formal invitation for bids annual contract for … brass... · formal invitation for bids annual...
TRANSCRIPT
Page 1 of 6
SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT
Issued By: D. Anthony Rubin Date Issued: August 20, 2014
BID NO.: 14-0028
FORMAL INVITATION FOR BIDS
ANNUAL CONTRACT FOR MISCELLANEOUS WATERWORKS BRASS GOODS
ADDENDUM NO. 1
Sealed bids addressed to the Purchasing Director, San Antonio Water System, 2800 US Hwy 281 North, San Antonio, TX
78212 will be received until 3:00 p.m., August 26, 2014 and then publicly opened and read aloud for furnishing materials
or services as described received herein below,
The San Antonio Water System Purchasing Department is willing to assist any bidder(s) in the interpretation of bid
provisions or explanation of how bid forms are to be completed. Assistance may be received by visiting the Purchasing
Office in the SAWS Main Office, 2800 US Hwy 281 North, San Antonio, TX 78212, or by calling (210) 233-3819.
This invitation includes the following:
Invitation for Bids Specifications and General Requirements
Terms and Conditions of Invitation for Bids Price Schedule
The undersigned, by his/her signature, represents that he/she is authorized to bind the Bidder to fully comply with the
Specifications and General Requirements for the amount(s) shown on the accompanying bid sheet(s). By signing below,
Bidder has read the entire document and agreed to the terms therein.
Signer’s Name: ________________________________ Firm Name: ___________________________________
(Please Print or Type)
Address: ______________________________________
_____________________________________________
Signature of Person Authorized to Sign Bid City, State, Zip Code: ___________________________
Email Address: _______________________________ Telephone No.: ________________________________
Fax No.: _____________________________________
Please complete the following:
Prompt Payment Discount: ______% _______days. (If no discount is offered, Net 30 will apply.)
Please check the following blanks which apply to your company:
Ownership of firm (51% or more):
___Non-minority ____Hispanic ___African-American ____Other Minority (specify) ____________________
___Female Owned ___Handicapped Owned ___Small Business (less than $1 million annual receipts or 100 employees)
Indicate Status: ___Partnership ___Corporation ____Sole Proprietorship ____Other (specify) _______________
Tax Identification Number:____________________
To report suspected ethics violations impacting the San Antonio Water System, please call 1-800-687-1918.
Page 2 of 6
Please make the following changes to subject bid form mailed to you August 6, 2014.
Change bid opening date and time as follows:
“3:00 p.m., August 26, 2014”
STANDARD REQUIREMENTS and SPECIFICATIONS have been revised as follow:
IT IS NOT NECESSARY TO RETURN THIS ADDENDUM WITH YOUR BID
STANDARD REQUIREMENTS:
1. Prospective bidders must prove beyond any doubt to SAWS Purchasing Department that they are duly qualified,
capable, bondable, etc. to fulfill and abide by the specifications herein listed.
2. When contractor cannot abide by terms and conditions in fulfilling the contract, contractor must supply service or
supplies from other sources at the contract price. If contractor delays in the above, SAWS reserves the right to
purchase on the open market and charge contractor the difference between contract price and the purchase price.
3. The Annual Contract shall include the following terms and conditions:
a. An Annual Contract purchase order will not be issued for each SAWS department authorized to place orders
against this annual contract. A contract purchase order will be issued per order. Vendor must have the Contract
Purchase Order before making any delivery. Payment will be made by SAWS on a monthly basis.
b. All invoices must be submitted in singular and show each purchase order number and corresponding SAWS
department. Invoices must be legible. Items billed on invoices must be specific as to applicable stock,
manufacturer, catalog or part number (if any). All items must show unit prices or otherwise specified. If prices
are based on discounts from list, then list prices, discounts in terms of percentage, and net prices must be shown.
