BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY RECONDITION MUFFIN MONSTER ELECTRIC (DATE): DEC.

Similar documents
TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CONNECTICUT

COUNTY OF OSWEGO PURCHASING DEPARTMENT

OSWEGO COUNTY PURCHASING DEPARTMENT

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

REQUEST FOR BID # TIRE DISPOSAL SERVICES

TERMS AND CONDITIONS OF THE INVITATION TO BID

REQUEST FOR PROPOSAL Enterprise Asset Management System

Calhoun Community College will receive sealed bids for the following item(s): Bid #19-14: Iron Worker and Band Saw Machine

Request for Proposal. Microsoft Exchange Migration Project

Furnish Traffic Safety Cones as specified below to be F.O.B. delivered to the locations listed, on or prior to the delivery date specified.

INVITATION TO BID. Kenai Peninsula Borough Personal Property Tax Account Number:

REQUEST FOR BID # JAIL WATER SOFTENER SYSTEM

Office of the Director of Procurement Issued: Monday, October 23, Proposals Due by 12:00 NOON, EST on Wednesday, November 15, 2017 to:

RETRO REFLECTIVE GLASS BEADS

LEGAL NOTICE - RFP WANTED. Automated Refuse Container Lids, For 300 Gallon Capacity Containers GENERAL INFORMATION AND INSTRUCTIONS

STANDARD TERMS AND CONDITIONS FOR TENDERS, PROPOSALS, CONTRACTS AND QUOTATIONS

BID INVITATION. Bid Invitation

INVITATION FOR BID Annual Water Meter Purchase

INVITATION TO BID ITB # 14-04D Water Meters

Bid #15-15 Goodyear Tires

Invitation to Bid Instructions to Bidders Bid Specifications Bid Proposal Bid Sheet Contract Checklist

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES

CITY OF DES PLAINES PROPOSAL AND CONTRACT FOR PURCHASE AND DELIVERY OF PRODUCTS BARRACUDA BACKUP SERVER ISSUED: APRIL 2016

REQUEST FOR BID 3D PRINTER FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2017-B02

REQUEST FOR PROPOSAL Police Department Roof System Renovation

IMPORTANT: Please review all the Terms and Conditions outlined in the Conditions and Instructions to Bidders section of this BID.

INVITATION FOR BID KITCHEN EQUIPMENT - POS. BID DUE: Tuesday, November 20, 2018 at 10:30 a.m.

This is NOT AN ORDER, it is an invitation for a competitive sealed proposal.

ATTENTION ALL BIDDERS

INVITATION TO BID. 3. All bids submitted will be considered firm for a period of 60 days from the bid opening date.

REQUEST FOR QUOTATION

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY ATHLETIC SUPPLIES (DATE): FRBRUARY 14, 2019

Mesquite Independent School District

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES

ATTENTION ALL BIDDERS

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

1. Furnish and Install New Chain Link Fence 1608 LF $ $ (6 Steel Chain Link Fence with 3 Strands of Barbed Wire)

REQUEST FOR BID # DEDICATED INTERNET ACCESS SERVICE 100M

LED Lighting. 3.3 Bidder shall furnish the required information typed or written in ink.

Saddles for Sale RFSB # N

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

BID ON LIQUID CHLORINE & SODIUM HYPOCHLORITE

City of Mexico Beach Replacement of Fire Department Roofing Shingles

CITY OF SPRING HILL, TENNESSEE

BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA INVITATION FOR BID

ATTENTION ALL BIDDERS

SECTION INSTRUCTIONS TO BIDDERS

ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT # North Orlando Smith Road Oglesby, Illinois Passenger Shuttle Bus - Bid # PR-08-13

BID ON ALUMINUM SULFATE

RFP # OFFICE SUPPLIES PROPOSAL OPENING DATE: July 16, 2015

CITY OF FAIRBANKS BID REQUEST FOR FURNISHING LED STREET LIGHT FIXTURES (MATERIALS ONLY) THE CITY OF FAIRBANKS PUBLIC WORKS DEPT BID NUMBER: FB-14-41

