JEFFERSON COUNTY COMMISSION PURCHASING DIVISION ROOM 830 COURTHOUSE BIRMINGHAM, ALABAMA 35203-0009 OFFICE: (205)325-5381/FAX: (205)325-5221 PRINCIPAL BUYER: JANICE RIDGEWAY TO: INVITATION TO BID NUMBER: ITB 171-11 Prospective Bidders ITB 171-11 – Vaughan Chopper Pump (REPLACES ITB 161-11) SEALED BIDS FOR : http://paca.jccal.org Janice Ridgeway, Principal Buyer INVITATION TO BID RESPONSES 716 Richard Arrington Jr. Blvd North, Room 830 WILL BE RECEIVED BY: Birmingham, AL 35203-0009 ***IMPORTANT SOLICITATION DATES*** BID DUE DATE: 07/11/2011 BID OPENING DATE: 07/12/2011 5:00 p.m. 2:00 p.m. (Central Standard Time) (Central Standard Time) Return responses to this Invitation to Bid in a sealed envelope marked: “ITB –171-11 - Vaughan Chopper Pump” BID OPENING WILL BE HELD AT: Jefferson County Courthouse Purchasing Department, Room 830 716 Richard Arrington Jr. Blvd North Birmingham, Alabama 35203-0009 NOTIFICATION OF INTENT: All recipients of this solicitation notice must indicate intent to submit a bid. Those vendors submitting a Notification of Intent will be sent a complete copy of the bid, any related addendum, answers to inquiries, etc. pertaining to this ITB. Notification of intent must be faxed to (205) 325-5221 or e-mailed to Janice Ridgeway at [email protected] or Aleshia Coleman at [email protected]. TELEPHONE INQUIRIES – NOT ACCEPTED: Telephone inquiries with questions regarding clarification of any and all specifications of the ITB will not be accepted. All questions must be written and faxed to (205)325-5221or e-mailed to Janice Ridgeway at [email protected] Submissions may be withdrawn, modified, and resubmitted prior to the formal bid opening due date. Any submission modification(s) submitted after the “Bid Opening Due Date” will not be considered. The County reserves the right to accept or reject any or all proposals, or any part of any proposal, and to waive any informalities or irregularities in the proposal. All costs incurred by the company to respond to this solicitation will be wholly the responsibility of the Bidder. All copies and contents of the proposal, attachments, and explanations thereto submitted in response to this ITB, except copyrighted material, shall become the property of the Jefferson County Commission regardless of the Consultant selected. Response to this solicitation does not constitute an agreement between the Bidder and the County. Response to this solicitation does not constitute and agreement between the Bidder and the County. The County is not responsible for delays occasioned by the U.S. Postal Service, the internal mail delivery system of the County, or any other means of delivery employed by the bidder. Similarly, the County is not responsible for, and will not open, any bid responses which are received later than the date and time indicated above. Late bid responses will be retained in the bid file, unopened. Released by: _____________________________________________________________ INVITATION TO BID #ITB-171-11 (REPLACES 161-11) “VAUGHAN CHOPPER PUMP” RETURN BY 5:00 P.M. ON: 07/11/2011 Janice Ridgeway, Principal Buyer Room 830*716 Richard Arrington Jr. Blvd North Birmingham, Alabama 35203 Phone: (205) 214-8588 Email: [email protected] JEFFERSON COUNTY COMMISSION PURCHASING DEPARTMENT ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N BIRMINGHAM, AL 35203 (205) 214-8588 PRINCIPAL BUYER: JANICE RIDGEWAY 06/24/11 ITB 171-11 PAGE 2 INVITATION TO BID STATEMENT OF PURPOSE: The Jefferson County Receiver for the Jefferson County Environmental Services Department (Jefferson County Commission) is seeking bids from qualified companies for the purchase and installation of two “Vaughan Chopper Pumps” (or a deductive alternative for Flygt, ABS, Wemco or other traditional, non-clog pumps) adaptable to the existing Wemco guide rail system at the Village Creek Wastewater Treatment Plant located at 1440 Pleasant Hill Road, Birmingham, Alabama 35224. Sealed bids marked "171-11 -Vaughan Chopper Pump” will be received by the Purchasing Manager, Room 830 * 716 Richard Arrington Jr. Blvd N, Birmingham, Alabama. Bids will be accepted until 5:00 P.M. central time (standard or daylight savings time, as applicable) on July 11, 2011. Bids submitted after this date and time will not be considered. The County is not responsible for delays occasioned by the U.S. Postal Service, the internal mail delivery system of the County, or any other means of delivery employed by the bidder. Similarly, the County is not responsible for, and will not open, any bid/proposal responses, which are not received later than the date and time, indicated above. Late bids/proposals will be retained in the bid/proposal file, unopened. Bids will be publicly opened on July 12, 2011 @ 2 p.m. TELEGRAPHIC/ELECTRONIC BID RESPONSES SENT BY ELECTRONIC DEVICES (FACSIMILE MACHINES, EMAIL, ETC.) ARE NOT ACCEPTED AND WILL BE REJECTED UPON RECEIPT. Vendors will be expected to allow adequate time for delivery of their bid responses either by airfreight, postal services, or by other means. TERMS OF CONTRACT: Any contract resulting from this ITB will become effective upon bid award and approval of the County Commission. Work resulting from bid award shall not begin until fully executed contract (signed by both contractor and County Commission) is in place. TELEPHONE INQUIRIES: Telephone inquires with questions regarding clarification of any and all specifications of the bid will be not accepted. All questions will be written and faxed or e-mailed to Janice Ridgeway, Jefferson County Purchasing Department (fax 205-325-5221) or [email protected] no later than the end of the business day five (5) days prior to the bid opening date. Correspondence with individuals other than those listed herein will not be allowed. INTERPRETATIONS AND ADDENDA: No interpretation or modification made to any respondent as to the meaning of the ITB shall be binding on the Jefferson County Commission unless submitted in writing and distributed as an addendum by the Jefferson County Purchasing Department. Interpretations and/or clarifications shall be requested in writing and directed to Janice Ridgeway , Jefferson County Purchasing Division, 830 Courthouse, 716 Richard Arrington Jr. Blvd. North, Birmingham, AL 35203, (Fax 205 325-5221) or (email: [email protected]) Verbal information obtained otherwise will not be considered in awarding of contract. All addenda shall become part of the ITB. CONTINUED ON PAGE 3 JEFFERSON COUNTY COMMISSION PURCHASING DEPARTMENT ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N BIRMINGHAM, ALABAMA 35203 (205) 214-8588 PRINCIPAL BUYER: JANICE RIDGEWAY 06/24/11 ITB 171-11 PAGE 3 INVITATION TO BID – CONT’D LANGUAGE, WORDS USED INTERCHANGEABLY: The word COUNTY refers to the JEFFERSON COUNTY COMMISSION and/or JEFFERSON COUNTY, ALABAMA throughout this document. Similarly, RESPONDENT, VENDOR, and BIDDER refer to the person or company submitting an offer to sell its goods or services to the COUNTY. The words PROPOSAL, QUOTATION, and BID are all offers from the BIDDER. The County has established for the purposes of this ITB that the words SHALL, MUST or WILL are equivalent in this ITB and indicate a mandatory requirement or condition, the material deviation from which shall not be waived by the County. A deviation is material if, at the sole discretion of the County, the deficient response is not in substantial accord with this ITB’s mandatory condition requirements. The words SHOULD and MAY is equivalent in the ITB and indicate very desirable conditions or requirements but are permissive in nature. Deviation from, or omission of, such a desirable condition or requirement will not in and of itself cause automatic rejection of a bid