CONTRACT NO. 7359 FURNISH AND DELIVER CHEMICAL ...

38
CONTRACT NO. 7359 FURNISH AND DELIVER CHEMICAL PUMPS AND PARTS FOR THE PERIOD August 1, 2016 To April 30, 2017 (WITH OPTION TO EXTEND)

Transcript of CONTRACT NO. 7359 FURNISH AND DELIVER CHEMICAL ...

CONTRACT NO. 7359

FURNISH AND DELIVER

CHEMICAL PUMPS AND PARTS FOR THE PERIOD August 1, 2016 To April 30, 2017

(WITH OPTION TO EXTEND)

STATEMENT OF NO BID

PLEASE RETURN THIS FORM ONLY IF YOU ARE SUBMITTING A “NO BID”

It is the intent of the Suffolk County Water Authority to afford all suppliers an equal opportunity to bid on all commodities, operating supplies, equipment and/or services as listed in this specification.

In the event your firm declines to bid, kindly advise the Suffolk County Water Authority Purchasing Department to that effect by completing and returning this document.

We, the undersigned have declined to bid on your Request for Quotation/Proposal Contract No. 7359 - Furnish and deliver chemical pumps and parts for the period August 1, 2016 through April 30, 2017 - (with option to extend) REASON FOR NOT BIDDING: ___ We do not offer this product/service.

___ We are unable to supply the product/service at this time.

___ We are unable to meet the specifications.

___ We are unable to meet the bond requirements.

___ We are unable to meet Insurance requirements.

Other

We understand that if the “no bid” letter is not executed and returned, our name may be deleted from the list of qualified bidders for the Suffolk County Water Authority.

Company Name: Address: Telephone: E-Mail Address: Completed By: PRINT NAME Signature: _____________________________________________________________________

*THIS FORM MAY BE MAILED OR FAXED TO 631-589-5268 If returning a Statement of No Bid by mail, please mark the outside of the envelope “No Bid Enclosed”

SUFFOLK COUNTY WATER AUTHORITY

SUFFOLK COUNTY NEW YORK NOTICE TO BIDDERS

NOTICE IS HEREBY GIVEN: That sealed proposals for the furnishing and delivery of chemical pumps and parts for the period August 1, 2016 through April 30, 2017, (with option to extend) will be received by the Purchasing Director of the Suffolk County Water Authority at 3525 Sunrise Highway, Great River, New York 11739, not later than 11:00 a.m., prevailing time, on June 21, 2016, at which time and place they will be publicly opened and read aloud.

Invitation to Bid (ITB) documents are available for you to download by login in to the following websites www.scwa.com; www.empirestatebidsystem.com; or www.nyscr.ny.gov. Questions and answers will also be posted on the public websites noted above.

Details relating to the proposed work are also on file and publicly exhibited at the Office of the Purchasing Department, of the Suffolk County Water Authority, 3525 Sunrise Highway, Great River, New York 11739 where copies of said documents may be obtained upon application. Facsimiles or emails of unsealed proposals will not be accepted under any circumstances. Minority and Women Owned Businesses are encouraged to bid.

By Order of the SUFFOLK COUNTY WATER AUTHORITY

_______________________________, Jeffrey W. Szabo, CEO

Contract 7359 May 31, 2016

INSTRUCTIONS TO BIDDERS

On the following pages will be found Detailed Specifications and Bidder’s Proposal covering the Furnishing and Delivery Chemical Pumps and Parts for the Suffolk County Water Authority, Oakdale, New York.

Interested bidders are invited to submit in writing or via e-mail, any questions on this contract to Mr. Marlon Torres, Purchasing Director, SCWA, 3525 Sunrise Highway, Great River, Long Island, NY 11739, fax 631-589-5268 or email [email protected]. Questions and answers pertaining to this proposal may be viewed at scwa.com by clicking on Contracts/Bid Notices. Contractors must be registered and must log in to access Contract Documents, questions, answers and addenda. It shall be bidder’s responsibility to regularly check www.scwa.com; www.empirestatebidsystem.com; and www.nyscr.ny.gov for updated questions and answers, or addenda. In addition, you may access all documents issued for this solicitation by login into the websites noted above. Questions must be received no later than 72 hours prior to the bid date.

Bid proposals shall be delivered overnight or hand delivered to the Purchasing Director at the above address. The Suffolk County Water Authority assumes no responsibility for bid proposals not received by the Purchasing Director by 11:00 a.m., prevailing time, on June 21, 2016. Facsimiles or emails of unsealed proposals will not be accepted under any circumstances.

All bids and bid security must be placed in the sealed envelope marked “Contract No. 7359 - Furnish and Deliver Chemical Pumps & Parts”, bid due date, and addressed to the Purchasing Director, Suffolk County Water Authority, 3525 Sunrise Highway, Great River, New York 11739.

Proposals are to be filled out on the "Bidder's Proposal" and returned. Failure to comply with this requirement will be deemed sufficient cause for the rejection of the proposal.

The Authority is not in a position to determine in advance the actual quantity of equipment that will be required during the period of this Contract, since such will be contingent on existing field conditions, and progress made on projects that have been started, and otherwise where similar projects may be started and completed in the future.

Unit prices have been requested to facilitate partial payment for equipment received, if not all shipped at once, and for comparison purposes, only. If the Contract is awarded, a separate purchase order will be issued by the Authority for each specific job, stipulating supplemental details and quantities required subject to the terms and conditions of the Contract.

The SCWA requires that all Bidders or their Subcontractors (if a Subcontractor will be performing work on the project) have a current and valid license issued by the County of Suffolk or other appropriate governmental authority for the type of work required under contract prior to the date the bids are due or the commencement of the work under the Contract. In the event the requisite license is not obtained within 60 days of the award of the Contract, the SCWA reserves the right to cancel the Contract and award to another Bidder or rebid the Contract. The license number must be submitted with the bid if then in the Bidder's possession or prior to the commencement of the work if it is obtained after the bid date.

Each proposal must be accompanied by a bid deposit in the form of a cashier's check or official bank check (bid bond not acceptable) totaling one hundred dollars ($100.00), made payable to the Suffolk County Water Authority. All checks submitted will be returned to the unsuccessful Bidders upon award of the Contract. The check submitted by the successful Bidder will be retained by the Authority until successful completion of the Contract as determined by the Authority.

Instructions to Bidder’s 2

If the person, persons or corporation to whom the Contract shall be awarded shall fail to enter into such Contract within forty-five (45) days of the date indicated in the agreement or shall fail to provide the security required for the faithful performance thereof, then the aforesaid deposit may be forfeited to the Authority as liquidated damages and the Authority shall collect the same for its benefit.

The Contractor shall defend, indemnify and save harmless, to the extent permitted by law, the Suffolk County Water Authority, its members, officers, agents, servants, and employees against and from all suits, losses, demands, claims, payments, actions, recoveries, judgments and costs of every kind and description and from all damages to which the Suffolk County Water Authority or any of its members, officers, agents, servants and employees may be subjected by reason of injury to any person or to the property of the Suffolk County Water Authority or of others resulting from the performance of the Contract, or through any act or omission on the part of the Contractor or his agents, employees, servants or subcontractor(s), or through any improper or defective machinery, implements or appliances used by the Contractor, his agents, employees, servants or subcontractor(s) in the performance of the Contract, and Contractor understands and agrees that he shall defend, indemnify and save harmless, to the extent permitted by law, the Suffolk County Water Authority, its members, officers, agents, servants and employees from all suits and actions of any kind or character whatsoever which may be brought or instituted by any subcontractor, material man or laborer who has performed work or furnished materials, in the performance of the Contract.

"Contractor represents that it will comply with all applicable requirements of the Occupational Safety and Health Act of 1970, Public Law 91-596, and will hold the Authority harmless from any civil or criminal penalties imposed as a result of said Contractor's noncompliance with such requirements."

The Suffolk County Water Authority, as a public-benefit corporation, is exempt from Federal Excise Tax and New York State Sales Tax. The Bidder shall not include any Federal Excise Tax or New York State Sales Tax in this proposal.

Calculation errors will be resolved in favor of unit prices whenever possible. The Suffolk County Water Authority will adjust total bid amounts accordingly.

