Loading...
R-99-03-25-10D3 - 3/25/1999WHEREAS, the City of Round Rock has duly advertised for bids for underground butterfly valves for the proposed expansion of the Water Treatment Plant, and WHEREAS, Environmental Improvements, Inc. has submitted the lowest and best bid, and WHEREAS, the City Council wishes to accept the bid of Environmental Improvements, Inc., Now Therefore, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the bid of Environmental Improvements, Inc. is hereby accepted as the lowest and best bid and the City Manager is hereby authorized and directed to issue a purchase order to Environmental Improvements, Inc. for underground butterfly valves for the proposed expansion of the Water Treatment Plant. 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 hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended, and the Act. RESOLVED this 25th day of March, 1,499 EST: ANNE LAND, City Secretary K: \WPDOCS \RESOLUTE \ R9OS2SD3, W P➢ /seg RESOLUTION NO. R- 99- 03- 25 -10D3 CHARLES CULP R, Mayor City of Round Rock, Texas SEE 1.6 ON BACK FOR INSTRUCTIONS: TAX ID NO.: ( .V. I54 6 ea b i f LEGAL BUSINESS NAME: f ( ADDRESS: 5(7 N. l(EALY ADDRESS: LEWt5 V1LLE TEXA S 1 505 CONTACT: JOHN 14oRVATI4 TELEPHONE NO.: R 7a . 4/34, 2.6 6 BUSINESS ENTITY TYPE MA& LL F CTGI RE'S TTeppeESF,r / BIDS SHALL ARRIVE IN THE OFFICE OF THE CITY SECRETARY AT THE ADDRESS SHOWN HEREIN BY 2:00 P.M. ON : MARCH 16 1999 INVOICE TO: City of Round Rock cfo Administration 221 East Main Street Round Rock, Texas 78664 -5299 BID F.O.B. DESTINATION UNLESS OTHERWISE SPECIFIED BELOW DESTINATION: WATER TREATMENT PLANT 5494N I.H. 35 ROUND ROCK TX 78642 ATTN: PLANT SUPERINTENDENT Bidder agrees to comply with all conditions below and on reverse side of this IFB INVITATION FOR BID (IFB) CITY OF ROUND ROCK 221 E. Main Street Round Rock, Texas 78664-5299 FACIMILE RESPONSES SHALL NOT BE ACCEPTED DATE: MID OPENING DATE 2:CO P.M.: MARCH 16. 1999 BID NUMBER : N/A SHOW BID OPENING DATE & Failure to sign sh BID NUMBER IN LOWER LEFT NANO CORNER OF SEALED BID ENVELOPE L SNOW RETURN ADDRESS OF BIDDING FIRM. PAGE _ OF _ PAGES Retum Original and One Copy of Bid BIDDER SHALL SIGN BELOW disquali bid '.%L.01.:(` at '1 3 - 7 5 - ed Signature . %ate 6 R �.� „e. sivAsieetif Printed Name 7, ITEM 9 CLASS & ITEM DESCRIPTION QUANTITY Underground butterfly valves: 1-42", 136' and 130' butterfly valves suitable for burial, complete with actuators and al accessories as detailed on attached specification. "Fo'B FACTo Y Fuu. FRED NT / uocte t D� y� y 6.0 PAYS Af7E( LF45E 10 144AlerMQ 1 }� PEAse, AV' 7 ?/ 13.640///95 ORDER FlY2 450E. 51/0c/LD B>� .5su.ED 70 6. 7 t we i k EA/0~114.4 UNIT LS. •fates /HODEL UNIT PRICE EXTENSION see specs. .sEViEJv /v /,ve - Thi(rer /7,43/ ° 7EEi/ 7140e/91• h cht/ty Ed AMD Y - DNE bo/1474S DELIVERY IN 60 DAYS By the signature hereon affixed, the bidder hereby certifies that neither the bidder nor the entity represented by the bidder, or anyone acting for such entity has violated the antitrust laws of this State, codified in Section 15.01 et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor oommuiicated directly or Indirectly, the bid made to any competitor or any other person engaged in such line of business." City of Round Rock Water Treatment Plant Phase IV Expansion PART 1: GENERAL SECTION 02641 UNDERGROUND BUTTERFLY VALVES 1.01 SCOPE OF WORK A. Furnish all materials and incidentals required to provide 1 -42 ", 1 -36" and 1 -30" buried butterfly valves, complete with actuators and all accessories as specified herein. 1.02 SUBMITTALS A. Submit six copies of shop drawings for approval prior to fabricating the valves. Submittals shall include the following: 1. Manufacturer's literature, illustrations, specifications and engineering data including: a. Dimensions. b. Size. c. Materials of construction. d. Weight. e. Protection coating. f. Actuator weight. g. Calculations for actuator torque where applicable. B. Test Reports 1. Four copies of all certified shop test results specified herein. C. Operation and Maintenance Manuals 1. Submit complete operation and maintenance manuals including copies of all approved Shop Drawings. D. Certificates 1. Certificates of compliance where required by referenced standards: For each valve specified to be manufactured and/or installed in accordance with AWWA and other standards, submit an affidavit of compliance with the appropriate standards, including certified results of required tests and certification of proper installation. 