proposal, but may result in being considered as not in the best interest of the County. Jefferson County expressly reserves the right to reject any or all bids, and to make the award or awards as the best interest of the County appears. TERMINATION OF CONTRACT: This contract may be terminated by the County with a thirty (30) day written notice to the other party regardless of reason. Any violation of this agreement shall constitute a breach and default of this agreement. Upon such breach, the County shall have the right to immediately terminate the contract and withhold further payments. Such termination shall not relieve the Contractor of any liability to the County for damages sustained by virtue of a breach by the Contractor. Failure to deliver as specified and in accordance with the bid submitted, including promised delivery will constitute sufficient grounds for cancellation of the order at the option of the County Commission. Jefferson County Commission reserves the right to award canceled contract to the next lowest and best bidder as it deems to be in the best interest of the county. SPECIFICATIONS: General The specifications herein state the minimum requirements of Jefferson County, Alabama. All bids must be regular in every respect. Unauthorized conditions, limitations, or provisions shall be cause for rejection. Jefferson County, Alabama may consider as “irregular” or “non-responsive”, any bid not prepared and submitted in accordance with the bid documents and specification, or any bid lacking sufficient technical literature to enable Jefferson County, Alabama to make a reasonable determination of compliance to the specification. It shall be the bidder’s responsibility to carefully examine each item of the specification. Failure to offer a completed bid or failure to respond to each section of the technical specification will cause the proposal to be rejected without review as “non-responsive”. All variances, exceptions, and/or deviations shall be fully described in the appropriate section; deceit in responding to the specification will be cause for rejection. Existing System Information Service: Return activated sludge (RAS) with recycled secondary clarifier scum. High FOG, rags, and stringy debris concentrations. Suspended solids will range from 6,000 to 10,000 mg/l. Existing Pump to Be Replaced: 12 x 10 WEMCO Hidrostal screw centrifugal, Model I10K-M-IEUCV installed in a prerotation basin. CONTINUED ON PAGE 4 JEFFERSON COUNTY COMMISSION PURCHASING DEPARTMENT ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N BIRMINGHAM, ALABAMA 35203 (205) 214-8588 PRINCIPAL BUYER: JANICE RIDGEWAY 06/24/11 ITB 171-11 PAGE 4 INVITATION TO BID – CONT’D SPECIFICATIONS: Existing System Information (Cont’d) Rating Point: 5160 gpm @ 67’ TDH Number of RAS Pumps: 9 (8 maximum operating plus 1 standby) Discharge riser size: 10” Motor Data: 138.1 Hp, 1.0 service factor, immersible enclosure, explosion proof. Galvanized steel suction bell/umbrella. Plan view of installation from shop drawing included as Attachment A* Section view of installation from shop drawing included as Attachment B* Weight: 3825 pounds (pump plus lifting bracket) Pump Retrieval System: 5 ton traveling bridge crane with gripping eye lifting device. RAS System discharge elevation at aeration basins: 589.77’ Bottom slab elevation at RAS Pump Station: 543.27’ Operating platform elevation at RAS Pump Station: 591.0’ Current Wet Well Operating Elevations: Action Lead Pump: 1st Lag Pump: 2nd Lag Pump: 3rd Lag Pump: 4th Lag Pump: 5th Lag Pump: 6th Lag Pump: 7th Lag Pump: Start Elevation 5.0 5.3 5.6 5.9 6.2 6.5 6.8 7.1 Stop Elevation 8.0 8.5 9.0 9.5 10.0 10.5 11.0 11.5 An overall RAS system hydraulic profile is included as Attachment C* An overall RAS system schematic is included as Attachment D* Existing power supply is 480V, 3 phase, 60 Hertz. *If you have downloaded this ITB, you must contact Janice Ridgeway @ [email protected] to request the attachments, which will be sent to you by email. Scope of Work Provide all labor and materials to replace two (2) existing RAS pumps. New Pump Type: >Base Bid: Submersible chopper style pump with demonstrated ability to pump high concentrations of solids such as plastics, heavy rags, grease and hair balls, and stringy materials without plugging, both in tests and field applications. Pump furnished is to meet specifications listed below for a Type A Pump. >Alternate Deduct: Submersible non-clog designed to pump un-screened raw domestic wastewater. Pump furnished is to meet specifications listed below for a Type B Pump. CONTINUED ON PAGE 5 JEFFERSON COUNTY COMMISSION PURCHASING DEPARTMENT ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N BIRMINGHAM, ALABAMA 35203 (205) 214-8588 PRINCIPAL BUYER: JANICE RIDGEWAY 06/24/11 ITB 171-11 PAGE 5 INVITATION TO BID – CONT’D SPECIFICATIONS: Scope of Work (Cont’d): Required Pump Performance: Design Capacity (gpm) Total Dynamic Head (feet) Minimum Efficiency Maximum Brake Horsepower Maximum Pump Speed (rpm) Temperature of Liquid Pumped Suction Condition Minimum Discharge Diameter (In.) Minimum Flow 2,000 93 Design Point 4,400 65 70% Runout Point 6,000 34 125 1,200 Ambient Flooded/submerged 10 Pump furnished will operate in a parallel with up to 7 of the existing pumps. Provide discharge adapter to connect pump furnished to the existing guide rail retrieval system. Proposed pump does not need to reuse existing suction bell/umbrella. Verify proposed pump fits into existing installation: When installed on existing guide rail system, proposed pump shall adequately clear such that performance is not affected existing pre-rotation basin during operation. When installed on existing guide rail system, proposed pump shall clear existing hatch without any twisting /tipping movement of the pump. Verify that existing pump retrieval system has sufficient capacity to lift proposed pump and break it free from it’s mounting with a buildup of scum/sludge in the wet well. Furnish and install any protective devices (seal failure & over-temperature) necessary for operation of the pump. Existing protective devices can be re-used if operable and they meet the pump manufacturer’s requirements. If devices are not functioning, or they do not meet the manufacturer’s requirements to validate the warranty, provide new devices either in the existing panel, or in a new NEMA 4X SS stand-alone panel. Provide new conduit and wire, as necessary or required, to mate up the new pumps to the existing control panel. Provide new fuses and adjust trip settings in the existing motor starter to match the requirements of the pump motor furnished. Submittals: A. Shop Drawings 1. Factory-certified pump performance curve showing capacity in gpm versus total dynamic head (TDH), NPSH required, brake horsepower required, operating speed, and wire-to-water efficiency. Curve to be complete from shut-off to minimum TDH. 2. Motor design data and rating, including full load amps, power factor, and kw input at rating point. 3. Dimensioned installation drawings. 4. Construction material designations by ASTM Standards. 5. Information covering availability of parts and service. CONTINUED ON PAGE 6 JEFFERSON COUNTY COMMISSION PURCHASING DEPARTMENT ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N BIRMINGHAM, ALABAMA 35203 (205) 214-8588 PRINCIPAL BUYER: JANICE RIDGEWAY 06/24/11 ITB 171-11 PAGE 6 INVITATION TO BID CONT’D SPECIFICATIONS: Submittals (Cont’d): B. Operation and Maintenance Manual 1. Assembly, installation, alignment, adjustment, and checking instructions. 2. Lubrication and maintenance instructions. 3. Guide to "troubleshooting." 4. Parts list and predicted life of parts subject to wear. Certified Report: submit report prepared by manufacturer's technical representative certifying satisfactory installation, operation, and in-service placement of units. Equipment Specifications – Type A Pump (Vaughan Chopper): A. Pumping Unit Construction and Materials: 1. Casing: a. Flanged ductile iron per ASTM A536 or cast iron per ASTM A48 Class 30. b. Back pull-out design with external adjustment of impeller-to-cutter clearance. c. Casing to be designed to be supported from discharge elbow, and have smooth rounded passages to minimize clogging. 2. Impeller: a. Material: Cast steel per ASTM A148. b. Hardened to 550 Brinell or Rockwell C 60 Hardness. c. Design: Four blade, semi-open type, with back pump-out vanes, carefully contoured to minimize clogging. Alternatively, the area behind the impeller to be protected from fouling by the cutting and expulsion action of serrated and sharpened teeth in the rear of the impeller shroud sweeping across spiral grooves in the casing backplate. d. Dynamically balanced. 3. Cutter System: a. Cutter Bar: Cast steel per ASTM A148, hardened to 550 Brinell or Rockwell C 60 Hardness, recessed into pump bowl and extend the full diameter across pump suction opening. b. Upper Cutter: Cast steel per ASTM A148, hardened to 550 Brinell or Rockwell C 60 Hardness, mounted between impeller and seal area and designed to cut against the pump-out vanes and impeller hub. Alternatively, the area behind the impeller to be protected from fouling by the cutting and expulsion action of serrated and sharpened teeth in the rear of the impeller shroud sweeping across spiral grooves in the casing backplate. 4. The following items to be provided if applicable to the furnished pump. a. Pump Shaft: AISI 4140 heat-treated steel. b. Shaft Sleeve: Type 316 stainless steel. B. Submersible Motor: 1. U/L Listed and suitable for operation in Class I, Division I, Group D atmosphere. 2. Sized to be non-overloading at any point on the pump performance curve. CONTINUED ON PAGE 7 JEFFERSON COUNTY COMMISSION PURCHASING DEPARTMENT ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N BIRMINGHAM, ALABAMA 35203 (205) 214-8588 PRINCIPAL BUYER: JANICE RIDGEWAY 06/24/11 ITB 171-11 PAGE 7 INVITATION TO BID – CONT’D SPECIFICATIONS: Equipment Specifications – Type A Pump (Vaughan Chopper) (Cont’d): B. Submersible Motor: 3. Service Factor: 1.15 4. Design: Squirrel cage induction, NEMA Design B for continuous operation 5. Voltage: 460 volts, 3 phase, 60 Hertz. 6. Construction: Frame, end brackets, flange, and cap assembly to be cast iron ASTM A48, Class 25 or better. 7. Motor Shaft: Type 416 stainless steel. 8. Insulation: Moisture-resistant Class B with Class F materials. 9. Motor to have sufficient cooling and insulation to withstand ten (10) starts per hour, and be able to operate up to 15 minutes unsubmerged without tripping thermal protection devices. 10. Bearings: a. Upper Bearings: Single row, ball. b. Lower Bearings: Single row, ball. c. Bearings to have a L10 “rating life” of 17,500 hours per ABMA 9. 11. Seals: Tandem mechanical seal system to run in oil-filled chamber. Lower seal to have stationary tungsten carbide ring and rotating carbon or tungsten carbide ring inside an Alloy 20 welded bellows. Upper seal to have carbon rotating face and ceramic stationary face. Each seal to have separate springs and positively driven rotating members. Alternatively, both upper and lower mechanical seals to have Silicon Carbide seal faces. 12. Thermal Protection: Equip motor with normally closed, thermal switches embedded in the coils of the stator windings. Switches to open on rise in temperature. 13. Moisture Protection: Furnish seal chamber moisture sensor. 14. Motor Cable: Special submersible service cable in one continuous length from pumping unit to the junction box. Size per NEC. 15. Cable Sealing: Epoxy encapsulated leads. C. Fastenings and Fittings: Nuts, bolts and fastenings exposed to liquid pumped to be Type 300 Series stainless steel. D. Accessories: 1. Stainless Steel Lifting Chain: Furnish a 316 stainless steel lifting chain sized by pump manufacturer; secure to pump with 316 stainless steel fittings. Equipment Specifications – Type B Pump (Non-clog, submersible pump – Flygt, ABS, WEMCO, etc.): A. Pumping Unit Construction and Materials: 1. Casing: Flanged, ASTM A48 Class 25 minimum, gray cast iron, designed to be supported from discharge elbow; smooth rounded passages to minimize clogging. 2. Impeller: One or two port enclosed single piece unit carefully contoured to minimize clogging, adequate to pass 3-inch solids; ASTM A48 Class 25 minimum cast iron. 3. Wear Ring: Equip with replaceable volute wear ring. 4. Pump Shaft: 400 series stainless steel or high carbon steel isolated from liquid pumped. CONTINUED ON PAGE 8 JEFFERSON COUNTY COMMISSION PURCHASING DEPARTMENT ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N BIRMINGHAM, ALABAMA 35203 (205) 214-8588 PRINCIPAL BUYER: JANICE RIDGEWAY 06/24/11 ITB 171-11 PAGE 8 INVITATION TO BID – CONT’D SPECIFICATIONS: Equipment Specifications – Type B Pump ((Non-clog, submersible pump – Flygt, ABS, WEMCO, etc.) Cont’d): 5. Enclosures: Top, motor, and intermediate castings to be ASTM A48 Class 25 minimum cast iron. Mating surfaces machined and fitted with O-rings. 6. Seals: Tandem mechanical seal system to run in oil filled chamber. Lower seal to have stationary and rotating lapped seal faces of tungsten carbide; upper to have stationary tungsten carbide ring and rotating carbon or tungsten carbide ring. Each seal to have separate springs and positively driven rotating members. 7. Fastenings and Fittings: Nuts, bolts, and fastenings exposed to liquid pumped to be type 300 series stainless steel. B. Motor 1. Sized to be non-overloading at any point on the pump performance curve without exceeding 90 percent of the service factor rating. 2. Insulation: Moisture-resistant Class F 155°C/311°F. 3. Design: Squirrel cage induction, NEMA Design B for continuous operation. 4. Motor to have sufficient cooling and insulation to withstand ten (10) starts per hour. 5. Equip with three (3), normally closed, thermal switches (one per phase) embed in the coils of the stator windings. Switches to open on rise in temperature. 6. Provide a terminal board with threaded compression type binding posts for power cable connection. Terminal board to be in separate junction chamber sealed from stator housing. 7. Motor Protection Devices: Furnish seal chamber moisture sensor. 8. Bearings: a. Upper bearings: permanently lubricated, single row, ball bearings. b. Lower Bearings: Permanently lubricated, double row, angular contact ball bearings. c. Bearings to have a minimum L10 "rating life" of 40,000 hours per ABMA 9 9. Motor Cable: Special submersible service cable with Hypalon jacket in one continuous length from pumping unit to the junction box. Size per NEC. 10. Cable Sealing: Separate entry compartment with external mechanical clamp and internal separate compartment sealed from above and below to prevent migration of moisture and gas through conductors. C. Accessories: 1. Stainless Steel Lifting Chain: Furnish a 316 stainless steel lifting chain sized by pump manufacturer; secure to pump with 316 stainless steel fittings. Shipping A. Pump is to be wrapped in plastic and protected by wooden shipping crate. Block impeller and provide cushioned supports to protect bearings from vibration damage during shipping. B. Flanges to be protected by wooden blank flange protectors, strongly built and securely bolted thereto, or otherwise attached. C. Power and control cables are to be shipped with securely attached caps on cable ends to prevent moisture wicking into cable while stored. CONTINUED ON PAGE 9 JEFFERSON COUNTY COMMISSION PURCHASING DEPARTMENT ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N BIRMINGHAM, ALABAMA 35203 (205) 214-8588 PRINCIPAL BUYER: JANICE RIDGEWAY 06/24/11 ITB 171-11 PAGE 9 INVITATION TO BID – CONT’D Installation A. Existing RAS Pump Station cannot be removed from service. Coordinate with Owner’s operating staff to draw wet well down. Clean existing guide rails and “fast-out” system to facilitate proper seating of pump on existing base elbow. If necessary, clean pre-rotation basin of debris. B. Install per new pump manufacturer’s instructions on existing guide rail system. C. Furnish and install adapter piece to transition from pump discharge to WEMCO “Fast-Out” system. D. Cables are to run from pump to control panel or junction box in a single continuous length. No splices will be permitted. Adjust free length of cables to minimize movement with pump in place. E. Any electrical modifications are to meet the requirements of the NEC and materials are to match existing conditions, i.e., if existing conduit is PVC coated rigid steel, then new conduit is to be PVC coated rigid steel. F. Run unit submerged for not less than 30 minutes. Remove unit and repeat insulation and moisture test. Reinstall after testing. G. Drill and tap discharge line and furnish and install a discharge pressure gauge to verify pump performance. Gauge is to be installed in the horizontal run of the discharge piping in the valve vault area. Tap for gauge is to be installed on the horizontal centerline of the pipe. Pressure gauge and diaphragm seal are to meet the following requirements: 1. Type: General service industrial grade pressure gauge for measuring process operating conditions. 2. Construction: a. Size: 2½” nominal dial size; b. Movement: Bourdon tube, 316 S.S., with overload and underload stops; c. Case & Ring: Polished 316 SS stainless steel; d. Window: Glass; e. Connection: 3/8” NPT, 316 S.S.; f. Pointer: Black, adjustable needle; g. Filling: Liquid filled. 3. Accuracy: ASME grade 1A (1% of full scale) 4. Scale Range: 0 to 30 psi 5. Manufacturer: Dresser-Ashcroft Type 1009, or equal. 6. Accessories: Furnish each pressure gauge with a diaphragm seal and isolation valve. a. Diaphragm Seal: Silicone oil filled, 316L S.S. mini diaphragm seal, direct connected to gauge. Dresser/Ashcroft Model 25-310SSL-02T-CG or equal. b. Isolation Valve: 1/4 turn, solid body, 316 S.S. ball valve, Apollo Valve or equal. CONTINUED ON PAGE 10 JEFFERSON COUNTY COMMISSION PURCHASING DEPARTMENT ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N BIRMINGHAM, ALABAMA 35203 (205) 214-8588 PRINCIPAL BUYER: JANICE RIDGEWAY 06/24/11 ITB 171-11 PAGE 10 INVITATION TO BID – CONT’D Installation H. Manufacturer's Field Services: Furnish the services of manufacturer's trained, competent, technical representative who has knowledge of the proper installation, operation, and maintenance of the equipment to perform the following: 1. 2. 3. 4. 5. I. Inspect the completed installation for conformance with manufacturer’s recommended installation requirements; Supervise operational test of unit; Instruct Owner’s personnel in operation and maintenance of equipment; and Prepare and certify field inspection report. Inspection: Manufacturer’s technical service representative to perform, at a minimum, the following: a. Check seal chamber oil level and lubrication of seals; b. Check proper rotation; c. Check power supply voltage; d. Megger unit for insulation breaks or moisture; e. Measure motor no-load current; and f. Manually trip sensors and check complete cycle of control operation. Demonstrate pump installation removal/retrieval 3 times in presence of the Owner’s personnel to verify non-binding operation of rail system. Adjust alignment of rails if necessary. Warranty A. B. C. D. Pumping unit is to be unconditionally warranted for 2 years (16,000 hours) of operation. Warranty period begins upon final acceptance of the pumping unit by the Owner. Warranty is to include all parts, labor, and shipping to/from the plant site to the repair facility. Pump is to be repaired and returned to the plant within 30 days of written notice from the Owner. If repair time is to exceed 30days, then a temporary pump is to be provided until the repaired pump is delivered to the plant. E. If the O&M manual requires routine checks and replacement of consumable items, the routine maintenance is to be performed by the successful bidder and the cost for all labor and materials to perform the routine maintenance is the responsibility of the Bidder. EQUIVALENT PRODUCT: Bids will be accepted for consideration on any make and model that is equal or superior to the specified Type A (Vaughan Chopper) Pump or Type B (Non-clog submersible pumps – Flygt, ABS, WEMCO, etc.) providing that a letter, establishing and guaranteeing equivalence of the substituted pump and its adaptability to the Wemco Guide Rail System, is pre-approved and signed by Greg James – (205-791-6405) [email protected] and submitted with the bid proposal. A blanket statement that equipment proposed will meet all requirements will not be sufficient to establish equivalence, but will require an explanation at each deviation or substitution by the vendor and how it is equal or superior to the Vaughan Chopper, Flygt, ABS, WEMCO brands. Bidders may bid on both Type A and Type B pumps. The decision will be made solely at the discretion of the Environmental Services Department. CONTINUED ON PAGE 11 JEFFERSON COUNTY COMMISSION PURCHASING DEPARTMENT ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N BIRMINGHAM, ALABAMA 35203 (205) 214-8588 PRINCIPAL BUYER: JANICE RIDGEWAY 06/24/11 ITB 171-11 PAGE 11 INVITATION TO BID – CONT’D GENERAL REQUIREMENTS: Units described shall be new, unused and of the current year’s production. Unit shall be of the latest design and in current production, completely serviced, ready for work, and shall include all standard and optional equipment as specified herein. All bidders must have demonstrated the unit they are bidding prior to bid date. The model specified shall have been in continuous use by municipal and industrial owners for a minimum of ten years. A list of five user contacts shall be provided with the bid submittal. Bidders, at the request of Jefferson County, Alabama, must be prepared to review their specifications with Jefferson County, Alabama and must, if requested, also be prepared to provide a unit for the convenience of Jefferson County, Alabama. These services, if needed are considered as part of the bidder’s proposal and will be provided without cost or obligation to Jefferson County, Alabama. *Use of specific names and numbers is not intended to restrict the bidding of any seller and/or manufacturer, but is solely for the purpose of indicating the type, size and quality of materials, products, service, or equipment considered best adapted to the County's intended use. Proprietary specifications may be waived for functional equivalents offered. Said functional equivalents are subject to pre-approval by the Jefferson County Environmental Services Department. TOOLS AND SPARE PARTS The successful vendor shall furnish the following upon delivery: A recommended list of spare parts. An Operations and Maintenance manual for the pump configuration EXAMINATION OF SITE: All bidders are advised to visit the installation site @ the Village Creek Wastewater Treatment Plant - 1440 Pleasant Hill Road, Birmingham, Alabama 35224 to ascertain existing conditions and determine any possible needs for customization and to address any issues relating to pre-assembly of the Wemco guide rail system to the new pump and to ensure that the operational and functional needs are addressed. Failure to do so will in no way relieve the successful bidder from the necessity of furnishing all materials and equipment, and performing all work required for completion of the contract. To schedule a site visit Mondays - Friday, contact Terry Lane @ 205-791-6405. MINIMUM QUALIFICATIONS FOR BIDDERS: The following are the minimum qualifications for bidders: History of providing successful installations of similar equipment/systems as described in this ITB for a minimum of five (5) years is preferred. Vendor: Enter your number of years here: ______________________ Authorized to conduct business in State of Alabama and Jefferson County Have all applicable licenses and/or professional designations/certifications Have sufficient, existing personnel who are qualified to provide the scope of work described in this ITB and fulfill any other requirements of this ITB and who can address any problems that may arise during the entire course of this project. CONTINUED ON PAGE 12 JEFFERSON COUNTY COMMISSION PURCHASING DEPARTMENT ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N BIRMINGHAM, ALABAMA 35203 (205) 214-8588 PRINCIPAL BUYER: JANICE RIDGEWAY 06/24/11 ITB 171-11 PAGE 12 INVITATION TO BID – CONT’D MINIMUM BID SUBMITTAL REQUIREMENTS: FAILURE TO INCLUDE THE FOLLOWING SHALL RESULT IN THE DISQUALIFICATION OF BID: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. Original and two (2) copies of bid Documentation of company history and experience in providing product and services as described in the specifications. Bid Bond or cashier’s check in the amount of five percent (5%) of bid amount of $25,000 or more Bidder must sign the EEOC Form (non-discrimination form which is the last page of this ITB) and return as part of bid response Signed and notarized Non-Collusion Affidavit – Page 20 of this ITB Letter, signed by the Jefferson County Environmental Services Department approving any equivalent offered. Completed bid form on Page 21 of this ITB – pricing is required for evaluation and qualification for award. Completed and signed Signature Page – Page 22 of this ITB. Warranty as described on Page 10 of this ITB must accompany bid response. Submittal requirements as described under “Specifications” on Pages 5 & 6 of this ITB. FINANCIAL INFORMATION: Bidder, if requested, must provide a copy of their company’s/corporation’s most recent audited financial reports and/or statement. Disclose any and all judgments, pending or expected litigation, and other real or potential financial reversals, including contract terminated by default, that might materially affect the viability or stability of the organization, or warrant that no such condition is known to exist. EXAMINATION OF ITB DOCUMENTS: Failure of any Bidder to receive or examine any form, instrument, addendum or other document shall in no way relieve any Bidder from any obligation with respect to their Bid or to any contract resulting from this Bid. The submission of a Bid shall be taken as conclusive evidence of compliance with this condition. Failure to meet this condition may result in rejection of any offering on this Bid CLARIFICATION: Respondent may be requested to provide additional information and/or clarify contents of their Bid package. Other than information requested by the County, no proposer will be allowed to alter the Bid or add new information after the final filing date. INCURRING COSTS: All costs incurred in preparing the Bid, or costs incurred in any other manner by the respondent in responding to this Invitation to Bid will be wholly the responsibility of the respondent. All materials, supporting materials, correspondence and documents submitted in response to this Invitation to Bid will become the property of Jefferson County and will not be returned. CONTINUED ON PAGE 13 JEFFERSON COUNTY COMMISSION PURCHASING DEPARTMENT ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N BIRMINGHAM, AL 35203 (205) 214-8588 PRINCIPAL BUYER: JANICE RIDGEWAY 06/24/11 ITB 171-11 PAGE 13 INVITATION TO BID – CONT’D PROPERTY OF RECEIVER FOR JEFFERSON COUNTY: All copies and contents thereof of any Bid, attachment, and explanation thereto submitted in response to this ITB, except copyrighted material, shall become the property of the Receiver for the Jefferson County Commission regardless of the bidder selected. All copyrighted material must be clearly marked in indication of its copyrighted status. The Receiver for the Jefferson County Commission shall be held harmless from any claims arising from the release of proprietary information not clearly designated as such by the proposing firm. DELIVERY: F.O.B. Destination via best way. Pump assembly shall be delivered to the Jefferson County Village Creek Wastewater Treatment Plant within six weeks of issuance of purchase order. Enter in the blank space your anticipated delivery time after receipt of order _______________________ Failure to deliver as specified and in accordance with the bid submitted, including promised delivery, will constitute sufficient grounds for cancellation of the order at the option of the County Commission. DELIVERY/COORDINATION OF INSTALLATION: Vendor should contact Terry Lane @ 205-791-6405 to coordinate delivery time/installation schedule. EVALUATION OF BIDS: Bids will be evaluated using the following criteria: a. Ability to meet required specifications b. Pricing (pricing alone will not be a determining factor) c. Experience in providing similar commodities and services BID AWARD: The Jefferson County Environmental Services Department will determine which pump (Type A or Type B) will best serve the needs of the Village Creek Wastewater Treatment Plant, and the the award will be made in a manner that is in the best interest of the Jefferson County Environmental Services Department. Bid will not be awarded based on pricing alone. LICENSES/CERTIFICATES: Jefferson County reserves the right to require documentation that each Proposer is an established business and is abiding by the Ordinances, Regulation, and Laws of their community and the State of Alabama. If you are required by any regulatory agency to maintain professional license or certification to provide any product and/or service solicited under this ITB, the County reserves the right to require you to provide documentation of your current license and/or certification before considering your Bid and/or before awarding a contract. Are you required to maintain professional license or certification? _____YES CONTINUED ON PAGE 14 _____NO JEFFERSON COUNTY COMMISSION PURCHASING DEPARTMENT ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N BIRMINGHAM, AL 35203 (205) 214-8588 PRINCIPAL BUYER: JANICE RIDGEWAY 06/24/11 ITB 171-11 PAGE 14 INVITATION TO BID – CONT’D LICENSES/CERTIFICATES (CONT’D): Currently, Jefferson County does not have a business license requirement; however, in the event you receive a Notice of Intent to Award letter, you will be required to provide your Jefferson County business account number within seven (7) days from your receipt of this Notice of Intent to Award. If you are not currently registered with the Jefferson County Revenue Department and do not have a business account number, applications may be printed http://jeffconline.jccal.org. Failure to submit the requested information may result in the revocation of the Notice of Intent to Award. SOLE CONTRACTOR/IMPLEMENTER: The Jefferson County Commission intends to award the contract to a sole contractor. The successful Bidder shall assume total responsibility for all Deliverables whether a sub-contractor or third-party produces them in whole or in part. Further, the County will consider the successful Bidder to be the sole point of contact with regard to contractual matters, including payment of all charges resulting from the Contract. The successful Bidder will be fully responsible for any default by a sub-contractor, just as if the successful Bidder itself had defaulted. No sub-contractor will be paid directly by Jefferson County. The successful Bidder will be solely responsible for the success of the entire Project. SUBCONTRACTING: The intention to subcontract any portion of the project to a named entity must be part of the Bidder’s Bid. No portion of the Bid or resulting project may subsequently be subcontracted without the prior written approval of both Jefferson County Purchasing and Jefferson County Environmental Services Department. MODIFICATION OF AGREEMENT/CONTRACT CHANGES: All changes/modifications to the original scope of services must be submitted to the Purchasing Department for review. These submissions (and if applicable, the costs associated with the changes) will be reviewed with the Jefferson County Environmental Services Department. Changes that are reviewed by the Purchasing Department and the Jefferson County Environmental Services Department and are determined to be necessary and are at no cost to Jefferson County may be approved by Jefferson County Environmental Services Department. Any changes/modification that involves ADDITIONAL MONEY shall not be binding unless approved Jefferson County Commission. ASSIGNMENT: No portion of the Bid or resulting project contract may be sold, assigned, transferred or conveyed to a third party without the express written consent of Jefferson County. Should Jefferson County authorize the Successful Bidder to subcontract (assign) any portion of this contract, the Successful Bidder will maintain the ultimate legal responsibility for all services according to contract specifications. In the event of a subcontract, the Successful Bidder must maintain a continuous effective business relationship with the subcontractor(s) including, but not limited to, regular payment of all monies owed to any sub-contractor. Failure to comply with these requirements, in whole or part, will result in termination of the contract and/or legal ramifications, due to nonperformance. CONTINUED ON PAGE 15 JEFFERSON COUNTY COMMISSION PURCHASING DEPARTMENT ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N BIRMINGHAM, AL 35203 (205) 214-8588 PRINCIPAL BUYER: JANICE RIDGEWAY 06/24/11 ITB 171-11 PAGE 15 INVITATION TO BID – CONT’D ADDITIONS TO CONTRACT AND/OR ADDITIONAL CONTRACTS: Jefferson County, without invalidating any resulting Contract, may order changes in the items within the general scope of this ITB consisting of additions, deletions, or other revisions. The contract price and time being adjusted accordingly, providing pricing for such additions/changes is included in Bidder’s Bid Response. All such changes in the contract shall be authorized by a written change order to the contract, and shall be executed under the applicable terms and conditions of Jefferson County Commission. No claim for additional work or change in price will be considered valid unless submitted in writing to the Purchasing Department and approved via change order by Jefferson County Commission. INSTALLATION/QUALITY ASSURANCE: Successful bidder shall use adequate numbers of skilled workmen, under proper supervision, who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and methods needed for proper performance of the work as specified in this ITB. CLEANING AND SAFETY: Throughout the onsite install period, the successful bidder shall maintain the installation site in a standard of cleanliness and at no time shall this work interfere with the daily operations of the pump station or cause a safety or code violation around public and private entrances. The successful bidder shall have verifiable, active, safety policies. The successful bidder is responsible for all damage to existing County or public property, including but not limited to, the aeration building, grounds, and equipment, caused by him, his employees, or sub-contractors, and will replace and make good such damage. The successful bidder will comply with all safety laws and regulations in effect in the locality. PROGRESS CLEANING: Throughout the onsite installation period, Contractor shall retain all back-up pump items in an orderly arrangement allowing maximum access, not impeding traffic and providing the required protection of materials. Contractor shall not allow the accumulation of scrap, debris, waste material, and other items not required for the onsite installation. As necessary, Contractor shall completely remove all scrap, debris and waste material related to this installation. PERMITS, CODES & REGULATIONS: All equipment, construction, and installation will comply with City, County, State and Federal codes and Regulations. Successful bidder will obtain and pay for all permits necessary, notify proper authorities for inspections and furnish any certificates required for the work. CONTINUED ON PAGE 16 JEFFERSON COUNTY COMMISSION PURCHASING DEPARTMENT ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N BIRMINGHAM, AL 35203 (205) 214-8588 PRINCIPAL BUYER: JANICE RIDGEWAY 06/24/11 ITB 171-11 PAGE 16 INVITATION TO BID – CONT’D INVOICING: All invoices must agree with the purchase order in description and price and include the following information: 1) Purchase Order Number; 2) Ship-to department name and address. In order to ensure prompt payment, ALL ORIGINAL INVOICES MUST BE SENT TO: Jefferson County Commission/Finance Department Room 820 County Courthouse 716 Richard Arrington Jr. Blvd. North Birmingham, AL 35203 THIRD-PARTY “REMIT-TO” If Bidder has a third-party “remit-to” company, that information must appear on the Bidder’s response. Jefferson County will send payment to the company designated by Bidder on its response, but will not be responsible for resolving payment issues, should the Bidder change payment processing companies after a payment has been mailed or without 45-day written notification to the Purchasing and Accounting division of Jefferson County. *If invoice does not agree with purchase order, credits or a corrected invoice will be required in order for the County to process payment. Invoices that do not reference an authorized Purchase Order will be returned to the vendor. PRE-PAYMENTS: No prepayments of any kind will be made prior to shipment. PRICES: Include transportation (including fuel surcharge, if applicable), handling, packaging, service charges. Bidder agrees that Jefferson County will be charged no more for item(s) bid than the State of Alabama, and that in the event of a price reduction; the County will receive the benefit of such reduction on any undelivered portion of contract. PRICE REDUCTION: In the event of a general price reduction, the County will receive the benefit of such reduction on any undelivered portion of contract. TAX: Jefferson County is exempt from all tax. Provided however, bidder shall be responsible for payment of all sales, use, lease, ad valorem and any other tax that may be levied or assessed by reason of this transaction. CONTINUED ON PAGE 17 JEFFERSON COUNTY COMMISSION PURCHASING DEPARTMENT ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N BIRMINGHAM, AL 35203 (205) 214-8588 PRINCIPAL BUYER: JANICE RIDGEWAY 06/24/11 ITB 171-11 PAGE 17 INVITATION TO BID – CONT’D SINGLE BID: If a single bid response is received for this ITB, the bid will be rejected in accordance with Title 41-16-50-a-1 of the Alabama Code. The bid will be opened, but will not be read publicly. We will proceed with negotiations for a lower price with the rejected bidder and other bidders by means of sealed quotes. The rejected bidder’s initial offer will not be disclosed to other bidders, prior to the awarding of a contract. The award will be made to the company offering the lowest negotiated quotation, provided that all conditions and specifications required by the County are met. NEGOTIATIONS: Jefferson County reserves the right to enter into contract negotiations with the selected bidder. If the County and the selected bidder cannot negotiate a successful contract, the County may terminate negotiations and begin negotiation with the next selected bidder. This process will continue until a contract has been executed or all proposals have been rejected. No bidder shall have any rights against the County arising from such negotiations. GOVERNING LAW/DISPUTE RESOLUTION: Any contract agreement that is issued based on this ITB, the parties shall agree that the contract agreement is made and entered into in Jefferson County, Alabama, and that all services, materials and equipment to be rendered pursuant to said contract agreement are to be delivered in Jefferson County, Alabama. The interpretation and enforcement of this contract agreement will be governed by laws of the State of Alabama. The parties agree that jurisdiction and venue over all disputes arising under this contract agreement shall be the Circuit Court of Jefferson County Alabama, Birmingham Division. PUBLIC DISCLOSURE: Subject to applicable State and Local law or regulations, the content of each Bidder’s Bid shall become public information upon the effective date of any resulting contract. A Bidder’s disclosure or distribution of the Bid, other than to the County, will be grounds for disqualification at the County’s option. All electronic files; audio and/or video recordings; and all papers pertaining to any activity performed by the Successful bidder for or on behalf of the County shall be the property of the County and shall be turned over to the County upon request. Bids submitted are not publicly available until after awarded contract is signed by the Jefferson County Commission. Jefferson County reserves the right to retain all Bids submitted and to use any ideas in a Bid regardless of whether that Bid is selected. NON- DISCRIMINATION POLICY: The Jefferson County Commission is strongly committed to equal opportunity in solicitation of ITB’s and RFP’s. The County encourages bidders and proposers to share this commitment. Each bidder submitting a proposal agrees not to refuse to hire, discharge, promote, demote, or to otherwise discriminate against any person otherwise qualified solely because of race, creed, sex, national origin or disability by signing the attached Jefferson County EEO Certification, which shall be attached to bid response, becoming a permanent part of the bid. CONTINUED ON PAGE 18 JEFFERSON COUNTY COMMISSION PURCHASING DEPARTMENT ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N BIRMINGHAM, AL 35203 (205) 214-8588 PRINCIPAL BUYER: JANICE RIDGEWAY 06/24/11 ITB 171-11 PAGE 18 INVITATION TO BID – CONT’D INSURANCE: The successful bidder will maintain such insurance as will protect him and the County from claim under Workmen's Compensation Acts, and from claims for damage and/or personal injury, including death, which may arise from operations under this contract. Insurance will be written by companies authorized to do business in Jefferson County, Alabama and shall include Jefferson County, Alabama as Added Additional Insured By Endorsement including a thirty (30) day(s) written cancellation notice. Evidence of insurance will be furnished to the Purchasing agent not later than seven (7) day(s) after Purchase Order/contract date. Successful bidder is also required to include the bid number on the evidence of insurance. Insurance Minimum Coverage Contracting party shall file the following insurance coverage and limits of liability with the County's Human Resource Department and Purchasing Department before beginning work with the County. General Liability: $1,000,000 - Bodily injury and property damage combined occurrence $1,000,000 - Bodily injury and property damage combined aggregate $1,000,000 - Personal injury aggregate Comprehensive Form including Premises/Operation, Products/Completed Operations, Contractual, Independent contractors, Broad Form property damage and personal injury. Automobile Liability: $1,000,000 - Bodily injury and property damage combined coverage Any automobile including hired and non-owned vehicles Workers Compensation and Employers Liability: $100,000 - Limit each occurrence Umbrella Coverage: $1,000,000 - Each occurrence $1,000,000 – Aggregate Added Additional Insured By Endorsement: Jefferson County, Alabama 30 day(s) written cancellation notice Certificate of Insurance shall include Jefferson County Bid and P.O. number Under Description of Operations/Locations/Vehicles/Exclusions Added by Endorsement/Special Provisions enter the BID/RFP Number, Project Number or Purchase Order Number Covered by The Certificate of Insurance DISCLAIMER OF LIABILITY: The County will NOT hold harmless or indemnify any successful Bidder for any liability whatsoever. PROTECTION DAMAGE: Bidder will be responsible for any damage to property of the County or others caused by him/her, any employees or sub-contractors, and will replace and make good such damage. The Bidder will maintain adequate protection to prevent damage to his/her property and the property of others, and will take all necessary precautions for his/her safety and the safety of others. The Bidder will comply with all safety laws and regulations in effect in the locality. CONTINUED ON PAGE 19 JEFFERSON COUNTY COMMISSION PURCHASING DEPARTMENT ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N BIRMINGHAM, AL 35203 (205) 214-8588 PRINCIPAL BUYER: JANICE RIDGEWAY 06/24/11 ITB 171-11 PAGE 19 INVITATION TO BID – CONT’D GUARANTEE: Bidder certifies by bidding, that he is fully aware of the conditions of service and purpose for which item(s) included in this bid are to be purchased, and that his offering will meet these requirements of service and purpose to the satisfaction of the Jefferson County Commission and its agent. GENERAL: The Jefferson County Commission expressly reserves the right to reject any or all bids, or parts of bids, or to re-bid and to make the award or awards as the best interest of the County appears. JANICE RIDGEWAY PRINCIPAL BUYER DARRYL TAVEL PURCHASING COORDINATOR CONTINUED ON PAGE 20 JEFFERSON COUNTY COMMISSION PURCHASING DEPARTMENT ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N BIRMINGHAM, AL 35203 (205) 214-8588 PRINCIPAL BUYER: JANICE RIDGEWAY 06/24/11 ITB 171-11 PAGE 20 INVITATION TO BID – CONT’D Non-Collusion Affidavit I, ___________________________________________________, an authorized agent/representative of ________________________________attest that the Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not collusive or sham; that the Offeror has not directly or indirectly induced or solicited any other Offeror to put in a false or sham ITB, and has not directly or indirectly colluded, conspired, connived or agreed with any Offeror or anyone else to put in a sham ITB, or than anyone shall refrain from proposing; that the Offeror has not in any manner, directly or indirectly sought by agreement, communication or conference with anyone to fix the ITB of the Offeror or any other Offeror, to fix any overhead profit, or cost element of the ITB price or of that of any Offeror, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the ITB are true; and further, that the Offeror has not, directly or indirectly submitted his/her ITB price or any breakdown thereof or the contents thereof, of divulged information or data relative thereto, or paid, and will not pay any fee to any corporation, partnership, company, association, organization, ITB depository, or to any member or agent thereof, to effectuate a collusive or sham ITB. I, the undersigned, hereby certify that I have read and understand this Non- Collusion Affidavit and guarantee complete compliance with all the terms, conditions and stipulations. Subscribed and Sworn to Before me this ________ day of ___________ 20____. BY: ___________________________________ Authorized Signature of Offeror Date _____________________________________ Print or Type Name of Offeror ___________________________________ Notary Public of My Commission expires CONTINUED ON PAGE 20 JEFFERSON COUNTY COMMISSION PURCHASING DEPARTMENT ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N BIRMINGHAM, AL 35203 (205) 214-8588 PRINCIPAL BUYER: JANICE RIDGEWAY 06/24/11 ITB171-11 PAGE 21 BID (Bidder must use this form. Fill in all spaces.) A BID BOND OR CASHIER'S CHECK IN THE AMOUNT OF 5% OF BID MUST ACCOMPANY ANY BID $25,000 OR MORE. BIDS SUBMITTED WITHOUT THE BID BOND WILL NOT BE CONSIDERED. Quantity** Cost (Include Installation)*** Two (2) $ __________________________ Item 1-B – Two-year routine pump maintenance Two (2) (if required by O&M Manual) Must include labor & materials $ __________________________ Item 2-A – Type B Pump (Alternative) (Non-clog, submersible Pump Flygt*, ABS*, WEMCO*) See specs on Pages 7 & 8 Two (2) $___________________________ Item 2-B - Two-year routine pump maintenance Two (2) (if required by O&M Manual) Must include labor & materials $___________________________ Description: Item 1-A – Type A Pump (Vaughan Chopper Pump*) See specs on Pages 6 & 7 NOTE: Bidder may bid on one or both type pumps. *Use of specific names and numbers is not intended to restrict the bidding of any seller and/or manufacturer, but is solely for the purpose of indicating the type, size and quality of materials, products, service, or equipment considered best adapted to the County's intended use. Proprietary specifications may be waived for functional equivalents offered. Any and all substitutes offered must include an approval letter signed by Greg James of Jefferson County Environmental Services as part of their bid response. Substitutions submitted without the approval letter will not be evaluated and said bid response voided. See Equivalent Product Section on Page 10 of this ITB. **Quantity shown is an estimate, and not a guarantee to buy in the amount shown. *** Price must include installation and related charges, plus all freight, shipping, packing and handling charges. Attach a copy of your complete warranty, which shall become a part of your bid NAME OF YOUR COMPANY_______________________________________________DATE: _________________ CONTINUED ON PAGE 21 JEFFERSON COUNTY COMMISSION PURCHASING DEPARTMENT ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N BIRMINGHAM, AL 35203 (205) 214-8588 PRINCIPAL BUYER: JANICE RIDGEWAY 06/24/11 ITB 171-11 PAGE 22 SIGNATURE PAGE The Jefferson County Commission, or its Agent, shall have the right to waive any informality or irregularity. Under certain limited conditions, the Purchasing Department may apply a local preference option in determining the low bid for purchases of personal property. All provisions of this Invitation are accepted by bidder as part of any contract or purchase resulting there from. Please specify terms of payment below; otherwise, the terms will be Net 30. Date: _______Company Name: ______________________________ Web Address:________________________________ Terms: _______Address:_______________________________________City:_____________________________________ County: _______________State: _____ Zip: ____________ Phone: (_____)____________________ If Jefferson County Business Licenses were issued to your company for the past twelve (12) months, please list numbers: _____________________________________________. Vendor's Federal I.D. Number: ____________________________ I certify that ___________________________ has ___ has not ___ been in operation for one (Company Name) (Check one) year at location(s) zoned for the type of business conducted by my company at the address stated above. ______________________________ (Authorized Signature) ______________________________ (Print Name) ______________________________ (E-Mail Address) Toll Free Phone: _____________________________Fax Number: ____________________________ Return original bid in sealed envelope. Authorized signature of bidder must be in ink. Bids received in our office after the specified date and hour will not be considered. INDICATE THE FOLLOWING ADDRESSES IF DIFFERENT FROM ABOVE: 1. BID AWARD NOTICE ADDRESS 2. PURCHASE ORDER ADDRESS 3. REMITTANCE ADDRESS (AND NAME IF DIFFERENT THAN ABOVE) JEFFERSON COUNTY, ALABAMA EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION FORM Contractor/Vendor Name: __________________________________________________ Address: ______________________________________________________________ _______________________________________________________________ The Contractor acknowledges receipt of Jefferson County’s Equal Employment Opportunity Contractor Compliance Administrative Order and certifies that it is an equal opportunity employer and agrees to the requirements of the Policy and the Equal Employment Opportunity Clause therein. It further certifies that it will require all subcontractors to execute an Equal Employment Opportunity statement and certification of compliance in accordance with Jefferson County Administrative Order 08-4 as follows: 1. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, age, disability or veteran status pursuant to the provisions of Title VII of the Civil Rights Act of 1964, 42 U.S.C. §§ 1981, 1983, 1986 and all amendments thereto relative to discriminatory employment practices. The Contractor will ensure that qualified applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, national origin, age, disability or veteran status. Such action shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. In the event of the Contractor’s non-compliance with the equal employment opportunity clause of this contract, this contract may not be awarded or may be cancelled, terminated or suspended in whole or in part and the Contractor may be declared ineligible for further County contracts. 3. The Contractor will include the provisions of paragraph (1) in every subcontract or purchase order. 4. The Contractor shall certify to the County its compliance with this policy prior to receipt of any contract or business with the County. The Contractor will furnish to the County, upon request, reports, notices, policies and/or information certifying compliance with this policy. In the event of the Contractor’s non-compliance with the equal employment opportunity clause of this contract, this contract may not be awarded or may be cancelled, terminated or suspended in whole or in part and the Contractor may be declared ineligible for further County contracts. ________________________ Date ___________________________________ Signature ___________________________________ Title JEFFERSON COUNTY COMMISSION PURCHASING DEPARTMENT ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N BIRMINGHAM, AL 35203 (205) 325-5381 NOTIFICATION OF INTENT TO RESPOND REFERENCE: ITB# 171-11 “VAUGHAN CHOPPER PUMP” ( ) On behalf of myself/my firm/institution, I hereby certify that I/we intend to submit a response. ( ) On behalf of myself/my firm/institution, I hereby certify that I/we do not intend to submit a response. . ____________________________________ Authorized Signature ____________________________________ Individual/Institution/Firm ____________________________________ Title ____________________________________ Date
© Copyright 2026 Paperzz