The Authority also reserves the right to consider bids for seventy-five (75) days after the date of receiving bids, waive any informalities or to reject any or all bids submitted, and to award the Contract to that Bidder whose bid, in the opinion of the Authority, will be most advantageous to the Authority

The Authority reserves the right to enter into negotiations with the low bidder to ensure that the Authority is receiving the “Best & Final” offer.

The Authority reserves the right to award the bid relating hereto by Items in accordance with the unit prices, or as a whole at the aggregate price, or in its discretion, reject bids or parts of bids in accordance with Section 1088 of the Public Authorities Law.

Instructions to Bidder’s 3

The Contractor shall not be considered "approved" until he has obtained all insurance required under this specification and such insurance has been approved by the Authority.

Insurance coverage shall be provided by an Insurance Company licensed as an "admitted carrier" by the

New York State Insurance Department and rated by "Bests" at "A-" or better, or as otherwise deemed acceptable to SCWA.

Insurance coverage shall be evidenced by a Certificate of Insurance submitted in a form acceptable to the Authority. "Acord" or other blank certificates may not be acceptable. The Authority may request a letter of transmittal from the Insurance Company providing coverage indicating that the certificate is issued correctly and pursuant to their authorization.

Sixty (60) days notice of cancellation, non-renewal or reduction of coverage is required. The insuring company shall not be released from liability or obligation for its failure to notify the Authority. The certificate shall not contain provisions that are limiting, including but not limited to, "endeavor to mail" or "failure to mail such notice shall impose no obligation or liability of any kind, etc." Such provisions must be eliminated on the certificate.

Contractual Liability Insurance as specified in paragraph B to follow, shall be provided to insure this agreement.

The interest of the Suffolk County Water Authority, as additional insured for ongoing operations, as well as, products/completed operations and as primary insurance with no responsibility for payment of premium shall be added to all policies other than Worker’s Compensation and Professional Liability. Evidence of this extension shall be by signed endorsement to the policy, such endorsement to be submitted to the Authority with the applicable certificate of insurance. Mere recitation of the additional insured interest on the certificates may not be acceptable.

A. Automobile Liability: (If material is to be delivered by contractor owned vehicle. Not required if material is delivered by common carrier)

Form: Comprehensive Automobile Liability, including all owned, non-owned, and hired autos.

Limits: 1,000,000 Combined Single Limit for Bodily Injury and Property Damage Liability, New York State

Personal Injury Protection. B. General Liability:

Form: Commercial General Liability in a form providing coverage not less than that of a standard Occurrence Commercial General Liability policy form including separate limits for Personal Injury, and Products/Completed Operations*. Coverage to include Contractual Liability without a third party action over exclusion.

ISO endorsement 20100704 or substantial equivalent as respects to ongoing operations, as well as, and ISO endorsement 20370704 or substantial equivalent as respects to products/completed operations must be added to policy.

General Liability insurance shall not contain restrictions that prohibit or limit coverage in the event that an OCP policy affords primary coverage.

*Products/Completed Operations to be maintained for a period of 2 years after the completion of the project.

INSTRUCTIONS TO BIDDER’S - 4 Limits: $1,000,000 per occurrence/$2,000,000 general aggregate. $1,000,000 for Products/Completed

Operations. $1,000,000 for Personal Injury Liability.

Vendor’s Endorsement for Product Liability If you are not the manufacturer of the Products, the Vendor/Contractor shall provide to the Authority, A Vendor’s Endorsement evidencing of Product Liability Insurance afforded to the bidder or entity awarded the contract. Vendors Coverage “Sample Verbiage” Additional insured coverage, usually under a manufacturer's general liability policy, for specified vendors with respect to their distribution or sale of the manufacturer's products designated in the schedule on the endorsement. This endorsement gives products liability coverage to the vendors distributing or selling the named insured's product and eliminates the need for the vendor to purchase separate products liability coverage

C. Workers' Compensation:

Form: Providing coverage to all employees in all states where operations will be performed under the terms of the contract.

Limits: As required by the Workers' Compensation Law of the State of New York or any State or Federal body having jurisdiction over the location of operations being performed.

The Authority will be notified of any significant impairment or exhaustion of any of the above limits at the inception of or during the contract. Subcontractors shall adhere to the above.

The Authority is not responsible for any loss or damage whatsoever to property of contractor(s) or subcontractor(s).

All certificates of insurance shall contain the following provisions:

(1) Nature of work described on certificate (in the case of liability or compensation certificates) shall be inclusive of work provided for under this project.

(2) Location of work described shall be inclusive of the location of the work provided under this project.

(3) The period of certificates shall cover the period of the work or a new certificate shall be furnished before the current certificate expires.

The Suffolk County Water Authority shall be the sole judge in determining the acceptability of insurance requirements.

Instructions to Bidder’s 5

The Bidder's attention is called to Section 2875 of the Public Authorities Law, which section provides for the cancellation of a Contract by a public authority; and also to Section 2876, which section provides for the disqualification of certain Bidders from selling or submitting bids to, or receiving awards or Contracts from, a public authority.

Section 2875 provides as follows:

"upon the refusal by a person, when called before a grand jury, head of a state department, temporary state commission or other state agency, the organized crime task force in the department of law, head of a city department, or other city agency, which is empowered to compel the attendance of witnesses and examine them under oath, to testify in an investigation concerning any transaction or Contract had with the state, any political subdivision thereof, a public authority or with any public department, agency or official of the state or of any political subdivision thereof or of a public authority, to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question concerning such transaction or Contract,

(a) such person, and any firm, partnership or corporation of which he is a member, partner, director or officer shall be disqualified from thereafter selling to or submitting bids to or receiving awards from or entering into any Contracts with any public authority or official thereof, for goods, work or services, for a period of five years after such refusal, and to provide also that

(b) any and all Contracts made with any public authority or official thereof, since the effective date of this law (first day of July 1959), by such person and by any firm, partnership or corporation of which he is a member, partner, director or officer may be cancelled or terminated by the public authority without incurring any penalty or damages on account of such cancellation or termination, but any monies owing by the public authority for goods delivered or work done prior to the cancellation or termination shall be paid.”

Section 2876 is quoted as to its first paragraph:

"Any person who, when called before a grand jury, head of a state department, temporary state commission or other state agency, the organized crime task force in the department of law, head of a city department, or other city agency, which is empowered to compel the attendance of witnesses and examine them under oath, to testify in an investigation concerning any transaction or Contract had with the state, any political subdivision thereof, a public authority or with a public department, agency or official of the state or of any political subdivision thereof or of a public authority, refuses to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant questions concerning such transaction or Contract, and any firm, partnership or corporation, of which he is a member, partner, director or officer shall be disqualified from thereafter selling to or submitting bids to or receiving awards from or entering into any Contracts with any public authority or any official of any public authority created by the state or any political subdivision, for goods, work or services, for a period of five years after such refusal or until a disqualification shall be removed pursuant to the provisions of Section twenty-eight hundred seventy-seven of the Public Authorities Law.

Instructions to Bidder’s 6

CONTACT INFORMATION

Pursuant to State Finance Law sections 139-j and 139-k, this Solicitation includes and imposes certain restrictions on communications between the Authority and Bidders during the procurement process. A Bidder is restricted from making contacts (i.e., an oral, written, or electronic communications, which a reasonable person would infer as an attempt to unduly influence the award, denial, or amendment of a contract) to any Authority member, employee or agent unless it is a contact that is included among certain statutory exemptions as set forth in State Finance Law sections 139-j (3) (a) from issuance of the Solicitation through final award and approval of the resulting Procurement Contract by the Authority (the "Restricted Period").

All communication concerning this Solicitation should be addressed to the SCWA's Purchasing Director, Marlon Torres, 631-563-0334 or at [email protected]. The Authority may schedule a conference with the vendor(s) prior to any award. Authority personnel are required to obtain certain information if contacted during the Restricted Period. Upon the basis of this information, the Authority will make a determination of the responsibility of the Bidder who made the contact pursuant to statutory provisions. Certain findings of non-responsibility can result in rejection for contract award, and in the event of two findings within a four (4) year period by a Bidder, a Bidder will be debarred from obtaining Authority or other governmental Procurement Contracts. Further information about these requirements can be found in the Authority's Guideline Regarding Contacts during an Authority Procurement at www.scwa.com.

The SCWA reserves the right to disqualify any Bidder, which makes unauthorized contacts to SCWA.

Bidders are required to complete the attached forms titled “Form of Offerer Disclosure of Prior Non-Responsibility Determination” and “Affirmation of Understanding and Compliance” and return the completed forms with your proposal.

IRAN DIVESTMENT ACT

As a result of the Iran Divestment Act of 2012 (Act), Chapter 1 of the 2012 Laws of New York, a new provision has been added to the State Finance Law (SFL), § 165-a, effective April 12, 2012. Under the Act, the Commissioner of the Office of General Services (OGS) will be developing a list (prohibited entities list) of “persons” who are engaged in "investment activities in Iran" (both are defined terms in the law). Pursuant to SFL § 165-a(3)(b), the initial list is expected to be issued no later than 120 days after the Act’s effective date, at which time it will be posted on the OGS website.

By entering into this Contract, Contractor (or any assignee) certifies that once the prohibited entities list is posted on the OGS website, it will not utilize on such Contract any subcontractor that is identified on the prohibited entities list.

Additionally, Contractor agrees that after the list is posted on the OGS website, should it seek to renew or extend the Contract, it will be required to certify at the time the Contract is renewed or extended that it is not included on the prohibited entities list. Contractor also agrees that any proposed Assignee of the Contract will be required to certify that it is not on the prohibited entities list before SCWA may approve a request for Assignment of Contract

During the term of the Contract, should SCWA receive information that a person is in violation of the above-referenced certification, SCWA will offer the person an opportunity to respond. If the person fails to demonstrate that it has ceased its engagement in the investment which is in violation of the Act within 90 days after the determination of such violation, then SCWA shall take such action as may be appropriate including, but not limited to, imposing sanctions, seeking compliance, recovering damages, or declaring the Contractor in default.

SCWA reserves the right to reject any request for assignment for an entity that appears on the prohibited entities list prior to the award of a contract, and to pursue a responsibility review with respect to any entity that is awarded a contract and appears on the prohibited entities list after contract award.

Instructions to Bidder’s 7

CONTRACT ADMINISTRATION

EVALUATION AND DOCUMENTATION OF VENDOR PERFORMANCE

(a) Criteria. Performance evaluation shall conform to the requirements of the contract, including,

but not limited to, quality and timeliness of performance, and fiscal administration and accountability. The Authority has identified specific objectives and evaluation criteria to be included as part of the contract. In addition, were practicable, the Authority has developed both qualitative and quantitative performance indicators, including outcome criteria.

(b) Frequency. The Authority shall monitor the vendor’s performance against such standards

and indicators on an ongoing basis and sufficiently far in advance of the end of the contract term to determine whether an existing contract should be extended, renewed, terminated, or allowed to lapse. A performance evaluation shall be done no less than once annually except for procurements below the small purchase limits. An evaluation report shall be prepared only in cases of deficient performance for small purchases. Notification to the vendor of deficient performance shall be made as soon as practicable, and shall not await the annual evaluation. The Authority’s Purchasing Director shall establish procedures to ensure systematic evaluation of vendor performance.

(c) Report and Vendor Response. The evaluation and supporting documentation shall be

incorporated in the report. A copy of the evaluation report shall be sent promptly to the vendor. Within fifteen days of receipt of a copy of the evaluation report (or any notification of deficient performance), the vendor shall respond in writing to the Authority’s Purchasing Director. Such response shall include a corrective action plan identifying with specificity the steps the vendor intends to take to remedy any deficiencies identified by the Authority. Failure to respond within the specified time shall constitute the vendor's agreement with the contents of the report, but will not release the vendor from its obligations under this section. The Purchasing Director shall file the evaluation report within the vendor / contractor folder for storage and retrieval.

(d) Contract Termination. Nothing in this section shall affect the Authority’s right to terminate a

contract for deficient performance or otherwise, in accordance with the terms of the contract.

DETAILED SPECIFICATIONS

Contract No. 7359

I GENERAL

This contract is for the Furnish & Delivery of Chemical Pumps & Parts for the Suffolk County Water Authority.

2.0 Sodium Hypochlorite Chemical Metering Pump (4.5 gph) "Seepex or equal" (Bid Item No. 2) (PUMP, CL2, 4.5 GPH, PROGRESSIVE CAVITY) (SAP Stock No. 10194)

A. The metering pumps for this Item shall be non-pulsating positive displacement eccentric screw metering pumps.

B. The pump shall be capable of delivering a maximum capacity of 4.5 gallons per hour of 15% sodium hypochlorite solution against a maximum discharge pressure of 120 PSI.

C. The pump design shall accommodate rotation of the suction port in 90-degree increments perpendicular to the pump centerline. Pump casings shall be high-density polyethylene (HDPE). Ports shall be national pipe thread (NPT). Suction port minimum 1", discharge port 1/2" minimum. Pump bearings shall be rated for L10 life 30,000 hours minimum. The wetted parts shall be accessible without disturbing the bearing section of the pump. Bearings shall be oil lubricated. Access and removal of the complete rotating assembly shall be from the pump discharge end.

D. The rotor shall be manufactured from solid Titanium bar stock and coated with a dense HC matrix with a minimum hardness of 1250 Vickers. Galvanic chrome plating is not acceptable.

E. The stator shall be vulcanized in a Stainless Steel tube. The shore A hardness shall be 73 +3. The stator shall be EPDM and shall be bonded to the stator sleeve ends forming a collar to prevent the liquid from contacting the stator sleeve.

F. The universal joints shall be totally enclosed, fully lubricated, and totally isolated from the liquid. Load bearing parts shall be hardened tool steel, grades D6 and L5. Minimum hardness shall be 62 and 65 hRc correspondingly. The U joints will be completely covered by an elastomeric sleeve identical to the stator material and positively secured by Hastelloy C bands. Joints will be packed with high quality synthetic PTFE grease. The positive banded U joint seal rating shall be 150 PSIG minimum preventing any ingress of liquid into the joint.

G. The pump shaft shall be manufactured of solid Titanium bar stock, and shall be a split design to simplify removal of the complete rotating assembly extending through the seal area.

H. The seal shall be appropriate for the intended service

I. The drive motor shall be rated 1/3 HP, continuous duty 90 VDC, totally enclosed non-ventilated, (TENV), 1750 RPM. The drive motor is to be coupled with a gearbox having a 9.28:1 ratio (for low flow applications).

J. The pump manufacturer shall have a minimum of five (5) years experience with the design and manufacturing of this type of pump. In addition, the manufacturer shall have a minimum of five (5) installations operating satisfactorily.

K. The sodium hypochlorite metering pump shall be a series MD-003 as manufactured by Seepex Inc., Enon, OH, or approved equal.

3.0 Sodium Hypochlorite Chemical Metering Pump Parts "Seepex" (Bid Items Nos. 3 - 17)

DETAIL SPECIFICATIONS- 2

CHEM, PUMP PART, MECH SEAL, SEEPEX (SAP Stock No. 10133) Mechanical Seal - GRDB15025U01ROT4T4

A. Burgmann MG1-G60-025 Q1Q1 ETT2 Manufacturer - Seepex Inc.

B. CHEM, PUMP PART, TIE BOLT, SEEPEX (SAP Stock No. 10134) Tie Bolt SSPA5M0603800X06A5 M6x380/6/15 AISI 304 Manufacturer - Seepex Inc.

C. CHEM, PUMP PART, ROTOR, SEEPEX (SAP Stock No. 10135) Rotor ROTT4060M030DN00B2 60/003-24 Titanium 3.7035 Design 2 Manufacturer - Seepex Inc.

D. CHEM, PUMP PART, STATOR, EPDM, SEEPEX (SAP Stock No. 10137) Stator - EPDM STARO103M030DENX00B Manufacturer - Seepex Inc.

E. CHEM, PUMP PART, JOINT PARTS KIT, SEEPEX (SAP Stock No. 10140) Joint Parts SGTG0103M1200XN6X2 Set of 103/M120 Joint CSM Manufacturer - Seepex Inc.

CHEM, PUMP PART, GEAR BOX, SEEPEX (SAP Stock No. 10130) ETNO Spare Parts for Nord Drive: Nord Gearbox SK02XF-56C i9.28 120MM Flange Drawing No. 716/M120-002C4, IM B3/B4, Output Speed 188 RPM Motor Speed 1750 RPM Manufacturer - Seepex Inc.

F. CHEM, PUMP PART, MOTOR, SEEPEX (SAP Stock No. 10131) ETXX Spare Part ACC. to Following Description: Baldor Motor CAT #3320 1/3 HP, 90 VDC, Protection Tenv Thermal Class F, 56C Frame, Output Speed, 188 RPM Motor speed 1750RPM Manufacturer - Seepex Inc.

G. CHEM, PUMP PART, PLUG-IN SHAFT, SEEPEX (SAP Stock No. 17570) Plug-In Shaft – STWT4103M1200HAYCO Manufacturer - Seepex Inc.

H. CHEM, PUMP PART, PLUG-IN SHAFT PIN, SEEPEX (SAP Stock No. 17571) Plug-In Shaft Pin –SBOL6062M12007359X Manufacturer - Seepex Inc.

DETAIL SPECIFICATIONS- 3

I. CHEM, PUMP PART, SPLASH RING, SEEPEX (SAP Stock No. 17572) Splash Ring – RSPF0062M12007359X Manufacturer - Seepex Inc.

J. CHEM, PUMP PART, CASING GASKET, SEEPEX (SAP Stock No. 17573) Casing Gasket – RO00250D8000000 Manufacturer - Seepex Inc.

K. CHEM PUMP PART, LANTERN, SEEPEX (SAP Stock No. 18267) Lantern – LATB2103M1200NXXAA Lantern 103/012 1.0037 (st.37-2) flange 120/80 Manufacturer - Seepex Inc.

L. CHEM PUMP PART, HOLDING BAND, SEEPEX (SAP Stock No. 18268) Holding Band –HBDCI06000200FC57C Manufacturer - Seepex Inc.

M. CHEM PUMP PART, MECH SEAL CASING, SEEPEX (SAP Stock No. 18269) Mechanical Seal Casing – GRGPP103M1200GB5MA Ryton BR42C, design G, 025, MG1-G6 Manufacturer - Seepex Inc.

N. CHEM PUMP PART, SUPPORT RING, SEEPEX (SAP Stock No. 18300) Support Ring – RSZPP00B5C80C00000 Ryton / PPS GF40, 025x038x3 Manufacturer - Seepex Inc.

4.0 Automatic Sodium Hypochlorite Chemical Metering Pump (2.0 gph) Grundfos or equal" (Bid Item No. 18) (PUMP, CL2, 2.0 GPH, AUTO) (SAP Stock No. 10207)

A. The metering pump shall be of the positive displacement, mechanically actuated diaphragm, self-priming, dynamic motor driven gear type. The pump shall be provided complete with a pump base, stepper motor, tubing connections, injection nozzle, foot valve, and a minimum of 15 feet of high-pressure tubing.

B. The pump shall be capable of delivering a maximum of 2.0 gallons per hour (7.5 lph) of a sodium hypochlorite solution against a maximum discharge pressure of 150PSI. The drive motor shall be 120 VAC/60 Hz/1 phase.

C. Automatic control from a 4 – 20 maDC input shall vary the speed of the pump and shall be adjustable over a 1000:1 range.

D. The drive unit shall consist of a positive return crank with noiseless spur gear drive, energy recovery spring, stepper motor all mounted in a robust housing.

DETAIL SPECIFICATIONS- 4

E. Each pump shall be provided with the following:

1) Combination foot valve/suction strainer of PVC construction.

2) PVC injection nozzle.

3) 4-20 mA control cable, 15-feet in length; Grundfos #96609016

F. The chemical metering pump shall be a Grundfos Smart Digital DDA 7.5-16 as manufactured by Grundfos Company of approved equal. The complete Grundfos Number is DDA 7.5-16 AR-PV/V/C-F-31I003BG, with installation kit.

5.0 Sodium-Hypochlorite Chemical Metering Pump Parts (Low Volume Pumps) "Grundfos" (Bid Items No. 19-24)

A. Maintenance Kit Alldos. “Maintenance Kit shall be Grundfos Part # 91835867” (SAP Material # 10132) Spare parts kit to consist of the following:

4 suction/pressure valves - Ceramic

Gasket set from dosing head and valves - Viton

1 deaeration cartridge - PVC

1 dosing diaphragm - Viton

1 set - Screws for dosing head - Stainless Steel

B. CHEM PUMP PART, CONNECTION SET, ALLDOS (SAP Stock No. 17219)

Connection Set shall be Grundfos No. 91835692

C. CHEM PUMP PART, CONTROL CABLE, ALLDOS (SAP Stock No. 17218)

Control Cable shall be 4-20 mA cable, 15-feet Grundfos No. 9660916.

D. CHEM PUMP PART, VALVE KIT, DDA 7.5-16 (SAP Stock No. 18220)

Suction and Discharge Valve, Grundfos No. 97751605

E. CHEM PUMP PART, DIAPHARGM KIT, DDA 7.5-16 (SAP Stock No. 18221)

Grundfos DDA 7.5-16 Diaphargm Kit, Grundfos No. 97751707

F. INJECTOR ASSEMBLY, ½” X ¼” (SAP Stock No. 18301)

Injection Unit, Grundfos No. 95730936 ½” NPT, ¼” Tubing Connection, PP Housing, Ceramic Check Ball, Viton Gasket, Tantal Spring.

DETAIL SPECIFICATIONS- 5

6.0 Sodium Hypochlorite Chemical Metering Pump (0 - 9 gph) "FMI or equal" (Bid Item No. 25) (PUMP, CL2, 9 GPH, AUTO, PISTON) (SAP Stock No. 16861)

The metering pump shall be a positive displacement ceramic piston and cylinder pump; a valveless pumping/dispensing function that is accomplished by the synchronous rotation and reciprocation of a ceramic piston in a precisely mated ceramic liner. Such a pump shall be suitable for a 15% sodium hypochlorite solution.

A. The pump shall be capable of delivering a flow of 0 to 9.0 gallons per hour of a sodium hypochlorite solution against a maximum discharge pressure of 125 PSI. The drive motor shall be a 90 VDC Permanent Magnet.

B. Automatic control from a 4 – 20 mA DC input shall vary the speed of the pump and shall be adjustable over a 10:1 range.

C. Dial operated manual calibration valve shall provide positive repeatable settings for capacity adjustment while the pump is operating. Stroke length shall be manually adjustable from 0 to 100%.

D. The pump system shall have a secondary ceramic piston and liner that purges gas from the pressure pump head on each stroke of the pump. Manual air-bleed/degassing pumps shall not be acceptable. During the pump suction strokes, the secondary ceramic piston and liner pump head shall pull any gas plus a small quantity of liquid from the pump head through the system and return to the Sodium Hypochlorite Source.

E. Acceptable Pumps:

The hypochlorite-metering pump shall be a Fluid Metering, Inc. (FMI) Chloritrol Valveless Automatic Chlorine Injection System Pump, or approved equal.

7.0 Sodium Hypochlorite Chemical Metering Pump Parts "FMI" (Bid Items No. 26-33)

A. CHEM PUMP PART, RO HEAD, FMI (SAP Stock No. 16862) Chloritrol RO Pump Head Special (Air Side) Item No. X0613 Manufacturer – FMI

