JEFFERSON COUNTY COMMISSION

PURCHASING DIVISION

ROOM 830 COURTHOUSE

BIRMINGHAM, AL 35203-0009

OFFICE: (205) 325-5381 / FAX: (205) 214-4034

DOROTHEA ROBINSON, PRINCIPAL BUYER JUNE 10, 2016

MICHAEL MATTHEWS, PURCHASING AGENT MUNIS ITB: 16052 (ITB: 90-16)

TO: / Prospective Bidders
INVITATION FOR BID NUMBER: / 16052 ( Bid must be submitted online at https://mss.jccal.org/mss)
SEPARATE SEALED BIDS FOR: / GODWIN DRI-PRIME CD103M 4”X4” PUMP
INVITATION TO BID RESPONSES WILL BE RECEIVED BY: / Dorothea Robinson, Principal Buyer
716 Richard Arrington Jr. Blvd North,
Room 830 Courthouse
Birmingham, AL 35203-0009
***IMPORTANT SOLICITATION DATES***
BID DUE DATE: / BID OPENING DATE:
JUNE 23, 2016 by 11:59PM
(Central Standard Time) / JUNE 24, 2016 at 10:00 AM
(Central Standard Time)
PARTICIPANTS MUST SUBMIT BID ONLINE AT HTTPS://MSS.JCCAL.ORG
INSTRUCTIONS ARE LOCATED IN THE VSS “RESOURCES SECTION” OR CAN BE OBTAINED BY CONTACTING THE BUYER LISTED WITHIN THIS DOCUMENT.
VENDORS MUST BE REGISTERED IN MUNIS/VENDOR SELF SERVICE TO ACCESS BID 16052 (ITB 90 - 16)
BID OPENING WILL BE HELD AT:
Jefferson County Courthouse
Purchasing Department, Room 830 Courthouse
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. Bidders providing a Notification of Intent will be sent any related addendum, answers to inquiries, etc. pertaining to this solicitation. The Notification of Intent form located on Sheet 19 of the Bid must be sent to the attention of Dorothea Robinson via fax 205-214-4034 or emailed to . (Full document available for download at http://paca.jccal.org).
PLEASE RESPOND NO LATER THAN WEDNESDAY JUNE 20, 2016 WITH YOUR INTENT.
TELEPHONE INQUIRIES – NOT ACCEPTED:
Telephone inquiries with questions regarding clarification of any and all specifications of the bid will not be accepted. All questions must be submitted to Dorothea Robinson, Principal Buyer: via email or fax 205-214-4034.
Submissions may be withdrawn, modified, and resubmitted prior to the formal bid due date. Any submission modifications submitted after the “ITB Due Date” will not be considered.
Jefferson County (henceforth referred to as “The County” reserves the right to accept or reject any or all bids, or any part of any bid, and to waive any informalities or irregularities in the bid.
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 bid, 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. Any materials submitted in response to this solicitation shall not be returned. Response to this solicitation does not constitute an 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 bids will be retained in the bid file, unopened.
RELEASED BY:
______

Page 21 of 22

JEFFERSON COUNTY COMMISSION

PURCHASING DIVISION

ROOM 830 COURTHOUSE

BIRMINGHAM, AL 35203-0009

OFFICE: (205) 325-5381 / FAX: (205) 214-4034

DOROTHEA ROBINSON, PRINCIPAL BUYER JUNE 10, 2016

MICHAEL MATTHEWS, PURCHASING AGENT MUNIS ITB: 16052 (ITB: 90-16)


INVITATION TO BID# 16052 (ITB 90-16)

“GODWIN DRI-PRIME CD103M 4”X4” PUMP”

Dorothea Robinson, Principal Buyer

Room 830*716 Richard Arrington Jr. Blvd N

Birmingham, Alabama 35203

Phone: (205) 325-5381

Email:

Page 21 of 22

JEFFERSON COUNTY COMMISSION

PURCHASING DIVISION

ROOM 830 COURTHOUSE

BIRMINGHAM, AL 35203-0009

OFFICE: (205) 325-5381 / FAX: (205) 214-4034

DOROTHEA ROBINSON, PRINCIPAL BUYER JUNE 10, 2016

MICHAEL MATTHEWS, PURCHASING AGENT MUNIS ITB: 16052 (ITB: 90-16)

INVITATION TO BID

Sealed bids marked "GODWIN DRI-PRIME CD103M 4”X4” PUMP" will be received by the Purchasing Manager, Room 830 * 716 Richard Arrington Jr. Blvd N, Birmingham, Alabama.

Bids will be accepted until 11:59 P.M. central time (standard or daylight savings time, as applicable) on THURSDAY JUNE 23, 2016. Bids submitted after this date and time will not be considered.

Bids will be publicly opened at 10:00 P.M. on FRIDAY, JUNE 24, 2016.

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.

TERM OF CONTRACT: Any contract resulting from this ITB will become effective upon bid award (or within 30 days of award notification, approval of the County Commission and purchase order is issued). Contract will be for one (1) year with the County’s option to renew for two (2) additional one (1) year terms.

INTERPRETATIONS AND ADDENDA: No interpretation or modification made to any respondent as to the meaning of the Bid shall be binding on the Jefferson County Commission unless repeated in writing and distributed as an addendum by Jefferson County Purchasing. Interpretations and/or clarifications, or questions shall be requested in writing and directed to Dorothea Robinson, Jefferson County Purchasing Division, 830 Courthouse, 716 Richard Arrington Jr. Blvd. North, Birmingham, AL 35203, Fax 205-214-0434 or email: . Verbal information obtained otherwise will not be considered in awarding of contracts. Facsimile and/or e-mail shall be considered an acceptable method for the transfer of written documents for this purpose. All addenda shall become part of the contract documents and shall be acknowledged and dated on the Signature Page.

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 ITB are all offers from the BIDDER. The County has established for the purposes of this RFP 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 BID and indicates 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 proposal, but may result in being considered as not in the best interest of the County.

INVITATION TO BID (CONTINUED)

SCOPE OF SERVICES: The purpose of this solicitation is to secure contract pricing form qualified organizations to provide GODWIN DRI-PRIME CD103M 4”X4” PUMP or approve equal. Requirements for providing a four inch sound attenuated diesel trailer mounted pump. The pump shall be delivered to the owner within ____ weeks of contract commencement or as stated in the notice to proceed. Bids will be accepted for consideration on any make and model that is equal to or superior to the specified Godwin Dri-Prime CD103M four-inch (4”) by four-inch (4”) sound attenuated trailer mounted pump, as interpreted by Jefferson County. 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.

Units described shall be new, unused and of the current year’s production. The style of pump being bid must be in production for a minimum of 8 years (included user’s list). Unit shall be of the latest design and in current production, completely serviced, ready for work, and shall include all standard and optional equipment of specified herein. All bidders must have the ability to demonstrate the unit they are bidding prior to bid date. Bidders must have a fully stocked parts and service facility within 75 miles of Jefferson County. Jefferson County shall have the right to inspect the office and shall be the sole judge of its adequacy to fulfill this requirement. Bidders, at the request of Jefferson County, must be prepared to review their specifications with Jefferson County and if requested must also be prepared to provide a trial unit for the convenience of Jefferson County. These services, if needed are considered as part of the bidder’s proposal and will be provided without cost or obligation to Jefferson County.

The specifications herein state the minimum requirements of Jefferson County. All bids must be regular in every respect. Unauthorized conditions, limitations, or provisions shall be cause for rejection. Jefferson County 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 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 (exception yes or no) 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.

INTERPRETATIONS:

In order to be fair to all bidders no oral interpretations will be given to any bidder as to the meaning of the specifications documents or any part thereof. Every request for consideration shall be made in writing to Jefferson County. Based on written inquiry Jefferson County may choose to issue an Addendum in accordance with Local Public Contract Laws.

INVITATION TO BID (CONTINUED)

DESIGN REQUIREMENTS:

The pump specified in this section will be used to pump raw sewage. The pump must have an “Open Impeller.” Closed impellers will not be allowed. The pump and accessories hall be supplied by the pump manufacturer. The pump priming system shall be capable of generating 25 inHg (28 feet) of vacuum at sea level. It shall also be capable of operation using extended suction lines. The engine and pump shall be completely enclosed inside an acoustical enclosure to reduce pump and engine noise to 69 dBA or less at a distance of 30 feet. Pump must be equipped with a ball valve to relieve pressure on discharge side.

