IFB Water & Wastewater Fittings and Supplies

expired opportunity(Expired)
From: Pasadena(City)
22-010

Basic Details

started - 23 Jun, 2022 (22 months ago)

Start Date

23 Jun, 2022 (22 months ago)
due - 11 Jul, 2022 (22 months ago)

Due Date

11 Jul, 2022 (22 months ago)
Bid Notification

Type

Bid Notification
22-010

Identifier

22-010
Pasadena

Customer / Agency

Pasadena
unlockUnlock the best of InstantMarkets.

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

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

Please note the following: • This page must be completed and returned with your bid • Bids must be submitted in a sealed envelope, marked with bid number & closing date. • Bids received after the above closing date and time will not be accepted. PURCHASING OFFICE 1149 ELLSWORTH SUITE 400 PASADENA TX. 77506 713-475-5532 FAX 713-920-7938 SUBMIT TO: CITY OF PASADENA CITY SECRETARY’S OFFICE 1149 Ellsworth Dr. Suite 200 PASADENA, TX 77506 Inv i t a t i on fo r B id s ( I FB) MAILING DATE June 23, 2022 TITLE WATER & WASTEWATER FITTINGS AND SUPPLIES NUMBER 22-010 CLOSING DATE & TIME July 11, 2022 by 4:00 PM BID WRITER Cheyenne Keltch PRE-BID DATE, TIME AND LOCATION NAME OF PARTNERSHIP, CORPORATION OR INDIVIDUAL TAXPAYER IDENTIFICATION NUMBER MAILING ADDRESS NO BID: If not submitting a bid, state reason below and return one copy of this form CITY-STATE-ZIP PH: EMAIL: FX: WEB ADDRESS: TOTAL BID AMOUNT: Delivery: Calendar days after receipt of Purchase Order: days (ARO) Bids are firm for
Acceptance for 90 days Yes No Other Payment Terms: % , net I certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same materials, supplies, or equipment and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this bid and certify that I am authorized to sign this bid for the bidder. In submitting a bid to the City of Pasadena the bidder offers and agrees that if the bid is accepted, the bidder will convey, sell, assign or transfer to the City of Pasadena all rights, titles and interest in and to all causes to action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of TX for price fixing relating to the particular commodities or services purchased or acquired by the City of Pasadena. At the City’s discretion, such assignment shall be made and become effective at the time the City tenders final payment to the bidder. A U T H O R I Z E D S I G N A T U R E D A T E P R I N T E D N A M E / T I T L E Please initial by all that apply. I acknowledge receipt of the following addendum Addendum #1 Addendum #2 Addendum #3 Addendum #4 Legal Notice NOTICE TO BIDDERS BID NO. 22-010 The City of Pasadena, Texas intends to purchase and invites you to submit a sealed bid for: WATER & WASTEWATER FITTINGS AND SUPPLIES Sealed bids in duplicate will be received by the City of Pasadena, Texas on or before 4:00 p.m. CST, Monday, July 11, 2022 in the Office of the City Secretary, 1149 Ellsworth Suite 200, Pasadena, Texas 77506. Bids will be publicly opened and read on Tuesday, July 12, 2022 at 3:00 p.m. in the, Second Floor Conference Room, in City Hall. Invitation for Bids documents may be obtained via the Internet by contacting DemandStar.com or from the City of Pasadena Purchasing Department web page at www.pasadenatx.gov. If you do not have Internet access, you may obtain the documents by contacting the Purchasing Office at 1149 Ellsworth Suite 400, Pasadena, Texas, 77506, (713) 475-5532. Bids may be either mailed or hand delivered to the City Secretary’s Office, 1149 Ellsworth Suite 200., Pasadena, TX 77506. Any bids received after the above stated time will be returned to the bidder unopened. The City Council reserves the right to waive any informalities or minor irregularities; reject any and all bids/proposals which are incomplete, conditional, obscure, or which contain additions not allowed for; accept or reject any bids/proposal in whole or in part with or without cause; and accept the bid/proposal which best serves the City. CAUTION: It is the bidder’s/proposer’s responsibility to ensure that bids/proposals are received in the City Secretary’s Office prior to the date and time specified above. Receipt of a bid/proposal in any other City office does not satisfy this requirement. Published in the Pasadena Citizen & on the City of Pasadena Website Publish: June 22, 2022 & June 29, 2022 http://demandstar.com/ Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE TABLE OF CONTENTS STANDARD PURCHASE DEFINITIONS (IFB) ........................................................................................................... 1 GENERAL REQUIREMENTS FOR BIDS .................................................................................................................... 2 SPECIAL CONDITIONS ............................................................................................................................................. 10 SPECIFICATIONS ...................................................................................................................................................... 11 BID PRICING SHEET ................................................................................................................................................. 17 DELIVERY .................................................................................................................................................................. 32 METHOD OF PAYMENT ............................................................................................................................................ 33 DEVIATION & COMPLIANCE SIGNATURE FORM.................................................................................................. 35 NON-COLLUSION AFFIDAVIT .................................................................................................................................. 36 SOLICITATION QUESTIONNAIRE............................................................................................................................ 37 BIDDER REFERENCES ............................................................................................................................................. 38 LOCAL BIDDER PREFERENCE CLAIM FORM ....................................................................................................... 39 FOR DISADVANTAGED BUSINESS ENTERPRISES ONLY ................................................................................... 41 BIDDER QUESTIONAIRE & CHECKLIST ................................................................................................................ 42 BID/PROPOSAL LABEL ............................................................................................................................................ 43 Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 1 STANDARD PURCHASE DEFINITIONS (IFB) The City will use the following definitions in instructions to bidders, terms and conditions, special provisions, technical specifications and any other solicitation documents. Whenever a term defined by the Uniform Commercial Code, as enacted by the State of Texas, is used in the Contract, the UCC definition shall control, unless otherwise defined in the Contract. 1. Addendum means a written instrument issued by the Contract Awarding Authority that modifies or clarifies the Solicitation prior to the Due Date. “Addenda” is the plural form of the word. 2. Alternate Bid means multiple Bids with substantive variations from the same Bidder in response to a Solicitation. 3. Appropriate, Appropriated, or Appropriation means the adoption by the City Council of the City of a budget for a fiscal year that includes payments to be made under the Contract during the respective fiscal year. 4. Bid is a complete, properly signed response to an invitation for bid, which if accepted, would bind the Bidder to perform the resultant Contract. 5. Bidder is a person, firm, or entity that submits a Bid in response to a Solicitation. Any Bidder may be represented by an agent after submitting evidence demonstrating the agent’s authority. The agent cannot certify as to his own agency status. 6. Bid Guaranty guarantees that the Bidder (a) will not withdraw the Bid within the period specified for acceptance, and (b) will execute a Contract and furnish required bonds and any necessary insurance within the time specified in the Solicitation, unless a longer time is allowed by the City. The guarantee will be returned to the Bidder upon execution of a Contract 7. Bids are responses to an Invitation for Bids. 8. City means the City of Pasadena, a Texas home-rule municipal corporation. 9. Construction means the construction, repair, rehabilitation, alteration, conversion or extension of building, parks, utilities, streets or other improvements or alterations to real property. 10. Contractor means the person, firm or entity selling goods or services to the City under a Contract. 11. Deliverables means the goods, products, materials, and/or services to be provided to the City by a Bidder. 12. Due Date means the date and time specified for receipt of Bids. 13. Goods are supplies, materials, or equipment. 14. Invitation for Bid (IFB) means a Solicitation requesting pricing for a specified Good or Service which has been advertised for Bid in a newspaper. 15. Lowest Responsible Bid means the Bid meeting all requirements of the specifications, terms, and conditions of the Invitation for Bid resulting in the lowest cost to the City in a total cost concept or based solely on price, taking into consideration the financial and practical ability of the Bidder to perform the Contract, past performance of the Bidder, and compliance with all City ordinances concerning the purchasing process. 16. Lowest Responsible Bidder means the Bidder submitting Lowest Responsible Bid. 17. Non-Professional Services are services performed that are not of a professional nature such as lawn care, security, janitorial, etc. 18. Offer means a complete signed response submitted to the City in response to a Solicitation including, but not limited to, a Bid submitted in response to an Invitation for Bid, a proposal submitted in response to a Request for Proposal, a quote submitted in response to a Request for Quotation, or a statement of qualifications and interest submitted in response to a Request for Qualifications. 19. Pre-Bid Conference means a conference conducted by the Purchasing Office, held in order to allow Bidders to ask questions about the proposed Contract and particularly the Contract specifications. 20. Professional Services means services that use skills that are predominantly mental or intellectual, rather than physical or manual such as accounting, architecture, land surveying, law, medicine, optometry, professional engineering, etc. 21. Purchase Order is an order placed by the Purchasing Office for the purchase of Goods or Services written on the City’s standard Purchase Order form and which, when accepted by the Bidder, becomes a contract. The Purchase Order is the Bidder’s authority to deliver and invoice the City for Goods or Services specified, and the City’s commitment to accept the Goods or Services for an agreed upon price. 22. Services include all work or labor performed for the City on an independent contractor basis other than construction. 23. Solicitation means, as applicable, an Invitation for Bid, Request for Proposal, Request for Qualifications or a Request for Quotation. 24. Subcontractor means a person, firm or entity providing goods or services to a Bidder to be used in the performance of the Bidder’s obligations under the Contract. 25. Unbalanced Bid means a Bid that is based on prices which are significantly less than cost for some bid items and significantly more than cost for others. Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 2 GENERAL REQUIREMENTS FOR BIDS These instructions are standard for all contracts for commodities or services issued through the City of Pasadena Purchasing Department. General Requirements apply to all advertised bids; however, these may be superseded, whole or in part, by the SPECIAL CONDITIONS OR OTHER DATA CONTAINED HEREIN. READ THIS ENTIRE DOCUMENT CAREFULLY. FOLLOW ALL INSTRUCTIONS. YOU ARE RESPONSIBLE FOR FULFILLING ALL REQUIREMENTS AND SPECIFICATIONS. BE SURE YOU UNDERSTAND THEM. 1. TERM CONTRACTS The CITY of PASADENA acceptance of Bidder’s offer shall be limited to the terms herein unless expressly agreed in writing by the CITY. If the contract is intended to cover a specific time period, the term will be given in the specifications under PERIOD OF CONTRACT. 2. ANTI-LOBBYING PROVISION DURING THE PERIOD BETWEEN THE BID MAILING DATE AND THE CONTRACT AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE PASADENA CITY COUNCIL OR CITY STAFF EXCEPT IN THE COURSE OF CITY-SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY. THIS PROVISION IS NOT MEANT TO PRECLUDE BIDDERS FROM DISCUSSING OTHER MATTERS WITH CITY COUNCIL MEMBERS OR CITY STAFF. THIS POLICY IS INTENDED TO CREATE A LEVEL PLAYING FIELD FOR ALL POTENTIAL BIDDERS, ASSURE THAT CONTRACT DECISIONS ARE MADE IN PUBLIC, AND TO PROTECT THE INTEGRITY OF THE BID PROCESS. VIOLATION OF THIS PROVISION MAY RESULT IN REJECTION OF THE BIDDER'S BID. 3. POTENTIAL CONFLICTS OF INTEREST An outside consultant or contractor is prohibited from submitting a bid for services on a CITY of PASADENA project of which the consultant or contractor was a designer or other previous contributor, or was an affiliate, subsidiary, joint venture or was in any other manner associated by ownership to any party that was a designer or other previous contributor. If such a consultant or contractor submits a prohibited bid, that bid shall be disqualified on the basis of conflict of interest, no matter when the conflict is discovered by CITY of PASADENA. 4. GOVERNING FORMS In the event of any conflict between the terms and provisions of these requirements and the specifications, the specifications shall govern. In the event of any conflict of interpretation of any part of this overall document, the City’s interpretation shall govern. 5. GOVERNING LAW This bid solicitation is governed by the competitive bidding requirements of the CITY and Texas Local Government Code §252, as amended. Bidders shall comply with all applicable federal, state and local laws and regulations. Bidder is further advised that these requirements shall be fully governed by the laws of the State of Texas and that the CITY of PASADENA may request and rely on advice, decisions and opinions of the Attorney General of Texas and the City Attorney concerning any portion of these requirements. 6. APPLICABLE LAW AND VENUE Any agreement resulting from this IFB shall be construed according to the laws of the State of Texas. The City and vendors agree that the venue for any legal action under this agreement shall be the Harris County, Texas. In the event that any action is brought under any agreement resulting from the IFB in Federal Court, the venue for such action shall be in the Federal Judicial District of Harris County, Texas. 7. IMMIGRATION REFORM and CONTROL ACT (IRCA) The Immigration Reform and Control Act (IRCA), also Simpson-Mazzoli Act (Pub.L. 99-603, 100 Stat. 3359, signed by President Ronald Reagan on November 6, 1986) is an Act of Congress which reformed United States immigration law. The Act made it illegal to knowingly hire or recruit illegal immigrants (immigrants who do not possess lawful work authorization), required employers to attest to their employees' immigration status, and granted amnesty to certain illegal immigrants who entered the United States before January 1, 1982 and had resided there continuously. The Act also granted a path towards legalization to certain agricultural seasonal workers and immigrants who had been continuously and illegally present in the United States since January 1, 1982. 8. INTERLOCAL PARTICIPATION 8.1. The City may enter into Interlocal Cooperation Purchasing Agreements with other governmental entities or governmental cooperatives (hereafter collectively referred to as “Entity” or “Entities”) to enhance the City’s purchasing power. At the City’s sole discretion and option, City may inform other Entities that they may acquire items listed in this Invitation for Bids (hereafter “IFB”). Such acquisition(s) shall be at the prices stated herein, and http://en.wikipedia.org/wiki/Public_law_(United_States) Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 3 shall be subject to bidder’s acceptance. Entities desiring to acquire items listed in this IFB shall be listed on a rider attached hereto, if known at the time of issuance of the IFB. City may issue subsequent riders after contract award setting forth additional Entities desiring to utilize this bid. VENDOR shall sign and return any subsequently issued riders within ten calendar days of receipt. 8.2. In no event shall City be considered a dealer, re-marketer, agent or other representative of Vendor or Entity. Further, City shall not be considered and is not an agent; partner or representative of the Entity making purchases hereunder, and shall not be obligated or liable for any such order. 8.3. Entity purchase orders shall be submitted to Vendor by the Entity. City will not be liable or responsible for any obligations, including, but not limited to, payment, and for any item ordered by an entity other than City. 8.4. Vendor authorizes City’s use of Vendor’s name, trademarks and Vendor provided materials in City’s presentations and promotions regarding the availability of use of this contract. The City makes no representation or guarantee as to any minimum amount being purchased by City or Entities, or whether Entity will purchase utilizing City’s contract. 9. ADDENDA When specifications are revised, the CITY of PASADENA Purchasing Department will issue an addendum addressing the nature of the change. Bidders must sign and include it in the returned bid package. 10. SILENCE OF SPECIFICATIONS The apparent silence of specifications as to any detail, or the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practice is to prevail and that only no and unused material and workmanship of the finest quality are to be used. All interpretations of specifications shall be made on the basis of this statement. The items furnished under this contract shall be new, unused of the latest product in production to commercial trade and shall be of the highest quality as to materials used and workmanship. Manufacturer furnishing these items shall be experienced in design and construction of such items and shall be an established supplier of the item bid. 11. NAME BRANDS Specifications may reference name brands and model numbers. It is not the intent of the CITY of PASADENA to restrict these bids in such cases, but to establish a desired quality level of merchandise or to meet a pre-established standard due to like existing items. Bidders may offer items of equal stature and the burden of proof of such stature rests with bidders. The CITY of PASADENA shall act as sole judge in determining equality and acceptability of products offered. 12. RECYCLED MATERIALS CITY of PASADENA encourages the use of products made of recycled materials and shall give preference in purchasing to products made of recycled materials if the products meet applicable specifications as to quantity and quality. CITY of PASADENA will be the sole judge in determining product preference application. 13. INSPECTIONS & TESTING City of Pasadena reserves the right to inspect any item(s) or service location for compliance with specifications and requirements and needs of the using department. If a bidder cannot furnish a sample of a bid item, where applicable, for review, or fails to satisfactorily show an ability to perform, the CITY can reject the bid as inadequate. 14. PRICING Prices for all goods and/or services shall be firm for the duration of this contract and shall be stated on the Bid Pricing form. Prices shall be all inclusive: No price changes, additions, or subsequent qualifications will be honored during the course of the contract. All prices must be written in ink or typewritten. Pricing on all transportation, freight, drayage and other charges are to be prepaid by the contractor and included in the bid prices. If there are any additional charges of any kind, other than those mentioned above, specified or unspecified, bidder MUST indicate the items required and attendant costs or forfeit the right to payment for such items. Where unit pricing and extended pricing differ, unit pricing prevails. 15. BID FORM COMPLETION Unless otherwise specified, Bidders must use the bid forms supplied by the Purchasing Office. Fill out and return to the City Secretary’s Office. An authorized representative of the bidder should sign the Bid Sheet. The contract will be binding only when signed by the CITY of PASADENA, funds are certified by the CITY Controller, as applicable, and a Purchase Order issued. 16. SCANNED OR RE-TYPED RESPONSE If in its bid response, bidder either electronically scans, re-types, or in some way reproduces the City’s published bid package, then in event of any conflict between the terms and provisions of the City’s published bid specifications, or any portion thereof, and the terms and provisions of the bid response made by bidder, the City’s bid specifications as published shall control. Furthermore, if an alteration of any kind to the City’s published bid specifications is only discovered after the contract is executed and is or is not being performed; the contract is subject to immediate cancellation. Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 4 17. BID RETURNS including ALTERNATE BIDS Bidder shall return one (1) “ORIGINAL” and one (1) “COPY” of the bid in a sealed envelope or package of comparable size. Please cut out and affix the bid label found on the last page of the IFB to the outermost mailing envelope (UPS, USPS, FEDEX, etc.) of your bid to ensure proper delivery! Only one Bid per envelope. Alternate Bids shall be in a separate envelope and marked as Alternate Bid. Bidders must return all completed bids to: City of Pasadena City Secretary’s Office 1149 Ellsworth Suite 200 Pasadena, Texas 77506 by the date and time specified. Late bids will not be accepted, and will be returned to Bidders unopened. 18. SUPPLEMENTAL MATERIALS Bidders are responsible for including all pertinent product data in the returned bid package. Literature, brochures, data sheets, specification information, completed forms requested as part of the bid package and any other facts which may affect the evaluation and subsequent contract award should be included. Materials such as legal documents and contractual agreements, which the bidder wishes to include as a condition of the bid, must also be in the returned bid package. Failure to include all necessary and proper supplemental materials may be cause to reject the entire bid. 19. VARIANCES For purposes of bid evaluation, Bidders must indicate any variances, no matter how slight, contained in the bid. No variations or exceptions by a bidder will be considered or deemed a part of the bid submitted unless such variances or exceptions are listed in the bid and referenced in the space provided on the bid pages. If variances are not stated, or referenced as required, it will be assumed that the product or service complies with the City’s terms, conditions and specifications. By receiving a bid, the City does not necessarily accept any variances contained in the bid. All variances submitted are subject to review and approval by the City. If any bid contains material variances that, in the City’s sole opinion, make that bid conditional in nature, the City reserves the right to reject the bid or part of the bid that is declared, by the City as conditional. 20. DISQUALIFICATION OF BIDDER Upon signing this bid document, a bidder offering to sell supplies, materials, services, or equipment to the CITY of PASADENA certifies that the bidder has not violated the antitrust laws of this state codified in Texas Business and Commerce Code §15.01, et seq., as amended, or the federal antitrust laws, and has not communicated directly or indirectly the bid made to any competitor or any other person engaged in such line of business. Any or all bids may be rejected if the CITY believes that collusion exists among the bidders. Bids in which the prices are obviously unbalanced may be rejected. If multiple bids are submitted by a bidder and after the bids are opened, one of the bids is withdrawn, the result will be that all of the bids submitted by that bidder will be withdrawn; however, nothing herein prohibits a vendor from submitting multiple bids for different products or services. 21. AWARD OF CONTRACT 21.1. Per Section § 252.043 of the Texas Local Government Code; 21.1.1. If the competitive sealed bidding requirement applies to the contract for goods or services, the contract must be awarded to the lowest responsible bidder or to the bidder who provides goods or services at the best value for the municipality. 21.1.2. In determining the best value for the municipality, the municipality may consider: (a) the purchase price; (b) the reputation of the bidder and of the bidder's goods or services; (c) the quality of the bidder's goods or services; (d) the extent to which the goods or services meet the municipality's needs; (e) the bidder's past relationship with the municipality; (f) the impact on the ability of the municipality to comply with laws and rules relating to contracting with historically underutilized businesses and nonprofit organizations employing persons with disabilities; (g) the total long-term cost to the municipality to acquire the bidder's goods or services; and (h) any relevant criteria specifically listed in the request for bids or proposals. Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 5 21.2. The City reserves the right to make an award on the basis of low line item, low total of lines items, or in any other combination that serves the best interest of the City and to reject any and all bids or line items at the City’s sole discretion. For the purpose of evaluation, any item left blank will be deemed “no bid”. 21.3. The City reserves the right to accept any item or group of items on this bid, unless the bidder qualifies his/her bid by specific limitations. 21.4. A written award of acceptance (manifested by a City Ordinance) and appropriation mailed or otherwise furnished to the successful bidder results in a binding contact without further action by either party. 21.5. Breaking of tie bids shall be in accordance with the Texas Local Government Code § 271.901. 21.6. Although the information furnished to bidders specified the approximate quantities needed, based on the best available information where a contract is let on a unit price basis, payment shall be based on the actual quantities supplied. The City reserves the right to delete items, prior to the awarding of the contract, and purchase said items by other means; or after the awarding of the contract, to increase or decrease the quantities bid in accordance with § 252.048 of the Texas Local Government Code. No changes shall be made without written notification of the City. 21.7. The City of Pasadena reserves the right to waive any formality or irregularity, to make awards to more than one bidder, to reject any or all bids. In the event the lowest dollar bidder meeting specifications is not awarded a contract, the bidder may appear before the City Council, the governing body and present evidence concerning his responsibility after officially notifying the Purchasing Manager of his intent to appear. 22. EVALUATION Evaluation shall be used as a determinant as to which bid items or services are the most efficient and/or most economical for the CITY. It shall be based on all factors that have a bearing on price and performance of the items in the user environment. All bids are subject to tabulation by the CITY of PASADENA Purchasing Department and recommendation to the governing body. Compliance with all bid requirements, delivery and needs of the using department are considerations in evaluating bids. The CITY of PASADENA Purchasing Department reserves the right to contact any bidder, at any time, to clarify, verify or request information with regard to any bid. 23. CONSIDERATION OF LOCATION OF BIDDER’S PRINCIPAL PLACE OF BUSINESS 23.1. Pursuant to Subchapter Z, Chapter 271.9051, Texas Local Government Code, and City of Pasadena Resolution 2009-125, in purchasing under this title any real property, personal property that is not affixed to real property, or services, if a municipality receives one or more competitive sealed bids from a bidder whose principal place of business is in the municipality and whose bid is within 5% of the lowest bid price received by the municipality from a bidder who is not a resident of the municipality, the municipality may enter into a contract for construction services in an amount of less than $100,000 or a contract for other purchases in an amount of less than $500,000 with: 23.1.1. the lowest bidder; or 23.1.2. the bidder whose principal place of business is in the municipality if the governing body of the municipality determines, in writing, that the local bidder offers the municipality the best combination of contract price and additional economic development opportunities for the municipality created by the contract award, including the employment of residents of the municipality and increased tax revenues to the municipality. 23.2. This section does not prohibit a municipality from rejecting all bids. 23.3. This section does not apply to the purchase of telecommunications services or information services, as those terms are defined by 47 U.S.C. Section 153. 23.4. In order to receive consideration, bidders must fill out and submit the Local Bidder’s Preference Form. 24. PROTESTS: 24.1. All protests regarding the solicitation process must be submitted in written form to the Purchasing Manager within five (5) working days following the opening of bids/proposals. This includes all protests relating to legal advertisements, deadlines, bid/proposal openings, and all other related procedures under the Local Government Code, as well as any protests relating to alleged improprieties or ambiguities in the specifications contained herein or in the contract documents. 24.2. Post-award protests must be submitted in written form to the Purchasing Manager within five (5) working days after award and must specify the grounds upon which the protest is based. A valid protest shall; Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 6 24.2.1. Come from an actual bidder or proposer for the contract, and 24.2.2. Who claim to be the rightful awardee. That is, the protest is not valid if filed by a bidder who cannot show they would be awarded the contract if their protest were accepted. 24.3. The Purchasing Manager, having authority to make the final determination, will respond within 10 working days to each substantive issue raised in the protest. Allowances for reconsiderations shall be made only if data becomes available that was not previously known, or if there has been an error of law or regulation. 25. CONTRACT OBLIGATION The CITY of PASADENA City Council must award the contract and the Mayor or other person authorized by the Mayor must sign the contract before it becomes binding on the CITY of PASADENA or the bidders. Department heads are NOT authorized to sign agreements for the CITY of PASADENA. Binding agreements shall remain in effect until all products and/or services covered by this purchase have been satisfactorily delivered and accepted. 26. BID DOCUMENTS AND BID EVALUATIONS A vendor, as a member of the public may request a copy of the Bid Tabulation that is compiled when the bids are opened in City Council or in the Purchasing Department after a request for Public Information is received in accordance with Texas Local Government Code, Chapter 552. However, the City will not release copies of bids or the bid evaluations until after the contract has been awarded by the City Council. In accordance with Texas Local Government Code, Chapter 552.104 EXCEPTION: INFORMATION RELATED TO COMPETITION OR BIDDING (a) Information is exempted from the requirements of Section 552.021 if it is information that, if released, would give advantage to a competitor or bidder. This is not a waiver of any exception to the requirements of public disclosure contained in the Texas Public Information Act including, but not limited to, trade secrets or other commercial or financial information that is made confidential by law. 27. INDEPENDENT CONTRACTOR It is expressly understood and agreed by both parties hereto that the City is contracting with the successful vendor as independent contractor. The parties hereto understand and agree that the City shall not be liable for any claims which may be asserted by any third party occurring in connection with the services to be performed by the successful vendor under this contract and that the successful vendor has no authority to bind the City. 28. FISCAL FUNDING A multi-year lease or lease/purchase arrangement (if requested by the Special Requirements/Instructions), or any contract continuing as a result of an extension option, must include fiscal funding out. If, for any reason, funds are not appropriated to continue the lease or contract, said lease or contract shall become null and void on the last day of the current appropriation of funds. After expiration of the lease, leased equipment shall be removed by the bidder from the using department without penalty of any kind or form to the CITY of PASADENA. All charges and physical activity related to delivery, installation, removal and redelivery shall be the responsibility of the bidder. 29. GRANT FUNDING Any contract entered into by the CITY that is to be paid from grant funds shall be limited to payment from the grant funding and the vendor/provider understands that the CITY has not set aside any CITY funds for the payment of obligations under a grant contract. If grant funding should become unavailable at any time for the continuation of services paid for by the grant, and further funding cannot be obtained for the contract, then the sole recourse of the provider shall be to terminate any further services under the contract and the contract shall be null and void. 30. INSURANCE If required, specific insurance provisions will be included in bid specifications. A copy of an insurance certificate must be submitted within ten days from request. The successful vendor will be required to maintain, at all times during performance of the contract, the insurance detailed in bid specifications. Failure to provide this document may result in disqualification of bid. 31. WAIVER OF SUBROGATION Bidder and bidder’s insurance carrier waive any and all rights whatsoever with regard to subrogation against CITY of PASADENA as an indirect party to any suit arising out of personal or property damages resulting from bidder’s performance under this agreement. 32. TERMINATION The CITY of PASADENA reserves the right to terminate the contract for default if bidder breaches any of the terms therein, including warranties of bidder or if the bidder becomes insolvent or commits acts of bankruptcy. Such right of termination is in addition to and not in lieu of any other remedies which the CITY of PASADENA may have in law or equity. Default may be construed as, but not limited to, failure to deliver the proper goods and/or services within the proper amount of time, and/or to properly perform any and all services required to the City’s satisfaction and/or to meet all other obligations and requirements. Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 7 33. TERMINATION-NOTICE Either party may cancel the contract at any time after award. The City shall be required to give the vendor notice thirty days prior to the date of cancellation of the contract. The vendor shall be required to give the City written notice sixty days prior to the date of cancellation of the contract. The CITY of PASADENA may terminate the contract without cause upon 30 days written notice. 34. INDEMNITY 34.1. CONTRACTOR COVENANTS AND AGREES TO FULLY INDEMNIFY AND HOLD HARMLESS, THE CITY AND ELECTED OFFICIALS, EMPLOYEES, OFFICERS, DIRECTORS, AND REPRESENTATIVES OF THE CITY, INDIVIDUALLY OR COLLECTIVELY, FROM AND AGAINST ANY AND ALL COSTS, CLAIMS, LIENS, DAMAGES LOSSES, EXPENSES, FEES, FINES, PENALTIES, PROCEEDINGS, ACTIONS, DEMANDS, CAUSES OF ACTION, LIABILITY AND SUITS OF ANY KIND AND NATURE, INCLUDING BUT NOT LIMITED TO, PERSONAL INJURY OR DEATH AND PROPERTY DAMAGE, MADE UPON THE CITY, DIRECTLY OR INDIRECTLY ARISING OUT OF RESULTING FROM OR RELATED TO BID ACTIVITIES UNDER THIS BID, INCLUDING ANY ACTS OR OMISSIONS OF CONTRACTOR, ANY AGENT, OFFICER, DIRECTOR, REPRESENTATIVE, EMPLOYEE, CONSULTANT OR SUBCONTRACTOR OF CONTRACTOR, AND THEIR RESPECTIVE OFFICERS, AGENTS, EMPLOYEES, DIRECTORS AND REPRESENTATIVES WHILE IN THE EXERCISE OR PERFORMANCE OF THE RIGHTS OR DUTIES UNDER THIS CONTRACT, ALL WITHOUT, HOWEVER, WAIVING ANY GOVERNMENTAL IMMUNITY AVAILABLE TO THE CITY UNDER TEXAS LAW AND WITHOUT WAIVING ANY DEFENSES OF THE PARTIES UNDER TEXAS LAW. THE PROVISIONS OF THIS INDEMNIFICATION ARE SOLELY FOR THE BENEFIT OF THE PARTIES HERETO AND NOT INTENDED TO CREATE OR GRANT ANY RIGHTS, CONTRACTUAL OR OTHERWISE, TO ANY OTHER PERSON OR ENTITY. CONTRACTOR SHALL PROMPTLY ADVISE THE CITY IN WRITING OF ANY CLAIM OR DEMAND AGAINST THE CITY OR CONTRACTOR KNOWN TO CONTRACTOR RELATED TO OR ARISING OUT OF CONTRACTOR’S ACTIVITIES UNDER THIS CONTRACT AND SHALL SEE TO THE INVESTIGATION AND DEFENSE OF SUCH CLAIM OR DEMAND AT CONTRACTOR’S COST. THE CITY SHALL HAVE THE RIGHT, AT ITS OPTION AND AT ITS OWN EXPENSE, TO PARTICIPATE IN SUCH DEFENSE WITHOUT RELIEVING CONTRACTOR OF ANY OF ITS OBLIGATIONS UNDER THIS PARAGRAPH. 34.2. IT IS THE EXPRESS INTENT OF THE PARTIES TO THIS CONTRACT, THAT THE INDEMNITY PROVIDED FOR IN THIS SECTION, IS AN INDEMNITY EXTENDED BY CONTRACTOR TO INDEMNIFY, PROTECT AND HOLD HARMLESS THE CITY FROM CONSEQUENCES OF THE CITY’S OWN NEGLIGENCE, PROVIDED HOWEVER, THAT THE INDEMNITY PROVIDED FOR IN THIS SECTION SHALL APPLY ONLY WHEN THE NEGLIGENT ACT OF THE CITY IS A CONTRIBUTORY CAUSE OF THE RESULTANT INJURY, DEATH, OR DAMAGE, AND SHALL HAVE NO APPLICATION WHEN THE NEGLIGENT ACT OF THE CITY IS THE SOLE CAUSE OF THE RESULTANT INJURY, DEATH, OR DAMAGE. CONTRACTOR FURTHER AGREES TO DEFEND, AT ITS OWN EXPENSE AND ON BEHALF OF THE CITY AND IN THE NAME OF THE CITY, ANY CLAIM OR LITIGATION BROUGHT AGAINST THE CITY AND ITS ELECTED OFFICIALS, EMPLOYEES, OFFICERS, DIRECTORS AND REPRESENTATIVES, IN CONNECTION WITH ANY SUCH INJURY, DEATH, OR DAMAGE FOR WHICH THIS INDEMNITY SHALL APPLY, AS SET FORTH ABOVE. 34.3. PATENTS/COPYRIGHTS The successful vendor agrees to indemnify and hold the City harmless from any claim involving patent infringement or copyrights on goods supplied. 35. PURCHASE ORDER AND DELIVERY The successful bidder shall not deliver products or provide services without a CITY of PASADENA Purchase Order, signed by an authorized agent of the CITY of PASADENA Purchasing Department. The fastest, most reasonable delivery time shall be indicated by the bidder in the proper place on the Pricing/Delivery Information form. Any special information concerning delivery should also be included, on a separate sheet, if necessary. All items shall be shipped F.O.B. INSIDE DELIVERY unless otherwise stated in the specifications. This shall be understood to include bringing merchandise to the appropriate room or place designated by the using department. Every tender or delivery of goods must fully comply with all provisions of these requirements and the specifications including time, delivery and quality. Nonconformance shall constitute a breach which must be rectified prior to expiration of the time for performance. Failure to rectify within the performance period will be considered cause to reject future deliveries and cancellation of the contract by CITY of PASADENA without prejudice to other remedies provided by law. Where delivery times are critical, the CITY of PASADENA reserves the right to award accordingly. 36. DELIVERY OF GOODS/SERVICES 36.1. All materials are to be delivered F.O.B.; City of Pasadena designated facility. 36.2. Delivery dates pertaining to this invitation must be clearly stated in the bid form where required and include weekends and holidays. Failure to comply with this requirement may be a cause for disqualification of bid. Unless Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 8 otherwise specified, delivery at the earliest date is required. The bidder will clearly state in the bid the time required for delivery upon receipt of contract or purchase order. Proposed delivery time must be specific and such phrases “as required,” “as soon as possible” or “prompt” may result in disqualification of the bid. 36.3. Upon award of a contract, the vendor is obligated to deliver the goods to the destination specified in the Invitation for Bids or the Purchase Order and bears the risk of loss until delivery. If this Invitation for Bids or Purchase Order does not contain delivery instructions, bidders shall request instructions in writing from the Purchasing Manager. If the delivery instructions contained in the Invitation for Bids allocate delivery costs and risks in a manner contrary to this section, the provisions of this Invitation for Bids shall prevail. 36.4. The City shall have a reasonable time (but not less than 30 days) after receipt to inspect the goods and services tendered by vendor. The City at its option may reject all or any portion of such goods or services which do not, in City’s sole discretion, comply in every respect with all terms and conditions of the contract. The City may elect to reject the entire goods and services tendered even if only a portion thereof is nonconforming. If the City elects to accept nonconforming goods and services, the City, in addition to its other remedies, shall be entitled to deduct a reasonable amount from the price thereof to compensate the City for the nonconformity. Any acceptance by the City, even if non-conditional, shall not be deemed a waiver or settlement of any defect in such goods and services. 36.5. When delivery is not met as provided for in the contract, the Purchasing Department reserves the right to make the purchase on the open market, with any cost in excess of the contract price paid by the vendor, in addition to any other damages, direct or consequential, incurred by the City as a result thereof. In addition, failure of the vendor to meet the contract delivery dates will be cause for removal of the vendor from the City’s list of eligible bidders as determined by the Purchasing Department. 37. MATERIAL SAFETY DATA SHEETS Under the “Hazardous Communication Act”, commonly known as the “Texas Right to Know Act”, a bidder must provide to the CITY with each delivery, material safety data sheets, which are applicable to hazardous substances, defined in the Act. Failure of the bidder to furnish this documentation will be cause to reject any bid applying thereto. 38. TITLE TRANSFER Title and Risk of Loss of goods shall not pass to CITY of PASADENA until CITY of PASADENA actually receives and takes possession of the goods at the point or points of delivery. Receiving times may vary with the using department. Generally, deliveries may be made between 8:30 a.m. and 4:00 p.m., Monday through Friday. Bidders are advised to consult the using department for instructions. The place of delivery shall be shown under the “Special Requirements/Instructions” section of this bid package and/or on the Purchase Order as a “Deliver To:” address. 39. WARRANTIES Bidders shall furnish all data pertinent to warranties or guarantees which may apply to items in the bid. Bidders may not limit or exclude any implied warranties. Bidder warrants that product sold to the CITY shall conform to the standards established by the U.S. Department of Labor under the Occupational Safety and Health Act of 1970. In the event product does not conform to OSHA Standards, where applicable, CITY of PASADENA may return the product for correction or replacement at the bidder’s expense. If bidder fails to make the appropriate correction within a reasonable time, CITY of PASADENA may correct at the bidder’s expense. 40. INVOICES AND PAYMENTS Bidders shall submit an original invoice on each purchase order or purchase release after each delivery, indicating the purchase order number. Invoices must be itemized. Any invoice, which cannot be verified by the contract price and/or is otherwise incorrect, will be returned to the bidder for correction. Under term contracts, when multiple deliveries and/or services are required, the bidder may invoice following each delivery and the CITY will pay on invoice. Contracts providing for a monthly charge will be billed and paid on a monthly basis only. Prior to any and all payments made for goods and/or services provided under this contract, the bidder should provide his Taxpayer Identification Number or social security number as applicable. This information must be on file with the CITY Finance office. Failure to provide this information may result in a delay in payment and/or back-up withholding as required by the Internal Revenue Service. 41. TAXES The CITY of PASADENA is exempt from all federal excise, state and local taxes unless otherwise stated in this document. The CITY of PASADENA claims exemption from all sales and/or use taxes under Texas Tax Code §151.309, as amended. Texas Limited Sales Tax Exemption Certificates will be furnished upon written request to the CITY of PASADENA Purchasing Department. 42. ASSIGNMENT The successful vendor shall not sell, assign, transfer or convey this contract in whole or in part, without the prior written consent of the City of Pasadena Purchasing Department. Any such assignment or transfer shall not release vendor from all contractual obligations Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 9 43. CONTRACT RENEWALS Renewals may be made ONLY by written agreement between the CITY of PASADENA and the bidder. 43.1. No request for a price escalation will be considered for the first year of the contract period. Requests for price escalation at the time of contract renewal may be made under the following conditions: 43.1.1. Contractor will be required to provide written confirmation from his supplier indicating the exact percentage of increase as well as the effective date of the escalation; Or 43.1.2. Such adjustment shall be based on the latest 12-Month Percent Change in the following Series: Series Id: PCU3329113329113Z Industry: Industrial valve manufacturing Product: Industrial valves for water works and municipal equipment (IBBM, AWWA, and UL) and Series Id: PCU326122326122 Industry: Plastics pipe and pipe fitting manufacturing Product: Plastics pipe and pipe fitting manufacturing as published by the Bureau of Labor Statistics, U.S. Department of Labor. Any requested adjustment shall be fully documented and submitted to the City at the time the Contractor agrees to an extension. Any approved cost adjustments shall become effective on the beginning date of the approved contract extension. If documentation is not provided, a price increase will not be allowed. 