bid request and bid 6006 js s.pdf · and training on the use of new equipment of new pool...

33
BID REQUEST AND BID CONDITIONS BID REQUEST NO.: 20-6006-JS-S STRATEGIC SOURCING SPECIALIST: James E. Shatto TITLE: POOL FILTRATION SYSTEM REPLACEMENT PHONE NO.: 816-235-1397 ISSUE DATE: 03/06/2020 E-MAIL: [email protected] RETURN BID NO LATER THAN: 04/16/2020 AT 3:00 PM CENTRAL TIME MAILING INSTRUCTIONS: Print or type Bid Request No. and Return Due Date on the lower left hand corner of the envelope or package. Delivered sealed bids must be in UM Procurement Office (School of Ed Building) by the return date and time. Respondents shall also provide an electronic version of their proposal response and the pricing information on a CD or Flash drive included inside the sealed proposal. Faxed or emailed bids will not be accepted! RETURN BID TO: University of Missouri Kansas City School of Education, 615 East 52 nd Street Attn: James E. Shatto UM Procurement Office, Room 024 Kansas City, MO 64110-2401 You are invited to submit bids on the items or services specified. All bids must be made on this form and shall be subject to the terms and conditions on the reverse side hereof for furnishing items or services of the description listed below. All deliveries shall be made FOB DESTINATION with freight charges fully included and prepaid. The seller pays and bears the freight charges. In compliance with this bid request and subject to all of the terms and conditions thereon, bidder offers and agrees to furnish or deliver the items or perform the services upon which prices are quoted herein, such items or services to be provided within the number of days indicated after receipt by bidder of University Purchase Order. Only cash discounts having a period of thirty (30) days or more will be taken into account in determining the lowest bid. Discount time is compiled from day of delivery and acceptance of items or services or receipt of correct invoice, whichever is later. The bidder further agrees that the language of this bid document shall govern in the event of a conflict with his/her bid. The bidder further agrees that upon receipt of an authorized purchase order from the University of Missouri or when a Notice of Award is signed and issued by an authorized official of the University of Missouri, a binding contract shall exist between the bidder and The Curators of the University of Missouri. SIGNATURE REQUIRED DOING BUSINESS AS (DBA) NAME LEGAL NAME OF ENTITY/INDIVIDUAL FILED WITH IRS FOR THIS TAX ID NO. MAILING ADDRESS IRS FORM 1099 MAILING ADDRESS CITY, STATE, ZIP CODE CITY, STATE, ZIP CODE CONTACT PERSON EMAIL ADDRESS PHONE NUMBER FAX NUMBER TAXPAYER ID NUMBER (TIN) DISCOUNT TERMS DAYS DELIVERY AFTER RECEIPT OF ORDER VENDOR TAX FILING TYPE WITH IRS (CHECK ONE) (NOTE: LLC IS NOT A VALID TAX FILING TYPE.) ___ Corporation ___ Individual ___ State/Local Government ___ Partnership ___ Sole Proprietor ___Other ________________ AUTHORIZED SIGNATURE DATE PRINTED NAME TITLE

Upload: others

Post on 26-Mar-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: BID REQUEST AND BID 6006 JS S.pdf · and Training on the use of New Equipment of NEW POOL FILTRATION SYSTEM per the following for the UM UMSL Campus in the City of St Louis, MO, 63121,

BID REQUEST AND BID CONDITIONS

BID REQUEST NO.: 20-6006-JS-S STRATEGIC SOURCING SPECIALIST: James E. Shatto

TITLE: POOL FILTRATION SYSTEM REPLACEMENT PHONE NO.: 816-235-1397

ISSUE DATE: 03/06/2020 E-MAIL: [email protected]

RETURN BID NO LATER THAN: 04/16/2020 AT 3:00 PM CENTRAL TIME

MAILING INSTRUCTIONS: Print or type Bid Request No. and Return Due Date on the lower left hand corner of the envelope or package.

Delivered sealed bids must be in UM Procurement Office (School of Ed Building) by the return date and time. Respondents shall also provide an electronic version of their proposal response and the pricing information on a CD or Flash drive included inside the sealed proposal. Faxed or emailed bids will not be accepted!

RETURN BID TO: University of Missouri – Kansas City

School of Education, 615 East 52nd Street

Attn: James E. Shatto

UM Procurement Office, Room 024

Kansas City, MO 64110-2401

You are invited to submit bids on the items or services specified. All bids must be made on this form and shall be subject to the terms and conditions on the

reverse side hereof for furnishing items or services of the description listed below. All deliveries shall be made FOB DESTINATION with freight charges

fully included and prepaid. The seller pays and bears the freight charges.

In compliance with this bid request and subject to all of the terms and conditions thereon, bidder offers and agrees to furnish or deliver the items or perform the

services upon which prices are quoted herein, such items or services to be provided within the number of days indicated after receipt by bidder of University

Purchase Order. Only cash discounts having a period of thirty (30) days or more will be taken into account in determining the lowest bid. Discount time is

compiled from day of delivery and acceptance of items or services or receipt of correct invoice, whichever is later.

The bidder further agrees that the language of this bid document shall govern in the event of a conflict with his/her bid. The bidder further agrees that upon

receipt of an authorized purchase order from the University of Missouri or when a Notice of Award is signed and issued by an authorized official of the

University of Missouri, a binding contract shall exist between the bidder and The Curators of the University of Missouri.

SIGNATURE REQUIRED

DOING BUSINESS AS (DBA) NAME

LEGAL NAME OF ENTITY/INDIVIDUAL FILED WITH IRS FOR THIS TAX ID NO.

MAILING ADDRESS

IRS FORM 1099 MAILING ADDRESS

CITY, STATE, ZIP CODE

CITY, STATE, ZIP CODE

CONTACT PERSON

EMAIL ADDRESS

PHONE NUMBER

FAX NUMBER

TAXPAYER ID NUMBER (TIN)

DISCOUNT TERMS DAYS DELIVERY AFTER RECEIPT OF ORDER

VENDOR TAX FILING TYPE WITH IRS (CHECK ONE) (NOTE: LLC IS NOT A VALID TAX FILING TYPE.)

___ Corporation ___ Individual ___ State/Local Government ___ Partnership ___ Sole Proprietor ___Other ________________

AUTHORIZED SIGNATURE

DATE

PRINTED NAME

TITLE

Page 2: BID REQUEST AND BID 6006 JS S.pdf · and Training on the use of New Equipment of NEW POOL FILTRATION SYSTEM per the following for the UM UMSL Campus in the City of St Louis, MO, 63121,

2

BID REQUEST AND BID CONDITIONS

This Bid Request and Bid is made upon and subject to the following conditions, all of which are accepted by bidder. Upon acceptance by

University, this Bid Request and Bid and the University Purchase Order issued thereon shall constitute the contract for furnishing the items

described in the bid in strict conformity with the contract instruments. 1. No oral explanation in regard to the meaning of the specifications will be made, and no oral interpretation will be given before the award of the contract. If

any person contemplating submitting a bid for this contract is in doubt as to the true meaning of any part of the specifications or any other proposed contract

documents, he may submit to the University a written request for an interpretation thereof. The person submitting the request will be responsible for its prompt

delivery. Any interpretation of the proposed documents will be made by addendum duly issued or delivered to each person receiving a set of such documents.

The University will not be responsible for any other explanation or interpretations of the proposed documents.

2. The University reserves the right to reject any and all bids and to waive any informality in bids.

3. Whenever the name of a manufacturer or vendor is mentioned on the face hereon and words "or equal" do not follow, it shall be deemed that the words "or

equal" shall follow such designation unless the context specifies "no substitution". University assumes that items bid as equal are equal. University reserves the

right to return at the bidder's expense all items that are furnished which are not acceptable as equals to items specified by the Bid Request and Specifications,

and vendor agrees to replace such items with satisfactory items at the original bid price.

4. All items bid shall be new unless otherwise specified by the University.

5. Bidder agrees to unconditionally guarantee all items bid upon against defects in material and workmanship for a period of one year from the date of

acceptance by the University unless otherwise specified.

6. Unless it is so noted on the bid it will be deemed that the article furnished is that designated. If the vendor proposes to furnish an item of a different

manufacturer or vendor other than the one specified on the face hereof, the manufacturer or vendor of the substituted items shall be noted and complete

descriptive literature describing the items to be substituted must accompany the bid.

7. Materials and services furnished the University are not subject to either Federal Excise Taxes or the Missouri Sales Tax. Exemption certificates will be

furnished on request.

8. Prices quoted are to be firm and final and prices shall be stated in units of quantity specified with packing and drayage charges included.

9. Shipments shall be marked as directed on the Purchase Order.

10. C.O.D. shipments will not be accepted. All shipping charges must be PREPAID. No packing or drayage charges will be allowed.

11. The University will not be responsible for articles or services furnished without a Purchase Order.

12. Risk of loss or damage to the goods prior to the time of their receipt and acceptance by the University is upon the vendor.

13. All invoices and correspondence shall show the Purchase Order Number. All invoices must be rendered in duplicate and contain full descriptive

information on items or service furnished. Separate invoices shall be rendered for each order and forwarded to the University.

14. Vendor agrees to defend, protect and save the University harmless from all claims and actions arising out of patent infringement.