NOTICE INVITING BIDS FOR PURCHASE AND REMOVAL OF SURPLUS PASSENGER CARS/RAIL EQUIPMENT

SPECIFICATIONS. Autoclave/Sterilizer FOR. Lake Land College District Number 517 Mattoon, Illinois PROJECT NO Bid Date; May 22, 2018

Invitation For Bid (IFB) Bid Description: Citrix Presentation Server Enterprise Edition 1 Issued: May 22, 2008 THE CITY OF TULSA, OKLAHOMA

CITY OF FREEPORT Water & Sewer Commission GIS DATA COLLECTION EQUIPMENT 524 W. STEPHENSON STREET FREEPORT, IL BID DOCUMENTS MARCH 2012


INVITATION FOR BID Chipeta Lake Park Tree Trimming

Effective 08/01/2005 1/6

ONE (1) OR MORE NEW 75 CUBIC YARD CLOSED TOP EJECTOR TRAILERS

REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas THIS IS NOT AN ORDER

CITY OF HOPKINSVILLE

Office of the Director of Procurement Issued: Friday, May 20, Proposals Due by 12:00 NOON, EST on Tuesday, June 7, 2016 to:

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

INVITATION FOR BID Bid #1012 Ambulance Graphics

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

FLORIDA DEPARTMENT OF LAW ENFORCEMENT

The PTC reserves the right to reject any or all bids. PTC may terminate any resulting contract upon a thirty (30) day written notice.

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Tools and Maintenance Shop Equipment. office.

ICON DRILLING PURCHASE ORDER TERMS & CONDITIONS

CHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid

The intent of this bid is to purchase soccer uniforms to be issued by the Parks & Recreation Department to youth soccer program participants.

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M.

LEGAL NOTICE REQUEST FOR BID SEALED BID For. Reinforcing Steel for Freymuth Road Box Culvert. For

REQUEST FOR BID. Bid Number Softball Field Netting Barrier Orange Coast College

UNICEF MOLDOVA United Nations Children s Fund Telephone

Legal Services for Representation to Indigent Parents RFP Laramie County

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR PURCHASE OF DISH PANS TO REDUCE INFILTRATION AND INFLOW

INVITATION TO BID ITB # 13-03D Ductile Iron Pipe

COPY PAPER BID #1711. Due Date: Monday, October 17, :00 A.M.

Credit Application and Agreement (Please Type or Print)

CITY OF SPRING HILL, TENNESSEE REQUEST FOR PROPOSAL FOR ELECTRO-HYDRAULIC COMBINATION TOOL

City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona (520) Fax (520)

CITY OF HAYS, KANSAS BID PROPOSAL REQUEST FOR. Portable Air Compressor TABLE OF CONTENTS

PRECAST CONCRETE BOX CULVERT FOR DAYTON CULVERT No. 11

Website: INVITATION TO BID Excavator

PLEASE DIRECT ANY QUESTIONS REGARDING THIS BID TO: BID INVITATION FOR: SECURITY SYSTEM EQUIPMENT AND INSTALLATION (202380)

STANDARD TERMS AND CONDITIONS OF SALE

TO ALL PROSPECTIVE BIDDERS:

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

SECTION A - INSTRUCTIONS

FLORENCE COUNTY SOUTH CAROLINA INVITATION-TO-BID NO /13 DESKTOP LIVE SCAN PLUS SYSTEM FLORENCE COUNTY SHERIFFS OFFICE

DISTRIBUTOR AGREEMENT

Mesquite Independent School District

Request for Bids (RFB) Fire Extinguisher Services (Service/Price Agreement)

BETHLEHEM AREA SCHOOL DISTRICT 1516 SYCAMORE STREET BETHLEHEM PA REQUEST FOR BIDS TIRES & SERVICE School Year BIDS DUE: JUNE 4, 2018

HOPKINSVILLE WATER ENVIRONMENT AUTHORITY

REQUEST FOR PROPOSAL Rotary Park Arroyo Maintenance

Town of Templeton, Massachusetts Invitation for Bids Bulk Salt/Rock Salt

Transcription:

BID RESPONSE LABEL Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered by Federal Express, United Parcel Service or other persons shall be delivered to Director of General Services, Town of Manchester, 494 Main Street, Manchester, CT 06040. The appropriate pre-addressed label below must be affixed to the envelope containing your proposal. THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY BID NO. 16/17-57 TO BE OPENED: RECONDITION MUFFIN MONSTER ELECTRIC (DATE): DEC. 21, 2016 GRINDER SERIES 30001-0018 EXCHANGE PROGRAM (2-INCH HEX) (TIME): 11:00 A.M. TO: DIRECTOR OF GENERAL SERVICES TOWN OF MANCHESTER LINCOLN CENTER 494 MAIN STREET P.O. BOX 191 MANCHESTER, CT 06045-0191 THIS LABEL FOR USE WITH HAND DELIVERY (I.E., FED EX, UNITED PARCEL SERVICE) BID NO. 16/17-57 TO BE OPENED: RECONDITION MUFFIN MONSTER ELECTRIC (DATE): DEC. 21, 2016 GRINDER SERIES 30001-0018 EXCHANGE PROGRAM (2-INCH HEX) (TIME): 11:00 A.M. TO: DIRECTOR OF GENERAL SERVICES TOWN OF MANCHESTER LINCOLN CENTER 494 MAIN STREET MANCHESTER, CT 06040

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CONNECTICUT 06045-0191 BID NO. 16/17-57 INVITATION TO BID FOR RECONDITION MUFFIN MONSTER ELECTRIC GRINDERS SERIES 30001-0018 EXCHANGE PROGRAM (2-INCH HEX) DATE OF BID OPENING: DECEMBER 21, 2016 TIME: 11:00 A.M. In accordance with the provisions of the Town Charter, sealed proposals will be received in the Office of the Director of General Services of the Town of Manchester, Connecticut, not later than the date and time set forth above, for furnishing the commodities and/or services listed herein. Proposals must be executed in accordance with and subject to instructions and specifications contained herein. The Town of Manchester is an equal opportunity employer, and requires an affirmative action policy for all of its Contractors and Vendors as a condition of doing business with the Town, as per Federal Order 11246. By signing the Proposal Sheet for this bid, all vendors and contractors agree to this condition of doing business with the Town and should the Town choose to audit their compliance, the vendor agrees to cooperate fully. SPECIAL INSTRUCTIONS 1. This bid and any addenda will be issued on the Town of Manchester website at http://generalservices1.townofmanchester.org/index.cfm/bids/. It shall be the responsibility of the bidder to download this information. THE TOWN OF MANCHESTER WILL NOT MAIL A SEPARATE HARD COPY OF ADDENDUM TO BIDDERS. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. No addendum shall be issued less than 2 calendar days before the due date unless it is to change the due date. 2. Bid prices may not be withdrawn by bidder for 90 days after bid opening. 3. All questions or inquiries must be submitted at least 7 days before the bid opening. 4. The enclosed pre-addressed label must be attached to the envelope containing your bid.

BOARD OF DIRECTORS TOWN OF MANCHESTER, CONNECTICUT RULES AND REGULATIONS FOR COMPETITIVE BIDDING INCLUDING INSTRUCTIONS TO BIDDERS These rules and regulations have been adopted by the Board of Directors of the Town of Manchester pursuant to Section 5-22 of the Town Charter. They are standard for all competitive bidding proposals issued by the Town of Manchester, Connecticut for contracts of all types where labor, materials and necessary equipment to complete work is to be furnished to the Town, where the Town is to purchase supplies, materials and equipment, where the Town is to sell surplus materials and equipment, or where the Town is to sell real estate. These rules and regulations shall be binding upon all prospective bidders and the Town of Manchester. GENERAL RULES 1. The Director of General Services may delete or modify any of the instructions to bidders for a particular proposal, indicating such change in the appropriate section of the proposal documents. The Director of General Services may insert special instructions in any special contracts which are subject to competitive bidding. 2. The attached proposal is signed by the bidder with full knowledge of, and agreement with, the general specifications, conditions and requirements of this bid. 3. Where appropriate, return copy of proposal on the enclosed form. 4. Submit proposal in an envelope marked with the bidder s name and address on the upper left-hand corner. 5. Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, Lincoln Center, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered by Federal Express, UPS or other persons shall be delivered to Director of General Services, Town of Manchester, 494 Main Street, Manchester, CT 06040. The enclosed pre-addressed label must be affixed to the envelope containing your proposal. 6. Proposals received later than the time and date specified will not be considered. Amendments to, or withdrawals of bids received later than the time and date set for bid opening will not be considered. 7. All bids shall be opened publicly and read aloud. Bidders may be present at the opening of bids. All bids shall be tabulated and copies of said tabulation shall be made available to Bidders upon their request. 8. All deliveries of commodities or services hereunder shall comply in every respect with all applicable laws of the Federal Government and/or the State of Connecticut. Purchases made by the Town of Manchester are exempt from payment of Federal Excise Taxes and the Connecticut Sales Tax and such taxes must not be included in bid prices. Federal Excise Tax exemption certificates, if requested, will be furnished.

