Download attention all bidders

Survey
yes no Was this document useful for you?
   Thank you for your participation!

* Your assessment is very important for improving the workof artificial intelligence, which forms the content of this project

Document related concepts

Current source wikipedia , lookup

Electrification wikipedia , lookup

Pulse-width modulation wikipedia , lookup

Electric battery wikipedia , lookup

Immunity-aware programming wikipedia , lookup

Electrical substation wikipedia , lookup

History of electric power transmission wikipedia , lookup

Stray voltage wikipedia , lookup

Rectifier wikipedia , lookup

Power engineering wikipedia , lookup

Portable appliance testing wikipedia , lookup

Three-phase electric power wikipedia , lookup

Solar micro-inverter wikipedia , lookup

Rechargeable battery wikipedia , lookup

Islanding wikipedia , lookup

Opto-isolator wikipedia , lookup

Voltage optimisation wikipedia , lookup

Buck converter wikipedia , lookup

Power inverter wikipedia , lookup

Variable-frequency drive wikipedia , lookup

Alternating current wikipedia , lookup

AC adapter wikipedia , lookup

Switched-mode power supply wikipedia , lookup

Mains electricity wikipedia , lookup

Uninterruptible power supply wikipedia , lookup

Transcript
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 521-7530
PRINCIPAL BUYER: DARRYL TAVEL
AUGUST 1, 2007
BID NO: 290-07
SHEET NO: 1
ADDENDUM FOR BID# 290-07
“UNINTERRUPTIBLE POWER SUPPLY”
1. Change in bid return and bid opening date.
Bids will be due by 5:00P.M. Wednesday, August 8, 2007.
Bids will be opened at 2:00 P.M. on Thursday, August 9, 2007.
2. Jefferson County will be responsible for providing a 36” wide opening in to the existing UPS room
which is located on the ground floor of the Courthouse.
3. Jefferson County will allow the new UPS to be delivered and stored at the Secure Parking Area
between the Courthouse and the North Annex, the Friday before shutdown for installation, and will
provide access to the secured parking area during weekend hours for the load bank apparatus.
4. The contractor shall place all removed UPS equipment and/or batteries on standard shipping pallets at
the loading dock location.
______________________________
Darryl Tavel
Principal Buyer
ATTENTION ALL BIDDERS
RETURN THE ENCLOSED PROPOSAL
IN A SEALED ENVELOPE TO:
JACK C. COLLAR,
PURCHASING MANAGER
ROOM 830 * 716 RICHARD ARRINGTON JR
BLVD NORTH
BIRMINGHAM, AL 35203
YOU MUST MARK ON THE
ENVELOPE:
SEALED BID #290-07
“UNINTERRUPTIBLE POWER SUPPLY”
RETURN BY 5:00 P.M. ON
AUGUST 2, 2007
For questions concerning this ITB
Contact: Darryl Tavel, Principal Buyer
Phone: (205) 521-7530
Email: [email protected]
No faxed or email responses will be accepted
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 521-7530
PRINCIPAL BUYER: DARRYL TAVEL
JULY 18, 2007
BID NO: 290-07
SHEET NO: 2
INVITATION TO BID
Sealed bids marked "UNINTERRUPTIBLE POWER SUPPLY" will be received by the Purchasing Manager, Room
830 * 716 Richard Arrington Jr Blvd N, Birmingham, Alabama.
Bids will be accepted until 5:00 P.M. central time (standard or daylight savings time, as applicable) on August 2, 2007.
Bids submitted after this date and time will not be considered.
Bids will be publicly opened at 2:00 P.M. on August 3, 2007.
The County is not responsible for delays occasioned by the U.S. Postal Service, the internal mail delivery system of the
County, or any other means of delivery employed by the bidder. Similarly, the County is not responsible for, and will not
open, any bid/proposal responses, which are not received later than the date and time, indicated above. Late
bids/proposals will be retained in the bid/proposal file, unopened.
PRE-BID CONFERENCE:
A mandatory pre-bid conference will be held at Jefferson County Courthouse, Room# 1 General Services Department,
716 Richard Arrington Jr. Blvd. North, Birmingham, AL 35203, Thursday July 26, 2007 @ 2:00pm.
SPECIFICATIONS:
STATIC UNINTERRUPTIBLE POWER SUPPLY
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
Drawings and general provisions of the Contract, including General and Supplementary Conditions and
Division 01 Specification Sections, apply to this Section.
SUMMARY
A.
This Section includes three-phase, on-line, double-conversion, static-type, UPS installations complete with
transient voltage surge suppression, input harmonics reduction, rectifier-charger, battery, battery disconnect
device, inverter, static bypass transfer switch, remote UPS monitoring provisions, battery monitoring, remote
battery monitoring
Continued On Sheet 3
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 521-7530
PRINCIPAL BUYER: DARRYL TAVEL
JULY 18, 2007
BID NO: 290-07
SHEET NO: 3
INVITATION TO BID – Continued
1.3
DEFINITIONS
A.
EMI: Electromagnetic interference.
B.
LCD: Liquid-crystal display.
C.
LED: Light-emitting diode.
D.
THD: Total harmonic distortion.
E.
UPS: Uninterruptible power supply.
1.4
SUBMITTALS
A.
Product Data:
indicated.
B.
Shop Drawings: Detail assemblies of equipment indicating dimensions, weights, components, and location and
identification of each field connection. Show access, workspace, and clearance requirements; details of control
panels; and battery arrangement.
1.
Include data on features, components, ratings, and performance for each UPS component
Wiring Diagrams: Power, signal, and control wiring.
C.
Qualification Data: For manufacturer.
D.
Manufacturer Certificates: For each product, signed by manufacturers.
E.
Factory Test Reports: Comply with specified requirements.
F.
Field Quality-Control and Performance Test Reports: Indicate test results compared with specified performance
requirements, and provide justification and resolution of differences if values do not agree.
G.
Operation and Maintenance Data: For UPS units to include in emergency, operation, and maintenance manuals.
In addition to items specified in Division 01 Section "Operation and Maintenance Data," include the following:
1.
2.
Lists of spare parts and replacement components recommended being stored at Project site for ready
access.
Detailed operating instructions covering operation under both normal and abnormal conditions.
Continued On Sheet 4
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 521-7530
PRINCIPAL BUYER: DARRYL TAVEL
JULY 18, 2007
BID NO: 290-07
SHEET NO: 4
INVITATION TO BID – Continued
H.
1.5
Warranties: Special warranties specified in this Section.
QUALITY ASSURANCE
A.
Installer Qualifications: Manufacturer's authorized representative who is trained and approved for both
installation and maintenance of units required for this Project.
B.
Power Quality Specialist Qualifications: A registered professional electrical engineer or engineering technician,
currently certified by the National Institute for Certification in Engineering Technologies, NICET Level 4,
minimum, experienced in performance testing UPS installations and in performing power quality surveys
similar to that required in Part 3 " Performance Testing" Article.
C.