15. University reserves the right to cancel all or any part of orders if shipment is not made as promised. Vendor shall notify the University if shipment cannot

be made as promised. Time of proposed delivery must be stated in definite terms in the space provided.

16. The bidder hereby guarantees that no article listed herein is adulterated or misbranded within the meaning of the Federal Food, Drug and Cosmetic Act or

an article which may not, under the provisions of Federal Law, be introduced into interstate commerce.

17. Samples, when required, are to be furnished prior to the date specified for receipt of bids.

18. In case of any doubt or difference of opinion as to the items to be furnished hereunder or the quality thereof, the decision of the UM Chief Procurement

Officer shall be final and binding upon both parties.

19. The University reserves the right to award an order to the lowest aggregate bidder for all items or on an item basis, or a group of like items,

whichever is found to be in the best interest of the University. If a split award is not acceptable to a bidder, it must be stated in the bid response.

20. In awarding the contract, the University may take into consideration the skill, facilities, capacity, experience, ability, responsibility, previous work, the

financial standing of the bidder or bidders; the amount of other work being carried on by the bidder; the quality, efficiency, and construction of the equipment

proposed to be furnished; the period of time within which the equipment is to be furnished and delivered; and the necessity of prompt delivery of the items

herein described. The inability of any bidder to meet the requirement mentioned above may be cause for rejection of his bid.

21. In the event that time and materials are a portion of this bid, the University reserves the right to audit vendor's records concerning this bid.

22. All items or services to be furnished hereunder shall meet all applicable State and Federal requirements of the Occupational Safety and Health Standard.

All alleged violations and deviations from said State and Federal regulations or standards of the items of services to be furnished hereunder, must be set forth

on the Bid Form at the time of submission of the bid. Or if at any later date the items or services contained herein shall not meet all applicable state and federal

requirements after the bidder is awarded the contract hereunder the bidder must notify the Campus Purchasing Manager, immediately by certified mail, return

receipt requested.

23. The University serves from time to time as contractor for the United States Government. Accordingly, the provider of goods and/or services shall

comply with federal laws, rules, and regulations applicable to subcontractors of government contracts including those relating to equal employment

opportunity and affirmative action in the employment of minorities (Executive Order 11246), women (Executive Order 11375), persons with disabilities (29

USC 706 and Executive Order 11758), and certain veterans (38 USC 4212 formerly [2012]) contracting with business concerns with small disadvantaged

business concerns (Publication L. 95-507). Contract clauses required by the Government in such circumstances are incorporated herein by reference.

24. The Curators of the University of Missouri have adopted a policy which is binding upon all employees and departments of the University, and which by

contract shall be binding upon independent contractors and subcontractors with the University, whereby all other things being equal, and when the same can be

secured without additional cost over foreign products, or products of other states, a preference shall be granted in all construction, repair and purchase

contracts, to all products, commodities, materials, supplies and articles mined, grown, produced and manufactured in marketable quantity in the State of

Missouri and to all firms, corporations or individuals doing business as Missouri, firms, corporations, or individuals. By virtue of the foregoing policy,

preferences will be given to materials, products, supplies, or provisions, and all other articles produced, manufactured, mined or grown within the State of

Missouri, and to all firms, corporations or individuals doing business as Missouri firms, corporations or individuals. Each bidder submitting a proposal agrees

to comply with and be bound by the foregoing policy.

Page 3: BID REQUEST AND BID 6006 JS S.pdf · and Training on the use of New Equipment of NEW POOL FILTRATION SYSTEM per the following for the UM UMSL Campus in the City of St Louis, MO, 63121,

THIS IS NOT AN ORDER BID NO: 20 6006 JS S

BID DATE: 03/06/2020

3

NOTICE TO BIDDERS

The University of Missouri (UM) requests bids for the Removal of Old, Furnishing, Delivery, Installation

and Training on the use of New Equipment of NEW POOL FILTRATION SYSTEM per the following for

the UM UMSL Campus in the City of St Louis, MO, 63121, Bid #20-6006-JS-S, which will be received by the undersigned at the office of UM Procurement, University of Missouri-Kansas City Campus, School of Education Building, Room 024, 615 East 52nd Street, Kansas City, MO 64110 until 3:00 p.m., Central Time, on Thursday, April 16, 2020. There will be a Bid Opening for those who wish to attend. (Yes, this bid is for the St Louis Campus; however, bid responses are to be returned to James E. Shatto at his office at the UM Kansas City Campus, UMKC.)

(Please note there is often a 1-2 day delay in final delivery when using the U.S. Postal Service due

to transition into the UMKC campus mail delivery process. Regardless of this, your bid must be

received at the final location by the deadline, no exceptions, so plan accordingly.)

Any subsequent Addenda to this bid can be found at the website shown below. It is the responsibility of the bidders to check the site for any addendums to this bid. https://www.umsystem.edu/ums/fa/procurement/bids Bid Questions and Clarifications shall be directed in writing to James E. Shatto at [email protected]. The University reserves the right to waive any informality in bids and to reject any or all bids.

FOR THE CURATORS OF THE UNIVERSITY OF MISSOURI

By:

James E. Shatto, Strategic Sourcing Specialist

University of Missouri – Kansas City UM Procurement Office School of Education, Room 025 615 East 52nd Street Kansas City, MO 64110-2401 Email: [email protected]

Issue Date: March 6, 2020

Page 4: BID REQUEST AND BID 6006 JS S.pdf · and Training on the use of New Equipment of NEW POOL FILTRATION SYSTEM per the following for the UM UMSL Campus in the City of St Louis, MO, 63121,

THIS IS NOT AN ORDER BID NO: 20 6006 JS S

BID DATE: 03/06/2020

4

DETAILED SPECIFICATIONS & SCOPE OF WORK

GENERAL

1.1 INTENT

A. The purpose of this bid is to remove existing equipment, purchase and have installed a complete new

filtration and recirculation system for the UMSL swimming pool. It is intended to limit the bidding to a

style of product and company that has a proven history and record of performance.

B. Due to the specialized nature of certain components required for this project, these specifications, in

some instances, refer to various components by trade or manufacturers name.

C. Whenever a proprietary (trade) name is used within this Specification Section, it is used for

informational purposes to describe a standard of required function, dimension, appearance and quality.

References to materials by trade name, make or model number shall not be construed as limiting

competition. All bidders are required to bid on the named manufacturer in the BASE BID. The

Contractor may at his option, elect to bid using the products and/or services of alternate manufacturers

listed as ALTERNATES ON THE BID FORM.

NOTE: All treatment systems proposed MUST be fully compatible and connectible with our

current BESC Technology system!

D. A Mandatory Pre-Bid Conference is scheduled for Thursday, March 19, 2020, 12:30 P.M. Central

Time. It is the intent and desire, by the University, for interested Respondents to understand the Work

Site, culture and campus settings and surroundings at UMSL as well as to clarify any areas of ambiguity

in the request for bid and to provide prospective bidders the opportunity to obtain information necessary

to submit a complete bid.

The conference will be held in the Conference Room at the Recreation and Wellness Center,

Conference Room 1, 11 Grobeman Drive, St Louis, MO 63121.

Interested respondents should respond, indicating their intent to attend the pre-bid conference by

contacting James E. Shatto, Strategic Sourcing Specialist, at [email protected] by Monday, March

16, 2020 at 3:00 PM Central Time.

SPECIAL CONDITIONS

A. Evaluation and Award

UM Procurement will review all bids and award to the lowest responsible and responsive bid

meeting the specifications outlined herein. UM Procurement reserves the right to reject all bids.

Page 5: BID REQUEST AND BID 6006 JS S.pdf · and Training on the use of New Equipment of NEW POOL FILTRATION SYSTEM per the following for the UM UMSL Campus in the City of St Louis, MO, 63121,

THIS IS NOT AN ORDER BID NO: 20 6006 JS S

BID DATE: 03/06/2020

5

Bidders shall hold margin price(s) fixed for up to 30 days from receipt of bids unless extended

based on mutual agreement.

B. Campus Contact/Questions

UM Procurement is the issuing office for this RFB and all subsequent addenda relating to it. UM

Procurement is the sole point of contact regarding all Procurement and contractual matters relating

to the requirements described in this RFB. UM Procurement is the only office authorized to

change, modify, clarify, etc., the specifications, terms, and conditions of this RFB and any

contract(s) awarded as a result of this RFB.

Questions prior to submission of the bid shall be directed in writing to James E. Shatto of the UM

Procurement Office. Questions are to be sent by e-mail to [email protected] . The cutoff date for

questions is Tuesday, March 24, 2020 at 3:00 p.m. Central Time.

C. Delivery

Delivery is essential to the performance of the contract to be awarded hereunder. Bidders shall set

forth in their bid the timeline in which their product will be fully completed and can be delivered in

strict accordance with the specification. If bidder does not set forth their timeline for delivery their

bid may be rejected.

The location of the installation is noted herein. All work is on the campus of the University of

Missouri-St Louis, MO.

All Items will be delivered F.O.B University of Missouri-St Louis campus, Full Freight Allowed.

Co-ordinate all deliveries with University (UMSL) personnel. The quantity of each item to be

delivered shall be specified by University of Missouri Procurement Department or their

representatives. The University will be responsible only for those items the successful bidder has

been requested to deliver by the University of Missouri Procurement Department.