B. CHEM PUMP PART, Q HEAD, 1/4”, FMI (SAP Stock No. 16863) FMI Part No. Q1CV

C. CHEM PUMP PART, PUMP ASSEMBLY, FMI (SAP Stock No. 16864) Chloritrol Pump-Drive Special (Pump Heads and Motor Assy)

D. CHEM PUMP PART, Q HEAD 3/8", FMI (SAP Stock No. 17216) Q Head 3/8" Pump Head, FMI Part No. Q2CV

E. CHEM PUMP PART, CARTRIDGE SEAL, 1/4”, FMI (SAP Stock No. 17907) FMI Part # 301045

DETAIL SPECIFICATIONS- 6

F. CHEM PUMP PART, CARTRIDGE SEAL, 3/8”, FMI (SAP Stock No. 17908) FMI Part # 301046

G. CHEM PUMP PART, GLAND WASHER, 1/4”, FMI (SAP Stock No. 17909) FMI Part # 301075-1

H. CHEM PUMP PART, GLAND WASHER, 3/8”, FMI (SAP Stock No. 17910) FMI Part # 301075-2

8.0 Lime Slurry Pump Parts "Watson/Marlow" (Bid Items No. 35-43)

A. CHEM PUMP PART, PERISTALTIC, HOSE (SAP Stock No. 16867) W/M# 015020

B. CHEM PUMP PART, PERISTALTIC, OIL (SAP Stock No. 16868) W/M# 500143001

C. CHEM PUMP PART, PERISTALTIC, FLOOD SWITCH (SAP Stock No. 16869) W/M# 29107610

D. CHEM PUMP PART, PERISTALTIC, GASKET (SAP Stock No. 16880) W/M# 215123

E. CHEM PUMP PART, PERISTALTIC, GASKET BREATHER (SAP Stock No. 17050) WM# 29056334

F. CHEM PUMP PART, RUBBER BUSHING, WM (SAP Stock No. 17217) WM# 215119

DETAIL SPECIFICATIONS- 7

9.0 Process Fluid: 15% Sodium Hypochlorite Pump Parts "Wallace & Tiernan Series 747 Chemical Metering Pump" (Bid Items No. 44-58)

Wallace & Tiernan Series 747 Chemical Metering Pump Parts

Description W&T Part No. SAP Material No.

Anti-Siphon Valve P/N U-16523 16259

Step Pulley P/N P-39749 16260

Check Valve Poppets P/N PXA-12638 16261

Hypalon "O" Ring P/N PXH-26822 16262

Pump Body Cover P/N P-34871 16263

Clamping Ring P/N P-34995 16264

Clamping Washer P/N P-36660 16265

Gasket P/N P-38354 16266

Diaphragm P/N UXC-19130 16267

Suction Valve Body P/N U-21329 16268

Seat P/N P-34907 16269

Pump Body ABS P/N P-44826 16343

Hypalon Diaphragm P/N P-41096 16270

Hypalon "O" Ring P/N PXH-2682 16271

Main Injector P/N U-21641 16272

PUMP MANUFACTURERS:

Wallace & Tiernan Series 747 Pump 25 Main Street Belleville, NJ 07109

10.0 "Sodium Hypochlorite Chemical Metering Pump – Peristaltic 40 GPD" (Bid Item No59) (PUMP, CL2, 40 GPD, PERISTALTIC) (SAP Stock No. 17904)

Sodium Hypochlorite Chemical Metering Pump (40 gpd). The chemical metering pump for this item shall be a positive displacement, peristaltic type, suitable for a sodium hypochlorite solution.

A. The pump head shall consist of a minimum of three roller heads to maintain constant contact with the peristaltic tubing in order to prevent backflow. The pump head housing shall be constructed of polycarbonate, all fittings shall be PVC and the peristaltic tubing shall be Santoprene or approved equal. Flow ranges may be changed by changing the tube assembly size only.

B. Volume control shall be via variable speed DC motor and capable of accepting a 4-20 mAmp signal for speed control. The pump shall be equipped with a digital output display and adjusted manually via keypad adjustment. Turndown ratio shall be a minimum of 20:1. Power requirements shall be 120 VAC, 50/60 Hz.

DETAIL SPECIFICATIONS- 8

C. Suction and discharge tubing shall be ¼” or 3/8” OD. Suction lift shall be a minimum of 15 feet.

D. Supplied pumps shall include 4-20 mA Control cable and standard manufacturer’s installation kit.

E. The chemical metering pump shall be a Stenner Digital MVP SVP4H7A3S as manufactured by the Stenner Pump Company or approved equal.

11.0 "Sodium Hypochlorite Chemical Metering Pump Parts - Peristaltic 40 GPD" (Bid Items No. 60-61)

Sodium Hypochlorite Chemical Metering Pump (40 gpd) parts. The parts for the chemical metering pump for these items shall be as follows.

A. CHEM PUMP PART, #7 PERISTALTIC TUBE ASSM, STENNER (SAP Stock No. 17905) Stenner # MCCP207 (pk of 5)

B. CHEM PUMP PART, #7 HEAD KIT, STENNER (SAP Stock No. 17906) Stenner # PSKH07

12.0 "Lime Slurry Chemical Metering Pump - Hydraulic Diaphragm" (Bid Item No. 62) (PUMP, LIME, 60 GPH, HYD DIAPHRAGM) (SAP Stock No. 17911)

The Lime Slurry chemical Metering Pump for this item shall be a 60-GPH, positive displacement, hydraulically actuated tubular diaphragm type suitable for pumping a 6 - 10% hydrated lime slurry.

A. The metering pump shall be of the positive displacement, hydraulically actuated tubular diaphragm type. The liquid end shall consist of two (2) diaphragms, a flat disc diaphragm and a tubular diaphragm. The two diaphragms shall form a sealed intermediary chamber between the process fluid (material being pumped through the tubular diaphragm) and the hydraulic fluid (fluid in direct contact with the pump diaphragm. A measuring piston shall reciprocate within a cylinder and cause hydraulic fluid to deflect a flat diaphragm. Both diaphragms shall be hydraulically balanced in order to avoid stress and fatigue. The measuring piston shall be positively driven on both the suction and discharge stroke without the use of a cam or spring return mechanism.

B. The drive lubricant surrounding the disc diaphragm shall be ISO 68 gear oil.

C. The fluid surrounding the tubular diaphragm shall be a 50/50 mixture of Glycerin, USP grade, and distilled water.

D. Pump capacity shall be 6.5 to 65 gallons per hour. This output range shall be achieved at a maximum discharge pressure of 100 psi.

DETAIL SPECIFICATIONS- 9

E. The pump housing shall be of cast iron construction and sealed from direct contact with the outside atmosphere. The speed reducer shall be integral with the pump, with the motor worm shaft supported by beveled roller bearings. Bearings shall be of the anti-friction type with an AFBMA B-10 rating of at least 24,000 hours. All power train components shall operate submerged in hydraulic oil. Pump stroke speed shall not exceed 150 spm.

F. Pump shall be sized to deliver the required capacity at 85% of maximum stroke length. Stroke adjustment shall be by variable oil bypass type mechanism wherein the plunger is powered through its entire stroke cycle. Mechanical lost motion designs are not acceptable.

G. Pump shall include an automatic vent and refill mechanism on the hydraulic side, which operates once on each plunger stroke without the use of vacuum-type or mechanically operated oil refill valves. The pump shall have an internal relief valve which is externally adjustable, to protect pump from overpressure.

H. Double ball check valves shall be provided in both the suction and discharge to insure accurate repeatable metering. Valves shall be free seating and four point guided to accurately control vertical and sideward movement. The check balls shall be polyurethane. Valve assemblies shall not incorporate any threading other than the process pipe connection.

I. The pump shall be furnished with a factory-mounted, 0.5 HP, 1750 rpm, 480 Volt, 3 Phase, 60 Hz., TEFC motor sized for continuous operation at maximum operating conditions without exceeding motor nameplate rating. Motors shall be suitable to indoor operation and, no belts or pulleys shall be used in the drive train or for capacity adjustment.

J. The chemical metering pump manufacturer shall provide a one year warranty on the chemical metering pump drive system. The pump shall be factory tested and calibrated by the manufacturer prior to shipment to verify rated flow and pressure.

K. The pump manufacturer shall provide an initial fill of all lubricants required for pump startup and commissioning.

L. Pumps shall be furnished with automatic electric stroke length positioner to follow a 4-20 mA signal. Stroke positioner will include provision for local manual override and will include a local position indicator. Positioner should be suitable for connection to 115 or 230 VAC single phase power without external transformers. Units shall be suitable for use with either milliamp or voltage inputs without requiring field modifications. Positioner shall include adjustable limit switches with outputs for alarm purposes and shall provide an isolated 4 - 20 mA output signal for remote monitoring.

M. The stroke positioner shall include necessary logic and terminals to allow connection to remote control stations if desired. Positioner shall allow remote features to be added without modification or replacement. Only the purchase of the actual control stations should be necessary to achieve remote stroke length display, remote auto/manual selection and the ability to manually override the stroke length from the remote location. On loss of signal, the control unit must be able to "FAIL" in the last command position or to "FAIL" to a pre-selected adjustable position. Positioner shall provide contacts to alarm or loss of signal.

N. Acceptable pump shall be a Neptune 565-T-N7 Slurry Pump as manufactured by Neptune Chemical Pump, North Wales, PA or approved equal.

DETAIL SPECIFICATIONS- 10

13.0 "Lime Slurry Chemical Metering Pump Parts– Hydraulic Diaphragm" (Bid Items No63-67)

A. CHEM PUMP PART, PM KIT, NEPTUNE (SAP Stock No. 17912) Neptune Part # 004045 FG

B. CHEM PUMP PART, GEAR OIL FG, NEPTUNE (SAP Stock No. 17913) Neptune Part # FMO 900Q

C. CHEM PUMP PART, INT FLUID FG, NEPTUNE (SAP No. 17914) Neptune Part # 002215 FG (305 ml bottle)

D. CHEM PUMP PART, MOTOR, NEPTUNE (SAP Stock No. 17915) Neptune Part # 100742

14.0 "Magnetic Drive Chemical Transfer Pump Parts" Spare Parts for Little Giant TE-6 and TE-7 Magnetic Drive Pumps (Bid Items No. 68-75)

A. CHEM PUMP PART, VOLUTE, LG TE-6 (SAP Stock No. 17917) Little Giant # 185114

B. CHEM PUMP PART, IMPELLER, LG TE-6 (SAP Stock No. 17918) Little Giant # 185158

C. CHEM PUMP PART, SHAFT, LG TE-6 (SAP Stock No. 17919) Little Giant # 185100

D. CHEM PUMP PART, THURST WASHER, LITTLE GIANT (SAP Stock No. 17920) Little Giant # 187085

E. CHEM PUMP PART, VOLUTE, LG TE-7 (SAP Stock No. 18222) Little Giant # 187005

F. CHEM PUMP PART, IMPELLER, LG TE-7 (SAP Stock No. 18223) Little Giant # 187172

G. CHEM PUMP PART, SHAFT, LG TE-7 (SAP Stock No. 18224) Little Giant # 187056

H. CHEM PUMP PART, BUSHING, IMPELLER, LG TE-7 (SAP Stock No. 18225) Little Giant # 187080

DETAIL SPECIFICATIONS- 11

III DELIVERY OF EQUIPMENT: LOCATION

All chemical metering pumps and related appurtenances shall be delivered to the storeyard of the Authority, which is located as follows:

Suffolk County Water Authority 180 Fifth Ave Bay Shore, NY 11706

All deliveries will be accepted between 9:00 a.m. and 3:00 p.m. Monday through Friday.

Prospective Bidders shall include all packaging and delivery costs in their proposals and the successful Bidder will be required to assume full liability during manufacture, testing, shipment, delivery, as same will not be accepted by the Authority unless all equipment is delivered, in first class condition, complete and in strict accordance with the Specifications.

IV CONTRACT TERM This contract shall cover a period beginning August 1,2016 to April 30,2017 V OPTION TO EXTEND This contract may be extended for a two (2) year period, in one (1) year increments, if agreed upon in writing by both parties within sixty (60) days of expiration date of the contract. VI PAYMENT Payment for material received shall be made within thirty (30) days after receipt of invoice. VII TERMINATION CLAUSE The Suffolk County Water Authority reserves the right to cancel the contract (in part or whole) by giving not less than thirty (30) days written notice that, on or after a date therein specified, the contract shall be deemed terminated and canceled.

BIDDER'S PROPOSAL

FURNISH AND DELIVER CHEMICAL PUMPS AND PARTS

FOR THE PERIOD August 1,2016 TO April 30,2017 (WITH OPTION TO EXTEND)

CONTRACT NO. 7359

The undersigned Bidder has examined the Notice to Bidders, Instructions to Bidders and Detailed Specifications, and proposes to furnish and deliver chemical pumps and parts during the period of this Contract, as stipulated under the terms and conditions specified and at the prices which the bidder has placed in the spaces provided in the Statement of Approximate Quantities given below.

Discount offered will be a consideration for award. Bidder is to state whether discount applies to all items listed in their product catalogs. Exceptions are to be noted.

Vendors bidding alternative products other than specified must provide samples within FIVE (5) DAYS prior to bid opening for analysis. Submissions should be delivered to Suffolk County Water Authority, 4060 Sunrise Highway, Oakdale, NY 11769. Please mark attention Purchasing Director, Samples Contract 7359.

NOTE: BIDDERS MUST COMPLETE PAGES 1 THROUGH 13 AND RETURN WITH BID PACKAGE. STATEMENT OF APPROXIMATE QUANTITIES AND PROPOSAL PRICES

(Bidder should fill out prices, amounts and Model Nos. where applicable)

Item No. Per Bid

Tab

SCWA Stock No.

Item No. per Spec

Description

Approx. Qnty.

Unit

Unit Bid Price

Estimated Amount

1 10207 18 PUMP, CL2, 2.0 GPH, AUTO

Pump Model Proposed________________________

10 Pump $ $

2 10132 19 MAINTENANCE KIT ALLDOS; MAINTENANCE KIT SHALL BE GRUNDFOS PART # 91835867

3 Each $ $

3 17219 20 CHEM PUMP PART, CONNECTION SET, ALLDOS

8 Each $ $

4 17218 21 CHEM PUMP PART, CONTROL CABLE, ALLDOS

5 Each $ $

5 18220 22 CHEM PUMP PART, VALVE KIT, DDA 7.5-16

20 Each $ $

6 18221 23 CHEM PUMP PART, DIAPHARGM KIT, DDA 7.5-16

20 Each $ $

7

18301

24 INJECTOR ASSEMBLY, ½” X ¼”

20

Each

$

$

Bidder’s Proposal 2.

Item No. Per Bid

Tab

SCWA Stock No.

Item No. per Spec

Description

Approx. Qnty.

Unit

Unit Bid Price

Estimated Amount

8 16861 25 PUMP, CL2, 9 GPH, AUTO, PISTON 10

Each $ $

9 16862 26 CHEM PUMP PART, RO HEAD, FMI 5

Each $ $

10 16863 27 CHEM PUMP PART, Q HEAD 1/4", FMI 5

Each $ $

11 16864 28 CHEM PUMP PART, PUMP ASSEMBLY, FMI

5

Each $ $

12 17216 29 CHEM PUMP PART, Q HEAD 3/8", FMI 5

Each $ $

13 17907 30 CHEM PUMP PART, CARTRIDGE SEAL, 1/4", FMI

5

Each $ $

14 17908 31 CHEM PUMP PART, CARTRIDGE SEAL, 3/8", FMI

5

Each $ $

15 17909 32 CHEM PUMP PART, GLAND WASHER, 1/4", FMI

5

Each $ $

16 17910 33 CHEM PUMP PART, GLAND WASHER, 3/8", FMI

5

Each $ $

17 16867 35 CHEM PUMP PART, PERISTALTIC, HOSE

15

Each $ $

18 16868 36 CHEM PUMP PART, PERISTALTIC, OIL

10

Each $ $

19 16869 37 CHEM PUMP PART, PERISTALTIC, FLOOD SWITCH

5

Each $ $

20 16880 38 CHEM PUMP PART, PERISTALTIC, GASKET

5

Each $ $

21 17050 39 CHEM PUMP PART, PERISTALTIC, GASKET BREATHER

5

Each $ $

Bidder’s Proposal 3

Item No. Per Bid

Tab

SCWA Stock No.

Item No. per Spec

Description

Approx. Qnty.

Unit

Unit Bid Price

Estimated Amount

22 17217 42 CHEM PUMP PART, PERISTALTIC, RUBBER BUSHING

10

Each $ $

23 16259 44 CHEM PUMP PART, ANTI-SYPHON VALVE

10

Each $ $

24 16260 45 CHEM PUMP PART, STEP PULLEY 1 Each $ $

25 16261 46 CHEM PUMP PART, CHECK VALVE POPPITTS

5 Each $ $

26 16262 47 (CHEM PUMP PART, O-RING, 5/8" IDX7/8" OD

10

Each $ $

27 16263 48 CHEM PUMP PART, PUMP BODY COVER

6

Each $ $

28 16264 49 CHEM PUMP PART, CLAMPING RING

6

Each $ $

29 16265 50 CHEM PUMP PART, CLAMPING WASHER

10

Each $ $

30 16266 51 CHEM PUMP PART, GASKET

4

Each $ $

31 16267 52 (CHEM PUMP PART, DIAPHRAGM 747)

6

Each $ $

32 16268 53 CHEM PUMP PART, SUCTION VALVE BODY

1

Each $ $

33 16269 54 CHEM PUMP PART, DISCHARGE VALVE SEAT

1

Each $ $

34 16343 55 CHEM PUMP PART, PUMP BODY ABS 747

5

Each $ $

35 16270 56 CHEM PUMP PART, ANTI-SYPHON DIAPHRAGM

20

Each $ $

36 16271 57 CHEM PUMP PART, O-RING, 3/4" ID X 1" OD

12

Each $ $

37 16272 58 CHEM PUMP PART, INJECTOR ASSEMBLY, ½"

10

Each $ $

Bidder’s Proposal 4.

Item No. Per Bid

Tab

SCWA Stock No.

Item No. per Spec

Description

Approx Qnty.

Unit

Unit Bid Price

Estimated Amount

38 17904 59

PUMP, CL2, 40 GPD, PERISTALTIC

Pump Model Proposed_________________________

5

Each

$

$

39 17905 60 CHEM PUMP PART, #7 PERISTALTIC TUBE ASSM, STENNER, (Pack of 5)

5

Each

$

$

40 17906 61 CHEM PUMP PART, #7 HEAD KIT, STENNER

5

Each

$

$

41

17911

62

PUMP, LIME, 60 GPH, HYD DIAPHRAGM

Pump Model Proposed________________________

3

Each

$

$

42 17912 63 CHEM PUMP PART, PM KIT, NEPTUNE 3 Each $ $

43 17913 64 CHEM PUMP PART, GEAR OIL FG, NEPTUNE

2

Each $ $

44 17914 65 CHEM PUMP PART, INT FLUID FG, NEPTUNE

2

Each $ $

45 17915 66 CHEM PUMP PART, MOTOR, NEPTUNE 1 Each $ $

46 17917 68 CHEM PUMP PART, VOLUTE, LG TE-6

5

Each $ $

47 17918 69 CHEM PUMP PART, IMPELLER, LG TE-6

5

Each $ $

48 17919 70 CHEM PUMP PART, SHAFT, LG TE-6

10

Each $ $

Bidder’s Proposal 5

Item No. Per Bid

Tab

SCWA Stock No.

Item No. per Spec

Description

Approx. Qnty.

Unit

Unit Bid Price

Estimated Amount

49 17920 71 CHEM PUMP PART, THRUST WASHER, LITTLE GIANT

10

Each $ $

50 18222 72 CHEM PUMP PART, VOLUTE, LG TE-7 5

Each $ $

51 18223 73 CHEM PUMP PART, IMPELLER, LG TE-7 5

Each $ $

52 18224 74 CHEM PUMP PART, SHAFT, LG TE-7 5

Each $ $

53 18225 75 CHEM PUMP PART, IMPELLER BUSHING, LG TE-7 5

Each $ $

Total Estimated Amount of Contract (All Items) - - -- - -$________________________

*Amount of bid deposit will be one hundred dollars ($100.00) cashier's check or official bank check (bid bond not acceptable)

Calculation errors will be resolved in favor of unit prices whenever possible. The Suffolk County Water Authority will adjust total bid amounts accordingly.

All Bidder’s Proposal pages Must be Completed and Returned with Bid Package Bidder’s (Company) Name: Authorized Name of Signatory: Bidder’s Signature: _____________________________ Date: _________________________________

Bidder’s Proposal 6.

BIF 1270 Pump Parts not specifically mentioned above shall be furnished by: and shall be purchased F.O.B. delivered at a discount of % from list number dated

SEEPEX Pump Parts not specifically mentioned above shall be furnished by: and shall be purchased F.O.B. delivered at a discount of % from list number dated

GRUNDFOS Pump Parts not specifically mentioned above shall be furnished by: and shall be purchased F.O.B. delivered at a discount of % from list number dated

FMI - FLUID METERING, INC. Pump Parts not specifically mentioned above shall be furnished by: and shall be purchased F.O.B. delivered at a discount of % from list number dated

WATSON MARLOW Pump Parts not specifically mentioned above shall be furnished by: and shall be purchased F.O.B. delivered at a discount of % from list number dated

STENNER Pump Parts not specifically mentioned above shall be furnished by: and shall be purchased F.O.B. delivered at a discount of % from list number dated

NEPTUNE Pump Parts not specifically mentioned above shall be furnished by: and shall be purchased F.O.B. delivered at a discount of % from list number dated

LITTLE GIANT Pump Parts not specifically mentioned above shall be furnished by: and shall be purchased F.O.B. delivered at a discount of % from list number dated

WALLACE & TIERNAN Pump Parts not specifically mentioned above shall be furnished by: and shall be purchased F.O.B. delivered at a discount of % from list number dated

Bidder’s Proposal 7

CONTRACT PREQUALIFICATION STATEMENT

Those Bidders who have not previously been contracted by the Suffolk County Water Authority shall submit the following information in conjunction with the Agreement. Proposals received without a completed prequalification statement may not be considered in the process.

A) What similar projects has your organization completed within the last 5 years? Please list a minimum of three projects:

Customer Contact EMAIL Address & Telephone No.

B) Have you ever failed to complete any work awarded to you? If so, where and why?

Signature of Bidder*

Name: Company Name *If Corporation, State Title

Bidder’s Proposal 8

Insurance Carrier or Agent's Acknowledgment

Contract No. 7359

Project Description: Furn & Del Chemical Pumps and Parts

Your Insurance Carrier or Agent must complete the Form below. You must complete the Bidder's Acknowledgment. This Form shall be returned with the Bid submission.

Insurance Agent : NAME OF FIRM Address: Email Address: Fax No.: Phone No.:

Please review the SCWA insurance requirements for this Contract, which are listed in the Instructions to Bidders. Confirm that you have read these specific requirements (pay particular attention to required limits) and that you are complying with them by placing a check in the appropriate box.

Automobile Liability Material is Delivered by common carrier

General Liability If the Product is not manufactured by the Bidder, evidence of a Vendor’s endorsement is required from the manufacturer.

Vendor’s Endorsement Worker’s Compensation We have reviewed the insurance requirements set forth in the above proposed contract and are capable of providing such insurance to our insured in accordance with such requirements in the event the contract is awarded to our insured and provided our insurer pays the appropriate premium.

Dated: Sign: Authorized Insurance Agent or Representative

Print Name:

BIDDER'S ACKNOWLEDGMENT The Bidder herein acknowledges that he/she has reviewed the insurance requirements within this Contract and has considered the costs, if any, of procuring the required insurance and will be able to supply the insurance required as per the Contract, if awarded to the Bidder.

Sign: Officer of Company

Print Name

(Failure To Have This Form Properly Filled Out and Signed By The Insurance Agent As Well As The Bidder May Result In Your Bid Being Considered Non-Responsive.)

Bidder’s Proposal 9

Your attention is called to Chapter 675 of the Laws of 1966 amended Section 2878 of the Public Authorities Law to require the following:

Non-Collusive Bidder Certification

1. Every bid or proposal made to a public authority or to any official of any public authority created by the state of any political subdivision, where competitive bidding is required by statue, rule, regulation or local law, for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed by the Bidder and affirmed by such Bidder as true under the penalties of perjury:

(a) 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 his 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; and

(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.

(b) A bid shall not be considered for award nor shall any award be made where (a) (1), (2), and (3) above have not been complied with provided, however, that if in 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. When (a) (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 state, public department or agency to which the bid is made, or his designee, determines that such disclosure was not restricting competition.

The fact that a Bidder (a) has published price lists, rates or tariffs covering items being procured, (b) has informed prospective customers of proposed or pending publication of new or revised price lists for such items, or (c) 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 subparagraph one (a).

2. Any bid hereafter made to any public authority or to any official of any public authority created by the state or any political subdivision, 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, rules, regulation, or local law, and where such bid contains the certification referred to in subdivision one of Chapter 675 of the Laws of 1966, shall be deemed to have been authorized by the board of directors of the Bidder, and such authorizations 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.