Manufacturer Qualifications: A qualified manufacturer. Maintain, within 100 miles of Project site, a service
center capable of providing training, parts, and emergency maintenance repairs with eight hours maximum
response time. Manufacturer shall include 2-hour callback response and onsite response time not to exceed 8
hours from original trouble call.
D.
Testing Agency Qualifications: An independent testing agency, with the experience and capability to conduct
the testing indicated, that is a member company of the International Electrical Testing Association or is a
nationally recognized testing laboratory (NRTL) as defined by OSHA in 29 CFR 1910.7, and that is acceptable
to authorities having jurisdiction.
1.
Testing Agency's Field Supervisor: Person currently certified by the International Electrical Testing
Association or the National Institute for Certification in Engineering Technologies to supervise on-site
testing specified in Part 3.
E.
Source Limitations: Obtain the UPS and associated components specified in this Section from a single
manufacturer with responsibility for entire UPS installation.
F.
Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a
testing agency acceptable to authorities having jurisdiction, and marked for intended use.
G.
UL Compliance: Listed and labeled under UL 1778.
H.
NFPA Compliance:
NFPA 75.
Mark UPS components as suitable for installation in computer rooms according to
Continued On Sheet 5
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 521-7530
PRINCIPAL BUYER: DARRYL TAVEL
JULY 18, 2007
BID NO: 290-07
SHEET NO: 5
INVITATION TO BID – Continued
1.6
DELIVERY, STORAGE, AND HANDLING
A.
Deliver equipment in fully enclosed vehicles after specified environmental conditions have been permanently
established in spaces where equipment is to be placed.
B.
Store equipment in spaces with environments controlled within manufacturer's ambient temperature and
humidity tolerances for non-operating equipment.
1.7
WARRANTY
A.
Special Battery Warranties: Specified form in which manufacturer and Installer agree to repair or replace UPS
system storage batteries that fail in materials or workmanship within specified warranty period.
1.
B.
Discharge Rate
Discharge Duration
8 hours
30 minutes
15 minutes
8 hours
30 minutes
45 seconds
Discharge End
Voltage
1.67
1.67
1.67
Cycle Life
6 cycles
20 cycles
120 cycles
Special UPS Warranties: Specified form in which manufacturer and Installer agree to repair or replace
components that fail in materials or workmanship within special warranty period.
1.
2.
1.8
Warranted Cycle Life for Valve-Regulated, Lead-Acid Batteries: Equal to or greater than that
represented in manufacturer's published table, including figures corresponding to the following, based on
annual average battery temperature of 77 deg F (25 deg C):
Special Warranty Period: Two years from date of Substantial Completion.
Provide five year warranty contract with 24-hours per day, 7 days per week service. Price shall be
“locked” and payable per year for years 3, 4, and 5.
EXTRA MATERIALS
A.
Furnish extra materials described below that match products installed and that are packaged with protective
covering for storage and identified with labels describing contents. Deliver extra materials to Owner.
1.
2.
Fuses: One for every 10 of each type and rating, but no less than 1 of each.
Cabinet Ventilation Filters: One complete set.
Continued On Sheet 6
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 521-7530
PRINCIPAL BUYER: DARRYL TAVEL
JULY 18, 2007
BID NO: 290-07
SHEET NO: 6
INVITATION TO BID – Continued
PART 2 - PRODUCTS
2.1
MANUFACTURERS
A.
2.2
In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection:
1.
Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers
specified.
PERFORMANCE DESCRIPTION
A.
Automatic operation includes the following:
1.
2.
3.
4.
5.
6.
7.
8.
9.
Normal Conditions: Supply the load with ac power flowing from the normal ac power input terminals,
through the rectifier-charger and inverter, with the battery connected in parallel with the rectifier-charger
output.
Abnormal Supply Conditions: If normal ac supply deviates from specified and adjustable voltage,
voltage waveform, or frequency limits, the battery supplies energy to maintain constant, regulated inverter
ac power output to the load without switching or disturbance.
If normal power fails, energy supplied by the battery through the inverter continues supply-regulated ac
power to the load without switching or disturbance.
When power is restored at the normal supply terminals of the system, controls automatically synchronize
the inverter with the external source before transferring the load. The rectifier-charger then supplies
power to the load through the inverter and simultaneously recharges the battery.
If the battery becomes discharged and normal supply is available, the rectifier-charger charges the battery.
On reaching full charge, the rectifier-charger automatically shifts to float-charge mode.
If any element of the UPS system fails and power is available at the normal supply terminals of the
system, the static bypass transfer switch switches the load to the normal ac supply circuit without
disturbance or interruption.
If a fault occurs in the system supplied by the UPS, and current flows in excess of the overload rating of
the UPS system, the static bypass transfer switch operates to bypass the fault current to the normal ac
supply circuit for fault clearing.
When the fault has cleared, the static bypass transfer switch returns the load to the UPS system.
If the battery is disconnected, the UPS continues to supply power to the load with no degradation of its
regulation of voltage and frequency of the output bus.
Continued On Sheet 7
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 521-7530
PRINCIPAL BUYER: DARRYL TAVEL
JULY 18, 2007
BID NO: 290-07
SHEET NO: 7
INVITATION TO BID – Continued
B.
Manual operation includes the following:
1.
2.
2.3
Turning the inverter off causes the static bypass transfer switch to transfer the load directly to the normal
ac supply circuit without disturbance or interruption.
Turning the inverter on causes the static bypass transfer switch to transfer the load to the inverter.
SERVICE CONDITIONS
A.
Environmental Conditions: The UPS shall be capable of operating continuously in the following environmental
conditions without mechanical or electrical damage or degradation of operating capability, except battery
performance.
1.
2.
3.
4.
2.4
Ambient Temperature for Electronic Components: 32 to 104 deg F (0 to 40 deg C).
Ambient Temperature for Battery: 41 to 95 deg F (5 to 35 deg C).
Relative Humidity: 0 to 95 percent, non-condensing.
Altitude: Sea level to 4000 feet (1220 m).
PERFORMANCE REQUIREMENTS
A.
The UPS shall perform as specified in this Article while supplying rated full-load current, composed of any
combination of linear and nonlinear load, up to 100 percent nonlinear load with a load crest factor of 3.0, under
the following conditions or combinations of the following conditions:
1.
2.
3.
4.
5.