43.1.3. The City reserves the right to accept or reject the price increase; 43.1.4. In the event the City does not wish to accept the adjusted costs and the matter cannot be resolved to the satisfaction of the City, the Contract will be considered cancelled on the scheduled expiration date. 44. HOUSE BILL 914 DISCLOSURE OF CERTAIN RELATIONSHIPS The Texas Ethics Commission adopted Form CIQ (Conflict of Interest Questionnaire) pursuant to H.B. 914. Effective January 1, 2006, Chapter 176 of the Texas Local Government Code requires that any vendor or person considering doing business with a local government entity disclose pertinent information in the Questionnaire Form CIQ. The questionnaire is to be filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. The CIQ Form can be located at http://www.ethics.state.tx.us/forms/CIQ.pdf http://www.ethics.state.tx.us/forms/CIQ.pdf Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 10 SPECIAL CONDITIONS 1. QUESTIONS AND ADDENDUM All questions that bidders wish to have addressed and that might require an addendum must be submitted in writing at least seven (7) days prior to the bid due date and faxed to (713) 920-7938 ATTN: Bob Ward or e-mailed to rward@pasadenatx.gov. If required, written addendum will be issued within two (2) days and posted on the Purchasing Dept. website, DemandStar and emailed to all bidders who have been sent a copy of this IFB. 2. DELIVERY REQUIREMENTS All parts and or materials will be ordered as needed throughout the term of this contract. Any materials/parts necessitating delivery shall be FOB Destination, Pasadena, TX where required all cost involved in the packaging, and handling will be included. 3. REPURCHASE AGREEMENT - Each bidder, in submitting his bid, agrees to repurchase any and all standard inventory parts and supplies which become obsolete due to changes which may occur within the City fleet. This repurchase agreement shall be effective during the entire period of the contract. The City agrees that only parts or supplies that have not been used, tampered with and that are contained in the original containers will be returned under the provision of this clause. This clause is applicable to any item purchased under the contract. 4. REJECTED PARTS – Parts that are rejected for failure to meet prescribed minimum specifications shall be returned to the supplier at no cost to the City of Pasadena. 5. ESTIMATED QUANTITIES Quantities are estimated and based on projected usage. It is specifically understood and agreed that these quantities are approximate and any increased quantities will be paid at the quoted price. The contractor shall not have any claim against the City of Pasadena for any quantities ordered that are less or exceed the original bid quantity. Awarded Vendor shall be required to maintain 10% of the Cities annual usage for each line item of this bid at their warehouse for the entire term of this contract. Upon termination of this contract any and all remaining parts not to exceed 10% of the annual usage per line item, shall be purchased by the City of Pasadena within 60 days after termination of contract. 6. INVOICING - Invoices for Supplies must reference a purchase order and must be signed by a City of Pasadena employee when the supplies are delivered to the City of Pasadena; or when the supplies are picked up by the City of Pasadena. Having the invoice ready when supplies are delivered, or picked up, will avoid confusion and expedite your payment. Be sure to have a purchase order number prior to supplying any supplies. Invoices will reflect Manufactures/Suppliers list price, Discount applied and Price minus discount. 7. TRAVEL TIME - Location, driving time (distance) and traffic congestion will be factors considered in the evaluation and recommendation for award of this bid. Close proximity to the City of Pasadena Fleet Maintenance of the awardee will decrease downtime, reduce maintenance cost, and will be a major factor in the consideration for award. 8. MATERIAL SAFETY DATA SHEETS Under the “Hazardous Communication Act”, commonly known as the “Texas Right to Know Act”, a bidder must provide to the CITY with each delivery, material safety data sheets, which are applicable to hazardous substances, defined in the Act. Failure of the bidder to furnish this documentation will be cause to reject any bid applying thereto. 9. DESCRIPTIVE LITERATURE containing sufficient information to determine product compliance with specifications must accompany bid. The City of Pasadena reserves the right to request samples from bidder(s) prior to award of contract. The City of Pasadena will accept Brochures, Price List and Catalogs on CDs. CDs must be marked with your company name and name of the catalog name, year and/or number. 10. EMERGENCY DELIVERIES In case of an emergency experienced by the City, the vendor is requested to supply the needed material immediately, if possible. If the vendor cannot respond, then the emergency requirement may be purchased on the open market. Such emergency purchases shall not be considered a breach of contract by the City or the vendor. mailto:Rward@ci.pasadena.tx.us Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 11 SPECIFICATIONS 1. SCOPE: The City of Pasadena is seeking Bids from qualified suppliers, hereinafter referred to as the Contractor, to provide Water and Wastewater fittings and supplies in accordance with the terms, conditions, and specifications. The specifications are to ensure that the quality and standards meet and/or exceed AWWA and NSF Standards. This supply contract will be utilized by the Public Works Department for the construction and repair of water and wastewater lines located throughout the city. 2. TERM: The initial term of the agreement shall be for a period of one (1) year from the date of City Council approval. The City has the right to extend the contract period for two (2) additional, one (1) year periods upon mutual agreement between the City of and the contractor. After six (6) months the awarded vendor may submit a request for price increase, this increase must be supported by documentation from the manufacture showing the increase, this increase is dependent on City approval and shall not exceed 10%. In the event services are scheduled to end because of the expiration of this contract, the Contractor shall continue the service upon the request of the Purchasing Director. The extension period shall not extend for more than 120 days beyond the expiration date of the existing contract. The Contractor shall be compensated for the service at the rate in effect when this extension clause is invoked by the City. 3. AWARD: This bid may be awarded in whole or in part to multiple vendors, or in any other combination that serves the best interest of the City and to reject any and all bids or line items at the City’s sole discretion. 4. GROUP I – BRASS Section A - Waterworks Brass All brass including the ball in contact with potable water will be heavy wall design made of no lead material as defined in section 4 of current C800 specification. Parts not in contact with potable water may be made of other material suited for buried water services as specified in AWWA C800. Treading and tolerances will be in accordance with latest revisions of AWWA C800 specifications. All Ball valve, Couplings and adaptors will be pressure rated for 300 PSI... All ball valves will be factory tested in the open and closed position. All waterworks fittings and ball valves will be guaranteed for a minimal 40 years against factory defects. All fittings will have a lifetime guarantee against lead leachate from the casting. “Washed” brass will not be acceptable. No lead fittings will be Cambridge Brass or approved equal. Section B - Malleable Brass Fittings and Nipples All brass in contact with potable water will be heavy wall design made of no lead material as defined in section 4 of current AWWA C800 specification. Parts not in contact with potable water may be made of other material suited for buried water services as specified in AWWA C800. Treading and tolerances will be in accordance with latest revisions of AWWA C800 specifications. 5. GROUP II – PLASTIC RECTANGULAR BLACK METER BOX W/ PLASTIC AMR LID & POLY TUBING The Meter Box and Lids listed in this section shall be designed to withstand loading in non- deliberate and incidental traffic. Meter Box and Lid shall be black and constructed out of modified polyethylene material for maximum durability and corrosion resistance. The black material is for maximum UV protection. The black material shall be uniform throughout the Meter Box and Lid for maximum longevity and not have a foaming agent that creates air pockets within the plastic wall. 5.1. SOLID BLACK POLYMER AMR READER SLOT LID, (RMB152712-NSW) or approved equal Vertical and Lateral Load Rating: • Compliant with AASHTO, Design Load of H-10; ASTM C 857-95, Design Load of A-8, 8,000 lbs, transferred through a 10" x 10" steel plate centered in the cover and body. Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 12 • Compliant with AASHTO, Design Load of H-20: ASTM C 857-95, Design Load of A-16, 16.000 lbs, transferred through a 10" x 20" steel plate centered on the cover and body. • This product is designed to withstand H-10 and H-20 loading in non-deliberate or incidental traffic areas. Polymer AMR/AMI Lid: • The Polymer lid shall be black and have a molded finger hole. • The Polymer lid shall seat securely and evenly inside the Meter Box and shall not overlap the top edge of the Meter Box. • The Polymer lid shall have two (2) molded slide mount brackets for placement of AMR device. • The Polymer lid shall have molded tread-pattern for skid resistance - tread dimensions shall be 188 x .938 x .150 deep. • The Polymer lid shall have ''Water Meter" molded into the lid - Font shall be Std Fadal CNC Font w/ 1" characters x .150 deep. • The Polymer lid shall retrofit existing concrete meter boxes with similar dimensions and be able to adjust in the field. 12" STANDARD PLASTIC RECTANGULAR BLACK BOX W/ PLASTIC READER LID 5.2. SERIES D1200 SOLID BLACK POLYMER AMR SLIDE LID, or approved equal Size: Single, Dual and Jumbo” Plastic Lid with AMR Slide Mount • The Plastic lid shall have a MINIMUM weight of 2.50 lbs. • The Plastic lid shall be BLACK • The Plastic lid shall have a 7-1/2” x 7-7/16” slide mount attached with stainless steel screws. • The Plastic slide mount shall have a molded gate for ease of installation. • The Plastic lid shall seat securely and evenly inside the Meter Box and shall not overlap the top edge of the Meter Box. • The Plastic lid shall have molded diamond tread-pattern for skid resistance • The Plastic lid shall have 'Water" molded into the lid. 5.3. SERIES D1200 SOLID BLACK POLYMER METER BOX, or approved equal Size: Single Black Plastic Body • The Plastic body shall have a MINIMUM weight of 7.65 lbs. • The Plastic body shall be BLACK. • The plastic body wilt have pipe slots on each end of the box that measure – 2-1/2” x 3-1/2" • The plastic body shall have support ribbing at the base and lid opening for resistance to backfilling- as illustrated. 5.4. POLY TUBING Tubing shall be NSF certified and is manufactured to meet ASTM Standard D2737 for Water Service Tubing and D2239 ID Controlled for Iron Pipe Sizes and D3035 for OD Controlled Iron Pipe Size. Poly tubing shall be High Density made from PE4710 resin, providing the highest strength pipe at the lightest weight. The manufacturer warranty shall be no less than 40 years against rot, rust, electrolytic corrosion, and defects in workmanship and materials. All tubing shall be ordered and delivered in 100 ft. increments unless otherwise requested by the City of Pasadena 6. GROUP III - PVC FITTINGS Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 13 6.1. Schedule 40 PVC Fittings Fittings shall be manufactured from virgin rigid PVC (polyvinyl chloride) vinyl compounds with a Cell Class of 12454 as identified in ASTM D 1784. 