Vertical Turbine Pump Repair for Wright Smith WWTP

Agency: Mobile Water Service System(MAWSS)
State: Alabama
Level of Government: State & Local
Category:
  • 43 - Pumps and Compressors
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD16874410101221404
Posted Date: Jan 8, 2024
Due Date: Jan 16, 2024
Solicitation No: IFB 24-002
Source: Members Only

Vertical Turbine Pump Repair for Wright Smith WWTP

Attachment Preview

Joyce Sawyer, Buyer II
(251) 694-3110 Office
jasawyer@mawss.com
INVITATION FOR BID
January 4, 2024
Mobile Area Water and
Sewer System
4725 Moffett Rd Suite A
Mobile, AL 36618-2236
PO Box 180249
Mobile, AL 36618-0249
INVITATION FOR BID NUMBER
IFB 24-002
NAME OF BID
BIDS WILL BE RECEIVED AT
BID OPENING DATE
Vertical Turbine Pump Repair for Wright Smith WWTP
MAWSS Bid Box
Donaghey Business Entrance
4725A Moffett Road
or
Mobile, AL 36618
PO Box 180249
January 16, 2024
BID CLOSIING TIME
10:30 am Central Time
AWARD WILL BE MADE BY
MATERIAL DELIVERED TO
ADDITIONAL INFORMATION CONTACT
Total Cost & Lead Time
MAWSS Wright Smith WWTP
1879 N. Conception St Rd
Mobile, AL 36610
Tedric Scott (251) 378-3532 or (251) 709-4711 Email: tscott@mawss.com or
David Tillman (251) 378-3505 or (251) 300-7966 Email: dtillman@mawss.com
APPLICABLE SDP POLICY
17-01
Sealed bids must be in the Purchasing Department no later than the time specified in order to be considered. Submissions
received after the deadline will not be considered. Envelopes must bear the name of the supplier, company address and the
words “IFB 24-002 Turbine Pump Repair” or “IFB 24-002 NO QUOTE.” Facsimile or email bids will not be accepted.
All bids must be submitted on the attached forms or your bid will be disqualified. Bidder shall furnish all the information
required by the solicitation. The bidder’s name must be typed or printed on the bid sheet, and signed by the bidder or
appropriate authorized executive officer of the bidder’s company. Bidders must initial any changes or erasures. Bidders
should retain a copy of bids for their records.
Bidders shall acknowledge receipt of all addenda to this solicitation by signing and returning each addendum or by identifying
the addendum number and the date on the bid form. Failure to acknowledge receipt of any addendum by a bidder will result
in rejection of the bid if MAWSS determines that the addendum contains information that materially changes the
requirements.
All bids shall be quoted FOB Destination, freight prepaid with no additional charges. Unless otherwise specified in the bid, all
prices will be on a firm-fixed price basis and are not subject to adjustments based on costs incurred. MAWSS reserves the
right to reject any or all bids submitted, to waive any informality in any bid or in the bid process, or to terminate the bid
process at any time, if deemed by MAWSS to be in MAWSS’s best interest.
A Purchase Order and this “Invitation for Bid” with “Specifications,” “Conditions,” “Bid Form,” signed by the successful
bidder’s authorized representative, and all attached drawings and other documents furnished by MAWSS to the bidders with
the Invitation for Bid in order to illustrate the contract requirements, will constitute a contract for the goods and/or services
to be purchased.
IFB 24-002 Vertical Turbine Pump Repair
Page 1 of 8
IFB 24-002 TURBINE PUMP REPAIR
CONDITIONS
The Board of Water and Sewer Commissioners of the City of Mobile will accept bids for IFB 24-002 Turbine Pump Repair in
our Purchasing Department Bid Box located at 4725 Moffett Road Suite A, Mobile, AL 36618 no later than 10:30 a.m. local
time on January 16, 2024. Award will be by Total Cost & Lead Time. The bidder offers and agrees, if this bid is accepted, to
furnish the items as defined in the specifications for the unit price set opposite each item. Pricing shall be FOB Mobile,
Alabama. All items shall be delivered to Wright Smith Jr. WWTP located at 1879 Conception St Rd. or to the job site as
needed. The bidder shall state the expected length of delivery time on the Bid Form.
A general contractors license is required for any work over $50,000. License must be valid at the time of bid submittal. Please
include a copy of the license when the bid is submitted.
Bidder understands and agrees that manufacturer and part numbers are provided for descriptive purposes only. Items of
equal or better quality will be considered but must be approved by MAWSS in writing. Upon delivery, if the quality, durability
or performance of any product represented as equal or better is determined by MAWSS to be unsatisfactory, MAWSS will
require a suitable substitute or will require that the originally specified item be delivered, at the unit price originally offered
by bidder. No substitution for items to be provided pursuant to this contract shall be permitted during the contract period
without the express written consent of MAWSS. All items provided shall be for commercial use and for the purposes
reflected in the contract documents.