The University reserves the right to return at the bidder’s expense, shipments failing to meet the

specification. Bidders are required to identify their replacement policy/procedure, with their bid

submission, for any concealed damaged identified and for items damaged during installation.

D. Payment

a. Preferred settlement method is through the use of Electronic Accounts Payable solutions.

Payment terms associated with these forms of payment will be issued as net 15 after the date of

invoice. Payment terms associated with settlement by check will be considered to be net 30

days. Cash discounts for prompt payment may be offered but they will not be considered in

determination of award unless specifically stated in the Detailed Specifications and Special

Conditions. The University may withhold payment or make such deductions as may be

necessary to protect the University from loss or damage on account of defective work, claims,

damages, or to pay for repair or correction of equipment or supplies furnished hereunder. The

University may be open to an agreed-upon up-front payment to start the manufacturing process.

Page 6: BID REQUEST AND BID 6006 JS S.pdf · and Training on the use of New Equipment of NEW POOL FILTRATION SYSTEM per the following for the UM UMSL Campus in the City of St Louis, MO, 63121,

THIS IS NOT AN ORDER BID NO: 20 6006 JS S

BID DATE: 03/06/2020

6

Other payment(s) may not be made until satisfactory delivery and acceptance by the University

and receipt of correct invoice have occurred.

b. The successful bidder will make application for payment by furnishing the University with an

original invoice setting forth the quantity and total value of each delivery.

c. Invoices properly prepared and executed by the successful bidder are to be sent to the

University of Missouri-Columbia, MO to the address that will be specified on the University

Purchase Order. All invoices must include Purchase Order Number assigned, if applicable.

E. Performance Bond

When the Contract sum exceeds Fifty Thousand Dollars ($50,000.00), the Contractor shall procure and

furnish a Performance bond and a Payment bond in the form prepared by the Owner, each in the

amount equal to one hundred percent (100%) of the contract sum, as well as adjustments to the

Contract Sum. The Performance Bond shall secure and guarantee Contractor’s faithful performance of

this Contract, including but not limited to Contractor’s obligation to correct defects after final payment

has been made as required by the Contract Documents. The Payment Bond shall secure and guarantee

payment of all persons performing labor on the Project under this Contract and furnishing materials in

connection with this Contract. These Bonds shall be in effect through the duration of the Contract plus

the Guaranty Period as required by the Contract Documents. Prices quoted for the Scope of Work in

this RFB shall include the cost of these Bonds.

F. General Conditions of the Contract for Construction and Prevailing Wage Requirements

See the below link to the UM Facilities Planning and Development website, stating the prevailing wage

guidelines. For immediate reference see the attached UM General Conditions, page GC/35, section 13.6.

In addition, I have included an email from Mr. Butch Garrett, UM Prevailing Wage Coordinator, clarifying

the “new” Prevailing Wage dollar amount.

https://www.umsystem.edu/ums/fa/facilities/prevailing_wage_labor_compliance

Per Mr. Butch Garrett: Our revised General Condition state under 13.6.1, “Wage Rates (If the contract

amount is less than $75,000, the requirements of this section will not apply. Any contract adjustment that

increase the contract above $75,000 will be subject to this section.”

Certified payrolls will not be required. Wage rates paid need to meet state and federal minimum wage, not

our typical prevailing wage schedule.

G. - GENERAL INSURANCE SPECIFICATIONS (medium risk)

Contractor agrees to maintain, on a primary basis and at its sole expense, at all times during the life of any

resulting contract the following insurance coverages, limits, including endorsements described herein. The

requirements contained herein, as well as the University’s review or acceptance of insurance maintained

by Contractor is not intended to and shall not in any manner limit or qualify the liabilities or obligations

Page 7: BID REQUEST AND BID 6006 JS S.pdf · and Training on the use of New Equipment of NEW POOL FILTRATION SYSTEM per the following for the UM UMSL Campus in the City of St Louis, MO, 63121,

THIS IS NOT AN ORDER BID NO: 20 6006 JS S

BID DATE: 03/06/2020

7

assumed by Contractor under any resulting contract. Coverage to be provided as follows by a carrier with

A.M. Best minimum rating of A- VIII

Commercial General Liability Contractor agrees to maintain Commercial General Liability at a limit of

not less than $2,000,000 Each Occurrence, $5,000,000 Annual Aggregate. Coverage shall not contain any

endorsement(s) excluding nor limiting Product/Completed Operations, Contractual Liability or Cross

Liability.

Contractor may satisfy the minimum liability limits required for Commercial General Liability or Business

Auto Liability under an Umbrella or Excess Liability policy. There is no minimum per occurrence limit of

liability under the Umbrella or Excess Liability; however, the Annual Aggregate limit shall not be less

than the highest “Each Occurrence” limit for either Commercial General Liability or Business Auto

Liability. Contractor agrees to endorse the University as an Additional Insured on the Umbrella or Excess

Liability, unless the Certificate of Insurance state the Umbrella or Excess Liability provides coverage on a

“Follow-Form” basis.

Business Auto Liability Contractor agrees to maintain Business Automobile Liability at a limit not less

than $2,000,000 Each Occurrence. Coverage shall include liability for Owned, Non-Owned & Hired

automobiles. In the event Contractor does not own automobiles, Contractor agrees to maintain coverage

for Hired & Non-Owned Auto Liability, which may be satisfied by way of endorsement to the Commercial

General Liability policy or separate Business Auto Liability policy.

Workers’ Compensation & Employers Liability Contractor agrees to maintain Workers’ Compensation

in accordance with Missouri State Statutes or provide evidence of monopolistic state coverage. Employers

Liability with the following limits: $500,000 each accident, disease each employee and disease policy

limit.

Contract Language

The Curators of the University of Missouri, its officers, employees and agents are to be Additional Insured

with respect to the project to which these insurance requirements pertain. A certificate of insurance

evidencing all coverage required is to be provided at least 10 days prior to the inception date of the

contract between the contractor and the University. Contractor/Party is required to maintain coverages as

stated and required to notify the University of a Carrier Change or cancellation within 2 business days. The

University reserves the right to request a copy of the policy. The University reserves the right to require

higher limits on any contract provided notice of such requirement is stated in the request for proposals for

such contract.

Indemnification

The Contractor agrees to defend, indemnify, and save harmless The Curators of the University of

Missouri, their Officers, Agents, Employees and Volunteers, from and against all loss or expense from any

cause of action arising from the Contractor’s operations. The contractor agrees to investigate, handle,

respond to and provide defense for and defend against any such liability, claims, and demands at the sole

expense of the Contractor or at the option of the University, agrees to pay to or reimburse the University

for the Defense Costs incurred by the University in connection with any such liability claims, or demands.

The parties hereto understand and agree that the University is relying on, and does not waive or intend to

waive by any provision of this Contract, any monetary limitations or any other rights, immunities, and

Page 8: BID REQUEST AND BID 6006 JS S.pdf · and Training on the use of New Equipment of NEW POOL FILTRATION SYSTEM per the following for the UM UMSL Campus in the City of St Louis, MO, 63121,

THIS IS NOT AN ORDER BID NO: 20 6006 JS S

BID DATE: 03/06/2020

8

protections provided by the State of Missouri, as from time to time amended, or otherwise available to the

University, or its officers, employees, agents or volunteers.

Failure to maintain the required insurance in force may be cause for contract termination. In the event the

Agency/Service fails to maintain and keep in force the required insurance or to obtain coverage from its

subcontractors, the University shall have the right to cancel and terminate the contract without notice.

The insurance required by the provisions of this article is required in the public interest and the University

does not assume and liability for acts of the Agency/Service and/or their employees and/or their

subcontractors in the performance of this contract.

H. PROJECT SUMMARY

1.1 TIME OF COMPLETION

A. The successful bidder shall begin the Work on receipt of notice to proceed with labor and equipment

and materials in-hand, to commence work on-site promptly in accordance with award.

1.2 ACCESS TO SITE

A. General: Contractor shall have limited use of Project site.

B. Use of Site: Limit use of Project site to Work in areas indicated. Do not disturb portions of Project

site beyond areas in which the Work is indicated.

1. Limits: Confine construction operations to the Pool Mechanical Room.

2. Driveways, Walkways and Entrances: Keep driveways loading areas, and entrances serving

premises clear and available to Owner, Owner's employees, and emergency vehicles at all

times. Do not use these areas for parking or for storage of materials.

a. Schedule deliveries to minimize use of driveways and entrances by construction

operations.

b. Schedule deliveries to minimize space and time requirements for storage of materials

and equipment on-site.

C. Condition of Existing Building: Maintain portions of existing building affected by construction

operations throughout construction period. Repair damage caused by construction operations.

1.3 COORDINATION WITH OCCUPANTS

A. Full Owner Occupancy: Owner will occupy site and existing building(s) during entire construction

period. Cooperate with Owner during construction operations to minimize conflicts and facilitate

Owner usage. Perform the Work so as not to interfere with Owner's day-to-day operations. Maintain

existing exits unless otherwise indicated.

Page 9: BID REQUEST AND BID 6006 JS S.pdf · and Training on the use of New Equipment of NEW POOL FILTRATION SYSTEM per the following for the UM UMSL Campus in the City of St Louis, MO, 63121,

THIS IS NOT AN ORDER BID NO: 20 6006 JS S

BID DATE: 03/06/2020

9

1. Maintain access to existing walkways, corridors, and other adjacent occupied or used facilities.

Do not close or obstruct walkways, corridors, or other occupied or used facilities without

written permission from Owner’s representative.

1.4 WORK RESTRICTIONS

A. On-Site Work Hours: 24/7 access, all days and hours to be Coordinate with Owner’s representative.

B. Restricted Substances: Use of tobacco products and other controlled substances on the UMSL

campus is not permitted.

C. Employee Screening: Comply with Owner's requirements for drug and background screening of

Contractor personnel working on Project site.

1. Maintain list of approved screened personnel with Owner's representative.

D. Product Data: Collect information into a single submittal for each element of construction and type of

product or equipment.

E. Shop Drawings: Prepare Project-specific information, drawn accurately to scale. Do not base Shop

Drawings on reproductions of the Contract Documents or standard printed data unless submittal

based on Architect's digital data drawing files is otherwise permitted.

TEMPORARY FACILITIES AND CONTROLS

1.5 SUMMARY

A. Section includes requirements for temporary utilities, support facilities, and security and protection

facilities.

1.6 USE CHARGES

A. Electric Power Service from Existing System: Electric power from Owner's existing system is

available for use without metering and without payment of use charges. Provide connections and

extensions of services as required for construction operations.

1.7 PROJECT CONDITIONS

A. Temporary Use of Permanent Facilities: Engage Installer of each permanent service to assume

responsibility for operation, maintenance, and protection of each permanent service during its use as

a construction facility before Owner's acceptance, regardless of previously assigned responsibilities.

Page 10: BID REQUEST AND BID 6006 JS S.pdf · and Training on the use of New Equipment of NEW POOL FILTRATION SYSTEM per the following for the UM UMSL Campus in the City of St Louis, MO, 63121,

THIS IS NOT AN ORDER BID NO: 20 6006 JS S

BID DATE: 03/06/2020

10

1.8 TEMPORARY UTILITY INSTALLATION

A. Sanitary Facilities:

1. Toilets: Use of Owner's existing toilet facilities will be permitted, as long as facilities are

cleaned and maintained in a condition acceptable to Owner. At Substantial Completion, restore

these facilities to condition existing before initial use.

B. Isolation of Work Areas in Occupied Facilities: Prevent dust, fumes, and odors from entering

occupied areas.

C. Electric Power Service: Connect to Owner's existing electric power service. Coordinate with

Owner’s representative on locations of outlets with adequate power for equipment, which will not

overtax Owner’s electrical infrastructure.

1.9 SUPPORT FACILITIES INSTALLATION

A. Parking: Use designated areas of Owner's existing parking areas for construction personnel.

Owner’s representative will provide parking tags for bidder’s vehicles.

B. Waste Disposal Facilities: Provide waste-collection containers in sizes adequate to handle waste from

construction operations. Comply with Owner requirements.

EXECUTION

1.10 SUMMARY

A. Section includes general administrative and procedural requirements governing execution of the

Work including, but not limited to, the following:

1. Construction layout.

2. Installation of the Work.

3. Progress cleaning.

4. Protection of installed construction.

1.11 QUALITY ASSURANCE

A. Manufacturer's Installation Instructions: Obtain and maintain on-site manufacturer's written

recommendations and instructions for installation of products and equipment.

1.12 CONSTRUCTION LAYOUT

A. Verification: Before proceeding to lay out the Work, verify layout information with the UMSL

contact personnel. If discrepancies are discovered, notify UMSL personnel promptly.

Page 11: BID REQUEST AND BID 6006 JS S.pdf · and Training on the use of New Equipment of NEW POOL FILTRATION SYSTEM per the following for the UM UMSL Campus in the City of St Louis, MO, 63121,

THIS IS NOT AN ORDER BID NO: 20 6006 JS S

BID DATE: 03/06/2020

11

1.13 INSTALLATION

A. Comply with manufacturer's written instructions and recommendations for installing products and

equipment in applications indicated.

B. Install products at the time and under conditions that will ensure the best possible results. Maintain

conditions required for product performance until completion.

C. Repair or remove and replace damaged, defective, or nonconforming Work.

1.14 PROGRESS CLEANING

A. General: Clean Project site and work areas daily, including common areas. Enforce requirements

strictly. Dispose of materials lawfully.

1. Comply with requirements in NFPA 241 for removal of combustible waste materials and

debris.

2. Do not hold waste materials more than seven days during normal weather or three days if the

temperature is expected to rise above 80 deg F.

3. Containerize hazardous and unsanitary waste materials separately from other waste. Mark

containers appropriately and dispose of legally, according to regulations.

a. Use containers intended for holding waste materials of type to be stored.

B. Site: Maintain Project site free of waste materials and debris.

C. Work Areas: Clean areas where work is in progress to the level of cleanliness necessary for proper

execution of the Work.

1. Remove liquid spills promptly.

2. Where dust would impair proper execution of the Work, broom-clean or vacuum the entire

work area, as appropriate.

D. Waste Disposal: Do not bury or burn waste materials on-site. Do not wash waste materials down

sewers or into waterways.

E. During handling and installation, clean and protect construction in progress and adjoining materials

already in place.

F. Clean and provide maintenance on completed construction as frequently as necessary through the

remainder of the construction period.

G. Limiting Exposures: Supervise construction operations to ensure that no part of the construction,

completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious

exposure during the construction period.

Page 12: BID REQUEST AND BID 6006 JS S.pdf · and Training on the use of New Equipment of NEW POOL FILTRATION SYSTEM per the following for the UM UMSL Campus in the City of St Louis, MO, 63121,

THIS IS NOT AN ORDER BID NO: 20 6006 JS S

BID DATE: 03/06/2020

12

1.15 PROTECTION OF INSTALLED CONSTRUCTION

A. Provide final protection and maintain conditions that ensure installed Work is without damage or

deterioration at time of completion.

B. Protection of Existing Items: Provide protection and ensure that existing items to remain undisturbed

by construction are maintained in condition that existed at commencement of the Work.

PART 2 - CLOSEOUT PROCEDURES

2.1 SUMMARY

A. Section includes administrative and procedural requirements for contract closeout, including, but not

limited to, the following:

1. Final cleaning.

2. Repair of the Work.

3. Training University personnel on the use of the equipment

2.2 FINAL CLEANING

A. General: Perform final cleaning. Conduct cleaning and waste-removal operations to comply with

local laws and ordinances and Federal and local environmental and antipollution regulations.

B. Cleaning: Employ experienced workers for final cleaning. Clean each surface or unit to condition

expected in an average commercial building cleaning and maintenance program. Comply with

manufacturer's written instructions.

1. Complete the following cleaning operations before requesting inspection for completion:

a. Remove tools, construction equipment, machinery, and surplus material from Project

site.

b. Leave Project clean and ready for occupancy.

2.3 REPAIR OF THE WORK

A. Complete repair and restoration operations before requesting inspection for determination of

Substantial Completion.

B. Repair, or remove and replace, defective construction. Repairing includes replacing defective parts,

refinishing damaged surfaces, touching up with matching materials, and properly adjusting operating

equipment. Where damaged or worn items cannot be repaired or restored, provide replacements.

Remove and replace operating components that cannot be repaired. Restore damaged construction

and permanent facilities used during construction to specified condition.

Page 13: BID REQUEST AND BID 6006 JS S.pdf · and Training on the use of New Equipment of NEW POOL FILTRATION SYSTEM per the following for the UM UMSL Campus in the City of St Louis, MO, 63121,

THIS IS NOT AN ORDER BID NO: 20 6006 JS S

BID DATE: 03/06/2020

13

1. Touch up and otherwise repair and restore marred or exposed finishes and surfaces. Replace

finishes and surfaces that that already show evidence of repair or restoration.

2.4 TRAINING UNIVERSITY PERSONNEL ON THE USE OF THE EQUIPMENT

A. The successful supplier shall arrange for and provide training of University Personnel on the use of

the newly installed equipment. The cost of this training shall be included in the overall price of this

project as submitted by the supplier.

SPECIFICATIONS AND ADDITIONAL REQUIREMENTS

1.2 ALTERNATES

A. Other treatment systems will be considered only if a complete set of drawings and specifications

detailing such equipment as it pertains to this project are submitted for evaluation ten (10) days prior to

the bid date. The submission should include a list of five (5) operating installations within a reasonable

distance of the jobsite. List should include the names and telephone numbers of the operating personnel.

The technical contents of the submittal shall include hydraulic calculations, equipment fabrication

details, filter room layout in plan and elevation views, warranties, installation and operating instructions.

NOTE: This information must be submitted by a bidding contractor. Submittals will not be

considered if provided directly by the alternate equipment manufacturer.

NOTE: Other treatment systems MUST be fully compatible and connectible with our current

BESC Technology system!

B. Alternates meeting the terms and conditions of the bidding documents will be acknowledged prior to

bidding by addendum. No alternates will be considered after the bid.

C. For any and all alternates approved in accordance with the above conditions, state the amount to be

DEDUCTED from the BASE BID if an alternate filtration system is being offered. No provision has

been or will be made for ADDITIVE bids.

1.3 SUBSTITUTIONS

No substitutions will be considered unless the specified product becomes unavailable due to no fault of

the Contractor.

1.4 QUALITY ASSURANCE

A. Due to the specialized nature of the specified work and products, all bidders shall be required to have a

minimum of five (5) years of operating history. The equipment described herein shall be products of a

manufacturer regularly engaged in the fabrication of filtration and recirculating systems for at least

fifteen (15) years and shall be a professional engineering corporation.

Page 14: BID REQUEST AND BID 6006 JS S.pdf · and Training on the use of New Equipment of NEW POOL FILTRATION SYSTEM per the following for the UM UMSL Campus in the City of St Louis, MO, 63121,

THIS IS NOT AN ORDER BID NO: 20 6006 JS S

BID DATE: 03/06/2020

14

B. The owner requires that filters bear the National Sanitation Foundation (NSF) seal for Standard #50.

This NSF listing is required by the owner regardless of local health department regulations.

C. The specified filter system shall have had an NSF listing for at least three (3) years prior to the project

bid date.

D. As assurance that each item of apparatus is properly sized to perform in conjunction with each other,

the owner requires bidders to use the filter manufacturer as a single source of supply for the items of

equipment as listed and described herewith.

E. The "EQUIPMENT SUPPLIER" shall be:

NEPTUNE-BENSON, INC.

COVENTRY, RHODE ISLAND

1-800-832-8002

1.5 GUARANTEE

A. The “EQUIPMENT SUPPLIER” shall guarantee that the equipment to be furnished is of the

correct capacity, that the various parts are designed to operate correctly and in conjunction with each

other, that if the installation is made in accordance with the project drawings and operated in accordance

with the suppliers instructions, the system will perform the prescribed functions correctly, the water

entering the pool will be clear, bright, free from suspended matter visible to the unaided eye, and will be

sanitary to the satisfaction of all authorities having jurisdiction.

1.6 SUBMITTALS

A. Provide detailed shop drawings of the items of equipment being provided, indicating the dimensions,

material of the filter tanks, valves, actuators, RMF system controller & accessory components.

B. Provide a complete set of operating instructions, embracing the operational functions and recurring

maintenance processes involved in connection with the complete filtration system.

INSTALLATION AND REMOVAL

1. INSTALLATION

Contractor will install equipment and provide training on equipment for staff. Equipment must be

installed with existing piping and connection. If additonal work is required, this must be specified in the

bid documents.

1.2 REMOVAL

Current filtration system must be removed and disposed of as part of the contract. Contractor will be

reponsible for responsible disposal of equipment. Any need of dumpsters will need to be obtained by the

contractor, current trash receptacles at the facility will not be utilized for the purpose of removal or

disposal of any materials pertaining to this project.

Page 15: BID REQUEST AND BID 6006 JS S.pdf · and Training on the use of New Equipment of NEW POOL FILTRATION SYSTEM per the following for the UM UMSL Campus in the City of St Louis, MO, 63121,

THIS IS NOT AN ORDER BID NO: 20 6006 JS S

BID DATE: 03/06/2020

15

FILTER SYSTEM

2.1 FILTER SYSTEM

A. The filter system under this section shall be a Defender Model.

B. It is the intent of these specifications to describe a filter system complete with all accessory items

supplied and warranted by one manufacturer.

C. The primary components of the system consist of the main filter tank, flex tube filter elements, element

assembly, bump mechanism, vacuum transfer system, sight glass, pressure gauge panel, inspection

(viewing) window, valves, pressure transducers & RMF system controller.

D. All components and related subassemblies shall be factory assembled and tested prior to shipment.

2.2 FILTER SYSTEM CAPACITY

A. The Pool filter system shall have a capacity of filtering _100,000_gallons in ___4__ hours at a rate of

__750_____ gallons per minute. The spa filter shall have a capacity of filtering 2,000 gallons in 2 hours

at a rate of 350 gallons per minute.

B. The system shall consist of ___2______ filter tank(s), one for a 100,000 gallon pool and one

for a 2,000 gallon whirlpool.

C. The filter area shall be provided as specified and as listed in NSF-Standard 50 to provide the specific

filter rate. No modification, manipulation or interpretation of these values shall be permitted.

D. Filter system shall be designed to maximize sq. ft. of filter area while minimizing operating weight.

Systems that operate in excess of 11 lbs. per sq. ft. of filter area shall not be considered.

2.3 FILTER TANKS

A. The filter tank shall be suitable for 50 psi working pressure and hydrostatically tested to 75 psi.

Tank shell shall be not less than ¼” thick. Bottom dished head shall be not less than ¼” thick. Top

flat head shall be not less than 1 1/4” thick. All material shall be Type A-36 carbon steel.

NOTE: Tanks constructed of alternate materials shall not be considered.

Page 16: BID REQUEST AND BID 6006 JS S.pdf · and Training on the use of New Equipment of NEW POOL FILTRATION SYSTEM per the following for the UM UMSL Campus in the City of St Louis, MO, 63121,

THIS IS NOT AN ORDER BID NO: 20 6006 JS S

BID DATE: 03/06/2020

16

B. All welding shall be performed by qualified operators. Joints shall be butt or fillet welded inside

and out by manual or automatic process. Welded joints shall have complete penetration and fusion

with little or no reduction of the thickness of the base metal. Welds shall be free of coarse ripples,

grooves, overlaps, abrupt ridges or valleys. All welded surfaces shall be chipped and brushed clean,

when necessary, leaving no slag or splatter.

C. Tank legs shall be constructed of 6” x 2 ½” channel legs ¼” thick. 24”, 27” and 33" filters shall

have (3) legs. 41”, 49” and 55” filters shall have (4) legs. The material shall be Type A-36 carbon

steel. Bearing plates shall be 10” x 5” x 1/4” type 304L stainless steel. Each bearing plate shall have

(2) 5/8" drilled holes to secure to the floor with the ½" x 4 ½" stainless steel concrete anchors

provided. The legs shall be designed with bolted connections to minimize overall tank height for

shipping and access into the mechanical room. OPTIONAL – REDUCED HEIGHT DEFENDER

– WELDED LEGS – 12” OAH REDUCTION.

D. The tank head shall be bolted to the shell with 7/8” diameter T304 stainless steel threaded rods and

nuts, 9” on center around the tank perimeter.

E. Tank shall be equipped with a UL listed grounding lug.

F. Tank shall incorporate connections for “filter influent, " effluent, " drain; 1-1/2" vacuum transfer

piping, 6” viewing window, and lift shaft gland.

OPTIONAL – FILTERS SP-27 THROUGH SP-55: Tank shall include a 12” diameter access port

with cover and hardware to facilitate cleaning of tube elements and interior inspection of filter.

G. Tank shall include brackets for mounting of RMF System controller, gauge panel, filter / regulator,

vacuum transfer blower, and vacuum hose rack.

Page 17: BID REQUEST AND BID 6006 JS S.pdf · and Training on the use of New Equipment of NEW POOL FILTRATION SYSTEM per the following for the UM UMSL Campus in the City of St Louis, MO, 63121,

THIS IS NOT AN ORDER BID NO: 20 6006 JS S

BID DATE: 03/06/2020

17

H. Tank shall include a integrally mounted hydraulic lifting device (davit). The davit assembly shall be

designed to lift the filter head and include a pivot mechanism allowing the head to rotate 180°, for access

to the tube sheet.

NOTE: Systems requiring additional devices for filter head removal will not be considered.

2.4 FLEXSOL 3000 INTERIOR LINING

A. All interior surfaces shall be grit blasted to white metal condition with a 3-4 mil profile. Blasted surfaces

shall be cleaned of all dust or blast residue. Lining shall be applied as soon as is practical on the same day

blasting is done.

B. Flexsol 3000® shall be a urethane, 100% solid plural component lining. Hardness shall be 75 durometer

on the shore D scale. Break tensile strength shall be 4000 psi with elongation of less than 10%. Adhesion

shall be greater than 2500 psi.

C. Application of Flexsol 3000® lining shall be done by experienced applicators using a high pressure, high

temperature plural component system. All wetted surfaces including flange faces, manway rings and

manway covers shall be lined to 100 mils +/- 10 mils WFT.

D. Hardness shall be verified after curing to ASTM D 2240 standard.

E. Manufacturer shall submit for approval a sample piece of coated steel to determine flexibility, abrasion

tolerance and adhesion integrity.

F. Flexsol 3000® lining shall meet the NSF toxicity standard unconditionally and shall be approved for use

with the NSF approved filter.

G. Flexsol 3000® lined vessels shall carry a ten (10) year limited non-prorated warranty.

H. The filter manufacturer shall bear the responsibility for suitability of lining and shall be the sole source for

the specified warranty.

2.5 EXTERIOR COATINGS

A. All exterior surfaces shall be grit blasted to white metal condition with a 2-3 mil profile. Blasted

surfaces shall be cleaned of all dust or blast residue and primed as soon as is practical on the same day

blasting is done.

B. When priming has dried the coating process will begin. If prime has sat for over twenty-four hours, a

refresher coat will be applied.

C. Two coats of high solids enamel shall be applied for a total developed film thickness of 5-8 mils.

Page 18: BID REQUEST AND BID 6006 JS S.pdf · and Training on the use of New Equipment of NEW POOL FILTRATION SYSTEM per the following for the UM UMSL Campus in the City of St Louis, MO, 63121,

THIS IS NOT AN ORDER BID NO: 20 6006 JS S

BID DATE: 03/06/2020

18

D. Manufacturer is to supply min.16 oz of high solids enamel touch-up paint.

2.6 INTERNAL COMPONENTS

A. The filter shall consist of flex tube elements, filter tube sheet, stainless steel lift shaft and internal flow

diversion assembly.

