prompted.

e) Bank status will be capable of being placed either in Manual, Off or Auto

mode.

f) Elapsed time of each bank will be recorded and displayed on the display

screen when prompted.

NEW CASTLE COUNTY Purchasing Division

New Castle County Government Center

87 Reads Way

New Castle, DE 19720

(302) 395-5250

UV DISINFECTION EQUIPMENT

Bid #22-2212

10/15/2021 Bid #22-2212 Page 15 of 25

M. UV Detection System:

1. A submersible UV sensor will continuously monitor the UV intensity produced

in each bank of UV lamps.

2. The sensor will measure only the germicidal portion of the light emitted by the

UV lamps. The detection system will be factory calibrated. Detection systems

that can be field calibrated will not be permitted.

N. Dose-Pacing:

1. A dose-pacing system will be supplied to modulate the lamp UV output in

relationship to a 4-20 mA DC signal from the existing effluent flow meter.

2. The system to be dose-paced such that as the flow and effluent quality change,

the design UV dose is delivered while conserving power.

3. The dose-pacing system will allow the operator to vary the design dose setting.

Logic and time delays will be provided to regulate UV bank ON/OFF cycling.

O. Hydraulic System Center (HSC):

1. One (1) HSC will be supplied to house all components required to operate the

automatic cleaning system.

2. Enclosure material of construction will be Type 304 stainless steel.

3. The HSC will contain a hydraulic pump complete with integral 4-way valve

and fluid.

P. Cleaning System:

1. An automatic cleaning system will be provided to clean the quartz sleeves

using both mechanical and chemical methods. Wiping sequence will be

automatically initiated with capability for manual override.

2. The cleaning system will be fully operational while UV lamps and modules are

submerged in the effluent channel and energized.

3. Cleaning cycle intervals to be field adjustable.

4. Remote Manual and Remote Auto cleaning control options will be provided.

NEW CASTLE COUNTY Purchasing Division

New Castle County Government Center

87 Reads Way

New Castle, DE 19720

(302) 395-5250

UV DISINFECTION EQUIPMENT

Bid #22-2212

10/15/2021 Bid #22-2212 Page 16 of 25

5. The cleaning system will be provided with the required solutions necessary for

initial equipment testing and for equipment start-up.

6. Systems that use only mechanical wiping must have the ability to periodically

be cleaned out of channel using a chemical bath. Out of channel cleaning will

include lifting slings, removable banks, cleaning tanks, agitation system and air

compressors, as required. The UV manufacturer will be responsible for

supplying all equipment including any equipment not specifically listed

required to perform out of channel chemical cleaning.

Q. Spare Parts:

The following spare parts and safety equipment to be supplied.

1. 8 UV Lamps

2. 2 Ballast

3. 4 Quartz Sleeve

4. 1 Operators kit including cleaning solution.

Systems that require more lamps than specified, the UV manufacturer will provide spares in

the amount equal to the quantities listed plus an additional quantity equal to the percentage of

lamps required over and above the number of lamps specified.

3.0 EXECUTION

3.1 DELIVERY

A. All material included in this specification shall be delivered to the MOT WWTP

located at 810 Old Corbit Rd, Odessa, Delaware 19709. Delivery hours are

Monday thru Friday 7AM to 2:30PM.

B. All material shall be palletized and protected from the weather and shall contain

detailed bill of materials for the contents. Storage and handling requirements shall

be clearly marked on each pallet or container.

C. Delivery shall be direct from the manufacturer. Drop shipments or direct shipments

from component suppliers shall not be permitted.

NEW CASTLE COUNTY Purchasing Division

New Castle County Government Center

87 Reads Way

New Castle, DE 19720

(302) 395-5250

UV DISINFECTION EQUIPMENT

Bid #22-2212

10/15/2021 Bid #22-2212 Page 17 of 25

3.2 MANUFACTURER'S SERVICES

A. Installation assistance and certification: 2 days to assist with the installation of the

first channel.

B. Start-up and field testing and onsite training: 2 days upon installation completion

of the first channel. 1 day upon installation completion of the second channel,

including all travel expenses.

C. Warranty Service: As required during the warranty period.

BASIS OF AWARD

The Division of Purchasing shall award this contract to the lowest responsible and responsive

bidder(s) who best meets the terms and conditions of the bid. The award will be made on the

basis of price, product evaluation, and prior history of service capability.

The Division of Purchasing reserves the right to reject any or all bids in whole or in part, to make

multiple awards, partial awards, award by types, award by sections, item by item, or lump sum

total, whichever may be most advantageous to New Castle County. There is no guarantee that

New Castle County will grant to any awardee any request for services and/or products.

Pursuant to County Code, New Castle County reserves the right to purchase goods, contractual,

and professional services from other governments and cooperative purchasing agreements when

it is determined by the Office of Technology and Administrative Services to be in the best

interest of the County.

ADDITIONS

New Castle County may require other services, products, and/or equipment not specifically listed

including, but not limited to, blowers, silencers, blower filters, blower check valves, etc. Vendor

may be given the opportunity to provide a quote. Should New Castle County deem the quote to

be non-competitive, New Castle County reserves the right to seek proposals from other vendors.

NEW CASTLE COUNTY Purchasing Division

New Castle County Government Center

87 Reads Way

New Castle, DE 19720

(302) 395-5250

UV DISINFECTION EQUIPMENT

Bid #22-2212

10/15/2021 Bid #22-2212 Page 18 of 25

INSURANCE

Workers’ Compensation & Employer’s Liability Insurance

Vendor shall purchase and keep in force and effect workers’ compensation insurance

that will provide the applicable statutory benefits for all of the vendor’s employees who

may or do suffer covered injuries or diseases while involved in the performance of their

work for the Vendor; and, even if permitted to do so by statute, Vendor shall not reject

any workers’ compensation insurance option that, in the absence of such a rejection,

would be applicable to any of the said employees. The policy providing the workers’

compensation insurance shall include: (1) broad form all-states coverage; (2) an

endorsement that specifically waives any subrogation rights the insurer would otherwise

have against New Castle County, its officials or employees.

Vendor shall purchase and keep in force and effect, Employer’s Liability insurance with

minimum limits for each employee of $1,000,000 for each bodily injury by accident, or

occupational disease, and $1,000,000 aggregate minimum limits for all bodily injuries by

accidents and occupational diseases within the coverage period, regardless of the number

of employees who may sustain bodily injuries by accident or occupational disease.

Automobile and General Liability Insurance

Vendor shall purchase: (1) motor vehicle liability coverage, for owned, hired and non-

owned vehicles, covering any and all claims for bodily injury and property damage that

arise out of Vendor’s performance of work for New Castle County, (2) comprehensive

Commercial General Liability (CGL) insurance with limits of no less than $1,000,000

each occurrence and $2,000,000 annual aggregate. The CGL policy shall be extended by

endorsement or otherwise to also include (a) coverage for Contractual Liability assumed

by Vendor, with defense provided in addition to and separate from policy limits for

indemnities of the named insured, (b) coverage for Independent Contractor Liability

providing coverage in connection with such portion of the Services being subcontracted

prior to any of the Services being subcontracted, in accordance with the terms and

conditions of this Agreement, (c) coverage for Broad Form Property Damage Liability,

(d) coverage for Personal Injury and Advertiser’s Liability, (e) products and completed

operations.

NEW CASTLE COUNTY Purchasing Division

New Castle County Government Center

87 Reads Way

New Castle, DE 19720

(302) 395-5250

UV DISINFECTION EQUIPMENT

Bid #22-2212

10/15/2021 Bid #22-2212 Page 19 of 25

( ) Professional Liability Insurance (applicable if checked)

Each vendor of professional services for whom this provision is applicable shall provide

professional liability insurance with limits of at least $1,000,000 per occurrence and

$3,000,000 annual aggregate.

All insurance required under this contract except workers’ compensation, employer’s

liability, and professional liability (if applicable) shall be provided on a policy(s) that

specifically names New Castle County, its officials and employees as additional insureds.

Each policy shall provide an endorsement that specifically waives any subrogation rights

the insurer would otherwise have against New Castle County, its officials or employees.

Each policy shall be endorsed to require the insurer to give New Castle County at least

thirty (30) days’ advance written notice of the insurer’s intention to cancel, refuse to

renew, or otherwise terminate the policy, suspend or terminate any coverage under the

policy, or reduce any policy limits, increase any policy deductibles, or otherwise modify

or alter any terms or conditions of the policy or renewal issued by the same insurer.

Each policy shall be written by a carrier licensed by the State of Delaware to do insurance

business of the type involved in the State of Delaware, and which has, and maintains for

the life of this contract, at least an “A” rating from the A.M. Best Agency with “Stable”

outlook.

Any change in this rating or outlook must be related to New Castle County by the Vendor

or insurance carrier as soon as possible upon learning of same, and the Vendor shall use

due diligence with its insurance broker or carrier to keep track of same.

All insurance required under this contract except workers’ compensation, employer’s

liability and professional liability shall expressly provide that such insurance shall be

primary insurance, and any similar insurance in the name of Vendor shall be excess and

non-contributing.

Deductibles for insurance provided under this contract shall not exceed five percent (5%)

of policy limits.

NEW CASTLE COUNTY Purchasing Division

New Castle County Government Center

87 Reads Way

New Castle, DE 19720

(302) 395-5250

UV DISINFECTION EQUIPMENT

Bid #22-2212

10/15/2021 Bid #22-2212 Page 20 of 25

STATE OF DELAWARE BUSINESS LICENSE

Within seven (7) days from receiving a notice of award, the successful vendor shall either furnish

the County with proof of a Delaware Business Licensure or initiate the process of application

where required. An application may be requested in writing to: Division of Revenue, Carvel

State Building, PO Box 8750, 820 N. French Street, Wilmington, DE 19899 or by telephone to

(302) 577-8200.

CONTRACT ACCESSIBILITY

This contract shall be accessible to State agencies, political subdivisions, school districts, and

volunteer fire companies.

CONFIDENTIALITY

All documents submitted as part of the vendor’s bid/proposal will be deemed confidential during

the evaluation process. Vendor proposals will not be available for review by anyone other than

New Castle County’s Evaluation Committee or its designated agents. There shall be no

disclosure of any vendor’s information to a competing vendor prior to award of the contract.

New Castle County is a public agency and is subject to the Freedom of Information Act (FOIA).

Firms must designate those items that are considered “trade secrets” as defined in the Delaware

State Code Title 29, Chapter 100. Vendor(s) are advised that once a proposal/bid is received by

NCCo and a decision on contract award is made, its contents will become public record, and

nothing contained in the proposal will be deemed to be confidential except those proprietary

items marked as “trade secrets”.

INDEMNITY

Vendor shall indemnify, defend, and hold harmless New Castle County from and against any and

all claims, demands, suits, judgments, costs and expenses asserted by a person or persons,

including agents, employees, or volunteers or vendor, by reason of death or injury to persons, or

loss or damage to property, resulting from operations hereunder, or sustained in or upon the

premises of the County.

NEW CASTLE COUNTY Purchasing Division

New Castle County Government Center

87 Reads Way

New Castle, DE 19720

(302) 395-5250

UV DISINFECTION EQUIPMENT

Bid #22-2212

10/15/2021 Bid #22-2212 Page 21 of 25

MSDS

If required by State or Federal regulations, the successful vendor must provide the M.S.D.S.

sheets to the Risk Management Division and to the requesting department.

NOTE

It is the intent of New Castle County that minority-owned businesses shall have the maximum

feasible opportunity to participate in the performance of contracts in the capacity of prime

vendor

FUNDING OUT

The continuation of this contract is contingent upon funding appropriated by County Council.

FORM OF PROPOSAL

Please quote prices on the attached pricing page only. Proposal must be signed by an official of

the firm.

DELIVERY

F.O.B. New Castle County

MOT WWTP

810 Old Corbit Road

Odessa, DE 19709

Submittals required to New Castle County within two weeks of receipt of purchase order.

Delivery required within 90 days after approval of submittals. Start-up testing and training will

be coordinated with New Castle County Operations.

DELAWARE LABOR

New Castle County encourages the use of Delaware Labor.

NEW CASTLE COUNTY Purchasing Division

New Castle County Government Center

87 Reads Way

New Castle, DE 19720

(302) 395-5250

UV DISINFECTION EQUIPMENT

Bid #22-2212

10/15/2021 Bid #22-2212 Page 22 of 25

SUPPLIER DIVERSITY

New Castle County encourages supplier diversity among firms. Please provide

information on your firm’s effort to encourage supplier diversity in your workforce and

in the selection of sub-contractors.

Mandatory Bid Meeting – All perspective vendors interested in bidding will

need to attend a pre-bid meeting on Tuesday, November 23, 2021 at 9:00 a.m.

Please RSVP to Robin Allen ([email protected]) if you plan to

attend, no later than Friday, November 19, 2021.

Please arrive at the MOT WWTP, 810 Old Corbit Road, Odessa, DE 19709

No bids will be accepted from any vendors that do not attend this meeting.

NEW CASTLE COUNTY Purchasing Division

New Castle County Government Center

87 Reads Way

New Castle, DE 19720

(302) 395-5250

UV DISINFECTION EQUIPMENT

Bid #22-2212

10/15/2021 Bid #22-2212 Page 23 of 25

FORM OF PROPOSAL SUMMARY

ITEM BID AMOUNT, EACH

UV DISINFECTION

EQUIPMENT INCLUDING

ALL ACCESSORIES AS

SPECIFIED HEREIN

A)

$

LUMP SUM

SPARE PARTS

B)

$

LUMP SUM

INSTALLATION, START UP

TESTING AND TRAINING

SERVICES – 5 DAYS

TOTAL

PRICE PER DAY

$

C)

$

TOTAL 5 DAYS

BID TOTAL

A) + B) + C)

$

*BID PRICING INCLUDE ALL SHIPPING COSTS

EXCEPTIONS TAKEN YES_______ NO ________

If yes, explain in detail

NEW CASTLE COUNTY Purchasing Division

New Castle County Government Center

87 Reads Way

New Castle, DE 19720

(302) 395-5250

UV DISINFECTION EQUIPMENT

Bid #22-2212

10/15/2021 Bid #22-2212 Page 24 of 25

Non-Collusion Statement

By signing below, the Vendor certifies they have neither directly nor indirectly, entered

into any agreement, participated in any collusion or otherwise taken any action in

restraint of free competitive bidding in connection with this proposal, and further certifies

that it is not a subcontractor to another Vendor who also submitted a proposal as a

primary Vendor in response to this solicitation.

SIGNATURE PAGE

Name of Company

Address

Telephone No. Fax No.

Signature Federal Tax I.D. No.

Printed Name Email (REQUIRED) Date

How did you hear about this bid? ___________________________________________

NEW CASTLE COUNTY Purchasing Division

New Castle County Government Center

87 Reads Way

New Castle, DE 19720

(302) 395-5250

UV DISINFECTION EQUIPMENT

Bid #22-2212

10/15/2021 Bid #22-2212 Page 25 of 25

NEW CASTLE COUNTY, DELAWARE

PROCUREMENT AFFIDAVIT

AUTHORIZED REPRESENTATIVE

I HEREBY AFFIRM THAT:

I am the (title) _____________________, and I am duly authorized to represent

and bind (business) ________________________ (the “Business”), and that I possess the

legal authority to make this Affidavit on behalf of myself and the Business for which I

am acting.

I FURTHER AFFIRM THAT:

Neither I, nor to the best of my knowledge, information, and belief, the Business,

nor any of its officers, directors, partners, members, affiliates, or any of its employees

directly involved in obtaining or performing contracts with public bodies has been

excluded from receiving Federal contracts, certain subcontracts, and certain Federal

financial and non-financial assistance and benefits, pursuant to the provisions of 31

U.S.C. 6101, note, E.O. 12549, E.O. 12689, 48 CFR 9.404, and each agency’s

codification of the Common Rule for non-procurement suspension and debarment.

I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF

PERJURY THAT THE CONTENTS OF THIS AFFIDAVIT ARE TRUE AND

CORRECT TO THE BEST OF MY KNOWLEDGE, INFORMATION, AND BELIEF,

AFTER DILIGENT INQUIRY.

Date: ______________ By:__________________________

Name:

Title: ________________________

(Authorized Representative and Affiant)