attention all bidders - jefferson county,...

45
JEFFERSON COUNTY COMMISSION PURCHASING DIVISION ROOM 830 COURTHOUSE BIRMINGHAM, AL 35203-0009 OFFICE: (205) 325-5382 / FAX: (205) 214-4034 REGINA JOHNSON, PRINCIPAL BUYER JULY 13, 2017 MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB# 120 – 17, MUNIS 17099 TO: Prospective Bidders INVITATION FOR BID NUMBER: 120 – 17 (Bid must be submitted online at https://mss.jccal.org/mss ) MUNIS # 17099 SEPARATE SEALED BIDS FOR : High-Pressure Lab Equipment ICP Optical Emission Spectrometer (ICP-OES), Accessories and Supplies (Commodity Code: 49039) INVITATION TO BID RESPONSES WILL BE RECEIVED BY: Regina Johnson, Principal Buyer Room 830, 716 Richard Arrington Jr. Blvd North Birmingham, AL 35203-0009 ***IMPORTANT SOLICITATION DATES*** BID DUE DATE: BID OPENING DATE: AUGUST 1, 2017 by 11:59 PM (Central Standard Time) AUGUST 2, 2017 at 11:00 A.M. (Central Standard Time) PARTICIPANTS MAY SUBMIT BID ONLINE AT HTTPS://MSS.JCCAL.ORG/MSSO - OR - MAIL IN SUBMISSION. ONLINE BIDDING INSTRUCTIONS ARE LOCATED IN THE VSS “RESOURCES SECTION” OR CAN BE OBTAINED BY CONTACTING THE BUYER LISTED WITHIN THIS DOCUMENT. VENDORS MUST BE REGISTERED IN MUNIS/VENDOR SELF SERVICE TO ACCESS BID 17099 (ITB #120 – 17). BID OPENING WILL BE HELD AT: Jefferson County Courthouse Purchasing Department, Room 830 Courthouse 716 Richard Arrington Jr. Blvd North Page 1 of 45

Upload: vantram

Post on 23-Apr-2018

225 views

Category:

Documents


3 download

TRANSCRIPT

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSEBIRMINGHAM, AL 35203-0009

OFFICE: (205) 325-5382 / FAX: (205) 214-4034

REGINA JOHNSON, PRINCIPAL BUYER JULY 13, 2017MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB# 120 – 17, MUNIS 17099

TO: Prospective BiddersINVITATION FOR BID NUMBER: 120 – 17 (Bid must be submitted online at https://mss.jccal.org/mss)MUNIS # 17099

SEPARATE SEALED BIDS FOR : High-Pressure Lab Equipment ICP Optical Emission Spectrometer (ICP-OES), Accessories and Supplies (Commodity Code: 49039)

INVITATION TO BID RESPONSES WILL BE RECEIVED BY:

Regina Johnson, Principal BuyerRoom 830, 716 Richard Arrington Jr. Blvd NorthBirmingham, AL 35203-0009

***IMPORTANT SOLICITATION DATES***BID DUE DATE: BID OPENING DATE:

AUGUST 1, 2017 by 11:59 PM(Central Standard Time)

AUGUST 2, 2017 at 11:00 A.M.(Central Standard Time)

PARTICIPANTS MAY SUBMIT BID ONLINE AT HTTPS://MSS.JCCAL.ORG/MSSO - OR - MAIL IN SUBMISSION.

ONLINE BIDDING INSTRUCTIONS ARE LOCATED IN THE VSS “RESOURCES SECTION” OR CAN BE OBTAINED BY CONTACTING THE BUYER LISTED WITHIN THIS DOCUMENT. VENDORS MUST BE REGISTERED IN MUNIS/VENDOR

SELF SERVICE TO ACCESS BID 17099 (ITB #120 – 17).

BID OPENING WILL BE HELD AT:Jefferson County Courthouse

Purchasing Department, Room 830 Courthouse716 Richard Arrington Jr. Blvd North

PURPOSE Jefferson County is requesting an ICP Optical Emission Spectrometer (ICP-OES), Accessories and Supplies. The purpose of this bid is to procure a state-of-the-art ICP-OES instrument that offers maximum performance and versatility.

NOTIFICATION OF INTENTAll recipients of this solicitation notice must indicate intent to submit a bid no later than July 20, 2017 by 5:00P.M. CST. Those vendors submitting a Notification of Intent will be sent any related addendum, answers to inquiries, Excel Pricing Spreadsheet, etc. pertaining to this ITB. Notification of intent must be located on Sheet 20, must be e-mailed to Regina Johnson at [email protected].

TELEP HONE INQUIRIES – NOT ACCEPTED Telephone inquiries with questions regarding clarification of any and all specifications of the ITB will not be accepted. All questions must be e-mailed to Regina Johnson at [email protected].

Submissions may be withdrawn, modified, and resubmitted prior to the formal bid opening due date. Any submission modification(s) submitted after the “Bid Opening Due Date” may not be considered.

The County reserves the right to accept or reject any or all bids, or any part of any bid, and to waive any informalities or irregularities in the bid. The County may award contract in whole or in part based on the needs of the County.

All costs incurred by the company to respond to this solicitation will be wholly the responsibility of the Bidder. All copies and contents of the bid, attachments, and explanations thereto submitted in response to this ITB, except copyrighted material, shall become the property of the Jefferson County Commission regardless of the Consultant selected. Response to this solicitation does not constitute an agreement between the Bidder and the County.

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 responses which are received later than the date and time indicated above. Late bid responses will be retained in the bid file, unopened.

Released by:

Page 1 of 28

_____________________________________________________________

INVITATION TO BID

17099 (ITB NO. 120 – 17 | Commodity Code 49039)

“HIGH-PRESSURE LAB EQUIPMENT ICP OPTICAL EMISSION SPECTROMETER (ICP-OES),

ACCESSORIES AND SUPPLIES”

Regina Johnson, Principal BuyerRoom 830*716 Richard Arrington Jr. Blvd North

Birmingham, Alabama 35203Phone: (205) 325 – 5957

Email: [email protected]

Page 2 of 28

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSEBIRMINGHAM, AL 35203-0009

OFFICE: (205) 325-5382 / FAX: (205) 214-4034

REGINA JOHNSON, PRINCIPAL BUYER JULY 13, 2017MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB# 120 – 17, MUNIS 17099

Sealed bids marked " High-Pressure Lab Equipment ICP Optical Emission Spectrometer (ICP-OES), Accessories and Supplies" 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. (mailed) – OR – 11:59 P.M. (online) central time (standard or daylight savings time, as applicable) on TUESDAY, AUGUST 1, 2017. Bids submitted after these dates and times will not be considered.

Bids will be publicly opened at 11:00 a.m. on WEDNESDAY, AUGUST 2, 2017.

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 received later than the date and time, indicated above. LATE BIDS WILL BE DISQUALIFIED AND NOT OPENED.

BACKGROUND: Jefferson County was established on December 13, 1819 by the Alabama Legislature. It is the most densely populated County in Alabama with a 2000 Census population of 662,047. It is one of the few counties in Alabama that has a limited form of home rule government. It is governed by a five-member commission. Jefferson County is requesting an ICP Optical Emission Spectrometer (ICP-OES), Accessories and Supplies. The purpose of this bid is to procure a state-of-the-art ICP-OES instrument that offers maximum performance and versatility.

SPECIFICATIONS:The following are specifications that the department prefers, unless otherwise noted as required, for the highest quality of performance and departmental needs:

SPECTROMETER:It is preferable it be a Dual Viewing ICP using a solid state detector for increased efficiency. Axial viewing allows ultra-trace measurements because it provides a longer emission path for increased sensitivity. Radial viewing permits percentage concentration measurements. Axial and Radial viewing both possible; automatically in a single method

1. Plasma viewing - Dual-viewing optics are required to allow the plasma to be viewed radially or axially. Dual viewing of the plasma provides the required flexibility by allowing trace and major concentrations of an element to be determined with the fewest possible interferences and wavelengths. The Dual View configuration provides extra sensitivity of the Axial viewing (for trace analysis) while offering the linearity which come with the Radial mode of operation (for high concentrations and alkali metals analysis). It is preferable that the selection of axial or radial viewing be fully software controlled with automated adjustment (optimization) of the plasma alignment in both the vertical and horizontal directions. It is preferable that the radial View be full range allowing from at least 10-25 mm above the flat plates or load coil to reduce or eliminated the Easily Ionized Element (EIE) effect.

2. It is preferable that the instrument have the ability to perform attenuated axial and radial reads within the same method as axial and radial reads. This allows the user to extend the linear range and use the most sensitive analytical lines. It is preferable that the instrument be able to reduce the sensitivity of a selected element without having to change any gas or pump flows or increase the amount of time that sample would normally take to run. It is preferable that a software controlled filter be used to accomplish this feature.

3. It is preferable that the instrument be able to be turned completely off between uses. This means using no power or gases. It is preferable that the instrument be ready to run samples with a warmed up plasma within 10 minutes of applying power and gases.

4. It is preferable that the instrument not take up more than 65 cm of linear bench space. It is preferable that the total width of instrument not exceed 65 cm.

5. It is preferable that the instrument use high precision 4 channel, 12 roller peristaltic pump.

Page 3 of 28

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSEBIRMINGHAM, AL 35203-0009

OFFICE: (205) 325-5382 / FAX: (205) 214-4034

REGINA JOHNSON, PRINCIPAL BUYER JULY 13, 2017MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB# 120 – 17, MUNIS 17099

INVITATION TO BID

6. It is preferable that the torch be mounted vertically to allow for running higher matrix samples.

7. It is preferable that the user be able to view plasma in the software.

8. It is preferable that the instrument be able to operate for best results and detection limits using a total of 9 L/Min of Argon.

9. It is preferable that the instrument have an Echelle-based Spectrometer and the entire optical system purged. Standard purge rate and boost purge for determinations made at wavelengths below 185nm. Either nitrogen or argon may be used as purge gases with the gas flows controlled by the system controller.

10. It is preferable that the spectrometer cover the full spectral range of 160 - 900 nm and the resolution of the system be at least 0.006 nm at 200 nm. The resolution should preferably be consistent whether the edge or the centre of the grating is used. The instrument should preferably be able to determine all desired elements using one analytical method, with multiple wavelengths per element, axially and/or radially. It should preferably be able to deselect (but not delete) selected wavelengths from a method prior to measurement.

11. The entire optical system should preferably be enclosed in a purged optical enclosure. The optical enclosure should preferably be mounted on the same large optical bench as the sample-introduction system. The optical bench should preferably be shock-mounted to the frame of the instrument so that normal floor vibrations do not affect system performance

12. The optical system should preferably have real time wavelength stability correction; keep peaks centered at all times. Automatically adjusting for any thermal or presser shifts.

13. Should preferably include a computer-controlled, pneumatically operated shutter that automatically opens and closes for each sample, protecting the first transfer mirror from long exposures to the intense UV radiation of the plasma, extending the useful lifetime of the mirror.

14. Should preferably include an air drier assembly.

SYSTEM DETECTOR:15. The instrument should preferably use a solid state detector that is optimized for performance across the entire

emission spectrum. This solid state detector should preferably be a charge coupled device.

16. Each detector pixel should preferably have anti-blooming protection to enable the simultaneous measurement of trace level analytes in the presence of major matrix constituents.

17. The detector should preferably be cooled by a Peltier device to minimize detector dark current thereby enhancing instrument performance and detection limits.

18. The instrument should preferably adjust integration times for intense and trace signals.

Page 4 of 28

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSEBIRMINGHAM, AL 35203-0009

OFFICE: (205) 325-5382 / FAX: (205) 214-4034

REGINA JOHNSON, PRINCIPAL BUYER JULY 13, 2017MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB# 120 – 17, MUNIS 17099

INVITATION TO BID – Continued

SPECIFICATIONS – Continued :

RF GENERATOR:19. The RF generator should preferably totally solid-state at a frequency of 40 MHz. The generator should

preferably have an optimal power output range of 750- 1500 watts and be computer controllable in 1-watt increments and not utilize any power amplifier (PA) tubes. PA tubes increase costs of operation and maintenance. The RF generator should preferably have power transfer efficiency into the plasma of at least 80% and a power output stability of 0.1% or better. The compact RF supply must meet all FCC certification requirements for RF emission (Part 18 of FCC rules and regulations) and must comply with EC and VDE 0871 Class B requirements.

20. Should preferably have and incorporate maintenance free Flat Plate™ plasma technology, which replaces previous helical-coil induction. It generates a transversely symmetrical plasma. This approach produces a very flat-bottom shaped plasma which prevents sample and vapors from escaping around the outside.

21. Should preferably be able to run samples using only 8 L/min of Argon for the plasma flow. Total Argon usage cannot be higher than 9 L/min of Argon when the plasma is on. This is assuming Nitrogen is being used for the optical purge. When Argon is used for the purge total argon usage when running samples should preferably not exceed 10.5 L/Min.

22. Instrument start-up and shut down should preferably be computer controlled and totally automated.

23. If the RF power fluctuates, the system should preferably be able to automatically increase the stabilization time prior to starting an analysis. The free-running 40 MHz design provides instant compensation for impedance changes. This allows you to analyze samples in organic solution as easily as in aqueous solution or to handle samples with widely varying dissolved salts content with no need for operator adjustment of the plasma

FLOW CONTROLS:24. Plasma gas flows should preferably be computer controlled at flows of 0-20 L/min in 1L/min increments.

With Flat Plate technology, the same robust, matrix-tolerant plasma is generated and maintained with approximately half the argon consumption of helical load-coil systems (standard recommended flow of 8L/min)

25. Auxiliary gas flows should preferably be computer controlled at flows of 0-2.0 L/min in 0.1 L/min increments.

26. The nebulizer argon flow should preferably be computer controlled using a mass-flow controller and be variable from 0 - 2.00 L/min in 0.01 L/min increments.

ICP SYSTEM:27. The instrument should preferably be a bench-top model. A bench specifically made for the ICP can also be

provided.

28. The instrument must be able to operate in laboratory conditions that range from 15 - 35C and a relative humidity of 20 - 80 % non-condensing. The instrument must be able to operate with temperature changes of up to 2.5C per hour without any degradation of performance.

29. The instrument should preferably monitor gas pressures and flows, interlocks, water flows, and plasma stability. The interlocks should preferably be continuously monitored and if any interlock is interrupted, the plasma is shutdown automatically.

Page 5 of 28

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSEBIRMINGHAM, AL 35203-0009

OFFICE: (205) 325-5382 / FAX: (205) 214-4034

REGINA JOHNSON, PRINCIPAL BUYER JULY 13, 2017MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB# 120 – 17, MUNIS 17099

INVITATION TO BID – Continued

SPECIFICATIONS – Continued :

30. The system should preferably be compatible with an existing water recirculator. The recirculator could be mounted to the instrument chassis and have the ability to be situated at a distance from the instrument.

31. Viewing of the plasma should preferably be computer controlled, also offering flexibility of variable viewing height in Radial mode of operation.

32. The instrument should preferably have a compressed air shear gas to cut off the cool end of the axial plasma to reduce material deposition on the entrance optic a well as to reduce self-absorption and physical interferences. Other interface designs should preferably be able to tolerate >5% total dissolved solids and not require replacement and maintenance.

33. The system should preferably include a computer controlled, pneumatically operated shutter system that shields the detector between samples from long exposures to UV radiation.

34. Instrument start-up and shut down should preferably be computer controlled and totally automated.

35. The instrument should preferably not use any gases when turned off, and be ready for analysis within 10 minutes from a cold start.

36. The instrument peristaltic pump preferably should preferably have a tubing saving mode that slowly turns the peristaltic pump back and forth once the plasma is extinguished. This feature saves pump tubing from flattening and allows the ICP to start-up under the proper conditions.

37. The instrument should preferably be able to run organic as well as aqueous matrices. Organic matrices include oil, MIBK, Kerosene, and Hexanes.

SAMPLE INTRODUCTION SYSTEM:38. The instrument should preferably include a Cyclonic Spray chamber and concentric nebulizer or a Ryton Scott

design spray chamber with cross-flow nebulizer.

39. The system should preferably be able to accommodate commercially available, specialty nebulizers and spray chambers manufactured by third parties for maximum analytical flexibility.

40. The torch should preferably be mounted in a vertical position.

41. The torch should preferably be able to be adjusted for plasma viewing while the plasma is lit.

42. The operator should preferably be able to change torch injectors without having to remove the torch assembly from the instrument. The instrument should preferably include a quick-change torch module so the torch can be removed or changed quickly without excessive torch alignment. The sample-introduction cassette should preferably allow adjustment (with the plasma on) for maximum performance in different matrices. No tools should preferably be required for torch or sample-introduction cassette removal.

43. The system should preferably include a variable speed, computer controlled peristaltic pump equipped with the Tubing-Saver mode. The pump should preferably have four channels to allow for on-line addition of internal standards.

Page 6 of 28

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSEBIRMINGHAM, AL 35203-0009

OFFICE: (205) 325-5382 / FAX: (205) 214-4034

REGINA JOHNSON, PRINCIPAL BUYER JULY 13, 2017MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB# 120 – 17, MUNIS 17099

INVITATION TO BID – Continued

SPECIFICATIONS – Continued :

INSTRUMENT CONTROLLER should preferably have the following minimum specs:

Lenovo ThinkCentre M800 Windows® 7 (64-bit) Processor, Intel Core i5-6500 3.2G 4C Memory, 8GB(4+4) DDR4 2133 UDIMM HDD Size/HDD Spindle, 1TB HD 7200RPM Audio, Internal Speaker TW Graphics, Integrated Graphic Card Keyboard, USB Full size KB BK ENG DVD R+/-W, DVD Rambo Mouse, USB Optical Mouse BK WWAN Intel 8260+BT 2x2ac HP No_vPro Integrated Ethernet, Integrated Ethernet Warranty, 3 Year On-site Intl. Delivery Custom Image, Win7 Pro64 24 Inch Flat Panel Monitor

SOFTWARE:44. The instrument controlling software should preferably be 64-bit running under Microsoft Windows 7.

45. Software must have password security that provides selected access to different parts of the software (such as methods, spectral interference correction tables, routine operations, and data management).

46. Software must be designed according to the requirements of regulated labs.

47. Should preferably be able to append a method to an autosampler run after the run has begun and during a run

48. Software should preferably allow users to be able to easily change instrument parameters (such as number of replicates) without creating a new method prior to measurement to facilitate methods development efficiencies.

49. The software should preferably allow for Priority samples to be inserted at any time during an analysis without stopping the actual sequence. Should preferably allow many samples to be appended into a run without interrupting the run.

50. Software MUST be able to save spectra and a copy of the exact method used for their acquisition for traceability requirements in audited laboratories.

51. Exact Methods must be retrievable from results saved even if methods were deleted or modified under the same name at a later time.

52. The software must be able to display all of the peaks from an analysis simultaneously.

53. The instrument must be able to read both background and emission data simultaneously and allow for automatic background correction.

54. All raw data must be saved and the system must allow for post run reprocessing of data, eliminating the need to reanalyze the sample thus increasing productivity. This includes changing of background correction points, standard values, curve-fit technique, and individual replicate editing.

Page 7 of 28

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSEBIRMINGHAM, AL 35203-0009

OFFICE: (205) 325-5382 / FAX: (205) 214-4034

REGINA JOHNSON, PRINCIPAL BUYER JULY 13, 2017MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB# 120 – 17, MUNIS 17099

INVITATION TO BID – Continued

SPECIFICATIONS – Continued :

55. The software should preferably allow for up to thirty-five calibration standards and blanks.

56. The software must be able to display calibration curves for all of the elements analyzed during or any time after the run.

57. Calibration curves must be stored and be able to be recalled or modified for later use.

58. Calibration equations must include linear, weighted linear, non-linear, linear and nonlinear bracketing, and forced through blank options.

59. The software must have a library of analytical wavelengths containing all the major wavelengths for all elements.

60. The instrument must have the ability to do two forms of spectral interference correction. Traditional Interfering Element Corrections (IEC) must be available and the system must be able to calculate these values automatically. The system must also have advanced peak deconvolution algorithms to help correct for severely structured background.

61. IEC factors must recalculate automatically when background correction point are changed eliminating the need to re-acquire the IEC data. QC capability must include at least 20 QC checks, multiple sample calculations including duplicates and dilution calculations, multiple spike calculations, as well as the ability to design custom QC protocols.

62. Should preferably include a Continuous graphics mode. Continuous graphics should allow one to look at how the instrument is operating by acquiring and displaying data in real time. The operating parameters of the instrument and RF generator can be modified as data are acquired, allowing method optimization to be further enhanced. For example, RF power and nebulizer flow can be changed while their impact is monitored. Peristaltic pump speed can be set to improve noise and signal intensity, maximizing system performance.

63. Should preferably include a detection limit diagnostic that is a one button diagnostic that causes measurements of blanks and calculations of detection limits—number of replicates and standard deviation multipliers should be fully user programmable.

64. Should preferably include Plasma Camera offering continuous viewing of the plasma, this integrated color camera simplifies method development and enables remote diagnostic capabilities for maximum uptime.

65. The instrument should preferably have analytical linearity in excess of 9 orders of magnitude using alternate wavelengths and or dual view.

MISCELLANEOUS:66. The instrument must be new and a model currently in production. Refurbished or demonstrator instruments are not

acceptable.

67. The instrument should be compatible to operate with a water recirculator that is separate from the instrument chassis and can be place away from the instrument.

68. The system should preferably include a spares kit that includes commonly required replacement items and consumables.

Page 8 of 28

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSEBIRMINGHAM, AL 35203-0009

OFFICE: (205) 325-5382 / FAX: (205) 214-4034

REGINA JOHNSON, PRINCIPAL BUYER JULY 13, 2017MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB# 120 – 17, MUNIS 17099

INVITATION TO BID – Continued

SPECIFICATIONS – Continued :

69. The Autosampler should preferably have total random access capabilities. Specify number of samples and standards that can be accommodated.

END OF SPECIFICATIONS

Page 9 of 28

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSEBIRMINGHAM, AL 35203-0009

OFFICE: (205) 325-5382 / FAX: (205) 214-4034

REGINA JOHNSON, PRINCIPAL BUYER JULY 11, 2017MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB# 120 – 17, MUNIS 17099

INVITATION TO BID - Continued

TERMS AND CONDITIONS – Continued:

INSTRUCTIONS TO BIDDERS: 1. Participants may submit bid online at https://mss.jccal.org/mss . Instructions are located in the VSS “resources section”

or can be obtained by contacting the buyer listed within this document. Vendors MUST be registered in Munis/Vendor Self-Service to access online bidding for ITB 17099 (ITB #120 – 17). Participants also have the option to submit a physical bid (See below).

2. If submitting an online bid: Upload ALL completed required forms; forms must be completed and signed by an authorized representative of the Bidder Provider. You MUST upload all required documents online to the area that correlates with the form title or description (e.g. upload the signature page, page 25, to the appointed “Signature Page” document upload field.

3. If mailing in a bid submission: Sealed bids marked " High-Pressure Lab Equipment ICP Optical Emission Spectrometer (ICP-OES), , Accessories and Supplies " 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 TUESDAY, AUGUST 1, 2017. Bids submitted after this date and time will not be considered.

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 received later than the date and time, indicated above. LATE BIDS WILL BE DISQUALIFIED AND NOT OPENED.

4. Bid only items you can furnish

5. Type Bid Response on Bid Sheet (Pages18 – 19) prior to uploading. (*Note: Vendor name must appear on line provided at bottom of each bid sheet.)

6. Brand: Indicate your trade name and/or generic manufacturer’s name.

7. Stock Number: Indicate manufacturer’s product number.

8. Package Quantity: Indicate how packed, i.e., 10/pkg, 24/case.

9. Minimum Order Quantity: Indicate number of packages, boxes, etc.

REQUIRED FORMS:See required forms exhibited on pages 17 – 25 and fill out as described in the Instructions to Bidders section. ALL forms MUST be completed and signed by an authorized representative of the Bidder’s Provider. You MUST upload all required documents to the areas that correlate with the form title or description.

TERMS AND CONDITIONS: Bidders are required to state in their bid response the model or catalog number, and manufacturer of the item or items that they are bidding. Bidders must submit specification information and/or descriptive literature to completely identify the items which they consider equal to that specified. 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.

Page 10 of 28

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSEBIRMINGHAM, AL 35203-0009

OFFICE: (205) 325-5382 / FAX: (205) 214-4034

REGINA JOHNSON, PRINCIPAL BUYER JULY 13, 2017MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB# 120 – 17, MUNIS 17099

INVITATION TO BID - Continued

No bidder shall be allowed to offer more than one price on each item even though he/she may feel that he/she has two or more type or styles that will meet specifications. Bidder must determine for themselves which to offer. If said bidder should submit more than one person any item, all prices for the item shall be rejected.

TERMS AND CONDITIONS – Continued : It will be assumed that all bids are based upon the specifications unless the bidder stipulates to the contrary in letter form to be attached to bid submission. Bidder shall not type changes on bid specifications forms. The letter shall point out in detail any and all deviations from the specifications. If and whenever in the proposal a brand name, make, name of any manufacturer, or trade name is mentioned, it is for the purpose of establishing a grade or quality of merchandise. Jefferson County Commission does not wish to rule out other competition and equal brands or makes, and therefore, the phrase equivalent is added. If merchandise other than that specified in bid, it is the bidders responsibility to name such within the bid and to provide information to the County that may show said item(s) is equivalent to that specified. The County shall be the sole judge concerning the merits of bid submitted.

All items must conform strictly to the specifications and shall be subjected to inspection upon acceptance. In the event that any item is deemed unacceptable or not in conformity with the specifications items will be rejected and items of proper quality as set forth in these specifications shall be furnished in place thereof at the expense of the successful bidder.

The conditions and requirements of this ITB are intended to be open and non-restrictive for the purpose of obtaining adequate participation of interested vendors. The County shall be the sole judge concerning equivalents.

Bidder will conform strictly to the specifications and submit their estimates on each item enumerated, giving the price per each, dozen, case, box, etc., asked for in the specifications. Care should be taken not to confuse dozens with boxes, etc., or vise versa. If your packaging is different, note your packaging requirement but unit price shall be for packaging as noted by County. Should your packaging requirements be unacceptable to the County this item may be rejected.

Many of the items described in this ITB are for use at Barton Laboratory. Bidders should note that if an item is marked “no substitutions” no substitution will be allowed. The reason for this is that certain items have historically caused problems. If a brand name is listed, but a generic brand is available with the same exact ingredients, bidders should submit the list of ingredients to be compared to the brand name for verification.

ACT 2016-312 PROHIBITION AGAINST BOYCOTTING:Contractor certifies that it is not currently engaged in, and for the duration of this agreement will not engage in, the boycott of a person or an entity based in or doing business with a jurisdiction with which this state enjoys open trade. 

APPLICABLE LAW:Any contract resulting from this ITB shall be construed and governed in accordance with the law of the State of Alabama. All actions whether sound in contract or tort relating to the validity, construction, interpretation and enforcement of this contract shall be instituted and litigated in the Courts of the State of Alabama, located in Jefferson County and in no other. In accordance therewith, the parties of this contract submit to the jurisdiction of the Courts of the State of Alabama located in Jefferson County.

AWARD:The award will be made on an all or none basis to the lowest responsible bidder provided that all conditions and specifications required by the County are met. The County may award contract in whole or in part based on the needs of the County.

BID ACCEPTANCE/REJECTION: 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.

Page 11 of 28

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSEBIRMINGHAM, AL 35203-0009

OFFICE: (205) 325-5382 / FAX: (205) 214-4034

REGINA JOHNSON, PRINCIPAL BUYER JULY 13, 2017MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB# 120 – 17, MUNIS 17099

INVITATION TO BID - Continued

BUSINESS LICENSE:In the event you receive a notification of intent to award letter, you will be required to provide your Jefferson County business license within 7 days of receipt of notice of intent to award.  If you are not currently registered with Jefferson County Revenue Department, and do not have a business account number, applications may be obtained by logging on to http://jeffconline.jccal.org/revenue.  Once you have logged on, click on Business License and then **New Applicants.  Failure to submit the requested information may result in the notice of intent to award being revoked.  CANCELLATION:Failure to deliver as specified and in accordance with the bid submitted, including promised delivery will constitute sufficient grounds for cancellation of the order at the option of the County Commission.

Multiple bids are not allowed: No bidder shall be allowed to submit more than one bid from an individual, firm, partnership, corporation or association under the same or different name, this will be cause for automatic rejection of bid. If requested, bidder will furnish a sample of each item on which he has bid within 5 business day (s) of request.

CONTRACT ADDITIONS: If mutually agreed upon, additional contracts may be executed, based upon this bid for the same item(s) or related types; will be furnished upon request to add.

GENERAL:The Jefferson County Commission expressly reserves the right to reject any or all bids, or parts of bids, or to re-bid and to make the award or awards as the best interest of the County appears.

GOVERNING LAW/DISPUTE RESOLUTION:The parties agree that this contract is made and entered into in Jefferson County, Alabama and that all services, materials and equipment to be rendered pursuant to said Agreement are to be delivered in Jefferson County, Alabama. The interpretation and enforcement of this Agreement will be governed by the laws of the State of Alabama, without giving effect to the conflict of laws rules thereof. The parties agree that jurisdiction and venue over all disputes arising under this Agreement shall be in the Circuit Court of Jefferson County Alabama, Birmingham Division.

GUARANTEE:Bidder certifies by bidding, that he is fully aware of the conditions of service and purpose for which item(s) 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.

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

Page 12 of 28

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSEBIRMINGHAM, AL 35203-0009

OFFICE: (205) 325-5382 / FAX: (205) 214-4034

REGINA JOHNSON, PRINCIPAL BUYER JULY 13, 2017MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB# 120 – 17, MUNIS 17099

INVITATION TO BID - Continued

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.

INCURRING COSTS: All costs incurred in preparing the Bid, or costs incurred in any other manner by the respondent in responding to this Invitation to Bid will be wholly the responsibility of the respondent. All materials, supporting materials, correspondence and documents submitted in response to this Invitation to Bid will become the property of Jefferson County and will not be returned.

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.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 aggregateComprehensive Form including Premises/Operation, Products/Completed Operations, Contractual, Independent contractors, Broad Form property damage and personal injury.

Insurance Minimum Coverage:

Automobile Liability:$1,000,000 - Bodily injury and property damage combined coverageAny 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, Alabama30 day(s) written cancellation noticeUnder Description of Operations/Locations/Vehicles/Exclusions Added by Endorsement/SpecialProvisions enter the BID/RFP Number, Project Number or Purchase Order Number Covered byThe Certificate of Insurance.

Page 13 of 28

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSEBIRMINGHAM, AL 35203-0009

OFFICE: (205) 325-5382 / FAX: (205) 214-4034

REGINA JOHNSON, PRINCIPAL BUYER JULY 13, 2017MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB# 120 – 17, MUNIS 17099

INVITATION TO BID - Continued

Page 14 of 28

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSEBIRMINGHAM, AL 35203-0009

OFFICE: (205) 325-5382 / FAX: (205) 214-4034

REGINA JOHNSON, PRINCIPAL BUYER JULY 13, 2017MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB# 120 – 17, MUNIS 17099

INVITATION TO BID - Continued

INVOICING:All invoices must agree with the purchase order in description and price and include the following information: 1) Purchase Order Number; 2) Ship-to department name and address.In order to ensure prompt payment, ALL ORIGINAL INVOICES* MUST BE SENT TO:

Jefferson County CommissionFinance DepartmentRoom 820 County Courthouse716 Richard Arrington Jr. Blvd. NorthBirmingham, AL 35203

A copy of all invoices should be sent to:

Barton Laboratory 1290 Oak Grove RoadBirmingham, AL 35209

*If invoice does not agree with purchase order, credits or a corrected invoice will be required in order for the County to process payment. Invoices that do not reference an authorized Purchase Order will be returned to the vendor.

LAWS AND REGULATIONS: All applicable State of Alabama and federal laws, ordinances, licenses and regulations of a governmental body having jurisdiction shall apply to the award throughout as the case may be, and are incorporated here by reference. A Jefferson County business license will be required before work begins. Any contract executed based on award of this Bid must stipulate that governing law will be the State of Alabama.

LICENSES/CERTIFICATES: Jefferson County reserves the right to require documentation that each Bidder is an established business and is abiding by the Ordinances, Regulation, and Laws of their community and the State of Alabama. If you are required by any regulatory agency to maintain professional license or certification to provide any product and/or service solicited under this ITB, the County reserves the right to require you to provide documentation of your current license and/or certification before considering your Bid and/or before awarding a contract.

MATERIAL DELIVERY:

Will be to: Barton Laboratory1290 Oak Grove RoadBirmingham, AL 35209

All bidders, where required, shall clearly stipulate the guaranteed delivery date of all items. Successful bidder(s) failing to meet the delivery date specified incur the risk of cancellation of contract.

Page 15 of 28

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSEBIRMINGHAM, AL 35203-0009

OFFICE: (205) 325-5382 / FAX: (205) 214-4034

REGINA JOHNSON, PRINCIPAL BUYER JULY 13, 2017MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB# 120 – 17, MUNIS 17099

INVITATION TO BID - Continued

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.

NON- DISCRIMINATION POLICY:  The Jefferson County Commission is strongly committed to equal opportunity in solicitation of ITB’s and RFP’s.  The County encourages bidders and proposers to share this commitment.  Each bidder/contractor submitting a proposal will not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, age, disability or veteran status.  The Bidder/Contractor will ensure that qualified applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, national origin, age, disability or veteran status.  Such action shall include, but not be limited to the following:  employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 

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

PRE-PAYMENTS:No prepayments of any kind will be made prior to shipment.

PRICE GUARANTEE FOR ENTIRE CONTRACT PERIOD:Bidder agrees that he will deliver any items awarded to him, that such items will be manufactured to quoted specifications that prices billed will be no higher than those quoted herein and that delivery will be made within the time specified herein or within a reasonable time, if not so specified. Bidder hereby guarantees delivery of all items awarded to him hereunder, without any qualification or limitation whatsoever. In making this guarantee, bidder confirms that he has secured the subject items or has obtained guarantee of their availability sufficient to his satisfaction.

Bidder further agrees that in the event bidder fails to deliver any items awarded to him in accordance herewith for any reason whatsoever, Jefferson County may, at its option, accept the next lowest and best bid for such items, or re-bid such items, or obtain substitute items elsewhere. Bidder agrees to pay Jefferson County the difference between the bidder's bid for such items and the cost to Jefferson County to obtain the items elsewhere, if greater, and other incidental and consequential damages. Jefferson County may elect not to affect such cover, and may enforce all remedies authorized by law.

PRICE REDUCTION:In the event of a general price reduction, the County will receive the benefit of such reduction on any undelivered portion of contract.

PRICES:All pricing must include transportation (including fuel surcharges, if applicable).

Prices based upon applicable provisions of this bid for identical items will be offered to any municipality of Jefferson County, Alabama, unless so stated by bidder below.

PROPERTY OF JEFFERSON COUNTY: All copies and contents thereof of any Bid, attachment, and explanation thereto submitted in response to this ITB, except copyrighted material, shall become the property of the Jefferson County Commission regardless of the bidder selected. All

Page 16 of 28

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSEBIRMINGHAM, AL 35203-0009

OFFICE: (205) 325-5382 / FAX: (205) 214-4034

REGINA JOHNSON, PRINCIPAL BUYER JULY 13, 2017MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB# 120 – 17, MUNIS 17099

INVITATION TO BID - Continued

copyrighted material must be clearly marked in indication of its copyrighted status. The Jefferson County Commission shall be held harmless from any claims arising from the release of proprietary information not clearly designated as such by the proposing firm.

Page 17 of 28

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSEBIRMINGHAM, AL 35203-0009

OFFICE: (205) 325-5382 / FAX: (205) 214-4034

REGINA JOHNSON, PRINCIPAL BUYER JULY 13, 2017MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB# 120 – 17, MUNIS 17099

INVITATION TO BID - Continued

PROPRIETARY DOCUMENTS:Any documents considered proprietary by the Bidder must be clearly marked as proprietary. Documents will be handled in compliance with the rules of Jefferson County Commission and the Bid Laws of the State of Alabama.

PROTECTION DAMAGE: Successful bidder(s) 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.

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.

QUANTITIES: Quantities shown are estimates, and are not a guarantee to buy in the amount shown

REFERENCESIf requested, successful bidder will furnish a minimum of three (3) references. References will be accepted only from companies where bidder has provided same type or similar products as requested herein.

REQUIREMENTS:All bid responses must be entered and submitted electronically by accessing vendor Self-Service at: https://mss.jccal.org/mss.

Bids sent by electronic devices (i.e., facsimile machines and email) are not acceptable and will be rejected upon receipt except as stated below. Bidders will be expected to allow adequate time for delivery of their responses either by airfreight, postal services, or by other means.

SHIPPING:F.O.B. Destination via best way

Delivery will be required within one week after request.

SINGLE BID:If a single bid response is received for this ITB, the bid will be rejected in accordance with Title 41-16-50-a-1 of the Alabama Code. The bid will be opened, but will not be read publicly.  We will proceed with negotiations for a lower price with the rejected bidder and other bidders by means of sealed quotes.  The rejected bidder’s initial offer will not be disclosed to other bidders, prior to the awarding of a contract. The award will be made to the company offering the lowest negotiated quotation, provided that all conditions and specifications required by the County are met.

STATEMENT OF PURPOSE:Jefferson County, Alabama d/b/a Barton Laboratory desires to enter into a contract with qualified vendor(s) for ICP Optical Emission Spectrometer (ICP-OES), Refrigerated Chiller, Accessories and Supplies to be delivered on an as needed basis to the laboratory. The purpose of this bid is to procure a state-of-the-art ICPOES instrument that offers maximum performance and versatility. 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.

Page 18 of 28

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSEBIRMINGHAM, AL 35203-0009

OFFICE: (205) 325-5382 / FAX: (205) 214-4034

REGINA JOHNSON, PRINCIPAL BUYER JULY 13, 2017MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB# 120 – 17, MUNIS 17099

INVITATION TO BID - Continued

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.

If mutually agreed upon, additional contracts may be executed, based upon this bid for the same item(s) or related types and/or sizes.

TERM OF CONTRACT: Any contract resulting from this ITB will become effective upon bid award (or within 30 days of award notification, approval of the County Commission and purchase order is issued). The County will have the option of awarding per; Purchase Order, or a one (1) year contract with the option of extending the one (1) year contract for two (2) additional one (1) year terms. 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.

THIRD-PARTY “REMIT-TO”:If Bidder has a third-party “remit-to” company, that information must appear on the Bidder’s response. Jefferson County will send payment to the company designated by Bidder on its response, but will not be responsible for resolving payment issues, should the Bidder change payment processing companies after a payment has been mailed or without forty-five (45) days written notification to the Purchasing and Accounting division of Jefferson County.

WARRANTY: Attach a copy of your complete warranty, which shall become a part of your bid.

Regina JohnsonPrincipal Buyer

Page 19 of 28

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSEBIRMINGHAM, AL 35203-0009

OFFICE: (205) 325-5382 / FAX: (205) 214-4034

REGINA JOHNSON, PRINCIPAL BUYER JULY 13, 2017MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB# 120 – 17, MUNIS 17099

REQUIRED FORMSREQUIRED FORMS

Page 20 of 28

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSEBIRMINGHAM, AL 35203-0009

OFFICE: (205) 325-5382 / FAX: (205) 214-4034

REGINA JOHNSON, PRINCIPAL BUYER JULY 13, 2017MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB# 120 – 17, MUNIS 17099

BIDITB 17099 (120 – 17; CC 49039)

“High-Pressure Lab Equipment ICP Optical Emission Spectrometer (ICP-OES), Accessories and Supplies”

Description UoM QTY Unit PriceSpectrometer, or approved equal ICP Optical Emission Spectrometer, or approved equal. Cyclonic spray chamber / Concentric nebulizer systemCompact, Bench-Top ICP-OESRF generator with Flat Plate plasma technology Patented Dual View capability that measures every wavelength with no loss of light or sensitivityFull-wavelength-range CCD array detector that measures the wavelength range around the emission line of interest—simultaneously—for precision.9 L/min total argon consumption 10 minute ICP startup (from power on)Sensitivity and Resolution for all elements of interestPower Requirements: One 200-230 VAC, 20A line, 2800 VA, single phase, 50/60 Hz, (+-1%)Power Cords included: IEC60309 250 V 16/20 A 2 pole plus protective earth plug Dimensions: Width 65 cm, Depth 76 cm, Height 81 cmProduct Weight: 132 kgWarranty & Installation: Includes Installation and 1 Year Warranty

EA 1

Autosampler for ICP-OES/ICP-MS, or approved equalFree Standing computer-controlled Autosampler for use with ICP-OES and ICP-MS instrumentationAutomates standard and sample introduction for instrument calibration and sample analysisDrive system with high-precision motors moves the sampling arm of the S10 in the X and Y coordinates simultaneouslyRandom-access programming ability to give user flexibility in the placement of samples and reference solutionsBuilt-in peristaltic pump for continuous rinsing of the sampling capillary between samplesProvides programmable random access sampling when used with computer-controlled systemsIncludes: One 98-position tray, FEP sample probes, Capillary Tubing, 50 sample vessels (15-mL each, and a 250-mL wash vessel. Features and Benefits:

Large, flexible sampling capacity (Interchangeable sample trays with optional trays providing 114, 98, or 36 sample positions; eight positions for standard, and one position for a 250-mL wash vessel)Fast, accurate random accessCorrosion-resistant sampling components (Acid- and solvent-resistant sample probe, including the sample transport capillary tubing)Built-in peristaltic pump (Automatic rinsing); Flow through rinse station to minimize sample-to-sample contaminationPower Requirements: Autosampler: External Power Supply (included), Input power: 100-240V +/- 10%, 50-60HzPower Cords included: USA, European, U.K., Australia and JapanDimensions: Width 460 mm, Depth 378 mm, Height 530 mmProduct Weight: 8 KgWarranty: Includes 1 Year Warranty

EA 1

NAME OF YOUR COMPANY_____________________________________________________________________________Page 21 of 28

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSEBIRMINGHAM, AL 35203-0009

OFFICE: (205) 325-5382 / FAX: (205) 214-4034

REGINA JOHNSON, PRINCIPAL BUYER JULY 13, 2017MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB# 120 – 17, MUNIS 17099

BID – Continued ITB 17099 (120 – 17; CC 49039)

“High-Pressure Lab Equipment ICP Optical Emission Spectrometer (ICP-OES), Accessories and Supplies”

Description UoM QTY Unit PriceLine Conditioner 3.8 kVA,60Hz for AA/ICP, or approved equalLINE CONDITIONER 3.8KVA FOR AA/ICP3.8KVA POWER CONDITIONER15.8A, 208/240V INPUT, 120/208/240OUTPUTISOLATION, FILTERING AND SURGE SUPPRESSIONC320P Input plug, (1)C320R, (4)5-20R Output Receptacles

EA 1

ICP Controller, or approved equal; must be compatible with ICE-OES EA 1Solution Kit, or approved equal; must be compatible with ICE-OES EA 1Mains Lead USA 2M 125V 16A | Line Cord ; Suitable for North America, or approved equal; must be compatible with ICE-OES

EA 1

Chiller Coolant Mix 30 Plus-Five 1/2 Gal, or approved equal; must be compatible with ICE-OES EA 1

Applications Consultancy –1-Day OnsiteThe service can include, but is not limited to: system applications training, method development, application assistance, method transfer from previous instrumentation, productivity improvements, sample introduction optimizations, and implementation of new methodology.*All travel costs are included in this item.*The item is sold on a per day basis with per day being defined as a typical 8 hour period.

EA 1

ICP or approved equal Training EA 1Installation of Spectrometer or approved equal; (If not included) EA 1Regular Delivery EA 1

**Attach a complete warranty. **Attach name of your Mfg. & product number if submitting equivalent products. **Attach a letter stating difference between county specifications and specifications of item(s) offered.

NAME OF YOUR COMPANY_____________________________________________________________________________

Page 22 of 28

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSEBIRMINGHAM, AL 35203-0009

OFFICE: (205) 325-5382 / FAX: (205) 214-4034

REGINA JOHNSON, PRINCIPAL BUYER JULY 13, 2017MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB# 120 – 17, MUNIS 17099

NOTIFICATION OF INTENT TO RESPOND

Reference ITB/RFP 17099 (ITB 120 – 17; CC 49039) “High-Pressure Lab Equipment ICP Optical Emission Spectrometer (ICP-OES), Accessories and Supplies”

(Return signed statement no later than Monday, July 20, 2017 by 5:00p.m.)

( ) On behalf of myself/my firm/institution, I hereby certify that I/we intend to submit

a response.

( ) On behalf of myself/my firm/institution, I hereby certify that I/we do not intend

to submit a response.

.

____________________________________________ ____________________________________________ Authorized Signature Individual/Institution/Firm

____________________________________________ ____________________________________________ Title Date

PLEASE SUBMIT SIGNED FORM TO [email protected] OR FAX TO 205 – 214 – 4034.

Page 23 of 28

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSEBIRMINGHAM, AL 35203-0009

OFFICE: (205) 325-5382 / FAX: (205) 214-4034

REGINA JOHNSON, PRINCIPAL BUYER JULY 13, 2017MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB# 120 – 17, MUNIS 17099

EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION FORM

Contractor/Vendor Name: __________________________________________________

Address: __________________________________________________

__________________________________________________

The Contractor acknowledges receipt of Jefferson County’s Equal Employment Opportunity Contractor Compliance

Administrative Order (attached hereto) and certifies that it is an equal opportunity employer and agrees to the requirements of the

Policy and the Equal Employment Opportunity Clause therein. It further certifies that it will require all subcontractors to execute an

Equal Employment Opportunity statement and certification of compliance in accordance with Jefferson County Administrative Order

08-4 as follows:

1. The Contractor will not discriminate against any employee or applicant for employment because of race, color,

religion, sex, national origin, age, disability or veteran status pursuant to the provisions of Title VII of the Civil Rights Act of 1964, 42

U.S.C. §§ 1981, 1983, 1986 and all amendments thereto relative to discriminatory employment practices. The Contractor will ensure

that qualified applicants are employed, and that employees are treated during employment, without regard to their race, color, religion,

sex, national origin, age, disability or veteran status. Such action shall include, but not be limited to the following: employment,

promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of

compensation; and selection for training, including apprenticeship.

2. In the event of the Contractor’s non-compliance with the equal employment opportunity clause of this contract, this contract

may not be awarded or may be cancelled, terminated or suspended in whole or in part and the Contractor may be declared ineligible

for further County contracts.

3. The Contractor will include the provisions of paragraph (1) in every subcontract or purchase order.

4. The Contractor shall certify to the County its compliance with this policy prior to receipt of any contract or business with the

County.

The Contractor will furnish to the County, upon request, reports, notices, policies and/or information certifying compliance with this

policy.

In the event of the Contractor’s non-compliance with the equal employment opportunity clause of this contract, this contract may not

be awarded or may be cancelled, terminated or suspended in whole or in part and the Contractor may be declared ineligible for further

County contracts.

________________________ _______________________________________

Date Signature

_______________________________________

Title

Page 24 of 28

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSEBIRMINGHAM, AL 35203-0009

OFFICE: (205) 325-5382 / FAX: (205) 214-4034

REGINA JOHNSON, PRINCIPAL BUYER JULY 13, 2017MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB# 120 – 17, MUNIS 17099

AFFIDAVIT OF CONTRACTORAlabama Act 2011-535

I affirm the following:

1. I will not knowingly employ, hire for employment, or continue to employ an unauthorized alien; and,

2. I affirm that the below listed Business Organization is enrolled in the E-Verify program, that the Business Organization listed

below will remain enrolled in the E-Verify program during the term of the contract and that every employee that is required

to be verified will be verified according to the applicable federal rules and regulations; and,

3. I acknowledge that §9(e) Alabama Act 2011-535 authorizes the County to terminate this contract for a first violation of §9(a)

of said Act, and requires the County to terminate this contract for a second violate of §9(a) of said Act.

______________________________________________ _________________Printed Name of Contractor (or Authorized Representative) Title

______________________________________________ __________________Signature of Contractor (or Authorized Representative) Date Signed

_______________________________________________ __________________Name of Business Entity Phone Number

State of _________________County of _______________Sworn to and subscribed before me onThis _____ day of _________, 20 ___.

_______________________________NOTARY PUBLICMy Commission Expires: __________

Page 25 of 28

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSEBIRMINGHAM, AL 35203-0009

OFFICE: (205) 325-5382 / FAX: (205) 214-4034

REGINA JOHNSON, PRINCIPAL BUYER JULY 13, 2017MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB# 120 – 17, MUNIS 17099

NON-COLLUSION AFFIDAVIT

I, ___________________________________________________, an authorized agent/representative of

____________________________________________ attest that the Invitation to Bid is not made in the interest of, or on behalf of,

any undisclosed person, partnership, company, association, organization, or corporation; that the Invitation to Bid is genuine and not

collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham ITB, and

has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham ITB, or that

anyone shall refrain from proposing; that the Bidder has not in any manner, directly or indirectly sought by agreement, communication

or conference with anyone to fix the ITB of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the ITB

price or of that of any Bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the

proposed contract; that all statements contained in the ITB are true; and further, that the Bidder has not, directly or indirectly,

submitted his/her ITB price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid,

and will not pay any fee to any corporation, partnership, company, association, organization, ITB depository, or to any member or

agent thereof, to effectuate a collusive or sham ITB.

I, the undersigned, hereby certify that I have read and understand this Non-Collusion Affidavit and guarantee complete

compliance with all the terms, conditions and stipulations.

Subscribed and Sworn to BY ___________________________________Before me this ________ day Authorized Signature of Bidder Dateof ___________ 20____.

______________________________________ Print or Type Name of Bidder

___________________________________Notary Public of My Commission expires

Page 26 of 28

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSEBIRMINGHAM, AL 35203-0009

OFFICE: (205) 325-5382 / FAX: (205) 214-4034

REGINA JOHNSON, PRINCIPAL BUYER JULY 13, 2017MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB# 120 – 17, MUNIS 17099

STATEMENT OF COMPLIANCE WITH ALABAMA CODE SECTION 31-13-9

By signing this contract, the contracting parties affirm, for the duration of this agreement, that they will not violate federal

immigration law or knowingly employ, hire for employment, or continue to employ an unauthorized alien within the State of

Alabama.  Furthermore, a contracting party found to be in violation of this provision shall be deemed in breach of the agreement and

shall be responsible for all damages resulting therefrom.

_______________________________________________              _____________________________Printed Name Authorized Representative)                                              Title

_______________________________________________              _____________________________Signature Authorized Representative)                                                     Date Signed

_______________________________________________              Name of Business

Page 27 of 28

JEFFERSON COUNTY COMMISSIONPURCHASING DIVISION

ROOM 830 COURTHOUSEBIRMINGHAM, AL 35203-0009

OFFICE: (205) 325-5382 / FAX: (205) 214-4034

REGINA JOHNSON, PRINCIPAL BUYER JULY 13, 2017MICHAEL MATTHEWS, C.P.M., PURCHASING AGENT ITB# 120 – 17, MUNIS 17099

SIGNATURE SHEET

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.

Date: _____ Company Name: _____________________ Web Address: _____________________

Terms: ______ Address: ______________________________ City: ________________________

County: __________________ State: ______ Zip: _________ Phone: (___) ___________________

If Jefferson County Business License 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 year at

(Company Name) (Check one)

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 enclosed 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 ADDRESS2. PURCHASE ORDER ADDRESS3. REMITTANCE ADDRESS (AND NAME IF DIFFERENT THAN ABOVE)

Page 28 of 28