6.2. PVC DWV Solvent Weld Fittings 4” through 12” injection molded solvent weld Drain, Waste, and Vent (DWV) fittings shall be manufactured in accordance with ASTM D2665, F1866, F2135. Solvent weld DWV fittings shall be certified by the National Sanitation Foundation (NSF) to meet ASTM D2665, F1866, and ASTM F2135, as applicable; and they shall be certified by the International Association of Plumbing and Municipal Officials (IAPMO) to meet the requirements of the Uniform Plumbing Code (UPC), as applicable. 6.3. SDR 35 PVC Solvent Weld Sewer Fittings 4” through 12” injection molded solvent weld SDR 35 sewer fittings shall be manufactured in accordance with ASTM D 3034 and CSA B182.2. They shall be molded from virgin PVC compound having a minimum cell classification of 12454-B in accordance with, and certified by the National Sanitation Foundation (NSF), to meet ASTM D 1784. Solvent weld SDR 35 sewer fittings shall be certified by the National Sanitation Foundation (NSF) to meet ASTM D 3034 and, in applicable configurations by the International Association of Plumbing and Municipal Officials (IAPMO) to meet ASTM D 3034. 6.4. SDR 35 PVC Gasketed Sewer Fittings 4” through 12” injection molded gasketed SDR 35 sewer fittings shall be manufactured in accordance with ASTM D 3034, ASTM F1336. They shall be injection molded from virgin PVC compound having a cell classification of 12454 or 13343 in accordance with, and certified by the National Sanitation Foundation (NSF), to meet ASTM D 1784. Gaskets shall be manufactured in accordance with ASTM F 477 or ASTM F 913. Gaskets shall be firmly seated in fitting in order to ensure proper installation and to prevent dislocation or misalignment during system assembly. Gasket joints must comply with ASTM D 3212 Internal Pressure Test (exfiltration) and Vacuum Test (infiltration) at 5 degrees of gasket joint deflection. Where available, reducing branches on injection molded 8”, 10”, and 12” tees, wyes, and tee-wyes shall be minimum DR18 wall thickness in the reducing branch body and reducing branch hub below the gasket race. Gasketed SDR 35 sewer fittings shall be certified by the National Sanitation Foundation (NSF) and, in applicable configurations, by the International Association of Plumbing and Municipal Officials (IAPMO) to meet ASTM D 3034. 6.5. SDR 26 PVC Heavy Wall Gasketed Sewer Fittings 4” through 18” gasketed SDR 26 sewer fittings shall be manufactured in accordance with ASTM D 3034 and F 1336. Fitting gaskets shall comply with ASTM F 477 or ASTM F 913. Fitting gaskets shall be locked firmly in position to prevent displacement. 4” through 8” SDR 26 fittings shall have green color-coded gasket retaining rings for easy identification. 4” through 8” fittings shall be injection molded from virgin PVC compound having a minimum cell classification of 12454 or 13343 in accordance with, and certified by the National Sanitation Foundation (NSF), to meet ASTM D 1784. 10” through 15” gasketed SDR 26 sewer fittings may be injection molded or fabricated from pipe meeting the requirements of ASTM D 3034. Gasket joints of all fitting sizes must comply with ASTM D 3212 Internal Pressure Test (exfiltration) and Vacuum Test (infiltration) at 5 degrees of gasket joint deflection. Gasketed SDR 26 sewer fittings shall be certified by the National Sanitation Foundation (NSF) to meet ASTM D 3034. 6.6. Rubber Adapter Fittings This specification describes material and physical requirements for non-rigid PVC preformed molded and spliced gaskets used in mechanical couplings. These couplings are used in gravity flow drain, waste, and vent (DWV), sewer, sanitary, and storm plumbing systems. They include couplings to join similar and dissimilar piping sizes and piping material. 7. GROUP IV – CAST IRON / DUCTILE IRON MECHANICAL JOINTS AND FITTINGS Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 14 7.1. CAST IRON/DUCTILE IRON FLANGED FITTINGS Material: Cast Iron: ASTM A48, Grade 25B (2” - 14”) / Grade 30B (16” - 54”) Ductile Iron ASTM A536 Pressure: 250 PSI Water Working Pressure for Cast Iron sizes 2” - 12” 250 PSI Water Working Pressure for Ductile Iron sizes 2” - 48” 150 PSI Water Working Pressure for Cast Iron sizes 14” - 54” 150 PSI Water Working Pressure for Ductile Iron sizes 54” - 64” Testing: In accordance with ANSI / AWWA C110 / A21.10 Laying Length: In accordance with ANSI / AWWA C110 / A21.10 Cement Lining: In accordance with ANSI / AWWA C104 / A21.4 Coating: Inside - Tar coated (bituminous) in accordance with ANSI / AWWA C104 / A21.04 Outside - Red or Black Primer. Approvals: 2”-16” Underwriters Laboratories listed and Factory Mutual Approved. Standards: ANSI / AWWA C110 / A21.10 7.2. Ductile Iron Mechanical Joint Fittings Class 350 Material: Ductile Iron ASTM A536 Pressure: 350 PSI WATER WORKING PRESSURE (CLASS 350) 3” - 24”: & 250 PSI 30” - 48” Testing: In accordance with ANSI / AWWA C153 / A21.53 & UL - FM requirements Laying Length: Short body design - straight section of body deleted to provide a compact and lighter fitting without reducing strength or flow characteristics, in accordance with ANSI / AWWA C153 / A21.53 Cement Lining: In accordance with ANSI / AWWA C104 / A21.4 COATING: Tar coated (bituminous) inside and out in accordance with ANSI / AWWA C104 / A21.4 Gaskets: SBR in accordance with ANSI / AWWA C111 / A21.11 T-Bolts: Low Alloy corrosion resistant high strength steel in accordance with ANSI / AWWA C111 / A21.11 Approvals: 3”-16” Underwriters Laboratories listed and Factory Mutual Approved. Standards: Certified to NSF61 Standard ANSI / AWWA C153 / A21.53 for Compact Ductile Iron Fittings 3”-48” for water and other liquids. 7.3 MJ Fitting Restraints All MJ fittings shall be delivered with One Lock, Mega Lug restraint or approved equal. MJ restraints shall secure to the pipe as well as the valve 8. GROUP V - COUPLINGS, CLAMPS and SADDLES 8.1. Couplings Shall be ductile iron epoxy coated, rating up to 300 PSI, gasket ranges embossed on each gasket for identification, low alloy bolts and heavy hex nuts. 8.2. Saddles The saddle body is cast from ductile (nodular) iron, meeting or exceeding ASTM A 536, Grade 65-45- 12. Straps shall be Type 304 (18-8) heavy gauge Stainless Steel per ASTM A 240. Straps are two inches wide to spread out clamping forces on the pipe. GMAW and GTAW welds. Passivated for corrosion resistance. Casting shall be coated with fusion bonded black nylon, 10-12 mils thick, with a dielectric strength of 1,000 v/mil. Pressure ratings shall be as follows: Ductile iron, cast iron and steel pipe: rating of pipe up to 350 psi maximum, pipe sizes up through 24 inch, larger than 24 inch up to 30-inch pressure rating is 150 psi. PVC and asbestos cement pipe; rating of pipe, PVC up to 305 psi. Accepted manufacturer includes Smith Blair and Romac. Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 15 9. GROUP VI - GATE VALVES and FIRE HYDRANTS 9.1. Gate Valves Valves shall meet or exceed ANSI/AWWA C509 (Latest Version). The wedge shall be fully encapsulated, inside and out, with EPDM rubber. The stem shall have two O-ring seals above the thrust collar and one below. The upper two O-rings must be replaceable with the valve under full working pressure. The stem material shall be stainless steel, and must not contain any zinc, aluminum, or lead. The waterway shall be full nominal size, without depressions, projections, or cavities. All Ferrous parts of the valve shall be coated and lined with a fusion bonded epoxy coating applied at the manufacturer’s location. All epoxy coatings shall be in accordance with ANSI/AWWA C550 (Latest Version) and ANSI/NSF-61 Certified. All bolts and washers shall be stainless steel. In addition, bonnet bolts shall be installed by the Manufacturer so as to not be exposed to the environment. All gaskets shall be of the O-ring style. The bonnet gasket shall fully encapsulate the bonnet bolts so that the threads between the bonnet and the body are neither exposed to the environment or the water inside the gate valve. All valves shall be hydraulically tested and both sides of the closed wedge to full rated working pressure and against the body to twice the rated working pressure. Where applicable, all valves shall be UL Listed, ULC Listed, and FM Approved. All valves shall be covered by a manufacturer’s 10 Year Limited Warranty. All valves shall be as manufactured by American AVK or approved equal. 9.2. Fire Hydrants The operating nut shall be bronze non-rising pentagonal in shape, measuring 11/2” from point to flat. The operating nut shall be protected by a weather shield seated in a fashion to allow operation of the hydrant with the weather shield attached. A lubricant chamber shall be provided, sealed on the bonnet by a zerk fitting. Lubricant used shall be food grade. The design shall be such that the operating parts are automatically lubricated each time the hydrant is cycled. There shall be no less than two (2) “O” rings separating the grease reservoir from the water way. An anti-friction washer shall be placed between the thrust nut and the operating nut and between the operating nut and the bonnet to minimize operating torque. The hydrant bonnet shall be attached to the upper barrel by not less than six (6) bolts, washers, and nuts utilizing a non-slip stainless steel gasket encapsulated with rubber. A stop nut shall be threaded on the top portion of the upper stem to minimize chances of the main valve being damaged. Hydrants shall be three way, having two (2) 21/2” hose nozzles with national standard threads and one (1) pumper nozzle measuring 41/2” inside diameter with national standard threads conforming to City of Pasadena standards. Nozzles shall be of the 1⁄4 turn bayonet lug style, secured with a stainless- steel set screw, allowing ease of change out after damage. Hydrants shall be “traffic-model” having upper and lower barrels joined approximately two (2) inches above the ground line by a separate and breakable “swivel” flange providing 360 degrees rotation of upper barrel for proper nozzle facing. The flange shall not employ no less than four (4) bolts, washers, and nuts. The ground line, which shall be clearly embossed on the lower barrel, shall not be less than approximately eighteen (18) inches from the centerline of the lowest nozzle. All ferrous parts shall be fusion bonded epoxy coated and lined. All coatings shall be applied in accordance with ANSI/AWWA C550 internally and externally. The main valve shall be a one piece constructed of ductile iron encapsulated with EPDM rubber and shall not be less than 51/4” diameter. Hydrants shall be equipped with drain valves which drain the barrel when the hydrant is closed and seal shut when the hydrant is opened. These drain openings shall be an integral part of the one-piece bronze drain ring. They shall operate without utilizing springs, toggles, rubes, levers, or other intricate synchronizing mechanism. The six (6) inch connection shoe shall be as specified (mechanical joint) having ample blocking pads for sturdy setting and two (2) strapping lugs to secure the hydrant to the piping. A minimum of six (6) bolts and nuts are required to fasten the shoe to the lower barrel. The shoe shall be replaceable without dismantling the hydrant or disassembly of the main valve. The fire hydrant body and shoe shall be constructed of ductile iron. Fire hydrants shall meet or exceed ANSI/AWWA C503. Hydrants shall be UL/ULC listed and FM approved. Hydrants shall be covered by a manufacturer’s 10-year limited warranty and a 10-year unconditional warranty on the main valve. All hydrants will be model 2700/2780 Series as manufactured by American AVK or approved equal. Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 16 10. GROUP VII - CASTINGS 10.1. Sanitary/Storm manhole covers Sanitary Sewer and Storm Sewer manhole covers shall have the City of Pasadena logo designed in accordance to most current specifications. Covers shall be 23-1/2” or 32” as specified by line items. Note: all questions regarding the specifications must be resolved prior to bid opening. If you need clarification of the specifications, or wish to request a change in the specifications to allow an offer of a functionally equal piece of equipment, present these questions or recommendations to the city as soon as possible. Requests must reach the City’s Purchasing Department no later than seven [7] days prior to the bid opening date. Requests can be faxed to (713) 920-7938 or emailed to Rward@pasadenatx.gov Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 17 BID PRICING SHEET For the purpose of evaluation, any item left blank will be deemed “no bid” 22-010 Water & Wastewater Fittings and Supplies Section 1 Group A Service Brass Item # COP Stock # MFG & MFG Part # Description QTY UOM Unit Price EXT. Price 1 24211 3/4" Compression (CTS) X 3/4" MIP Adaptor 120 EA 2 24213 1" Compression (CTS) X 1" MIP Adaptor 50 EA 3 24215 1 1/2" Compression (CTS) X 1 1/2 MIP Adaptor 20 EA 4 24217 2" Compression (CTS) X 2" MIP Adaptor 30 EA 5 24210 3/4" Compression (CTS) X 3/4" FIP Adaptor 80 EA 6 24212 1" Compression (CTS) X 1" FIP Adaptor 25 EA 7 24214 1 1/2" Compression (CTS) X 1 1/2" FIP Adaptor 7 EA 8 24216 2" Compression (CTS) X 2" MIP Adaptor 15 EA 9 21799 3/4" Flare Insert w/ O-ring Cambridge Part # 85NL-3 or equal 100 EA 10 24300 3/4" X 3/4" Compression (CTS) Coupling 200 EA 11 24299 1" X 3/4” Compression (CTS) Coupling 150 EA 12 24301 1" X 1" Compression (CTS) Coupling 100 EA 13 24302 1 1/2" X 1 1/2" Compression (CTS) Coupling 15 EA 14 24303 2" X 2" Compression (CTS) Coupling 15 EA 15 21500 3/4" Meter Coupling 2 1/2" 600 EA 16 21501 1" Meter Coupling 2 5/8" 100 EA 17 24002 3/4" CC X Compression (CTS) Corp Stop 2 EA 18 24004 1" CC X Compression (CTS) Corp Stop 100 EA 19 24006 1 1/2" Compression (CTS) Corp Stop 10 EA 20 24008 2" CC X Compression (CTS) Corp Stop 20 EA 21 24101 1" Compression (CTS) X FIP Curb Stop w/ lock wing 80 EA Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 18 Section 1 Group A Service Brass Continued Item # COP Stock # MFG & MFG Part # Description QTY UOM Unit Price EXT. Price 22 24102 1 1/2" Compression (CTS) X FIP Curb Stop w/ lock wing 10 EA 23 24103 2" Compression (CTS) X FIP Curb Stop w/ lock wing 25 EA 24 24104 3/4" Compression (CTS) X FIP Long Curb Stop w/ lock wing 400 EA 25 24107 1" Flare X FIP Curb Stop w/ lock wing 2 EA 26 24108 1" Compression (CTS) X 3/4" MTR Nut Curb Stop w/ lock wing 200 EA 27 24109 3/4" Female X Female Curb Stop w/ lock wing 60 EA 28 24111 1" Female X Female Curb Stop w/ lock wing 10 EA 29 24112 1 1/2" Female X Female Curb Stop w/ lock wing 10 EA 30 24113 2" Female X Female Curb Stop w/ lock wing 10 EA 31 24130 3/4" Flare X Meter Nut Curb Stop w/ lock wing 20 EA Section 1 Group A Service Brass Subtotal: Section 1 Group B Service Brass Item # COP Stock # MFG & MFG Part # Description QTY UOM Unit Price EXT. Price 32 24650 3/4" 90 Degree Brass Elbow 20 EA 33 24651 1" 90 Degree Brass Elbow 10 EA 34 24652 1 1/2" 90 Degree Brass Elbow 10 EA 35 24653 2" 90 Degree Brass Elbow 20 EA 36 24402 1" X 3/4" Brass Bushing 20 EA 37 24403 1 1/2" X 3/4" Brass Bushing 5 EA 38 24404 2" X 1 1/2" Brass Bushing 20 EA 39 24553 2" Cap Brass 5 EA 40 24500 3/4" Threaded Brass Plug 15 EA Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 19 Section 1 Group B Service Brass Continued Item # COP Stock # MFG & MFG Part # Description QTY UOM Unit Price EXT. Price 42 24700 3/4" Brass Tee 10 EA 43 24701 1" Brass Tee 5 EA 44 24703 2" Brass Tee 10 EA 45 24600 3/4" Brass Coupling 50 EA 46 24601 1" Brass Coupling 10 EA 47 24602 1 1/2" Brass Coupling 5 EA 48 24603 2" Brass Coupling 10 EA 49 24450 3/4" X 1/2" Brass Reducer Coupling 5 EA 50 24460 1" X 3/4" Brass Bell Reducer Coupling 20 EA 51 24470 1 1/2" Brass Bell Reducer Coupling 10 EA 52 24471 2" X 1 1/2" Brass Bell Reducer Coupling 5 EA 53 24751 3/4" X 2" Brass Nipple 20 EA 54 24752 3/4" X 3" Brass Nipple 15 EA 55 24753 3/4" X 4" Brass Nipple 10 EA 56 24754 3/4" X 5" Brass Nipple 15 EA 57 24755 3/4" X 6" Brass Nipple 2 EA 58 24760 1" x Close Brass Nipple 10 EA 59 24761 1" X 2" Brass Nipple 10 EA 60 24763 1" X 4" Brass Nipple 10 EA 61 24765 1" X 6" Brass Nipple 5 EA 62 24770 1 1/2" x Close Brass Nipple 25 EA 63 24772 1 1/2" X 3" Brass Nipple 10 EA 64 24774 1 1/2" X 5" Brass Nipple 5 EA 65 24775 1 1/2" X 6" Brass Nipple 5 EA Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 20 Section 1 Group B Service Brass Continued Item # COP Stock # MFG & MFG Part # Description QTY UOM Unit Price EXT. Price 66 24780 2" x Brass Close Nipple 40 EA 67 24782 2" X 3" Brass Nipple 10 EA 68 24783 2" X 4" Brass Nipple 10 EA 69 24784 2" X 5" Brass Nipple 5 EA 70 24785 2" X 6" Brass Nipple 20 EA 71 20002 3/4" Male Hose Bibb 20 EA 72 24851 2" Brass Gate Valve IPS 10 EA 73 20022 3/4" Brass Hose Bibb Backflow Preventer 60 EA 74 22400 3/4" Long Galv Comp Coupling 10 EA 75 22401 1" Long Galv Comp Coupling 5 EA Section 1 Group B Service Brass Subtotal: Grand Total Section I Group A & B: Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 21 Group 2 Meter Boxes, Lids & Poly Tubing Item # COP Stock # MFG & MFG Part # Description QTY UOM Unit Price EXT. Price 76 21401 2" Meter Box Solid Lid w/AMR Slide Sigma #RMB152712-NSW 50 EA 77 21300 Single Plastic Meter Box Body D1200 500 EA 78 21400 Plastic Solid Lid w/AMR Slide D1200 825 EA 79 21301 Jumbo Plastic Meter Box Sigma # RMB152712-NSW 50 EA 80 29100 3/4" X 100' Black Poly Tubing 200 PSI 20 EA 81 29101 1" X 100' Black Poly Tubing 200 PSI 30 EA 82 29102 1 1/2" X 100' Black Poly Tubing200 PSI 5 EA 83 29103 2" X 100' Black Poly Tubing 200 PSI 10 EA Grand Total Section 2: Group III Section A- Rubber Adaptor Item # COP Stock # MFG & MFG Part # Description QTY UOM Unit Price EXT. Price 84 29798 4" Clay X 4" CI/PVC 50 EA 85 29800 4" CI/PVC X 4" CI/PVC 5 EA 86 29801 4" Concrete X 4" CI/PVC 50 EA 87 29802 6" Concrete X 6" CI/PVC 50 EA 88 29803 8" Concrete X 8" CI/PVC 20 EA 89 29804 4" CI/PVC X 4" CI/PVC Long 2 EA 90 29805 6" CI/PVC X 6" CI/PVC 5 EA 91 29806 6" Concrete X 4" CI/PVC 2 EA 92 29807 4" AC/DI X 4" CI/PL 130 EA Group III Section Subtotal: Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 22 Group III Section B-PVC Fittings Item # COP Stock # MFG & MFG Part # Description QTY UOM Unit Price EXT. Price 93 29761 6" SCH 40 45 Degree H x H 10 EA 94 29765 8" SCH 40 45 Degree H x H 10 EA 95 29764 6" SCH 40 90 Degree H x H 5 EA 96 29762 6" Coupling SCH 40 20 EA 97 29796 8" Coupling SCH 40 10 EA 98 29754 2" Coupling PVC SCH 40 2 EA 99 29755 3" Coupling PVC SCH 40 5 EA 100 29756 4" Coupling SCH 40 Deep Socket 60 EA 101 29757 4" Coupling SDR - 35 w/ Stop 50 EA 102 29828 6" X 4" SCH 40 Bushing 10 EA 103 29776 4" SCH 40 90 Degree DWV H x H 250 EA 104 29777 4" SCH 40 22 1/2 Degree DWV H x H 160 EA 105 29778 4" SCH 40 45 Degree DWV H x H 250 EA 106 29758 4" SCH 40 Coupling DWV w/Stop 250 EA 107 29759 4" Female Adaptor w/Raised Plug HxFifpt 420 EA 108 29779 4" SCH 40 2 - Way Cleanout Tee DWV 350 EA 109 4" SCH 40 Cleanout Tee DWV 6 EA 110 29780 4" SCH 40 WYE DWV 35 EA 111 29767 8" SDR 35 Long Sweep 90 DWV 2 EA 112 29766 8" SDR 35 Coupling DWV 10 EA 113 29830 6" SDR 35 X 4" DWV Bell Reducer H x H 5 EA 114 29822 6" X 4" SDR 35 Solvent Wld Tap Saddle w/SS Band 25 EA 115 29823 8" X 4" SDR 35 Solvent Wld Tap Saddle w/SS Band 30 EA Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 23 Group III Section B-PVC Fittings Continued Item # COP Stock # MFG & MFG Part # Description QTY UOM Unit Price EXT. Price 116 12" X 4" SDR 35 Solvent Wld Tap Saddle w/SS Band 6 EA 117 29808 10" X 6" SDR 35 Solvent Wld Tap Saddle w/SS Band 2 EA 118 29827 12" x 6" Solvent Wld Tap Saddle w/SS Band 5 EA 119 29834 8" X 4" SDR 35 Gasket Rehab Saddle w/SS Band 1 EA 120 29835 10" X 4" SDR 35 Gasket Rehab Saddle w/SS Band 1 EA 121 20170 Sewer Clean Out Boot w/ Lid 10 EA 122 20171 Lid for Sewer Cleaner Boot 10 EA Section IIIB Total: Section III Grand Total: Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 24 Group IV Ductile Cast Iron Item # COP Stock # MFG & MFG Part # Description QTY UOM Unit Price EXT. Price 123 25503 6" MJ 22 1/2 Bend w/all needed MJ Restraint for PVC 2 EA 124 25513 6" MJ 45 Bend w/all needed MJ Restraint for PVC 2 EA 125 25514 8" MJ 45 Bend w/all needed MJ Restraint for PVC 2 EA 126 25522 4" MJ 90 Bend w/all needed MJ Restraint for PVC 2 EA 127 25523 6" MJ 90 Bend w/all needed MJ Restraint for PVC 5 EA 128 25524 8" MJ 90 Bend w/all needed MJ Restraint for PVC 2 EA 129 25160 6" X 7 1/2" MJ Sleeve w/all needed MJ Restraint for PVC 2 EA 130 25161 6" X 12" MJ Sleeve w/all needed MJ Restraint for PVC 5 EA 131 25171 8" X 12" MJ Sleeve w/all needed MJ Restraint for PVC 5 EA 132 25562 6" X 4" MJ Reducer w/all needed MJ Restraint for PVC 2 EA 133 25563 8" X 6" MJ Reducer w/all needed MJ Restraint for PVC 2 EA 134 25453 6" X 6" X 6" MJ Tee w/all needed MJ Restraint for PVC 2 EA 135 25454 8" X 8" X 8" MJ Tee w/all needed MJ Restraint for PVC 2 EA 136 25126 6" X 6" MJ Swivel Tee w/2 MJ Restraint for PVC & 1 MJ Bolt Gasket Kit 2 EA 137 21211 4" X 2" TAPT Blind Flg 2 EA 138 21210 6" X 2" TAPT Blind Flg 2 EA 139 25822 Gasket, 4" Flange Raised Face 150 # Psi Thickness = 1/16" non-Asbestos = To Garlok 3000 5 EA 140 25823 6" Flange raised face gasket w/lip 5 EA 141 25824 8" Flange raised face gasket w/lip 2 EA Grand Total Group IV: Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 25 Group V Couplings, Clamps & Saddles Item # COP Stock # MFG & MFG Part # Description QTY UOM Unit Price EXT. Price 142 22651 6" Socket Clamp w/washers 2 EA 143 22653 8" Socket clamp w/washers 2 EA 144 25166 6" Hymax Coupling (HYMAX ONLY) 3 EA 145 25181 8" Hymax Coupling (HYMAX ONLY) 2 146 22005 2" X 1" CC Service Saddle RNG 2.38-2.50 10 EA 147 22013 4" X 1" CC Service Saddle RNG 4.50-5.40 5 EA 148 22014 4" X 2" CC Service Saddle RNG 4.50-5.40 2 EA 149 22021 6" X 1" CC Service Saddle RNG 6.63-7.60 40 EA 150 22022 6" X 1 1/2" CC Service Saddle RNG 6.63-7.60 5 EA 151 22023 6" X 2" CC Service Saddle RNG 6.63-7.60 10 EA 152 22031 8" X 1" CC Service Saddle RNG 8.63-9.80 10 EA 153 22032 8" X 1 1/2" CC Service Saddle RNG 8.63-9.80 2 EA 154 22033 8" X 2" CC Service Saddle RNG 8.63-9.80 10 EA 155 22036 10" X 1" CC Service Saddle RNG 11.10-12.12 2 EA 156 22041 12" X 1" CC Service Saddle RNG 13.20-14.38 10 EA 157 22043 12" X 1 1/2" CC Service Saddle RNG 13.20-14.38 5 EA 158 22044 12" X 2" CC Service Saddle RNG 13.20-14.38 10 EA Group V Grand Total: Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 26 Group VI Gate Valves and Fire Hydrants Item # COP Stock # MFG & MFG Part # Description QTY UOM Unit Price EXT. Price 159 25101 2" MJ X MJ Gate Valve w/ (2) MJ Restraint for PVC 2 EA 160 6" Swing, Flange to Flange Check Valve 2 EA 161 25102 4" MJ X MJ Gate Valve w/ (2) MJ Restraint for PVC 2 EA 162 25103 6" MJ X MJ Gate Valve w/ (2) MJ Restraint for PVC 10 EA 163 25104 8" MJ X MJ Gate Valve w/ (2) MJ Restraint for PVC 2 EA 164 24802 4" FLG X FLG Gate valve w/ Hand Wheel 2 EA 165 25122 4" MJ X FLG Tru Tap Gate Valve w/MJ Restraint for PVC & Bolt/Gasket Kit 2 EA 166 25123 6" MJ X FLG Tru Tap Gate Valve w/MJ Restraint for PVC & Bolt/Gasket Kit 10 EA 167 25124 8" MJ X FLG Tru Tap Gate Valve w/MJ Restraint for PVC & Bolt/Gasket Kit 3 EA 168 25163 6” MJ Restraint for PVC 2 EA 169 25165 8” MJ Restraint for PVC 2 EA 170 25164 12" MJ Restraint for PVC 2 EA 171 12" MJ x MJ Gate Valve w/ (2) MJ Restraint for PVC 5 EA 172 23001 3' Fire Hydrant NSTA RED w/MJ Shoe & MJ Restraint for PVC 2 EA 173 23002 4' Fire Hydrant NSTA RED w/MJ Shoe & MJ Restraint for PVC 5 EA 174 23003 5' Fire Hydrant NSTA RED w/MJ Shoe & MJ Restraint for PVC 5 EA 175 23004 6' Fire Hydrant NSTA RED w/MJ Shoe & MJ Restraint for PVC 3 EA Group VI Grand Total: Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 27 Group VII Casting Item # COP Stock # MFG & MFG Part # Description QTY UOM Unit Price EXT. Price 176 20152 23 1/2" Manhole Ring 25 EA 177 20153 23 1/2" Cover, Sanitary Sewer w/City Logo 20 EA 178 20151 23 1/2" Cover, Storm Sewer w/City Logo 6 EA 179 27152 32" Ring, Manhole 12 EA 180 27153 32" Cover, Sanitary Sewer w/City Logo 10 EA 181 27151 32" Cover, Storm Sewer w/City Logo 3 EA 182 20155 Concrete Manhole Riser 23 1/2" X 3" 10 EA 183 20156 Concrete Manhole Riser 23 1/2" X 4" 5 EA 184 20157 Concrete Manhole Riser 32" X 2" 2 EA 185 20158 Concrete Manhole Riser 32" X 3" 2 EA 186 20159 Concrete Manhole Riser 32" X 4" 2 EA 187 21807 Locking Device Key for 32" Manhole cover & frame (East Jordan) 2 EA 188 25349 18" X 24" Adjustable Screw Valve Box Bottom 15 EA 189 25351 24" X 36" Adjustable Screw Valve Box Bottom 16 EA 190 25359 24" X 36" Adjustable Screw Valve Box Top 25 EA 194 25360 18 x 24 Adjustable Screw Valve Box Top 20 EA 195 25352 48" X 60" Adjustable Screw Valve Box Bottom 10 EA 196 25361 48" X 60" Adjustable Screw Valve Box Top 15 EA 197 25370 5 1/4" Valve Box Drop Lid Water 50 EA 198 20160 Type B Frame 16 3/4" X 30" 5 EA 199 20161 Type B Grate 16 1/2" X 29 1/2" 10 EA 200 20162 Curb Drain Grate 15" X 23" 10 EA 201 20103 Plastic Manhole Rain Inflow Protector for 23 1/2" Opening 15 EA Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 28 Group VII Casting Continued Item # COP Stock # MFG & MFG Part # Description QTY UOM Unit Price EXT. Price 202 20104 Plastic Manhole Rain Inflow Protector for 32" Opening 10 EA Group VII Grand Total: Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 29 Group VIII Miscellaneous Item # COP Stock # MFG & MFG Part # Description QTY UOM Unit Price EXT. Price 203 20004 Pipe Joint Compound Yellow 1/2 Pint 27 EA 204 29791 Pipe Joint Glue Wet/Dry or Approved Equal 1 Quart 140 EA 205 29790 Pipe Joint Primer Purple, 1 Quart 100 EA 206 31008 Tracer Dye, Yellow Powder 1 Lb. Container 25 EA 207 20250 4' Probe Rod w/Insulated Handle 30 EA 208 20252 6' Probe Rod w/Insulated Handle 20 EA 209 20254 Probe Rod Replacement Tip 8 EA 210 20008 Pipe Lubricant Quart Size 10 EA 211 21599 3/4" X 1/16" Rubber Meter Gasket 6000 EA 212 21600 3/4" X 1/8" Rubber Meter Gasket 3500 EA 213 21601 1" x 1/16" Meter Gasket 500 EA 214 21602 1 1/2" Meter Flange Gasket 250 EA 215 21603 2" Meter Flange Gasket 260 EA 216 21200 1 1/2" Brass Meter Flange Oval 30 EA 217 21202 2" Brass Meter Flange Oval 50 EA 218 29820 22" Long SS Band, Flip Tab 60 EA 219 29821 52" Long SS Band, Flip Tab 100 EA Group VIII Miscellaneous Grand Total: Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 30 Group IX Treatment Plant Valves Item # COP Stock # MFG & MFG Part # Description QTY UOM Unit Price EXT. Price 220 4" 120W MATCO-NORCA Lever & Weight check valve 5 EA 221 6" 120W MATCO-NORCA Lever & Weight check valve 3 EA 222 8" 120W MATCO-NORCA Lever & Weight check valve 2 EA 223 3" Type A Stainless Steel 304 Camlock Fittings 5 EA 224 3" Type C Stainless Steel 304 Camlock Fittings 5 EA 225 3" Type F Stainless Steel 304 Camlock Fittings 5 EA 226 4" Type A Stainless Steel 304 Camlock Fittings 5 EA 227 4" Type C Stainless Steel 304 Camlock Fittings 5 EA 228 4" Type F Stainless Steel 304 Camlock Fittings 5 EA 229 Eclipse Hydrant Flusher #9700 Color Red 2" MDL 5 EA 230 3" Stainless Steel 304 King Combo Nipple Male NPT X Hose Barb 3 EA 231 4" Stainless Steel 304 KC nipples Male NPT X Hose Barb 3 EA Group IX Treatment Plant Valves Grand Total: Group X Treatment Plant Chemicals Item # COP Stock # MFG & MFG Part # Description QTY UOM Unit Price EXT. Price 232 40LB Bag Cabot Activated Carbon or Approved Equal 50 EA Group X Grand Total: IFB #22-010 Water & Wastewater Fittings & Supplies Grand Total: Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 31 Total I Group I Service Brass Total Group II Meter Boxes and Poly Tubing Total Group III PVC Fittings Total Group IV Ductile Cast Iron Fittings Total Group V Couplings, Clamps & Saddles Total Group VI Gate Valves and Fire Hydrants Total Group VII Castings Total Group VIII Miscellaneous Total Group IX Treatment Plant Valves and Fittings Total Group X Treatment Plant Chemicals Total Groups I-X Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 32 DELIVERY The specified delivery time shall be a firm time period. The delivery time shall be one of the determining factors in selecting the best bid for the City. ______ maximum hours after receipt of order. What is your minimum load, before a load fee is imposed? Tons If order is below the minimum load, what is your load fee? $ Per Ton Will deliveries be made via: Company Truck Common Carrier Other: State your Return Policy: Contact information for checking status of orders and delivery: Contact Name: _______________________________________ Telephone: Title: _______________________________________________ Fax: Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 33 METHOD OF PAYMENT 1. PAYMENT TERMS: Net 30 (Vendor paid within 30 days of invoice or receipt of goods accepted in good order.) 2. PROMPT PAYMENT DISCOUNT: % within 10 days (e. g. 1%, 2%, 5%) AND/OR (check one) 3. PROCUREMENT CARD PROGRAM yes no (This payment method would allow for vendor payments to be made within 24 hours of use by City through City’s Procurement Card Program provider, JPMorgan Chase MasterCard) --If ''yes” discount offered: % (e.g. 1%, 2%, 5%) The undersigned hereby certifies that he understands all the above specifications, has read them carefully, and will deliver and furnish all merchandise and services as specified above in this bid. Bidder shall return two (2) copies of this bid proposal filled out in full and signed. One (1) copy marked “ORIGINAL” and one (1) copy marked “COPY”. Signature: Title: Company Name: Date: Accounts Receivables Information: Contact Name: Title: Mailing Address: City: State: Zip: Telephone: Fax: FULL LEGAL FIRM/COMPANY NAME: _____________________________________________________________ BUSINESS STREET ADDRESS: _________________________________________________________________ BUSINESS MAILING ADDRESS:__________________________________________________________________ BUSINESS TELEPHONE NUMBER: _______________________________________________________________ BUSINESS FAX NUMBER: ______________________________________________________________________ COUNTY: __________________ MINORITY OWNED: Yes No # OF EMPLOYEES: __________________ Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 34 CORPORATION: PARTNERSHIP: PROPRIETORSHIP: L.L.C.: L.L.P.: YEAR ESTABLISHED: ______ NUMBER OF YEARS IN BUSINESS: _______ FEDERAL ID NO.: ______________________ NATURE OF BUSINESS: PRINCIPALS: NAME: TITLE: NAME: TITLE: NAME: TITLE: Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 35 DEVIATION & COMPLIANCE SIGNATURE FORM If you intend to deviate from the General Terms and Conditions or Item Specifications listed in this Invitation for Bids, you must list all such deviations on this form, with complete and detailed conditions and information included or attached. The City will consider any deviations in its award decisions, and the City reserves the right to accept or reject any proposal based upon any deviations indicated below or in any attachments or inclusions. In the absence of any deviation entry on this form, you assure the City that you will fully comply with the General Terms and Conditions, Specifications and all other information contained in this Invitation for Bids. Do you have any Deviations: No Deviations (Please sign this form below) Yes Deviations (Please sign this form below) List any deviations you are submitting below: PAGE NO. ITEM NO. DESCRIPTION OF DEVIATION Signature: Title: Company Name: Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 36 NON-COLLUSION AFFIDAVIT State of (State) County of (County) §. Being first duly sworn, deposes and says that: 1. He/She is the (Owner, Partner, Officer, Representative or Agent) of (Company), the party that has submitted the attached Proposal; 2. He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; 3. Such Proposal is genuine and is not a collusive or sham Proposal; 4. Neither the said Proposer nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Proposer, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Proposer, firm, or person to fix the price or prices in the attached Proposal or of any other Proposer, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Proposer, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; 5. The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Proposer or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Authorized Representative’s Signature Company Name Representative’s Name Representative’s Title On this the _____ day of _______ , 20 , before me, the undersigned Notary Public of the State of Texas, personally appeared the individual whose name is subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: ___________________________________________________ (Name of Notary Public: Print, Stamp, or Type as Commissioned) Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 37 SOLICITATION QUESTIONNAIRE The City of Pasadena Purchasing Department constantly strives to improve competitive bidding with historically underutilized businesses (HUB). In order to facilitate these improvements, we would like to know how you were informed that this Invitation for Bid was active and how you may have received a copy of the document. How did you learn of this bid opportunity? Direct Contact with Purchasing. City of Pasadena Website www.pasadenatx.gov Bid notification service (i.e., DemandStar) Newspaper or trade publication City Municipal Channel Another Vendor or Supplier Chamber of Commerce North Pasadena Business Association Port Area Networking Other Means: Describe How did you obtain your copy of the Bid Document? Direct Contact with Purchasing Via Email Via Fax In Person City of Pasadena Website www.pasadenatx.gov Bid notification service (i.e., DemandStar) Other Means: Describe Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 38 BIDDER REFERENCES Please list three (3) references, preferably a Government (local, county, state) or Educational Agency that the City of Pasadena may contact: 1. COMPANY NAME: ADDRESS: CITY / STATE / ZIP: PHONE NO.: NAME OF CONTACT: 2. COMPANY NAME: ADDRESS: CITY / STATE / ZIP: PHONE NO.: NAME OF CONTACT: 3. COMPANY NAME: ADDRESS: CITY / STATE / ZIP: PHONE NO.: NAME OF CONTACT: Commodity Code: 340-60, 658-00, 659-00, 670-00, 890-00 IFB #22-010 Water & Wastewater Fittings and Supplies CITY OF PASADENA PURCHASING OFFICE 39 LOCAL BIDDER PREFERENCE CLAIM FORM Sections 271.905 and 271.9051 of the Texas Local Government Code authorize a municipality to consider a vendor’s location in the determination of a bid award if the lowest bid received is from a business outside the municipality and contracting with a local bidder would provide the best combination of price and other economic benefits to the municipality. The City of Pasadena has determined that the allowable preference shall be applied to local vendor’s bids for the purposes of evaluation when in the best interest of th...

City of Pasadena, Texas P.O. Box 672 Pasadena, TX 77501Location

Address: City of Pasadena, Texas P.O. Box 672 Pasadena, TX 77501

Country : United StatesState : Texas

You may also like

Water and Wastewater Tactical Asset Management Plans

Due: 21 May, 2024 (in 16 days)Agency: Regional Municipality of PeelRegion

Supply and Delivery of Wastewater Pumps

Due: 15 May, 2024 (in 10 days)Agency: City of Vaughan

RFP #08-136 - Water, Wastewater, and Recycled Water Utility Cost-of-Service Study

Due: 13 May, 2024 (in 8 days)Agency: City of Roseville

Please Sign In to see more like these.

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