Inverter is switched to battery source.
Steady-state ac input voltage deviates up to plus or minus 10 percent from nominal voltage.
Steady-state input frequency deviates up to plus or minus 5 percent from nominal frequency.
THD of input voltage is 15 percent or more with a minimum crest factor of 3.0, and the largest single
harmonic component is a minimum of 5 percent of the fundamental value.
Load is 50 percent unbalanced continuously.
B.
Minimum Duration of Supply: If battery is sole energy source supplying rated full UPS load current at 80
percent power factor, duration of supply is 13 minutes.
C.
Input Voltage Tolerance: System steady-state and transient output performance remains within specified
tolerances when steady-state ac input voltage varies plus 10, minus 15 percent from nominal voltage.
D.
Overall UPS Efficiency: Equal to or greater than 94 percent at 100 percent load.
Continued On Sheet 8
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 521-7530
PRINCIPAL BUYER: DARRYL TAVEL
JULY 18, 2007
BID NO: 290-07
SHEET NO: 8
INVITATION TO BID – Continued
E.
Insert noise values in paragraph below that are consistent with rated capacity of UPS units specified in this
Section. See Editing Instruction No. 6 in the Evaluations for table of typical values.
F.
Maximum Acoustical Noise: 65db"A" weighting, emanating from any UPS component under any condition of
normal operation, measured 5 feet from nearest surface of component enclosure.
G.
Maximum Energizing Inrush Current: Eight times the full-load current.
H.
Maximum AC Output-Voltage Regulation for Loads up to 50 Percent Unbalanced: Plus or minus 2 percent over
the full range of battery voltage.
I.
Output Frequency: 60 Hz, plus or minus 0.5 percent over the full range of input voltage, load, and battery
voltage.
J.
Limitation of harmonic distortion of input current to the UPS shall be as follows:
1.
2.
Description: Either a tuned harmonic filter or an arrangement of rectifier-charger circuits shall limit THD
to 7 percent, maximum, at rated full UPS load current, for power sources with X/R ratio between 2 and
30.
Description: THD is limited to a maximum of 32 percent, at rated full UPS load current, for power
sources with X/R ratio between 2 and 30.
K.
Maximum Harmonic Content of Output-Voltage Waveform: 5 percent RMS total and 3 percent RMS for any
single harmonic, for 100 percent rated nonlinear load current with a load crest factor of 3.0.
L.
Maximum Harmonic Content of Output-Voltage Waveform: 5 percent RMS total and 3 percent RMS for any
single harmonic, for rated full load with THD up to 50 percent, with a load crest factor of 3.0.
M.
Minimum Overload Capacity of UPS at Rated Voltage: 125 percent of rated full load for 10 minutes, and 150
percent for 30 seconds in all operating modes.
N.
Maximum Output-Voltage Transient Excursions from Rated Value: For the following instantaneous load
changes, stated as percentages of rated full UPS load, voltage shall remain within stated percentages of rated
value and recover to, and remain within, plus or minus 2 percent of that value within 100 ms:
1.
2.
3.
4.
50 Percent: Plus or minus 5 percent.
100 Percent: Plus or minus 5 percent.
Loss of AC Input Power: Plus or minus 1 percent.
Restoration of AC Input Power: Plus or minus 1 percent.
Continued On Sheet 9
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 521-7530
PRINCIPAL BUYER: DARRYL TAVEL
JULY 18, 2007
BID NO: 290-07
SHEET NO: 9
INVITATION TO BID – Continued
O.
Input Power Factor: A minimum of 0.85 lagging when supply voltage and current are at nominal rated values
and the UPS is supplying rated full-load current.
P.
EMI Emissions: Comply with FCC Rules and Regulations, and with 47 CFR 15 for Class A equipment.
2.5
UPS SYSTEMS
A.
Manufacturers:
1.
2.
3.
Liebert Corporation: a division of Emerson
International Computer Power.
MGE UPS SYSTEMS.
B.
Electronic Equipment: Solid-state devices using hermetically sealed, semiconductor elements. Devices include
rectifier-charger, inverter, static bypass transfer switch, and system controls.
C.
Enclosures: Comply with NEMA 250, Type 1, unless otherwise indicated.
D.
Control Assemblies: Mount on modular plug-ins, readily accessible for maintenance.
E.
Surge Suppression: Protect internal UPS components from surges that enter at each ac power input connection
including main disconnect switch, static bypass transfer switch, and maintenance bypass/isolation switch.
Protect rectifier-charger, inverter, controls, and output components.
1.
2.
Use factory-installed surge suppressors tested according to IEEE C62.41, Category B.
Additional Surge Protection: Protect internal UPS components from low-frequency, high-energy voltage
surges described in IEEE C62.41. Design the circuits connecting with external power sources and select
circuit elements, conductors, conventional surge suppressors, and rectifier components and controls so
input assemblies will have adequate mechanical strength and thermal and current-carrying capacity to
withstand stresses imposed by 40-Hz, 180 percent voltage surges described in IEEE C62.41.
F.
Maintainability Features: Mount rectifier-charger and inverter sections and the static bypass transfer switch on
modular plug-ins, readily accessible for maintenance.
G.
Seismic-Restraint Design: UPS assemblies, subassemblies, and components (and fastenings and supports,
mounting, and anchorage devices for them), shall be designed and fabricated to withstand static and seismic
forces.
H.
UPS Cabinet Ventilation: Redundant fans or blowers draw in ambient air near the bottom of cabinet and
discharge it near the top rear.
Continued On Sheet 10
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 521-7530
PRINCIPAL BUYER: DARRYL TAVEL
JULY 18, 2007
BID NO: 290-07
SHEET NO: 10
INVITATION TO BID – Continued
I.
2.6
Output Circuit Neutral Bus, Conductor, and Terminal Ampacity: Rated phase current times a multiple of 1.73,
minimum.
RECTIFIER-CHARGER
A.
Capacity: Adequate to supply the inverter during rated full output load conditions and simultaneously recharge
the battery from fully discharged condition to 95 percent of full charge within 10 times the rated discharge time
for duration of supply under battery power at full load.
B.
Output Ripple: Limited by output filtration to less than 0.5 percent of rated current, peak to peak.
C.
Rectifier-Charger Control Circuits: Immune to frequency variations within rated frequency ranges of normal
and emergency power sources.
1.
D.
2.7
Response Time: Field adjustable for maximum compatibility with local generator-set power source.
Battery Float-Charging Conditions: Comply with battery manufacturer's written instructions for battery
terminal voltage and charging current required for maximum battery life.
INVERTER
A.
2.8
Description: Pulse-width modulated, with sinusoidal output. Include a bypass phase synchronization window
adjustment to optimize compatibility with local engine-generator-set power source.
STATIC BYPASS TRANSFER SWITCH
A.
Description: Solid-state switching device providing uninterrupted transfer. A contactor or electrically operated
