Loading...
R-12-06-14-G8 - 6/14/2012 r. s RESOLUTION NO. R-12-06-14-G8 WHEREAS, the City of Round Rock has the obligation to protect the health, safety and welfare of its citizenry by procuring various parts for the repair and maintenance of water lines and wastewater lines, and WHEREAS, the procurement of such parts on an ongoing basis, both in emergency and non- e 1 t emergency situations, is a critical municipal function, and t WHEREAS, the City is under no obligation, statutory or otherwise, to advertise for bids for the provision of needed repair and maintenance parts for water lines and wastewater lines, as such fall under the general exemption to competitive bidding requirements cited in Texas Local Government Code Section 252.022(a)(2) regarding procurements necessary to preserve or protect the public health or safety of the municipality's residents, and WHEREAS, a benefit would nevertheless accrue to the City to request and receive pricing proposals for such parts, and 3 WHEREAS, the City did so seek pricing proposals for the provision of repair and maintenance parts and associated services for water lines and wastewater lines, and I WHEREAS, ACT Pipe & Supply, Inc., has submitted its proposal to provide selected parts at reasonable pricing, and g WHEREAS, the City Council wishes to contract with ACT Pipe & Supply, Inc., Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, fi That the City Council finds that all goods and services related to provision of repair and t maintenance parts for water lines and wastewater lines are procurements necessary to preserve or protect the public health or safety of the residents of the City, and as such fall under the general i exemption to competitive bidding requirements cited in Texas Local Government Code Section F" 252.022(a)(2). r O:\wdox\SCC Ints\01 12\1204\MUMCIPAL\00251710.DOC Y !g t s E } That the Mayor is hereby authorized and directed to execute on behalf of the City an Agreement for Provision of Repair and Maintenance Parts and Services for Water Lines and k Wastewater Lines From ACT Pipe & Supply, Inc., a copy of said Agreement being attached hereto as Exhibit"A" and incorporated herein. ` The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter k hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 14th day of June, 2012. { ' Yl ALAN MCGRAW, Mayor City of Round Rock, Texas ATTEST: SARA L. WHITE, City Clerk x f 2 4 E EXHIBIT "A" CITY OF ROUND ROCK AGREEMENT FOR PROVISION OF REPAIR AND MAINTENANCE PARTS AND SERVICES FOR WATER LINES AND WASTEWATER LINES FROM ACT PIPE & SUPPLY,INC. i I THE STATE OF TEXAS § CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS: K - p F COUNTY OF WILLIAMSON § COUNTY OF TRAVIS This Agreement for provision of repair and maintenance parts and associated services for water lines and wastewater lines, referred to herein as the "Agreement," is made and entered into on this the day of the month of , 2012, by and between the CITY OF ROUND ROCK, TEXAS, a home-rule municipality whose offices are located at 221 East Main f Street, Round Rock, Texas 78664, referred to herein as "City," and ACT PIPE & SUPPLY, INC., whose office address is 1400 Grand Avenue Parkway, Pflugerville, Texas 78660, referred to herein as "ACT" or "Vendor." This Agreement supersedes and replaces any previous agreements between the named parties, whether oral or written, and whether or not established by custom and practice. RECITALS: WHEREAS, City desires to contract for the provision of repair and maintenance parts and associated services for water lines and wastewater lines, and City desires to purchase same from ACT; and WHEREAS, City has issued its "Invitation for Bid" for the provision of said goods, and City has selected the bid submitted by ACT; and WHEREAS, the parties desire to enter into this Agreement to set forth in writing their respective rights, duties, and obligations; NOW, THEREFORE,WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged,the parties mutually agree as follows: 1.01 DEFINITIONS A. Agreement means the binding legal contract between City and ACT whereby City is obligated to buy specified goods in a non-guaranteed number/amount and ACT is obligated to sell same. The Agreement includes the following: (a) City's Invitation for Bid 00246847/j kg/3/28/12revision t t t designated IFB 11-014, Specification Number 11-670 dated August 2011; (b) ACT's Response to IFB; (c) contract award; and (d) any exhibits, addenda, and/or amendments thereto. Any inconsistencies or conflicts in the contract documents shall be resolved by giving preference in the following order: (1) This Agreement; x (2) ACT's Response to IFB; (3) City's Invitation for Bids, exhibits, and attachments. f B. City means the City of Round Rock, Williamson and Travis Counties, Texas. C. Effective Date means the date upon which the binding signatures of both parties to this Agreement are affixed. D. Force Majeure means acts of God, strikes, lockouts, or other industrial disturbances, acts of the public enemy, orders of any kind from the government of the United States or the State of Texas or any civil or military authority, insurrections, riots, epidemics, landslides, lightning, earthquakes, fires, hurricanes, storms, floods; restraint of the government f and the people, civil disturbances, explosions, or other causes not reasonably within the control of the party claiming such inability. E. Goods and services mean the specified services, supplies, materials, commodities, or equipment. F. ACT means ACT Pipe & Supply, Inc., or any of its corporate structures, successors or assigns. 2.01 EFFECTIVE DATE,INITIAL TERM,AND ALLOWABLE RENEWALS A. This Agreement shall be effective on the date it has been signed by both parties hereto, and shall remain in full force and effect unless and until it expires by operation of the term stated herein, or until terminated or extended as provided herein. B. The term of this Agreement shall be for three (3) consecutive twelve-month periods from the effective date hereof. After that term, this Agreement may be extended for successive terms of twelve (12) months each, not to exceed in the aggregate two (2) such extensions, with such extensions to occur on or before the expiration date of the preceding term, and with such extensions being absolutely predicated upon the express written agreement of both parties. Such extensions are permitted only provided ACT has performed each and every contractual obligation specified in this original Agreement. C. Prices shall be firm for the duration of this Agreement and for any extension periods. No separate line item charges shall be permitted for invoicing purposes, including but not limited to equipment rental, demurrage, costs associated with obtaining permits, or any other extraneous charges. 2 (1) City may permit "unit price" adjustments upwards not to exceed five percent (5%) per year of the original unit price on those items bid as "Per Unit." Such price adjustment shall be only as a result of a cost increase in accordance with the Producers Price 3 Index (PPI) at http://stats.bis. iy/ppi/. Any price increase shall be requested by ACT in writing } and accompanied by the appropriate documentation (to include the supporting PPI information for that item) to justify the requested increase, and shall conform to allowable percentage changes and to all requirements delineated in this Agreement and in IFB 11-014, Specification Number 11-670 dated August 2011. ACT may offer price decreases in excess of the allowable s, percentage change at any time. (2) For items bid as a"Cost Plus Percentage"a price increase is not applicable or allowable, as the cost of the item is a direct pass-through to City. A copy of the associated manufacturer invoice shall be submitted with invoice to City for said items. No price increase shall be permitted on the mark-up percentage. d D. City reserves the right to review the relationship at any time, and may elect to terminate this Agreement with or without cause or may elect to continue. 3.01 CONTRACT DOCUMENTS AND EXHIBITS 3 City selected ACT to supply the goods as outlined in IFB 11-014, Specification Number 11-670 dated August 2011, and Response to IFB submitted by ACT, all as specified in Exhibit r "A" attached hereto and made a part hereof for all purposes. The intent of these documents is to formulate an Agreement listing the responsibilities of both parties as outlined in the IFB and as offered by ACT in its Response to the IFB. The goods which are the subject matter of this Agreement are described in Exhibit "A" and, together with this Agreement, comprise the total Agreement and they are fully a part of this Agreement as if repeated herein in full. 4.01 INITIAL RESORT TO PROVIDERS, AND SUBSEQUENT RESORT TO SECONDARY PROVIDERS; MANDATES FOR PROVISION OF GOODS A. Initial Resort to Providers, and Subsequent Resort to Secondary Providers The parties specifically acknowledge and agree as follows: ACT shall be considered as one of four providers of the specified goods. City may, in its sole and unfettered discretion, elect to seek goods from any one of the four providers. Should the first provider contacted not be able to fulfill the order in strict accordance with the mandates of this Agreement, then and in that event g one of the remaining three providers may be considered "best value" and be contacted to provide the goods as a secondary provider. Should both the first and second providers contacted not be able to fulfill the order in strict accordance with the mandates of this Agreement, then and in that event one of the remaining two providers may be considered "best value" and be contacted to provide the goods as a secondary provider. Should both the first, second, and third providers contacted not be able to fulfill the order in strict accordance with the mandates of this Agreement, then and in that event the last remaining provider may be considered "best value" and be contacted to provide the goods as a secondary provider. 3 'i ACT specifically further acknowledges and agrees as follows: This Agreement is not an ' exclusive agreement. City may, in its sole and unfettered discretion, elect to use any of the four providers in whatever order it deems most advantageous to City's purposes. City may, in its sole and unfettered discretion, elect to use any other providers. City is not obligated to use or purchase any estimated annual quantity of goods, and no guarantee is made of any minimum or maximum purchase. B. Mandates for Provision of Goods — Emergency Order and Delivery. ACT specifically further acknowledges and agrees as follows: City shall make a notification call to ACT by telephone with emergency order and delivery instructions for delivery of goods that City has designated for emery y order and x delivery. In the event that ACT does not answer the telephone and/or return City's notification voicemail within fifteen (15) minutes of initial placement of call by City, then and in that event City may contact and place the order with any secondary provider as provided above. Non- answer of notification call may result in City declaring ACT to be non-compliant with the order and under this Agreement; non-returned voicemail within fifteen (15) minutes may result in City declaring ACT to be non-compliant with the order and under this Agreement. The legal definition under this Agreement of"repeated non-compliance." shall mean three (3) incidents, either sequential or not, of non-compliance as delineated in this paragraph within a period of six (6) consecutive months. Repeated non-compliance may result, at City's sole discretion, in cancellation of this Agreement in whole or in part. When City has notified ACT of an emery order and delivery, ACT shall have trained personnel on-site within two (2) hours of City's notification, and ACT shall fulfill in full the s emergency parts orders within two (2) hours of the site visit. Emergency goods, parts, and items shall be delivered to the location specified by City, or at City's election ACT shall allow City to pick up said goods on the same day. Driving distance from City's location to ACT's parts facility shall not exceed 100 miles. If the ordered goods are not delivered on-site or in-hand to City strictly within the timeframe specified in this Agreement, then and in that event ACT may be deemed to be non-compliant with the order and its "best value" designation suspended as to that order, and City shall be free to procure the goods elsewhere from the remaining three providers or from a different source. Mandates for Provision of Goods — Non-Emergency Order and Delivery. ACT specifically further acknowledges and agrees as follows: City shall make a notification call to ACT by telephone with non-emergency order and delivery instructions for delivery of goods that City has designated for non-emergency order and delivery. In the event that ACT does not answer the telephone and/or return City's notification voicemail within twenty-four (24) hours of initial placement of call by City, then and in that event City may contact and place the order with any secondary provider as provided above. Non-answer of notification call may result in City declaring ACT to be non-compliant with the order and under this Agreement; non-returned voicemail within twenty-four (24) hours may result in City declaring ACT to be non-compliant with the order and under this Agreement. The legal definition under this Agreement of "repeated non-compliance" shall mean three (3) 4 f 2 1 s E incidents, either sequential or not, of non-compliance as delineated in this paragraph within a t period of six (6) consecutive months. Repeated non-compliance may result, at City's sole discretion, in cancellation of this Agreement in whole or in part. When City has notified has designated for non-emergency order and delivery, ACT shall fulfill in full the non-emergency parts orders within the dates and times specified by City in the Purchase Order. Driving distance from City's location to ACT's parts facility shall not exceed 100 miles. If the ordered goods are not delivered on-site or in-hand to City strictly within the timeframe specified in this Agreement, then and in that event ACT may be deemed to be non- compliant with the order and its "best value" designation suspended as to that order, and City shall be free to procure the goods elsewhere from the remaining three providers or from a different source. 5.01 ITEMS AWARDED; COSTS f Only if, as, and when needed by City, items are awarded to ACT in accordance with bid items shown on Exhibit"A." ACT specifically acknowledges and agrees that City is not obligated to use or purchase any estimated annual quantity of goods. Only if, as, and when needed by City, the bid costs listed on Exhibit"A" shall be the basis of any charges collected by ACT. 6.01 INVOICES All invoices shall include, at a minimum, the following information: A. Name and address of ACT; B. Purchase Order Number; C. Description and quantity of items received; and D. Delivery dates. 7.01 INTERLOCAL COOPERATIVE CONTRACTING/PURCHASING Authority for local governments to contract with one another to perform certain governmental functions and services, including but not limited to purchasing functions, is granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts, ` Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter F, Section 271.101 and Section 271.102. Other governmental entities within the State of Texas may be extended the opportunity to purchase off of the City of Round Rock's bid, with the consent and agreement of the successful vendor(s) and Round Rock. Such agreement shall be conclusively inferred for the vendor from lack of exception to this clause in the vendor's response. However, all parties hereby expressly agree that the City of Round Rock is not an agent of,partner to, or representative of those outside agencies or entities and that the City of Round Rock is not obligated or liable for any action or debts that may arise out of such independently-negotiated "piggyback"procurements. 5 s r i 8.01 NON-APPROPRIATION AND FISCAL FUNDING This Agreement is a commitment of City's current revenues only. It is understood and agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year if the governing body of City does not appropriate funds sufficient to purchase the services as determined by City's budget for the fiscal year in question. City may effect such termination by giving ACT a written notice of termination at the end of its then-current fiscal year. 9.01 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, any payment to be made by City to ACT will be made within thirty (30) days of the date City receives goods under this Agreement, the date the performance of the services under this Agreement are completed, or the date City receives a correct invoice for the goods or services, whichever is later. ACT may charge interest on an overdue payment at the "rate in effect" on September 1 of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas Government Code, Section 2251.025(b). This Prompt Payment Policy does not apply to payments made by City if A. There is a bona fide dispute between City and ACT, a contractor, subcontractor, or supplier about goods delivered or the service performed that causes the payment to be late; or B. There is a bona fide dispute between ACT and a subcontractor or between a subcontractor and its supplier about the goods delivered or the service performed that causes the payment to be late; or C. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or D. The invoice is not mailed to City in strict accordance with any instruction on the purchase order relating to the payment. 10.01 GRATUITIES AND BRIBES City may, by written notice to ACT, cancel this Agreement without incurring any liability to ACT if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or otherwise were offered or given by ACT or its agents or representatives to any City officer, employee or elected representative with respect to the performance of this Agreement. In r addition,ACT may be subject to penalties stated in Title 8 of the Texas Penal Code. 11.01 TAXES r City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in ACT's charges. 12.01 ORDERS PLACED WITH ALTERNATE VENDORS If ACT cannot provide the goods as specified, City reserves the right and option to obtain same from another source or supplier(s). 6 1 s s i 13.01 INSURANCE ACT shall meet all requirements as stated in the attached Invitation for Bid No. IFB 11- 014 (including all attachments and exhibits), and its bid response. 14.01 CITY'S REPRESENTATIVE City hereby designates the following representative(s) authorized to act in its behalf with regard to this Agreement: Rick Whisenant, Utility Inventory Specialist City of Round Rock Public Works Department 910 Luther Peterson Place Round Rock, TX 78664 512-218-5570 512-801-4483 cell rwhisenantground-rock.tx.us 15.01 RIGHT TO ASSURANCE x Whenever either party to this Agreement, in good faith, has reason to question the other parry's intent to perform hereunder, then demand may be made to the other party for written assurance of the intent to perform. In the event that no written assurance is given within the reasonable time specified when demand is made,then and in that event the demanding party may } treat such failure as an anticipatory repudiation of this Agreement. 16.01 DEFAULT If ACT abandons or defaults hereunder and is a cause of City purchasing the specified services elsewhere, ACT agrees that it will not be considered in the re-advertisement of the service and that it may not be considered in future bids for the same type of work unless the scope of work is significantly changed. ACT shall be declared in default of this Agreement if it does any of the following: A. Fails to make any payment in full when due; B. Fails to fully, timely and faithfully perform any of its material obligations hereunder; C. Fails to provide adequate assurance of performance under the "Right to Assurance"section herein; or D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States. 17.01 TERMINATION AND SUSPENSION A. City has the right to terminate this Agreement, in whole or in part, for convenience and without cause, at any time upon thirty(30) days' written notice to ACT. 7 I z k t B. In the event of any default by ACT, City has the right to terminate this Agreement for cause, upon ten(10) days' written notice to ACT. C. ACT has the right to terminate this Agreement only for cause, in the event of material and substantial breach by City, or by written mutual agreement to terminate. D. In the event City terminates under subsections (A) or (B) of this section, the following shall apply: Upon City's delivery of the referenced notice to ACT, ACT shall discontinue all services in connection with the performance of this Agreement and shall proceed to cancel promptly all existing orders and contracts insofar as such orders and contracts are chargeable to this Agreement. Within thirty (30) days after such notice of termination, ACT shall submit a statement showing in detail the goods and/or services satisfactorily performed under this Agreement to the date of termination. City shall then pay ACT that portion of the charges, if undisputed. The parties agree that ACT is not entitled to compensation for services it would have performed under the remaining term of the Agreement except as provided herein. 18.01 INDEMNIFICATION ACT shall defend (at the option of City), indemnify, and hold City, its successors, assigns, officers, employees and elected officials harmless from and against all suits, actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all other costs or fees arising out of, or incident to, concerning or resulting from the fault of ACT, or ACT's agents, employees or subcontractors, in the performance of ACT's obligations under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be deemed to limit the rights of City or ACT (including, but not limited to the right to seek contribution) against any third party who may be liable for an indemnified claim. 19.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES ACT, its agents, employees and subcontractors shall use best efforts to comply with all t federal and state laws, City's Charter and Ordinances, as amended, and with all applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. 20.01 ASSIGNMENT AND DELEGATION The parties hereby bind themselves, their successors, assigns and legal representatives to r each other with respect to the terms of this Agreement. Neither party shall assign, sublet or transfer any interest in this Agreement without prior written authorization of the other party. 21.01 NOTICES t: All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: A. When delivered personally to recipient's address as stated in this Agreement; or B. Three (3) days after being deposited in the United States mail, with postage prepaid to the recipient's address as stated in this Agreement. 8 e i E Notice to ACT: ACT Pipe & Supply, Inc. f` 1400 Grand Avenue Parkway t Pflugerville, TX 78660 z Notice to City: Assistant City Manager Stephen L. Sheets, City Attorney 221 East Main Street AND TO: 309 East Main Street a Round Rock, TX 78664 Round Rock, TX 78664 Nothing contained herein shall be construed to restrict the transmission of routine communications between representatives of City and ACT. 22.01 APPLICABLE LAW; ENFORCEMENT AND VENUE This Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions IA k herein, exclusive venue for.same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. } 23.01 EXCLUSIVE AGREEMENT This document, and all appended documents, constitutes the entire Agreement between City and ACT. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing, duly authorized by action of the City Manager or City Council. 24.01 DISPUTE RESOLUTION If a dispute or claim arises under this Agreement, the parties agree to first try to resolve the dispute or claim by appropriate internal means, including referral to each party's senior t management. If the parties cannot reach a mutually satisfactory resolution, then and in that event any such dispute or claim will be sought to be resolved with the help of a mutually selected mediator. If the parties cannot agree on a mediator, City and ACT shall each select a mediator and the two mediators shall agree upon a third mediator. Any costs and fees, other than attorney =' fees, associated with the mediation shall be shared equally by the parties. City and ACT hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9 USC Section 1-14) or any applicable state arbitration statute. 25.01 SEVERABILITY The invalidity, illegality, or unenforceability of any provision of this Agreement or the occurrence of any event rendering any portion or provision of this Agreement void shall in no way affect the validity or enforceability of any other portion or provision of this Agreement. Any t such void provision shall be deemed severed from this Agreement, and the balance of this 9 s. t w fi Agreement shall be construed and enforced as if this Agreement did not contain the particular portion or provision held to be void. The parties further agree to amend this Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions hereof shall not prevent this entire Agreement from being void should a provision that is of the essence of this Agreement be determined to be void. 26.01 MISCELLANEOUS PROVISIONS Standard of Care. ACT represents that it employs trained, experienced and competent persons to perform all of the services, responsibilities and duties specified herein and that such services, responsibilities and duties shall be performed in a manner according to generally accepted industry practices. Time is of the Essence. ACT understands and agrees that time is of the essence and that any failure of ACT to fulfill obligations for each portion of this Agreement within the agreed ' timeframes will constitute a material breach of this Agreement. ACT shall be fully responsible for its delays or for failures to use best efforts in accordance with the terms of this Agreement. 4 Where damage is caused to City due to ACT's failure to perform in these circumstances, City may pursue any remedy available without waiver of any of City's additional legal rights or remedies. Multiple Counterparts. This Agreement may be executed in multiple counterparts, any one of which shall be considered an original of this document; and all of which, when taken together, shall constitute one and the same instrument. IN WITNESS WHEREOF, City and ACT have executed this Agreement on the dates indicated. E. City of Round Rock, Texas ACT Pipe & Supply, Inc. By: By: Printed Name: Printed Name: j�., Title: Title: Muni c► PA( SAI&S 4 Date Signed: Date Signed: ,5f g/a 0/)-- For City,Attest: By: Sara L. White, City Clerk For City,Approved as to Form: By: Stephan L. Sheets, City Attorney 10 1 E °t s i f SOLICITATION NUMBER 11-014 SPECIFICATION NUMBER 11-670 DATED:AUGUST 2011 CITY OF ROUND ROCK INVITATION FOR BID REPAIR AND MAINTENANCE PARTS FOR WATER AND WASTEWATER LINES PART GENERAL 1. PURPOSE: The City of Round Rock, herein after"City", seeks an agreement with a qualified Individual, Firm, or Corporation, hereafter referred to as"Respondent", to provide repair and maintenance parts for municipal water and wastewater lines on an"as needed"basis. Parts include but are not limited to pipe, pipe fittings, fire hydrants, plumbing supplies and plumbing equipment. 2. DEFINITIONS,TERMS AND CONDITIONS: By submitting a response to this solicitation,the Respondent agrees that the City's standard Definitions,Terms and Conditions shall govern unless specifically provided otherwise in a separate agreement or on the face of a purchase order. Said Definitions,Terms and Conditions are subject to change without notice. It is the sole responsibility of respondents to stay apprised of changes. The City's Definitions,Terms and Conditions can be obtained from the City's website http://www.roundrocktexas.gov/home/index asp?page=463. 3. INSURANCE: The Respondent shall meet or exceed ALL insurance requirements set forth by the Insurance Requirements as identified on the City's website at hftp://www.roundrocktexas.gov/home/index.asp?paqe=463. 4. CLARIFICATION: For questions or clarification of specifications,you may contact: Joy Baggett Purchasing Department City of Round Rock Telephone:512-218-6682 j baggett(a)round-rock.tx.us The individual listed above may be contacted by telephone or visited for clarification of the specifications only. No authority is intended or implied that specifications may be amended or alterations accepted prior to solicitation opening without written approval of the City of Round Rock through the Purchasing Division. 5. QUALIFICATIONS: The opening of a response shall not be construed as the City's acceptance of such as qualified and responsive. All Respondents shall: 5.1. Be firms, corporations, individuals or partnerships normally engaged in the sale and distribution of commodity or provision of the services as specked herein. 5.2. Have adequate organization,facilities, equipment and personnel to ensure prompt and efficient service to the City. 5.3. Identify any subcontractors to be used for this project. Experience, qualifications and references of the subcontractors shall be submitted. The City reserves the right to approve or disapprove all subcontractors prior to any work being performed. 5.4. Respondent shall employ a minimum of two qualified technicians. Service technicians shall be fully qualified to work on the listed equipment and employed by the successful respondent on the effective date of the agreement. Respondent shall verify that service personnel have EXHIBIT } b 'o 1 of 11 a "A tt SOLICITATION NUMBER 11-014 SPECIFICATION NUMBER 11-670 DATED:AUGUST 2011 had training with a minimum of one year of"hands on"experience working on the listed equipment. 5.5. Provide the name,address,telephone number and E-MAIL of at least three(3)firms applicable to Municipal and/or Government projects that have utilized similar service for at least(two)2 years. City of Round Rock references are not applicable. References may be checked prior to award. Any negative responses received may result in disqualification of { submittal. NOTE: REFERENCE FORM (ATTACHMENT A) PROVIDED. E-MAIL x ADDRESSES ARE REQUIRED. 6. BEST VALUE EVALUATION AND CRITERIA: All responses received may be evaluated based on the best value for the City. In determining best value,the City may consider: 6.1. Purchase price and terms; 6.2. Reputation of Respondent and of Respondent's goods and services; z 6.3. Experience,qualifications and quality of the Respondent's goods and services; 6.4. The extent to which the goods and services meet the City's needs; 6.5. Respondent's past relationship with the City; 6.6. The total long-term cost to the City to acquire the Respondent's goods or services; 6.7. Any relevant criteria specifically listed in the solicitation. { 7. AGREEMENT AND TERMS: The terms of the awarded agreement shall: 7.1. The initial term of the resulting agreement shall be three(3)consecutive twelve(12)month periods from the effective date. The agreement may be renewed for two(2)additional periods of time, not to exceed twelve(12) months each, provided both parties agree in writing prior to the expiration of the current term. 7.2. The City reserves the right to review the respondents'performance at the end of each twelve (12)month period and cancel all or part of the agreement(s)or continue the agreement(s) through the next period. 7.3. If the respondent fails to perform its duties in a reasonable and competent manner,the City shall give written notice the respondent of the deficiencies and the respondent shall have thirty(30)days to correct such deficiencies. If the respondent fails to correct the deficiencies with the thirty(30)days,the City may terminate the agreement by giving the respondent written notice of termination and the reason for the termination. 7.4. If the agreement is terminated,for any reason,the respondent shall turn over all records,to include but not be limited to the following: records of repairs, services, deliveries, and replacement parts,to the City within fifteen(15)working days after completion of duties contained in the agreement. i 7.5. The City may, at its discretion, award primary,secondary and tertiary agreements to provide for timely delivery of required parts. 8. PRICE INCREASE OR DECREASE:A price increase or decrease to the agreement may be considered based on the following: 8.1. The City may permit"unit price"adjustments upwardly or downwardly not to exceed 5%per year of the original unit price. Unit prices may be adjusted for each renewal period and extension period in accordance with an agreement. 8.2. Price increase cannot exceed 25%for the total per item cost and term of the agreement. 8.3. PROCEDURE TO REQUEST INCREASE OR OFFER DECREASE. s' 2of11 SOLICITATION NUMBER 11-014 SPECIFICATION NUMBER 11-670 DATED:AUGUST 2011 8.3.1. Mail the price increase request to the designated City Contract Specialist a minimum of 120 days prior to each renewal period. Vendor shall supply supporting 4 documentation as justification for each request. 8.3.2. Upon receipt of the request,the City reserves the right to accept the escalation and make change to the agreement within 30 days of the request, negotiate with the vendor or cancel the purchase order if an agreement cannot be reached on the value of the increase. 9. AWARD: The City reserves the right to accept or reject all or part of a response,waive minor technicalities and award the response to best serve the interests of the City. Split awards or non- £ award may be made at the sole discretion of the City. Award announcement will be made upon City Council approval of staff recommendation and executed agreement. Award announcement will appear on the City's website at http://www.roundrocktexas.gov/home/index.asp?paqe=462. PART II SCHEDULE E 1. SOLICITATION SCHEDULE: It is the City's intention to comply with the following solicitation timeline: 1.1. Solicitation released August 26,2011 1.2. Pre-Solicitation Meeting (Non-Mandatory) September 13,2011 2:00 PM WLM and WWLM Warehouse 910 Luther Peterson Place Round Rock,TX 78665 e 1.3. Deadline for alternate equivalent product specification submission September 16,2011 1.4. City responses to alternate product requests September 21,2011 1.5. Deadline for questions September 23,2011 1.6. City response to all questions or addendums September 30,2011 1.7. Responses for solicitation due by 3:00.p.m. October 11,2011 1.8. Site visit to Respondent location (if necessary) November The City reserves the right to modify these dates. Notice of date change will be posted to the City website. 2. RESPONSE DUE DATE: Signed and sealed responses are due no later than 3:00 P.M.,on the date noted above to the Purchasing Department. Mail or carry sealed responses to: City of Round Rock Purchasing Department 221 E. Main Street Round Rock,Texas 78664-5299 2.1. Responses received after this time and date will not be considered. 2.2. Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title, number, due date and "DO NOT OPEN". 2.3. Facsimile or electronically transmitted responses are not acceptable. 3of11 SOLICITATION NUMBER 11-014 SPECIFICATION NUMBER 11-670 DATED:AUGUST 2011 t 2.4. Late responses will be returned to Respondent unopened if return address is provided. 2.5. Bids will not be read aloud due to the volume of items. Responses will be tabulated and posted to the City's website at htti)://www.roundrocktexas.gov/home/index.asr)?page=462. 3. PRE-SOLICITATION MEETING: The City will conduct a pre-solicitation meeting to allow Respondents an opportunity to ask questions they may have concerning the solicitation. 3.1. Meeting date,time and location: September 13,20112:00 PM WLM and WWLM Warehouse 901 Luther Peterson Place Round Rock,TX 78665 Attendance by teleconferencing is available by calling the number below at the appointed meeting time CST t 661-673-8600 Access Code: 329457# 4. POST AWARD MEETING: The City and Respondent shall have a post award meeting to discuss, t but not be limited to the following: 4.1. Schedule preventative maintenance quarterly service time frames. 4.2. Schedule annual maintenance and load test service time frames. 4.3. Provide City contact(s) information. 4.4. Agreement terms, renewals, and extensions. f PART III i SPECIFICATIONS 1. SCOPE OF WORK: To provide repair and maintenance parts for municipal water and wastewater lines on an"as needed"basis. Parts include but are not limited to pipe, pipe fittings,fire hydrants, plumbing supplies and plumbing equipment. 2. PRODUCT STANDARDS: Any product line shown is listed to indicate type, class and minimum critical requirements of the product desired. Product lines shown are readily easy to obtain or easily interchangeable. Respondents are cautioned that any material specified or delivered which does not meet specifications in every aspect will not be accepted. 2.1. The repair products and items currently in use by the City include: 2.1.1. Smith-Blair 2.1.2. Romac E 2.1.3. Ford 2.1.4. JCM k 4of11 E s s SOLICITATION NUMBER 11-014 SPECIFICATION NUMBER 11-670 DATED:AUGUST 2011 2.2. The fire hydrant products and items currently in use by the City include: 2.2.1. Clow 2.2.2. American Darling 2.2.3. Mueller A City fire hydrant assembly detail drawing is herein made a part of this solicitation as ATTACHMENT B. 3. ALTERNATE EQUIVALENT PRODUCTS: Alternate equivalent products may be considered with written approval of such by the City. 3.1. Respondent shall submit, at their own expense, a product specification sheet for the product G line and items prior to submitting a bid no later than September 16, 2011. Respondent's reply e-mail shall be included with the submission as the City's written approval or denial shall be sent to that address. Failure to submit an e-mail address may result in disqualification of submittal. Said product sheet(s)can be mailed or e-mailed to: Joy Baggett Purchasing Department City of Round Rock 221 East Main Street Round Rock,Texas 78664 Telephone:512-218-6682 jbaggeftO-round-rock.tx.us s t r 3.2. Written approval or denial of alternate equivalent products shall be sent to Respondent's to the e-mail provided with the submission no later than September 21, 2011. 3.3. Product approval notification from the City shall be submitted with response. Failure to submit product specifications for approval and/or submit proof of approval from the City may disqualify a response for consideration for award. 4. PRODUCT DOCUMENTATION: The Respondent shall maintain necessary technical documentation pertaining to specified parts for each order placed throughout the term of an agreement and extension periods. Product information sheets shall be submitted with solicitation ' response. Failure to submit product sheets for specified items may result in in disqualification of response. 5. ACCEPTANCE: Acceptance inspection should not take more than five(5)working days.The vendor will be notified within this time frame if the unit delivered is not in full compliance with the specifications. If any purchase order is canceled for a unit for non-acceptance,the needed equipment may be purchased elsewhere and the vendor may be charged full increase, if any, in cost and handling. 6. EMERGENCY SERVICE: The successful Respondent shall maintain a local twenty-four(24) hour emergency order and delivery service. Trained Respondent personnel shall be on-site within two (2)hours of emergency notification from the City and shall fulfill emergency part orders within two (2)hours of site visit. Emergency items shall be delivered to the City on the same day OR be available for City staff to pick-up same day. Driving distance from the City to Respondent's parts facility shall not exceed 100 miles. City may purchase emergency part from any vendor source necessary should successful respondent not be able to fulfill order as specified. 7. CONSULTATION: Respondent personnel shall be knowledgeable in the field of municipal waterline and wastewater line repair and able to provide analysis and consultation on repair as needed. 8. GOODS: The goods furnished under this specification shall be the latest improved model in current production, as offered to commercial trade, and shall be of quality workmanship and material. r 5of11 is f SOLICITATION NUMBER 11-014 SPECIFICATION NUMBER 11-670 DATED:AUGUST 2011 USED,SHOPWORN, DEMONSTRATOR, PROTOTYPE,AFTER MARKET OR DISCONTINUED MODELS ARE NOT ACCEPTABLE. 9. ORDER QUANTITY: The quantities shown on the solicitation are estimates only. No guarantee of any minimum or maximum purchase is made or implied. The City will only order the products or services needed to satisfy operating requirements within budgetary constraints,which maybe more or less than indicated. 10. CUSTOMIZED ORDERS: If price point mandates,the City shall bid and order, under separate solicitation, all custom ordered pieces on an as needed basis. This solicitation does not include customized part orders. 11. FREIGHT: Price shall include FOB destination, pre-paid and allowed unless otherwise specified in writing.The Respondent's price shall be deemed inclusive of delivery and transportation charges. No fuel surcharges shall be allowed. 12. DELIVERY: Non-emergency items shall be delivered to City within 4 weeks of order being placed. Driving distance from the City to Respondent's parts facility shall not exceed 100 miles. 13. WARRANTY:The goods specified shall be warranted against defects in material and workmanship for a period of not less than twelve(12)months beginning with the date of acceptance. If the manufacturer's standard warranty exceeds twelve (12)months,then the manufacturer's standard warranty shall be in effect.The successful Respondent shall furnish a copy of the manufacturer's warranty at time of delivery. 14. SUBMISSION REQUIREMENTS: Respondent shall submit one(1)original signed paper copy and three(3)copies,clearly identified as"copies"of its Proposal. In addition,the Respondent shall submit one(1)CD or USB Flash Drive, each containing a Y complete copy of response in PDF format, if required in the solicitation,the catalog pricing in an Excel spreadsheet.A complete copy of the response includes all documents required by this k solicitation.The CD or USB Flash Drive should be clearly labeled with the solicitation name, number and name of Respondent. If supplemental materials are included with the response, each CD/USB must include such supplemental materials.The Response and accompanying documentation are the property of the } City and will not be returned. Completed documentation shall include: 14.1. Itemized, Signed Bid Sheet 14.2. Product Information Sheets 3 14.3. City's written approval of product specified if other than that listed 14.4. Warranty Information 14.5. Experience of the Respondent's personnel 14.6. Three(3)client references that utilize like products or services. References to include Business Name,Contact Name,Address,Telephone, and e-mail. Failure to provide reference information may result in disqualification.A reference form is contained as a part of this submittal package. 14.7. Exception to specifications 6of11 z i SOLICITATION NUMBER 11-014 SPECIFICATION NUMBER 11-670 DATED:AUGUST 2011 15. RIGHT OF INSPECTION: The City reserves the right to inspect respondent's physical facilities 4 prior to award to satisfy questions regarding respondent's capability to perform services and furnish goods. The respondent shall provide without charge, all information and data for this purpose with 24-hour notice from City. Said inspections shall only take place during normal business hours, 8:OOAM-5:00 PM Monday through Friday. 16. NON-APPROPRIATION:The resulting Agreement is a commitment of the City's current revenues only. It is understood and agreed the City shall have the right to terminate the Agreement at the end of any City fiscal year if the governing body of the City does not appropriate funds sufficient to purchase the estimated yearly quantities, as determined by the City's budget for the fiscal year in ' question. The City may affect such termination by giving Vendor a written notice of termination at the end of its then current fiscal year. f' 17. INTERLOCAL COOPERATIVE CONTRACTING(PIGGYBACK):Other governmental entities may be extended the opportunity to purchase off of the City's Agreements,with the consent and agreement of the awarded vendor(s)and the City. Such consent and agreement shall be conclusively inferred from lack of exception to this clause in a Respondent's submittal. However, all parties indicate their understanding and hereby expressly agree that the City is not an agent of, partner to, or representative of those outside agencies or entities and that the City is not obligated or liable for any action or debts that may arise out of such independently-negotiated"piggyback" procurements. 18. PROMPT PAYMENT POLICY: Payments will be made in accordance with the Texas Prompt Payment Law,Texas Government Code, Subtitle F,Chapter 2251. The City will pay Vendor within thirty days after the acceptance of the supplies, materials, equipment, or the day on which the performance of services was completed or the day,on which the City receives a correct invoice for the supplies, materials, equipment or services,whichever is later. The Vendor may charge a late fee(fee shall not be greater than that which is permitted by Texas law)for payments not made in =; accordance with this prompt payment policy; however, this policy does not apply to payments made by the City in the event: 18.1. There is a bona fide dispute between the City and Vendor concerning the supplies, materials, services or equipment delivered or the services-performed that causes the payment to be late; or 18.2. The terms of a federal agreement, grant, regulation, or statute prevent the City from making a timely payment with Federal Funds;or 18.3. There is a bona fide dispute between the Vendor and a subcontractor or between a subcontractor and its suppliers concerning supplies, material, or equipment delivered or the services performed which caused the payment to be late; or 18.4. The invoice is not mailed to the City in strict accordance with instructions, if any, on the purchase order or agreement or other such contractual agreement. 7of11 s SOLICITATION NUMBER 11-014 SPECIFICATION NUMBER 11-670 DATED:AUGUST 2011 ATTACHMENT A RESPONDENT'S REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: RESPONDENT'S NAME: DATE: Provide the name, address, telephone number and point of contact of at least three(3)firms applicable to Municipal and/or Government projects that have utilized similar service for at least two(2)years. City of Round Rock references are not applicable. References may be checked prior to award. Any negative responses received may result in disqualification of solicitation. 1. Company's Name Name of Contact r Title of Contact E-Mail Address Present Address City, State, Zip Code Telephone Number ( ) Fax Number: ( ) 2. Company's Name Name of Contact Title of Contact E-Mail Address Present Address City, State, Zip Code Telephone Number ( ) Fax Number: ( ) 3. Company's Name Name of Contact Title of Contact E-Mail Address Present Address City, State, Zip Code Telephone Number ( ) Fax Number:( ) FAILURE TO PROVIDE THE REQUIRED INFORMATION.WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. 11 of 11 t a { I Z • U ATTACHMENT B 4. W O 3 0' _TYPICAL WATER :MAIN ASSIGNMENT I 2-2 N' DIA. CONNECTIONS MAY VARY (SEE NOTE j1) 1 c7yp) t FIRE HYDRANT TO 66' MAX. LENGTH OF ' BE SET PLUMB FIRE HYDRANT ASSEMBLY j { 3 1-4.}tg DIA. ( 4 CONNECTION (SEE NOTE 1) CONCRETE AROUND j VALVE CAN .LID (SEE VALVE BOX I ASSEMBLY DETAIL CONCRETE CURB 18" r411 DRAWING N0. WT-06) 4" MAX I WEARING SURFACE 211 MIN. 6" MAX. I r ;.�•: •,'�.u:>r _ :>.: I �;;:.:. ;r. a�:;t;:..�•. ,.: -• ;; � .r.••,.: Vii,•..., x CITY OF.ROUND ROCK r 8" MJ x STANDARD VALVE BOX m FLANGED.VALVE ASSEMBLY (SEE CONCRETE BLOCKING WITH A (SEE NOTE2) SEPARATE DETAIL) MIN 1 186 NFT BEARING .;:_ AREA CLAS A CONCRETE f' DO NOT BLOCK DRAIN HOLESbUCTIL + ��* IRON PIPE — 4"x12 702" CONCRETE. r e'' �P•'� ' ^ BLOCK CLASS "A" CONCRETE MAIN UNE SIZE V TEE (SEE 'NOTE #2) CRUSHED STONE OR GRAVEL SHALL THRUST BLOCKING REQUIRED FOR r PIPE SIZE AND SOIL CONDITION BE PLACED AROUND THE..BOTTOM OF THE HYDRANT FOR RADIUS OF AT (FAST 12" AND EXTENDING AT LEM7 12" ABOVE THE OUTLET D.0 NOT BLOCK DRAIN HOLES r10IES: 1. THREADS ON OUTLET NOZZLES SHALL BE NATIONAL STANDARD 'THREAD. 2. TEE MAY HAVE FLANGED.,OUTLET FOR M.J. X FLANGED. GATE VALVE PR, ANCHOR (SWIVEL) TEE AY BE USED WITH M.J. X M.J. GATE VALVE. 3. A BLUE' REFLECTIVE DEUNEATOR OF TYPE APPROVED BY'THE ENGINEER SHALL gE pLACED 2 TO 3 FEET OFFSET FROM THE CENTERLINE.OF PAVED STREET'S .OR*PAVED ACCESS WAYS, ON T}IE•SIDE OF AND IN UNE WITH► ALL REWLY INSTALLED FIRE HYDRANTS, RECORDsty cO1?Y DRAWING N0: ON FUR AT PUBLIC WORKS CITY OF' ROUND RtJCI� APPRWr-1)5 OVED: 04=01-10 DATE .FIRE HYDRANT ASSEMBLY DETAIL %p o .TEXAS THS ARCSI' M/EUMBER ABStUiWg vvrr:r¢ovrtos"urr ]iWSPONS®UM-F09 TSS APPROPRIATE SCALE) ?' USE OF Tm•71ETAIL (NOT TO i I i SOLICITATION NUMBER 11-014 SPECIFICATION NUMBER 11-670 DATED:AUGUST 2011 SOLICITATION INSTRUCTIONS ITEMS BELOW APPLY TO AND BECOME A PART OF TERMS AND CONDITIONS OF SOLICITATION ANY EXCEPTIONS THERETO MUST BE IN WRITING 1. SOLICITATION REQUIREMENTS: } 1.1 Responding requires pricing per unit shown and extensions. If trade discount is shown on solicitation, it should be deducted and net line extensions shown. Respondents guarantees product offered will meet or exceed specifications identified in this Invitation For Bid(IFB). 1.2 Solicitations shall be submitted on Solicitation Sheet Each response shall be placed in a separate envelope completely and property identified. Responses must be in the Purchasing Department before the hour and date specified on the solicitation. 1.3 Late responses property Identified will be returned to respondent unopened. Late responses will not be considered. 1.4 Respond F.O.B.destination,freight,prepaid,&allowed unless otherwise specked on the solicitation. If otherwise,show exact cost to deliver. 1.5 Response shall show unit price on quantity and unit of measure specified,extension and show total. In case of errors in extension,unit prices shall govem. Responses subject to unlimited price increase will not be considered. 1.6 Submitted prices shall be fine for acceptance 30 days from solicitation opening date. "Discount from List'responses are not acceptance unless requested. Cash discount will not be considered in determining the low response.All cash discounts offered will be taken if earned. 1.7 Responses shall give Tax Identification Number,full name and address of respondent Failure to sign will disqualify response. Person signing response shall show titre and authority to bind signatories firth in an agreement Finn name should appear on each page in the block provided in the upper right comer. Business Entity shall be one(1)of the following:Individual,Partnership,Sole Proprietorship,Estate/Trust,Corporation,Governmental.Non-profit,all others shall be specified. INDIVIDUAL.*List name and number as shown on Social Security Card. SOLE PROPRIETORSHIP:List legal name followed by legal business name and Social Security Number. ALL OTHERS:List legal name of entity and Tax Identification Number(TIN). 1.8 Responses cannot be altered or amended after opening time. Any Alterations made before opening time shall be initialed by respondent or an authorized agent No response can be withdrawn after opening time without approval of the CITY based on a written acceptable reason. 1.9 The City is exempt from State Sales Tax and Federal Excise Tax Do not include tax in response. 1.10 The City reserves the right to accept or reject all or any part of response,waive minor technicalities and award the response to best serve the interests of the City.Split awards may be made at the sole discretion of the City. 1.11 Consistent and continued tie responses could cause rejection of responses by the City and/or investigation for antitrust violations. 1.12 Telephone,facsimile,and electronically transmitted responses are not acceptable in response to the solicitation. b 1.13 CAUTION:Solicitation invitation allows sufficient time for receipt of the preferred mal response. The City shall not be responsible for responses received late,illegible, Incomplete,or otherwise non-responsive. 2. SPECIFICATION: 2.1 Any catalog,brand name or manufacturer's reference used in the solicitation is descriptive only(not restrictive),and is used to indicate type and quality desired. Responses on brands of like nature and quality will be considered unless advertised under the provisions of Section 252.022 of the Texas Local Government Code. If other than brands)specified is offered,Illustrations and complete descriptions of product offered are requested to be made a part of the response. If respondent takes no exceptions to specifications or reference data in response,respondent will be required to furnish brand names,numbers,etc.,as specified in the solicitation. 2.2 AN items on the solicitation shall be new,in first class condition,including containers suitable for shipment and storage,unless otherwise indicated in the solicitation. Verbal agreements to the contrary will not be recognized. 2.3 Samples,when requested,must be furnished free of expense to the City. If not destroyed in examination,they will be returned to the respondent,on request,at respondent expense. Each example should be marked with respondents'name and address,City solicitation number and code. Do not enclose in or attach to response. 2A The City will not be bound by any oral statement or representation contrary to the written specifications of the solicitation. 