PURCHASING DIVISION
CITY OF WORCESTER
MASSACHUSETTS 01608-1895
ROOM 201 – 455 MAIN STREET
PHONE (508) 799-1220
SEALED BID INVITATION
(Supplies, Material, Equipment, Services)
AN EQUAL OPPORTUNITY AFFIRMATIVE ACTION EMPLOYER
BID NO. 7939-M3
DATE: November 22, 2022
CITY OF WORCESTER
Christopher J. Gagliastro, MCPPO
Purchasing Agent
BUYER: Maureen McKeon
Bidders must state and identify the product offered, such as manufacturer’s name, trade name, brand name and quality next to each item. WE MUST KNOW WHAT HAS
BEEN OFFERED. By virtue of the offeror’s signature below, proposer certifies that the product (s) or service (s) bid are in compliance with the City’s terms, conditions
and specifications in all aspects.
COMPLETE ORIGINAL COPY (including ALL pages) OF THIS BID MUST BE SUBMITTED IN A SEALED ENVELOPE:
DATE:
PLACE:
DECEMBER 14, 2022
Purchasing Division, Room 201, City Hall, Worcester, Massachusetts
TIME: 10:00 A.M. LOCAL TIME
MARK SEALED ENVELOPE: "Sealed Bid No. 7939-M3 Ion Chromatograph System / DPW&P"
The name and address of the bidder must appear in the upper left hand corner of the envelope. The City of Worcester is not
responsible for bids not properly marked.
All bids received will be publicly opened and read in the Bid Room, City Hall at date and time shown above. NO BID WILL BE ACCEPTED AFTER
TIME AND DATE SPECIFIED
BIDDER TO COMPLETE ITEMS BELOW
Item QTY
Description
Mfg.
Model Unit Price Total Price
No.
1
1 New Ion Chromatography System per the attached
specifications and requirements of the City of
Worcester Department of Public Works & Parks
$________ $_________
Questions pertaining to this bid must be directed to
Maureen McKeon via e-mail at
mckeonmp@worcesterma.gov
ABOVE ARE FOR (DEPT.) ____DPW/P________________
DELIVERY TO BE F.O.B. (LOCATION) _______________________________
DELIVERY IS REQUIRED BY: (DATE) A.S.A.P. _____
BIDDER TO SPECIFY:
DELIVER __________ DAYS FROM DATE OF ORDER __________________
PROMPT PAY DISCOUNT: __________ % 30 DAYS, NET 45 DAYS
BIDDER __________________________________________________________________
ADDRESS _________________________________________________________________
CITY/TOWN ______________________________________________________________
STATE _____________
ZIP _____________
AUTHORIZED SIGNATURE ________________________________________________
TITLE _____________________________________ TEL.: ________________________
DATE: ______________________
EMAIL:___________________________________________________________________
FORM 30B (Sealed Bid Goods)-11-07 10:00 A.M. Page No. 1
CONDITIONS
1) Prompt pay discounts will be considered when determining the low bid except when discounts are for a period of less than 30
days. In this event discounts will not be taken into consideration when determining low bid.
2) Time, in connection with discount offered, will be computed from date of completion and/or delivery and acceptance at
destination, or from date correct bill or voucher properly certified by the contractor is received if the latter date is later than the
date of completion and acceptance and/or delivery and acceptance.
3) As the City of Worcester is exempt from the payment of Federal Excise Taxes, and Massachusetts Sales Tax, prices quoted
herein are not to include these taxes.
4) All prices are to be firm F.O.B. Delivered Destination, City of Worcester, Massachusetts, unless otherwise indicated by
the City. Time reserved for award is ninety days.
5) In case of error in the extension prices quoted herein, the unit price will govern.
6) It is understood and agreed that should any price reductions occur between the opening of this bid and completion of any
delivery of any order, the benefit of all such reductions will be extended to the City.
7) The City of Worcester reserves the right to reject any and all bids, wholly or in part, and to make awards in a manner deemed in
the best interest of the City.
8) Awards will be made to the bidder quoting the lowest net price in accordance with specifications.
9) The bidder to who a contract is awarded guarantees to the City of Worcester all equipment, materials and/or workmanship for a
period of one (1) year after final inspection and acceptance and shall replace promptly any defective equipment, materials and/or
workmanship required without additional cost to the City.
10) It is understood and agreed that in the event of failure on the part of the bidder to indicate date of delivery and/or completion,
delivery and/or completion will be made within twelve (12) days from date of purchase.
11) The Bidder must certify that no official or employee of the City of Worcester, Massachusetts is pecuniarily interested in this
quotation or in the contract which the bidder offers to execute or in expected profits to arise therefrom, unless there has been
compliance with provisions of G.L. C.43 Sec. 27, and that this quotation is made in good faith without fraud or collusion or
connection with any other person submitting a quotation.
12) This inquiry implies no obligation on the part of the buyer, City of Worcester, Mass. Quotations will not be considered unless
returned on this form. Your proposal should be forwarded to the office of the Purchasing Department, City of Worcester in a
sealed envelope, plainly marked: "Quotation on (item requested)" - also, please show Bid Number.
13) It is understood and agreed that it shall be a material breach of any contract resulting from this bid for the Contractor to engage in
any practice which shall violate any provisions of Massachusetts General Laws, Chapter 151B, relative to discrimination in
hiring, discharge, compensation, or terms, conditions or privileges of employment because of race, color, religious creed,
national origin, sex, age or ancestry.
14) Any prospective bidder requesting a change in or interpretation of existing specifications of terms and conditions must do so
within five (5) days (Saturdays, Sundays and Holidays excluded) BEFORE scheduled bid opening date. All requests are to be in
writing (e-mailed to mckeonmp@worcesterma.gov) to the Purchasing Department. No changes will be considered or any
interpretation issued unless request is in our hands within five (5) days (Saturdays, Sundays and Holidays excluded) BEFORE
scheduled bid opening date.
15) Bids which are incomplete, not properly endorsed, or signed, or otherwise contrary to these instructions may be rejected as
informal by the Purchasing Agent. CONDITIONAL BIDS WILL NOT BE ACCEPTED.
FORM 30B (Sealed Bid Goods)-11-07 10:00 A.M. Page No. 2
CERTIFICATE OF GOOD FAITH FORM AS REQUIRED BY M.G.L. c. 30B
UNDER MASSACHUSETTS GENERAL LAWS, CHAPTER 30B: SECTION 10, THE FOLLOWING
CERTIFICATION MUST BE PROVIDED:
Section 10.
A person submitting a bid or a proposal for the procurement or disposal of supplies, or services
to any governmental body shall certify in writing, on the bid or proposal, as follows:
" The undersigned certifies under penalties of perjury that this bid or proposal has been made and submitted in good faith and
without collusion or fraud with any other person. As used in this certification, the word "person" shall mean any natural person,
business, partnership, corporation, union, committee, club, or other organization, entity, or group of individuals."
(Please Print) ______________________________________
Name of Person Signing Bid
______________________________________
Signature of Person Signing Bid
______________________________________
Company
No award will be made without vendor certification of the above.
IMPORTANT NOTICE TO BIDDERS:
BIDDERS ARE ADVISED NOT TO TAKE ANY EXCEPTIONS TO THE CITY’S TERMS &
CONDITIONS.
BIDS THAT INCLUDE COMPANY TERMS & CONDITIONS WHICH CONFLICT WITH THOSE
OF THE CITY MAY BE REJECTED.
• Bid results will be available on our website as soon as possible following due date. Please go to
www.worcesterma.gov to obtain this information.
FORM 30B (Sealed Bid Goods)-11-07 10:00 A.M. Page No. 3
SPECIFICATIONS – ION CHROMATOGRAPHY SYSTEM
BID #: 7939-M3
ION CHROMATOGRAPH SYSTEM BID SPECIFICATIONS
• The IC equipment bid must be new (no demo or leftover equipment will be acceptable) and the most current model series
available for the bidding company
• Must be a totally integrated and preconfigured ion chromatograph suppressor, injector, columns, guard columns and any optional
components needed to perform EPA Method 300.0, and 300.1.
• Must be a totally integrated and preconfigured ion chromatograph system consisting of at least one analytical high-pressure
pumps, injection valves, conductivity detector, carbonate suppressor, anion suppressor, analytical columns, guard columns (or
comparable equipment). Also included must any optional components needed to perform EPA Method 300.0, and 300.1 in
drinking water, source raw water and wastewater samples.
• System must have the ability to analyze cations if future requirements arise. All equipment to do so must be included.
• The system must be upgradeable to UV/vis if needed.
• Instrument Detection Limits must meet EPA limits for drinking water. (N-Nitrate and N-Nitrite = 0.01 mg/l, Bromide = 0.05
mg/l.
• Instrument must be able to meet EPA Method 300.0, and 300.1 for Anion analysis.
• Must have inert, nonmetallic PEEK (polyetheretherketone) components throughout the system (IC module and Autosampler) for
metal contamination-free chromatography.
• Must have an easy to maintain Eluent introduction system, using either Carbonates or Hydroxides. Preferably (but not required)
be capable for gradient as well as isocratic analysis.
• Instrument must have eluent degasser feature on board.
• Must have fully integrated software for the complete operation of instrument components, Autosampler, Eluents and integration
of all analysis data. This software package must have the ability to monitor instrument parameters and settings for analysis and
troubleshooting.
• Software package must include full system control and digital data collection available with Windows - based Chromatography
Workstation. Workstation is comprised of CPU, Monitor and Printer, which is compatible with Software package. The CPU
should be Windows-based with at least 1 TB of hard drive storage and Read/Write DVD Drive. The monitor should be a
minimum of a 20 inch monitor. USB interface of modules is preferable. Printer must be Color Laser due to the cost of ink
cartridges and volume of printing inherent with required regulatory documentation. Ink-Jet type printers will not be acceptable
for this application. Software must be capable of complete method control, positive sample tracking and printable reports.
• Must be able to print sample reports containing all pertinent information about sample ID, chromatograms and analyte
concentrations based on calibration data stored for positive sample tracking. The ability to customize report format is
preferable.
• Software management system should historically monitor eluent reagents, column data, calibration and sample data
• Must have built in Auto Suppression control.
• Must have an access door for easy viewing and maintenance of the chromatography components.
• Must include integrated autosampler with sample filtering capability. Autosampler must have capacity to load a minimum of
100 samples per analysis run. The autosampler has to be completely controlled by system software including sample ID’s and
descriptions.
• Autosampler must include all sample racks or carousels needed for analysis by EPA Method 300.0, 300.1 have a built in rinse
feature and the ability to perform multi-sample capabilities. Filtration feature is preferable to eliminate unwanted particulates
from entering system.
• Autosampler must have inert, nonmetallic PEEK (polyetheretherketone) components throughout for metal contamination-free
chromatography.
• Autosampler system (or attached equipment) must have the ability to auto-dilute samples and analytical standards automatically
if the results exceeds the calibration range for any specific analyte.
• Included with the instrument should be a maintenance kit including frequently used consumables (ferrules, tubing, connectors,
in-line filters and tools used for basic system maintenance)
• Vendor shall provide buyer with on-site requirements needed for installation of unit. (ie. drains, electrical supply, gas supply)
FORM 30B (Sealed Bid Goods)-11-07 10:00 A.M. Page No. 4
• Must provide onsite setup of new instrumentation including initial verification of instrument function and proof of detection limit
capability. On-Site installation shall include training of two lab technicians for basic operation and maintenance of the
instrument including software setup of methods and sample analysis.
• Training for (2) technicians will be provided for all facets of instrument operation, maintenance and troubleshooting. This
training can be provided in-house or can be arranged off-site with scheduling to be mutually determined. All travel and
accommodations are to be paid by the vendor chosen if training is off-site
• Once the bid is awarded and the order is placed the instrument should be delivered and installed in a reasonable timeframe, not
to exceed 8 weeks.
• Vendor must be able to supply on-site instrument repair utilizing a regional technical service technician. Scheduling of service
will be mutually agreed upon on a case by case basis within a reasonable timeframe (72 hours from initial call, unless other
arrangements are set)
• The vendor will provide the buyer with the ability to purchase a service contract for the entire system after the completion of the
warranty period. The cost of this contract will be provided to the buyer during the first year of operation.
• The vendor will provide a list of users, application specialists, technical service and sales representatives and their locations.
The vendor will also provide the location of the nearest training facility
• Consumables and instrument replacement parts must be readily available from the specific vendor
• Instrument will come with a minimum of 1 year warranty, which will include (1) Preventative Maintenance service visit
performed before the end of the warranty period. This PM will be at no-cost to the purchaser and will include all normally
replaced consumables, travel and labor
FORM 30B (Sealed Bid Goods)-11-07 10:00 A.M. Page No. 5