circuit breaker automatically provides electrical isolation for the switch.
B.
Switch Rating: Continuous duty at the rated full UPS load current, minimum.
2.9
BATTERY
A.
Description: Valve-regulated, recombinant, lead-calcium units, factory assembled in an isolated compartment
of UPS cabinet and complete with battery disconnect switch.
Continued On Sheet 11
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 521-7530
PRINCIPAL BUYER: DARRYL TAVEL
JULY 18, 2007
BID NO: 290-07
SHEET NO: 11
INVITATION TO BID – Continued
2.10
CONTROLS AND INDICATIONS
A.
Description: Group displays, indications, and basic system controls on a common control panel on front of UPS
enclosure.
B.
Minimum displays, indicating devices, and controls include those in lists below. Provide sensors, transducers,
terminals, relays, and wiring required to support listed items. Alarms include audible signals and visual
displays.
C.
Indications: Plain-language messages on a digital LCD or LED.
D.
Locate Remote Annunciator in Courthouse Security Room next to Fire Alarm Control Panel. Annunciator shall
indicate the following:
1.
Quantitative indications shall include the following:
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
2.
Basic status condition indications shall include the following:
a.
b.
c.
d.
e.
3.
Input voltage, each phase, line to line.
Input current, each phase, line to line.
Bypass input voltage, each phase, line to line.
Bypass input frequency.
System output voltage, each phase, line to line.
System output current, each phase.
System output frequency.
DC bus voltage.
Battery current and direction (charge/discharge).
Elapsed time discharging battery.
Normal operation.
Load-on bypass.
Load-on battery.
Inverter off.
Alarm condition.
Alarm indications shall include the following:
a.
b.
c.
Bypass ac input over-voltage or under-voltage.
Bypass ac input over-frequency or under-frequency.
Bypass ac input and inverter out of synchronization.
Continued On Sheet 12
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 521-7530
PRINCIPAL BUYER: DARRYL TAVEL
JULY 18, 2007
BID NO: 290-07
SHEET NO: 12
INVITATION TO BID – Continued
d.
e.
f.
g.
h.
i.
j.
k.
l.
m.
n.
o.
p.
q.
r.
s.
t.
u.
v.
w.
x.
y.
z.
aa.
bb.
cc.
dd.
ee.
ff.
4.
Controls shall include the following:
a.
b.
c.
d.
e.
E.
Bypass ac input wrong-phase rotation.
Bypass ac input single-phase condition.
Bypass ac input filter fuse blown.
Internal frequency standard in use.
Battery system alarm.
Control power failure.
Fan failure.
UPS overload.
Battery-charging control faulty.
Input over-voltage or under-voltage.
Input transformer over-temperature.
Input circuit breaker tripped.
Input wrong-phase rotation.
Input single-phase condition.
Approaching end of battery operation.
Battery under-voltage shutdown.
Maximum battery voltage.
Inverter fuse blown.
Inverter transformer over-temperature.
Inverter over-temperature.
Static bypass transfer switch over-temperature.
Inverter power supply fault.
Inverter transistors out of saturation.
Identification of faulty inverter section/leg.
Inverter output over-voltage or under-voltage.
UPS overload shutdown.
Inverter current sensor fault.
Inverter output contactor open.
Inverter current limit.
Inverter on-off.
UPS start.
Battery test.
Alarm silence/reset.
Output-voltage adjustment.
Dry-form "C" contacts shall be available for remote indication of the following conditions:
1.
2.
UPS on battery.
UPS on-line.
Continued On Sheet 13
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 521-7530
PRINCIPAL BUYER: DARRYL TAVEL
JULY 18, 2007
BID NO: 290-07
SHEET NO: 13
INVITATION TO BID – Continued
3.
4.
5.
F.
2.11
A.
Emergency Power Off Switch: Capable of local operation and operation by means of activation by external dry
contacts.
MONITORING BY REMOTE COMPUTER
Description: Communication module in unit control panel provides capability for remote monitoring of status,
parameters, and alarms specified in "Controls and Indications" Article. The remote computer and the
connecting signal wiring are not included in this Section. Include the following features:
1.
2.
2.12
A.
UPS load-on bypass.
UPS in alarm condition.
UPS off (maintenance bypass closed).
Connectors and network interface units or modems for data transmission via RS-232 link.
Software designed for control and monitoring of UPS functions and to provide on-screen explanations,
interpretations, diagnosis, action guidance, and instructions for use of monitoring indications and
development of meaningful reports. Permit storage and analysis of power-line transient records. Design
for windows applications using a personal computer, which is not included in this Section.
BASIC BATTERY MONITORING
Manufacturers:
1.
2.
3.
4.
Albercorp; Hawker Siddeley.
BTECH Inc.
MetriXX USA, Inc.
Powerware; an Invensys Company.
B.
Battery Ground-Fault Detector: Initiates alarm when resistance to ground of positive or negative bus of battery
is less than 5000 ohms.
C.
Battery compartment smoke/high-temperature detector initiates an alarm when smoke or a temperature greater
than 75 deg C occurs within the compartment.
D.
Annunciation of Alarms: At UPS control panel.
Continued On Sheet 14
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 521-7530
PRINCIPAL BUYER: DARRYL TAVEL
JULY 18, 2007
BID NO: 290-07
SHEET NO: 14
INVITATION TO BID – Continued
2.13
A.
ADDITIONAL BATTERY MONITORING
Monitoring features and components shall include the following:
1.
2.
3.
B.
Performance: Automatically measures and electronically records the following parameters on a routine
schedule and during battery discharge events. During discharge events, records measurements timed to nearest
second; includes measurements of the following parameters:
1.
2.
3.
2.14
Factory-wired sensing leads to cell and battery terminals and cell temperature sensors.
Connections for data transmission via RS-232 link, network interface and external signal wiring to
computer. External signal wiring and computer are not specified in this Section.
Personal-computer-based software designed to store and analyze battery data. Software compiles reports
on individual-cell parameters and total battery performance trends, and provides data for scheduling and
prioritizing battery maintenance.
Total battery voltage and ambient temperature.
Individual-cell voltage, impedance, and temperature. During battery-discharging events such as utility
outages, measures battery and cell voltages timed to nearest second.
Individual-cell electrolyte levels.
BATTERY-CYCLE WARRANTY MONITORING
A.
Description: Electronic device, acceptable to battery manufacturer as a basis for warranty action, for monitoring
of charge-discharge cycle history of batteries covered by cycle-life warranties.
B.
Performance: Automatically measures and records each discharge event, classifies it according to duration
category, and totals discharges according to warranty criteria, displaying remaining warranted battery life on
front panel display.
C.
Additional monitoring functions and features shall include the following:
1.
2.
3.
4.
5.
Measuring and Recording: Total voltage at battery terminals; initiates alarm for excursions outside the
proper float-voltage level.
Monitors: Ambient temperature at battery; initiates alarm if temperature deviates from normally
acceptable range.
Keypad on Device Front Panel: Provides access to monitored data using front panel display.
Alarm Contacts: Arranged to initiate remote alarm for battery discharge.
Memory: Stores recorded data in nonvolatile electronic memory.
Continued On Sheet 15
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 521-7530
PRINCIPAL BUYER: DARRYL TAVEL
JULY 18, 2007
BID NO: 290-07
SHEET NO: 15
INVITATION TO BID – Continued
6.
7.
2.15
A.
RS-232 Port: Permits downloading of data to a portable personal computer.
Modem: Makes measurements and recorded data accessible to remote personal computer via telephone
line. Computer is not specified in this Section.
SOURCE QUALITY CONTROL
Factory test complete UPS system before shipment. Use simulated battery testing. Include the following:
1.
2.
3.
4.
5.
Test and demonstration of all functions, controls, indicators, sensors, and protective devices.
Full-load test.
Transient-load response test.
Overload test.
Power failure test.
B.
Observation of Test: Give 14 days' advance notice of tests and provide opportunity for Owner's representative
to observe tests at Owner's option.
C.
Report test results. Include the following data:
1.
2.
3.
Description of input source and output loads used. Describe actions required to simulate source load
variation and various operating conditions and malfunctions.
List of indications, parameter values, and system responses considered satisfactory for each test action.
Include tabulation of actual observations during test.
List of instruments and equipment used in factory tests.
PART 3 - EXECUTION
3.1
INSTALLATION
A.
Owner is responsible for disconnecting existing UPS.
B.
The vendor is responsible for disassembly and moving the existing UPS to the loading dock. Final removal from
premises will be by owner.
C.
Install system components in location made available from removal of existing UPS.
D.
Maintain minimum clearances and workspace at equipment according to manufacturer's written instructions and
NFPA 70.
Continued On Sheet 16
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 521-7530
PRINCIPAL BUYER: DARRYL TAVEL
JULY 18, 2007
BID NO: 290-07
SHEET NO: 16
INVITATION TO BID – Continued
E.
3.2
Connections: Interconnect system components. Unit shall be made ready for final termination by owner.
IDENTIFICATION
A.
Identify components and wiring.
1.
3.3
Identify each battery cell individually.
BATTERY EQUALIZATION
A.
3.4
Equalize charging of battery cells according to manufacturer's written instructions. Record individual-cell
voltages.
FIELD QUALITY CONTROL
A.
Manufacturer's Field Service: Engage a factory-authorized service representative to inspect, test, and adjust
equipment installation including connections. Report results in writing.
B.
Electrical Tests and Inspections: Perform tests and inspections according to manufacturer's written instructions
and as listed below to demonstrate condition and performance of each UPS component:
1.
Inspect interiors of enclosures, including the following:
a.
b.
c.
2.
3.
C.
Integrity of mechanical and electrical connections.
Component type and labeling verification.
Ratings of installed components.
Test manual and automatic operational features and system protective and alarm functions.
Test communication of status and alarms to remote monitoring equipment.
Electrical Tests and Inspections: Perform tests and inspections according to manufacturer's written instructions
and as listed below to demonstrate condition and performance of each UPS component:
Continued On Sheet 17
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 521-7530
PRINCIPAL BUYER: DARRYL TAVEL
JULY 18, 2007
BID NO: 290-07
SHEET NO: 17
INVITATION TO BID – Continued
1.
Inspect interiors of enclosures, including the following:
a.
b.
c.
2.
Integrity of mechanical and electrical connections.
Component type and labeling verification.
Ratings of installed components.
Load the system using a variable-load bank to simulate kilovolt amperes, kilowatts, and power factor of
loads for unit's rating. Use instruments calibrated, within the previous six months according to NIST
standards.
a.
b.
c.
d.
e.
f.
g.
Simulate malfunctions to verify protective device operation.
Test duration of supply on emergency, low-battery voltage shutdown, and transfers and restoration
due to normal source failure.
Test harmonic content of input and output current less than 25, 50, and 100 percent of rated loads.
Test output voltage under specified transient-load conditions.
Test efficiency at 50, 75, and 100 percent of rated loads.
Test remote status and alarm panel functions.
Test battery-monitoring system functions.
D.
Retest: Correct deficiencies and retest until specified requirements are met.
E.
Record of Tests and Inspections: Maintain and submit documentation of tests and inspections, including
references to manufacturers' written instructions and other test and inspection criteria. Include results of tests,
inspections, and retests.
3.5
DEMONSTRATION
A.
3.6
Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate,
and maintain the UPS.
PERFORMANCE TESTING
A.
Engage the services of a qualified power quality specialist to perform tests and activities indicated below.
B.
Monitoring and Testing Schedule: Perform monitoring and testing in a single 10-day period. .
1.
2.
Schedule monitoring and testing activity with Owner, with at least 14 days' advance notice.
Schedule monitoring and testing after Substantial Completion, when the UPS is supplying power to its
intended load.
Continued On Sheet 18
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 521-7530
PRINCIPAL BUYER: DARRYL TAVEL
JULY 18, 2007
BID NO: 290-07
SHEET NO: 18
INVITATION TO BID – Continued
C.
Monitoring and Testing Instruments: Three-phase, recording power monitors. Instruments shall provide
continuous simultaneous monitoring of electrical parameters at UPS input terminals and at input terminals of
loads served by the UPS. Instruments shall monitor, measure, and graph voltage current and frequency
simultaneously and provide full-graphic recordings of the values of those parameters before and during powerline disturbances that cause the values to deviate from normal beyond the adjustable threshold values.
Instruments shall be capable of recording either on paper or on magnetic media and have a minimum accuracy
of plus or minus 2 percent for electrical parameters. Parameters to be monitored include the following:
1.
2.
3.
4.
5.
6.
7.
8.
9.
D.
Current: Each phase and neutral and grounding conductors.
Voltage: Phase to phase, phase to neutral, phase to ground, and neutral to ground.
Frequency transients.
Voltage swells and sags.
Voltage Impulses: Phase to phase, phase to neutral, phase to ground, and neutral to ground.
High-frequency noise.