1.03 REFERENCE STANDARDS A. Comply with applicable provisions and recommendations of the following, except as otherwise shown or specified. A3521502.641 02641 -1 02/22/99 City of Roved Rock Water Tteattnatt Plant Phase IV Expansion B. C. American Water Works Association (AWWA) 1. AWWA C504 - Rubber - Seated Butterfly Valves. American Nadonal Standards Institute (ANSI) I . ANSI B16.1 - Cast -Iron Pipe Flanges and Flanged Finings. 2. ANSI C111 - Rubber - Casket Joints for Ductile -Iron and Gray -Iron Pressure Pipe and Fittings. D. American Society for Testing and Materials (ASTM) 1. ASTM MS - Gray Iron Castings. 2. ASTM Al26 - Gcay Iron Castings for Valves. Flanges and Pipe Fittings. 3. ASTM A153 Zinc Coating (Hot -Dip) on Iron and Steel Hardware 4. ASTM A276 - Standard Specification for Stainless and Heat Resisting Steel Bars and Shapes. 5. ASTM A536 - Ductile Iron Castings. E. Steel Structures Painting Council (SSPC) 1. SSPC SP- 6- Commerciciai Blast Cleaning. F. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall 'WY- 1.04 QUALITY ASSURANCE . A. Manufactures Qualifcadons 1. Vanes and appurtenances provided under this Section shall be the standard product in regular by manufacturers whose products have proven reliable In similar service for at least five If required, the manufacturer shall furnish evidence of installation in satisfactory operation 2. All units of the same type shall be the product of one manufacturer. B. Design Criteria 1. All valves and appurtenances shall be new and in perfect working condition. Valves shall be designed for continuous use with a minimum of maintenance and service required and shall perform the required function without exceeding the safe limits for stress, strain or vibration. In no case will used or damaged valves be acceptable. The selection of equipment to meet the of the Contractor. Both workmanship and b meaterial sha o fthe eivoey best s is the quality responsibility p° and i shall be entirely suitable for the service conditions tnetiai shall e of the vry specified. C. Source Quality Control ). Valves shall be shop tested In accordance with the following: a. Rubber - seated butterfly valves: AWWA C504. 02641 -2 A1521902.441 i City of Round Rock Water Treatment Plant Phase IV Expansion 2. Obtain each type of valve from no more than one manufacturer. 3. Plug valves shall be hydrostatically tested for 30 minutes at two times the maximum working pressure, with no evidence of distress, leakage or weeping. Plug valves shall be capable of providing drop -tight shut -off up to the full pressure rating. 1.05 DELIVERY, STORAGE AND HANDLING A. Deliver materials to the site to ensure uninterrupted progress of the work. B. Protect threads and seats from corrosion and damage. Rising stems and exposed stem valves shall be coated with a protective oil film which shall be maintained until time of use. C. Furnish covers for all openings. 1. All valves 3 -in and larger shall be shipped and stored on site until time of use with wood or plywood covers on each valve end. PART 2: PRODUCTS 2.01 GENERAL A. Valve operation shall be counterclockwise. B. The use of a manufacturer's name and/or model or catalog number is for the purpose of establishing the standard of quality and general configuration desired. C. Valves shall be of the size as noted in Paragraph 1.01 and, as far as possible, equipment of the same type shall be identical and from one manufacturer, D. Valves shall have the name of the maker, nominal size, flow directional arrows, working pressure for which they are designed and standard to which they are manufactured cast in raised letters on some appropriate part of the body. E. Unless otherwise noted, valves shall have a minimum working pressure of 150 psi. F. Valves shall be of the same nominal diameter as the pipe or fittings they are connected to. Except as otherwise noted, joints shall be flanged. G. Valves shall be especially constructed for buried service. 2.02 BUTTERFLY VALVES A. Valves shall be manufactured in strict accordance with AWWA C504. Valves shall be bubble tight at rated pressures. Valve discs shall rotate 90 degrees from full closed to open. Operators shall be assembled to the valve by the valve manufacturer. The valveJoperator shall be tested as a complete assembly by the valve manufacturer. The manufacturer shall have produced AWWA butterfly valves for a minimum of five years. B. Valve bodies shall be constructed of cast iron ASTM Al26, Class B. Valves in vaults shall be flanged. Flange drilling shall be in accordance with ANSI B16.1, Class 150. Laying length shall be short body as listed in AWWA C504. Buried valves shall be mechanical joint end conforming to ANSI C111. A152IS02.641 02641 -3 02/22/99 City of Round Rude Water Treatment Plant • ?base N Expansion C Valve discs shall be constructed of cast iron s ASTM s Al26 or A48, ductile iron ASTM A536. Disc edge shall be either Ni-chrome or Type D. Rubber valve seats shall be Buna -N. The seat shall be located in the valve body. If seat retaining hardware such as screws and segments are used h shall monel. If screws are used. monel plugs shall be affixed in the valve body and tapped receive these E. hie listed shafts isW WT shall 304 stainless Iss steel, ASTM A276 and shall be of a diameter not less than F. Shaft seals shall be furnished where the shaft projects through the valve body. Shaft seals shall be standard split v type packing. O. Valves shall be fitted with sleeve type bearings contained in the trunions of the valve body. Bearing material shall be nylon for valves through 20-in and fiberglass with teflon lining for valves 24-in and larger. shall furnish and mount operator suitable for buried service. Operators shall be H Valve cldng and taepurt to 20-ft. A 2-in square opccadng nut shall be furnished. Operator stops self be f capable of withstanding input an t of 450 ft lbs. to I. All valves shall be hydrostatically and leak tested. J. Valve class shall be AW WA Class 150B.with operators sized for bi- directional flow. K Valves shall be manufactured by one of the following. 1. Henry Pratt Company, Aurora, IL 2. A-Flo 3. Moeller 4.. DeZnrtic 2.03 SURFACE PREPARATION AND SHOP COATINGS A. The interior ferrous metal surfaces, except finished or bearing surfaces, shall be blast cleaned in accordance with SSPC SP-6 and painted with two coats den approved two-component coal tar epoxy coating specifically formulated for potable water use. The coating used [tout appear on the current edition of the United States Environmental Protection Agency's list entitled "Accepted Categories and Subcategories of Coatings, Liners and Paints for Potable Water Usage ". SSPC B. SP-6 and given m �hop � of aall blast heavy coat tar enamel or an approved tw component with tar epoxy paint. PART 3 EXECUTION (NOT USED) A352192101 END OF SECTION 02641 -4 March 2, 1999 City of Round Rock Public Works Department Addendum No. 1 UNDERGROUND BUTTERFLY VALVES Revisions to equipment specifications Section 02641 — Underground Butterfly Valves A) Page 02641 — 3, Item 2.02 B, delete this item in its entirety and replace with the following: "B. Valve bodies shall be constructed of cast iron ASTM Al26, Class B. Valves shall be flanged. Flange drilling shall be in accordance with ANSI B16.1, Class 150. Laying length shall be short body as listed in AVWVA C504.° B) Page 02641 — 4, Item 2.02K, delete this item in its entirety and replace with the following: "K Valves shall be manufactured by one of the following: 1. Henry Pratt Co., Aurora, IL. 2. Mueller 3. DeZurik° Bidders shall acknowledge this addendum by noting it on their bid response. Items Below Apply To And Become A Part Of Teens And Conditions Of Bid Any Exceptions Thereto Must Be In Writing 1. BIDDING REQUIREMENTS: 1.1 Bidding requhes pricing per unit shown and mdensions. If bade discount Is shown on bid, H should be deducted and net fine extepsions shown. Bidder guaran- tees product offered will meet or exceed specifications Identified In thus IFB. 12 Bids should be submitted on this form. Each bid shall be placed in a separate envelope completely and properly identified: See Instructions on reverse side. Bids must be in the office of the Clly Purchasing Agent before the hour and dale specified on the reverse side or this IFB. 1.3 Late buds properly Identified will be retuned to bidder unopened. Late bids wN not be considered. 1.4 Ouote F.O.B. destination. H ethenvise, show exact cost to deliver. Bid unit price on quantity and unit of measure specified, extend and show total. In case of errors in extension. unit prices shall govern. Bids subject to unlimited price increase will not be considered. 1.5 Bid prices shall be firm for acceptance 30 days from bid opening date. "Discount from List" bids are not acceptable unless requested. Cash discount will not be considered in determining the low bid. M cash discounts offered will be taken H earned. 1.6 Bids shall give Tax Identification Number, lull name and address of bidder. Failure to sign bid will disqualify bid. Person signing bid shall show title and authority to bind signatories firm in a contract. Fkm name should appear on each page In the dock provided In the upper right coma. Business Entity shall be one (1) of the following: Individual, Partnership. Sole Proprietorship. EstatelTnrst, Corporation, Governmental, Non - profi ell others shad be specified. INDIVIDUAL List name and number as shown on Social Security Card. SOLE PROPRIETORSHIP: 1151 legal name followed by legal business name and Social Security Number. ALL OTHERS: List legal name of entity end Tax Identification Number (TIN). 1.7 Bid Cannot be altered or amended after opening lime. Arty Alterations made belie opening time shall be Initialed by bidder or an authorized agent. No bid can be withdrawn after opening time wlhoul approval of the City based on a written acceptable reason. 12 The CRY is exempt from Slate Sales Tax and Federal Exdse Tax. Do rot include tax a bid. 1.9 The City reserves the right to accept or reject al or any part of bid, waive minor technicalities and award the bid to best serve the Interests of the City, Split awards may be made at the sole discretion of the Cdy. 1.10 Consistent and continued fie bids could cause rejection of bids by the City and e.investigation for antitrust violations. 1.11 Telephone bids and facsimile bids are not acceptable In response to this invitation for Bids. 1.12 CAUTION: Bid invitation 00ows auRldent time for receipt of the preferred mod response. The City shall not be responsible for bids received late. Illegible, incomplete, or otherwise non-responsive. 2. SPECIRCATION: 2.1 My catalog. brand name or manuladurer's reference used in Invitation for Bids is descriptive only (not restrictive), and Is used to Indicate type and quality desired Bids on brands of Ike nature and quaay wa be considered unless advertised under the provisions of Section 252.022 M the Texas Local Government Code. H Other than brand(s) specified Is offered. Illustrations and complete descriptions of product offered are requested le be made a pant of the bid. H bidder takes no exceptions to specifications or reference data M his bid. bidder will be required to furnish brand names. numbers, etc., as specified a dhe IFB. 2.2 All items bid shall be row. In first lass condition. adudkg containers suitable for shlpmeM and storage, unless otherwise indicated in IFB. Verbal agreements to the Contrary will not be recognized. 2.3 Samples, when requested. must be furnished free of amens& to the City. II not destroyed in examination, they will be retumed to the bidder. on request, at bidders expense. Each example should be marked w116 bidder's name and address, (Sty bid number and code. Do not enclose in or attach to bid. 2.4 The City wig not be bound by any oral statement or representation contrary o the written specifications of this IFB. 25 Manufacturers standard weranty shall apply unless otherwise staled In the IFB. 3. TIE BIDS: In case of lie bids, the award wa be made in accordance with Section 271.901 of the Texas Loral Government Code. 4. DELIVERY: 4.1 Bid should slaw number of days required to place material in City's designated location under normal conditions. Failure to stale delivery time obligates bidder lo compete delivery in lourteen (14) calendar days. Unrealistically short or long delivery promises may cause bid to be disregarded. Consistent failure to meet delivery promises without valid reason may cause removal from bid lis1. (See 42 following.) 4.2 H delay Is foreseen, contractor shell give written notice to he City. The City has the right to extend delivery date H reasons appear valid. Contractor must keep he City advised at all limes of status of order. Default In promised delivery (without acceptable reasons) or failure to meet specifications, authorizes the (Sty to purchase supplies elsewhere and charge full increase. if any, in cost and handing to defaulting contractor. 4.3 No substitutions or C0m0eaations pend0ed n dthu R written approval of the City. 4.4 Deivery shall be made durlg normal world g hours ady, unless prior approval for late delivery has been obtained from the City, unless otherwise specified In he IFB. 5. INSPECTION AND TESTS: M goods will be subject to Inspection and teat by he City to the extent practicable al a0 times and places. Authorized City personnel Shall have access to any sugpfiers place of business for he Depose of impeding merchandise. Tests may be performed on samples submitted with he bid or on samples taken from regular shipments. H the products tested fat to meet or exceed all conditions and requirements M the specifications, he 008101 the sample used and IM coal of the testing shall be biro by the suppler. Goods which have been delivered and rejected in woo or in pal may, at the Gitys option, be resumed to he Vendor or held or disposition at Vendors risk and expense. Latent defects may result in revocation M acceptance. 6. AWARD OF CONTRACT: Arespa.sa to an IFB Is an offer to contract with he City based upon the terms, conditions, and specifications contained M the IFB. Bids do not become contracts unless and until they are accepted by he (Sty through its designates snot a purchase order Is issued. The contract shall be governed, construed, and interpreted under he Charter of the City and he laws of Sale of Texas_ M contracts are subject to the approval of the City Council. 7. PAYMENT: Vendor shall submh three (3) copies of an invoice slowing he purchase order number on all copies. 6. PATENTS AND COPYRIGHTS: The contractor agrees to protect the City from claims hwolving infringements of patents or copyrights. 9. VENDOR ASSIGNMENTS: Vendor berets/ assigns to purchaser any and all claims for overcharges associated with this contract which arise under the antitrust laws M he Stale of Texas To. Bus. and Comm. Code Mn. Sec. 15.01, el seq. (1967). 10. BIDDER AFFIRMATION: Signing tlls bid with a false statement is a material breach of contract and shaft void the submitted bid or any rewriting contracts, and the bidder shall be removed from all bld lids. By signature hereon affixed, he bidder hereby certifies that: 10.1 The bidder has not given, offered to give. nor intends to give any time hereafter any economic opportunity, lucre employment. g41. loan. gratuity, special discoun trip, favor, or service to a public servant in comedian with he submitted bid. 10.2 The bidder Is not currently delinquent In the payment of any debt owed the City. 10.3 Neither he bidder nor the ism, corporation, partnership, or any entity ropreeenled by the bidder, or anyone acting (a such firm, corporation. or entity has violated the antitrust laws of this Sale coddled in Sefion 15.01 et. seq., Texas Business and Commercial Code, or the Federal Antitrust Laws, nor communicated directly or Indirectly the bid made to any competitor, or any other person engaged In such line of business. 10.4 The bidder has not received compensation for pertepalim In the preparation of he specification for this IFB. 11. NOTE TO BIDDERS: My lens and conditions attached b bid via not be considered unless the bidder specifically references them on the front of his bid form. WARNMG: Such terms and conditions may result in disqualification M the bid (eg., bids with he laws of a slate other than Texas, requirements for prepavmen; limitations on remedies. etc.). The City of Round Rock can only accept bids which contain all the terms and conditions of la formal IFB; in particular, err nice, =r allmations and eerbncalors must be Iduded. Submersion of bids on forms other than City bid form may result in disqualification of your bid. 12. INOUIRIES. Inquiries pertaining to bid Iwl0HOns must give hid lumber, codes, and opening date. DATE: March 19, 1999 SUBJECT: City Council Meeting — March 25, 1999 ITEM: 10.D.3. Consider a resolution authorizing the City Manager to issue a purchase order for the purchase of Underground Butterfly Valves for the proposed expansion of the Water Treatment Plant. Three valves were bid on March 16, 1999 in -order to have them available for immediate use in the expansion of the Water Treatment Facility. The low bid was $17,931.00 submitted by Environmental Improvements, Inc. Staff recommends award of the bid and the execution of a purchase order. Staff Resource Person: Jim Nuse, Public Works Director. The three bids that were submitted are as follows: Environmental Improvements, Inc. - $17,931 The Scruggs Co. - $20,170 Municipal Pipe & Fabricating Co. - $22,597