9. The Bidder, where applicable, shall insert the price per stated unit and extend a total price for each item. In the event there is a discrepancy between the unit price and the extension, the unit price will govern. 10. Bidders shall, where applicable, submit terms for payment in spaces provided in the proposal form, showing the amount of cash discount which shall apply to bid prices when paid within the stated number of days in the proposal. 11. All inquiries, whether oral or written, shall be submitted within the time limitations specified in the bid documents and shall be directed to the General Services Office, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191, by email, gensvcs@manchesterct.gov or fax (860) 647-5206. All information given by the Town except by written addenda shall be informal and shall not be binding upon the Town nor shall it furnish a basis for legal action by any bidder or prospective bidder against the Town. 12A. The Town reserves the right to reject any and all bids. To waive technical defects and to make such awards including accepting a bid, although not the low bid, as it deems in its sole discretion to be in the best interest of the Town. The Town reserves the right to reject any bid if the bidder, any officer of the bidder, or any other company owned in whole or in part by any officer(s) of the bidder, is delinquent in the payment of any taxes or fees owed to the Town. The Town reserves the right to require a disclosure statement from the bidder listing the name(s) of all officers of the company. 12B. In the event the Town determines that a contractor is delinquent in any payment due the Town, then the Town may offset the delinquent amount due to the Town against the sums owed the contractor. 13. The Town of Manchester may make such investigation as deemed necessary to determine the ability of the bidder to discharge a contract. The bidder shall furnish the Town with all such information and data as may be required for that purpose. The Town reserves the right to reject any bid if the bidder fails to satisfactorily convince the Town that he is properly qualified by experience and facilities to carry out the obligations of the contract and to satisfactorily complete the work called for herein, or if the bid is conditional in nature. 14. Except where otherwise provided, a contract between the Town and a successful bidder shall consist of the Invitation to Bid, Specifications, Plans, Bid including Proposal sheet, and Acceptance by the Town and these Rules and Regulations. Acceptance by the Town may be by purchase order for the portion of the work awarded a contractor. 15. All Invitations to Bid shall be publicly advertised on at least three (3) occasions in a newspaper having a general circulation within the Town of Manchester, Connecticut. The last advertising date shall be at least seven (7) calendar days before the date which is advertised for the opening of bids. 16. Copies of bids shall be made available to all interested persons for a fee to be determined by the Director of General Services which fee will be refundable at the discretion of the Director of General Services upon return of said documents.