Radio-frequency interference.
THD of the above currents and voltages.
Harmonic content of currents and voltages above.
Monitoring and Testing Procedure:
1.
2.
Exploratory Period: For approximately the first two days make recordings at various circuit locations and
with various parameter-threshold and sampling-interval settings. Make these preliminary measurements
with the objective of identifying optimum UPS, power system, load, and instrumentation set-up
conditions for subsequent test and monitoring operations.
Remainder of Test Period: Perform continuous monitoring of at least two circuit locations selected on the
basis of data obtained during exploratory period.
a.
b.
c.
d.
Set thresholds and sampling intervals for recording data at values selected to optimize data on
performance of the UPS with respect to values specified in Part 2, and to highlight any need to
adjust, repair, or modify the UPS or any distribution system or load component that may influence
its performance or that may require better power quality.
Perform load and UPS power source switching and operate the UPS on generator power during
portions of test period according to direction of Owner.
Operate the UPS and its loads in each mode of operation permitted by UPS controls and by the
power distribution system design.
Create and simulate unusual operating conditions, including outages, voltage swells and sags, and
voltage, current, and frequency transients that can be performed using loads and devices available
as part of the facility’s installed systems and equipment.. Maintain normal operating loads in
operation on system to maximum extent possible during tests.
Continued On Sheet 19
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 521-7530
PRINCIPAL BUYER: DARRYL TAVEL
JULY 18, 2007
BID NO: 290-07
SHEET NO: 19
INVITATION TO BID – Continued
e.
E.
Correlation with Specified UPS Monitoring Functions: Obtain printouts of built-in monitoring functions
specified for the UPS and its components in this Section that are simultaneously recorded with portable
instruments in this Article.
1.
2.
F.
Make adjustments and repairs to UPS, distribution, and load equipment to correct deficiencies
disclosed by monitoring and testing and repeat appropriate monitoring and testing to verify success
of corrective action.
Provide the temporary use of an appropriate personal computer and printer equipped with required
connections and software for recording and printing if such units are not available on-site.
Correlate printouts with recordings for monitoring performed according to this Article, and resolve and
report any anomalies in and discrepancies between the two sets of records.
Monitoring and Testing Assistance by Contractor:
1.
2.
3.
4.
5.
Open UPS and electrical distribution and load equipment and wiring enclosures to make monitoring and
testing points accessible for temporary monitoring probe and sensor placement and removal as requested.
Observe monitoring and testing operations; ensure that UPS and distribution and load equipment
warranties are not compromised.
Perform switching and control of various UPS units, electrical distribution systems, and load components
as directed by power quality specialist. Specialist shall design this portion of monitoring and testing
operations to expose the UPS to various operating environments, conditions, and events while response is
observed, electrical parameters are monitored, and system and equipment deficiencies are identified.
Make repairs and adjustments to the UPS and to electrical distribution system and load components, and
retest and repeat monitoring as needed to verify validity of results and correction of deficiencies.
Engage the services of the UPS manufacturer's factory-authorized service representative periodically
during performance testing operations for repairs, adjustments, and consultations.
G.
Documentation: Record test point and sensor locations, instrument settings, and circuit and load conditions for
each monitoring summary and power disturbance recording. Coordinate simultaneous recordings made on UPS
input and load circuits.
H.
Analysis of Recorded Data and Report: Review and analyze test observations and recorded data and submit a
detailed written report. Include the following in final report.]:
1.
2.
3.
Description of corrective actions performed during monitoring and survey work and their results.
Recommendations for further action to provide optimum performance by the UPS and appropriate power
quality for non-UPS loads. Include a statement of priority ranking and a cost estimate for each
recommendation that involves system or equipment revisions.
Copies of monitoring summary graphics and graphics illustrating harmonic content of significant voltages
and currents.
Continued On Sheet 20
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 521-7530
PRINCIPAL BUYER: DARRYL TAVEL
JULY 18, 2007
BID NO: 290-07
SHEET NO: 20
INVITATION TO BID – Continued
4.
5.
6.
7.
8.
9.
I.
Copies of graphics of power disturbance recordings that illustrate findings, conclusions, and
recommendations.
Recommendations for operating, adjusting, or revising UPS controls.
Recommendation for alterations to the UPS installation.
Recommendations for adjusting or revising generator-set or automatic transfer switch installations or their
controls.
Recommendations for power distribution system revisions.
Recommendations for adjusting or revising electrical loads, their connections, or controls.
Interim and Final Reports: Provide an interim report at the end of each test period and a final comprehensive
report at the end of final test and analysis period.
Please pickup drawings at CRS Engineering Electrical Plans for UPS Replacement at Jefferson County Courthouse, Room
#1 General Services Department, 716 Richard Arrington Jr. Blvd. North, Birmingham, AL 35203.
CONTACTS FOR JEFFERSON COUNTY COMMISSION:
Jamie McKinnon, General Services Department @ 205-849-2380
Darryl Tavel, Jefferson County Purchasing @ 205-521-7530
David Huddleston, CRS Engineering @ 205-397-2306
Use of specific names and numbers is not intended to restrict the bidding of any seller and/or manufacturer, but is solely
for the purpose of indicating the type, size and quality of materials, products, service, or equipment considered best
adapted to the County's intended use.
LANGUAGE, WORDS USED INTERCHANGEABLY:
The word COUNTY refers to the JEFFERSON COUNTY COMMISSION and/or JEFFERSON COUNTY, ALABAMA
throughout this document. Similarly, RESPONDENT, VENDOR, and BIDDER refer to the person or company
submitting an offer to sell its goods or services to the COUNTY. The words PROPOSAL, QUOTATION, and BID are all
offers from the BIDDER. The County has established for the purposes of this RFP that the words SHALL, MUST or
WILL are equivalent in this RFP and indicate a mandatory requirement or condition, the material deviation from which
shall not be waived by the County. A deviation is material if, at the sole discretion of the County, the deficient response is
not in substantial accord with this RFP’s mandatory condition requirements. The words SHOULD and MAY are
equivalent in the RFP and indicate very desirable conditions or requirements but are permissive in nature. Deviation
from, or omission of, such a desirable condition or requirement will not in and of itself cause automatic rejection of a
proposal, but may result in being considered as not in the best interest of the County.
Continued On Sheet 21
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 521-7530
PRINCIPAL BUYER: DARRYL TAVEL
JULY 18, 2007
BID NO: 290-07
SHEET NO: 21
INVITATION TO BID – Continued
PERMITS, CODES & REGULATIONS:
All equipment, construction, and installation will comply with City, County, State and Federal codes and Regulations.
Successful bidder will obtain and pay for all permits necessary, notify proper authorities for inspections and furnish any
certificates required for the work.
F.O.B. Destination via best way.
TERMINATION OF CONTRACT:
This contract may be terminated by the County with a thirty (30) day written notice to the other party regardless of reason.
Any violation of this agreement shall constitute a breach and default of this agreement. Upon such breach, the County
shall have the right to immediately terminate the contract and withhold further payments. Such termination shall not
relieve the contractor of any liability to the County for damages sustained by virtue of a breach by the contractor.
PRICES:
Include all labor, materials and equipment to complete job as specified.
TAX:
Jefferson County is exempt from all tax. Provided however, bidder shall be responsible for payment of all sales, use,
lease, ad valorem and any other tax that may be levied or assessed by reason of this transaction.
GUARANTEE:
Bidder certifies by bidding that he is fully aware of the conditions of service and purpose for which equipment, material,
installation, and/or construction included in this bid are to be purchased, and that his offering will meet these requirements
of service and purpose to the satisfaction of the Jefferson County Commission and its agent.
INSURANCE:
The successful bidder will maintain such insurance as will protect him and the County from claim under Workmen's
Compensation Acts, and from claims for damage and/or personal injury, including death, which may arise from operations
under this contract. Insurance will be written by companies authorized to do business in Jefferson County, Alabama and
shall include Jefferson County, Alabama as Added Additional Insured By Endorsement including a thirty (30)
day(s) written cancellation notice. Evidence of insurance will be furnished to the Purchasing agent not later than seven
(7) day(s) after Purchase Order/contract date. Successful bidder is also required to include the bid number on the evidence
of insurance.
Continued On Sheet 22
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 521-7530
PRINCIPAL BUYER: DARRYL TAVEL
JULY 18, 2007
BID NO: 290-07
SHEET NO: 22
INVITATION TO BID – Continued
Insurance Minimum Coverage:
Contracting party shall file the following insurance coverage and limits of liability with the County's Human Resource
Department and Purchasing Department before beginning work with the County.
General Liability:
$1,000,000 - Bodily injury and property damage combined occurrence
$1,000,000 - Bodily injury and property damage combined aggregate
$1,000,000 - Personal injury aggregate
Comprehensive Form including Premises/Operation, Products/Completed Operations, Contractual, Independent
contractors, Broad Form property damage and personal injury.
Automobile Liability:
$1,000,000 - Bodily injury and property damage combined coverage
Any automobile including hired and non-owned vehicles
Workers Compensation and Employers Liability:
$100,000 - Limit each occurrence
Umbrella Coverage:
$1,000,000 - Each occurrence
$1,000,000 - Aggregate
Added Additional Insured By Endorsement:
Jefferson County, Alabama
30 day(s) written cancellation notice
HOLD HARMLESS AND INDEMNIFICATION:
Contracting party agrees to indemnify, hold harmless and defend Jefferson County, Alabama, its elected officers and
employees (hereinafter referred to in this paragraph collectively as “County”), from and against any and all loss expense
or damage, including court cost and attorney’s fees, for liability claimed against or imposed upon County because of
bodily injury, death or property damage, real or personal, including loss of use thereof arising out of or as a consequence
of the breach of any duty or obligations of the contracting party included in this agreement, negligent acts, errors or
omissions, including engineering and/or professional error, fault, mistake or negligence of Integrator, its employees,
agents, representatives, or subcontractors, their employees, agents or representatives in connections with or incident to the
performance of this agreement, or arising out of Worker’s Compensation claims, Unemployment Compensation claims, or
Unemployment Disability compensation claims of employees of company and/or its subcontractors or claims under
similar such laws or obligations. Company obligation under this Section shall not extend to any liability caused by the
sole negligence of the County, or its employees. Before beginning work, contract party shall file with the County a
certificate from his insurer showing the amounts of insurance carried and the risk covered thereby. Liability insurance
coverage must be no less than $1,000,000. During performance the company must effect and maintain insurance from a
company licensed to do business in the State of Alabama. Coverage required includes 1) Comprehensive General
Liability; 2) Comprehensive Automobile Liability; 3) Worker’s Compensation and Employer’s Liability.
Continued On Sheet 23
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 521-7530
PRINCIPAL BUYER: DARRYL TAVEL
JULY 18, 2007
BID NO: 290-07
SHEET NO: 23
INVITATION TO BID – Continued
Contractor will be responsible for any damage to property of the county or others caused by him, his employees or
subcontractors, and will replace and make good such damage. The contractor will maintain adequate protection to prevent
damage to his work and property of others, and take all necessary precautions for the safety of his employees and others.
The contractors will comply with all safety laws and regulations in effect in the locality.
PROTECTION DAMAGE:
Contractor will be responsible for any damage to property of the county or others caused by him, his employees or
subcontractors, and will replace and make good such damage. The contractor will maintain adequate protection to prevent
damage to his work and property of others, and take all necessary precautions for the safety of his employees and others.
The contractors will comply with all safety laws and regulations in effect in the locality.
BID BOND:
Each bidder will furnish WITH BID RESPONSE a bid bond, or cashier's check for five percent (5%) of bid, and hereby
agrees that in case of failure to execute a contract and furnish a performance bond within 14 days after notice of award,
the Jefferson County Commission will be paid by this bonding company the difference between the amount of the low bid
as submitted, and the amount of the proposal of the next higher bid, or if no other bid is received, the full amount of the
proposal guaranty will be recovered as liquidated damages for such default. RESPONSES SUBMITTED WITHOUT
BID BOND OR CASHIER'S CHECK WILL NOT BE ACCEPTED.
BID BOND MUST BE SUBMITTED AT TIME OF BID OPENING. BID BOND AMOUNT NOT TO EXCEED
$10,000.00.
PERFORMANCE BOND:
Successful bidder will furnish surety bond equal to the amount of contract at no cost to the County, to guarantee that all
conditions and specifications of this Invitation will be fulfilled. Bond will be furnished to the Purchasing Agent not later
than seven (7) days after requested.
EXAMINATION OF SITE:
All bidders are expected to visit the site of the work to ascertain existing conditions. Failure to do so will in no way
relieve the successful bidder from the necessity of furnishing all materials and equipment, and performing all work
required for completion of the contract.
AWARD:
The award will be made on all or none basis. Bidder will quote on all items.
PUBLIC DISCLOSURE:
Subject to applicable law or regulations, the content of each Bidder’s Proposal shall become public information upon the
effective date of any resulting contract.
Continued On Sheet 24
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 521-7530
PRINCIPAL BUYER: DARRYL TAVEL
JULY 18, 2007
BID NO: 290-07
SHEET NO: 24
INVITATION TO BID – Continued
GENERAL:
Jefferson County expressly reserves the right to reject any or all bids, or parts of bids, and to make the award on merit
and/or features of design and quality, delivery, and availability of parts and service as the best interest of the County
appears.
NEGOTIATIONS:
Jefferson County reserves the right to enter into contract negotiations with the selected bidder. If the County and the
selected bidder cannot negotiate a successful contract, the County may terminate negotiations and begin negotiation with
the next selected bidder. This process will continue until a contract has been executed or all proposals have been rejected.
No bidder shall have any rights against the County arising from such negotiations.
INSTALLATION/QUALITY ASSURANCE:
Use adequate numbers of skilled workmen, under proper supervision, who are thoroughly trained and experienced in the
necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper
performance of the work in these specifications.
CLEANING AND SAFETY:
Throughout the construction period, maintain the buildings and site in a standard of cleanliness as described throughout
this document. At no time shall construction interfere with daily work within the building or cause a safety or code
violation around public and private entrances. All precautions possible shall be taken to promote the safety of the public
and employees. The successful bidder must have verifiable, active, safety policies.
Contractor is responsible for all damage to existing County or public property, including but not limited to the building,
grounds, and equipment, caused by him, his employees, or sub-contractors, and will replace and make good such damage.
Contractor will maintain adequate protection to prevent damage to his work and property of others, and take all necessary
precautions for the safety of his employees and others. The contractor will comply with all safety laws and regulations in
effect in the locality.
PROGRESS CLEANING:
Retain all stored items in an orderly arrangement allowing maximum access, not impeding traffic and providing the
required protection of material.
Do not allow the accumulation of scrap, debris, waste material, and other items not required for construction.
As necessary, completely remove all scrap, debris and waste material from job site.
Provide adequate storage for all items awaiting removal form the job site, observing all requirements for fire protection
and protection of the ecology.
All areas must be cleaned of dust and debris after each day’s work.
Continued On Sheet 25
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 521-7530
PRINCIPAL BUYER: DARRYL TAVEL
JULY 18, 2007
BID NO: 290-07
SHEET NO: 25
INVITATION TO BID – Continued
PRE-EXISTING CONDITIONS:
All pre-existing conditions must be clearly documented (including but not limited to, photographs) to
establish a clear definition of the work environment prior to commencing with any activities associated
with this project. Vendor is responsible for correcting any defacement, damage or aesthetic appearance
changes that occur beyond the point from the documentation of pre-existing conditions and any
occurrences of damages during their contract.
__________________________________
Darryl Tavel, Principal Buyer
GRAND TOTAL OF UPS REPLACEMENT AS SPECIFIED . . . . . . . . . . . $___________________
NAME OF YOUR COMPANY___________________________________________________________
Continued On Sheet 26
JEFFERSON COUNTY COMMISSION
PURCHASING DEPARTMENT
ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N
BIRMINGHAM, AL 35203
(205) 521-7530
PRINCIPAL BUYER: DARRYL TAVEL
JULY 18, 2007
BID NO: 290-07
SHEET NO: 26
INVITATION TO BID – Continued
The Jefferson County Commission, or its Agent, shall have the right to waive any informality or irregularity. Under
certain limited conditions, the Purchasing Department may apply a local preference option in determining the low bid
for purchases of personal property.
All provisions of this Invitation are accepted by bidder as part of any contract or purchase resulting therefrom.
Please specify terms of payment below; otherwise, the terms will be 2% 10th Prox.
Date: _______Company Name: ______________________________ Web Address:_____________
Terms: _______Address:_______________________________________City:__________________
County: _______________State: _____ Zip: ____________ Phone: (_____)____________________
If Jefferson County Business Licenses were issued to your company for the past twelve (12) months, please list
numbers:_____________________________________________.
Vendor's Federal I.D. Number: ____________________________
I certify that ___________________________ has ___ has not ___ been in operation for one
(Company Name)
(Check one)
year at location(s) zoned for the type of business conducted by my company at the address stated above.
______________________________
(Authorized Signature)
______________________________
(Print Name)
______________________________
(E-Mail Address)
Toll Free Phone: _____________________________Fax Number:____________________________
Return original bid in sealed envelope. Authorized signature of bidder must be in ink.
Bids received in our office after the specified date and hour will not be considered.
INDICATE THE FOLLOWING ADDRESSES IF DIFFERENT FROM ABOVE:
1. BID AWARD NOTICE ADDRESS
2. PURCHASE ORDER ADDRESS
3. REMITTANCE ADDRESS (AND NAME IF DIFFERENT THAN ABOVE)