No bid on closed out or discontinued item(s) will be accepted. Item(s) that have a determinable shelf life must be disclosed
at the time of bid submittal. Bidder understands that his/her bid shall be good and may not be withdrawn for a period of
sixty (60) calendar days after the scheduled closing time for receiving bids.
MAWSS shall not be committed to the purchase of a pre-established minimum quantity for any one item.
A bidder may not modify its bid after bid opening. Errors in the extension of unit prices stated in a bid or in multiplication,
division, addition or subtraction in a bid may be corrected by the MAWSS Purchasing Buyer prior to award. In such cases,
unit prices shall not be changed.
It is the responsibility of the bidder to determine prior to the bid opening whether any amendment, additions, deletions or
changes of any type have been made to this Invitation for Bid, Conditions, Specifications, Bid Form or any of the other bid
documents. Bid documents and any amendments made to this bid will be posted on our website at www.mawss.com.
A copy of the SDP (Supplier Diversity Program) policy that applies to this Invitation For Bid can be furnished upon request.
The policy can also be found on our website at https://www.mawss.com/bids/. It is the responsibility of the bidder to read
and meet the requirements of this policy. Please contact the Supplier Diversity Program Manager, Felicia Thomas, at 251-
694-3194 or fthomas@mawss.com for any questions regarding ths policy. Bidders MUST acknowledge receipt of this policy
and submit all the required documentation with the bid proposal.
Invoicing Requirements: MAWSS is requiring additional information for all work performed and services provided. On the
vendor’s invoice for payment should be a detailed listing of work performed, services provided, dates completed, locations
involved and any other pertinent information needed to verify the work and/or services were completed in accordance to the
bid specs. This additional information can be supplied in the form of detailed invoices, work orders, checklists or any other
documents used to track the work performed or services provided but details must be included on the actual invoice. A copy
of the invoice and these additional details must be sent to the “ADDITIONAL INFORMATION CONTACT” found on Page 1 of
the bid documents and a copy emailed to Accounts Payable at AcctsPayable@mawss.com.
IFB 24-002 Vertical Turbine Pump Repair
END OF CONDITIONS
Page 2 of 8
IFB 24-002 TURBINE PUMP REPAIR
SUMMARY AND SCOPE
Summary of Work
For Rebuild of the Trickling Filter Recycle Pump #1 at the Wright Smith Jr. WWTP
Scope of Work
The following services shall be provided for one (1) 14” Peerless Vertical Turbine Pump:
SANDBLAST ALL PARTS
REPLACE 1 ½ “ by 105 ½ “ PUMP SHAFT 416ss
REPLACE STUFFING BOX
REPLACE STUFFING BOX BUSHING (BRONZE)
ASSEMBLE PUMP BACK TO FACTORY SPECS
SUPPLY NEW CHESTERTON SPLIT SEAL FOR THE DISCHARGE HEAD OF PUMP
Miscellaneous
1. All bolts, nuts and washers shall be replaced with new 316 Stainless Steel.
2. All outside Columns and Suction bowl shall be coated with a Coal Tar Epoxy.
3. All above ground pump shall be coated with a Rustic Brown Industrial Epoxy Paint.
4. Inside pump columns, suction bowl and discharge head shall be coated with Belzona 5811.
5. Transportation MUST be provided by successful bidder and MUST be included in the
bid price.
6. Successful bidder MUST provide a two-year warranty on all workmanship and materials
outside of normal wear and tear.
7. Successful bidder MUST pick up pump from the Wright-Smith WWTP at 1879 N. Conception
Street Rd.
ALTERNATE BID:
REPLACE BOWL ASSEMBLY (SHAFT COUPLING, IMPELLER, TRUST RING, THRUST RING RETAINER, IMPELLER KEY,
THREADED BEARING, DISCHARGE BOWL, BOWL AND BELL BEARINGS, BELL, SAND COLLAR, 316ss BOLTS)
Note: Alternate bid is for the replacement of the bowl assembly, in addition to the above listed
requirements under “Scope of Work” & “Miscellaneous.”
END OF SUMMARY AND SCOPE
IFB 24-002 Vertical Turbine Pump Repair
Page 3 of 8
IFB 24-002 TURBINE PUMP REPAIR
INSURANCE REQUIREMENTS
A. General: The Supplier shall provide insurance in accordance with the required specifications. A current
certificate of insurance must be provided with your bid. MAWSS does not need to be named as an additional
insured on this certificate.