17. Alternate bids shall not be accepted unless otherwise specified in the bid documents. 18. Any act or acts of misrepresentation or collusion, shall be a basis for disqualification of any bid or bids submitted by such persons guilty of said misrepresentation of collusion. In the event that the Town enters into a contract with any bidder who is guilty of misrepresentation or collusion and such conduct is discovered after the execution of said contract, the Town may cancel said contract without incurring liability, penalty or damages. 19. In the event that any bidder wishes to protest the potential award of a bid or any procedure of act in the advertising or soliciting of the bids, said bidder must make said protest in writing which shall state the reason therefore and request a conference with respect thereto. Said protest must be received in the Town, Office of General Services within FIVE (5) business days after the mailing of bid results or decisions. 20. A conference with respect to said protest shall be scheduled by the Director of General Services forthwith and shall be attended by him or his designee and such other persons as the Director of General Services and the General Manager shall require to attend. The subject matter of said conference shall be limited to the reasons for the protest specified in the written request for said conference. Said conference shall also include a discussion of all possibilities for a resolution of dispute. The Town shall make a decision in writing within three (3) business days after said conference and forward the same to the protesting bidder forthwith. 21. In the event that any protesting bidder wishes to take legal action against the Town, he must first fully comply with all of these Rules and Regulations, including those which have been changed by the Director of General Services pursuant to paragraph 1 herein. 22. Except for special instructions inserted in special contracts by the Director of General Services pursuant to paragraph 1 herein, in the event of any conflicts between these Rules and Regulations and the terms and conditions of any document these Rules and Regulations shall prevail. 23. All Awards shall be made by the Director of General Services. 24. These Rules and Regulations, as revised, shall be effective as of June 23, 1993. Revised: April 14, 1981 March 13, 1984 August 1, 1989 June 23, 1993

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CT 06045-0191 STANDARD INSTRUCTIONS TO BIDDERS SUPPLIES, MATERIALS & EQUIPMENT These instructions are standard for all proposals issued by the Town of Manchester, Connecticut, for the purchase of all supplies, materials, and equipment. The Town of Manchester may delete, supersede, or modify any of these standard instructions for a proposal by indicating such change in the section headed. Special Instructions to Bidders. 1. Unless otherwise stated, deliveries must consist of new merchandise. 2. Prices quoted shall be net delivered prices to the Town. 3. The Town may withhold acceptance of, or reject any merchandise which found, upon examination, not to meet the specifications requirements. When rejected, it shall be removed by the Contractor (vendor) within ten (10) days after notification of rejection. 4. When the schedule indicates that an item to be purchased is to be specified, or equal, the bidder may offer an article which is certified to be equal in quality, performance, and in other essential characteristics to the bid standard. Bidder must furnish any information, such as specifications, test results, etc., which will help in determining whether an item is equal or superior to the Town s bid standard. If a bidder fails to name a substitute, the specified item must be furnished. 5. Bidders agree to comply with all of the latest Federal and State safety standards and regulations and certify that all items furnished in this bid will conform to and comply with said standards and regulations. Bidder further agrees to indemnify and hold harmless the Town for all damages assessed against the Town as a result of the bidder s failure to comply with said Standards and/or Regulations. 6. The Town reserves the right to make an award by item or total as may be in the best interest of the Town. If a Bidder desires to bid on an all or nothing basis, he shall so indicate on the bid schedule, and the Town reserves the right to make an award as may be in the best interest of the Town. 7. The Bidder shall pay all royalties and license fees. He shall defend all suits or claims for infringement of any patent rights and shall save the Town of Manchester harmless from loss on account thereof except that the Town of Manchester shall be responsible for all such loss when a particular manufacturer, product, or process is specified by the Town of Manchester.

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET P.O BOX 191 MANCHESTER, CONNECTICUT 06045-0191 SPECIFICATIONS FOR RECONDITION MUFFIN MONSTER ELECTRIC GRINDERS SERIES 30001-0018 EXCHANGE PROGRAM (2-INCH HEX) The Town of Manchester Connecticut invites bids for the reconditioning of Muffin Monster Electric Grinders series 30001-0018 utilizing the JWC Environmental Muffin Monster Exchange Program. The Town currently owns two (2) units. One (1) unit is need of immediate repair and work will proceed upon award of the Bid. The JWC Environmental Muffin Monster Exchange Program is initiated by JWC shipping an in stock reconditioned grinder. The Manchester WPCF personnel will remove the original grinder needing repair, install the supplied reconditioned grinder. Manchester WPCF personnel will place the original grinder needing repair on the pallet and contact JWC for shipment back to their facility. The repaired grinder shall become part of JWC exchange programs inventory. SUMMARY: A. This section of the specification describes all of the items included in the Original Equipment Manufacturer (JWC Environmental Muffin Monster) exchange grinder(s). B. The number of Muffin Monster(s) shall be two (2), serviced one at a time. WARRANTY: Manufacturer s standard 12-month limited warranty shall be provided on equipment. The 12- month factory warranty will take affect once the original grinder needing repair is received by JWC Environmental. MANUFACTURERS: Grinder(s) shall be in accordance with these specification and plans and shall be supplied by: JWC Environmental, 290 Paularino Ave, Costa Mesa, CA 92626: Tel 800-331-2277 Series 30001-0018-GI Muffin Monster.

GRINDER: A. General Grinder shall reduce or shred solids for protection of downstream equipment. Grinder shall be two shafted design consisting of individual cutters and spacers. Grinder shall have properly sized inlet and outlet flanges with inspection covers. Grinder shall have standard design side rails to provide structure between housings. B. Components: 1. Cutters and Spacers a. Cutting stack shall be a nominal height of 18 inches. b. Cutter shall be an individual disk constructed of AISI 8620 alloy steel surface ground to thickness of.310-inches =.00/-.001 (7.9mm =.000/-.003). c. Cutters shall be treated to produce a hardness of 60-65 Rockwell C. d. Cutters shall have 7 tooth cam shaped teeth. Tooth height shall not be greater than ½- inch above the root diameter of the cutter. OD shall be 4.71-inches. e. Spacers shall be an individual disk constructed of AISI 8620 alloy steel surface ground to a thickness of.319-inches +.001/-.000 (8.1mm +.003/-.000). f. Spacers shall a hardness of 34-38 Rockwell C. g. Spacers shall have smooth outside diameter with no tooth profiles. 2. Shafts a. Shafts shall be AISI 4140 alloy steel with a minimum tensile strength of 49,000 PSI b. Shafts shall measure nominal 2-inches (51mm) across flats of hex. c. Shafts shall be hardened to 38-42 Rockwell C.

3. Seal Assemblies a. Seal assemblies shall be rated to a maximum of 60 PSI. b. Seal assemblies shall not require flushing. c. Dynamic and rotating seal faces shall be tungsten carbide with 6& nickel binder. d. O-rings shall be Buna-N(Nitrile). e. Radial and axial loads shall be borne by sealed, oversized, deep-groove ball bearings. 4. Housing and Covers a. Top cover, side rails, and end housings shall be ASTM A48 Class 30 gray iron. b. Side rails shall be ASTM A536-80 ductile iron. c. Bottom Cover shall be constructed of steel plate. d. Scraper side rails (both shaft) including scrapers. e. End housing shall have integral bushing deflectors to guide solids away from seal cartridges. SHIPPING INFORMATION: The unit shall be shipped without motor, reducer, flanges, and spool piece. The unit to be repaired (core) shall be returned within 30 days and activates the warranty on the reconditioned Cutter Cartridge. The freight, handling and insurance charges for delivery to Manchester and return delivery to JWC shall be included as part of the Bid price.

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET P.O BOX 191 MANCHESTER, CONNECTICUT 06045-0191 PROPOSAL SHEET FOR RECONDITION MUFFIN MONSTER ELECTRIC GRINDERS SERIES 30001-0018 EXCHANGE PROGRAM (2-INCH HEX) I, we, the undersigned, hereby agree to recondition two (2) Muffin Monster Electric Grinder Series 30001-0018 (2-inch Hex) cartridges utilizing the Exchange Program at the price indicated, subject to and in accordance with the specifications and conditions in the Invitation to Bid, Rules and Regulations for Competitive Bidding, Instructions to Bidders, and Specification, all of which are made part of this proposal. The units shall be reconditioned one at a time and pricing should be based upon individual exchange. TOTAL 3001-0018 Exchange Return for Grinder Serial Number 109061-5-1 $ 3001-0018 Exchange Return for Grinder Serial Number 109061-7-1 $ Bidder: Address: Signed By: Title: Name (please print): Date: Telephone: Fax: Federal Tax Identification Number(FEIN): E-Mail: