SODIUM HYPOCHLORITE FEED PUMPS AND VARIABLE SPEED CONTROLLERS SARATOGA COUNTY WATER AUTHORITY

Similar documents
Request for Proposal Transition/Vocational Services RFP No

PURCHASE OF SODIUM PERMANGANATE

PURCHASE OF WATER TREATMENT CHEMICALS LIQUID ALUM POLYALUMINUM CHLORIDE SODIUM HYPOCHLORITE SODIUM HYDROXIDE POWDERED ACTIVATED CARBON

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

Request for Proposal Automobile Driver Education Services RFP #

BID ON LIQUID ZINC ORTHOPHOSPHATE & LIQUID POLYPHOSPHATE

PROPOSAL FOR. Project Number: SU Date: December 7, 2018 Project Name: Renovate Old Mailroom to Café TO THE STATE UNIVERSITY OF NEW YORK:

(District - Wide) Bid Period: July 1, 2018 through June 30, 2019

INSTRUCTIONS TO BIDDERS

MEDICAL OXYGEN SUPPLY & TANK RENTAL FOR THE PINES HEALTHCARE AND REHABILITATION CENTERS OLEAN, MACHIAS

SPECIFICATIONS AND BID FORM FOR TRASH REMOVAL HOWARD G. SACKETT TECHNICAL CENTER

HOUSEHOLD HAZARDOUS WASTE PROGRAM

Putnam Valley Central School District Bid # Athletic Uniform Cleaning Putnam Valley, N.Y NOTICE TO BIDDERS

BID FORM. Base Bid Dollars ($ )

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

REQUEST FOR PROFESSIONAL AUDITING/ACCOUNTING SERVICES PROPOSALS FOR DUNKIRK LOCAL DEVELOPMENT CORPORATION

COUNTY OF OSWEGO PURCHASING DEPARTMENT

CITY OF NIAGARA FALLS, NEW YORK

City of Albany, New York

PROPOSAL LIQUID CALCIUM CHLORIDE

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

Request for Bids. SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS

City of New Rochelle New York

SOUTH COLONIE CENTRAL SCHOOL DISTRICT BOARD OF EDUCATION

PURCHASE OF WATER TREATMENT MEDIA GRANULAR ACTIVATED CARBON

Albany Parking Authority 25 Orange Street Albany, NY

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

City of New Rochelle New York

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

INSTRUCTIONS TO BIDDERS

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

SPECIFICATION PACKAGE. for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3

City of New Rochelle New York

City of New Rochelle New York

Erie County Water Authority

PROPOSAL GRANULAR FILL (BANK RUN GRAVEL)

JACQUELINE M. IZZO MAYOR

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

Request For Proposal For Banking Services

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

Computerized Point-Of-Sale Accountability System And Meal Application Software for USDA National School Meals Program

CITY OF NIAGARA FALLS, NEW YORK

Invitation to Bid. Attached you will find a Bid Form. If you have any questions, feel free to call or me directly.

City of Albany REQUEST FOR PROPOSALS FOR THE PROVISION OF FOOD CONCESSION SERVICES IN CITY HALL. RFP Number December 4, 2013

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Boilers and Cooling Towers Equipment Treatment Programs INVITATION TO BID

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

NOTICE IS HEREBY GIVEN

NIAGARA FALLS WATER BOARD

City of Albany, New York Traffic Engineering

BID # EFI H1625 LED Wide Format Printer Fullerton College

BID DOCUMENTS FOR ACCU-TAB SL CAL HYPO TABLETS FOR USE IN WATER TREATMENT

STRUCTURAL STEEL. The attached Non-Collusion Statement must be signed and attached to the bid.

French Hall Rehab Main Entrance

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

OSWEGO COUNTY PURCHASING DEPARTMENT

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

Request for Bids. Recycling Collection Containers and Hauling Services at OCRRA s Transfer Stations to Local MRF

City of Bowie Private Property Exterior Home Repair Services

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

City of Waukegan 100 N. Martin Luther King Jr. Ave. Waukegan, IL (847) (847) fax BID DOCUMENTS FOR OUTDOOR WARNING SIREN SYSTEM

CITY OF NIAGARA FALLS, NEW YORK

**BID NO: 3819 Service Contract - Electrical. UN-Priced Solicitation Due: On or before, Wednesday, May 23, 2018 at 4:30 p.m.

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

City of Forest Park Request for Proposals. Secure Access Control Systems

The vendor will provide at least one day of training at each location.

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid WD Motor Grader 2018 Boom Mower (Shredder)

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

HEATING AND COOLING SYSTEM MAINTENANCE

ONONDAGA COUNTY WATER AUTHORITY PURCHASING POLICY

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S.

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404)

INVITATION TO BID. The Sanitary District of Decatur, Illinois will receive bids as follows:

CITY OF FORT MITCHELL, KENTUCKY INVITATION TO BID FOR DIXIE HIGHWAY REMOVAL AND REPLACEMENT OF STREET TREES

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

PROPOSAL CAR, TRUCK, AND HEAVY EQUIPMENT TIRES

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT

INSTRUCTIONS TO BIDDERS

University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

MANDATORY GENERAL TERMS AND CONDITIONS:

*Reverse Auction: Wednesday, June 7, 2018

TOWN OF LINCOLN GENERAL SPECIFICATIONS

BID # Queens Flushing Library Date: February 16, Contractor Services Contract for: Emergency Generator Fuel Tank Replacement Project

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

TOWN OF LAKEVILLE, MASSACHUSETTS INVITATION FOR BIDS FUEL NO. 2 OIL

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

BID PROPOSAL. To RM Builders on behalf of the Cherokee Nation Entertainment (hereinafter called Owner).

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

BID DOCUMENTS FOR. WTP VFD Replacement Bid

Request for Bid #1667 (RFB) CONCRETE SERVICES

Transcription:

SODIUM HYPOCHLORITE FEED PUMPS AND VARIABLE SPEED CONTROLLERS SARATOGA COUNTY WATER AUTHORITY John E. Lawler, Chairman Anita M. Daly, Vice-Chairman Kevin T. King, Treasurer J. Gregory Connors Arthur J. Johnson Mary Beth Hynes Charles V. Wait William D. Simcoe, P.E. Executive Director SARATOGA COUNTY WATER AUTHORITY 260 Butler Road Fort Edward, NY 12828 AUGUST 2010

NOTICE TO BIDDERS This sheet is to be filled out in connection with the bid specification for a SODIUM HYPOCHLORITE FEED PUMPS AND VARIABLE SPEED CONTROLLERS. The specification is comprised of 4 sections. Notice to Bidders Page 3 Bid Forms Pages 4-7 Standard Conditions Pages 8-10 Technical Specifications Pages 11 I,, have received a complete specification according to the above information. (Company or firm) Printed Name Signature Official Title Address City, State, Zip Code Telephone This sheet must be submitted with your bid sheet. 1

LEGAL NOTICE INVITATION TO BID SARATOGA COUNTY WATER AUTHORITY PLEASE TAKE NOTICE that the Saratoga County Water Authority is seeking sealed bids for the furnishing of a SODIUM HYPOCHLORITE FEED PUMPS AND VARIABLE SPEED CONTROLLERS in conformance with specifications included in the bid package. Sealed bids will be received at the headquarters of the Authority at 260 Butler Road, Fort Edward, NY 12828. The bids will be publicly opened at 1:30 PM on August 24, 2010 at the headquarters of the Saratoga County Water Authority. Sealed bids will be received up until 12:00 Noon on August 24, 2010 at the aforementioned address. Each sealed enclosure containing a bid is to be endorsed on the outside with the name, address and telephone number of the bidder and is to state that it contains a bid for the SODIUM HYPOCHLORITE FEED PUMPS AND VARIABLE SPEED CONTROLLERS. The successful bidder will be required to enter into a written contract/purchase order with the Authority. The Saratoga County Water Authority reserves the right to reject any and all bids, waive any irregularities in bidding and accept the bid that is best suited for the Authority. DATED: AUGUST 11, 2010 2

SARATOGA COUNTY WATER AUTHORITY NOTICE TO BIDDERS Pursuant to the provisions of Section 103 of General Municipal Law, sealed proposals will be received by the Saratoga County Water Authority at the aforesaid address for furnishing the Item(s) listed in this proposal. When submitting a bid, you must. 1. Prepare your bid on this form using black ink or typewriter. Write the name of your company on each page of the bid, in the space provided. 2. If your bid deviates from the specifications, indicate such fact by marking X alongside the amount bid for each item in the price column. Explain such deviations or qualifications; if necessary, attach a separate sheet setting forth such explanation. The Authority reserves the right to determine if a bid is unresponsive. The Authority will not make any determinations of item equivalency prior to the bid submission date. 3. Sign the bid. By signing, you indicate full knowledge and acceptance of the General Specification and other requirements of the Bid Proposal. The bid must be completed in the name of the bidder, corporate or other, and must be fully and properly executed by an authorized person. 4. Record the required information on the envelope containing the sealed bid. 5. Mail the bid promptly in order for it to be received before the time of the bid opening. Late bids will be rejected. If you are submitting a bid, it is important that you answer this proposal. Failure to respond to three successive proposals may result in your name being removed from the mailing list for this commodity group. It is also requested that you indicate your reason for not bidding. SEALED BIDS WILL BE RECEIVED BY THE SARATOGA COUNTY WATER AUTHORITY UNTIL 90 MINUTES PRIOR TO THE TIME DESIGNATED FOR THE OPENING OF BIDS. PLEASE ATTACH PROPER POSTAGE. 6. A bid bond or certified check in the amount of 5% of bid total must be submitted with each bid. The certified check or bid bond will be returned upon the awarding of the bid. 7. Award to contract will be made only to the lowest responsible bidder, whose proposal shall comply with all the provisions required to make it normal. 8. The Saratoga County Water Authority reserves the right to reject any or all proposals, and may advertise for new proposals, if in its opinion the best interests of the Saratoga County Water Authority will thereby be promoted. The bidder must be prepared if requested by the Saratoga County Water Authority to present evidence of experience, ability and financial standing, as well as a statement as to plant and machinery. 3

BID FORMS SARATOGA COUNTY WATER AUTHORITY SODIUM HYPOCHLORITE FEED PUMPS AND VARIABLE SPEED CONTROLLERS 4

BID PROPOSAL SARATOGA COUNTY WATER AUTHORITY 260 Butler Road Fort Edward, NY 12828 DATED: GENERAL DESCRIPTION: CONTRACT PERIOD: SODIUM HYPOCHLORITE FEED PUMPS AND VARIABLE SPEED CONTROLLERS Indicate delivery time on bid sheet BID OPENING: DATE: August 24, 2010 LOCATION: 260 Butler Road, Fort Edward, NY 12828 TIME: INQUIRE WITH: 1:30 pm Executive Director Saratoga County Water Authority 260 Butler Road Fort Edward, NY 12828 (518) 761-2058 BIDDERS NAME: EMPLOYER S FEDERAL IDENTIFICATION NUMBER: ADDRESS: Street City County State Zip Code Does any state officer or any officer or employee of the Saratoga County Water Authority have any affiliation or interest in this bid proposal? If so, set forth the name, address, nature and extent of the affiliation or interest of an officer/employee. Bidders Signature Official Title Printed or Typed Copy of Signature Telephone Number 5

SARATOGA COUNTY WATER AUTHORITY SODIUM HYPOCHLORITE FEED PUMPS BID SHEET BIDDER NAME: The Total Bid listed on this sheet shall include all costs associated with the purchase of two SODIUM HYPOCHLORITE FEED PUMPS AND VARIABLE SPEED CONTROLLERS and delivery to the Saratoga County Water Authority, 260 Butler Road, Fort Edward, NY 12828. Bid Item Bid Price $ Two (2) Sodium Hypochlorite Feed Pumps and Variable Speed Controllers Base Bid In Words Make and Model Delivery Time from Award of Contract Manufacturer s Warrantee Period 6

NON-COLLUSIVE BIDDING CERTIFICATION SECTION 103-d OF THE GENERAL MUNICIPAL LAW By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and, in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: 1. The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; 2. Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor, and 3. No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. Dated:, 2010 NAME AND TITLE OF BIDDER 7