If prices are based on list prices basis, then the list prices, the "plus" in terms of percentage, and net unit prices,
extensions and net total prices must be shown. In connection with any term discount offered, time will be
computed from the first of the month following receipt of supplies or services, or a correct invoice. Payment is
deemed to be made on the date of mailing of the check.
c. Bidders' facilities and equipment may be a determining factor in making the bid award. All bidders may be
subject to inspection of their facilities and equipment.
4. Price must remain firm for the duration for the contract period.
5. All bids submitted shall be valid for a period of not less than ninety (90) days.
6. Questions pertaining to bid will be answered by D. Anthony Rubin at (210) 233-3815 or via e-mail
7. Technical questions will be answered by Marty Martinez at (210) 233-3273 or via e-mail [email protected]
with a copy to [email protected]..
8. Award will be made to the overall lowest responsible bidder for all items.
9. It is anticipated that award of this contract will be made within 60 days following the date of the bid opening.
Page 3 of 6
10. Sites where delivery is to occur under this contract include: 1) the SAWS Eastside Service Center located at 3930 East
Houston Street; 2) SAWS Northwest Service Center located 6003 Wurzbach Road; 3) Northeast Service Center
located at 13655 O'Conner Road; 4) Mission Road Service Center located at 515 Mission Road, and 5) Dos Rios
Supply Warehouse located at 3225 Valley Road.
11. Group 3, Service Couplers, shall be constructed in such a manner that the coupler will slide completely over the pipe.
No pipe stop will be allowed.
12. Item No. 3 of the attached specifications applies to bid item Group 1 & 4 corporation and curb stop only.
13. Delivery of all items shall be complete within 20 calendar days from date of purchase order.
14. Manufacturers and models are designated by name and number in bid invitation for clarity of quality and style only.
15. Where manufacturers and models are designated by name and number in the invitation for bid, “approved equal” bids
by manufacturers not so designated will not be accepted unless authorized in writing by Purchasing Division.
16. All requests for approved equals must be submitted in writing with printed manufacturers’ specification sheets to Mr.
D. Anthony Rubin, SAWS Purchasing Division, P. O. Box 2449, San Antonio, Texas 78298-2449. Notification may
occur via fax at (210) 233-5433 or emailed to [email protected]. Deadline for notification shall occur no later
than 3:00 p.m. on August 14, 2014.
17. Bidder must fill in the manufacturer and part number it is quoting or bid may be considered incomplete.
18. SAWS reserves the right to require the Contractor to establish and maintain individual stockpiles of these materials
within its property. Furthermore, SAWS or a designated agent shall at the approval of the Contractor, take samples
from such stockpiles for the purpose of testing by SAWS laboratory personnel at no additional cost to Contractor.
19. Normal business hours at SAWS are Monday through Friday, 7:00 a.m. to 5:00 p.m., except recognized SAWS
holidays.
20. Because of quoted delivery requirements, the San Antonio Water System (SAWS) may:
(a) Issue a purchase order to the successful bidder during the period of this contract, for "drop shipment" during the
first two months of the following contract.
(b) Issue a purchase order to the successful bidder, between the award date and the effective date of this contract,
for "drop shipment" during the period of this contract.
21. A usage report will be required from the successful bidder on a quarterly basis. Usage report should detail
item description, item/part number, quantity, base price, discount, and final price by manufactory brand. This
report must be provided to the Purchasing Division, Attention D. Anthony Rubin, P.O. Box 2449, San Antonio,
Texas 78298-2449 or it can be faxed to 210-233-5433, or e-mailed to [email protected].
Page 4 of 6
SPECIFICATIONS:
15-40
SAN ANTONIO WATER SYSTEM
SPECIFICATIONS FOR NO LEAD CONTENT WATERWORKS BRASS GOODS
REVISED Dec 2011
1. SCOPE
This specification covers waterworks brass goods, such as, corporation stops, curb stops, couplings,
connectors, nipples, etc.