2.5 Manufacturer's standard warranty shall apply unless otherwise stated in the solicitation. 3. TIE RESPONSES: In case of tie responses,the award will be made in accordance with Section 271.901 of the Texas Local Government Code. 4. DELIVERY: P 4.1 Response shall show number of days required to place material in City's designated location under normal conditions. Failure to state deliver time obligates respondent to complete delivery in fourteen(14)calendar days. Unrealistically short or long delivery promises may cause response to be disregarded. Consistent failure to meet delivery promises without valid reason may cause removal from Vendor list(See 4.2 following.) 4.2 If delay is foreseen,Vendor shall give written notice to the City. The City has the right to extend delivery date if reasons appear valid. Vendor shall keep the City advised at all times of status of order. Default in promised delivery(without acceptable reasons)or failure to meet specifications,authorizes the City to purchase supplies elsewhere and charge full increase,If any,In cost and handling to defaulting Vendor. 4.3 No substitutions or cancellations permitted withoutwritten approval of the City. 4.4 Delivery shall be made during normal working hours only,unless prior approval for late delivery has been obtained from the City,unless otherwise specked in the solicitation. 5. INSPECTION AND TESTS: Al goods will be subject to inspection and test by the City to the extent practicable at all times and places. Authorized City personnel shall have access to any supplier's place of business for the purpose of inspecting merchandise. Tests may be performed on samples submitted with the response or on samples taken from regular shipments. If the products tested fail to meet or exceed all conditions and requirements of the specifications,the cost of the sample used and the cost of the testing shall be bome by the supplier. Goods,which have been delivered and rejected in whole or in part,may,at the City's option,be returned to the Vendor or held for f disposition at Vendors risk and expense. Latent defects may result in revocation of acceptance. t 6. AWARD OF AGREEMENT: A response to a solicitation is an offer to contract with the City based upon the terms,conditions,and specifications contained in the solicitation. $ Responses do not become agreements or purchase orders unless and until they are accepted by the City through its designates and an agreement or a purchase order is Issued. The agreement or purchase order shall be governed,construed,and interpreted under the Charter of the City and the laws of State of Texas. All agreements or purchase orders are subject to the approval of the City Council or Manager. 7. PAYMENT:Vendor shall submit three(3)copies of an invoice showing the agreement or purchase order number on all copies. 8. PATENTS AND COPYRIGHTS: The Respondent agrees to protect the City from claims involving infringements of patents or copyrights. 9. RESPONDENT ASSIGNMENTS: Respondent hereby assigns to the purchaser any and all claims for overcharges associated with this agreement,which arise under the antitrust laws of the State of Texas.TX,Bus.And Comm.Code Ann.Sec.15.01,et seq.(1967). 10. RESPONDENT AFFIRMATION: 10.1 Signing the response with a false statement is a material breach of agreement and shall void the submitted response or any resulting agreements,and the Respondent shall be removed from all Vendor lists. By signature hereon affixed,the respondent hereby certifies that 10.2 The respondent has not given,offered to give,nor intends to give any time hereafter any economic opportunity,future employment,gift,loan,gratuity,special discount, tip,favor,or service to a public servant in connection with the submitted response. 10.3 The respondent is not currently delinquent in the payment of any debt owed the City. 10.4 Neither the respondent nor the firth,corporation,partnership,or any entity represented by the respondent,or anyone acting for such firm,corporation,or entity,has violated the antitrust laws of this State codified in Section 15.01 at Seq.Texas Business and Commercial Code,or the Federal Antitrust Laws,nor communicated directly or indirectly the response made to any competitor,or any other person engaged in such line of business. 10.5 The respondent has not received compensation for participation in the preparation of the specification for the solicitation. 11. NOTE TO RESPONDENTS: Any terms and conditions attached to response will not be considered unless the respondent specifically references them on the front of the response forth. WARNING:Such terms and conditions may result in disqualification of the response(e.g.responses with the laws of a state other than Texas requirements for prepayment,Limitations on remedies,etc.) The City of Round Rock can only accept responses which contain all the terms and conditions of is formal solicitation;in particular, all respondents'affirmations and certifications must be included. Submission of responses on forms other than Citys form may result in disqualification of your response, 12. INQUIRIES: Inquiries pertaining to Solicitation invitations must give Solicitation number,codes,and opening date. 10 of 11 1 i r 'ROUND ROCK,TEXAS PURPOSE.PASSION.PROSPERITY. ' s i E CITY OF ROUND ROCK, TEXAS i INVITATION FOR BID REPAIR AND MAINTENANCE PARTS FOR WATER AND WASTEWATER LINES IFB No. 11-014 Addendum No. 1 Date of Addendum: September 30, 2011 Please note the clarifications, revisions or additions to the solicitation referenced above. 1. Q: What is the anticipated Agreement start date? } A: The City anticipates an executed Agreement by January 2012. 2. Q: Will the City consider PVC Products as a"cost-plus" item due to the product's price volatility? A: Yes. The bid sheet has been modified to reflect this change. The attached bid sheet shall REPLACE the previous bid sheet. Respondents shall bid their } percentage to be charged to the City above and beyond the cost of the PVC part. Part invoices shall be submitted with the invoice as a requirement for payment. 3. Q: As the City recently awarded a contract for Meter Boxes, does the City still seek a price s` for Meter Boxes? A: No. The bid sheet has been modified to reflect this change and is herein made a part of this Addendum. 4. Q: What references does the City seek? A: The City seeks end-user references. k 5. Q: Does"Piggyback" mean our prices to the City of Round Rock are available to other City's? A: Yes. 6. Q: What quantity of each part should be bid? A: Only one (1) part shall be bid. Orders will be placed on as-needed basis. 7. Q: Can fire hydrant parts be bid as aftermarket? A: No. All fire hydrant parts shall be new,factory direct parts only. 8. Q: If parts are stored in a vendor's yard and have been weathered due to being outside are they still acceptable? A: No. All parts shall be delivered in like-new condition or they will be rejected. 9. Q: How are fittings, valves, bolts and gaskets to be bid? A: Fittings and valves are to be bid separately as accessories. Bolts and gaskets are to be bid as kits. 10. Q: Are the full-circle clamps to be stainless steel? f i F i E A: Yes. 11. Q: Are the Ford products to be brass? A: Yes. 12. Q: What brand name does the City currently utilize for air release valves and pressure reducing valves? 3' A: The City utilizes ARI brand for air release valves and WATTS brand for pressure reducing valves. i 13. Q: Who at the City will issue the part Purchase Orders? A: The Purchase Orders will be issued by the Water and Wastewater Line Maintenance Department. i Approved by / Joy Baggett, Purchaser By the signatures affixed below, Addendum No. 1 is hereby incorporated into and made a part of the above referenced solicitation. ACKNOWLEDGED Vendor Authorized Signature Date RETURN ONE COPY SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM CONSIDERATION FOR AWARD. { t t } f ATTACHMENT A CITY OF ROUND ROCK INSURANCE REQUIREMENTS 1. INSURANCE:The Vendor shall procure and maintain at its sole cost and expense for the duration of the contract or purchase order resulting from a response to this bid/Specification insurance against claims for irnunes to persons or damages to property which may arise from or in connection with the performance of the work as a result of this bid by the successful bidder,its agents,representatives.volunteers employees or subcontractors 1.1. Certificates of Insurance and endorsements shall be furnished to the City and approved by the City before work commences. 1.2. The following standard insurance policies shall be required: 1.2.1. General Liability Policy 1.2.2. Automobile Liability Policy 1.2.3. Worker's Compensation Policy 1.3. The following general requirements are applicable to all policies: 1.3.1. Only insurance companies licensed and admitted to do business in the State of Texas shall be accepted. 1.3.2. Deductibles shall be listed on the Certificate of Insurance and are acceptable only on a per occurrence basis for property damage only. 1.3.3. Claims made policies shall not be accepted,except for Professional Liability Insurance. 1.3.4. Upon request, certified copies of all insurance policies shall be furnished to the City 1.3.5. Policies shall include,but not be limited to,the following minimum limits: 1.3.5.1. Minimum Bodily Injury Limits of$300,000.00 per occurrence. 1.3.5.2. Property Damage Insurance with minimum limits of$50,000.00 for each occurrence. 1.3.5.3. Automobile Liability Insurance for all owned, non-owned,and hired vehicles with minimum limits for Bodily Injury of$100,000.00 each person,and$300,000.00 for each occurrence,and Property Damage Minimum limits of$50,000.00 for each occurrence. 1.3.5.4. Statutory Worker's Compensation Insurance and minimum $100,000.00 Employers Liability Insurance. 1.3.6. Coverage shall be maintained for two years minimum after the termination of the Contract. 1.4. The City shall be entitled, upon request,and without expense to receive copies of insurance policies and all endorsements thereto and may make reasonable request for deletion,revision,or modification of particular policy terms,conditions,limitations,or exclusions(except where policy provisions are established by law or regulation binding either of the parties hereto or the underwriter of any of such policies). Upon such request by the City,the Vendor shall exercise reasonable efforts to accomplish such changes in policy coverage and shall pay the cost thereof. All insurance and bonds shall meet the requirements of the bid specification and the insurance endorsements stated below. 1.5. Vendor agrees that with respect to the required insurance,all insurance contracts and certificate(s)of insurance will contain and state,in writing,on the certificate or its attachment,the following provisions: `s 1.5.1. Provide for an additional insurance endorsement clause declaring the Vendor's insurance as primary. 1.5.2. Name the City and its officers,employees,and elected officials as additional insured's,(as the interest of each insured may appear)as to all applicable coverage. s 1.5.3. Provide thirty days notice to the City of cancellation,non-renewal,or material changes E 1.5.4. Remove all language on the certificate of insurance indicating: 1.5.4.1. That the insurance company or agent/broker shall endeavor to notify the City;and, 1.5.4.2. Failure to do so shall impose no obligation of liability of any kind upon the company,its agents,or representatives. 1.5.5. Provide for notice to the City at the addresses listed below by registered mail: 1.5.6. Vendor agrees to waive subrogation against the City,its officers,employees, and elected officials for injuries,including death,property damage,or any other loss to the extent same may be covered by the proceeds of insurance. 1.5.7. Provide that all provisions of this contract concerning liability, duty,and standard of care together with the indemnification provision,shall be underwritten by contractual liability coverage sufficient to include such obligations within applicable policies. 1.5.8. All copies of the Certificate of Insurance shall reference the project name,bid number or purchase order number for which the insurance is being supplied. 1.5.9. Vendor shall notify the City in the event of any change in coverage and shall give such notices not less than thirty days prior notice to the change,which notice shall be accomplished by a replacement Certificate of Insurance. 1.5.10. All notices shall be mailed to the City at the following addresses: Assistant City Manager City Attorney City of Round Rock City of Round Rock 221 East Main 309 East Main Round Rock,TX 78664-5299 Round Rock,TX 78664 6. WORKERS COMPENSATION INSURANCE 6.1. Texas Labor Code,Section 406.098 requires workers'compensation insurance coverage for all persons providing services on building or construction projects for a governmental entity. 6.1.1. Certificate of coverage("certificate")-A copy of a certificate of insurance,a certificate of authority to self-insure issued by the Texas Workers'Compensation Commission,or a coverage agreement(TWCC-81,TWCC-82,TWCC-83,or TWCC-84),showing statutory workers'compensation insurance coverage for the person's or entity's employees providing services on a project,for the duration of the project. 6.1.2. Duration of the project-includes the time from the beginning of the work on the project until the CONTRACTOR'S/person's work on the project has been completed and accepted by the OWNER. 6.2. Persons providing services on the project("subcontractor") in Section 406.096-includes all persons or entities performing all or part of the services the CONTRACTOR has undertaken to perform on the project,regardless of whether that person contracted directly with the CONTRACTOR and regardless of whether that person has employees. This includes,without limitation,independent contractors,subcontractors,leasing companies,motor carriers,owner-operators,employees of any such entity,or employees of any entity,which furnishes persons to provide services on the project. "Services" include,without limitation,providing, hauling,or delivering equipment or materials,or providing labor,transportation,or other service related to a project. "Services"does not t include activities unrelated to the project,such as food/beverage vendors,office supply deliveries,and delivery of portable toilets. 6.3. The CONTRACTOR shall provide coverage,based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements,that meets the statutory requirements of Texas Labor Code, Section 401.011(44)for all employees of the CONTRACTOR providing services on the project,for the duration of the project. 6.4. The CONTRACTOR must provide a certificate of coverage to the OWNER prior to being awarded the contract. 6.6. If the coverage period shown on the CONTRACTOR'S current certificate of coverage ends during the duration of the project,the CONTRACTOR must,prior to the end of the coverage period,file a new certificate of coverage with the OWNER showing that coverage has been extended. 6.6. The CONTRACTOR shall obtain from each person providing services on a project,and provide to the OWNER: 6.6.1. a certificate of coverage,prior to that person beginning work on the project,so the OWNER will have on file certificates of coverage showing coverage for all persons providing services on the project;and 6.6.2. no later than seven calendar days after receipt by the CONTRACTOR,a new certificate of coverage showing extension of coverage,if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6.7. The CONTRACTOR shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 6.8. The CONTRACTOR shall notify the OWNER in writing by certified mail or personal delivery,within 10 calendar days after the CONTRACTOR knew or should have known, or any change that materially affects the provision of coverage of any person providing services on the project. 6.9. The CONTRACTOR shall post on each project site a notice,in the text,form and manner prescribed by the Texas Workers'Compensation Commission, informing all persons providing services on the project that they are required to be covered,and stating how a person may verify coverage and report lack of coverage. 6.10. The CONTRACTOR shall contractually require each person with whom it contracts to provide services on a project,to: 6.10.1. provide coverage,based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements,that meets the statutory requirements of Texas Labor Code,Section 401.011(44)for all its employees providing services on the project,for the duration of the project; 6.10.2. provide to the CONTRACTOR, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on a project,for the duration of the project; 6.10.3. provide the CONTRACTOR, prior to the end of the coverage period,a new certificate of coverage showing extension of coverage,if the coverage period shown on the current certificate of coverage ends during the duration of the project; 6.10.3.1, obtain from each other person with whom it contracts,and provide to the CONTRACTOR: 6.10.3.1.1. a certificate of coverage,prior to the other person beginning work on the project;and 6.10.3.1.2. a new certificate of coverage showing extension of coverage, prior to the end of the coverage period,if the coverage period shown on the current certificate of coverage ends during the duration of the project t r C 1 E 6.10.3.2. retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 6.10.3.3. notify the OWNER in writing by certified mail or personal delivery, within 10 calendar days after the person knew or should have ' known,of any change that materially affects the provision of coverage of any person providing services on the project;and 6.10.3.4. contractually require each person with whom it contracts,to perform as required by paragraphs(A thru G),with the certificates of coverage to be provided to the person for whom they are providing services. 6.10.3.5. By signing the solicitation associated with this specification,or providing,or causing to be provided a certificate of coverage,the Contractor is representing to the Owner that all employees of the Contractor who will provide services on the project will be covered by workers'compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts,and that all coverage agreements will be filed with the appropriate insurance carrier or,in the case of a self-insured,with the Commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties,criminal penalties,civil penalties,or other civil actions. 6.10.3.6. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor that entitles the Owner to declare the contract void if the Contractor does not remedy the breach within ten calendar days after receipt of notice of breach from the owner. s k- { X F t SOLICITATION NUMBER 11-014 SPECIFICATION NUMBER 11-670 DATED:AUGUST 2011 INVITATION FOR BID(IFB) CITY OF ROUND ROCK PURCHASING OFFICE 221 E.Main Street Round Rock,Texas 78664-5299 Solicitation Information: Responses are due to the Purchasing Office REPAIR AND MAINTENANCE PARTS FOR WATER AND WASTEWATER LINES at the above address by 3:00pm,October 11,2011. Solicitation Number 11-014 Opening Date: 10/11/2011 Opening Time: 3:00pm Show solicitation opening date&solicitation number in lower left Response Location: k hand comer of sealed response envelope with return address of City of Round Rock Purchasing Division responding firth. 221 E.Main Street Round Rock,TX 78664 Facsimile responses shall not be accepted Return signed one(1)original and three(3)copies of response. INVOICE TO: CITY OF ROUND ROCK ACCOUNTS PAYABLE 221 EAST MAIN STREET y ROUND ROCK,TEXAS 78664-5299 QL-Aigfiorized Signature Date ,��► �y r,CecV,OJA Print Name Respond F.O.B.Destination,Freight prepaid and allowed unless otherwise specified below SEE 1.7 OF SOLICITATION INSTRUCTIONS 's DESTINATION: TAX ID NO.: a D 33 -7- CITY OF ROUND ROCK LEGAL BUSINESS NAME: Rs- 910 LUTHER PETERSON PLACE c� ^ Suqk (� 1 ROUND ROCK,TEXAS 78665 ADDRESS: �•L��Q G�R A �h �W 1 ge�I CONTACT: `\ "By the signature hereon affixed,the respondent —i hereby certifies that neither the respondent nor the TELEPHONE NO: S k Z — entity represented by the respondent,or anyone acting for such entity has violated the antitrust laws of this BUSINESS ENTITY TYPE: State,codified in Section 15.01 et seq.,Texas Business and Commerce Code,or the Federal E-MAIL: F \ E(4AD SU P Q iu 0 .� antitrust laws,nor communicated directly or indirectly, the response made to any competitor or any other person engaged in such line of business." Respondent agrees to comply with all conditions set forth in this solicitation. BID SHEET CITY DESCRIPTION MODEL# (IF APPLICABLE) UNIT UNIT PRICE ITEM # 1 1/2"SCH40 PVC PIPE Cost PIUS % 3 2 3/4"SCH40 PVC PIPE COSI PIUS % 3 1"SCH40 PVC PIPE COSI PIUS % 4 1.5"SCH40 PVC PIPE Cost PIUS % 8 of 10 SOLICITATION# 11-014 5 2"SCH40 PVC PIPE Cost Plus % s 6 3"SCH40 PVC PIPE Cost Plus % Z J R 7 4"SCH40 PVC PIPE Cost Plus % 3 8 4"SCH40 FEMALE ADAPTER-C/O 6,00 9 3"SCH40 PVC PIPE Cost Plus % i 12 8"C900 PVC PIPE Cost Plus % 13 12"C900 PVC PIPE Cost Plus % 3 E 14 14"C900 PVC PIPE 20'JOINT Cost Plus % 15 16"C900 PVC PIPE Cost Plus % ° /o 16 4"DUCTILE IRON PIPE .ZU t 17 6"DUCTILE IRON PIPE S, 18 8" DUCTILE IRON PIPE 19 12"DUCTILE IRON PIPE 20 16" DUCTILE IRON PIPE Z_ p� 21 20"DUCTILE IRON PIPE 22 24"DUCTILE IRON PIPE L7Q_ 17 D 23 30"DUCTILE IRON PIPE 24 4"DI SLEEVE MJ X MJ a�� S� C' 25 6"DI SLEEVE MJ X MJ q . 00 26 8" DI SLEEVE MJ X MJ 27 12" DI SLEEVE MJ X MJ 28 16"DI SLEEVE MJ X MJ 29 20" DI SLEEVE MJ X MJ 3 S i f 1 SOLICITATION#11-014 c� s 30 24"DI SLEEVE MJ X MJ 5 ay�, � 31 30" DI SLEEVE MJ X MJ 32 4" DI 45 MJ X MJ � 0�r�� t 33 6" DI 45MJXMJ 1 ,� f7 eiy-\ 34 8"DI 45MJXMJ jo 35 12"DI 45MJXMJ 1l5 „rj� G� x 37 20”DI 45 MJ X MJ 3u,00 �A 39 30"DI 45 MJ X MJ 40 4" DI 90 MJ X MJ 41 6" DI 90MJXMJ 42 8" DI 90MJXMJ 43 12"DI 90 MJ X MJ s i, -70 EA 45 6"FOSTER ADAPTER W/ACCESSORIES Ioo..co� 8"FOSTER ADAPTER 46 MACCESSORIES �� -ODEA 47 12"FOSTER ADAPTER MACCESSORIES 48 4 DI FLANGE X MJ ADAPTER 49 6 DI FLANGE X MJ ADAPTER �qco 50 8"DI FLANGE X MJ ADAPTER 51 12" DI FLANGE X MJ ADAPTER 1 3 Q)V 53 4"X 6" DI MJ X MJ ADAPTER a 54 6"X 8"DI MJ X MJ ADAPTER "T I 2-0 55 8"X 12" DI MJ X MJ ADAPTER � 6oA A 56 6"DI MJ TEE k SOLICITATION# 11-014 57 8"x 6" MJ DUCTILE IRON i CROSS 10�- I0 58 8" MJ DUCTILE IRON TREE o J - 59 4"MJ END CAP 11 .00 60 6"MJ END CAP 61 8"MJ END CAP 62 12"MJ END CAP 63 8"X 6" MJ TEE o �� 70 4"MJ ACCESSORY � ' 30 71 6"MJ ACCESSORY 72 8"MJ ACCESSORY 73 12"MJ ACCESSORY 75 16"MJ ACCESSORY 76 20"MJ ACCESSORY 60 77 24"MJ ACCESSORY Gl co t 78 30"MJ ACCESSORY �Q 80 4"DI MEGA LUG ACCESSORY FOR DI PIPE l .q 81 4"PVC MEGA LUG ACCESSORY Cost Plus % 82 6"DI MEGA LUG ACCESSORY (} 83 6"C900 MEGA LUG ACCESSORY o` I 84 8"DI MEGA LUG ACCESSORY �� 0z) 85 8"C900 MEGA LUG z �` ACCESSORY J 86 12"DI MEGA LUG ACCESSORY to. Oc> 87 12"C900 MEGA00 LUG ACCESSORY SOLICITATION#11-014 f 88 14"MEGA LUG ACCESSORY 0900 'z 89 16"DI MEGA LUG ACCESSORY 5 (� 90 20"DI MEGA LUG ACCESSORY I T1 ,Q0 91 24"DI MEGA LUG ACCESSORY 92 30"DI MEGA LUG ACCESSORY 93 16"MEGA LUG ACCESSORY I �� C900 141 3/4"HAMMONDS IB 645 GATE ( - �� VALVE I 142 1" HAMMONDS IB645 GATE / VALVE 3 b,UD 143 1 1/2" HAMMONDS IB645 GATE {��' 0-0 VALVE U 144 . 2 HAMMONDS IB645 GATE + VALVE 1 Sj JD 145 2"MIP AIR RELIER VALVE a 146 2"SQUARE NUT RESILIENT n WEDGE GATE VALVE FIP X FIP (J p 147 4"AWWA MJ X MJ GATE VALVE �� F 148 6"AWWA MJ X MJ GATE VALVE 149 8"AWWA MJ X MJ GATE VALVE /n ✓f GG 12"AWWA MJ X MJ GATE (� r 150 on VALVE QUr s 151 14"AWWA MJ GATE VALVE j 16"AWWA MJ X MJ GATE , 152 VALVE 6 AUSTIN PROPERTY OWNER 153 ii ' LID I -dc) 154 AUSTIN SPEC VALVE CAN BOOT `1 155 AUSTIN SPEC GRADE RING C6 156 6"AUSTIN SPEC VAN CAN LID 157 AUSTIN SPEC C-8 COLLAR C� pv SOLICITATION# 11-014 i 158 3/4"Cl COMP X 3/4"COMP el COUPLING CTS 165 3/4" FLARE X COMP 45 CTS t 166 3/4"FLARE X COMP 90 CTS 1� I 167 3/4"COMPRECTS N COUPLING C44-33-G O ��� 168 1"COMPRESSION COUPLING C44-44-G 4b ef, 169 1.5"COMPRESSION COUPLING C44-66-G 3 5, 00 r; 170 2"COMPRESSION COUPLING C44-77-G IJ :Js f k 171 3/4"X 1"COMP COUPLING CTS C44-34-G 172 1"x 1.5"COMP COUPLING CTS C44-46-G 173 1.5"X 2"COMP COUPLING CTS C44-67-G I t I } 174 3/4"MIP X COMPS COUPLING C84-33-G �� µ CT 175 3/4"FIP X COMPS COUPLING C14-33-GCT '•� �� I 4 176 1"MIP X COMP COUPLING CTS C84-44-G 177 1"FIP X COMP COUPLING CTS C14-44-G 178 1.5"MIP X COMP COUPLING C84-66-G CTS 179 1.5"FIP X COMPS COUPLING C16-66-IDR7 CT3 �- 180 2"MIP X COMP COUPLING CTS C84-77-G J f 181 2"FIP X COMP COUPLING CTS C14-77-G IV ' 182 3/4"COMP 90 CTS L44-33-G 183 1"COMP 90 CTS L44-44-G 184 1.5"COMP 90 CTS L44-66-G 185 2"COMP 90 CTS L44-77-G 186 3/4"FLARE X COMP STR. C04-33-G COUPLING CTS i E f F SOLICITATION# 11-014 187 1"FLARE X COMP STR. C04-44-G COUPLING CTS 188 1.5 FLARE X COMP STR. C04-66-G COUPLING CTS �(J•OU k 189 2"FLARE X COMP STR. C04-77-G j� 06 § COUPLING CTS 190 1"FLARE X COMP 90 CTS L04-44-G 191 1.5"FLARE X COMP 90 CTS L04-66-G 192 2"FLARE X COMP 90 CTS L04-77-G 00 193 1"FLARE X COMP 45 CTS LA04-44-G U s 194 1.5 FLARE X COMP 45 CTS LA-4-66-G f' 195 2"FLARE X COMP 45 CTS LA04-77-G �1 OD 196 3/4"COMP TEE CTS T444-333-G �� r 197 1"COMP TEE CTS T444-444-G p h i 198 1"FLARE X MIP COUPLING C28-44 I 200 3/4"MIP X 1"COS P COUPLING C84-34-G 201 3/4"FIP X 1"CCOSP COUPLING C14-34-G ( Ci a . 202 1.5"X 1 "COMP WYE CTS Y44-264-Go,D z 203 2"X 1"COMP WYE CTS Y44-274-G 0c) r 204 1"FLARE X 1.5" MIP WYE Y28-246 f� (�--DO 205 2"MIP X 1"COMP WYE CTS Y28-247 206 3/4"MIP X 1"COMP STR. U- U48-43-G BRANCH CTS 1��- O b a 207 3/4"MIP X 1"FLARE U-BRANCH U28-43-G 208 3/4"MIP X 1 "MIP U-BRANCH U88-43 209 3/4"MIP X 1" CTS P U-BRANCH U48-43-G OD S.. 210 3/4"MIP X 1-1/2"COMP U- Y-48-63-G !, BRANCH CTS `1 -dD i I P S SOLICITATION# 11-014 211 5/8"MN X 1"CCMS ANGLESTOP KV43-342W-G e I 212 3/4" FIP X FIP STR. CURB STOP B11-333W 213 3/4"COMP X 5/8"MN ANGLESTOP CTS ,oD 214 3/4"COMP X 5/8"MN STR. B43-342W-G CURBSTOP CTS q �•� 215 5/8"MN X 3/4" FIP STR. STOP B13-232W Q I t 216 5/8"MN X 3/4"ANGLESTOP KV13-332W 217 1"MN X 1"FIP ANGLESTOP KV13-444W a 218 1"MN X COMP ANGLESTOP KV43-444W-G 219 1"MN X 1"CCMS STR.STOP B43-444W-G 220 1.5"FIP X METER FLANGE FV-13-666W ANGELSTOP ip • ( 1 221 2"COMP X FLANGE FV43-777W-G C'" ANGLESTOP CTS I J 2"FIP X METER FLANGE 222 ANGLESTOP FV13-777W Q�� 223 2" FIP STR.CURBSTOP 611-777 iI a W/HANDLE 224 2" FIP CURBSTOP B11-777W 225 1.5"FIP CURBSTOP B11-666W 6 oo 226 3/4"MIP X FLARE CORP STOP F700-3 i F700-3 I .0D 227 1"MIP X FLARE CORP STOP F700-4 Z �a OD 228 1-1/2"MIP X FLARE CORP STOP FB700-6 _OD { 229 2"MIPX FLARE CORP STOP FB700-7 ` �U-O-D 230 5/8"MN X 3/4"MIP X 2"METER C38-23-2 COUPLING 231 5/8" X 3/4"MIP X 2.5"METER COUPLING C38-23-2.5 232 5/8"MN X 3/4"MIP X 2.75" C38-23-2.75 q Z0 METER COUPLING Ln 233 1"MN X 1"MIP X 2.5" METER C38-44-2.5 v. Z COUPLING I 0 SOLICITATION# 11-014 234 1"MN X COUPLING3.5" ,METER C38-44-3.5 O rii 235 1"MN X 1"MIP X 8.5"METER C38-44-8.5 V COUPLING 1 a ,0a 236 5/8"MN X COUPIP X LING 8.5"METER C38-23-8.5 nD t f 237 1/2"PACK JOINT STR. C77-11 Cost Plus % COUPLING FOR PVC 3 238 3/4"PACK JOINT COMP C77-33 Cost Plus % ° COUPLING FOR PVC /0 239 3/4 X 1" PACK JOINT STR. COSt Plus COUPLING FOR PVC 1."PACK JOINT STR. COUPLING 240 C77-44 Cost Plus % FOR PVC 241 1.5"PACK JOINT STR. C77-66 Cost Plus % COUPLING FOR PVC 242 2"PACK JOINT STR. COUPLING C77-77 Cost Plus % FOR PVC 243 3/4"COMP X 3/4"PVC STR.COUPLING CTS C47-33-G Cost Plus % / 244 3/4"COMP X 1"PVC STR. C47-34-G Cost Plus % % COUPLING CTS 245 1"COMP X 3/4"PVC STR. C47-43-G Cost Plus % COUPLING CTS 246 1"COMP X 1" PVC STR.COUPLING CTS C47-44-G Cost Plus % % 247 1.5"COMP X 1.5"PVC STR. C47-66-G Cost Plus % COUPLING CTS 248 2"COMP X 2"PVC STR. C47-77-G Cost PIUS COUPLING CTS 249 5/8"MN X STOP CTSTR. CURB B43-444W-G I"COMP 250 1.5"METER FLANGE KIT 251 2"METER FLANGE KIT 252 1"MN X FIP STR CURBSTOP -I co 253 2"MIP X FIP STR.CURBSTOP B81-777W 257 3/4"MIP X COMP CORP STOP F1100-3-G f 258 1"MIP X FIP CORP STOP FB1700-4 Z- 259 259 2"X 12" BRASS NIPPLE f SOLICITATION# 11-014 s 260 3/4" PRV VALVE 3/4 LF N 45BU 070 M1 1-1/4 BRASS COUPLING PACK 261 JOINT PVCxPVC C77-55 Cost Plus % % 291 3/4" BLACK POLY TUBING t f 292 1 "BLACK POLY TUBING '`l 4 Y7 293 1.5 "BLACK POLY TUBING 294 2 "BLACK POLY TUBING 1 302 4"X 8"FULL CIRCLE CLAMP /. O 303 4"X 12"FULL CIRCLE CLAMP O.D.4.47-5.27 l•00 307 4"X 12.5"FULL CIRCLE DB REPAIR CLAMP O.D.4.44-5.24 308 4"X 12.5"FULL CIRCLE DB i REPAIR CLAMP O.D.4.74-5.57 _ 5 p C 4"X 12.5"FULL CIRCLE REPAIR 309 CLAMP O.D.4.74-5.14 310 4"X 7.5"FULL CIRCLE REPAIR ll CLAMP O.D.4.74-5.14 t� • �� I 312 6"X 7.5"FULL CIRCLE REPAIR CLAMP O.D.6.56-6.96 314 6"X 12"FULL CIRCLE CLAMP 315 6"X 12"FCC O.D.6.56-6.96 I fp{� . 0-c> I f 316 6"X 15"STAINLESS FULL CIRCLE CLAMP O.D.6.56-6.96 U S,0o i 320 6"X 12"FULL CIRCLE CLAMP O.D. 6.84-7.64 I c) QC> i i SOLICITATION# 11-014 321 6"X15"FCC O.D.6.84-7.64 322 6"X 9"PLUS FCC O.D.6.84-7.64 Cry oo 323 6"X 7.5"FULL CIRCLE REPAIR CLAMP O.D.6.85-7.25 v 324 6"X 12"FULL CIRCLE REPAIR CLAMP O.D.6.85-7.25 /��i�,Vo i 325 6"X 15" FULL CIRCLE REPAIR CLAMP O.D.6.85-7.25 �� 332 6"X 7.5"STAINLESS FULL CIRCLE CLAMP O.D.7.45-7.85 6"X 12.5"STAINLESS FULL 333 CIRCLE CLAMP O.D. 7.45-7.85 334 6"X 15"STAINLESS FULL I D� ' �� CIRCLE CLAMP O.D. 7.45-7.85 337 8"X 12"FULL CIRCLE CLAMP � O.D. 8.60-9.20 .no 338 8"X 7"FULL CIRCLE REPAIR CLAMP O.D. 7.95-8.35 339 8"X 12"FULL CIRCLE REPAIR , CLAMP O.D. 7.95-8.35 f , 00 f 1 8"X 15"FULL CIRCLE REPAIR n 340 CLAMP O.D. 7.95-8.35 341 8"X 7"FULL CIRCLE REPAIR CLAMP O.D. 8.54-8.94 - { 342 8"X 12"FULL CIRCLE REPAIR CLAMP O.D. 8.54-8.94 0 i s s SOLICITATION# 11-014 343 8"X 15"FULL CIRCLE REPAIR ,� b CLAMP O.D. 8.54-8.94 f { 344 8"X 7'FULL CIRCLE REPAIR CLAMP O.D. 8.99-9.39 ,(� 345 8"X 12"FULL CIRCLE REPAIR CLAMP O.D. 8.99-9.39 346 8"X 15"STAINLESS FULL x CIRCLE CLAMP O.D.8.99-9.39 347 8"X 12" FULL CIRCLE CLAMP O.D.9.27-9.67 � `�'( ( ��•,� (J 349 6"X 9"FULL CIRCLE CLAMP O.D. 9.20-9.80 .1� i 350 8"X 12"FULL CIRCLE CLAMP O.D. 9.20-9.80 —7 , r� t t 351 8"X 15"STAINLESS FULL CIRCLE CLAMP O.D. 9.27-9.67 �_ 00 i 10"X 10"STAINLESS DB FULL 361 CIRCLE CLAMP O.D. 11.04- / 12.24 D D .; f 10"X 15"STAINLESS DB FULL 362 CIRCLE CLAMP O.D. 11.04- 12.24 (�ID. 10"X 10"STAINLESS DB FULL 363 CIRCLE CLAMP O.D. 11.60- [ 12.40 10"X 15"STAINLESS DB FULL 364 CIRCLE CLAMP O.D. 11.60- 12.40 alo , o f 10"X12"STAINLESS FULL 368 CIRCLE CLAMP O.D. 11.75- 12.15 lJ 369 10"X 15"STAINLESS FULL CIRCLE CLAMP 2- 1 O-OD t i 4 i SOLICITATION# 11-014 12"X 12"STAINLESS FULL 379 CIRCLE CLAMP O.D. 11.85- i� 12.25 V \ I I i 12"X 12"STAINLESS FULL f 380 CIRCLE CLAMP O.D. 13.10- 13.50 lJ 12-14"X 12.5" STAINLESS 391 FULL CIRCLE CLAMP O.D. 13.70 14.10 12-14"X 15" STAINLESS FULL 392 CIRCLE CLAMP13o, /Oo 12-14"X 12.5" STAINLESS 395 FULL CIRCLE CLAMP O.D. 14.00 j r�o' (�o - 14.40 t 12-14"X 15" STAINLESS FULL 396 CIRCLE CLAMP O.D. 14.00- I 14.40 t o. 00 16"X 15" STAINLESS FULL 402 CIRCLE CLAMP DOUBLE BAND I 403 16"X 20" STAINLESS FULL CIRCLE CLAMP DOUBLE BAND 0.oig 404 16"X 15" STAINLESS FULL CIRCLE CLAMP DOUBLE BAND 2-3 OD j 16-18" X 15" STAINLESS FULL 405 CIRCLE CLAMP DOUBLE BAND �� j�, co 16-18" X 15" STAINLESS FULL r, 406 CIRCLE CLAMP DOUBLE BAND 0 , 00 407 16"X 30" FULL CIRCLE REPAIR 16"FCC O.D. 16.56- 17.31 CLAMP O.D. 16.56- 17.31 Sc S roc) ORDER 20-22"" STAINLESS FULL 20-22"" FULL CIRCLE TMS CIRCLE CLAMP (FOR CSC PIPE) CLAMP (CSC PIPE)21.40- 23.40 30" X 30" STAINLESS FULL 30" X 30"FULL CIRCLE 410 CIRCLE CLAMP O.D. 31.70- CLAMP O.D. ` ��(Jr 32.90 31.70-32.90 ` fi i i i SOLICITATION#11-014 411 8"- 10" STAINLESS FULL 8"X 12.5" FCC O.D.9.70 CIRCLE CLAMP O.D.9.70- 10.10 10.10 {JrO c (9-0l s 412 8"- 10"X 15 FCC O.D.9.70- 8"-10"X 15 FCC O.D.9.70- ` b � 10.10 10.10 6"x 1"TAPPED FULL CIRCLE R 447 CLAMP SINGLE BAND O.D.6.84 7.24 s. 6"x 1"TAPPED FULL CIRCLE 448 CLAMP SINGLE BAND O.D. 7.05 /}/� 7.45 [ V V 449 6"x 1.5"TAPPING FULL CIRCLE nn ' CLAMP O.D. 6.85-7.25 t f 450 6"x 1.5"TAPPED FULL CIRCLE (� r� CLAMP O.D. 7.05-7.45 �p '( F DV } 451 6"x 1.5"TAPPED FULL CIRCLE //�� CLAMP O.D. 6.84-7.24 V ) 452 6"x 2"TAPPED FULL CIRCLE bq, O�CLAMP O.D. 7.05-7.45 453 8"x 1"TAPPED FULL CIRCLE CLAMP O.D. 8.99-9.39 0 ,00 454 8"x 1"TAPPED FULL CIRCLE ��11 CLAMP O.D. 9.27-9.67 V D 455 8"x 1.5"TAPPED FULL CIRCLE CLAMP O.D. 8.99-9.39 -7 q - 00 E 456 8"x 1.5"TAPPED FULL CIRCLE h CLAMP O.D. 9.27-9.67 T 0V r p 457 8"x 2"TAPPED FULL CIRCLE ��� CLAMP O.D.8.99-9.39 of 458 8"x 2"TAPPED FULL CIRCLE CLAMP O.D.9.27-9.67 462 12"x 1"TAPPED FULL CIRCLE CLAMP O.D. 13.20- 14.00 ` Zo , 00 463 12"x 1.5"TAPPED FULL CIRCLE l 20 CLAMP O.D. 13.20- 14.00 v f { SOLICITATION#11-014 464 12"x 2"TAPPED FULL CIRCLE CLAMP O.D. 13.20- 14.00 �T� � 1 x 487 3/4"STEEL 2-BOLT COUPLINGS 488 1"STEEL 2-BOLT COUPLING i7 489 1.5" STEEL 2-BOLT DRESSER COUPLINGco 490 2"STEEL 2-BOLT DRESSER COUPLING ,0E) 4"4-BOLT COUPLING O.D.4.80- 494 5.10 - W 495 4"4-BOLT COUPLING O.D. 5.11 - 5.45 498 6" COUPLING O.D.6.90-7.20 ✓ , 499 6" COUPLING O.D.6.90-7.40 00 . 8"4-BOLT COUPLING O.D. 8.63- 500 9.05 8"4-BOLT COUPLING O.D. 8.99- 501 9.45 S �� 505 12"STEEL COUPLING O.D. 12.75 - 13.20 507 12"BOLTED COUPLING O.D. 13.20- 13.50 z 0, co 508 12"STEEL COUPLING O.D. 13.92On 12 - 14.26 k 517 3"HY-MAX TRANSITION COUPLING O.D. 3.46-4.33 518 4"HY-MAX TRANSITION COUPLING O.D.4.25-5.11 t 519 4"HY-MAX TRANSITION COUPLING O.D.4.75-5.61 520 6"HY-MAX TRANSITION COUPLING O.D.6.42-7.68 IM 522 8"HY-MAX TRANSITION COUPLING O.D. 8.54-9.84 /✓� s P S SOLICITATION# 11-014 524 12" HY-MAX TRANSITION COUPLING O.D. 12.40- 13.66 A f dV I 12"HY-MAX TRANSITION 525 COUPLING O.D. 13.15- / 14.41 12"TRANSITION COUPLING 526 O.D. 13.20-13.50 X 13.90- 14.20 �' �V- 00 t 14"TRANSITION COUPLING 16"x 30"FCC O.D. 16.73-16.90 X 101" 536 O.D. 16.73-16.90 15.80 �V 557 4"X 1" IP TAPPING SADDLE O.D.4.50-4.80 ' 7 x 558 4"X 1" IP TAPPING SADDLE O.D.4.74-5.63 I n;i j 0 559 4".X 1"IP TAPPING SADDLE O.D.4.75-5.26 00 t 560 4"X 1.5" IP TAPPING SADDLE O.D.4.74-5.63 561 4"X 1.5" IP TAPPING SADDLE O.D.5.00-5.63 � , 00 564 6"X 1" IP TAPPING SADDLE O.D.6.63-6.90 LZ, 01 565 6"X 1"IP TAPPING SADDLE �/ O.D.6.84-7.60 G2-U0 568 6"X 1.5" IP TAPPING SADDLE O.D.6.63-7.60 D� i 569 6"X 1.5" IP TAPPING SADDLE O.D.6.84-7.60 L p _ 572 6"X 2"IP TAPPING SADDLE O.D. 6.84-7.60 (�-OD 6"X 2" IP TAPPING SADDLE ) 573 O.D.6.63-7.60 6 -00 I i i SOLICITATION# 11-014 6 i 4 2 { 8"X 1" IP TAPPING SADDLE f 577 O.D.8.63-9.05 V` I 578 8"X 1" IP TAPPING SADDLE O.D. 8.84- 10.10 00 t 579 8"X 1" IP TAPPING SADDLE ✓ O.D.8.99-9.79 old I 580 8"X 1" IP TAPPING SADDLE r O.D.9.05-9.63 )S ,, (� 582 8"X 1.5" IP TAPPING SADDLE O.D. 8.63-9.05 oo 4 583 8"X 1.5" IP TAPPING SADDLE O.D.8.99-9.79 o 584 8"X 1.5" IP TAPPING SADDLE 5-- Ov O.D. 9.05-9.63 586 8"X 2" IP TAPPING SADDLE O.D.8.53-9.05 587 8"X 2" IP TAPPING SADDLE O.D. 8.54- 10.10 �) - 0 D 590 8"X 4" IP TAPPING SADDLE s O.D.8.54- 10.10 Q r 596 10"X 1.5"IP TAPPING SADDLE s O.D. 10.64- 12.12 S, 0c) 597 10"X 1.5"IP TAPPING SADDLE r O.D. 10.75- 11.10 S (, 598 10"X 1.5" IP TAPPING SADDLE O.D. 11.10- 12.12 OD f 600 10"X 2" IP TAPPING SADDLE O.D. 10.64- 12.12 q-s 601 10"X 2" IP TAPPING SADDLE I O.D. 10.75- 11.10 4 _on 3 1. f SOLICITATION# 11-014 s 602 10"X 2" IP TAPPING SADDLE j O.D. 11.10— 12.12 (0/0 7 I 12"X 1 " IP TAPPING SADDLE 605 O.D. 12.75— 13.50 606 12"X 1 " TAPPING SADDLE O.D. 13.10—14.38 e 12"X 1.5"IP TAPPING SADDLE 608 O.D. 12.75— 13.20 MOD 12"X 1.5"IP TAPPING SADDLE 609 O.D. 12.75— 13.50 610 12"X 1.5" IP TAPPING SADDLE O.D. 13.10— 14.38 I 612 12".X 2"IP TAPPING SADDLE O.D. 12.75— 13.20 613 12"X 2" IP TAPPING SADDLE O.D. 13.10- 14.38 �`� 1 16"X 1.5" IP TAPPING SADDLE D' 0(—)618 O.D. 17.30- 18.88 r 621 16— 18"X 1" IP TAPPING SADDLE O.D. 19.38— 19.63 O-D 623 AMERICAN DARLING 5— 1/4" (WITH 3'BURY) (13846) 1 AMERICAN DARLING 5— 1/4" 624 (WITH 4' BURY) (B84B) Cv t S S 625 AMERICAN DARLING 5— 1/4" (WITH 5'BURY) (138413) 626 AMERICAN DARLING 5— 1/4" (WITH 6' BURY) (138413) 627 AMERICAN DARLING B84B TRAFFIC REPAIR KIT 5-1/4" g is h: s i SOLICITATION# 11-014 628 6"AMERICAN DARLING B84B HYDRANT EXTENSION KIT Av x k 629 12"AMERICAN DARLING B84B HYDRANT EXTENSION KIT / 4 630 18"AMERICAN DARLING B84B HYDRANT EXTENSION KIT106 I 632 AMERICAN DARLING UPPER STEM B84B 5— 1/4" N i fr 633 AMERICAN DARLING B84B MAIN VALVE REPAIR KIT 5— 1/4" V/ I s AMERICAN DARLING B84B 634 BONNET GASKET&O—RING KIT /, / 5— 1/4" / v 638 6"AMERICAN DARLING 6626 f HYDRANT EXTENSION KIT 639 12"AMERICAN DARLING B62B HYDRANT EXTENSION KIT J ss 640 18"AMERICAN DARLING B62B HYDRANT EXTENSION KIT 641 24"AMERICAN DARLING B62B HYDRANT EXTENSION KIT } F 642 AMERICAN DARLING UPPER STEM B62B 643 AMERICAN DARLING B62B MAIN VALVE REPAIR KIT A1113 644 AMERICAN DARLING B62B H BONNET GASKET&O—RING KIT AMERICAN DARLING B62B 645 TRAFFIC REPAIR KIT 5— 1/4",86 &NEWER / v AMERICAN DARLING 6626 x 646 TRAFFIC REPAIR KIT 85&OLDER 11VIZ5 { a V 1 f i F I I F SOLICITATION# 11-014 s 6"MUELLER CENTERION 649 HYDRANT EXTENSION KIT /I 650 12"MUELLER CENTERION HYDRANT EXTENSION KIT 651 18"MUELLER CENTERION HYDRANT EXTENSION KIT t a 652 24"MUELLER CENTERION HYDRANT EXTENSION KIT /�, / /' / V / 653 MUELLER CENTERION MAIN VALVE REPAIR KIT 654 MUELLER CENTERION BONNET REPAIR KIT I / f �V j MUELLER CENTERION 655 SAFETY FLANGE REPAIR KIT (/ 656 MUELLER CENTERION UPPER STEM i 668 MUELLLER IMPROVED PRE—72 UPPER STEM 669 6"MUELLER IMPROVED PRE— A320-00-006 PRE—72 1972 HYDRANT EXTENSION KIT IMPROVED 6" EXTENSION F 12"MUELLER IMPROVED PRE— A320-00-006 PRE—72 670 IMPROVED 12"1972 HYDRANT EXTENSION KIT EXTENSION V 18"MUELLER IMPROVED PRE— IMPROVED 1971 OR 671 1972 HYDRANT EXTENSION KIT OLDER 673 MUELLER IMPROVED PRE-1972 IMPROVED 1971 OR BONNET REPAIR KIT OLDER 674 MUELLER IMPROVED PRE-1972 IMPROVED 71 &OLDER k SAFETY FLANGE REPAIR KIT SAFETY FLANGE �� R KENNEDY COLLISION REPAIR 676 KIT FOR 5-1/4"K8 1A GUARDIAN r f SOLICITATION# 11-014 g i x 677 6" KENNEDY GUARDIAN K81 I HYDRANT EXTENSION KITi 7S e 12"KENNEDY GUARDIAN K81 678 HYDRANT EXTENSION KIT dd 18"KENNEDY GUARDIAN K81 679 HYDRANT EXTENSION KIT 38� YD t 680 24" KENNEDY GUARDIAN K81 C� HYDRANT EXTENSION KIT06 ( , 681 KENNEDY GUARDIAN UPEER STEM 5-1/4" 682 KENNEDY GUARDIAN K81A MANI VALVE REPAIR KIT KENNEDY GUARDIAN 683 BONNET GASKET&O-RING REPAIR KIT N CLOW MEDALLION TRAFFIC 688 REPAIR KIT LI Cri 689 6"CLOW MEDAILLION HYDRANT EXTENSION KIT -7S GY'� 12"CLOW MEDAILLION A 690 HYDRANT EXTENSION KIT .0O�y x 18"CLOW MEDAILLION 691 HYDRANT EXTENSION KIT �� } 692 24"CLOW MEDAILLION HYDRANT EXTENSION KIT CLOW MEDALLION UPPER 693 STEM N f 694 CLOW MEDALLION MAIN VALVE REPAIR KIT �I CLOW MEDALLION 695 BONNET GASKET&O-RING REPAIR KIT t { I i SOLICITATION#11-014 4 696 AVK 2780 TRAFFIC REPAIR KIT �� K 697 AVK 2780 UPPER STEM ,r / //? s �Vl E 698 M & H UPPER STEM 929 r Allb K f M &H 129 699 BONNET REPAIR KIT Lu 12"AVK HYDRANT EXTENTION 700 KIT FOR MODEL 2780 5-1/4" / HYDRANT ,V 18"AVK HYDRANT EXTENTION 701 KIT FOR MODEL 2780 5-1/4" HYDRANT x 24"AVK HYDRANT EXTENTION 702 KIT FOR MODEL 2780 5-1/4" �t/ HYDRANT /v 703 AVK 5-1/4"SEAT AND MAIN 2780 VALVE RETRO-KIT / v 704 AVK 5-1/4"BONNET GASKET& 2780 O-RING KIT s 713 24" NON-BOLTED MH LID & F RING s 714 24 BOLTED MH LID & RING 715 24"X 4"MH CONCRETE RING U. DD } 716 24"X 3"MH CONCRETE RING ,34 -co 717 24"X 2"MH CONCRETE RING 00 719 32"MH LID&RING 3 os-` o i) 720 32" BOLTED MH LID &RING 3D�. 721 32"X 4"MH CONCRETE RING 300 l 722 32"X 3"MH CONCRETE RING4 3�Fo6 723 32"X 2"MH CONCRETE RING t SOLICITATION#11-014 726 4"SDR35 PVC PIPE 14'JOINT Cost Plus 727 6"SDR35 PVC PIPE 14'JOINT Cost Plus % �-� % 728 8"SDR35 PVC PIPE 14'JOINT Cost Plus % % v 729 10"SDR35 PVC PIPE 14'JOINT Cost Plus % % 2 730 12"SDR35 PVC PIPE 14'JOINT Cost PIUS % % i 731 15"SDR35 PVC PIPE 14'JOINT Cost PIUS % % 3 3 734 24"SDR35 PVC PIPE 13'JOINT Cost PIUS 735 4"COUPLING HXH SDR35 0(4- �jo�tce} a 736 6"COUPLING HXHXH SDR35 737 8"COUPLING HXH SDR35 i J:, f . 738 8" PVC KICK-ON COUPLING Cost Plus % 739 12"COUPLING HXH SDR35 6 742 4"MALE ADAPTER SDR35 743 6"MALE ADAPTER SDR35 1 0, 6 744 4"WYE HXHXH SDR35 -3x)b 745 6"WYE HXHXH SDR35 J _0 8 746 4"45 HXH (1/8 BEND) SDR35 I l p 747 6"45 HXH (1/8 BEND) SDR35 748 8"45 HXH (1/8 BEND) SDR35 l 749 4 45 STR HXS (1/8 BEND) '1 SDR35 c) - 750 6"45 STR HXS (1/8 BEND) { SDR35 Z��-'� 751 4"22 HXH (1/8 BEND) SDR35 ��(� EA 752 6"22 HXH (1/8 BEND) SDR35 �, 00 1A s SOLICITATION#11-014 4"22 STRE HXS (1/16 BEND) 753 j SDR35 0` �/ ! 1 754 6"22 STRE HXS (1/16 BEND) r�� SDR35 755 4 CLEANOUT S X FIP ADAPTER 1 SDR35 d`- 756 6"CLEANOUT S X FIP ADAPTER l�� / SDR35 h 8"CLEANOUT S X FIP ADAPTER 757 SDR35 758 4" PRESSURE RELIEF VALVE S 759 3"PRESSURE RELIEF VALVE 760 4"CAP HUB SDR35 �� I 761 6 CAP HUB SDR35 ` 40 762 8"CAP HUB SDR35 763 6"X 6"X 4"HXHXHX WYE SDR35 - rA 764 4" DOUBLE WYE HXHXHX SDR35 611 DOUBLE WYE HXHXHX 765 SDR35 U' 766 8"X 8"X 6"WYE HXHXHX I SDR35 767 4"MIP PLUG SDR35 j,ail EA 768 6"MIP PLUG SDR35 I ' 769 8"MIP PLUG SDR35 J-�v /� 770 8"X 6"SDR35 REDUCER i /(v i✓�, COUPLING 771 6"X 4"SDR35 REDUCER I l COUPLING 772 6"SDR35 DWV BUSHING COUPLING I �• co 773 4"X 4" SDR35 DWV BUSHING d COUPLING 774 4 PVC BACKWATER VALVE Cost Plus % S % (BACKFLOW PREVENTER) 775 3"PVC BACKWATER VALVE Cost Plus % % (BACKFLOW PREVENTER) SOLICITATION# 11-014 776 4 TEE TAPPING SADDLE DFW- DFW-4T/C 14V 4T/C 777 4"SEWER WYE TAPPING DFW-4Y/C a C7 . 00 SADDLE DFW4Y/C I 778 6"SEWER TEE TAPPING DFW-6T/C SADDLE DFW-6T/C i 779 6"SEWER TEE TAPPING DFW-6Y/C .3 SADDLE DFW-6Y/C 780 8"X 8"X 4" SDR35 WYE 8"X 4"WYE ' 784 411 NON-SHEAR COUPLING MR02-44-ARC Cost Plus % % CLAY X PVC 785 6" NON-SHEAR COUPLING MR02-66-ARC Cost Plus % % CLAY X PVC 786 8"NON-SHEAR COUPLING MR02-88-ARC Cost Plus % S % CLAY X PVC 787 10" NON-SHEAR COUPLING MR02-1010-ARC Cost Plus % % CLAY X PVC 788 12 NON-SHEAR COUPLING MR02-1212-ARC Cost Plus % 5 % CLAY X PVC 789 4"NON SHEAR COUPLING MR06-44-ARC Cost Plus % % CONCRETE X PVC 790 6"NON SHEAR COUPLING MR06-66-ARC Cost Plus % % CONCRETE X PVC 791 811 NON SHEAR COUPLING MR06-88-ARC Cost Plus % % CONCRETE X PVC 792 4"NON SHEAR COUPLING PVC MR56-44-ARC Cost Plus % % X PVC 793 6" NON SHEAR COUPLING PVC MR56-66-ARC Cost Plus % % X PVC 794 81,NON SHEAR COUPLING PVC MR56-88-ARC Cost Plus % % X PVC -5 795 10„ NON SHEAR COUPLING PVC MR56-1010-ARC Cost Plus % 5 % X PVC 796 1211 NON SHEAR COUPLING PVC MR56-1212-ARC Cost PIUS % % X PVC 797 15”NON SHEAR COUPLING PVC MR56-1515-ARC Cost Plus % % X PVC 798 18" NON SHEAR COUPLING PVC MR56-1818-ARC Cost Plus % % X PVC 12„ M R06-1212-ARC NON SHEAR COUPLING Cost Plus % �^ % 801 CONCRETE X PVC SOLICITATION# 11-014 9 15"NON SHEAR COUPLING 802 MR06-1515-ARC CoSt PIuS CONCRETE X PVC 18" NON SHEAR COUPLING COSt PIuS % % 803 CONCRETE X PVC s 15 NON SHEAR COUPLING Cost Plus % % I 805 CLAY X PCV 806 18" NON SHEAR COUPLING Cost Plus % % CLAY X PCV I 810 4 SANITARY SEWER TRAFFIC Cost Plus % % BOOT 0 811 6"SANITARY SEWER TRAFFIC Cost Plus % BOOT 813 1/2"SCH40 PVC COMP Cost Plus % % COUPLING 814 3/4 SCH40 PVC COMP Cost Plus % % COUPLING 815 1"SCH40 PVC COMP COUPLING Cost Plus % % 816 1 -1/4„SCH40 PVC COMP Cost Plus % % COUPLING 817 1- 1/2”SCH40 PVC COMP Cost Plus % L:> % COUPLING OX 818 2"SCH40 PVC COMP COUPLING Cost Plus 819 1/2" PVC SCH40 TEE Cost Plus % % 820 1/2"SCH40 PVC MIP ADAPTER Cost Pius % % 821 1/2"SCH40 PVC MIP X FIP Cost Plus % % ADAPTER 822 1/2"X 3/4"PVC SCH40 Cost Plus % % REDUCER BUSHING 823 1/2"PVC SCH40 90 ELL Cost Plus % % % % 824 1/2"PVC SCH40 45 ELL Cost Plus 825 1/2"PVC SCH40 COUPLING Cost Plus % % 826 1/2" PVC SCH40 GLUE CAP Cost Plus 827 1/2"SCH40 PVC FIP X FIP Cost Plus % % COUPLING 828 3/4"PVC SCH40 45 Cost Plus % % 829 3/4"PVC SCH40 CROSS TEE Cost Plus % �. f SOLICITATION#11-014 830 3/4"FIP X GLUE 90 831 3/4"PVC SCH40 TEE Cost Plus % 5 832 3/4"PVC SCH40 90 Cost Plus % I 833 3/4"PVC SCH40 MIP ADAPTER Cost Plus % % a I: 834 3/4"PVC SCH40 FIP CAP Cost Plus % % t 835 3/4" PVC SCH40 GLUE CAP Cost Plus % % 836 3/4"PVC SCH40 COUPLING Cost Plus % 5 ° /o 837 3/4"PVC SCH40 FIP X GLUE Cost Plus % COUPLING 3/4"PVC SCH40 FIP X GLUE 838 BUSHING Cost Plus % �� % 839 3/4"PVC SCH40 FIP X FIP Cost.Plus % 5 % COUPLING 840 1"PVC SCH40 MIP ADAPTER Cost Plus % % 841 1" PVC SCH40 GLUE 90 Cost Pius % % 842 1"PVC SCH40 GLUE 45 Cost Pius % 843 1"PVC SCH40 GLUE TEE Cost Plus % % 4 844 1"PVC SCH40 GLUE COUPLING Cost Plus % % 845 1"PVC SCH40 FIP X GLUE COUPLING Cost Plus % % 846 1"PVC SCH40 FIP CAP Cost Plus % % 847 1"PVC SCH40 GLUE CAP Cost Plus % % 848 1"X 3/4"PVC SCH40 GLUE Cost Plus % S /O ° 5 BUSHING p 849 1"X 1/2"PVC SCH40 GLUE Cost Plus % % , BUSHING 1"X 3/4"SCH40 PVC FIP X SLIP 850 BUSHING Cost Plus % % 851 1"X 1/4"BUSHING C SLIP Cost Plus % % 852 1/2"X 1-1/4"SCH40 PVC SLIP Cost Plus BUSHING SOLICITATION#11-014 Cost Plus % % 877 2"SCH40 PVC FIP ADAPTER 991740 6"X 4"DOUBLE WYE Cost Plus % S % 991741 10" HYMAX COUPLING Cost Plus % % 991742 10 DI MEGA LUG Cost Plus % -5 % 991743 10"C900 PIPE Cost Plus % % 991744 10" 10 X 6 DI FLANGE TEE Cost Plus % -5 % „ 991745 2 BRASS COUPLING Cost Plus % % -�� 991746 2"BRASS ELLS 90* Cost Plus % % 991747 1"AIR RELEASE VALVES Cost Plus % S % Cost-plus % % 991748 10" DI MEGA LUG W/GLND 991749 10"PVC MEGA LUG W/GLND Cost Plus % cp % 991750 4"x4"SCH40 COUPLING , 991751 6"X6" SDR35 GSKT X STR 45 a _ 6 I 991752 8" 8X8X6TEE a 991753 8" 22.5 BEND DI 991754 16" SADDLE IP DBL SDL 17.40- 18.88 i 991755 24"AFC B84B EXTENSION KIT N 991757 4"SDR26 „ 00 991758 6 FLG X MJ GATE VALVE t 991760 1-1/4"SCH40 PVC PIPE Cost Plus % 1 S 991761 AVK UPPER STEM W/GASKETS N i 991762 4" DOUBLE WYE 991763 4" BUSHING SPIGIT ADPTR t 3 t I l F x: g JCM INDUSTRIES H P. O. Box 1220, Nash,TX 75569-1220 Phone 800-527-8482 or 903-832-2581 ` l Fax 800-874-9524 or 903-838-6260 www.icmindustries.com Typical Specification ` JCM 103 Tapped Universal Clamp Couplings a All full circumferential single band repair clamps 1-1/2" and larger shall have a minimum material standard of certifiable prime 304 Stainless Steel band; heavy duty, low profile Ductile Iron Lugs per ASTM A536 with mutually supporting sliding fingers; 5/8" corrosion resistant alloy bolts, per ASTM A242 / ANSI 21.11 / AWWA C-111, and a Styrene-Butadiene Rubber (SBR) gridded gasket with tapered lap joint ends and a 304 stainless steel bridge plate molded flush into the gasket. Gaskets in sizes 3" and larger shall be 1/4" thick. To provide extra tightening capability, the band shall be permanently attached to the lugs by crimping the lug and locking it in place with a minimum of three stainless welds per lug. Clamp shall be similar to JCM 103 Universal Clamp Coupling with Tapped Outlet or approved equal. Optional features available; see material specification. JCM 103 Tapped Universal Clamp Couplings (sizes 10" and larger) f All full circumferential single band repair clamps 10" and larger shall have a minimum material of 17 gauge certifiable prime 304 Stainless Steel band; heavy duty Ductile Iron Lugs per ASTM A536 with mutually supporting sliding fingers; 3/4" corrosion resistant alloy bolts, per ASTM A242 /ANSI 21.11 / AWWA C-111, and a 1/4" thick Styrene-Butadiene Rubber (SBR) gridded i gasket with tapered stainless steel bridge plate molded flush into the gasket. To provide extra f tightening capability, the band shall be permanently attached to the lugs. The attachment shall withstand a minimum of 100 ft. lbs. of torque per bolt. Clamp shall be similar to JCM 103 I Universal Clamp Coupling with Tapped Outlet or approved equal. Optional features available; see material specification. i JCM 100 Series Universal Clamp Couplings are ANSIMSF Standard 61 and Standard 61 Annex G Certified. Image reflects 6"width This typical specification, provided by JCM Industries, is a proposed guideline for use by specifying agencies to ensure sign cant design and material features of this product are included within the agencies'individual specfcations. HSF Effective 02.07.11 CwY1Wb NRiAN516/ x JCm INDUSTRIES P. O. Box 1220, Nash, TX 75569-1220 }` Phone 800-527-8482 or 903-832-2581 Fax 800-874-9524 or 903-838-6260 www.icmindustries.com Material Specification SOLICITATION# 11-014 853 3/4"X 1-1/4"SCH40 PVC SLIP Cost Plus % % BUSHING 855 1"X 1-1/2"SCH40 PVC SLIP Cost Plus % % BUSHING 856 ; 3/4"X 1-1/2"SCH40 PVC SLIP Cost Plus % % BUSHING 857 1/2"X 1-1/2"SCH40 PVC SLIP Cost Plus % 5 % BUSHING 858 1-1/4"SCH40 PVC COUPLING Cost Plus % 5 % 859 1-1/4"SCH40 PVC 45 ELL Cost Plus % % 860 1-1/4"SCH40 PVC TEE Cost Plus % S % 861 1-1/4"SCH40 PVC 90 Cost Plus % -5 % 862 1-1/2"SCH40 PVC COUPLING Cost Plus % S % 863 1-1/2"SCH40 PVC FIP ADAPTER Cost Plus % % 864 1-1/2"SCH40 PVC CAP Cost Plus % % 865 1-1/2"SCH40 PVC 45 Cost Plus % 5 % 866 1-1/2"SCH40 PVC MIP ADAPTER Cost Plus % 5 % 867 1-1/2"SCH40 PVC TEE Cost Plus % % 868 1-1/2"SCH40 PVC 90 Cost Plus % s 869 2"SCH40 PVC CAP Cost Plus % % 870 2"SCH40 PVC COUPLING Cost Plus % % 4. t E. f r INDUSTRIES P. O. Box 1220, Nash, TX 75569-1220 Phone 800-527-8482 or 903-832-2581 Fax 800-874-9524 or 903-838-6260 www.icmindustries.com i JCM 103 Tapped Universal Clamp Coupling Design Specifications Clamli Width Inches Number of:Bolts 6 2 R 7 2 12 4 15 4 18 6 24 8 30 10 Clam ;SizeF Inches Stainless Band.'Gau e, 1-1/2-4.50 24 4.80-9.40 20 10- 12 17 i Clam Size In Gasket Thickness 1-1/2-2 3/16" 3 and larger 1/4" Clam .Size (Inches), : ; °Bolt Size 1-1/2-8 5/8" 10- 12 3/4" { ` Image reflects 7"width cc Effective 02.07.11 X: JCM INDUSTRIES P. O. Box 1220, Nash, TX 75569-1220 Phone 800-527-8482 or 903-832-2581 Fax 800-874-9524 or 903-838-6260 } www.icmindustries.com z Typical Specification JCM Ductile Iron Couplings Couplings for pipe sizes 2" - 12" shall be of ductile iron construction. Couplings shall be of the wide range type to fit Steel, Cast Iron, Ductile Iron, PVC, HDPE and Asbestos-Cement with only a change of gaskets. Coupling sleeves shall be 5" in length on 2"-2-1/2" nominal sizes, 6" in length on nominal sizes 3"- 12". Ductile Iron couplings shall be JCM 210, 211, ` 212, or approved equal. JCM 200 Series Ductile Couplings are ANSI/NSF Standard 61 and Standard 61 Annex G Certified. JCM 200 Series Couplings meet or exceed the ANSI/AMA C-219 Standard as applicable. JCM 210/211/212 Series Ductile Iron Coupling Nominal Pipe Size Sleeve Length Number (IN) (IN) of Bolts 2 5 2 i 2-1/2 5 2 3 6 3 4 6 4 6 6 5 8 6 6 } 10 6 7 . 12 6 8 Note: For applications with High Density Polyethylene Pipe, refer to the JCM HDPE Fittings Manual or contact JCM Industries. i a This typical specification, provided by JCM Industries, is a proposed guideline for use by specifying agencies to ensure significant design and material features of this product are included within the agencies'individual specifications. Effective 02.07.11 CM4M1OUM NSFIANSN �' { jCM INDUSTRIES P. O. Box 1220, Nash,TX 75569-1220 Phone 800-527-8482 or 903-832-2581 Fax 800-874-9524 or 903-838-6260 www.icmindustries.com Material Specification JCM 200 Series Ductile Iron Couplings -210, 211, 212 Sleeve&Flanges: Ductile Iron Per ASTM A536 65-45-12 I: Gaskets: Styrene-Butadiene Rubber (SBR) has good physical properties. { Compounded for use with water, salt solutions, mild acids and bases; has excellent abrasion resistance. Per ASTM D-2000. Standard temperature range from -400 to 150°F (-400 to 65° C) constant, maximum intermittent 180° F (82° C). For applications on high temperatures or chemical pipelines, contact JCM Industries Technical Services. The material is not recommended for use on oil, ozone or weather resistant applications. r Bolts: 5/8" Corrosion resistant, high strength low alloy oval neck track head bolts per ASTM A242/ANSI 21.11/AWWA C111 and heavy hex nuts : per A563 or equal. Optional Hardware: Stainless Steel 18-8 Type 304 or 316 Epoxy Coated Alloy Hardware, Powercron 590-534 black cationic i I electrocoat. i Coating: Corrosion resistant shop coat paint primer. Optional fusion applied epoxy coating per ANSI/AWWA C-213. Other coatings available upon request. Working Pressure: Fittings are rated for 150 PSI working pressure when installed per manufacturer's instructions. Inspection of pipe integrity is the responsibility of the end user. For higher working pressure applications, contact JCM Industries. JCM 200 Series Ductile Couplings are ANSI/NSF Standard 61 and Standard 61 Annex G Certified. JCM 200 Series Couplings meet or exceed the ANSI/AWWA C-219 Standard as applicable. Effective 02.07.11 tMxrua Nuwsrai a i INDUSTRIES x P. O. Box 1220, Nash, TX 75569-1220 R Phone 800-527-8482 or 903-832-2581 ` Fax 800-874-9524 or 903-838-6260 I www.icmindustries.com Typical Specification JCM 402 Double Strap Service Saddle Service saddles for pipe sizes 2"through 12" shall have a wrap around design with ductile iron body coated with a shop primer, a broad pressure activated gasket molded of virgin rubber and two corrosion resistant, forged AISI C-1018 steel straps, zinc plated with dichromate seal. The gasket shall be permanently bonded into a cavity in the saddle body, which provides internal as well as external gasket retention. Service saddles shall be JCM 402 or approved equal. s Service saddle for pipe sizes 14" through 24" shall have two 2-1/2" wide fabricated steel straps, coated for corrosion resistance, in lieu of the forged steel straps to provide increased stability on service connections, increased corrosion resistance and increased strength for added safety factor ce on larger sizes of pipe. Service Saddles shall be JCM 402 or approved equal. JCM 400 Series Service Saddles meet or exceed ANSI/AWWA C-800 Standard for Underground Service Line Valve and Fittings. Meets Uni-Bell Handbook of PVC Pipe/AWWA Manual M23 Design and Installation of PVC Pipe. JCM 400 Series Service Saddles are ANSI/NSF Standard 61 and Standard 61 Annex G Certified. x s JCM 402 Service Saddle JCM 402 Service Saddle { Outlet Sizes 3/4"—1" Outlet Sizes 1-1/4"—2-1/2" t l This typical specification, provided by JCM Industries, is a proposed guideline for use by specifying agencies to ensure significant design and material features of this product are included within the agencies'individual spec cations. NSF Effective 02.08.11 l tcamau tisrn.uss kg B b 4 } t JCM INDUSTRIES P. O. Box 1220, Nash, TX 75569-1220 Phone 800-527-8482 or 903-832-2581 Fax 800-874-9524 or 903-838-6260 > www.icmindustries.com Material Specification JCM 402 Double Strap Service Saddle f JCM Service Saddles are constructed of ductile iron with shop primer coating and have corrosion resistant straps.These saddles meet or exceed ANSI/AWWA C-800 Standards for service line fittings. 5 Body Casting: Wrap around design of Ductile Iron, ASTM A-536 annealed to 60-40-18. Body has a gasket cavity, which provides internal as well as external gasket ` retention. 2 Gasket: Nitrile Butadiene Rubber (NBR, Buna-N) per ASTM D2000. Molded virgin rubber with a pressure activated hydromechanical design. Gasket is bonded into a cavity for internal and external retention. Gasket temperature range-4VF to 212°F (-40°C — 100°C) Gasket suitable for water, salt solutions, mild acids, bases, and sewage. Optional EPDM gasket available. Straps: Nominal sizes 2"through 12" have corrosion resistant,forged AISI C-1018 steel straps, zinc plated with dichromate seal. Nominal sizes 14" through 24" have two (2) 2-1/2" wide fabricated steel straps for additional stability and strength coated for corrosion resistance. Coating: Casting is coated with shop primer coating. i Pressure Rating: Working pressure is 250 PSI hydrostatic. Contact factory if higher working pressure is required. i,. Sizes: See Catalog. Standards: JCM 400 Series Service Saddles meet or exceed ANSI/AWWA C-800 Standard for Underground Service Line Valve and Fittings. r JCM 400 Series Service Saddles are ANSI/NSF Standard 61 and Standard 61 Annex G Certified. t } JCM Industries endorses observance of Uni-Bell Handbook of PVC Pipe/AWWA Manual M23 Design and Installation of PVC Pipe and endorses t the recommendations they make for tapping PVC Pipe. Service Fittings are available to adhere to those recommendations. Information provided base on current data available. Contact JCM Industries Technical Services for modfcations or changes. n , NSA Effective 02.08.11 f S' www.sigmaco.com w SIC�►1111A f -Ei . H A 6 kt .. 4-1 * a , Mz B �a INN qq� X F S- C_ 41114 III . .. it # ' ©2007 Sigma Corporation,All Rights Reserved t t i www.sigmaco.com r Weights in Pounds, Less Accessories/Dimensions in inches @SIGMA Ductile Iron Class 350 per ANSI/AWWA C153/A21.53 C153 Mechanical Joint Compact Fittings 3-48" Ductile Iron Mechanical Joint Fittings Class 350 x MATERIAL: Ductile Iron ASTM A536 PRESSURE:350PSI WATER WORKING PRESSURE(CLASS 350)3"-24": &250 PSI 30"-48" r I 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 characterisitics, 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. { k STANDARDS: Certified to NSF61 Standard ANSI/AWWA C153/A21.53 for Compact Ductile Iron Fittings 3"-48" for r water and other liquids. P t S� La r ..r ♦ s r 0.75r. e. 0.31 h P 8 i Ki J D C P A KI , Mechanical Joint Detail Plain End Detail } Bolts Size A B C D F J K1 K2 L M P S X No Size Len Ls 3 3.96 2.50 4.84 4.94 4.06 6.19 7.62 7.69 0.58 0.62 0.63 0.39 3/4 4 5/8 3.0 5.5 4 4.80 2.50 5.92 6.02 4.90 7.50 9.06 9.12 0.60 0.75 0.75 0.39 7/8 - 4 3/4 3.5 5.5 6 6.90 2.50 8.02 8.12 7.00 9.50 11.06 11.12 0.63 0.88 0.75 0.43 7/8 6 3/4 3.5 5.5 8 9.05 2.50 10.17 10.27 9.15 11.75 13.31 13.37 0.66 1.00 0.75 0.45 7/8 6 3/4 3.5 5.5 E 10 11.10 2.50 12.22 12.34 11.20 14.00 15.62 15.62 0.70 1.00 0.75 0.47 7/8 8 3/4 3.5 5.5 G 12 13.20 2.50 14.32 14.44 13.30 16.25 17.88 17.88 0.73 1.00 0.75 0.49 7/8 8 3/4 3.5 5.5 14 15.30 3.50 16.40 16.54 15.44 18.75 20.25 20.25 0.79 1.25 0.75 0.55 7/8 10 3/4 4.0 8.0 16 17.40 3.50 18.50 18.64 17.54 21.00 22.50 22.50 0.85 1.31 0.75 0.58 7/8 12 3/4 4.0 8.0 18 19.50 3.50 20.60 20.74 19.64 23.25 24.83 24.75 1.00 1.38 0.75 0.68 7/8 12 3/4 4.0 8.0 20 21.60 3.50 22.70 22.84 21.74 25.50 27.08 27.00 1.02 1.44 0.75 0.69 7/8 14 3/4 4.0 8.0 F 24 25.80 3.50 26.90 27.04 25.94 30.00 31.58 31.50 1.02 1.56 0.75 0.75 7/8 16 3/4 4.5 8.0 x, 30 32.00 4.00 33.29 33.46 32.17 36.88 39.12 39.12 1.31 2.00 1.00 0.82 11/8 20 1 5.5 8.0 36 38.30 4.00 39.59 39.76 38.47 43.75 46.00 46.00 1.45 2.00 1.00 1.00 11/8 24 1 5.5 8.0 42 44.50 4.00 45.79 45.96 44.67 50.62 53.12 53.12 1.45 2.00 1.00 1.25 13/8 28 11/4 6.0 8.0 48 50.80 4.00 52.09 52.26 50.97 57.50 60.00 60.00 1.45 2.00 1.00 1.35 13/8 32 11/4 6.0 8.0 1 ©2007 Sigma Corporation,All Rights Reserved } 3 www.sigmaco.com Weights in Pounds, Less Accessories/Dimensions in inches @SIGMA Ductile Iron Class 350 per ANSI/AWWA C153/A21.53 C153 Mechanical Joint Compact Fittings 90 Degree Bends MJxMJ MJxPE 4-�Size Item No. wt. A Item No. wt. A B t a 2 DMB290 17 3.00 0.30 3 DMB390 19 3.50 DME390 16 3.25 8.50 0.33 4 DMB490 25 4.00 DME490 22 4.00 9.50 0.34 r A k 6 DM6690 39 5.00 DME690 41 5.00 11.50 0.36 T� -T 8 DMB890 57 6.50 DME890 58 6.50 12.50 0.38 DMB 10 DMB1090 89 7.50 DME1090 88 7.50 13.00 0.40 12 DMB1290 108 9.00 DME1290 114 9.00 14.50 0.42 MJ x MJ 900 14 DMB1490 210 11.50 DME1490 211 11.50 19.50 0.47 16 DMB1690 264 12.50 DME1690 248 12.50 20.50 0.50 e 18 DMB1890 335 14.00 DME1890 325 14.00 21.00 0.54 x 20 DMB2090 400 15.00 DME2090 390 15.00 22.50 0.57 24 DMB2490 565 16.75 DME2490 575 17.00 25.00 0.61 AI 30 DMB3090 930 21.50 DME3090 865 21.50 30.50 0.66 36 DMB3690 1,450 24.50 DME3690 1,355 24.50 33.50 0.74 T 42 DMB4290 2,205 29.25 DME4290 2,055 29.25 38.25 0.82 DME 48 DMB4890 2,990 33.25 DME4890 2,805 33.25 42.25 0.90 MJ x PE 900 45 Degree Bends MJxMJ MJxPE Size Item No. wt. A Item No. Wt. A B T 2 DMB245 10 1.50 0.30 ' 3 DMB345 16 1.50 DME345 13 1.50 7.00 0.33 A 4 DMB445 22 2.00 DME445 19 2.00 7.50 0.34 4 A 6 DMB645 32 3.00 DME645 34 3.00 8.50 0.36 T �- 8 DMB845 46 3.50 DME845 49 3.50 9.00 0.38 DMB 10 DMB1045 70 4.50 DME1045 70 4.50 10.00 0.40 12 DMB1245 86 5.50 DME1245 93 5.50 11.00 0.42 MJ X MJ 450 14 DMB1445 160 5.00 DME1445 146 5.00 13.00 0.47 16 DMB1645 202 5.50 DME1645 212 5.50 13.50 0.50 18 DMB1845 250 6.00 DME1845 235 6.00 13.00 0.54 20 DMB2045 305 7.00 DME2045 290 7.00 14.00 0.57 24 DMB2445 405 7.50 DME2445 390 7.50 14.50 0.61 k; 30 DMB3045 780 10.50 DME3045 715 10.50 19.50 0.66 36 DMB3645 1135 11.50 DME3645 1,040 12.00 21.00 0.74 T 42 DMB4245 1610 14.00 DME4245 1,460 14.00 23.00 0.82 48 DMB4845 2090 15.00 DME4845 1.905 15.00 24.00 0.90 DME MJxPE450 22-1/2 Degree Bends MJ x MJ MJ x PE Size Item No. Wt. A Item No. Wt. A B T ,� 3 DMB322 15 1.00 DME322 12 1.00 6.50 0.33 4 DMB422 18 1.50 DME422 18 1.50 7.00 0.34 T�, a- 6 DMB622 31 2.00 DME622 29 2.00 7.50 0.36 DMB A 8 DMB822 46 2.50 DME822 43 2.50 8.00 0.38 10 DMB1022 64 3.00 DME1022 61 3.00 8.50 0.40 MJ x MJ 221/x° 12 DMB1222 80 3.50 DME1222 79 3.50 9.00 0.42 14 DMB1422 136 3.75 DME1422 133 3.75 11.25 0.47 16 DMB1622 172 3.75 DME1622 166 3.75 11.75 0.50 ' 18 DMB1822 255 4.50 DME1822 235 6.00 13.00 0.54 g 20 DMB2022 310 4.50 DME2022 300 7.00 14.00 0.57 24 DMB2422 412 4.50 DME2422 395 7.50 14.50 0.61 30 DMB3022 665 6.75 DME3022 600 6.75 15.75 0.66 DME 36 DMB3622 960 7.75 DME3622 865 7.75 16.75 0.74 42 DMB4222 1350 9.00 DME4222 1,200 9.00 18.00 0.82 48 DMB4822 11760 110.00 1 DME4822 11,575 110.00 119.00 10.90 1 MJ x PE 2211e ©2007 Sigma Corporation,All Rights Reserved 2 t M1 S t www.sigmaco.com Y r @SIAGIVIA Weights in Pounds, Less Accessories/Dimensions in inches Ductile Iron Class 350 per ANSI/AWWA C153/A21.53 C153 Mechanical Joint Compact Fittings 1.1-1/4 Degree Bends MJ x MJ MJ x PE .•-^ Size Item No. Wt. A Item No. Wt. A B T A 3 DMB311 14 1.00 DME311 12 1.00 6.50 0.33 4 DMB411 16 1.25 DME411 17 1.25 6.25 0.34 ; 6 DMB611 30 1.50 DME611 27 1.50 7.00 0.36 DMB 8 DMB811 42 1.75 DME811 39 1.75 7.25 0.38 10 DMB1011 58 2.00 DME1011 52 2.00 7.50 0.40 ! 12 DMB1211 67 2.25 DME1211 69 2.25 7.75 0.42 MJ x t j 11'/a° 14 DMB1411 93 2.50 DME1411 118 2.50 10.50 0.47 16 DMB1611 148 2.50 DME1611 136 2.50 10.50 0.50 18 DMB1811 205 3.00 DME1811 235 6.00 13.00 0.54 20 DMB2011 245 3.00 DME2011 300 7.00 14.00 0.57 s 24 DMB2411 315 3.00 DME2411 400 7.50 14.50 0.61 30 DMB3011 600 4.75 DME3011 535 4.75 13.75 0.66 IiDME 36 DMB3611 820 5.00 DME3611 725 5.00 14.00 0.74 42 DMB4211 1,180 6.00 DME4211 1,030 6.00 15.00 0.82 48 DMB4811 1,475 6.50 DME4811 1,290 6.50 15.50 0.90 MJ x PE 111/4° MFB ft-S" 9 PT' t 2T�� `t MJ x FLANGE MJ x FLANGE MFA 900 BEND 450 BEND MJ x Flange Bends &Adapters k F 90 deg. bends 45 deg. ends Ada ters Size Item No. A S Wt. Item No. A S Wt. Item No. L Wt. T 3 MFB390 3.50 5.50 21 MFB345 1.50 3.00 17 MFA3 3.50 18 0.33 4 MFB490 4.00 6.50 28 MFB445 2.00 4.00 34 MFA4 3.50 24 0.34 6 MFB690 5.00 8.00 46 MFB645 3.00 5.00 57 MFA6 3.50 36 0.36 8 MFB890 6.50 9.00 71 MFB845 3.50 5.50 83 MFA8 4.00 52 0.38 10 MFB1090 7.50 11.00 121 MFB1045 4.50 6.50 122 MFA10 4.00 67 0.40 12 MFB1290 9.00 12.00 155 MFB1245 5.50 7.50 159 MFA12 4.00 80 0.42 14 MFA14 5.00 126 0.47 16 MFB1690 12.50 15.00 280 MFB1645 5.50 8.00 290 MFA16 5.00 166 0.50 18 MFA18 5.00 206 0.54 20 MFB2090 15.00 18.00 441 MFB2045 7.00 9.50 338 MFA20 5.00 275 0.57 24 MFB2490 16.75 22.00 618 MFB2445 7.50 11.00 442 MFA24 5.00 324 0.61 30 1 MFA30 17.00 1420 10.66 i I I MJ x Flange 22-1/2 Bends Size Item No. A S T Wt. MFB 3 MFB322 1.00 3.00 0.33 15 4 MFB422 1.50 4.00 0.34 23 6 MFB622 2.00 5.00 0.36 37 8 MFB822 2.50 5.50 0.38 56 10 MFB1022 3.00 6.50 0.40 81 12 MFB1222 3.50 7.50 0.42 1114 S 3 02007 Sigma Corporation,All Rights Reserved www.sigmaco.com Weights in Pounds, Less Accessories/Dimensions in inches @SIGMA Ductile Iron Class 350 per ANSI/AWWA C153/A21.53 C153 Mechanical Joint Compact Fittings Crosses Size Run Branch Item No. H J T T1 Wt. 1 3 3 DMC33 3.00 3.00 0.33 0.33 35 4 3 DMC43 3.50 4.00 0.34 0.33 49 4 4 DMC44 4.00 4.00 0.34 0.34 57 6 4 DMC64 4.00 5.00 0.36 0.34 68 6 6 DMC66 5.00 5.00 0.36 0.36 75 8 4 DMC84 4.00 6.50 0.38 0.34 99 8 6 DMC86 5.00 6.50 0.38 0.36 108 8 8 DMC88 6.00 6.00 0.38 0.38 105 10 3 DMC103 3.00 7.50 0.40 0.33 115 10 4 DMC104 4.00 7.50 0.40 0.34 98 10 6 DMC106 5.00 7.50 0.40 0.36 118 10 8 DMC108 6.50 7.50 0.40 0.38 138 eT T 10 10 DMC1010 7.00 7.00 0.40 0.40 145 -�- 12 4 DMC124 4.00 8.75 0.42 0.34 100 12 6 DMC126 5.00 8.75 0.42 0.36 140 12 8 DMC128 6.50 8.75 0.42 0.38 162 �µ N 12 10 DMC1210 7.50 .8.75 0.42 0.40 190 DMC 12 12 DMC1212 8.50 8.50 0.42 0.42 213 14 8 DMC148 8.00 10.50 0.47 0.38 259 14 14 DMC1414 10.50 10.50 0.47 0.47 299 16 6 DMC166 6.50 11.50 0.50 0.36 250 x 16 8 DMC168 7.50 11.50 0.50 0.38 289 16 10 DMC1610 8.50 11.50 0.50 0.40 345 16 12 DMC1612 9.50 11.50 0.50 0.42 397 16 16 DMC1616 11.50 11.50 0.50 0.50 385 20 20 DMC2020 14.00 14.00 0.57 0.57 605 1 24 24 DMC2424 16.00 16.00 0.61 0.61 830 30 30 DMC3030 22.00 22.00 0.66 0.66 1840 s, 36 36 DMC3636 26.00 26.00 0.74 0.74 2655 ' 42 42 DMC4242 30.00 30.00 0.82 0.82 3725 48 148 1 DMC4848 133.50 133.50 10.90 16.90 4955 i' Tees SIZE MJ x MJ MJ x Flange ,t T, Run Br. Item No. Wt. H J T T1 Item No. Wt. H L 3 4..._ 2 2 DMT22 16 3.00 3.00 0.30 0.30 3 3 DMT33 28 3.00 3.00 0.33 0.33 DMF33 28 3.00 5.50 4 2 DMT42 29 3.00 4.00 0.34 0.30 w 4 3 DMT43 30 3.50 4.00 0.34 0.33 ! �T 4 4 DMT44 32 4.00 4.00 0.34 0.34 DMF44 38 4.00 6.50 �t-H- I►t-H' E 6 3 DMT63 42 3.50 5.00 0.36 0.33 DMF63 51 3.50 8.00 H' 6 4 DMT64 46 4.00 5.00 0.36 0.34 DMF64 54 4.00 8.00 MJ x MJ 6 6 DMT66 56 5.00 5.00 0.36 0.36 DMF66 56 5.00 8.00 DMT F 8 3 DMT83 52 3.50 6.50 0.38 0.33 DMF83 70 4.00 9.00 8 4 DMT84 60 4.00 6.50 0.38 0.34 DMF84 72 4.00 9.00 8 6 DMT86 72 5.00 6.50 0.38 0.36 DMF86 83 5.00 9.00 T, 8 8 DMT88 86 6.50 6.50 0.38 0.38 DMF88 94 6.50 9.00 L "� € 10 3 DMT103 75 4.00 7.50 0.40 0.33 10 4 DMT104 78 4.00 7.50 0.40 0.34 DMF104 89 4.00 11.00 i 10 6 DMT106 90 5.00 7.50 0.40 0.36 DMF106 107 5.00 11.00 10 8 DMT108 105 6.50 7.50 0.40 0.38 DMF108 115 6.50 11.00 A 10 10 DMT1010 120 7.50 7.50 0.40 0.40 DMF1010 130 7.50 11.00 i T 12 3 DMT123 90 4.00 8.75 0.42 0.33 t-H 4-H- 1 12 4 DMT124 94 4.00 8.75 0.42 0.34 DMF124 115 4.00 12.00 12 6 DMT126 110 5.00 8.75 0.42 0.36 DMF126 120 5.00 12.00 MJ x FLANGE 12 18 1 DMT128 125 16.50 18.75 0.42 10.38 IDMFI28 1146 16.50 112.00 DMF 02007 Sigma Corporation,All Rights Reserved 4 =' a www.sigmaco.com $' Weights in Pounds, Less Accessories/Dimensions in inches @SIGIVIA Ductile Iron Class 350 per ANSI/AWWA C153/A21.53 r 0153 Mechanical Joint Compact Fittings Tees (continued) t` SIZE MJ x MJ M1 x Flange l' Run Br. Item No. Wt. H J T T1 Item No. Wt. H L 12 10 DMT1210 140 7.50 8.75 0.42 0.40 DMF1210 174 7.50 12.00 12 12 DMT1212 160 8.75 8.75 0.42 0.42 DMF1212 198 8.75 12.00 14 4 DMT144 172 5.50 10.50 0.47 0.34 k' 14 6 DMT146 182 6.50 10.50 0.47 0.36 14 8 DMT148 206 7.50 10.50 0.47 0.38 14 10 DMT1410 228 8.50 10.50 0.47 0.40 f: 14 12 DMT1412 234 9.50 10.50 0.47 0.42 14 14 DMT1414 280 10.50 10.50 0.47 0.47 16 6 DMT166 228 6.50 11.50 0.50 0.36 DMF166 213 6.50 15.00 16 8 DMT168 248 7.50 11.50 0.50 0.38 DMF168 260 7.50 15.00 16 10 DMT1610 264 8.50 11.50 0.50 0.40 DMF1610 287 8.50 15.00 r. 16 12 DMT1612 280 9.50 11.50 0.50 0.42 DMF1612 312 9.50 15.00 16 14 DMT1614 316 10.50 11.50 0.50 0.47 16 16 DMT1616 322 11.50 11.50 0.50 0.50 18 6 DMT186 275 6.50 12.50 0.54 0.36 DMF186 261 6.50 15.50 18 8 DMT188 295 7.50 12.50 0.54 0.38 18 10 DMT1810 315 8.50 12.50 0.54 0.40 A � T 18 12 DMT1812 335 9.50 12.50 0.54 0.42 18 14 DMT1814 380 10.50 12.50 0.54 0.47 J. 18 16 DMT1816 428 11.50 12.50 0.54 0.50 18 18 DMT1818 448 12.50 12.50 0.54 0.54 20 6 DMT206 348 6.50 14.00 0.57 0.36 DMF206 345 6.50 17.00 20 8 DMT208 345 8.00 14.00 0.57 0.38 DMF208 384 8.00 17.00 _ T 20 10 DMT2010 370 9.00 14.00 0.57 0.40 jF H H 20 12 DMT2012 441 10.00 14.00 0.57 0.42 r MJ x MJ 20 14 DMT2014 440 11.00 14.00 0.57 0.47 DMT 20 16 MUM 465 12.00 14.00 0.57 0.50 20 18 DMT2018 505 13.00 14.00 0.57 0.54 s 1 20 20 DMT2020 535 14.00 14.00 0.57 0.57 ` A 24 6 DMT246 415 7.00 16.00 0.61 0.36 DMF246 460 7.00 19.00 g` L T, 24 8 DMT248 445 8.00 16.00 0.61 0.38 DMF248 418 8.00 19.00 24 10 DMT2410 470 9.00 16.00 0.61 0.40 24 12 DMT2412 500 10.00 16.00 0.61 0.42 24 14 DMT2414 550 11.00 16.00 0.61 0.47 24 16 DMT2416 580 12.00 16.00 0.61 0.50 AT 24 18 DMT2418 630 13.00 16.00 0.61 0.54 24 20 DMT2420 660 14.00 16.00 0.61 0.57 t: -H H-► 24 24 DMT2424 720 16.00 16.00 0.61 0.61 IVIJ x FLANGE 30 6 DMT306 700 7.00 20.00 0.66 0.36 DMF 30 8 DMT308 739 8.50 20.00 0.66 0.38 30 12 DMT3012 830 10.00 20.00 0.66 0.42 30 16 DMT3016 959 12.50 20.00 0.66 0.50 ' 30 20 DMT3020 995 15.00 20.00 0.66 0.57 30 24 DMT3024 1060 16.00 20.00 0.66 0.61 30 30 DMT3030 1323 20.00 20.00 0.66 0.66 36 12 DMT3612 1205 10.00 23.50 0.74 0.43 36 16 DMT3616 1350 12.50 23.50 0.74 0.52 36 24 DMT3624 1498 16.00 23.50 0.74 0.61 36 30 DMT3630 1767 20.00 23.50 0.74 0.66 36 36 DMT3636 1900 23.50 23.50 0.74 0.74 42 12 DMT4212 1410 10.00 29.50 0.82 0.43 42 24 DMT4224 2270 20.00 27.50 0.82 0.61 42 30 DMT4230 2425 22.00 29.50 0.82 0.66 42 36 DMT4236 3000 30.00 30.00 0.82 0.74 42 42 DMT4242 3175 30.00 30.00 0.82 0.82 F' 48 24 DMT4824 2870 23.00 32.00 0.90 0.61 48 30 DMT4830 3050 23.00 32.00 0.90 0.66 48 36 DMT4836 3900 33.50 32.25 0.90 0.74 E 48 42 DMT4842 4100 33.50 33.50 0.90 0.82 48 148 IDMT4848 14250 133.50 133.50 10.90 10.90 5 02007 Sigma Corporation,All Rights Reserved 4 ff i www.sigmaco.com Weights in Pounds, Less Accessories/Dimensions in inches , Ductile Iron Class 350 per ANSI/AWWA C153/A21.53 @SIGMA I C153 Mechanical Joint Compact Fittings Tapped Tees and Crosses Size TEE CROSS T L Tap DTT - --- --- ._ Item No. Wt. Item No. wt. Size 3 DTT3 35 DTC3 19 0.33 6.0 2 T 4 DTT4 45 DTC4 23 0.34 8.0 2 6 DTT6 70 DTC6 37 0.36 10.0 2 8 DTT8 95 DTC8 53 0.38 13.0 2 { 10 DTT10 130 DTC10 68 0.40 14.0 2 s 12 DTT12 165 DTC12 88 0.42 17.5 2 16 DTT16 178 DTC16 178 0.50 23.0 2 DTD 20 DTI-20 259 DTC20 259 0.57 28.0 2 24 1 DTT24 1320 1 DTC24 1320 0.61 32.0 2 T 4 �4 L Ca s and Plugs .76 CSOAP CAP PLUG PLUG --=; Size LID TAPPED wt. SOLID TAPPED wt. DMK t Item No. Item No. Item No. Item No. 3 DMK3 DTK3 8 DMP3 DTP3 8 r 78 { 4 DMK4 DTK4 9 DMP4 DTP4 10 6 DMK6 DTK6 15 DMP6 DTP6 16 8 DMK8 DTK8 22 DMP8 DTP8 26 DTK 10 DMKIO DTK10 32 DMP10 DTP10 36 12 DMK12 DTK12 42 DMP12 DTP12 46 14 DMK14 DTK14 66 DMP14 DTP14 75 16 DMK16 DTK16 92 DMP16 DTP16 95 ,� 18 DMK18 DTK18 114 DMP18 DTP18 121 20 DMK20 DTK20 125 DMP20 DTP20 135 DMP 24 DMK24 DTK24 166 DMP24 DTP24 175 30 DMK30 DTK30 345 DMP30 DTP30 355 w.76 z' 36 1 DMK36 I DTK36 1628 1 DMP36 I DTP36 1688 Push In Plugs DTP =' SOLID TAPPED Size PLUG PLUG Wt. T Item No. Item No. DPP r 4 DPP4 PTP4 12 0.43 y '76 yr 6 DPP6 PTP6 20 0.47 8 DPP8 PTP8 27 0.49 T+ t 10 DPP10 PTP10 36 0.52 12 DPP12 PTP12 47 0.54 PTP ` 16 1 DPP16 I PTP16 159 10.60 Wyes (45 degree laterals) Size Item No. X Y T Ti Wt. Run Branch 3 3 DMY33 2.0 8.5 .34 .34 36 4 4 DMY44 2.5 9.5 .35 .35 45 6 4 DMY64 1.5 11.0 .37 .35 67 6 6 DMY66 3.0 13.0 .37 .37 93 /• 8 4 DMY84 0.5 13.0 .39 .35 93 Y 8 6 DMY86 2.0 14.5 .39 .37 113 f 8 8 DMY88 3.5 16.0 .39 .39 136 10 4 DMY104 0.0 15.0 .41 .35 118 10 6 DMY106 1.0 16.0 .41 .37 136 -- 10 8 DMY108 2.5 17.0 .41 .39 170 �T 10 10 DMY1010 3.5 19.0 .41 .41 199 12 4 DMY124 0.0 16.5 .43 .35 150 DMY 12 6 DMY126 1.5 18.5 .43 .37 186 12 8 DMY128 1.5 18.5 .43 .39 188 £. 12 10 DMY1210 3.0 20.0 .43 .41 223 12 12 DMY1212 4.5 22.5 1 .43 .43 272 g: ©2007 Sigma Corporation,All Rights Reserved 6 i i 3 4 } www.sigmaco.com O Weights in Pounds, Less Accessories/Dimensions in inches SIGMA Ductile Iron Class 350 per ANSI/AWWA C153/A21.53 C153 Mechanical Joint Compact Fittings L,f c T T, Tt T, T Ti T, T DMR SPR LPR PPR Reducers r Size Item No. WL L Item No. WL L1 Item No. WL L2 Item No. WL L3 T Tl , 4 x 2 DMR42 16 2.50 SPR42 14 8.00 0.34 0.30 4 x 3 DMR43 18 3.00 SPR43 17 8.50 LPR43 18 8.50 PPR43 14 14.00 0.34 0.33 6x3 DMR63 22 5.00 SPR63 24 10.50 LPR63 19 10.50 PPR63 19 16.00 0.36 0.33 6 x 4 DMR64 24 4.00 SPR64 25 9.50 LPR64 25 9.50 PPR64 22 15.00 0.36 0.34 # 8x4 DMR84 32 5.00 SPR84 30 10.50 LPR84 34 10.50 PPR84 30 16.00 0.38 0.34 8x6 DMR86 36 4.00 SPR86 35 9.50 LPR86 32 9.50 PPR86 30 15.00 0.38 0.36 10 x 4 DMR104 46 7.00 SPR104 43 12.50 LPR104 43 12.50 PPR104 46 18.00 0.40 0.34 30 x 6 DMR106 47 5.00 SPR106 46 10.50 LPR106 42 10.50 PPR106 46 16.00 0.40 0.36 10x8 DMRSOS 50 4.00 SPR108 42 9.50 LPR308 50 9.50 PPR108 49 15.00 0.40 0.38 12 x 4 DMR124 58 9.00 SPR124 60 14.50 LPR124 60 14.50 PPR324 58 20.00 0.42 0.34 12 x 6 DMR126 58 7.00 SPR126 58 12.50 LPR126 58 12.50 PPR126 58 18.00 0.42 0.36 12 x 8 DMR128 57 5.00 SPR128 54 10.50 LPRi28 55 10.50 PPR128 59 16.00 0.42 0.38 12x10 DMR1210 61 4.00 SPR1210 59 9.50 LPR1210 59 9.50 PPR1210 59 15.00 0.42 0.40 14 x 6 DMR146 100 9.00 SPR146 100 16.90 LPR146 104 14.50 PPR146 93 22.30 0.47 0.36 14 x 8 DMR148 100 7.00 SPR148 98 14.90 LPR148 98 12.40 PPR148 94 20.30 0.47 0.38 k 14 x 10 DMR1410 100 5.00 SPR1410 94 12.90 LPR1410 92 10.40 PPR1410 90 18.30 0.47 0.40 E' 14 x 12 DMR1412 100 4.00 SPR1412 90 11.90 LPR1412 92 9.40 PPR1412 88 17.30 0.47 0.42 16x6 DMR166 124 11.00 SPR166 125 18.90 LPR166 136 16.50 PPR166 93 24.30 0.50 0.36 16x8 DMR168 124 9.00 SPR168 121 16.90 LPR168 128 14.40 PPR168 121 22.30 0.50 0.38 16 x 10 DMR1610 124 7.00 SPR1630 105 15.00 LPR1610 123 12.50 PPR1610 119 20.50 0.50 0.40 r 16x12 DMR1612 112 5.00 SPR1612 109 12.90 LPR1612 108 10.50 PPR1612 99 18.30 0.50 0.42 16x14 DMR1614 140 4.00 SPR1614 126 12.00 LPR1614 132 12.00 PPR1614 129 19.70 0.50 0.47 18 x 6 DMR186 194 16.00 0.54 0.36 18 x 8 DMR188 190 13.00 SPR188 170 20.00 LPR188 195 19.50 PPR188 170 27.40 0.54 0.38 18x10 DMR1810 195 10.00 SPR1810 165 18.00 LPR1810 185 17.40 PPR1810 160 25.50 0.54 0.40 18 x 12 DMR1812 180 7.00 SPR1812 150 15.50 LPR1812 175 14.00 PPR1812 150 19.50 0.54 0.42 18 x 14 DMR1814 190 6.00 5PR1814 175 15.00 LPR1814 190 15.00 PPR1814 160 23.00 0.54 0.47 18 x 16 DMR1816 193 5.00 SPR1816 170 12.50 LPR1816 190 12.50 PPR1816 145 18.00 0.54 0.50 20 x 6 DMR206 232 22.00 SPR206 201 30.00 LPR206 231 27.50 PPR206 106 35.50 0.57 0.36 20x8 DMR208 227 19.00 SPR208 198 27.00 LPR208 227 24.50 PPR208 106 32.50 0.57 0.38 20 x 10 DMR2010 230 14.00 SPR2010 200 22.00 LPR2010 210 19.00 PPR2010 180 27.50 0.57 0.40 20 x 12 DMR2012 205 12.00 SPR2012 170 17.50 LPR2012 205 16.00 PPR2012 190 21.50 0.57 0.42 20x14 DMR2014 200 10.00 SPR2014 190 18.00 LPR2014 205 17.90 PPR2014 195 26.00 0.57 0.47 20 x 16 DMR2016 200 7.00 SPR2016 185 13.50 LPR2016 200 13.50 PPR2016 170 19.00 0.57 0.50 20x18 DMR2018 225 4.00 SPR2018 200 12.00 LPR2018 225 12.00 PPR2018 190 20.00 0.57 0.54 24 x 6 DMR246 322 28.00 SPR246 284 36.00 LPR246 320 33.50 PPR246 283 41.50 0.61 0.36 z 24 x 8 DMR248 318 25.00 SPR248 282 33.00 LPR248 316 30.50 PPR248 281 38.50 0.61 0.38 24 x 10 DMR2410 312 22.00 SPR2410 276 30.00 LPR2410 310 27.50 PPR2410 274 35.50 0.61 0.40 24 x 12 DMR2412 305 16.00 SPR2412 275 21.50 LPR2412 290 21.00 PPR2412 240 22.50 0.61 0.42 24 x 14 OMR2414 310 14.00 SPR2414 310 22.00 LPR2414 315 21.90 PPR2414 295 25.00 0.61 0.47 24 x 16 DMR2416 320 12.00 SPR2416 285 17.50 LPR2416 285 17.50 PPR2416 285 23.00 0.61 0.50 24 x 18 DMR2418 308 10.00 SPR2418 300 18.00 LPR2418 310 18.00 PPR2418 290 21.00 0.61 0.54 24 x 20 DMR2420 300 7.00 SPR2420 270 13.50 LPR2420 275 13.50 PPR2420 240 14.00 0.61 0.57 <' 30 x 16 DMR3016 633 30.00 SPR3016 565 39.00 LPR3016 623 39.00 PPR3016 555 48.00 0.66 0.50 30 x 18 DMR3018 658 28.00 SPR3018 590 37.00 LPR3018 635 37.00 PPR3018 567 46.00 0.66 0.54 f' 30 x 20 DMR3020 628 24.00 SPR3020 560 33.00 LPR3020 603 33.00 PPR3020 535 42.00 0.60 0.57 30 x 24 DMR3024 478 10.00 SPR3024 495 24.50 LPR3024 526 24.50 PPR3024 458 33.50 0.66 0.61 x 36x20 DMR3620 975 36.00 SPR3620 874 45.00 LPR3620 950 45.00 PPR3620 849 54.00 0.74 0.57 36 x 24 DMR3624 770 19.00 SPR3624 746 33.00 LPR3624 810 33.00 PPR3624 709 42.00 0.74 0.61 36x30 DMR3630 650 15.50 SPR3630 725 24.50 LPR3630 758 24.50 PPR3630 657 33.50 0.74 0.66 42 x 24 DMR4224 1356 40.00 SPR4224 1204 49.00 LPR4224 1319 49.00 PPR4224 1167 58.00 0.82 0.61 42 x 30 DMR4230 1083 20.00 SPR4230 931 29.00 LPR4230 1015 29.00 PPR4230 863 38.00 0.82 0.66 42 x 36 DMR4236 1114 15.50 SPR4236 962 24.50 LPR4236 1013 24.50 PPR4236 861 33.50 0.82 0.74 48 x 30 DMR4830 1779 40.00 SPR4830 1594 49.00 LPR4830 1711 49.00 PPR4830 1526 58.00 0.90 0.66 48 x 36 DMR4836 1641 28.00 SPR4836 1456 37.00 LPR4836 1540 37.00 PPR4836 1355 46.00 0.90 0.74 48 x 42 I DMR4842 1 1426 1 15.50 ISPR4842 1 1241 1 24.50 1 LPR4842 1274 24.50 PPR4842 1089 33.50 0.90 0.82 S f 7 ©2007 Sigma Corporation,All Rights Reserved www.sigmaco.com Weights in Pounds,Less Accessories/Dimensions in inches Ductile Iron Class 350 per ANSI/AWWA C153/A21.53 @SIGMA C153 Mechanical Joint Compact Fittings Tees: MJ x Swivel (Hydrant Tees) Size Item No. H S T T1 Wt 6 x 6 DMH66 5.00 10.00 0.36 0.36 77 8 x 6 DMH86 5.00 11.00 0.38 0.36 89 8 x 8 DMH88 6.50 11.00 0.38 0.38 116 10x 6 DMH106 5.00 12.50 0.40 0.36 113 I ` 10 x 8 DMH108 6.50 12.50 0.40 0.38 129 s T, 12 x 6 DMH126 5.00 13.50 0.42 0.36 128 _ 12 x 8 DMH128 6.50 13.50 0.42 0.38 149 DMH 14 x 6 DMH146 6.50 15.00 0.47 0.36 211 i 16 x 6 DMH166 6.50 16.00 0.50 0.36 248 • 16 x 8 DMH168 7.50 16.00 0.50 0.38 298 i 'T 18 x 6 DMH186 6.50 17.00 0.54 0.36 300 -H H-> 20 x 6 DMH2O6 6.50 18.50 0.57 0.36 358 MJ x SWIVEL TEE 20 x 8 DMH2O8 8.00 18.50 0.57 0.38 382 24 x 6 DMH246 7.00 19.00 0.61 0.36 458 24 x 8 DMH248 8.00 19.00 0.610.38 477 Swivel Gland Size Item No. Wt. O 4 HR4 8 O 6 HR6 18 HR 8 HR8 15 ¢, 10 HR10 18 O 12 HR12 24 O Swivel x Solid 90 Degree Bend SSB Size Item No. A I B I T I Wt. B 6 SS6690 10.50 16.00 .36 74 8 SSB890 12.50 18.00 .38 74 10 SS61090 13.00 20.00 .40 102 ' - >' Swivel x Solid Adapter A LT Size Item No. L T Wt. 4 SSA413 13.00 0.34 29 6 SSA613 13.00 0.36 47 6 SSA618 18.00 0.36 58 6 SSA624 24.00 0.36 69 SSA 6 SSA630 30.00 0.36 66 it 6 SSA636 36.00 0.36 75 L ----►� w 6 SSA648 48.00 0.36 94 6 SSA660 60.00 0.36 112 x 6 SSA672 72.00 0.36 131 8 SSA813 13.00 0.38 52 -"- - - `- 10 SSA1013 13.00 0.40 69 12 SSA1213 13.00 0.42 87 " LT Dual Cutting-In Sleeves DCL Size Item No. Wt. T T1 A L 3 DCI-3 34 0.34 0.36 3.96 20 - 4 DCL4 50 0.35 0.37 4.80 20 _T' _ _ T_ �A 6 DCL6 62 0.37 0.39 6.90 20 8 DCL8 90 0.39 0.41 9.05 20 10 DCL10 105 0.41 0.43 11.10 20 12 DCL12 128 0.43 0.45 13.20 20 L 02007 Sigma Corporation,All Rights Reserved 8 www.sigmaco.com OWeights in Pounds, Less Accessories/Dimensions in inches SIGIVIA Ductile Iron Class 350AWWA er ANSI P / C153/A21.53 C153 Mechanical Joint Compact Fittings q t Offsets MJ x MJ Item No. Wt. D L L1 T MJ x PE Size Item No. Wt' ! / 3 x 6 DM036 30 6.00 9.00 14.50 0.33 DMQ36 29 3 x 12 DM0312 40 12.00 15.00 20.50 0.33 DMQ312 39 3 x 18 DM0318 49 18.00 21.00 26.50 0.33 DMQ318 48 D 3 x 24 DM0324 55 24.00 27.00 32.50 0.33 DMQ324 53 4 x 6 DM046 45 6.00 10.00 15.50 0.34 DMQ46 44 s r 4 x 12 DM0412 55 12.00 16.00 21.50 0.34 DMQ412 54 T� - - 4 x 18 DM0418 65 18.00 22.00 27.50 0.34 DMQ418 63 4 x 24 DM0424 75 24.00 28.00 33.50 0.34 DMQ424 72 L. 6 x 6 DM066 41 6.00 12.00 17.50 0.36 DMQ66 54 6 x 12 DM0612 65 12.00 18.00 23.50 0.36 DMQ612 64 r 6 x 18 DM0618 75 18.00 24.00 29.50 0.36 DMQ618 72 145- 6 x 24 DM0624 85 24.00 30.00 35.50 0.36 DMQ624 82 8 x 6 DM086 84 6.00 13.00 18.50 0.38 DMQ86 78 =` _( 8 x 12 DM0812 90 12.00 19.00 24.50 0.38 DMQ812 88 8 x 18 DM0818 100 18.00 25.00 30.50 0.38 DMQ818 96 10 x 6 DM0106 105 6.00 15.00 20.50 0.40 DMQ106 102 ' 10 x 12 DM01012 135 12.00 21.00 26.50 0.40 DMQ1012 132 ' T� __ _ 10 x 18 DM01018 165 18.00 27.00 32.50 0.40 DMQ1018 160 12 x 6 DM0126 124 6.00 17.00 22.50 0.42 DMQ126 112 12 x 12 DM01212 153 12.00 23.00 28.50 0.42 DMQ1212 146 12 x 18 DM01218 190 18.00 29.00 34.50 0.42 DMQ1218 184 12 x 24 DM01224 202 24.00 35.00 40.50 0.42 DMQ1224 194 12 x 30 DM01230 1213 130.00 41.00 46.50 0.42 DM 1230 205 Sleeves i Size Item No. Wt L Item No. Wt. L1 T 3 DMS3 13 7.50 DMI-3 18 12.00 0.33 DML 4 DMS4 17 7.50 DMI-4 20 12.00 0.34 5 6 DMS6 28 7.50 DMI-6 33 12.00 0.36 ' 8 DMS8 38 7.50 DMI-8 46 12.00 0.38 TS 10 DMS10 49 7.50 DML10 62 12.00 0.40 L: ' 12 DMS12 56 7.50 DML12 76 12.00 0.42 14 DMS14 111 9.50 DML14 140 15.00 0.47 a 16 DMS16 123 9.50 DML16 170 15.00 0.50 18 DMS18 160 9.00 DML18 200 15.00 0.54 ©MS 20 DMS20 195 9.00 DML20 255 15.00 0.57 24 DMS24 255 9.00 DML24 335 15.00 0.61 30 DMS30 500 15.00 DML30 640 24.00 0.66 T 36 DML36 925 24.00 0.74 t L 42 DML42 1150 24.00 0.82 48 1 1 DML48 11435 124.00 10.90 Dual Purpose Sleeves Item No. L1 T Wt. DD�' DDI-3 23 12 0.33 Z DDL4 32 12 0.34 DDL6 50 12 0.36 ? T DDL8 65 12 0.38 DDI-10 89 12 0.40 DDL12 1104 12 0.42 9 ©2007 Sigma Corporation,All Rights Reserved www.sigmaco.com Weights in Pounds,Less Accessories/Dimensions in inches Ductile Iron Class 350 per ANSI/AWWA C153/A21.53 @SIGMA C153 Mechanical Joint Compact Fittings t Mechanical Joint Accessories 00, �\\ MG TG Gasket/Bolt Packs O C, Size in. Item No. Wt. Ib. MJ Glands MJ Gaskets 3 MGP3 3 4 MGP4 4 Size Item No. Wt. Size Item No. Wt. Item No. Wt. 6 MGP6 6 2 DG2 2 2 MG2 8 MGP8 7 3 DG3 4 3 MG3 0.25 TG3 0.50 10 MGP10 8 4 DG4 5 4 MG4 0.30 TG4 0.60 112 1 MGP12 19 6 DG6 6 6 MG6 0.50 TG6 0.75 8 DG8 7 8 MG8 0.75 TG8 1.10 10 DG10 10 10 MG10 0.80 TG10 1.30 12 DG12 15 12 MG12 1.00 TG 12 1.65 14 DG14 23 14 MG14 1.30 MJ Gland Packs 16 DG16 28 16 MG16 1.45 18 DG18 30 18 MG18 1.60 Size(in.) Item No. Wt.(lb.) 20 DG20 43 20 MG20 1.90 2 DGP2 6 24 DG24 50 24 MG24 2.10 3 DGP3 7 30 DG30 85 30 MG30 2.30 4 DGP4 8 36 DG36 115 36 MG36 2.75 6 DGP6 12 42 DG42 180 42 MG42 3.20 8 DGP8 15 48 1 DG48 1275 1 148 1 MG48 13.65 1 1 10 DGP10 20 12 DGP12 25 DGP14 37 A Low Alloy, Corrosion Resistant Steel T Head Bolts 16 GP16 43 Standard Bolts Anti-Rotation Bolts 18 DGP1$ 47 Size in. Item No. Wt. Ib. Size in. Item No. Wt. Ib. 20 DGP20 61 24 DGP24 72 3 MGP3 3 3 MGP3 3 4 MGP4 4 4 MGP4 4 Includes: Gland,MJ Gasket,and Standard 6 MGP6 6 6 MGP6 6 8 MGP8 7 8 MGP8 7 Tee Bolts&Nuts 10 MGP10 8 10 MGP10 8 12 1 MGP12 19 12 MGP12 9 MJ Retainer Glands o 0 Pipe Size Item No. Wt. IRON PIPE Rating Qty Size Torque 0.1) (psi) ft-lbs RMG o 3 RMG3 5 3.96 350 4 5/8 X 2 85 0 4 RMG4 7 4.80 350 4 5/8 X 2 85 6 RMG6 12 6.90 350 6 5/8 X 2 85 8 RMG8 16 9.05 250 9 5/8 X 2 85 0 O 10 RMG10 22 11.10 250 16 5/8 X 2 85 12 RMG12 28 13.20 250 16 5/8 X 2 85 14 RMG14 45 15.30 250 20 5/8X2 85 Retainer Packs 16 RMG16 52 17.40 250 24 5/8 X 2 85 Size Item No. Wt. F. 18 RMG18 62 19.50 200 24 5/8 X 2 85 3 RGP3 9 3 20 RMG20 75 21.60 200 28 3/4 X 110 4 RGP4 10 24 RMG24 97 25.80 200 32 3 3/4 X 110 6 RGP6 15 30 RMG30 196 32.00 100 40 3 3/4X3 110 8 RGP8 19 z 36 RMG36 246 38.30 100 48 3/4 X 2-1/2 110 10 RGP10 25 42 RMG42 302 44.50 100 56 3/4 X 2-1/2 110 12 RGP12 32 48 RMG48 380 50.80 100 164 1 3/4 X 2-1/2 110 02007 Sigma Corporation,All Rights Reserved 10 CMJ/4-07 www.sigmaco.com i The Total SIGMA Line Card Mechanical Joint Fittings* PV-LOKTM (Serration Type Restraints) •Compact,DI,2"-48"(AWWA C153) PVM Series: Pipe to MJ Bells • Full Body,DI,3"-48"(AWWA C110) • 4" -48"Restraints for PVC Pipe with DI Pipe OD Push-On Fittings* • 2" - 12"Restraints for PVC Pipe with Steel Pipe OD i •Compact DI,4"-24"(AWWA C153),TYTONO Joint PVP*Series: Spigot PVC Pipe to PVC Pipe Bells • Full Body,CVDI,4"-24"(AWWA C110) • 4" -48"Restraints for PVC with DI Pipe OD • 2" - 12"Restraints for PVC Pipe with Steel Pipe OD k' Flanged Fittings PVPF Series: Pipe to PVC Pressure Fittings • DI Fittings 2" -54"(AWWA C110) • 4" -48"Restraints for PVC Pipe with DI Pipe OD • Cl Fittings 3" - 12"(AWWA C110) • 4" -8"Restraints for PVC with Steel Pipe OD *Also for use with DI pipe in 4"-16"range *Sizes 3-24 Available with AWWA C116 Fusion Bonded Epoxy II Fittings Products sizes 4-48"available with PROTECTO 4010 Ceramic ONE-LOKTM (Wedge-Action Type Restraints) Epoxy Lining for wastewater applications SLD Series: DI Pipe to MJ Bells Mechanical Joint Accessories • 3" -48"Restraints for DI Pipe ' • Gland Packs • T Bolts&nuts • 4" - 12"20"Available for Large Size Cl Pipe OD(SLDM) • Valve Packs • BLUE T Bolts&Nuts • 4" - 12"Split Restraints(SSLD) • Bolt Packs • 4" -24"Harness Restraint for DI pipe joints(SLDH) Retainer Glands with Set Screws 3" 48" Flange Adapters(ZIP FLANGE®):4"-48" SLC Series: PVC Pipe to MJ Bells OMNI-SLEEVE'm(all-in-one patented wall sleeve) • 4" - 36"Restraints for PVC Pipe with DI Pipe OD Threaded Flanges&Flange Adapters • 3"-54"(for DI Pipe Fabrication) • 4" - 12" Restraints for PVC Pipe with Steel Pipe OD {: • Drilled and Tapped Flanges • Anchor Ib Drilled Flanges *3"-24"restraints are available in loose or packaged with MJ gasket • Anchor Flanges ( • MJ Bell Adapters-Threaded Bell+PE Adapter and T-head bolts&nuts. 30"-48"available as a package only. Municipal Construction Castings Extended Products • Valve Boxes&Service Boxes, risers and extensions • Tie-Rod Accessories • Flange Accessory Kits • Service Boxes&Curb Boxes -Duc lugs • Pipe Lubricant • Meter Boxes&Lids -Threaded Rods • Hydraulic Cement • Manhole Covers,Grates,&Frames, Risers Rings -Eye Bolts • Tracer Wire • Ornamental&Architectural Castings -Pipe Hangers and Clamps • Detectable Tape wwwasigmaco.com Cream Ridge, NJ Houston, TX Alexander City, AL Ontario, CA Sauk Village, IL (800)-999-2550 (800)-999-0109 (800)-824-4513 (800)-688-6230 (888)-999-0420 crm-sales@sigmaco.com htn-sales@sigmaco.com rps-sales@sigmaco.com ont-sales@sigmaco.com chi-sales@sigmaco.com New York Texas Florida California Illinois New Jersey Louisiana Alabama Arizona Indiana Maryland Arkansas Georgia Colorado Wisconsin Delaware Missouri North Carolina Alaska, Hawaii Michigan Virginia Kansas South Carolina Idaho, Utah Minnesota New England New Mexico Tennessee Nevada North Dakota Eastern Canada Nebraska Mlssissippi Washington South Dakota Pennsylvania Oklahoma Oregon, Wyoming Ohio Iowa Montana Kentucky Puerto Rico Western Canada West Virgina @2007 Sigma Corporation,All Rights Reserved Series SLDE for Ductile Iron Pipe .r A t. P ttI<E P. L LLLL�4 .3 S L igma Corporation 700 Goldman Drive PO Box 300 Cream Ridge, NJ 08514 (800) 999-2550 www.sigmaco.com i I The SIGMA ONE-LOK7m Series SLDE is a mechanical joint restraining gland that implements a series of individually activated wedges into the mechanical joint follower gland. When the wedge segment is engaged by the actuating bolt, the primary contact edges of each wedge segment lock onto the pipe wall. This action causes the primary contact edges to grip the pipe and effectively restrain all classifications of ductile iron pipe. ONE-LOK SLDE's precision contoured wedges provide proper contact and support of the ductile iron pipe wall. Each wedge is manufactured with an elongated contour that evenly matches the outside circumference of each nominal diameter of ductile iron pipe. This elongated contour also eliminates the concern of damage to both the pipe wall and the interior cement mortar lining caused by point loading, even on the thinner pressure classes of ductile iron pipe. ONE-1-011 SLDE's wedge actuating bolt provides the installer with a visual torque indicator. The breakawaytop ensures proper engagement of the wedge segment at the time of installation. Unlike other actuating bolts,the ONE-LOK SLIDE is manufactured with a proprietary quality control system that ensures n the breakaway tops will activate at the correct torque. The breakaway top is k Q�TN sized to match the same dimensions of the bolts and nuts used to assemble the mechanical jointfittingand follower gland,eliminating the need for special installation tools. Once engaged, the actuating bolt leaves a residual hex- head shank, allowing post-installation disassembly of the restrained joint, if necessary. ONE-LOK SLDE's unique wedge segment and actuating bolt design allows the k two components to interface using a cam action principle,allowing the wedge segments to rock and increase their grip on the pipe wall as thrust on the assembledjoint increases. This also allows improved resistance to subsidence, seismicforces,and other movement within the maximum deflection limitations of the mechanical joint under applicable AWWA standards. 3 Y { 2 ©2011 Sigma Corporation,All Rights Reserved s a" .tilaacoxoi i n Dimensions in Inches, Weights in Pounds i Size Item# Wt Pipe Dimensions Bolts and Inserts (lbs) OD C F D T P* B J K2 No.I Size Torque r 3 SLDE3 5.5 3.96 4.84 4.16 1.58 0.551 9.40 0.750 6.19 7.69 2 7/8 80-90 4 SLDE4 6.5 4.80 5.92 5.00 1.58 0.55 10.24 0.875 7.50 9.12 2 7/8 80-90 "S GMA 6 SLDE6 10.0 6.90 8.02 7.10 1.58 0.60 12.34 0.875 9.50 11.12 3 7/8 80-90 8 SLDE8 14.5 9.05 10.17 9.25 1.63 0.75 14.32 0.875 11.75 13.37 4 7/8 80-90 10 SLDE10 23.0 11.10 1 12.22 11.30 1.58 0.85 16.54 0.875 14.00 15.62 6 7/8 80-90 12 SLDE12 29.0 13.20 14.32 13.40 1.58 0.85 18.80 0.875 16.25 17.88 1 8 7/8 80-90 I' 14 SLDE14 39.6 15.30 16.40 15.55 1.58 1.13 21.20 0.875 18.75 20.25 10 7/8 80-90 16 SLDE16 49.7 17.40 18.50 1254 1.77 1.21 23.74 0.875 21.00 22.50 12 7/8 80-90 18 SLDE18 60.3 19.50 20.60 19.64 1.77 1.25 25.84 0.875 23.25 24.75 12 7/8 80-90 20 SLDE201 69.0 21.60 22.70 21.74 1.87 1.25 27.94 0.875 25.50 27.00 14 7/8 1 80-90 24 SLDE241 103.7 125.80 26.88 25.95 1.92 1.47 32.14 0.875 130.00 31.50 16 7/8 80-90 30* SLDE30 158.7 32.00 33.29 32.17 d3.56 E2.2 ' 5 1.125 36.88 39.12 20 1 100-120 36* SLDE36 234.5 38.30 39.59 38.47 1.125 43.75 46.00 24 1 ua12o 42* SLDE42 336.8 44.50 45.79 44.67 1.38 50.62 53.38 28 11/4110120 48* SLDE48 443.8 50.80 52.09 50.97 1.38 5Z5 60.26 32 11/4 110-120 ONE-LOK SLDE was previously referred to as model SLD i S TM --;�- - e rQJ2 LISTED �k a 0.- --� F C P FM SECTION B-B SECTION A-A APPROVED *Product is provided with SIGMASEAL'I improved mechanical joint gasket. Sizes 3"-16"are pressure rated and UL listed for 350 psi on DI pipe and 250 psi sizes 18"-36". Sizes 42"and 48"are pressure rated at 250 psi. Sizes 4"-12"are FM approved for 175 psi on DI pipe. i Sample Specification: Restraint for standard mechanical joint fittings shall be incorporated in the design of the follower gland and shall utilize multiple wedge segments that act against the pipe, increasing their resistance as the line pressure increases.The assembled joint shall maintain the maximum flexibility and deflection of all nominal pipe sizes after burial. Restraining gland, wedge segments,and actuating bolts shall be manufactured of high strength ductile iron conforming to the g requirements of ASTM A536,Grade 65-45-12.Wedge segments shall be heattreated to a hardness of 370 BHN minimum.Dimensions shall be compatible with standardized mechanical joints conforming to the requirements AWWA C111/ANSI A21.11 and AWWA C153/ANSI 21.53 through 24" (latest z revision).Breakaway tops shall be incorporated in the design of the actuating bolts to visually ensure proper torque. The manufacturing of the actuating bolt must incorporate a quality control procedure that is deemed acceptable by the specifier and positively assures precise and consistent operating torque of the breakaway top. The mechanical joint restraining devices shall have a working pressure y rating of 350psi(250psi for sizes 18-48")minimum and provide no less than a safety factor of 2:1. Restraint shall be UL Listed and FM approved in applicable sizes.Restraining device shall be SIGMA g ONE-LOKTm or approved equal. ©2011 Sigma Corporation,All Rights Reserved 3 SLDE/2-11 wwwsigmaco.com a A Installation Instructions Note:This product is designed for use on ductile iron pipe.Contact SIGMA for use on plain end fittings. 3 1. Clean fitting socket and pipe end. Lubricate gasket and pipe end F with soapy water (or approved pipe lubricant meeting AWWA C111). Install ONE-LOKTm restrainer on the pipe with the lip extension facing the pipe end, followed by the gasket, tapered side toward end of pipe. I i NOTE: SIGMASEAL Gasket is recommended for ONE-LOK 30-48". When AIL installing SIGMASEAL gasket, the tapered edges of the gasket must face i away from the pipe wall. 2. Insert pipe into fitting outlet and seat the gasket firmly and evenly into the gasket cavity. Maintain a straight joint during assembly. 3.Push the ONE-LOK gland toward the fittingand center it around the pipe with the lip evenly against the gasket.Insert the T-bolts and hand tighten the nuts.If deflection is required,make upafterjointassembly butbeforetighten i ngT-bolts. 4.Tighten T-bolts in an alternating manner maintaining an even gap between the gland and the fitting face at all points around the socket.Repeat until all the T-bolts are within the recommended torque value of AWWA C111/C600. 5. Following proper assembly of the mechanical joint, hand tighten actuating bolts until all wedges until complete contact is made with the pipe. 6.Tighten each actuating bolt in a clockwise direction,alternating between the bolts in a star pattern, until all the break-off tops have been removed. Never tighten a wedge bolt more than 180 degrees before moving to the u next bolt. www■sigmaco■com i Cream Ridge, NJ Houston, TX Alexander City, AL Ontario, CA Sauk Village, IL Y (800)-999-2550 (800)-999-0109 (800)-824-4513 (800)-688-6230 (888)-999-0420 € crm-sales@sigmaco.com htn-sales@sigmaco.com rps-sales@sigmaco.com ont-sales@sigmaco.com chi-sales@sigmaco.com New York Texas Alabama California Illinois New Jersey Louisiana Florida Arizona Indiana Maryland Arkansas Georgia Colorado Wisconsin Delaware Missouri North Carolina Alaska, Hawaii Michigan irginia Kansas South Carolina Idaho, Utah Minnesota New England New Mexico Tennessee Nevada North Dakota Eastern Canada Nebraska Mississippi Washington South Dakota Pennsylvania Oklahoma Oregon, Wyoming Ohio Iowa Montana Kentucky Puerto Rico Western Canada West Virgina 0NE-LDKSLDE for Ducts Ie_ Iron p_ e 02011 Sigma Corporation,All Rights Reserved f www.sigmaco.com ':IGMA Will I • • , F F t F i t S C i f k e i t I� t�' E S F' i i f F. t 3 • i t• • i r��L lR1�tf IF•1�� F t: 02011 Sigma Corporation,All Rights Reserved 1 www.sigmaco.com .@SIGMA ' , kk..i�'SY. 1XI The SIGMA ONE-LOKTm Series SLCE is a mechanical joint restraining gland that implements a series of individually activated wedges into the mechanical joint follower f gland. When the wedge segment is engaged by the actuating bolt,the primary contact edges of each wedge a segment lock onto the pipe wall. This action causes the primary contact edges to grip the pipe and effectively restrain all classifications of both AWWA C900/C905 and ASTM D2241 IPS size PVC pipe. ONE-LOK SLCE's precision contoured wedges provide r proper contact and support of the PVC pipe wall. Each wedge is manufactured with an elongated contour that evenly matches the outside circumference of each nominal diameter of PVC pipe. ONE-LOK SLCE's wedge actuating bolt provides ` the installer with two visual torque indicators. The breakaway top and secondary shoulder stop ensure proper engagement of the wedge segment at the time of installation. Unlike other actuating bolts, the ONE-LOK /'Break Away ° TM SLCE is manufactured with a proprietary quality control `\ Top sole system that ensures the breakaway tops will activate at (2) the correct torque. The breakaway top is sized to match Lug stem the same dimensions of the bolts and nuts used to 1=2shoulder Stop assemble the mechanical joint fitting and follower gland, !3 a eliminating the need for special installation tools. Once Ass spacer engaged, the actuating bolt leaves a residual hex-head shank, allowing post-installation disassembly of the restrained joint, if necessary. a ONE-LOK SLCE also features a non-corrosive, two- piece ABS plastic spacer that is removed when using the product to restrain IPS sized pipes meeting ASTM D2241. The two-piece design of this spacer allows i it to be removed without requiring disassembly of the product. When the ONE-LOK SLCE is used to restrain pipes meeting AWWA C900, the spacer is left intact on the actuating bolt. ONE-LOK SLCE's unique wedge segment and actuating bolt design allows the two components to interface using a cam action principle,allowing the wedge segments to rock and increase their grip on the pipe wall as thrust on the assembled joint increases. This also allows improved resistance to subsidence, seismic forces, and other movement within the maximum deflection limitations of the mechanical joint under applicable AWWA standards. k; 2 ©2011 Sigma Corporation,All Rights Reserved ' www.sigmaco.com MA Dimensions in Inches, Weights in Pounds Weight PVC IPS Dimensions Bolts and Inserts Size Item# Pipe Pipe (lbs) DI OD OD C F K2 Tp P* X 1 No Size Torque i 3 SLCE3 6.21 3.50 4.76 3.601 7.69 0.60 9.42 18.50 0.750 6.14 2 7/8 45-55 4 SLCE4 6.78 4.80 4.50 5.92 4.901 7.92 0.60 10.22 9.30 0.875 7.50 2 7/8 50-60 6 SLCE6 10.28 6.90 6.63 8.01 7.00 10.00 0.60 12.87 11.95 0.875 9.50 3 7/8 50-60 8 SLCE8 14.48 9.05 8.63 10.17 9.15 12.18 0.75 14.37 13.45 0.875 1L75 4 7/8,50-60 10 SLCE10 21.40 11-10 10.75 12.22 11.20 14.60 0.85 16.68 15.76 0.875 14.00 6 7/8 50-60 12 SLCE12 26.96 13.20 12.75 14.32 13.30 16.64 0.85 18.58 17.66 0.875 16.25 8 7/8 50-60 14 SLCE14 33.67 15.30 16.40 15.44 20.25 1.20 21.68 19.98 0.875 18.75 10 7/8 55-65 16 SLCE16 41.67 17.40 118.50 17.54 22.45 1.21 23.65 21.95 0.875 21.00 12 7/8 55-65 1 18 SLCE18 49.50 19.50 120.60 19.64 24.75 1.25 25.79 24.09 0.875 23.25 12 7/8 55-65 ) 20 SLCE20 6117 21.60 122.70 21.74 27.00 1.34 28.16 26.46 0.875 25.50 14 7/8 55-65 i 24 SLCE24 79.33 25.80 26.90 25.94 31.50 1.46 32.70 31.00 0.875 30.00 16 7/8 55-65 30 SLCE30 198.00 32.00 33.29 32.17 38.42 2.00 41.92 39.92 1.125 36.88 20 1.00 65-75 1 36 SLCE36 248.00 38.30 39.59 38.47 46.00 2.00 48.78 46.78 1.125 43.75 24 1.00 65-75 ONE-LOK SLCE was previously referred to as model SLC '! a --' I IB B K2 J }� F C P fi SECTION B-B SECTION A-A Sizes 4" - 12" are FM approved for 150 psi on AWWA C900 FM pipe and have been tested in accordance with ASTM F1674. 3-12"pressure rated at 200psi working pressure 14-24"pressure rated at 235psi working pressure APPROVED30-36"pressure rated at 165psi working pressure x E Sample Specification:Restraint for standard mechanical joint fittings shall be incorporated in the design of the follower gland and shall utilize multiple wedge segments that act against the pipe,increasing their resistance as the line pressure increases.The assembled joint shall maintain the maximum flexibility and deflection of all nominal pipe sizes after burial. Restraining gland, wedge segments, and actuating bolts shall be manufactured of high strength ductile iron conforming to the requirements of ASTM A536,Grade 65-45-12. I Dimensions shall be compatible with standardized mechanical joints conforming to the requirements AWWA C111/ANSI A21.11 and AWWA C153/ANSI 21.53 through 24"(latest revision).Breakawaytops shall be incorporated in the design of the actuating bolts to visually z' ensure proper torque. The manufacturing of the actuating bolt must incorporate a quality control procedure that is deemed acceptable by the specifier and positively assures precise `' and consistent operating torque of the breakaway top. The mechanical joint restraining devices shall have a working pressure rating of 200psi(235psi for sizes 14-36")minimum £ and provide no less than a safety factor of 2:1.Restraint shall be FM approved in applicable sizes.Restraining device shall be SIGMA ONE-LOKTM'or approved equal. ©2011 Sigma Corporation,All Rights Reserved 3 SLCE/2-11 www.sigmaco.com Installation Instructions Note:This product is not designed to be used on plain end fittings. 1. Clean fitting socket and pipe end. Lubricate gasket and pipe end with soapy water (or approved pipe lubricant meeting AWWA C111). Install ONELOKrMrestrainer on the pipe with the lip extension facing the pipe end, followed by the gasket, tapered side toward end of `. pipe. Insert pipe into fitting outlet and seat the gasket firmly and h� -4 evenly into the gasket cavity. Maintain a straight joint during assembly. errs NOTE: SIGMASEAL Gasket is recommended for ONE-LOK 30-48". When installing SIGMASEAL gasket, the tapered edges of the gasket must face away from the pipe wall. 2.Push the ONE-LOK gland toward the fittingand center it around the pipe with e ' � Y _`.- R the lip evenly againstthe gasket.Insert the T-bolts;and hand-tighten the nuts.If4��, deflection is required,make upafterjointassembly but beforetighteni ngT-bolts. '- 3.Tighten T-bolts in an alternating manner maintaining an even gap between x, x the gland and the fitting face at all points around the socket.Repeat until all ' 11 the T-bolts are within the recommended torque value of AWWA C111/C600. _ �,•.� 4. For installation on IPS O.D. PVC Pipe, twist, break, and remove the ,z t ABS spacers from the actuating bolts. DO NOT REMOVE SPACERS when installing product on C900 PVC. Hand tighten all actuating bolt until complete contact of all wedge sgements is made with the pipe. x 5.Tighten each actuating in a clockwise direction,alternating between the w bolts in a star pattern until all the break-off tops have been removed.Never tighten an actuating bolt more than 180 degrees before moving to the next www.sigmaco■com bolt. Cream Ridge, NJ Houston, TX Alexander City,AL Ontario, CA Sauk Village, IL (800)-999-2550 (800)-999-0109 (800)-824-4513 (800)-688-6230 (888)-999-0420 rm-sales@sigmaco.com htn-sales@sigmaco.com rps-sales@sigmaco.com ont-sales@sigmaco.com chi-sales@sigmaco.com New York Texas Alabama California Illinois New Jersey Louisiana Florida Arizona Indiana Maryland Arkansas Georgia Colorado Wisconsin Delaware Missouri North Carolina Alaska, Hawaii Michigan Virginia Kansas South Carolina Idaho, Utah Minnesota New England New Mexico Tennessee Nevada North Dakota Eastern Canada Nebraska Mississippi Washington South Dakota Pennsylvania Oklahoma Oregon, Wyoming Ohio Iowa Montana Kentucky Puerto Rico Western Canada West Virgina ■ r ON E-LaK SLCE for Pvc.. P e _ 4 ©2011 Sigma Corporation,All Rights Reserved SOLICITATION NUMBER 11-014 SPECIFICATION NUMBER 11-070 DATED:AUGUST 2011 CITY OF ROUND ROCK INVITATION FOR BID REPAIR AND MAINTENANCE PARTS FOR WATER AND WASTEWATER LINES PART 3 GENERAL i K 1. PURPOSE: The City of Round Rock, herein after"City", seeks an agreement with a qualified Individual, Firm, or Corporation, hereafter referred to as"Respondent", to provide repair and maintenance parts for municipal water and wastewater lines on an"as needed"basis. Parts include but are not limited to pipe, pipe fittings,fire hydrants, plumbing supplies and plumbing equipment. ti 2. DEFINITIONS,TERMS AND CONDITIONS: By submitting a response to this solicitation, the k Respondent agrees that the City's standard Definitions,Terms and Conditions shall govern unless specifically provided otherwise in a separate agreement or on the face of a purchase order. Said Definitions, Terms and Conditions are subject to change without notice. It is the sole responsibility of respondents to stay apprised of changes. The City's Definitions,Terms and Conditions can be obtained from the City's website http://www.roundrocktexas.gov/homerindex.asp?paqe=463. 3. INSURANCE: The Respondent shall meet or exceed ALL insurance requirements set forth by the Insurance Requirements as identified on the City's website at http://www.roundrocktexas.gov/home/index asp?page=463. 4. CLARIFICATION: For questions or clarification of specifications,you may contact: Joy Baggett Purchasing Department City of Round Rock Telephone: 512-218-6682 r' ibaggett0i)-round-rockAx.us The individual listed above may be contacted by telephone or visited for clarification of the specifications only. No authority is intended or implied that specifications may be amended or ' alterations accepted prior to solicitation opening without written approval of the City of Round Rock through the Purchasing Division. W 5. QUALIFICATIONS: The opening of a response shall not be construed as the City's acceptance of such as qualified and responsive. All Respondents shall: r 5.1. Be firms, corporations, individuals or partnerships normally engaged in the sale and distribution of commodity or provision of the services as specified herein. s' 5.2. Have adequate organization,facilities, equipment and personnel to ensure prompt and efficient service to the City. 5.3. Identify any subcontractors to be used for this project. Experience, qualifications and r' references of the subcontractors shall be submitted. The City reserves the right to approve or disapprove all subcontractors prior to any work being performed. 5.4. Respondent shall employ a minimum of two qualified technicians. Service technicians shall be fully qualified to work on the listed equipment and employed by the successful respondent on the effective date of the agreement. Respondent shall verify that service personnel.have 1 of 11 t SOLICITATION NUMBER 11-014 SPECIFICATION NUMBER 11-670 DATED:AUGUST 2011 had training with a minimum of one year of"hands on"experience working on the listed equipment. 5.5. Provide the name, address,telephone number and E-MAIL of at least three(3)firms applicable to Municipal and/or Government projects that have utilized similar service for at least(two)2 years. City of Round Rock references are not applicable. References may be checked prior to award. Any negative responses received may result in disqualification of submittal. NOTE: REFERENCE FORM (ATTACHMENT A) PROVIDED. E-MAIL ADDRESSES ARE REQUIRED. 6. BEST VALUE EVALUATION AND CRITERIA: All responses received may be evaluated based on { the best value for the City. In determining best value,the City may consider: 6.1. Purchase price and terms; 6.2. Reputation of Respondent and of Respondent's goods and services; 6.3. Experience, qualifications and quality of the Respondent's goods and services; 6.4. The extent to which the goods and services meet the City's needs; 6.5. Respondent's past relationship with the City; 6.6. The total long-term cost to the City to acquire the Respondent's goods or services; 6.7. Any relevant criteria specifically listed in the solicitation. 7. AGREEMENT AND TERMS: The terms of the awarded agreement shall: 7.1. The initial term of the resulting agreement shall be three(3)consecutive twelve(12) month periods from the effective date. The agreement may be renewed for two(2)additional periods of time, not to exceed twelve(12)months each, provided both parties agree in writing prior to the expiration of the current term. 7.2. The City reserves the right to review the respondents'performance at the end of each twelve (12)month period and cancel all or part of the agreement(s)or continue the agreement(s) k through the next period. 7.3. If the respondent fails to perform its duties in a reasonable and competent manner,the City shall give written notice the respondent of the deficiencies and the respondent shall have thirty(30)days to correct such deficiencies. If the respondent fails to correct the deficiencies with the thirty(30)days,the City may terminate the agreement by giving the respondent written notice of termination and the reason for the termination. 7.4. If the agreement is terminated,for any reason,the respondent shall turn over all records,to include but not be limited to the following: records of repairs, services, deliveries, and replacement parts,to the City within fifteen(15)working days after completion of duties contained in the agreement. 7.5. The City may, at its discretion award primary, secondary and tertiary agreements to provide s for timely delivery of required parts. 8. PRICE INCREASE OR DECREASE:A price increase or decrease to the agreement may be considered based on the following: 8.1. The City may permit"unit price"adjustments upwardly or downwardly not to exceed 5%per year of the original unit price. Unit prices may be adjusted for each renewal period and extension period in accordance with an agreement. 8.2. Price increase cannot exceed 25%for the total per item cost and term of the agreement. 8.3. PROCEDURE TO REQUEST INCREASE OR OFFER DECREASE. G: 3 2of11 d SOLICITATION NUMBER 11-014 SPECIFICATION NUMBER 11-670 DATED:AUGUST 2011 8.3.1. Mail the price increase request to the designated City Contract Specialist a minimum of 120 days prior to each renewal period. Vendor shall supply supporting documentation as justification for each request. 8.3.2. Upon receipt of the request,the City reserves the right to accept the escalation and make change to the agreement within 30 days of the request, negotiate with the vendor or cancel the purchase order if an agreement cannot be reached on the value of the increase. 9. AWARD: The City reserves the right to accept or reject all or part of a response,waive minor t technicalities and award the response to best serve the interests of the City. Split awards or non- award may be made at the sole discretion of the City. Award announcement will be made upon City Council approval of staff recommendation and executed agreement. Award announcement will appear on the City's website at http://www.roundrocktexas-gov/home/index asp?page=462. PART II SCHEDULE 1. SOLICITATION SCHEDULE: It is the City's intention to comply with the following solicitation timeline: 1.1. Solicitation released August 26,2011 1.2. Pre-Solicitation Meeting (Non-Mandatory) September 13,2011 2:00 PM WLM and WWLM Warehouse 910 Luther Peterson Place Round Rock,TX 78665 1.3. Deadline for alternate equivalent product specification submission September 16,2011 1.4. City responses to alternate product requests September 21,2011 1.5. Deadline for questions September 23,2011 f: 1.6. City response to all questions or addendums September 30,2011 1.7. Responses for solicitation due by 3:00 p.m. October 11,2011 ' 1.8. Site visit to Respondent location (if necessary) November The City reserves the right to modify these dates. Notice of date change will be posted to the City website. 2 RESPONSE DUE DATE: Signed and sealed responses are due no later than 3:00 P.M.,on the date noted above to the Purchasing Department. Mail or carry sealed responses to: City of Round Rock Purchasing Department 221 E.Main Street Round Rock,Texas 78664-5299 2.1. Responses received after this time and date will not be considered. 2.2. Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title, number, due date and "DO NOT OPEN". 2.3. Facsimile or electronically transmitted responses are not acceptable. l 3of11 SOLICITATION NUMBER 1"14 SPECIFICATION NUMBER 11-670 DATED:AUGUST 2011 2.4. Late responses will be returned to Respondent unopened if return address is provided. 2.5. Bids will not be read aloud due to the volume of items. Responses will be tabulated and posted to the City's website at hftp://www.roundrocktexas.gov/home/index.asp?paqe=462. 3. PRE-SOLICITATION MEETING: The City will conduct a pre-solicitation meeting to allow Respondents an opportunity to ask questions they may have concerning the solicitation. 3.1. Meeting date,time and location: September 13,20112:00 PM WLM and WWLM Warehouse 901 Luther Peterson Place Round Rock,TX 78665 i Attendance by teleconferencing is available by calling the number below at the appointed meeting time CST: 661-673-8600 Access Code: 329457# 4. POST AWARD MEETING: The City and Respondent shall have a post award meeting to discuss, but not be limited to the following: 4.1. Schedule preventative maintenance quarterly service time frames. 4.2. Schedule annual maintenance and load test service time frames. 4.3. Provide City contact(s) information. 4.4. Agreement terms, renewals, and extensions. PART III i SPECIFICATIONS 1. SCOPE OF WORK: To provide repair and maintenance parts for municipal water and wastewater lines on an"as needed"basis. Parts include but are not limited to pipe, pipe fittings,fire hydrants, t plumbing supplies and plumbing equipment. 2. PRODUCT STANDARDS: Any product line shown is listed to indicate type, class and minimum r' critical requirements of the product desired. Product lines shown are readily easy to obtain or easily interchangeable. Respondents are cautioned that any material specified or delivered which =' does,not meet specifications in every aspect will not be accepted. 2.1. The repair products and items currently in use by the City include: ' 2.1.1. Smith-Blair 2.1.2. Romac 2.1.3. Ford 2.1.4. JCM { 9 C tl 4of11 SOLICITATION NUMBER 1"14 SPECIFICATION NUMBER 11-&70 DATED:AUGUST 2011 2.2. The fire hydrant products and items currently in use by the City include: 2.2.1. Clow 2.2.2. American Darling 2.2.3. Mueller A City fire hydrant assembly detail drawing is herein made a part of this solicitation as i ATTACHMENT B. � i 3. ALTERNATE EQUIVALENT PRODUCTS: Alternate equivalent products may be considered with written approval of such by the City. 3.1. Respondent shall submit, at their own expense,a product specification sheet for the product line and items prior to submitting a bid no later than September 16,2011. Respondent's reply e-mail shall be included with the submission as the City's written approval or denial shall be sent to that address. Failure to submit an e-mail address may result in disqualification of submittal. Said product sheet(s)can be mailed or e-mailed to: Joy Baggett Purchasing Department City of Round Rock 221 East Main Street Round Rock,Texas 78664 Telephone: 512-218-6682 ibaggeffOround-rock.tx.us f i 3.2. Written approval or denial of alternate equivalent products shall be sent to Respondent's to the e-mail provided with the submission no later than September 21,2011. 3.3. Product approval notification from the City shall be submitted with response. Failure to submit product specifications for approval and/or submit proof of approval from the City may disqualify a response for consideration for award. 4. PRODUCT DOCUMENTATION: The Respondent shall maintain necessary technical documentation pertaining to specified parts for each order placed throughout the term of an agreement and extension periods. Product information sheets shall be submitted with solicitation response. Failure to submit product sheets for specified items may result in in disqualification of response. 5. ACCEPTANCE: Acceptance inspection should not take more than five(5)working days.The vendor will be notified within this time frame if the unit delivered is not in full compliance with the specifications. If any purchase order is canceled for a unit for non-acceptance,the needed equipment may be purchased elsewhere and the vendor may be charged full increase, if any, in cost and handling. . EMERGENCY SERVICE: The successful Respondent shall maintain a local twenty-four(24)hour emergency order and delivery service. Trained Respondent personnel shall be on-site within two (2) hours of emergency notification from the City and shall fulfill emergency part orders within two (2)hours of site visit. Emergency items shall be delivered to the City on the same day OR be available for City staff to pick-up same day. Driving distance from the City to Respondent's parts facility shall not exceed 100 miles. City may purchase emergency part from any vendor source necessary should successful respondent not be able to fulfill order as specified. 7. CONSULTATION: Respondent personnel shall be knowledgeable in the field of municipal waterline and wastewater line repair and able to provide analysis and consultation on repair as needed. 8. GOODS: The goods furnished under this specification shall be the latest improved model in current production, as offered to commercial trade, and shall be of quality workmanship and material. i 5of11 SOLICITATION NUMBER 11-014 SPECIFICATION NUMBER 11-670 DATED:AUGUST 2011 USED, SHOPWORN, DEMONSTRATOR, PROTOTYPE, AFTER MARKET OR DISCONTINUED MODELS ARE NOT ACCEPTABLE. 9. ORDER QUANTITY:The quantities shown on the solicitation are estimates only. No guarantee of any minimum or maximum purchase is made or implied. The City will only order the products or services needed to satisfy operating requirements within budgetary constraints,which maybe more or less than indicated. 10. CUSTOMIZED ORDERS: If price point mandates,the City shall bid and order, under separate solicitation, all custom ordered pieces on an as needed basis. This solicitation does not include customized part orders. 11. FREIGHT: Price shall include FOB destination,pre-paid and allowed unless otherwise specified in writing. The Respondent's price shall be deemed inclusive of delivery and transportation charges. No fuel surcharges shall be allowed. 12. DELIVERY: Non-emergency items shall be delivered to City within 4 weeks of order being placed. Driving distance from the City to Respondent's parts facility shall not exceed 100 miles. 13. WARRANTY:The goods specified shall be warranted against defects in material and workmanship for a period of not less than twelve (12)months beginning with the date of acceptance. If the manufacturer's standard warranty exceeds twelve(12)months,then the manufacturer's standard warranty shall be in effect.The successful Respondent shall furnish a copy of the manufacturer's warranty at time of delivery. SUBMISSION.REQUIREMENTS: Respondent shall submit one(1)original signed paper copy and three(3)copies, clearly identified as"copies"of its Proposal. F In addition,the Respondent shall submit one(1)CD or USB Flash Drive, each containing a complete copy of response in PDF format, if required in the solicitation,the catalog pricing in an Excel spreadsheet.A complete copy of the response includes all documents required by this solicitation.The CD or USB Flash Drive should be clearly labeled with the solicitation name, number and name of Respondent. j. If supplemental materials are included with the response, each CD/USB must include such supplemental materials. The Response and accompanying documentation are the property of the City and will not be returned. Completed documentation shall include: 14.1. Itemized, Signed Bid Sheet 14.2. Product Information Sheets >' 14.3. City's written approval of product specified if other than that listed 14.4. Warranty Information 14.5. Experience of the Respondent's personnel 14.6. Three (3) client references that utilize like products or services. References to include Business Name, Contact Name,Address,Telephone, and e-mail. Failure to provide reference information may result in disqualification.A reference form is contained as a part of this submittal package. 14.7. Exception to specifications 6of11 SOLICITATION NUMBER 11-014 SPECIFICATION NUMBER 11-670 DATED:AUGUST 2011 15. RIGHT OF INSPECTION: The City reserves the right to inspect respondent's physical facilities prior to award to satisfy questions regarding respondent's capability to perform services and fumish goods. The respondent shall provide without charge, all information and data for this purpose with 24-hour notice from City. Said inspections shall only take place during normal business hours, 8:OOAM-5:00 PM Monday through Friday. 16. NON-APPROPRIATION:The resulting Agreement is a commitment of the City's current revenues only. It is understood and agreed the City shall have the right to terminate the Agreement at the end of any City fiscal year if the governing body of the City does not appropriate funds sufficient to purchase the estimated yearly quantities, as determined by the City's budget for the fiscal year in question. The City may affect such termination by giving Vendor a written notice of termination at the end of its then current fiscal year. 17. INTERLOCAL COOPERATIVE CONTRACTING(PIGGYBACK): Other governmental entities may be extended the opportunity to purchase off of the City's Agreements,with the consent and agreement of the awarded vendor(s)and the City. Such consent and agreement shall be conclusively inferred from lack of exception to this clause in a Respondent's submittal. However,all parties indicate their understanding and hereby expressly agree that the City is not an agent of, partner to,or representative of those outside agencies or entities and that the City is not obligated or liable for any action or debts that may arise out of such independently-negotiated"piggyback" procurements. 18. PROMPT PAYMENT POLICY: Payments will be made in accordance with the Texas Prompt Payment Law, Texas Government Code, Subtitle F, Chapter 2251. The City will pay Vendor within thirty days after the acceptance of the supplies, materials, equipment,or the day on which the performance of services was completed or the day, on which the City receives a correct invoice for the supplies, materials, equipment or services, whichever is later. The Vendor may charge a late fee(fee shall not be greater than that which is permitted by Texas law)for payments not made in accordance with this prompt payment policy; however,this policy does not apply to payments made by the City in the event: 18.1. There is a bona fide dispute between the City and Vendor concerning the supplies, materials, services or equipment delivered or the services performed that causes the payment to be late;or 18.2. The terms of a federal agreement, grant, regulation, or statute prevent the City from making a timely payment with Federal Funds;or 18.3. There is a bona fide dispute between the Vendor and a subcontractor or between a t subcontractor and its suppliers concerning supplies, material, or equipment delivered or E the services performed which caused the payment to be late; or 18.4. The invoice is not mailed to the City in strict accordance with instructions, if any, on the purchase order or agreement or other such contractual agreement. ?' b i 7of11 '' ATTACHMENT B Q 9.' 'TYPICAL WATERMAIN ASSIGNMENT 3 2-2>Jr, DIA. Eli I CONNECTIONS; 1 (SEE„NOTE #1.) MAY VARY 60 MAX LENGTH OF FIRE HYDRANT TO, { RE SET PLUMB FIRE HYDRANT ASSEMBLY 13 t Imo. CONNECTION 1 (SEE. NOTE:#1): CONCRETE AROUND VALVE CAN .UD (SEE VALVE 'BOX I ASSEMBLY DETAIL CONCRETE CURB 18' MIN- DRAWING NO. Wf-06) ! 4" WEARING SURFACE 2' MIN. 6 MAX. I } I CITY,OF ROUND ROCK s 1 8" MJ x STANDARD VALVE BOX: SEE CONCRETE.BLOCKING:WITH A. I m �� VALVE. SEPARATE ASSEMBLY DETAIL). I MIN 1_h w.FT.BEARING (SEE"NOTE #2) AREA CLAS."d" CONCRETE i s> DO:.N.OT BLOCK DRAIN :.HOLES. g DUCTIC w IRON PIPE — 4"02 x12' CONCRETE: e Ip BLOCK' CLASS "A' CONCRETE MAIN UNE :SIZE a TEE; (SEE NOTE.:#2) n THRUST BLOCKING REQUIRED FOR CRUSHED STONE OR GRAVEL SHALL PIPE SIZE AND SOIL CONDITION BE PLACED 'AROUND THE 'BOMM_.OF THEHYDRAM 17011, jU$' OF AT LEW. ' 12`,AND EXTENDING AT LEAST 12" ABOVE'THE OUTLET DONOT BLOCK DRAIN HOLES 1,. THREADS ON OUTLET NOZZLES SHALL BEL NATIONAL STANDARD THREAD- HAW:. 2: IEE.WITH MX M MAY FLANGED .OUTLET ,FOR M.J., X FLANGED :GATE VALVE OR. ANCHOR {SNlIVEL)'TEE MAY BE USED } .J M.J. :VALVE. 3 A BLUE REFLECTIVE::"DELINEATOR OF TYPE APPROVED BY THE_ENGINEER SHALL BE .PLACED!:2 TO. 3: FEET, ' OFFSET FROM 'THE CENTERLINE OF PAVED ,STREETS .OR. PAVED ACCESS WAYS, ON THE:;SIDE OF 'AND IN LINE v". ALL NEWLY',INSTALLED "FIRE',HYDRANT5. BgCOSD:-ffi6N8D: COPY" DRAWING M ON:> AT:P � > CITY OF ROUND ROCK Vr-L05 APPROVED 04-01-10 DATE MM ascllrracr/Ertcnvssa FIRE. HYDRANT ,ASSEMBLY DETAIL ,Q TM%S asset® N+1C<i3ChlG8C YR0AT1iC i 888P0NSMn1T1f:FOR 'fPB,aPPROPRL►i8 � UM bF T=DETAII:;I(NOT TO'BCALS SOLICITATION NUMBER 11-014 SPECIFICATION NUMBER 11-670 DATED:AUGUST 2011 SOLICITATION INSTRUCTIONS ITEMS BELOW APPLY TO AND BECOME A PART OF TERMS AND CONDITIONS OF SOLICITATION ANY EXCEPTIONS THERETO MUST BE IN WRITING 1. SOLICITATION REQUIREMENTS: 1.1 Responding requires pricing per unit shown and extensions. If trade discount is shown on solicitation, it should be deducted and net line extensions shown. Respondents guarantees product offered win meet or exceed specifications identified in this Invitation For Bid(IFB). 1.2 Solicitations shall be submitted on Solicitation Sheet. Each response shall be placed in a separate envelope completely and property identified. Responses must be in the Purchasing Department before the hour and date specified on the solicitation. j 1.3 Late responses properly identified will be returned to respondent unopened. Late responses will not be considered. 1.4 Respond F.O.B.destination,freight,prepaid,&allowed unless otherwise specified on the solicitation. If otherwise,show exact cost to deliver. 1.5 Response shall show unit price on quantity and unit of measure specified,extension and show total. In case of errors in extension,unit prices shall govern. Responses subject to unlimited price increase will not be considered. 1.6 Submitted prices shall be fine for acceptance 30 days from solicitation opening date. "Discount from Usl"responses are not acceptance unless requested. Cash discount will not be considered in determining the low response.All cash discounts offered will be taken if earned. 1.7 Responses shall give Tax Identification Number,full name and address of respondent. Failure to sign will disqualify response. Person signing response shall show title and authority to bind signatories firm in an agreement. Finn name should appear on each page in the block provided in the upper right comer. Business Entity shall be one(1)of the following:Individual,Partnership,Sole Proprietorship,Estate/frust,Corporation,Governmental.Non-profit,all others shall be specified. INDIVIDUAL:List name and number as shown on Social Security Card. SOLE PROPRIETORSHIP:List legal name followed by legal business name and Social Security Number. ALL OTHERS:List legal name of entity and Tax Identification Number(rIN). 1.8 Responses cannot be altered or amended after opening time. Any Alterations made before opening time shall be initialed by respondent or an authorized agent. No response can be withdrawn after opening time without approval of the CITY based on a written acceptable reason. 1.9 The City is exempt from State Sales Tax and Federal Excise Tax Do not include tax in response. 3 1.10 The City reserves the right to accept or reject all or any part of response,waive minor technicalities and award the response to best serve the interests of the City.Split awards may be made at the sole discretion of the City. 1.11 Consistent and continued tie responses could cause rejection of responses by the City and/or investigation for antitrust violations. 1.12 Telephone,facsimile,and electronically transmitted responses are not acceptable in response to the solicitation. 1.13 CAUTION:Solicitation invitation allows sufficient time for receipt of the preferred mail response. The City shall not be responsible for responses received late,illegible, incomplete,or otherwise non-responsive. 2. SPECIFICATION: 2.1 Any catalog, brand name or manufacturer's reference used in the solicitation is descriptive only(not restrictive),and is used to indicate type and quality desired. Responses on brands of like nature and quality will be considered unless advertised under the provisions of Section 252.022 of the Texas Local Government Code. If t other than brand(s)specified is offered,illustrations and complete descriptions of product offered are requested to be made a part of the response. If respondent takes no exceptions to specifications or reference data in response,respondent will be required to furnish brand names,numbers,eta,as specified in the solicitation. 2.2 All items on the solicitation shall be new,in first class condition,including containers suitable for shipment and storage,unless otherwise indicated in the solicitation. Verbal agreements to the contrary will not be recognized. 2.3 Samples,when requested,must be furnished free of expense to the City. If not destroyed in examination,they will be returned to the respondent,on request,at respondent expense. Each example should be marked with respondents'name and address,City solicitation number and code. Do not enclose in or attach to response. a_ 2.4 The City will not be bound by any oral statement or representation contrary to the written specifications of the solicitation. 2.5 Manufacturer's standard warranty shall apply unless otherwise stated in the solicitation. 3. TIE RESPONSES: In case of tie responses,the award will be made in accordance with Section 271.901 of the Texas Local Government Code. 4. DELIVERY: 4.1 Response shall show number of days required to place material in Ckys designated location under normal conditions. Failure to state deliver time obligates respondent to complete delivery in fourteen(14)calendar days. Unrealistically short or long delivery promises may cause response to be disregarded. Consistent failure to meet delivery promises without valid reason may cause removal from Vendor list.(See 4.2 following.) 4.2 If delay is foreseen,Vendor shall give written notice to the City. The City has the right to extend delivery date if reasons appear valid. Vendor shall keep the City advised at all times of status of order. Default in promised delivery(without acceptable reasons)or failure to meet specifications,authorizes the City to purchase supplies elsewhere and charge full increase,if any,in cost and handling to defaulting Vendor. 4.3 No substitutions or cancellations permitted without written approval of the City. I 4.4 Delivery shall be made during normal working hours only,unless prior approval for late delivery has been obtained from the City,unless otherwise specified in the solicitation. S. INSPECTION AND TESTS: An goods will be subject to inspection and test by the City to the extent practicable at all times and places. Authorized City personnel shall have ' access to any suppliers place of business for the purpose of inspecting merchandise. Tests may be'performed on samples submitted with the response or on samples taken from regular shipments. If the products tested fail to meet or exceed all conditions and requirements of the specifications,the cost of the sample used and the cost of the J testing shall be bome by the supplier. Goods,which have been delivered and rejected in whole or in part,may,at the City's option,be returned to the Vendor or held for disposition at Vendors risk and expense. Latent defects may result in revocation of acceptance. 6. AWARD OF AGREEMENT: A response to a solicitation is an offer to contract with the City Po based upon the terms,conditions,and specifications contained in the solicitation. Responses do not become agreements or purchase orders unless and until they are accepted by the City through its designates and an agreement or a purchase order is issued. The agreement or purchase order shall be governed,construed,and interpreted under the Charter of the City and the laws of State of Texas. All agreements or purchase orders are subject to the approval of the City Council or Manager. 7. PAYMENT: Vendor shall submit three(3)copies of an invoice showing the agreement or purchase order number on all copies. 8. PATENTS AND COPYRIGHTS: The Respondent agrees to protect the City from claims involving infringements of patents or copyrights. F' S. RESPONDENT ASSIGNMENTS: Respondent hereby assigns to the purchaser any and all claims for overcharges associated with this agreement,which arise under the f antitrust laws of the Stale of Texas.TX,Bus.And Comm.Code Ann.Sec.15.01,at seq.(1967). r 10. RESPONDENT AFFIRMATION: 10.1 Signing the response with a false statement is a material breach of agreement and shall void the submitted response or any resulting agreements,and the Respondent shall be removed from all Vendor lists. By signature hereon affixed,the respondent hereby certifies that: 10.2 The respondent has not given,offered to give,nor intends to give any time hereafter any economic opportunity,future employment,gift,loan,gratuity,special discount, tip,favor,or service to a public servant in connection with the submitted response. 10.3 The respondent is not currently delinquent in the payment of any debt owed the City. 10.4 Neither the respondent nor the fine,corporation,partnership,or any entity represented by the respondent,or anyone acting for such firm,corporation,or entity has violated the antitrust laws or this State codified in Section 15.01 et.Seq.Texas Business and Commercial Code,or the Federal Antitrust laws,nor communicated directly or indirectly the response made to any competitor,or any other person engaged in such line of business. 10.5 The respondent has not received compensation for participation in the preparation of the specification for the solicitation. 11. NOTE TO RESPONDENTS: Any terms and conditions attached to response will not be considered unless the respondent specifically references them on the front of the response form. WARNING:Such terms and conditions may result in disqualification of the response(e.g.responses with the laws of a state other than Texas requirements for Y prepayment,Limitations on remedies,etc.) The City of Round Rock can only accept responses which contain all the terms and conditions of its formal solicitation;in particular, all respondents'affirmations and certifications must be included. Submission of responses on forms other than City's form may result in disqualification of your response. 12. INQUIRIES: Inquiries pertaining to Solicitation invitations must give Solicitation number,codes,and opening date. 4 i 10 of 11 a SOLICITATION NUMBER 11-014 SPECIFICATION NUMBER 11-670 DATED:AUGUST 2011 ATTACHMENT A RESPONDENT'S REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: i RESPONDENT'S NAME: Pr f� n.,�Sv o0 Lv, DATE: 5 Provide the name, address,telephone number and point of contact of at least three(3)firms applicable to Municipal and/or Government projects that have utilized similar service for at least two (2)years. City of Round Rock references are not applicable. References may be checked prior to award. Any negative responses received may result in disqualification of solicitation. f 1. Company's Name Name of Contact Title of Contact — 01,e E-Mail Address [>-titA_-V omLA c-, 0V J'C,6 '-C�"'(-0cN(* .626 Present Address i n n ;1 f I t-,l 0% p U e City, State,Zip Code �l(�`6D Telephone Number -('S_I` ) 30— Fax Number: i 2. Company's Name Name of Contact /)p f Title of Contact E-Mail Address V.J (� Qr r. e a Present Address - City, State,Zip Code L Telephone Number (� L ) _ �f �� Fax Number: (q 7 r 3. Company's Name Name of Contact1 i W� Title of Contact 0-6(_'' (=J E-Mail Address A (j j i 1' I (' 06,�&,z_r fy . p / Present Address City, State,Zip Code kcs Telephone Number (S I ) ���_ ? �10 Fax Number: (512 SoL _ g 5 t FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. 11 of 11 IrrROUNDROCK,TEXAS PURPOSE PASSION.PROSPERHY. CITY OF ROUND ROCK, TEXAS INVITATION FOR BID REPAIR AND MAINTENANCE PARTS FOR WATER AND WASTEWATER LINES IFB No. 11-014 Addendum No. 1 Date of Addendum:_ September 30, 2011 Please note the clarifications, revisions or additions to the solicitation referenced above. 1. Q: What is the anticipated Agreement start date? A: The City anticipates an executed Agreement by January 2012. 2. Q: Will the City consider PVC Products as a "cost-plus" item due to the product's price volatility? A: Yes. The bid sheet has been modified to reflect this change. The attached bid sheet shall REPLACE the previous bid sheet. Respondents shall bid their j percentage to be charged to the City above and beyond the cost of the PVC part. Part invoices shall be submitted with the invoice as a requirement for payment. 3. Q: As the City recently awarded a contract for Meter Boxes, does the City still seek a price for Meter Boxes? A: No. The bid sheet has been modified to reflect this change and is herein made a part of this Addendum. 4. Q: What references does the City seek? A: The City seeks end-user references. 5. Q: Does "Piggyback" mean our prices to the City of Round Rock are available to other City's? A: Yes. 6. Q: What quantity of each part should be bid? A: Only one(1) part shall be bid. Orders will be placed on as-needed basis. 7. Q: Can fire hydrant parts be bid as aftermarket? A: No. All fire hydrant parts shall be new, factory direct parts only. 8. Q: If parts are stored in a vendor's yard and have been weathered due to being outside are they still acceptable? A: No. All parts shall be delivered in like-new condition or they will be rejected. 9. Q: How are fittings, valves, bolts and gaskets to be bid? A: Fittings and valves are to be bid separately as accessories. Bolts and gaskets are to be bid as kits. 10. Q: Are the full-circle clamps to be stainless steel? A: Yes. 11. Q: Are the Ford products to be brass? A: Yes. 12. Q: What brand name does the City currently utilize for air release valves and pressure reducing valves? A: The City utilizes ARI brand for air release valves and WATTS brand for pressure reducing valves. 13. Q: Who at the City will issue the part Purchase Orders? } A: The Purchase Orders will be issued by the Water and Wastewater Line Maintenance Department. t i Approved by L/ Joy Baggett, Purchaser By the signatures affixed below,Addendum No. 1 is hereby incorporated into and made a part of the above referenced solicitation. i i ACKNOWLEDGED &;;�Sig-nature Vendor � Date RETURN ONE COPY SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM CONSIDERATION FOR AWARD. i F ROUNDROCK,TEMS Ci Council Agenda Summar Sheet PURPOSE.PASSION PROSPERITY. i Agenda Item No. G8. Consider a resolution authorizing the Mayor to execute a contract with ACT Pipe &Supply Agenda Caption: Inc. for repairs and maintenance parts for water and wastewater lines. Meeting Date: June 14, 2012 s Department: Utilities and Environmental Services Staff Person making presentation: Michael Thane, P.E. Utilities Director Item Summary: s This agreement between the City of Round Rock and ACT Pipe & Supply, Inc. provides for repair and maintenance parts for the water and wastewater system on an "as needed" basis. Parts include but are not limited to pipe, pipe fittings, fire hydrants, plumbing supplies, and plumbing equipment. ACT is considered as one of four providers that the City is contracting with for these specified water and wastewater maintenance parts. The City may, in its sole discretion, elect to seek goods from any one of the four providers. Should the first provider contracted not be able to fulfill the order in strict accordance with the mandates of this Agreement, then and in that event, one of the remaining three providers may be considered "best value" and be contacted to provide the maintenance parts as a secondary provider. This process would continue on to the third and fourth provider if necessary. The term of this agreement is for three consecutive twelve-month periods. After that term, the agreement may be extended for two successive terms of twelve months each. a; Cost: Not to exceed $220,000 per year t Source of Funds: Utility Fund k Date of Public Hearing(if required): N/A Recommended Action: Approval r ORIGINAL DOCUMENTS CITY OF ROUND ROCK AGREEMENT FOR PROVISION OF REPAIR AND MAINTENANCE PARTS AND SERVICES FOR WATER LINES AND WASTEWATER LINES FROM ACT PIPE & SUPPLY INC. THE STATE OF TEXAS § CITY OF ROUND ROCK § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § COUNTY OF TRAVIS § s 3 This Agreement for provision of repair and maintenance parts and associated services for water lines and wastewater lines, referred t2erein as the "Agreement,"is made and entered into on this the 1 day of the month of , 2012, by and between the CITY OF ROUND ROCK, TEXAS, a home-rule municipality whose offices are located at 221 East Main f Street, Round Rock, Texas 78664, referred to herein as "City," and ACT PIPE & SUPPLY, z INC., whose office address is 1400 Grand Avenue Parkway, Pflugerville, Texas 78660, referred to herein as "ACT" or "Vendor." This Agreement supersedes and replaces any previous agreements between the named parties, whether oral or written, and whether or not established by custom and practice. RECITALS: WHEREAS, City desires to contract for the provision of repair and maintenance parts and associated services for water lines and wastewater lines, and City desires to purchase same from ACT; and WHEREAS, City has issued its "Invitation for Bid" for the provision of said goods, and City has selected the bid submitted by ACT; and WHEREAS, the parties desire to enter into this Agreement to set forth in writing their respective rights, duties, and obligations; NOW, THEREFORE,WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the parties mutually agree as follows: 1.01 DEFINITIONS A. Agreement means the binding legal contract between City and ACT whereby City is obligated to buy specified goods in a non-guaranteed number/amount and ACT is obligated to sell same. The Agreement includes the following: (a) City's Invitation for Bid 00246847/j kg/3/28/12revision r--Cj� designated IFB 11-014, Specification Number 11-670 dated August 2011; (b) ACT's Response to IFB; (c) contract award; and (d) any exhibits, addenda, and/or amendments thereto. Any inconsistencies or conflicts in the contract documents shall be resolved by giving preference in the following order: (1) This Agreement; (2) ACT's Response to IFB; (3) City's Invitation for Bids, exhibits, and attachments. B. City means the City of Round Rock, Williamson and Travis Counties, Texas. C. Effective Date means the date upon which the binding signatures of both parties to this Agreement are affixed. D. Force Majeure means acts of God, strikes, lockouts, or other industrial disturbances, acts of the public enemy, orders of any kind from the government of the United States or the State of Texas or any civil or military authority, insurrections, riots, epidemics, landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government and the people, civil disturbances, explosions, or other causes not reasonably within the control of the party claiming such inability. E. Goods and services mean the specified services, supplies, materials, commodities, or equipment. F. ACT means ACT Pipe & Supply, Inc., or any of its corporate structures, successors or assigns. 2.01 EFFECTIVE DATE, INITIAL TERM,AND ALLOWABLE RENEWALS A. This Agreement shall be effective on the date it has been signed by both parties hereto, and shall remain in full force and effect unless and until it expires by operation of the term stated herein, or until terminated or extended as provided herein. z B. The term of this Agreement shall be for three (3) consecutive twelve-month periods from the effective date hereof. After that term, this Agreement may be extended for successive terms of twelve (12) months each, not to exceed in the aggregate two (2) such extensions, with such extensions to occur on or before the expiration date of the preceding term, and with such extensions being absolutely predicated upon the express written agreement of both parties. Such extensions are permitted only provided ACT has performed each and every contractual obligation specified in this original Agreement. C. Prices shall be firm for the duration of this Agreement and for any extension f periods. No separate line item charges shall be permitted for invoicing purposes, including but not limited to equipment rental, demurrage, costs associated with obtaining permits, or any other extraneous charges. 2 (1) City may permit "unit price" adjustments upwards not to exceed five percent (5%) per year of the original unit price on those items bid as "Per Unit." Such price adjustment shall be only as a result of a cost increase in accordance with the Producers Price Index (PPI) at httn://stats.bis.aiv/p_pi/. Any price increase shall be requested by ACT in writing and accompanied by the appropriate documentation (to include the supporting PPI information for that item) to justify the requested increase, and shall conform to allowable percentage changes and to all requirements delineated in this Agreement and in IFB 11-014, Specification Number 11-670 dated August 2011. ACT may offer price decreases in excess of the allowable percentage change at any time. (2) For items bid as a"Cost Plus Percentage"a price increase is not applicable or allowable, as the cost of the item is a direct pass-through to City. A copy of the associated manufacturer invoice shall be submitted with invoice to City for said items. No price increase shall be permitted on the mark-up percentage. D. City reserves the right to review the relationship at any time, and may elect to terminate this Agreement with or without cause or may elect to continue. 3.01 CONTRACT DOCUMENTS AND EXHIBITS City selected ACT to supply the goods as outlined in IFB 11-014, Specification Number 11-670 dated August 2011, and Response to IFB submitted by ACT, all as specified in Exhibit "A" attached hereto and made a part hereof for all purposes. The intent of these documents is to formulate an Agreement listing the responsibilities of both parties as outlined in the IFB and as offered by ACT in its Response to the IFB. The goods which are the subject matter of this Agreement are described in Exhibit "A" ` and, together with this Agreement, comprise the total Agreement and they are fully a part of this Agreement as if repeated herein in full. 4.01 INITIAL RESORT TO PROVIDERS, AND SUBSEQUENT RESORT TO k SECONDARY PROVIDERS; MANDATES FOR PROVISION OF GOODS A. Initial Resort to Providers and Subse uent Resort to Secondary Providers. The parties specifically acknowledge and agree as follows: ACT shall be considered as one of four providers of the specified goods. City may, in its sole and unfettered discretion, elect to seek goods from any one of the four providers. Should the first provider contacted not be able to fulfill the order in strict accordance with the mandates of this Agreement, then and in that event one of the remaining three providers may be considered "best value" and be contacted to provide the goods as a secondary provider. Should both the first and second providers contacted not be ay' able to fulfill the order in strict accordance with the mandates of this Agreement, then and in that event one of the remaining two providers may be considered "best value" and be contacted to provide the goods as a secondary provider. Should both the first, second, and third providers contacted not be able to fulfill the order in strict accordance with the mandates of this Agreement, then and in that event the last remaining provider may be considered "best value" and be contacted to provide the goods as a secondary provider. 3 ACT specifically further acknowledges and agrees as follows: This Agreement is not an exclusive agreement. City may, in its sole and unfettered discretion, elect to use any of the four providers in whatever order it deems most advantageous to City's purposes. City may, in its sole and unfettered discretion, elect to use any other providers. City is not obligated to use or purchase any estimated annual quantity of goods, and no guarantee is made of any minimum or maximum purchase. B. Mandates for Provision of Goods — Emergency Order and Delivery. ACT specifically further acknowledges and agrees as follows: City shall make a notification call to ACT by telephone with emergency order and delivery instructions for delivery of goods that City has designated for emer encu order and delivery. In the event that ACT does not answer the telephone and/or return City's notification voicemail within fifteen (15) minutes of initial placement of call by City, then and in that event City may contact and place the order with any secondary provider as provided above. Non- answer of notification call may result in City declaring ACT to be non-compliant with the order and under this Agreement; non-returned voicemail within fifteen (15) minutes may result in City ` declaring ACT to be non-compliant with the order and under this Agreement. The legal definition under this Agreement of "repeated non-compliance" shall mean three (3) incidents, either sequential or not, of non-compliance as delineated in this paragraph within a period of six (6) consecutive months. Repeated non-compliance may result, at City's sole discretion, in cancellation of this Agreement in whole or in part. When City has notified ACT of an emergency order and delivery ACT shall have trained personnel on-site within two (2) hours of City's notification, and ACT shall fulfill in full the emergency parts orders within two (2) hours of the site visit. Emergency goods, parts, and items shall be delivered to the locations specified b p y City, or at City's election ACT shall allow City to pick up said goods on the same day. Driving distance from City's location to ACT's parts facility shall not exceed 100 miles. If the ordered goods are not delivered on-site or in-hand to City strictly within the timeframe specified in this Agreement, then and in that event ACT may be deemed to be non-compliant with the order and its "best value" designation suspended as to that order, and City shall be free to procure the goods elsewhere from the remaining three providers or from a different source. fi Mandates for Provision of Goods — Non-Emergency Order and Delivery. ACT specifically further acknowledges and agrees as follows: City shall make a notification call to ACT by telephone with non-emergency order and delivery instructions for delivery of goods that City has designated for non-emergency order and delivery. In the event that ACT does not answer the telephone and/or return City's notification voicemail within twenty-four (24) hours of initial placement of call by City, then and in that event City may contact and place the order with any secondary provider as provided above. Non-answer of notification call may result in City declaring ACT to be non-compliant with the order and under this Agreement; non-returned voicemail within twenty-four (24) hours may result in City declaring ACT to be non-compliant with the order and under this Agreement. The legal definition under this Agreement of "repeated non-compliance" shall mean three (3) s 4 incidents, either sequential or not, of non-compliance as delineated in this paragraph within a period of six (6) consecutive months. Repeated non-compliance may result, at City's sole discretion, in cancellation of this Agreement in whole or in part. When City has notified has designated for non-emergency order and delivery, ACT shall fulfill in full the non-emergency parts orders within the dates and times specified by City in the Purchase Order. Driving distance from City's location to ACT's parts facility shall not exceed 100 miles. If the ordered goods are not delivered on-site or in-hand to City strictly within the timeframe specified in this Agreement, then and in that event ACT may be deemed to be non- compliant with the order and its "best value" designation suspended as to that order, and City shall be free to procure the goods elsewhere from the remaining three providers or from a different source. 5.01 ITEMS AWARDED; COSTS Only if, as, and when needed by City, items are awarded to ACT in accordance with bid items shown on Exhibit"A." ACT specifically acknowledges and agrees that City is not obligated to use or purchase any estimated annual quantity of goods. Only if, as, and when needed by City, the bid costs listed on Exhibit"A"shall be the basis of any charges collected by ACT. 6.01 INVOICES s All invoices shall include, at a minimum, the following information: A. Name and address of ACT; B. Purchase Order Number; C. Description and quantity of items received; and D. Delivery dates. K` 7.01 INTERLOCAL COOPERATIVE CONTRACTING/PURCHASING Authority for local governments to contract with one another to perform certain governmental functions and services, including but not limited to purchasing functions, is granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts, Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter F, Section 271.101 and Section 271.102. Other governmental entities within the State of Texas may be extended the opportunity to purchase off of the City of Round Rock's bid, with the consent and agreement of the successful t vendor(s) and Round Rock. Such agreement shall be conclusively inferred for the vendor from lack of exception to this clause in the vendor's response. However, all parties hereby expressly agree that the City of Round Rock is not an agent of,partner to, or representative of those outside agencies or entities and that the City of Round Rock is not obligated or liable for any action or debts that may arise out of such independently-negotiated"piggyback"procurements. 5 8.01 NON-APPROPRIATION AND FISCAL FUNDING This Agreement is a commitment of City's current revenues only. It is understood and agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year if the governing body of City does not appropriate funds sufficient to purchase the services as determined by City's budget for the fiscal year in question. City may effect such termination by giving ACT a written notice of termination at the end of its then-current fiscal year. 9.01 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, any payment to be made by City to ACT will be made within thirty (30) days of the date City receives goods under this Agreement, the date the performance of the services under this Agreement are completed, or the date City receives a correct invoice for the goods or services, whichever is later. ACT may charge interest on an overdue payment at the "rate in effect" on September 1 of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas Government Code, Section 2251.025(b). This Prompt Payment Policy does not apply to payments made by City if: A. There is a bona fide dispute between City and ACT, a contractor, subcontractor, or supplier about goods delivered or the service performed that causes the payment to be late; or B. There is a bona fide dispute between ACT and a subcontractor or between a subcontractor and its supplier about the goods delivered or the service performed that causes the payment to be late; or E C. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or D. The invoice is not mailed to City in strict accordance with any instruction on the purchase order relating to the payment. 10.01 GRATUITIES AND BRIBES City may, by written notice to ACT, cancel this Agreement without incurring any liability to ACT if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or otherwise were offered or given by ACT or its agents or representatives to any City officer, employee or elected representative with respect to the performance of this Agreement. In addition,ACT may be subject to penalties stated in Title 8 of the Texas Penal Code. 11.01 TAXES City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in ACT's charges. 12.01 ORDERS PLACED WITH ALTERNATE VENDORS If ACT cannot provide the goods as specified, City reserves the right and option to obtain same from another source or supplier(s). 6 13.01 INSURANCE ACT shall meet all requirements as stated in the attached Invitation for Bid No. IFB 11- 014 (including all attachments and exhibits), and its bid response. 14.01 CITY'S REPRESENTATIVE City hereby designates the following representative(s) authorized to act in its behalf with regard to this Agreement: Rick Whisenant, Utility Inventory Specialist City of Round Rock Public Works Department 910 Luther Peterson Place Round Rock, TX 78664 512-218-5570 512-801-4483 cell rwhisenant0round-rock tx us 15.01 RIGHT TO ASSURANCE Whenever either party to this Agreement, in good faith, has reason to question the other party's intent to perform hereunder, then demand may be made to the other party for written assurance of the intent to perform. In the event that no written assurance is given within the reasonable time specified when demand is made, then and in that event the demanding party may treat such failure as an anticipatory repudiation of this Agreement. 16.01 DEFAULT If ACT abandons or defaults hereunder and is a cause of City purchasing the specified services elsewhere, ACT agrees that it will not be considered in the re-advertisement of the service and that it may not be considered in future bids for the same type of work unless the scope of work is significantly changed. ACT shall be declared in default of this Agreement if it does any of the following: A. Fails to make any payment in full when due; B. Fails to fully, timely and faithfully perform any of its material obligations hereunder; C. Fails to provide adequate assurance of performance under the "Right to Assurance"section herein; or D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States. 17.01 TERMINATION AND SUSPENSION A. City has the right to terminate this Agreement, in whole or in part, for convenience and without cause, at any time upon thirty(30) days' written notice to ACT. 7 B. In the event of any default by ACT, City has the right to terminate this Agreement for cause, upon ten(10) days' written notice to ACT. C. ACT has the right to terminate this Agreement only for cause, in the event of material and substantial breach by City, or by written mutual agreement to terminate. D. In the event City terminates under subsections (A) or (B) of this section, the following shall apply: Upon City's delivery of the referenced notice to ACT, ACT shall discontinue all services in connection with the performance of this Agreement and shall proceed to cancel promptly all existing orders and contracts insofar as such orders and contracts are chargeable to this Agreement. Within thirty (30) days after such notice of termination, ACT shall submit a statement showing in detail the goods and/or services satisfactorily performed under this Agreement to the date of termination. City shall then pay ACT that portion of the charges, if undisputed. The parties agree that ACT is not entitled to compensation for services it would have performed under the remaining term of the Agreement except as provided herein. 18.01 INDEMNIFICATION ACT shall defend (at the option of City), indemnify, and hold City, its successors, assigns, officers, employees and elected officials harmless from and against all suits, actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all other costs or fees arising out of, or incident to, concerning or resulting from the fault of ACT, or ACT's agents, employees or subcontractors, in the performance of ACT's obligations under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be deemed to limit the rights of City or ACT (including, but not limited to the right to seek contribution) against any third party who may be liable for an indemnified claim. 19.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES ?' ACT, its agents, employees and subcontractors shall use best efforts to comply with all federal and state laws, City's Charter and Ordinances, as amended, and with all applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. 20.01 ASSIGNMENT AND DELEGATION The parties hereby bind themselves, their successors, assigns and legal representatives to each other with respect to the terms of this Agreement. Neither party shall assign, sublet or transfer any interest in this Agreement without prior written authorization of the other party. 21.01 NOTICES All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: A. When delivered personally to recipient's address as stated in this Agreement; or B. Three (3) days after being deposited in the United States mail, with postage prepaid to the recipient's address as stated in this Agreement. 8 Notice to ACT: ACT Pipe & Supply, Inc. 1400 Grand Avenue Parkway Pflugerville, TX 78660 Notice to City: Assistant City Manager Stephen L. Sheets, City Attorney 221 East Main Street AND TO: 309 East Main Street Round Rock, TX 78664 Round Rock, TX 78664 Nothing contained herein shall be construed to restrict the transmission of routine communications between representatives of City and ACT. 22.01 APPLICABLE LAW; ENFORCEMENT AND VENUE This Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 23.01 EXCLUSIVE AGREEMENT 3, This document, and all appended documents, constitutes the entire Agreement between City and ACT. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing, duly authorized by action of the City Manager or City Council. 24.01 DISPUTE RESOLUTION If a dispute or claim arises under this Agreement, the parties agree to first try to resolve the dispute or claim by appropriate internal means, including referral to each party's senior management. If the parties cannot reach a mutually satisfactory resolution, then and in that event any such dispute or claim will be sought to be resolved with the help of a mutually selected mediator. If the parties cannot agree on a mediator, City and ACT shall each select a mediator and the two mediators shall agree upon a third mediator. Any costs and fees, other than attorney fees, associated with the mediation shall be shared equally by the parties. F City and ACT hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9 USC Section 1-14) or any applicable state arbitration statute. 25.01 SEVERABILITY The invalidity, illegality, or unenforceability of any provision of this Agreement or the occurrence of any event rendering any portion or provision of this Agreement void shall in no way affect the validity or enforceability of any other portion or provision of this Agreement. Any such void provision shall be deemed severed from this Agreement, and the balance of this 9 Agreement shall be construed and enforced as if this Agreement did not contain the particular portion or provision held to be void. The parties further agree to amend this Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions hereof shall not prevent this entire Agreement from being void should a provision that is of the essence of this Agreement be determined to be void. 26.01 MISCELLANEOUS PROVISIONS Standard of Care. ACT represents that it employs trained, experienced and competent persons to perform all of the services, responsibilities and duties specified herein and that such services, responsibilities and duties shall be performed in a manner according to generally accepted industry practices. Time is of the Essence. ACT understands and agrees that time is of the essence and that any failure of ACT to fulfill obligations for each portion of this Agreement within the agreed timeframes will constitute a material breach of this Agreement. ACT shall be fully responsible for its delays or for failures to use best efforts in accordance with the terms of this Agreement. Where damage is caused to City due to ACT's failure to perform in these circumstances, City may pursue any remedy available without waiver of any of City's additional legal rights or remedies. Multiple Counterparts. This Agreement may be executed in multiple counterparts, any one of which shall be considered an original of this document; and all of which, when taken together, shall constitute one and the same instrument. IN WITNESS WHEREOF, City and ACT have executed this Agreement on the dates indicated. E City of Roun Rock, Texa ACT Pipe& Supply,Inc. By: B Y Printed Name: G Printed Name:, �r Ati dphl�a 1� Title: Title: S Al F-S Date Signed: 6• . Z- Date Signed: l s; For City,Attest: E By: �vvn Sara L. White, City Clerk For City, p roved as to Form: By: , Up an Sheets, City Attorney 10