OPERATING SPEED (MAXIMUM) 2200 RPM

MAXIMUM SOLIDS HANDLING SIZE 3.0 INCHES

IMPLELLER DIAMETER 10.1 INCHES

SUCTION SIZE 4 INCHES

DISCHARGE SIZE 4 INCHES

MAXIMUM SUCTION LIFT 28 FEET

MAXIMUM DUTY POINT 900GPM AT 75 FT TDH

(INCLUDING A 15 FT DYNAMIC SUCTION LIFT)

SECOND DUTY POINT 650 GPM AT 140 FT TDH

(INCLUDING A 15 FT DYNAMIC SUCTION LIFT)

ANSI (16.5) – Standard for Cast Iron Pipe Flanges and Flanged Fittings.

PRIMING SYSTEM:

Pump shall be fitted with a fully automatic priming system incorporating an air compressor and air ejector assembly. The compressor shall be installed on the structural steel skid base and shall be gear driven, lubricated and cooled. The priming system shall require no fail-safe protection float gear or any adjusting at high or low suction lifts. The pump must be capable of running totally dry for periods up to 24 hours, then re-priming and returning to normal pumping volumes. Pump and priming system is capable of priming the pump from a completely dry pump casing. Equipment acceptance shall be contingent upon the pump’s ability to run continuously at full speed in a completely dry condition. The engineer may require a demonstration.

CASING, SUCTION COVER, AND SEPARATION TANK:

Pump design shall incorporate a direct suction flow path that is in axial alignment with the impeller eye. There shall be no turns, chambers, or valves between the suction flange and the impeller eye.

IMPELLERS:

The impeller shall be an open, two-blade type with pump-out vanes on the back shroud, and fabricated from hardened cast steel (minimum Brinell Hardness 200 HB).

WEARPLATES:

Shall be fully adjustable and replaceable, fabricated of cast iron. Wearplate clearances shall have no relationship to the ability of the pump to achieve a prime.

BEARINGS AND SHAFTS:

Pump shall be fitted with a bearing bracket to contain the shaft and bearings. Bearings shall be tapered roller bearings of adequate size to withstand imposed loads for sustained pumping at maximum duty points. Minimum ISO L10 bearing life to be 100,000 hours. Impeller shafts shall be fabricated of carbon steel.

INVITATION TO BID (CONTINUED)

SEALS:

Seals shall be high pressure, mechanical, self-adjusting type with silicon carbide faces capable of withstanding suction pressures up to 80 psi. The mechanical seal shall be cooled and lubricated in a liquid bath reservoir, requiring no maintenance or adjustment. Pump shall be capable of running dry, with no damage, for periods up to 24 hours. All metal parts shall be of stainless steel. Elastomers shall be Viton.

PUMP SUCTION AND DISCHARGE FLANGES:

Shall be cast iron ANSI (16.5) Class 150, flat faced. Four inch (4”) Bauer connections mounted on suction and discharge flange.

PUMP GASKETS:

Shall be compressed fiber and/or Teflon.

CHECK VALVE:

Pump shall be supplied with an integral swing-type check valve mounted on the discharge of the pump, allowing unrestricted low from the impeller. The check valve shall prevent in-line return of flow when the pump is shut off.

DRIVE UNIT:

The drive unit shall be a diesel, water-cooled engine. The engine shall drive the pump by use of a direct-connected intermediate drive plate. Starter shall be 12VDC. A Godwin PrimeGuard 2 control panel consisting of a low oil pressure safety shutdown, high temperature shutdown, tachometer, and hour-meter shall be integrated into the engine control panel. Unit shall include a tachometer and an hour meter. Battery shall have 180 amp hour rating. Drive unit shall be an Isuzu 4EL2T final Tier 4 or equal, rated at 46 HP (continuous) at 2200 RPM. A certified continuous duty engine curve shall be supplied to the owner/engineer. Engines not meeting current EPA emissions standards for off road diesel engines shall not be accepted as equal.