2. GENERAL REQUIREMENTS
a. The brass composition shall conform to ASTM Specifications B-62, or latest revision thereof,
fittings shall conform to ANSI/AWWA Specifications C-800, or latest revision thereof.
b. All brass components in contact with potable water must be made from either CDA/UNS Brass
Alloys C89520 in accordance with ASTM B584; or C89833 with a maximum lead content of
.25% by weight. Brass saddles shall be made from CDA/UNS C83600.
c. Any brass component not in contact with potable water shall be made of 85-5-5-5 brass as
defined per ASTM B62, ASTM B584 and AWWA C-800.
d. All service fittings shall be certified as suitable for contact with drinking water by an ANSI
accredited organization in accordance with ANSI/NSF standard 61, Drinking Water Systems
Components-Health effects section 8. Proof of certification is required. The lead content of the
wetted components in contact with potable water shall also be verified by an ANSI accredited
testing facility.
e. All brass fittings and valves shall have the manufacturers name and/or trademark integrally
stamped, or cast into it indicating that the product is manufactured from the low-lead alloy as
specified. Another marking such as “NL”, “EBII”,”FD” or other commonly accepted identifier,
indicating the alloy as “No-lead”; shall also be cast or stamped into the fitting or valve.
f. Painting, printing, sticker, or decals attesting to the components “no-lead” certification shall not
be permitted.
g. All casting shall have a natural, clean uniform and smooth surface, and be free from internal
porosity.
h. All machining shall be done in a workmanlike manner and within the acceptable tolerances.
3. DESIGN CRITERIA FOR BALL TYPE CURB STOPS /ANGLE VALVES
a. All Curb Stop, Corporation and Angle valves shall be ball valves. "Inverted/Ground Key,” type
angle valves will not be accepted.
b. Ball type valves will not have a stop.
c. All ball valves, couplings and adapters will be pressure rated to 300 psi, and will be supplied
with blowout resistance cap and stems with double SBR, NBR or EPDM o-ring steam seal.
Page 5 of 6
d. Stem and cap assembly will be one-piece design and will withstand low operating torque.
e. Ball seats will be made with unfilled Teflon or EPDM for resilience and minimal friction.
f. Ball will be lead free cast brass or stainless design. Only lead free Coatings would permitted.
g. All fittings shall have a lifetime guarantee against lead leachate from the casting.
h. The reduced port design not will be acceptable. The only exception is on the 3/4" curbstop
angle/meter valve.
i. Pack Joints will not be accepted.
APPROVED MANUFACTURER LIST
In Line FIP X FIP
Approved Manufacturers and Models:
2-INCH FIP X FIP
Manufacturer Model
Ford Meter Box B11-777WR-NL
A.Y. McDonald 76111W
Mueller B-20200-3N
James Jones J1900-RN
Angle Curb Stop Meter Coupling x Compression
Approved Manufacturers and Models:
Size
Manufacturer 3/4" 1" 1.5" 2"
A.Y. McDonald 74652BQ & 74612BQ 74612BQ 74612BCS 74612BCS
Ford Meter Box BA43-232WRQ-NL BA43-444WRQ-NL BFA43-666WRQ-NL BFA43-777WRQ-NL
Mueller B24258-3N B24258-3N B24276-3N B24276-3N
James Jones J-1963WSG-N J-1963WSG-N J-1975WSGLS-N J-1975WSGLS-N
Page 6 of 6
F.I.P. X METER SWIVEL NUT/COUPLING
Approved Manufacturers and Models:
Size
Manufacturer 3/4"
A.Y. McDonald 74654B
Ford Meter Box BA13-232WR-NL
Mueller B24265-3N
James Jones J-1966WLS-N
Ball Corporation Valve
Approved Manufacturers and Models:
Manufacturer CC X CMP IP X CMP
A.Y. Mc Donald 74701BQ 74704 BQ
Mueller B-25008N B-25028N
James Jones J-1937 SG-N J-1935 SG-N
Ford Meter Box FB-1000Q-NL FB-1100Q-NL