STANDARD CONDITIONS 8

SECTION 1. TAX PROVISIONS Purchases made by the Saratoga County Water Authority are not subject to state or local taxes or federal excise taxes. There is no exemption from paying the New York State truck mileage, unemployment insurance, or Federal Social Security taxes. The official Saratoga County Water Authority purchase order or voucher for materials, equipment and supplies is sufficient evidence to qualify the transaction exempt from sales tax under Section 116(a)(1) of the Tax Law. For tax free transactions, the Saratoga County Water Authority registration number is: Federal Tax Exemption #14-1735681. SECTION 2. NON-COLLUSIVE BIDDING CERTIFICATION By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of his/her knowledge and belief: (1) The prices of this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purposes of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; and (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor, and (3) No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. NOTE: Section 103-d of the General Municipal Law provides that every bid made to the SCWA where competitive bidding is required by statute, rule regulation, for work or services performed or to be performed or goods sold or to be sold, shall contain the foregoing statement subscribed by the bidder and affirmed by such bidder as true under the penalties of perjury. A bid shall not be considered for award nor shall any award be made where (1), (2) and (3) above have not been complied with; provided however, that if any case the bidder cannot make the foregoing certification, the bidder shall so state and shall furnish with the bid a signed statement which sets forth in detail the reasons therefore. Where (1), (2) and (3) above have not been complied with, the bid shall not be considered for award nor shall any award be made unless the head of the purchasing unit of the SCWA, public department or agency to which the bid is made, or his/her designee, determines that such disclosure was not made for the purpose of restricting completion. The fact that a bidder has published price lists, rates or tariffs covering items being procured, has informed prospective customers or proposed or pending publication of new or revised price lists for such items, or has sold the same items to other customers at the same prices being bid; does not constitute, without more, a disclosure within the meaning of paragraphs (1), (2) and (3) above. 9

Any bid hereafter made to the Saratoga County Water Authority by a corporate bidder for work or services performed or to be performed or goods sold or to be sold, where competitive bidding is required by statute, rule or regulation, and where such bid contains the certification set forth above shall be deemed to have been authorized by the board of directors of the bidder, and such authorization shall be deemed to include the signing and submission of the bid and the inclusion therein of the certificate as to non-collusion as the act and deed of the corporation. SECTION 3. ADHERENCE TO SPECIFICATIONS The entire bid is understood to be in accordance with the specification and this proposal, unless the bidder explains otherwise in detail. The Saratoga County Water Authority reserves the right to request clarification and additional information where deemed necessary. SECTION 4. DECISION OF THE SCWA In any event, the decision of the Authority, regarding the qualifications of bidders or subcontractors to accomplish the contract shall be final. SECTION 5. AWARDING THE CONTRACT The Saratoga County Water Authority reserves the right not to award a contract. SECTION 6. EQUIVALENCE This bid specifications as set forth are intended to be descriptive and the Authority will consider bids from any vendor who can meet or exceed the specifications listed in the bid proposal as they relate to quality durability and performance. Deviations will not disqualify a bid where deviations are minor and do not affect quality, durability or performance. Any such deviations from bid specifications must be explained on the vendor s bid submissions. The Authority s decision will be final in any case where a product is to be considered as equal to the specifications. SECTION 7. INVOICE PROCEDURES Upon acceptance and delivery to 260 Butler Road, an invoice and Authority voucher shall be delivered or mailed in duplicate to the Saratoga County Water Authority, 260 Butler Road, Fort Edward, NY 12828. 10

TECHNICAL SPECIFICATIONS FOR SODIUM HYPOCHLORITE FEED PUMPS Each metering pump shall be a duplex design, consisting of two positive displacement ceramic piston and liner pumps controlled by a single variable speed drive motor. The primary pressure pump will meter hypochlorite solution, while a secondary pump will function to purge gas from the inlet side of the pressure pump. The pump system shall be self-priming against system pressure. The primary pump shall be a valveless rotating and reciprocating design capable of metering up to 18 gallons per hour of up to 15% hypochlorite solution against a discharge head of up to 125 psi. The pressure pump shall be capable of manual adjustment from 0-100 % of stroke by hand without the use of tools while the pump is operating. The primary pump shall include a scale for calibration. The drive motor shall be a 0-90 VDC permanent magnet, controlled by a 120VAC 50/60 HZ, 1 Phase variable speed controller. The automatic rate controller shall provide for selectable manual and automatic flow adjustment modes. Automatic adjustment shall accept a 4-20 ma input over a 20:1 range. The secondary pump shall be a positive displacement ceramic piton and liner, reciprocating and oscillating design. The secondary pump shall pull any gas plus a small quantity of liquid and return it to the source container. Manual degassing is not acceptable. Acceptable Pumps: Fluid Metering, Inc. (FMI) Chloritrol CL Valveless Chlorine Injection System, or approved equal. 11