B. Supplier Coverage: The Supplier shall not commence work under this Contract until he has obtained all
insurance required under the following paragraphs and until such insurance has been approved by the Owner,
nor shall the Supplier allow any subcontractor to commence work on his subcontract until all similar insurance
required of the subcontractor has been obtained and approved. If the subcontractor does not take out
insurance in his own name, the Supplier shall provide such insurance protection for the subcontractor and
such subcontractor's employees.
C. Casualty Insurance: The following insurance coverages (with limits not less than specified herein) shall be
maintained by the Supplier for the duration of the Contract, affording coverage for any claim arising out of
Supplier's operations herein, whether by the Supplier or by any subcontractor or by any Employee or Agent of
either:
1. Claims of employees under Worker's Compensation and other similar employee benefit acts, including
claims because of bodily injury, occupational sickness or disease, or death.
2. Claims arising out of bodily injury, sickness, disease, or death of any person other than employee.
3. Claims for damages arising out of libel, slander, false arrest, detention or imprisonment, malicious
prosecution, defamation or violation of right of privacy, wrongful entry or eviction or other right of private
occupancy, including claims as a result of an offense related to the employment of a claimant by
Contractor (so-called "Personal Injury").
4. Claims arising out of damage to or destruction of tangible property, including loss of use.
5. The Supplier shall furnish certification of insurance and policies verifying that the above coverages are in
effect before commencing any work, and that each policy is endorsed to give the Owner 30 days notice in
writing in the event of cancellation or material change therein.
Policies of Insurance shall state that the Owner and the Owner’s employees be named as additional
insureds on the Supplier's Automobile Liability and Commercial General Liability policies. In respect to
Worker's Compensation, a Waiver of Subrogation shall be issued in favor of the Owner. Where applicable,
the U.S. Longshore and Harborworkers Compensation Act Endorsement shall be attached to the policy.
Where applicable, the Maritime Coverage Endorsement (to include coverage under Jones Act) shall be
attached to the policy. Both the U. S. Longshore and Harborworkers and the Maritime Coverage shall have
limits equal to or greater than the employer’s liability coverage.
6. Rated by AM Best – A- or better. For non-admitted companies, a rating of A or better by AM Best.
a. At the discretion of the Board, worker’s compensation insurance may be placed through a qualified
worker’s compensation self-insurance fund.
IFB 24-002 Vertical Turbine Pump Repair
Page 4 of 8
b. Limits of Liability:
Worker's Compensation
Statutory
Employers' Liability
$500,000 Each Accident
$500,000 by Disease, Policy Limit
$500,000 by Disease, Each Employee
Commercial Automobile
$1,000,000 Each Accident
Bodily Injury and Property Damage Combined
Business Auto Includes All Owned, Leased, Hired and
Non-Owned Automobiles
Commercial General Liability
$1,000,000 per Occurrence
$1,000,000 Personal &Advertising Injury
$2,000,000 General Aggregate per Project
$2,000,000 Products &Completed Operations Aggregate
$100,000 Fire Damage Liability
Umbrella Liability: In addition to the basic limits previously set out for Commercial General Liability,
Products and Completed Operations, Automobile Liability and Worker's Compensation, coverage shall
be issued with a "pay on behalf of" wording, including Personal Injury and other extensions, and
provide coverage at least as broad as that afforded by the primary insurance policies.
Extensions (only if applicable):
Blanket Contractual Liability
Personal Injury
Host Liquor Liability
Non-owned Watercraft Liability
Worldwide Products
Fire Legal Liability
Newly Acquired Organizations
Blanket Collapse and Underground Coverage
Broad Form Property (including Completed
Operations)
Employees as Additional Insureds
Incidental Medical Malpractice
Extended Bodily Injury (Assault and Battery)
When and if the use of explosives for blasting purposes appears necessary or desirable, such methods
shall not be undertaken without written authorization of the Owner, and then only provided that
acceptable extensions of liability coverage have been obtained specifically to include the explosion
("X") hazard and the collapse ("C") hazard. The policy of general liability shall include the special
underground property damage coverage (providing the so-called "U" hazard) on a blanket basis.
D. Owner's Protective Liability: The Supplier shall furnish from a carrier acceptable to the Owner, a policy of
liability insurance, commonly called "Owner's Protective Liability" in the name of the Board of Water and
Sewer Commissioners of the City of Mobile, d/b/a MAWSS, providing "Independent Contractor's Coverage"
for the operations embraced by this Contract with limits of $1,000,000 bodily injury and $1,000,000 property
damage. Policy shall be endorsed that the premium is to be paid by the named Supplier.
IFB 24-002 Vertical Turbine Pump Repair
END OF INSURANCE
Page 5 of 8
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >