2 EA. Slip-In Pump & Tank Units

expired opportunity(Expired)
From: Sedgwick(County)
22-0086

Basic Details

started - 03 Nov, 2022 (17 months ago)

Start Date

03 Nov, 2022 (17 months ago)
due - 06 Dec, 2022 (15 months ago)

Due Date

06 Dec, 2022 (15 months ago)
Contract

Type

Contract
22-0086

Identifier

22-0086
Sedgwick County

Customer / Agency

Sedgwick County
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

RFB #22-0086 Sedgwick County....Working for You 1 REQUEST FOR BID RFB #22-0086 2 EA. SLIP-IN PUMP & TANK UNITS November 17, 2022 Sedgwick County, Kansas (hereinafter referred to as “county”) is seeking bids for two (2) Slip-In Pump & Tank Units. If your firm is interested in submitting a response, please do so in accordance with the instructions contained within the attached Request for Bid. Responses are due no later than 1:45 pm CST, Tuesday, December 6, 2022. All contact concerning this solicitation shall be made through the Purchasing Department. Bidders shall not contact county employees, department heads, using agencies, evaluation committee members or elected officials with questions or any other concerns about the solicitation. Questions, clarifications and concerns shall be submitted to the Purchasing Department in writing. Failure to comply with these guidelines may disqualify the Bidder’s response. Sincerely, Britt Rosencutter Purchasing Agent BR/ks SEDGWICK COUNTY, KANSAS
DIVISION OF FINANCE Purchasing Department 100 N. Broadway, Suite 610 ~ Wichita, KS 67202 Phone: 316 660-7255 Fax: 316 660-1839 https://www.sedgwickcounty.org/finance/purchasing/ requests-for-bid-and-proposal/ https://www.sedgwickcounty.org/finance/purchasing/requests-for-bid-and-proposal/ https://www.sedgwickcounty.org/finance/purchasing/requests-for-bid-and-proposal/ RFB #22-0086 Sedgwick County....Working for You 2 Table of Contents I. Purpose II. Submittals III. Scope of Work IV. Sedgwick County’s Responsibilities V. Bid Terms A. Questions and Contact Information B. Minimum Firm Qualifications C. Evaluation Criteria D. Request for Bid Timeline E. Contract Period and Payment Terms F. Insurance Requirements G. Indemnification H. Confidential Matters and Data Ownership I. Bid Conditions VI. Required Response Content VII. Response Form VIII. Pricing Sheet RFB #22-0086 Sedgwick County....Working for You 3 I. Purpose Sedgwick County, located in south-central Kansas, is one of the most populous of Kansas’ 105 counties with a population estimated at more than 514,000 persons. It is the sixteenth largest in area, with 1,008 square miles, and reportedly has the second highest per capita wealth among Kansas’ counties. Organizationally, the County is a Commission/Manager entity, employs nearly 2,800 persons, and hosts or provides a full range of municipal services, e.g. – public safety, public works, criminal justice, recreation, entertainment, cultural, human/social, and education. Sedgwick County is seeking bids for two (2) Slip-In Pump & Tank Units, in accordance with the specifications outlined, for Sedgwick County Fire District 1. II. Submittals Carefully review this Request for Bid. It provides specific technical information necessary to aid participating firms in formulating a thorough response. Should you elect to participate, please email the entire document with supplementary materials to: Purchasing@sedgwick.gov SUBMITTALS are due NO LATER THAN 1:45 pm CST, TUESDAY, DECEMBER 6, 2022. If there is any difficulty submitting a response electronically, please contact the Purchasing Technicians at purchasing@sedgwick.gov for assistance. Late or incomplete responses will not be accepted and will not receive consideration for final award. If you choose to send a hard copy of your bid, Sedgwick County will not accept submissions that arrive late due to the fault of the U.S. Postal Service, United Parcel Service, DHL, FedEx, or any other delivery/courier service. Bid responses will be acknowledged and read into record at Bid Opening, which will occur at 2:00 pm CDT, on the due date. We will continue to have Bid Openings for the items listed currently. If you would like to listen in as these bids are read into the record, please dial our Meet Me line @ (316) 660-7271 at 2:00 pm. III. Scope of Work Provide two (2) Slip-In Pump & Tank Units for Sedgwick County Fire District 1. The Slip-In Pump Units are not built by a specific vendor suppling the truck to the county. The county buys the Slip-Ins (current spec out for bid) and modify to fit our Apparatus when we are outfitting them new. SCFD technicians do these modifications needed in-house to ensure complete installation. IV. Sedgwick County’s Responsibilities • Provide information, as legally allowed, in possession of the county, which relates to the county’s requirements or which is relevant to this project. • Designate a person to act as the County Contract Manager with respect to the work to be performed under this contract. • County reserves the right to make inspections at various points of the project. Contractor agrees to openly participate in said inspections and provide information to the county on the progress, expected completion date and any unforeseen or unexpected complications in the project. mailto:Purchasing@sedgwick.gov mailto:purchasing@sedgwick.gov RFB #22-0086 Sedgwick County....Working for You 4 V. Bid Terms A. Questions and Contact Information Any questions regarding this document must be submitted via email to Britt Rosencutter at britt.rosencutter@sedgwick.gov by 5:00 pm CST, November 23, 2022. Any questions of a substantive nature will be answered in written form as an addendum and posted on the purchasing website at https://www.sedgwickcounty.org/finance/purchasing/requests-for-bid-and-proposal/ under the Documents column associated with this bid number by 5:00 pm CST, November 29, 2022. Firms are responsible for checking the website and acknowledging any addenda on their bid response form. B. Minimum Firm Qualifications This section lists the criteria to be considered in evaluating the ability of firms interested in providing the service(s) and/or product(s) specified in this Request for Bid. Firms must meet or exceed these qualifications to be considered for award. Bids submitted must reflect in detail their inclusion as well as the degree to which they can be provided. Any exceptions to the requirements listed should be clearly detailed in proposer’s response. Bidders shall: 1. Have proper certification(s) or license(s) for the services/product specified in this document. 2. Ensure that project work meets all local, state and federal laws, regulations and ordinances. 3. Have the capacity to acquire all required permits, bonds, escrows or insurances. 4. Provide appropriate project supervision and quality control procedures. 5. Have appropriate material, equipment and labor to perform job safely and efficiently. All costs associated with meeting this requirement will be the sole responsibility of the vendor. C. Evaluation Criteria An award will be made to the lowest responsible and responsive bidder. D. Request for Bid Timeline The following dates are provided for information purposes and are subject to change without notice. Contact the Purchasing Department at (316) 660-7255 to confirm any and all dates. Distribution of Request for Bid to interested parties November 17, 2022 Clarification, Information and Questions submitted via email by 5:00 pm CST November 23, 2022 Addendum Issued by 5:00 pm CST November 29, 2022 Bid due before 1:45 pm CST December 6, 2022 Board of Bids and Contracts Recommendation December 8, 2022 Board of County Commission Award December 14, 2022 E. Contract Period and Payment Terms A contractual period will begin following Board of County Commissioners (BoCC) approval of the successful firm(s) until delivery and receipt of goods/service and as outlined within Minimum Mandatory Requirements and Specifications. County may cancel its obligations herein upon thirty-day (30) prior written notice to the other party. It is understood that funding may cease or be reduced at any time, and in the event that adequate funds are not available to meet the obligations hereunder, either party reserves the right to terminate this agreement upon thirty (30) days prior written notice to the other. Payment will be remitted following receipt of monthly detailed invoice. Payment and Invoice Provisions https://www.sedgwickcounty.org/media/39239/payment_and_invoice_provisions.pdf mailto:britt.rosencutter@sedgwick.gov https://www.sedgwickcounty.org/finance/purchasing/requests-for-bid-and-proposal/ https://www.sedgwickcounty.org/media/39239/payment_and_invoice_provisions.pdf RFB #22-0086 Sedgwick County....Working for You 5 F. Insurance Requirements Liability insurance coverage indicated below must be considered as primary and not as excess insurance. If required, Contractor’s professional liability/errors and omissions insurance shall (i) have a policy retroactive date prior to the date any professional services are provided for this project, and (ii) be maintained for a minimum of three (3) years past completion of the project. Contractor shall furnish a certificate evidencing such coverage, with County listed as an additional insured including both ongoing and completed operations, except for professional liability, workers’ compensation and employer’s liability. Certificate shall be provided prior to award of contract. Certificate shall remain in force during the duration of the project/services and will not be canceled, reduced, modified, limited, or restricted until thirty (30) days after County receives written notice of such change. All insurance must be with an insurance company with a minimum BEST rating of A-VIII and licensed to do business in the State of Kansas (must be acknowledged on the bid/proposal response form). NOTE: If any insurance is subject to a deductible or self-insured retention, written disclosure must be included in your proposal response and also be noted on the certificate of insurance. It is the responsibility of Contractor to require that any and all approved subcontractors meet the minimum insurance requirements. Workers’ Compensation: Applicable coverage per State Statutes Employer’s Liability Insurance: $500,000.00 Commercial General Liability Insurance (on form CG 00 01 04 13 or its equivalent): Each Occurrence $1,000,000.00 General Aggregate, per project $2,000,000.00 Personal Injury $1,000,000.00 Products and Completed Operations Aggregate $2,000,000.00 Automobile Liability: Combined single limit $500,000.00 Umbrella Liability: Following form for both the general liability and automobile __X__ Required / ____ Not Required Each Claim Aggregate $1,000,000.00 $1,000,000.00 Professional Liability/ Errors & Omissions Insurance: ____ Required / __X__ Not Required Each Claim Aggregate $1,000,000.00 $1,000,000.00 Pollution Liability Insurance: ____ Required / __X__ Not Required Each Claim Aggregate $1,000,000.00 $1,000,000.00 Special Risks or Circumstances: Entity reserves the right to modify, by written contract, these requirements, including limits, based on the nature of the risk, prior experience, insurance, coverage, or other special circumstances. RFB #22-0086 Sedgwick County....Working for You 6 G. Indemnification To the fullest extent of the law, the provider, its subcontractor, agents, servants, officers or employees shall indemnify and hold harmless Sedgwick County, including, but not limited to, its elected and appointed officials, officers, employees and agents, from any and all claims brought by any person or entity whatsoever, arising from any act, error, or omission of the provider during the provider’s performance of the agreement or any other agreements of the provider entered into by reason thereof. The provider shall indemnify and defend Sedgwick County, including, but not limited to, its elected and appointed officials, officers, employees and agents, with respect to any claim arising, or alleged to have arisen from negligence, and/or willful, wanton or reckless acts or omissions of the provider, its subcontractor, agents, servants, officers, or employees and any and all losses or liabilities resulting from any such claims, including, but not limited to, damage awards, costs and reasonable attorney’s fees. This indemnification shall not be affected by any other portions of the agreement relating to insurance requirements. The provider agrees that it will procure and keep in force at all times at its own expense insurance in accordance with these specifications. H. Confidential Matters and Data Ownership The successful bidder agrees all data, records and information, which the bidder, its agents and employees, which is the subject of this bid, obtain access, remains at all times exclusively the property of Sedgwick County. The successful proposer agrees all such data, records, plans and information constitutes at all times proprietary information of Sedgwick County. The successful bidder agrees that it will not disclose, provide, or make available any of such proprietary information in any form to any person or entity. In addition, the successful proposer agrees it will not use any names or addresses contained in such data, records, plans and information for the purpose of selling or offering for sale any property or service to any person or entity who resides at any address in such data. In addition, the successful proposer agrees it will not sell, give or otherwise make available to any person or entity any names or addresses contained in or derived from such data, records and information for the purpose of allowing such person to sell or offer for sale any property or service to any person or entity named in such data. Successful bidder agrees it will take all reasonable steps and the same protective precautions to protect Sedgwick County's proprietary information from disclosure to third parties as with successful proposer's own proprietary and confidential information. Proposer agrees that all data, regardless of form that is generated as a result of this Request for Bid is the property of Sedgwick County. I. Bid Conditions https://www.sedgwickcounty.org/media/31339/bid-terms-conditions.pdf General Contract Provisions http://www.sedgwickcounty.org/purchasing/pdf_files/General%20Contractual%20Provisions.pdf Mandatory Contract Provisions https://www.sedgwickcounty.org/media/31336/mandatory-contractual-provisions.pdf Independent Contractor https://www.sedgwickcounty.org/media/54780/independent-contractor-addendum.pdf Sample Contract https://www.sedgwickcounty.org/media/39236/sample-contract.pdf Federal Certifications Addendum Sedgwick County https://www.sedgwickcounty.org/media/59719/federal-certifications-addendum-updated-for-changes-to-ug-11-12-2020- no-signature-line.pdf Suspension and Debarment https://www.sedgwickcounty.org/finance/purchasing/suspension-and-debarment/ https://www.sedgwickcounty.org/media/31339/bid-terms-conditions.pdf https://www.sedgwickcounty.org/media/31337/general-contractual-provisions.pdf https://www.sedgwickcounty.org/media/31337/general-contractual-provisions.pdf https://www.sedgwickcounty.org/media/31336/mandatory-contractual-provisions.pdf https://www.sedgwickcounty.org/media/31336/mandatory-contractual-provisions.pdf https://www.sedgwickcounty.org/media/54780/independent-contractor-addendum.pdf https://www.sedgwickcounty.org/media/39236/sample-contract.pdf https://www.sedgwickcounty.org/media/59719/federal-certifications-addendum-updated-for-changes-to-ug-11-12-2020-no-signature-line.pdf https://www.sedgwickcounty.org/media/59719/federal-certifications-addendum-updated-for-changes-to-ug-11-12-2020-no-signature-line.pdf https://www.sedgwickcounty.org/finance/purchasing/suspension-and-debarment/ RFB #22-0086 Sedgwick County....Working for You 7 MINIMUM MANDATORY REQUIREMENTS AND SPECIFICATIONS The following specifications are for the procurement of two (2) Slip-In Pump & Tank Units for Sedgwick County Fire District 1. The Slip-In Pump supplied to meet this specification must be current standard production, new and unused; substantiated by current published literature and price sheets. 1. The manufacturer must be prepared to prove satisfactory experience in the design and manufacture of the type Slip- In Pump described herein. Service facilities staffed by qualified employees with adequate inventory of parts for repair service of Slip-In Pump must be located in the Wichita, Kansas area. 2. Units bid must meet or exceed industry or SAE standards. Standards used by societies that are not members of the American National Standards Institute will not be accepted. 3. Service facilities staffed by qualified employees with adequate inventory of parts for repair and service of Slip-In Pump must be located in the Wichita, Kansas area. 4. After award and prior to delivery, an appointment must be made to deliver Slip-In Pumps to Sedgwick County Fire Department 1, 1021 W. Stillwell St., Wichita, Kansas. Please contact Brian Richey at 316-660-3440. 5. Sedgwick County Fire Department 1 will not accept ownership until Slip-In Pump has been inspected for compliance with specifications below and Manufacturer’s Statement of Origin (MSO) has been delivered. 6. Maintenance manuals to be invoiced separately. 7. Provide all warranty information. 8. Pricing MUST be quoted as a delivered price. Bidders must return original or a photocopy of this form and complete every space in the Specifications Table below. Bidder shall indicate that the item being bid is exactly as specified or give a description to indicate any deviation from the specifications of the item being bid. SPECIFICATIONS Meets specification Yes No Pump, Engine, and Plumbing: 1. Pump: Hale, Model HPX75-B18. Unit delivered will be equipped with electric start 2. Engine: 4-cycle gasoline Briggs and Stratton Vanguard 356447 series V-Twin, overhead valve, air cooled design 3. Impeller to be bronze double hubbed for hydraulic balance. 4. Wear rings to be bronze replaceable type. 5. Shaft seal to spring load mechanical. 6. Pump and engine to be mounted at floor level of skid to completely eliminate pump-priming problems when pumping from booster tank. 7. The pump/engine shall be capable of meeting the NFPA 1906 performance rating 50 GPM @ 250 PSI. Typical pump performance from 5-foot draft at sea level shall be: 15 GPM @ 325 PSI, 70 GPM @ 200 PSI, and 135 GPM @ 50 PSI. 8. The pump body shall be made of anodized alloy aluminum castings coupled together with a stainless steel band clamp with an O-ring seal, which allows quick pump volute removal for servicing. The pump end shall be factory hydrostatically tested to 500 PSI. The impeller shall be bronze and 4.88 inches (123.8 mm) in diameter. The renewable clearance ring shall be made of bronze to inhibit galvanic corrosion. To obtain the required pressures, a built-in oil bath lubricated gearbox shall be provided between the pump end and engine. The gearbox shall be coupled together with a stainless steel band clamp. The pump shaft seal shall be an automatically adjusting, maintenance free, mechanical type. The pump body shall be equipped with a petcock drain valve. 9. The pump shall be equipped with an exhaust venturi primer of brass and stainless steel construction. The primer shall be capable of priming at 13 feet lift. The primer shall be actuated with a spring return, single control lever located at the operator’s panel. The primer to pump line shall be equipped with an automatic check valve for priming from an open body of water and a manual shut-off for pumping from a pressurized water source. 10. The suction and discharge ports shall be female pipe thread, designed and located to accept applicable hose thread adapters (2.0” NPT Suction, 1.5” NPT Discharge). RFB #22-0086 Sedgwick County....Working for You 8 11. The engine shall be a 4-cycle gasoline Briggs and Stratton Vanguard 356447 series V-Twin, overhead valve, air-cooled design. Engine rating shall be 18 BHP at 4000 rpm with a torque of 30 lb- ft at 2600 rpm. Engine displacement shall be 570cc and shall be designed to meet current EPA (Environmental Protection Agency) standards. A 12-volt electric system shall be provided with electric starter and a 16-amp alternator. Recoil backup engine starting shall be provided. Engine shall be equipped with a residential muffler with USDA approved spark arrestor. 12. The pump/engine shall be isolation mounted onto a steel base plate. 13. The pump shall be available with a remote mounted control panel. This panel shall include a throttle lever, primer lever, master switch, starter button, choke control, a 2.5-inch liquid filled discharge gauge and an oil pressure warning light. 14. Heavy-duty stainless steel piping and fittings used throughout the system. 15. Brass or stainless steel drains to fully drain pump, manifold & plumbing. Stainless Steel Pump manifold design will allow for complete draining of all pump valves, hoses, and plumbing due to extended periods of outside storage due to Drill cycles or other occasions where Apparatus will be un-attended. 16. Pump engine starter to be prewired with plug-in connectors to enable hook-up to vehicle battery and charging system. 17. Pump engine will have an oil drain line plumbed to the front of the control panel area, floor level, to allow for easy access for draining oil. Drain line will have a valve accessible from the pump control panel area (at floor level). The Pump/Engine shall be isolation mounted onto a cross linked polyethylene platform which also serves as a minimum 3 gallon gas tank Required Operating Valves/Controls/Fittings: 1. General Requirement: All valves required/specified and supplied/installed with slip-in pump units will be full flow, quarter turn, ball valves. All control valve handles to be legibly identified for ease of operation. All suction and discharge connections including caps will be high quality and chrome plated with chains attached where applicable. 2. Note: All Intake and dis-charge valves will be 8800 series valves with TS handles and manufactured by Akron Brass. 3. One Each, 2-1/2” inlet with a 2-1/2” brass valve with cap. Thread to be 2-1/2” NSTF. Valve control will be at the valve and accessible from the rear of the truck (near but not on the pump panel). A check valve will be installed at the tank location to prevent back filling the tank from a fire hydrant. This action is intended to reduce the chances of damage to the internal plumbing inside the tank. 4. One Each, 2-1/2” tank to pump valve. Valve control will be at the valve and accessible from the rear of the truck (but not on the pump panel). 5. One Each, 1.5” minimum brass quarter turn ball valve with control at the pump control panel, shall be provided for recirculating water to prevent pump overheating or winter freeze-up. A 1-1/2” check valve will be installed at the tank connection to prevent water from draining out of the tank into the plumbing to reduce the chances of freeze-up. The dis-charge hose from the valve going to the tank will be of 1-1/2” I.D. hose. 6. One Each, 1.5” brass, quarter turn ball valve for the booster line with control at the pump panel. The dis-charge hose from the valve going to the booster reel will be of 1.5” I.D. hose. 7. One each, 1.5” brass, quarter turn ball valve with control at the pump panel, shall be provided for supplying a 1” forestry hose. Forestry hose connection shall be 1” MNST and accessible at the rear of the truck (but not on the pump panel). 8. One each, 1.5” pre-connect with Chickson swivel and 1⁄4 turn full flow ball valve with control at the pump panel. The dis-charge hose from the valve going to the pre-connect swivel will be 1-1/2” I.D. hose. 9. One each, 1” brass quarter turn ball valve with control at the pump panel shall be provided for supplying a garden hose fitting. Garden hose fitting shall be accessible at the rear of the truck (but not on the pump panel). RFB #22-0086 Sedgwick County....Working for You 9 Pump/Valve Operating Control Panel: 1. Control panel will have a minimum dimension of twenty (20) inches in width x (20) in height. (No exceptions to minimum pump panel size.) Pump panel will be solid mounted to the rear of the skid unit and will support rapid access to all controls for operating from the rear of the truck. Panel will be constructed of Aluminum or Stainless Steel. 2. Control panel will be designed to provide easy access to operator while standing behind truck with unit installed 3. The following controls, at a minimum, will be located on the above pump control panel: a. Lighted pump-engine control panel prewired for connection to the vehicle battery b. Start-stop switch for pump engine. c. Hand throttle control will be vernier style (no exceptions). d. Choke control. e. Low Oil Pressure indicating light f. 2.5” inch minimum diameter, lighted dis-charge gauge, temperature rated to 30 degrees below zero, 0-400 psi. g. Valves/Controls for the following functions: 1) garden hose; 2) recirculating/refill valve; 3) Booster hose; 4) forestry hose; 5) crosslay hose. All will have proper identification labels attached. h. Primer Control i. Class 1 ITL-40 with multi-colored display water level gauge Water/Booster Tank: 1. Tank will be a “UPF POLY-TANK”. Defender 3 Series 2. Tank capacity will be 300 gallons with 8 gallon foam cell. 3. Tank will be designed to keep the height at the lowest profile practical/possible. This requirement is to keep the weight of the unit as low as possible in the truck for stability reasons. 4. Tank to be baffled for approximately 40 to 63 gal. Compartments. Tank to be designed to prevent swirling, cavitation, and to provide a suction sump floor. 5. 8” fill tower, 3” overflow / vent, with cap. 6. Tank will be constructed of 1⁄2” thick textured polypropylene sheet stock with AccTuf resin. The material shall be of a certified, high quality, non-corrosive stress relieved thermoplastic, and shall be black in color. 7. Tank outlet to be a minimum of 2-1/2”. 8. Tank to have fill indicator panel made of translucent material. Hose Beds: 1. Tank cover to include an aluminum hose bed to support 200 ft. of 1.75” double jacket hose. Aluminum shall be a minimum of 1⁄4” thick and full seam welding as where required. Exact interior dimensions of the hose bed are not known at this time, but will be approximately 10” in width x 72 ” in length x 10” in height and will incorporate a stainless steel hinged lid. 2. Owner’s representative will approve exact positioning of this hose bed. 3. Hose bed will have a hinged (piano style) cover installed on top. The hinge will run the entire length of the hose bed. Hinge will be made of Stainless Steel. 4. Hose bed to be plumbed with a 1.5” chickson swivel, control shall be at the pump control panel. Booster Reel: 1. Hanney, Model SBEP-F 38-23-24 (No Exceptions), electric rewind hose reel with two hundred fifty feet capacity for 1” booster hose. Control valve for booster line will be a full flow, 1⁄4 turn ball valve, located at the pump control panel. 2. Two hundred (200) feet of 1”, 800-psi BOSTON MFD hose coupled each 100 feet with BARWAY Couplings to be furnished (no exceptions to brand of hose or couplings). RFB #22-0086 Sedgwick County....Working for You 10 3. Two (2) Hose guides to protect hose when pulling off right or left side of the vehicle. One (1) located on the booster reel and one (1) located on the pump panel. 4. Rewind button for booster reel will be located at the pump control panel. 5. Booster reel will be mounted such that the hose can be removed from the rear of the truck. 6. Booster reel operation will be controlled by 1.5” valve at pump control panel. Foam System: 1. The skid unit shall be equipped with a Waterous Aquis 1.5M, fully electronic, variable speed direct injection, and discharge side foam proportioning system. The system shall be capable of handling Class A foam concentrate. The foam system shall be based on direct measurement of water flows and remain consistent within the specified flows and pressures. System must be capable of delivering accuracy to within 3% of calibrated settings over the advertised operation range when installed to factory standards. The system shall be equipped with a control module suitable for installation on the pump panel. Incorporated within the motor driver shall be a microprocessor that receives input from the system flow-meter, while also monitoring foam concentrate pump output, comparing values to ensure that the operator preset proportional amount of foam is injected into the discharge side of the pump. A paddlewheel type flow-meter shall be installed in the dis-charge system specified to be foam capable. Foam Pump Consists of an electric motor, positive displacement triplex plunger pump and control box mounted on a bracket. Electric Motor: 1/3 HP (.25 kW) 12 or 24 volt. Protected with an electrical load circuit breaker of 80 amps for 12 VDC and 50 amps for 24 VDC. Pump Rating: 1.5 GPM @ 150 psi (5.68 L/min @ 10 bar) with intermittent operating pressures up to 450 psi (31 bar). Pump Construction: Equipped with an anodized aluminum crankcase, oversized ball bearings, forged brass pump body and manifold, solid ceramic plungers, stainless steel inlet and delivery valves and piston guides. Buna packing and preset pressure regulating valve. Control Box: Microprocessor Controller: A 16-bit mixed signal microcontroller with a 60 kB flash memory, 2kB RAM and 12-bit analog to digital convertor. Receives flowmeter flow rate and operator specifications through the OIT and provides the necessary voltage to the pump motor driver. Pump Motor Driver: Receives signals from the microprocessor controller and powers the electric motor in a variable speed duty cycle to ensure the correct amount of foam concentrate set by the operator is injected into the water stream. Operator Interface Terminal (OIT) Manual Operation Installed on the pump operator’s panel and provides the following functions: Rotary dial control of foam proportioning rates: Class A concentrate: .1% to 1% in infinite increments. Class B concentrate: Not available Calibration of water flow rate. Warning of low foam concentrate supply: Flashes and the displays a steady “low concentrate” warning when the concentrate tank runs low. Note that system will shut down after two minutes. Flashes a “no concentrate” warning when the concentrate tank is empty. Warning of an electronic malfunction, flashes an error warning. OIT Panel includes operation instructions. Remote Activation Allows Foam Pump to be activated from an external 12 or 24-volt electrical source such as pump-in gear circuit or engine ignition power, which eliminates a step in the foam system operation sequence. Flowmeter and Tee Installed in the water line from the fire pump. Consists of a paddlewheel type flowmeter installed a brass tee which communicates water flow rate to the microprocessor in the foam pump control box. The brass tees have an external Victaulic groove connection and internal female NPT connection on each end and are available in the following sizes: 1.50 in. Inside Diameter (300 GPM / 1135 L/min) 2.00 in. Inside Diameter (500 GPM / 1893 L/min) 2.50 in. Inside Diameter (750 GPM / 2800 L/min) 3.00 in. Inside Diameter (1250 GPM / 4700 L/min) Cables and Wires Separate industry standard M12 connectors for connection of OIT and flowmeter to foam pump control box. Consists of shielded cables to prevent radio frequency or electro- mechanical interference. RFB #22-0086 Sedgwick County....Working for You 11 Furnished as follows: OIT connection to control box: 6 meters long Flowmeter connection to control box: 3 meters long Foam concentrate tank level switch to foam pump control box: 4 meters long Note that foam tank level switches are optional from Waterous Foam Concentrate Supply Line Strainer Installed in the foam concentrate supply line and screens out any concentrate contamination which may harm the foam pump. Consists of a 3/4 in. inline wye type brass strainer with a removable screen. Foam Concentrate Inject Line Check Valve Installed in the foam concentrate inject line and prevents water from flowing back into the foam pump. Consists of a 3/8 in. inline brass and stainless steel check valve. Warranty All systems have a one-year limited manufacturer’s warranty. Foam System Support AQUIS is equipped with a USB interface for PC-connectivity, which allows a qualified technician to perform upgrades, diagnostics and monitor system functions in real time. The system can also be remotely monitored through the USB interface using any PC with internet access, allowing technicians to easily connect to the Waterous dedicated website to assure proper operation and to update the foam system hardware by uploading new features and functions as they become available. Dimensions, Skid Unit & Miscellaneous Other General Requirements: 1. Owner desires to keep tank profile as low as practical and within the limitations of the water tank capacity requirements and the truck beds dimensions. The overall design of this slip-in pump unit must be capable of being mounted within Owner supplied KNAPHEIDE Model 6108D54 utility bed mounted on a 2020 Ford 550 Crew-Cab Series Chassis. Approximate dimensions of said utility bed are: Width 49 in. Length 108 in., Units shall also be designed to accommodate wheel well dimensions. 2. Pump panel to be painted black. Pump may be painted red or some combination of Red and Black depending on normal practice. Verify with Owner. Warranty Requirements: 1. All components EXCEPT tank unit supplied will have a full warranty to cover 100% of all components including required parts and labor for a period of one year. 2. Water Tank will have a LIFETIME warranty. Exceptions: 1. Bidders will identify all exceptions requested on a separate page titled “EXCEPTIONS TO SPECIFICATIONS” which will be submitted with their bid quote. Bidders will make reference to the subject and paragraph exception pertains to. Exceptions will be fully supported with engineering data, photos, illustrations, and all other information needed for owner too make a full and complete evaluation of exception requested. Delivery: 1. Successful bidder will be required to deliver the subject slip-in pump unit to the Sedgwick County Fire Department Maintenance facility located at 1021 W. Stilwell, Wichita, Ks. 67213 before December 30, 2022 (12/30/2022). RFB #22-0086 Sedgwick County....Working for You 12 Picture examples and clarification of current trucks provided below for reference: RFB #22-0086 Sedgwick County....Working for You 13 RFB #22-0086 Sedgwick County....Working for You 14 VI. Required Response Content Bid response should include the following: 1. Any exclusions clearly delineated. 2. Completed and signed Bid Response Form. 3. Proof of insurance 4. Those responses that do not include all required forms/items may be deemed non-responsive. RFB #22-0086 Sedgwick County....Working for You 15 VII. Response Form REQUEST FOR BID RFB #22-0086 2 EA. SLIP-IN PUMP & TANK UNITS The undersigned, on behalf of the Bidder, certifies that: (1) this offer is made without previous understanding, agreement or connection with any person, firm, or corporation submitting a bid on the same project; (2) is in all respects fair and without collusion or fraud; (3) the person whose signature appears below is legally empowered to bind the firm in whose name the bidder is entered; (4) they have read the complete Request for Bid and understands all provisions; (5) if accepted by the County, this bid is guaranteed as written and amended and will be implemented as stated; and (6) mistakes in writing of the submitted bid will be their responsibility. NAME _________________________________________________________________________________________________ DBA/SAME_____________________________________________________________________________________________ CONTACT _____________________________________________________________________________________________ ADDRESS ____ CITY/STATE _________________ZIP ________________ PHONE FAX HOURS_______________________ STATE OF INCORPORATION or ORGANIZATION ________________________________________________________ COMPANY WEBSITE ADDRESS E-MAIL ___________________________________ NUMBER OF LOCATIONS ________________ NUMBER OF PERSONS EMPLOYED__________________ TYPE OF ORGANIZATION: Public Corporation ________ Private Corporation________ Sole Proprietorship _______ Partnership_______ Other (Describe): ______________________________________________________________________ BUSINESS MODEL: Small Business _____ Manufacturer _____ Distributor ______ Retail ________ Dealer _____ Other (Describe): __________________________________________________________________________ Not a Minority-Owned Business: ____ Minority-Owned Business: ____ (Specify Below) ___ African American (05) ___ Asian Pacific (10) ___ Subcontinent Asian (15) ___ Hispanic (20) ___ Native American (25) ___Other (30) (Please specify____________________________________________________) Not a Woman-Owned Business: ____ Woman-Owned Business: ____ (Specify Below) ___ Not Minority -Woman Owned (50) ___ African American-Woman Owned (55) ___ Asian Pacific-Woman Owned (60) ___Subcontinent Asian-Woman Owned (65) ___Hispanic Woman Owned (70) ___ Native American-Woman Owned (75) ___Other (Woman Owned) (80) Please specify_____________________________ ARE YOU REGISTERED TO DO BUSINESS IN THE STATE OF KS: ______Yes ______No UEI (UNIQUE ENTITY IDENTIFIER) NO.________________________________________________________________ INSURANCE REGISTERED IN THE STATE OF KS WITH MINIMUM BEST RATING OF A-VIII: ______Yes ______No □ Yes, I would like to be on the emergency vendor list. □ No, I would not like to be on the emergency vendor list. After Hours Phone #:____________ Emergency Contact Name:_______________________ After Hours Fax #:_____________ ACKNOWLEDGE RECEIPT OF ADDENDA: All addendum(s) are posted to our RFB/RFP web page and it is the vendor’s responsibility to check and confirm all addendum(s) related to this document. NO.______, DATED __________; NO.______, DATED___________; NO.______, DATED____________ In submitting a response to this document, vendor acknowledges acceptance of all sections of the entire document and has clearly delineated and detailed any exceptions. Signature____________________________________________ Title_____________________________________ Print Name___________________________________________ Dated ___________________________________ RFB #22-0086 Sedgwick County....Working for You 16 VIII. Pricing Sheet RFB #22-0086 2 EA. SLIP-IN PUMP & TANK UNITS Description Qty. Cost per Each Extended Cost Slip-In Pump & Tank Units 2 Ea. $ $ Anticipated Delivery Date:

Sedgwick County Division of Purchasing 525 N. Main, Room 823 Wichita, Kansas 67203Location

Address: Sedgwick County Division of Purchasing 525 N. Main, Room 823 Wichita, Kansas 67203

Country : United StatesState : Kansas

You may also like

Re-Advert Supply And Install Meter Pump With 9000lt Diesel Tank At NHLS

Due: 09 Apr, 2024 (in 11 days)Agency: National Health Laboratory Service

Trailer Mounted 6 inch Trash Pump RFP

Due: 12 Apr, 2024 (in 14 days)Agency: City of San Pablo

Supply and Install Meter Pump with 9000lt Diesel Tank at Nhls

Due: 09 Apr, 2024 (in 11 days)Agency: National Health Laboratory Services

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.