INVITATION FOR BID. April , Purchase Two Submersible Non-clog Pumps. Purchasing Depanment 4725A Moffett Road

Size: px
Start display at page:

Download "INVITATION FOR BID. April , Purchase Two Submersible Non-clog Pumps. Purchasing Depanment 4725A Moffett Road"

Transcription

1 Mobile Area Water and Sewer System 4725A Moffett Road Mobile. AL Buyer II Lisa Russell (251) Office TO INVITATION FOR BID NUMBER SEPARATE SEALED BIDS FOR BIDS WILL BE RECEIVED AT Prospective Bidders IFB BID OPENING DATE April 24, 2018 BID OPENING TIME AWARD WILL BE MADE BY MATERIAL DELIVERED TO INVITATION FOR BID April , Purchase Two Submersible Non-clog Pumps MAWSS or Mail to: MAWSS Purchasing Depanment Purchasing Depanment 4725A Moffett Road PO Box Mobile. AL Mobile, AL :30 a.m. Central Time Total Cost Lift Stations Depanment 1610 Shelton Beach Road Ext Mobile, AL PO Box Mobile. AL FOR ADDITIONAL INFORMATION, CONTACT Terry Herman (251) or Ihgwan@maw sco!!] Sealed bids are to be in the Purchasing Department no later than the time specified in order to be considered. Submissions received after the deadline will not be considered. Envelopes shall bear the name of the supplier, company address and the words "IFB Two Submersible Pumps" or "IFB NO QUOTE." Facsimile or s will not be accepted. All bids must be submitted on the attached forms or your bid will be disqualified. Bidder shall furnish all the information required by the solicitation. The bidder's name must be typed or printed on the bid sheet, and signed by the owner or appropriate executive officer of the firm. Bidders must initial any changes or erasures. Bidders should retain a copy of bids for their records. Bidders shall acknowledge receipt of any addendum to this solicitation by signing and returning the addendum or by identifying the addendum number and the date on the bid form. Failure to acknowledge receipt of any addendum by a bidder will result in rejection of the bid if the addendum contains information that substantially changes the requirements. All bids shall be quoted F.O.B. Destination, freight prepaid with no additional charges. Unless otherwise specified in the bid, all prices will be on a firm-fixed price basis and are not subject to adjustments based on costs incurred. MAWSS reserves the right to reject any or all bids submitted, to waive any informality in the bid process, or to terminate the bid process at any time, if deemed by MAWSS to be in the best interest of the Board of Water and Sewer Commissioners. A Purchase Order and this "Invitation for Bid" with "Specifications," "Conditions," "Subcontracting Plan," "Insurance Requirements," "Bid Form," signed by the successful bidder's authorized representative, and all attached drawings and other documents furnished by MAWSS to the bidders with the Invitation in order to illustrate the contract requirements, will constitute a contract for the purchase to be made. BOARD OF WATER AND SEWER COMMISSIONERS IFB Purchase Two Submersible Non-clog Pumps Page 1

2 IFB Purchase Two Submersible Non-clog Pumps Conditions The Board of Water and Sewer Commissioners of the City of Mobile will accept bids to Purchase Two Non-clog Pumps including control relays, cables, hardened impeller and complete guiderail system in the Purchasing Department located at 4725A Moffett Road, Mobile, AL at 10:30 a.m. local time, April 24, Award will be by total cost. The bidder offers and agrees, if this bid is accepted, to fu rnish the items as defined in the specifications for the total price of this repair. Pricing shall be FOB Mobile, Alabama and is to be delivered to the Lift Stations Department. The expected length of delivery time is to be stated in bid quote. Bidder understands and agrees that MAWSS reserves the right to reject any or all bids and waive any informalities or irregularities in the bid or in the bidding. Bidder understands that his/her bid shall be good and may not be withdrawn for a period of sixty (60) calendar days after the scheduled closing time for receiving bids. A bidder may not modify its bid after bid opening. Errors in the extension of unit prices stated in a bid or in multiplication, division, addition or subtraction in a bid may be corrected by the Purchasing Buyer prior to award. In such cases, unit prices shall not be changed. It is the responsibility of the bidder to determine prior to the bid opening whether any amendment, additions, deletions or changes of any type have been made to this Invitation for Bid, Terms and Conditions or any of the specifications or bid documents. Bid documents and any amendments made to this bid will be posted on our website at For a goods or services contract which is subject to Alabama's competitive bids laws, the MAWSS employee or consultant handling the contract may award it to a DBE who is also a responsive and responsible bidder and who submits a bid no more than ten percent (10%) greater than that of an apparent low bidder which does not have a place of business in Alabama. Delivery Time ARO (after receipt of order): Payment Terms: Address: Company: Address: City, St., Zip : Phone : Fax: Submitted by: Print Name Title: Signature: Date : IFB Purchase Two Submersible Non-clog Pumps Page 2

3 SUBCONTRACTING PLAN The Bidder must complete and sign this Subcontracting Plan for proposal consideration. Failure to fully complete this page and include a handwritten signature may be cause for rejection of bid. Copies of MAWSS Policy DBE 17-01, MAWSS's list of certified Disadvantaged Business Enterprises [DBE'sJ, and lists of organizations who have information on DBE's are available from MAWSS's DBE Office or from the MAWSS website, It is MAWSS's goal that in all contracts, contractors shall make a demonstrated good faith effort to award 15% of the contract amount to certified DBE's as subcontractors and/or suppliers performing commercially useful functions which are consistent with contract requirements. Please list below the subcontractors and suppliers you plan to use for this contract, along with the percentage of the contract amount for each, attaching additional sheets if necessary. AMOUNT BID FOR THIS CONTRACT: $_----- ESTIMATED % OF TOTAL BID AMOUNT TO BE AWARDED TO DBE's: ESTIMATED TOTAL DOLLAR AMOUNT TO BE AWARDED TO DBE'S: $ LIST OF SUBCONTRACTORS! SUPPLIERS AND ESTIMATED %OF CONTRACT AMOUNT: % % % % _% _% _% CAUTION: SIGN BELOW: WE Will EXERCISE GOOD FAITH TO COMPLY WITH THIS PLAN AND MAWSS POLICY DBE Bidder By: IFB Purchase Two Submersible Non-clog Pumps Page 3

4 IFB Purchase Two Submersible Non-Clog Pumps Scope of Work Two Submersible non-clog pumps, rated to deliver ' TDH. The,control and electrical cables shall be so'feet long and all applicable control relays provided. A hardened impeller and complete guiderail system shall be included in quote. Review the specification closely as changes has been made since previous bids. Capability: 3" minimum diameter spherical solid passage. Materials of Construction: 1. Casing - cast iron A48 Class 3sC or All Exposed Bolts & Nuts stainless steel 3. Pump Exterior Coating - Factory applied primer and finish coat to suit pumped media 4. Pump Interior & Base Elbow Interior Coating - All internal wetted parts including volute assembly and discharge connection shall receive a ceramic-epoxy coating as per below. Belzona 1341 (Supermetalglide) (Minimum 16 dry mils thickness) shall be applied blue topcoat and gray basecoat (to ensure successful overlap) by brush, applicator, or spray at a typical thickness of 10 mils per coat. The first coat shall not be left more than 24 hours before overcoating with the second coat. Evidence of basecoat shall not be identifiable upon completion. 5. Shaft & Sleeve - Stainless steel AISI 431 or Impeller - The impeller shall not be a Vortex style. When required per spec. Hard Iron (ASTM A-532 (Alloy llla) 25% chrome cast iron. And shall have hard iron wear ring or wear plate with equal hardness to the impeller. 7. a-rings - Viton 8. Upper Bearing - Single row deep groove ball bearing 9. Lower Bearing - Two row angular contact ball bearing 10. All mating surfaces where watertight sealing is required shall be machined and fitted with Viton rubber a-rings. Fitting shall be such that sealing is accomplished by metal-tometal contact between machine surfaces. This will result in controlled compression of Viton rubber a-ring without requirement of a specific torque limit. IFB Purchase Two Submersible Non-clog Pumps Page 4

5 IFB Purchase Two Submersible Non-Clog Pumps Scope of Work (cont.) Drive Motor: Warranty: 1. Maximum horsepower, 240v, 60HZ 3 Phase. 2. Design - Squirrel-Cage, Induction. 3. NEMA Design - Type B 4. Windings - Copper, Class H Insulated rated for 180 degrees C 5. Service Factor continuous 6. Design Temperature - 40 C ambient 7. Non-overloading at any point on pump curve 8. Explosion Proof 9. Air filled or oil motor when required herein, pumps shall have a cooling jacket to allow continuous operation in an unsubmerged condition. Cooling jackets may have closed integral, liquid cooling system. 10. Motor Terminal Board 11. Stator shall be heat-shrink fitted 12. Motor Winding Over temperature Thermostats 13. Seal Failure Moisture Probe 14. Motor cable shall be designed for submersible duty and shall be indicated by code or legend permanently applied to cable. The warranty shall be 100% (parts and labor) for the first year, 50% from the beginning of the second year to the end of the fifth year. The units shall be warranted by the manufacture for a five year period. Wear items such as seals, bearings impellers, rotors and stator may be prorated during the five year period. Submittals: Manufacturer's literature, specifications, and engineering data including dimensions, material, size and weight. Performance data and curves showing pump efficiencies, flow rate, head, brake HP, motor HP, speed and shut-off head. Operation and maintenance manuals including complete installation, operation and maintenance data including installation and wiring diagrams. A complete parts list and exploded view diagram ofthe pump. IFB Purchase Two Submersible Non-clog Pumps Page 5

6 IFB Purchase Two Submersible Non-Clog Pumps Scope of Work (cont.) Manufacture(s): Acceptable manufactures include: Flygt KSB Wilo Manufacturer shall provide a certified pump curve for each pump provided in accordance with the Board's Standard Specifications. Accessory Equipment: Provide the following for each pump as required for a complete installation: Pump discharge elbows Guide rail brackets 316 Stainless steel guide rails 316 Stainless steel lifting chain and hooks Epoxy embedment anchors sized to suit each individual pump installation Any questions regarding this bid please contact as below: Terry Herman Therman@mawss.com The vendor shall have (60) Sixty days to deliver equipment to as below: ICO Terry Herman 1610 Shelton Beach Rd Ext Mobile AL IFB Purchase Two Submersible Non-clog Pumps Page 6

7 IFB Purchase Two Submersible Non-dog Pumps Bid Sheet Total Cost $ Manufacturer Acceptable manufactures: Flygt, KSB, Wilo Rebuild Start Date (ARO): Delivery (ARO): (after receipt of order) (60 days) Payment Terms Warranty: Company By Print I\lame Address City, State, Zip Phone Fax Signature* Date *Authorized Signature: The signer declares under penalty of perjury that she/he is authorized to sign this document and bind the company or organization to the terms of this agreement. IFB Purchase Two Submersible Non-clog Pumps Page 7