B. The filter elements shall be flexible tubes that provide the support structure for the media. The outer

wall of each element shall be fabricated of multi-filament high strength polyester braid. Each element

shall have an internal T304 (optional T316) stainless steel spring, which acts a support structure for the

braided filament.

C. The filter element tube sheet shall be fabricated of T304 (optional T316) stainless steel and provide

both support for the top of the element assembly as well as water tight seal to prevent media from

escaping the filter tank.

D. The lift shaft shall be fabricated from T304 (optional T316) stainless steel and provide the internal

connection between the filter element tube sheet and the external bump mechanism.

E. The filter influent connection shall be fitted with a T304 (optional T316) stainless steel flow diversion

assembly to eliminate disturbance to the filter elements during operation.

F. All stainless steel wetted fasteners shall be Type 304. (optional T316)

NOTE: Systems utilizing rigid elements with replaceable filter septum shall not be considered.

2.7 BUMP MECHANISM

The bump mechanism shall include a pneumatically operated tire mounted externally on the filter

tank head. The tire is alternately pressurized then depressurized causing the connected filter element

assembly to move in a downward then upward fashion. This movement shall provide the means of

Page 19: BID REQUEST AND BID 6006 JS S.pdf · and Training on the use of New Equipment of NEW POOL FILTRATION SYSTEM per the following for the UM UMSL Campus in the City of St Louis, MO, 63121,

THIS IS NOT AN ORDER BID NO: 20 6006 JS S

BID DATE: 03/06/2020

19

dislodging the media and accumulated solids, which then recoat the filter element.

NOTE: Systems that do not incorporate a pneumatic bump mechanism shall not be considered.

2.8 VACUUM TRANSFER SYSTEM

A. The vacuum transfer system shall be provided to allow the recharging of media into the filter for either

bag or bulk media.

B. The vacuum shall include a 5 peak HP 115V single phase motor 60 Hz, cULus listed.

C. Vacuum shall be supplied with mating electrical connections pre-wired into RMF System controller for

field final connection in a pre-assembled junction box.

D. Provide three (3) 1-1/2” SCH 80 PVC ball valves: for the vacuum drain line, the blower inlet and the

vacuum hose.

E. The Manufacturer shall provide all necessary pipe, fittings and hardware for field plumbing of the

vacuum transfer system.

F. Provide 1-1/2” vacuum hose with required fittings.

NOTE: Systems requiring external precoat mixing tanks, slurry feed, or other wet media transfer

devices shall not be considered.

2.9 RMF SYSTEM CONTROLLER

A. The automatic controller shall provide total control of the system's filtration and regeneration cycles, and

provide all necessary equipment interlocks and timing mechanisms to execute the filter program.

B. The controller shall contain at least two microprocessors that will monitor all functions of the system.

C. The controller shall contain also control the operation of the following functions:

Page 20: BID REQUEST AND BID 6006 JS S.pdf · and Training on the use of New Equipment of NEW POOL FILTRATION SYSTEM per the following for the UM UMSL Campus in the City of St Louis, MO, 63121,

THIS IS NOT AN ORDER BID NO: 20 6006 JS S

BID DATE: 03/06/2020

20

Standard Features

1. Bump cycle / manual or automatic; with or without security interlock for data logging

2. Precoating of the filter elements

3. Stopping and starting of the main recirculation pump

4. Opening and closing of pneumatically operated valving

5. Vacuum transfer system

6. Heater cool down delay

7. Auxiliary contacts to interlock UV lamps, chemical control, or other equipment

8. 7 inch Hi-Res LCD Screen with Tactile Feedback Membrane

9. Last Bump™ and Bump-n-Go™ Features

10. Remote Operation via browser or phone

11. Off Site Real-Time Status

12. Email on change of condition

13. Data logging of process

14. Differential Pressure Monitoring and Bump Control

15. Automatic maintenance reminders

16. Exporting of process data logs to .csv Excel™ files

17. Modbus Communications for PLC connectivity

D. The controller panel shall display the following functions:

1. Filter status

2. Precoat status

3. Last Bump

4. Recirculating pump status

5. Vacuum transfer pump status

6. System power

7. Low Pressure Alarm

8. Recirculating Pump Off Alarm

9. Pressure Differential

10. Flow Rate (when interlocked with VFD)

11. Step by step animated graphics

E. The controller enclosure shall be NEMA 4x/IP66 approved system.

F. The RMF controller will provide signal power to the main recirculating pump motor starter. The unit is

required to be a variable frequency drive (VFD) and is to be installed with control wiring by the

electrical contractor.

G. The RMF shall be 120V/230V, 1 phase, 20 amp rated and shall be UL labeled.

Page 21: BID REQUEST AND BID 6006 JS S.pdf · and Training on the use of New Equipment of NEW POOL FILTRATION SYSTEM per the following for the UM UMSL Campus in the City of St Louis, MO, 63121,

THIS IS NOT AN ORDER BID NO: 20 6006 JS S

BID DATE: 03/06/2020

21

H. NOTE: Systems without programmable, automatic bump/regeneration/filter modes shall not be

considered.

I. Options

1. Automated Main Drain and Purge Line Control Package

2. 24/7/365 Data Monitoring and Activity Package

3. Automated EZ Strainer Control for UV Systems.

2.10 VFD

A. A Variable Frequency Drive (VFD) shall be provided with each Defender (one per filter pump) for

control of the filter pump motor.

B. The Variable Frequency Drives (VFDs) shall be solid state, with a Pulse Width Modulated (PWM)

output. The VFD package as specified herein shall be enclosed in a NEMA 12 enclosure, completely

assembled, programmed and tested by the manufacturer. The VFD shall convert incoming fixed

frequency three-phase AC power into a variable frequency and voltage for controlling the speed of three-

phase AC induction motors. The VFD shall be a six-pulse input design. The VFD shall be of a PWM

output design utilizing current IGBT inverter technology and voltage vector control of the output PWM

waveform and shall output a waveform that closely approximates a sine wave.

C. Option for Single Phase input: The VFD shall convert incoming fixed frequency single-phase AC power

into a variable frequency and voltage for controlling the speed of three-phase AC induction motors. The

VFD shall be UL-listed for Single Phase operation. De-rating the VFD for operation on other than UL-

labeled voltages shall not be acceptable. The VFD shall be a six-pulse input design. The VFD shall be

of a PWM output design utilizing current IGBT inverter technology and voltage vector control of the

output PWM waveform and shall output a waveform that closely approximates a sine wave.

D. The VFD shall utilize VVCPLUS, an output voltage-vector switching algorithm, or equivalent, in both

variable and constant torque modes. VVCPLUS provides rated RMS fundamental voltage from the VFD.

This allows the motor to operate at a lower temperature rise, extending its thermal life. VFD’s that

cannot produce rated RMS fundamental output voltage or require the input voltage to be increased above

motor nameplate value to achieve rated RMS fundamental output voltage are not acceptable. VFD’s that

utilize Sine-Coded PWM or Look-up tables shall not be acceptable.

E. An Automatic Energy Optimization (AEO) selection feature shall be provided in the VFD to minimize

energy consumption in variable torque applications. This feature shall optimize motor magnetization

voltage and shall dynamically adjust output voltage in response to load, independent of speed. Output

voltage adjustment based on frequency alone is not acceptable for single motor VT configurations.

Page 22: BID REQUEST AND BID 6006 JS S.pdf · and Training on the use of New Equipment of NEW POOL FILTRATION SYSTEM per the following for the UM UMSL Campus in the City of St Louis, MO, 63121,

THIS IS NOT AN ORDER BID NO: 20 6006 JS S

BID DATE: 03/06/2020

22

F. An Automatic Motor Adaptation (AMA) function shall measure motor stator resistance and reactance

to optimize performance and efficiency. It shall not be necessary to spin the motor shaft or de-couple the

motor from the load to accomplish this optimization. Additionally, the parameters for motor resistance

and motor reactance shall be user-programmable.

G. Run permissive circuit shall be provided to accept a “system ready” signal to ensure that the VFD does

not start until isolation valves, seal water pumps or other types of auxiliary equipment are in the proper

state for VFD operation. The run permissive circuit shall also be capable of sending an output signal as a

start command to actuate external equipment before allowing the VFD to start.

H. All Green Drive VFDs shall be factory programmed per the unique requirements of each job per Neptune

Benson specifications. Programming shall include but shall not be limited to filter pump, remote

start/stop requirements, run confirm requirements and PID loop requirements.

I. VFDs and options shall be UL, CUL, and CE labeled as a component.

J. Harmonic Distortion Control:

a. The VFD shall provide internal DC link reactors to minimize power line harmonics and to

provide near unity power factor. DC Link reactor shall be installed so that power fluctuations

to the DC Capacitors shall be reduced to increase Capacitor life. VFDs without a DC link

reactor shall provide a 5% impedance line side reactor and provide spare capacitors.

K. Specifications:

a. Input voltage 200-240, 380-480, 575-600 VAC +/- 10%, 3 phase, 48-63 Hz.

b. Voltage tolerance + 10% or – 15% of specified line voltage.

c. Output Frequency 0 to 300 Hz. Operation above 60 Hz shall require

programming changes to prevent inadvertent high-speed operation.

d. Environmental operating conditions: -10 to 50 °C, 0 to 1000 meters above sea level, less than

90% humidity, non-condensing.

e. Enclosure shall be rated NEMA 12 or as specifically mentioned elsewhere.

L. The VFD shall be wired into the RMF system controller to provide remote for on/off and run confirm

functions. Wiring shall be by electrical contractor.

Page 23: BID REQUEST AND BID 6006 JS S.pdf · and Training on the use of New Equipment of NEW POOL FILTRATION SYSTEM per the following for the UM UMSL Campus in the City of St Louis, MO, 63121,

THIS IS NOT AN ORDER BID NO: 20 6006 JS S

BID DATE: 03/06/2020

23

M. The VFD shall be a Green Drive series.

N. The VFD shall be equipped with a bypass. Bypass option shall send the motor to bypass mode based on

an easily accessible door-mounted selector or based on the drive’s programmable relay. A bypass pilot

light shall provide indication of the bypass mode. The bypass mode shall provide overload protection.

Contactors shall be electrically and mechanically interlocked. An essential services mode shall send the

motor to bypass regardless of the selected mode.

O. The bypass enclosure shall be equipped with a circuit breaker/disconnect switch.

2.11 FLOWMETER

A. A digital flowmeter shall be included with a 4-20mA 0-10 VDC analog output.

B. The flowmeter shall be wired into the VFD to provide automatic speed control of the filter pump

motor.

C. The VFD shall compensate for varying filter head losses by maintaining the specified flowrate with

the 4-20mA output signal of the flowmeter.

2.12 FILTER / REGULATOR

Each filter shall include a combination filter / regulator. The regulator shall be adjustable from 0 –

120 p.s.i. 1/2” F.P.T. connections shall be provided for field installation of air lines.

2.13 WATER SEPARATOR

One water separator with automatic drain shall be included for each air compressor supplied. 1/2”

F.P.T. connections shall be provided for field installation of air lines.

2.14 AIR COMPRESSOR

The system will require (1) air compressor per mechanical room. The following is the minimum

Page 24: BID REQUEST AND BID 6006 JS S.pdf · and Training on the use of New Equipment of NEW POOL FILTRATION SYSTEM per the following for the UM UMSL Campus in the City of St Louis, MO, 63121,

THIS IS NOT AN ORDER BID NO: 20 6006 JS S

BID DATE: 03/06/2020

24

requirement:

20 gallon tank, 2 HP 115v, 1 phase, 15 amp, 5.2 CFM @ 90 psi, air pressure gauge, pressure relief

valve, belt guard, pressure switch, air filter, tank drain.

2.15 PNEUMATIC ACTUATORS

A. Each filter shall include pneumatic actuators for (1) effluent valve and (1) precoat valve.

B. The actuators shall be double acting with valve mounted drilling to ISO 5211.

C. The actuators shall include (2) 1/4" FPT ports for open / close connections. Flow control valves with

quick connect fittings shall be provided at each port to allow speed control adjustment for the open /

close function of the actuators.

D. Materials of Construction

1. Body: aluminum alloy, extruded acc. to ASTM 6063, anodized acc. to UNI 4522

2. Ends: Die-cast in aluminum alloy acc. To ASTM B179, epoxy-polyester coated

3. Pistons: Die-cast in aluminum alloy acc. To ASTM B179

4. Pinion: Nickel-plated steel

5. Slideways: Acetal resin (LAT LUB 731320T)

6. Fasteners: AISI 304 Stainless steel

7. Springs: Zinc phosphate coated steel, pre-compressed

8. Seals: NBR Nitrile rubber

9. Lubricant: MoS2

E. The actuators shall be factory lubricated to allow for 1,000,000 maneuvers.

F. The actuators shall have adjustable travel stops for both directions.

G. Working temperature limits: 4ºF to 186ºF. NOTE: Systems utilizing manually operated valves shall not

be considered.

H. A tool kit for adjustment of pneumatic actuators shall be provided by the filter manufacturer.

2.16 SOLENOID VALVES

A. Each filter shall include three (3) single solenoid, 4-way valves mounted on a multi-station manifold

for operation of the pneumatic actuators and bump mechanism.

B. The solenoids valves shall include lighted DIN connectors.

C. The solenoid valves shall be factory lubricated and shall not require any field lubrication.

Page 25: BID REQUEST AND BID 6006 JS S.pdf · and Training on the use of New Equipment of NEW POOL FILTRATION SYSTEM per the following for the UM UMSL Campus in the City of St Louis, MO, 63121,

THIS IS NOT AN ORDER BID NO: 20 6006 JS S

BID DATE: 03/06/2020

25

D. The solenoid valves with multi-station manifold shall be located on the bottom of the automatic

controller, factory wired and include quick connect fittings for attachment to the pneumatic actuators and

bump mechanism.

E. The solenoid valves shall be SMC Series SY 7000.

2.17 VALVES

A. All valves 3” – 12” shall be constructed with cast aluminum ASTM B179S12C housing and fully coated

with Rilsan on all interior and exterior surfaces. Internal components include EPDM resilient lining,

Rilsan coated ductile iron disc and T304 stainless steel shaft. Valves 14” and larger shall be constructed

with cast iron housing epoxy coated and with nylon coated ductile iron disc.

B. Valves shall be butterfly valves and shall be provided for the influent, effluent and precoat lines.

2.18 SYSTEM VALVES

A. Each defender filter shall include Five (5) system valves to facilitate system fill after media recharge,

precoat/regeneration, influent & effluent for filtering and media dump/drain valve.

B. The precoat/regeneration and effluent valves shall be butterfly type with pneumatic actuators per 2.15.

C. The system fill valve shall be butterfly type with lever operator and shall be the same size as the

precoat/regeneration valve.

D. The influent valve shall be a wafer type check valve, ductile iron body w/double disc, SS type 304.

E. The dump/rinse valve shall be butterfly type, lever operated with SS extension to facilitate operation.

2.18a MAIN DRAIN & TDS (optional)

Each defender shall include a pneumatically operated drain valve and precoat vent valve to assist with

removing debris from the tank bottom and to provide controlled water to waste for makeup & TDS control.

2.18b EZ STRAINER FOR UV (optional)

A wafer type EZ Strainer shall be provided with a pneumatically operated 180° actuator with solenoid

valve for UV for automatic cleaning of collected debris.

2.19 DRAIN REQUIREMENTS (BY OTHERS)

A. A sump pit or stand pipe is required for dumping spent media and rinsing tube elements.

B. To prevent overflow the sump or stand pipe drain piping should be sized for 300 gpm capacity.

Page 26: BID REQUEST AND BID 6006 JS S.pdf · and Training on the use of New Equipment of NEW POOL FILTRATION SYSTEM per the following for the UM UMSL Campus in the City of St Louis, MO, 63121,

THIS IS NOT AN ORDER BID NO: 20 6006 JS S

BID DATE: 03/06/2020

26

C. If drain piping cannot be sized for 300 gpm, or if the sewer is at an elevation higher than the filter tank

drain, use the following minimum sump sizes:

Model SP-24 130 gals

Model SP-27 160 gals

Model SP-33 250 gals

Model SP-41 450 gals

Model SP-49 620 gals

Model SP-55 850 gals

Use a sump pump to transfer waste to sewer.

NOTE: Systems that can not dump spent media by gravity drain only shall not be considered.

2.20 PACKAGING

A. For loading and unloading, filter tank diameters 24” – 41” shall be bolted to individual wooden pallets.

Filter tank diameters 49” and 55” shall be equipped with temporary lifting legs. All tanks shall be

shrink wrapped to prevent damage during transport.

B. The components shall be carefully packaged in a totally enclosed wooden crate to prevent damage

during transport.

2.21 MEDIA

A. Media shall be expanded perlite with a median particle size of 37 microns. Percentage retained on a

+150 Tyler Mesh shall not be less than 8% or more than 25%. Darcy permeability shall be between 1.2-

1.85.

B. The media shall contain no more than 1 tenth of one percent (.001) of crystalline silicate.

C. The media shall be certified by the Manufacturer for use in the Defender Filter. The media shall be

NSF Std. 50 listed.

D. The media shall be Aquaperl/Harborlite.

F. Each Defender filter shall be furnished with six (6) charges of perlite media.

Page 27: BID REQUEST AND BID 6006 JS S.pdf · and Training on the use of New Equipment of NEW POOL FILTRATION SYSTEM per the following for the UM UMSL Campus in the City of St Louis, MO, 63121,

THIS IS NOT AN ORDER BID NO: 20 6006 JS S

BID DATE: 03/06/2020

27

2.22 FILTER CLEANER

A. Each Defender filter shall be furnished with one (1) charge of chemicals for cleaning and degreasing of

filter tube elements.

2.23 WARRANTIES

A. Defender filter tanks with Flexsol 3000 shall carry a 10 year limited fully rated warranty as regularly

offered by the tank manufacturer.

B. Internal components, including tube elements, shall carry a fully rated 10 year warranty.

C. Valve bodies shall carry a 5 year fully rated warranty.

D. Valve operators and system accessories including the RMF controller, quick exhaust valve, solenoid

valve and bump mechanisms shall carry one year warranty as provided by the product manufacturer.

E. Unless otherwise specified, workmanship is to be guaranteed first class and carry a one (1) year

warranty.

Page 28: BID REQUEST AND BID 6006 JS S.pdf · and Training on the use of New Equipment of NEW POOL FILTRATION SYSTEM per the following for the UM UMSL Campus in the City of St Louis, MO, 63121,

THIS IS NOT AN ORDER BID NO: 20 6006 JS S

BID DATE: 03/06/2020

28

BID FORM

(Name of firm or individual bidding)

REQUEST FOR BIDS

FOR

FURNISHING, DELIVERY AND INSTALLATION

OF

POOL FILTRATION SYSTEM REPLACEMENT

FOR

THE CURATORS OF THE UNIVERSITY OF MISSOURI

FOR

THE UNIVERSITY OF MISSOURI – ST LOUIS, MO

RFB # 20 6006 JS S

CLOSING DATE: April 16, 2020

TIME: 3:00 PM, Central Time

The undersigned proposes to furnish the following items and/or services at the prices quoted and agree to

perform in accordance with all requirements and specifications contained within this Request for Bid issued by

the University of Missouri.

Please attach separate, detailed documents addressing qualifications, references, breakdown of price, warranty,

delivery and any other items requested previously in this bid.

Page 29: BID REQUEST AND BID 6006 JS S.pdf · and Training on the use of New Equipment of NEW POOL FILTRATION SYSTEM per the following for the UM UMSL Campus in the City of St Louis, MO, 63121,

THIS IS NOT AN ORDER BID NO: 20 6006 JS S

BID DATE: 03/06/2020

29

AUTHORIZED BIDDER REPRESENTATION

Number of calendar days delivery after receipt of

order

Payment Terms

Authorized Signature

Date

Printed Name

Title

Company Name

Mailing Address

City, State, Zip

Phone No. Federal Employer ID No.

Fax No.

E-Mail Address

Circle one: Individual Partnership Corporation

If a corporation, incorporated under the laws of the State of__________

Licensed to do business in the State of Missouri? ____yes _____no

This signature sheet must be returned with your bid.

Page 30: BID REQUEST AND BID 6006 JS S.pdf · and Training on the use of New Equipment of NEW POOL FILTRATION SYSTEM per the following for the UM UMSL Campus in the City of St Louis, MO, 63121,

THIS IS NOT AN ORDER BID NO: 20 6006 JS S

BID DATE: 03/06/2020

30

ATTACHMENT A

SUPPLIER DIVERSITY PARTICIPATION FORM

The University of Missouri System is committed to and supports supplier diversity because it is essential to the

University’s mission and core values. The University’s Supplier Diversity efforts reflect this mission.

Tier 2 Supplier Diversity Information - The University strongly encourages Supplier Diversity participation in all of its

contracts for goods and services. Tier 2 Spend is spend reported by primary suppliers of the University of Missouri who

subcontract work to, or make purchases from a diverse supplier. Depending upon the contract, primary suppliers will be

asked to submit Tier 2 information with Women and Diverse Owned companies. Suppliers have two options in reporting

Tier 2 dollars depending on the terms of the contract: Direct and Indirect. Awarded suppliers may be asked to utilize

CVM Solutions for reporting Tier 2 spend.

Direct dollars - those dollars directly spent with Women and Diverse Owned suppliers in the fulfillment of the

contract.

Indirect dollars - based on a percentage of revenue the University represents to the supplier. An example is as

follows:

o Supplier's Total Revenues: $10,000,000

o Revenues from University $: $ 4,000,000

o University % of Total Revenues: 40% (#2 divided by #1)

o Total MBE Dollars $: $ 150,000

o Total WBE Dollars $: $ 150,000

o Total University Attributable MBE $: $ 60,000 (#3 multiplied by #4)

o Total University Attributable WBE $: $ 60,000 (#3 multiplied by #5)

o Total University Attributable MWBE $: $ 120,000 (Sum of #6 and #7)

o University % Attributable Revenue: 3% (#8 divided by #2)

1. Does your company have a Supplier Diversity Program? If so, describe efforts your company has made to

increase business with Women and Diverse Owned businesses (i.e. does your company have a policy statement,

participate in outreach activities, promote diverse firm subcontracting, publicize contract opportunities, provide

certification assistance, etc.?) Please provide examples (use additional pages if needed): ____________________

_________________________________________________________________________________

_________________________________________________________________________________

2. What percentage of your company's total contracting and procurement spend for the prior year was with Women

and Diverse Owned businesses? Are you able to provide this information specific to University of Missouri

business? ________________________________________________________________________

________________________________________________________________________

3. Complete the following table indicating the percentage your company will subcontract with certified Women and

Diverse Owned businesses should your company be the successful bidder. Note: If your company does not plan to

use Women and Diverse Owned businesses to fulfill your contract obligations, please explain why not.

Page 31: BID REQUEST AND BID 6006 JS S.pdf · and Training on the use of New Equipment of NEW POOL FILTRATION SYSTEM per the following for the UM UMSL Campus in the City of St Louis, MO, 63121,

THIS IS NOT AN ORDER BID NO: 20 6006 JS S

BID DATE: 03/06/2020

31

Supplier Name

% of Contract

Specify Direct or

Indirect

If there are questions regarding supplier diversity at the University, contact Teresa Vest,

[email protected].

---------------------------THIS FORM MUST BE SUBMITTED WITH THE RESPONSE-----------------------

--

Page 32: BID REQUEST AND BID 6006 JS S.pdf · and Training on the use of New Equipment of NEW POOL FILTRATION SYSTEM per the following for the UM UMSL Campus in the City of St Louis, MO, 63121,

THIS IS NOT AN ORDER BID NO: 20 6006 JS S

BID DATE: 03/06/2020

32

ATTACHMENT B

SUPPLIER REGISTRATION INFORMATION

Completion of this section is strongly encouraged. Please review and check ALL applicable boxes.

SMALL BUSINESS CONCERN: _____Yes _____No

The term “small business concern” shall mean a business as defined pursuant to Section 3 of the Small Business Act and

relevant regulations issued pursuant thereto. Generally, this means a small business concern organized for profit, which is

independently owned and operated, is not dominant in the field of operations in which it is bidding. We would consider

any firm with 500 employees or less a “small business concern”.

WOMAN OWNED BUSINESS (WBE): ______Yes _____No

A woman owned business is defined as an organization that is 51% owned, controlled and/or managed, by a woman. The

determination of WBE status depends solely on ownership and operation and is not related to employment. The firm

should be certified by a recognized agency (e.g., state, local, federal, etc.). Please see Public Law 106-554 for more detail.

MINORITY BUSINESS ENTERPRISE (MBE): _____Yes _____No

A minority business is defined as an organization that is 51% owned, controlled and/or managed by minority group

members. The determination of minority status depends solely on ownership and operation and is not related to

employment. The firm should be certified by a recognized agency (e.g., state, local, federal, etc.). Please see Public Law

95-507 for more detail. Place an X by the appropriate space below.

1. Asian-Indian - A U.S. citizen whose origins are from India, Pakistan and Bangladesh _______ (A)

2. Asian-Pacific - A U.S. citizen whose origins are from Japan, China, Indonesia, Malaysia, Taiwan, Korea,

Vietnam, Laos, Cambodia, the Philippines, Thailand, Samoa, Guam, the U.S. Trust Territories of the Pacific or the

Northern Marianas. _______ (P)

3. Black - A U.S. citizen having origins in any of the Black racial groups of Africa. _______ (B)

4. Hispanic - A U.S. citizen of true-born Hispanic heritage, from any of the Spanish-speaking areas Mexico, Central

America, South America and the Caribbean Basin only. _______ (H)

5. Native American - A person who is an American Indian, Eskimo, Aleut or Native Hawaiian, and regarded as

such by the community of which the person claims to be a part. _______ (N)

A Veteran or Service Disabled Veteran business is defined as an organization that is 51% owned, controlled and/or

managed by Veterans. The firm should be certified by a recognized agency (e.g., state, local, federal, etc.). Please see

Public Law 109-461 for more detail.

VETERAN BUSINESS ENTERPRISE _____Yes ______No

SERVICE DISABLED VETERAN BUSINESS ENTERPRISE _____Yes _____No

Page 33: BID REQUEST AND BID 6006 JS S.pdf · and Training on the use of New Equipment of NEW POOL FILTRATION SYSTEM per the following for the UM UMSL Campus in the City of St Louis, MO, 63121,

THIS IS NOT AN ORDER BID NO: 20 6006 JS S

BID DATE: 03/06/2020

33

MISSOURI FIRM: _____Yes _____No

A Missouri Firm is defined as an organization which has and maintains within the State of Missouri a regular place of

business for the transaction of their business.

SUPPLIER’S CERTIFICATION:

The undersigned hereby certifies that the foregoing information is a true and correct statement of the facts and agrees to

abide by the laws of the State of Missouri and the rules and regulations of the University of Missouri System now in

effect including any subsequent revisions thereof. Supplier acknowledges that it is his/her responsibility to keep the

information current by notifying the University of Missouri of any changes.

Signature of Person Authorized to Sign this Supplier Registration Information Form

Title: ______________________________________ Date: __________________