Bidder’s Proposal 10

CONFIDENTIAL INFORMATION

The SCWA is subject to the provisions of the New York State Freedom of Information Law (“FOIL”). Under FOIL, certain SCWA records are subject to public inspection upon request. However, trade secrets or information submitted to SCWA which if disclosed would cause substantial injury to the competitive position of a commercial enterprise may be (but are not automatically) exempt from public inspection under FOIL. If a proposal contains such information, the vendor may wish to conspicuously identify the information and request that the identified information be withheld from public inspection. SCWA shall review such requests on a case by case basis. Failure to identify such information shall be deemed consent to public inspection of the entire proposal.

CONTACT INFORMATION

Pursuant to State Finance Law sections 139-j and 139-k, this Solicitation includes and imposes certain restrictions on communications between the Authority and Bidders during the procurement process. A Bidder is restricted from making contacts (i.e., an oral, written, or electronic communications, which a reasonable person would infer as an attempt to unduly influence the award, denial, or amendment of a contract) to any Authority member, employee or agent unless it is a contact that is included among certain statutory exemptions as set forth in State Finance Law sections 139-j (3) (a) from issuance of the Solicitation through final award and approval of the resulting Procurement Contract by the Authority (the "Restricted Period").

All communication concerning this Solicitation should be addressed to the SCWA’s Purchasing Director, Marlon Torres, 631-563-0334 or at [email protected]. The Authority may schedule a conference with the vendor(s) prior to any award. Authority personnel are required to obtain certain information if contacted during the Restricted Period. Upon the basis of this information, the Authority will make a determination of the responsibility of the Bidder who made the contact pursuant to statutory provisions. Certain findings of non-responsibility can result in rejection for contract award, and in the event of two findings within a four (4) year period by a Bidder, a Bidder will be debarred from obtaining Authority or other governmental Procurement Contracts. Further information about these requirements can be found in the Authority’s Guideline Regarding Contacts During an Authority Procurement at www.scwa.com.

The SCWA reserves the right to disqualify any Bidder which makes unauthorized contacts to SCWA.

Bidders are required to complete the attached forms titles "Form of Offerer Disclosure of Prior Non-Responsibility Determination" and "Affirmation of Understanding and Compliance" and return the completed forms with your proposal.

Bidder’s Proposal 11.

FORM OF OFFERER DISCLOSURE OF PRIOR NON-RESPONSIBILITY DETERMINATION

Name of Individual or Entity Seeking to Enter into the Procurement Contract:

Address:

Name and Title of Person Submitting this Form:

Contract Procurement Number:

Date:

1. Has any Government Entity made a finding of non-responsibility regarding the individual or entity seeking to enter into the Procurement Contract in the previous four years?

(Please circle): No Yes If yes, please answer questions 2 thru 4:

2. Was the basis for the finding of non-responsibility due to a violation of State Finance Law 139-j?

(Please circle): No Yes

3. Was the basis for the finding of non-responsibility due to the intentional provision of false or incomplete information to a Government Entity?

(Please circle): No Yes

4. If you answered yes to any of the above questions, please provide details regarding the finding of non-responsibility below.

Governmental Entity:

Date of Finding of Non-Responsibility: Basis of Finding of Non-Responsibility:

(Add additional information on reverse if necessary)

Bidder’s Proposal 12.

All questions must be answered 5. Has any Governmental Entity or other governmental agency terminated or withheld a Procurement Contract

with the above-named individual or entity due to the intentional provision of false or incomplete information?

(Please circle): No Yes If yes, please provide details below:

Governmental Entity:

Date of Termination or Withholding of Contract:

Basis of Termination or Withholding:

(Add additional information on reverse as necessary) 6. Has any agency, including, but not limited to, the New York State Department of Labor, found you to be in

violation of, or are you currently under investigation for, failure or the alleged failure to comply with the laws, rules or regulations requiring you to pay prevailing wage and supplements for any public work you or your firm has performed, for the failure or the alleged failure to comply with the laws, rules or regulations concerning the employment of children, or the failure or alleged failure to pay wages, or unemployment insurance tax payments within the past five years?

(Please Circle) No Yes

Offerer certifies that all information provided to the Suffolk County Water Authority with respect to State Finance Law 139-k is complete, true and accurate.

By: Date: Signature:

Bidder’s Proposal 13.

AFFIRMATION OF UNDERSTANDING AND COMPLIANCE

Contract Number Related to Offer: ___________________________________________hereby affirms that it has read and understands the Suffolk County Water Authority’s guidelines regarding its policy concerning Contacts during an Authority Procurement, and agrees to comply with SCWA’s procedures relating to this policy during the SCWA procurement. Date: 20__

Name of Officer:

Address:

Name and Title of Person Signing the Affirmation

Bidder’s Proposal 14

The purpose of this document is to clearly identify who has been delegated the authority to sign your Agreement / Offer or Contract on behalf of the named firm as well as identify pertinent company information. Pursuant to our policy, the only person(s) with the ability to delegate authority is an officer of the company. Therefore, please list the officers of the company. In addition please list those persons to whom authority has been delegated to sign, negotiate and/or administer your Agreement / Offer or Contract.

The full name and residence of all persons and parties interested in the foregoing bid as principals are as follows:

NAME / TITLE ADDRESS

NOTE: Give the first and last name in full, and in case of corporation, give the name of President, Vice-President, Treasurer, Secretary

Contractor:

Signature:

Name:

PRINT OR TYPE NAME OF PERSON SIGNING BID

PLEASE CHECK IF APPLICABLE

MINORITY OWNED BUSINESS

WOMAN OWNED BUSINESS

Business Name:

Business Address of Contractor:

Contact Person for Contract Follow-Up:

Business Contact Telephone:

Cell Number:

Email Address:

Fax Number:

Federal Employee Identification Number:

Date:

This form must be completed

AGREEMENT

DATE: Re: CONTRACT NO. 7359 – Furn & Del Chemical Pumps and Parts ____________________________the lowest responsive, responsible bidder for the above referenced

contract agrees to provide the material as set forth in the Notice to Bidders dated ___________________

Instructions to Bidders, Detailed Specifications, and Bidder’s Proposal submitted

by____________________and dated_________________________.

All of the terms and conditions of the Notice to Bidders, Instructions to Bidders, Detailed Specifications

and Bidder’s Proposal are hereby incorporated into this Agreement, and this Agreement shall be binding

upon each of the parties hereto, and upon the successors and assigns of the Owner, and the executors,

administrators, successors and assigns of the Contractor.

IN WITNESS WHEREOF, the Authority has caused this Agreement to be signed by a duly Authorized

Member or Executive Officer thereof and has caused its corporate seal to be hereunto affixed, and the

Contractor has caused this Agreement to be signed by a duly authorized officer thereof and has caused its

corporate seal to be hereunto affixed, the day and year first above written.

SUFFOLK COUNTY WATER AUTHORITY

Witness By: Jeffrey W. Szabo, CEO Firm Witness By: An Authorized Officer ____________________________________ Print Signatory Name Title

SUFFOLK COUNTY WATER AUTHORITY

MEMBER ACKNOWLEDGMENT STATE OF NEW YORK )

ss: COUNTY OF Suffolk ) On the day of in the year 2016, before me, the undersigned, a Notary Public in and for said

state, personally appeared Jeffrey W. Szabo, personally known to me or proved to me on the basis of satisfactory

evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me

that he/she/they executed the same in his/her their capacity(ies), and that by his/her/their signature(s)on the

instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument.

Notary Public

1

To Be Completed If Executed In New York STATE OF NEW YORK ) ss: COUNTY OF ) On this day of , in the year 2016, before me, the undersigned, a Notary Public in

and for said state, personally appeared personally known to me or

proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the

within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that

by his/her/their signature(s) on the instrument, the individual (s), or the person upon behalf of which the individual(s)

acted, executed the instrument.

Notary Public

To Be Completed If Executed Outside New York STATE OF ) ss: COUNTY OF ) On this day of , in the year 2016, before me, the undersigned Notary Public, personally appeared personally known to me or proved to me on the basis of satisfactory

evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me

that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the

instrument, the individual (s), or the person upon behalf of which the individual(s) acted, executed the instrument, and

that such individual made such appearance before the undersigned in* .

Notary Public

*(Insert city or other political subdivision and the state or county or other place the acknowledgment was taken)