Water Works Bid Notice FY2017

advertisement

MILTON PUBLIC WORKS DEPARTMENT

WATER WORKS SUPPLIES BID

FISCAL YEAR 2017

 

INVITATION TO BID

The DPW director invites sealed bids for furnishing and delivering Water Works

Supplies expected to be used during the period July 1, 2016 through June 30, 2017.

No price increases will be accepted over the term of this contract. Services shall be provided under the provisions of Massachusetts General Laws Chapter 30, Sections 39M.

Bids will be received only at the Town of Milton, Office of the Department of Public

Works, 629 Randolph Avenue, Milton, MA 02186. Envelopes containing bids must be sealed, clearly marked with name and address of Bidder. Proposals must be submitted in a sealed envelope marked "Water Works Supplies Bid" along with the reference number of the item or items included with the bidders proposals.

Bids will be received at the Office of the Department of Public Works, 629 Randolph

Ave., until 9:00 a.m. on June 3, 2016. Shortly thereafter, they will be publicly opened in the Blute Conference room located in the basement of the Town Hall at 525 Canton

Avenue, Milton MA. Specifications are available at the Office of the Department of

Public Works, 629 Randolph Ave., Milton, MA 02186 from 8:00 a.m. to 3:30 p.m.

Monday through Friday or online at www.townofmilton.org

on the DPW page

( http://www.townofmilton.org/Public_Documents/MiltonMA_DPW/DPW ).

All prospective bidders must request to be on the Official Bid List via email to engadmin@townofmilton.org

or via fax to (617) 698-1290, to receive official notices and/or addenda. Failure to do so may result in disqualification of submitted bids.

 

The Town reserves the right to reject any and all bids in the best interest of the Town.

The following is a numbered list of the items for which the Town of Milton requires bids:

1. Ductile Iron Pipe

2. Main Pipe Fittings, Repair Clamps, and Water Service and Gate Boxes

3. Fire Hydrants

4. Brass Goods

5. PVC Sewer Pipe and Clay to PVC Transition Couplings

Request for Proposals

For

Water Works Supplies, FY2017

Town of Milton,

Massachusetts 02186

Water Works Supplies –WB2017

Town of Milton, MA

April 26, 2016

GENERAL INSTRUCTIONS FOR BIDDERS

1. The awarding authority for the Town of Milton reserves the right to reject any and all bids, wholly or in part, and to make awards in the best interest of the Town. Therefore, all awards will be made to the lowest responsible and responsive bidder quoting the lowest net price in accordance with the specifications. The right is reserved to make awards on all proposals by items, or to the lowest bidder, or to accept all or part of your proposal.

2. The Town of Milton is exempt from the payment of Federal Excise taxes as well as Mass.

Sales Taxes and prices quoted herein are not to include either. The Town of Milton’s Mass. Sales

Tax Exemption number is 046-001-228.

3. All prices are to be firm; delivered to the Town DPW yard located 629 Randolph Ave, Town of Milton, Mass., unless otherwise indicated by the Town.

4. In case of error in extension of prices quoted herein, the unit price will govern.

5. It is understood and agreed that should any price reduction occur between the opening of this bid and completion of delivery, the benefits of all such reductions will be extended to the Town.

6. The bidder agrees to furnish materials and/or services at prices quoted herein from the date of the bid award to the end of June 2017.

7. The bidder to whom the contract is awarded guarantees to the Town of Milton all equipment, materials and/or workmanship for the period of one (1) year after final inspection and acceptance and shall replace promptly all defective equipment, materials and/or workmanship required without additional cost to the Town.

8. The successful bidder must comply with all laws, bylaws, and regulations of any governmental entity with jurisdiction over the contracted work and/or materials.

9. Interpretations, correction, or change in the Contract Documents will be made by Addendum which will be part of the Contract Documents. Bidders

MUST

email engadmin@townofmilton.org

or fax (617) 698-1290 to enroll on the official bidders list to receive addendum and bid correspondence. Failure to do so may result in bid disqualification.

The Town of Milton will not be held accountable for any oral instructions.

10. The Milton Department of Public Works will fax or email addenda to every individual or firm on the official bidders list (see 9 above) as having taken a set of Contract Documents.

Copies of the Addenda will be made available for inspection on the DPW website http://www.townofmilton.org/Public_Documents/MiltonMA_DPW/DPW and at the Milton

DPW, Department of Public Works, 629 Randolph Avenue, Milton, MA 02186.

11. This inquiry implies no obligation on the part of the buyer, the Town of Milton, MA. Bids will not be considered unless returned on the enclosed bid form. Sealed proposals should be forwarded to the Department of Public Works, Town of Milton, 629 Randolph Ave., Milton, MA

Page   2   of   10  

Water Works Supplies –WB2017

Town of Milton, MA

April 26, 2016

02186, with the appropriate BID NUMBER marked on the lower left corner of the envelope and labeled WATER WORKS SUPPLIES BID.

12. No bid received after the time established for the opening of the bids will be considered regardless of the cause for the delay of the receipt of any such bid.

13. It is understood and agreed that it shall be a material breach of any contract resulting from this bid for the contractor to engage in any practice which shall violate any provisions of M.G.L. c. 151B and c. 149 as amended and EEOC regulations and M.G.L. c. 62C, s. 49A and Chapter

30B, whichever is appropriate.

14. The bidder must submit original and one (1) copies of the bid package to the Town of Milton.

15. The Bidder certifies that no official or employee of the Town of Milton, Massachusetts has a pecuniary interest in this quotation or in the contract the bidder offers to execute or in expected profits to arise there from, unless there has been compliance with provisions of M.G.L. c.43, s.27.

16. Successful bidders of materials will be issued a Notice of Award which must be signed and returned to the Town of Milton. Bidders will be required to provide W-9 forms prior to Contract execution. Return of executed Contract shall serve as Notice of Award.

Pursuant to M.G.L. c.62C, s.49, I certify under the penalties of perjury that I, to my best knowledge and belief, have filed all state tax returns and paid all state taxes under law.

The undersigned certifies under penalties of perjury that this bid is in all respect bona fide, fair and made, without collusion or fraud with any other person. As used in this section the word

"Person" shall mean any natural person, joint venture, partnership, corporation, or other business or legal entity.

Social Security Number or

Federal Identification Number

Signature of Individual, or Corporation

GENERAL CONDITIONS

1. Where specification contains a particular brand, the Town will accept an approved equal substitute. The Town shall be the sole judge as to the quality of the substitute. It is the Bidder's responsibility to prove the quality of any substitute to bid. There is no right of appeal beyond the awarding authority.

2. Items bid must be stock items and readily available.

Page   3   of   10  

Water Works Supplies –WB2017

Town of Milton, MA

April 26, 2016

Pursuant to M.G.L. Ch. 62C, Sec. 49A, I certify under the penalties of perjury that I, to my best knowledge and belief, have filed all State tax returns and paid all State taxes required under law.

_____________________________ _______________________________________

Social Security Number or

Federal Identification Number

__________________________________________

Signature of Individual or

Corporate Officer

Date

Pursuant to this bid specification, I certify under the penalties of perjury that I, to my best knowledge and belief have paid Town taxes and fees required under law.

Social Security Number or

Federal Identification Number

__________________________________________

Date

Signature of Individual or

Corporate Officer

Page   4   of   10  

Water Works Supplies –WB2017

Town of Milton, MA

April 26, 2016

FORMAL BID Commodity:

__________________________________________

Zip ___________

TO: BOARD OF SELECTMEN

Town Office Building

Milton,

1. The undersigned submits this bid for furnishing and delivering Water Works Supplies which is due at the Offices of the Department of Public Works, 629 Randolph Avenue, Milton Ma 02186 on

Friday June 3, 2016 at 9:00 A.M.

, to be opened and publicly read shortly thereafter in the

Blute Conference room located in the basement of the Town Hall (525 Canton Avenue), and declare that it is made without collusion with any other person, firm, or corporation making any other proposal or who otherwise would make a proposal, and agrees to furnish in strict accordance with documents and instructions.

2. Bidder must label envelope containing bid: “WATER WORKS SUPPLIES BID”.

3. Brand Names are used to describe quality rather than preference.

4. The right is reserved to reject any or all bids, to accept the whole or any part of a bid, and also to award portions of the approximate quantities of materials to more than one bidder if deemed in the best interest of the Town.

5. Bidders should check submitted document carefully as they will be held to their prices.

PLEASE PRINT OR TYPE

SIGNATURE OF BIDDER: _______________________________________________

TITLE OF BIDDER:

ADDRESS:

_______________________________________________

TELEPHONE NUMBER: _______________________________________________

FAX NUMBER: _______________________________________________

FEDERAL TAX ID NO.: _______________________________________________

Please check one of the following:

( ) Corporation, incorporated under state of: _____________________________

( ) Partnerships, Names of Partners: ___________________________________

( ) Individual- Name of Owner: _________________________________________

Page   5   of   10  

Water Works Supplies –WB2017

Town of Milton, MA

April 26, 2016

MATERIAL STANDARDS

Ductile Iron Pipe

Distribution pipe shall be class 52 ductile iron cement lined and tar coated, lining shall be a minimum of one eighth

(1/8") in thickness. All pipes shall be manufactured to meet AWWA standards. Push on pipe joints unless specified.

Standard gaskets shall be supplied. Approved manufactures are U.S pipe and Foundry Company, and Griffin Pipe

Company. All others must be approved by Milton DPW. Sizes 6", 8", 16", and 20" centrifugally cast with push on joints. Bid prices quoted shall include delivery to various locations in the Town and the bid shall state approximate time of delivery.

Fittings

All fittings are to be ductile iron and be cement lined. Fittings are required to be acceptable for mechanical joint restraint. Mechanical joint fittings for sizes 4-inch through 12- inch shall be ductile iron compact fittings and rated for 350 psi working pressure. All nuts and bolts shall be of a type equal to ductile iron or KOR-10 steel T -bolts and nuts. State the brand names and models of all fittings. Bid prices quoted shall include delivery to the DPW yard, 629

Randolph Ave, Milton.

Restraining Glands

Shall be of mechanical joint and consist of individually actuated wedges that increase their resistance to pull out as pressure or eternal forces increase. The device shall be capable of full mechanical joint deflection during assembly and the flexibility of the joint shall be maintained after burial. The joint restraint ring and its wedging components shall be made of grade 60A2-10 ductile iron conforming to ASTM A 536-84. The wedges shall be ductile iron heat treated to a minimum hardness of 370 BHN. Dimensions of the gland shall be such that it can be used with the standardized mechanical joint bell conforming to ANSl/AWWA C111/ A21.1 and ANSI/AWWA C153/A21.3 of the latest revision. Torque limiting twist off nuts shall be used to insure proper actuation of the restraining wedges. The mechanical joint restraint shall be available in four (4) through sixteen (16) inch sizes. They shall have a rated working pressure of 250 psi. The devise shall be listed by Underwriters

Gate Valves

Gate valves shall be resilient seated and shall meet the requirements of AWWA C-509. Valves shall be rated for 200 psi minimum working pressure and shop rested at 300 psi. Valves shall be iron body, bronze mounted, resilient seated, non-rising stem type fitted with "O" ring seals and epoxy coated. The operating nut shall be 2-inches square.

Bolts on the bonnet and stuffing box shall be stainless steel (316 stainless steel).

Tapping valves shall be provided with oversized seat to permit use of full sized cutters. Gaskets shall cover the entire flange surface. Valves shall have mechanical joint ends and be equal ANSI/AWWA C11/A21.11 Valves shall open right (clockwise). The number of turns to close a valve from the fully opened position is listed below:

4” 14

6” 20.5

8” 26.5

10” 33

12” 38.5

Page   6   of   10  

Water Works Supplies –WB2017

Town of Milton, MA

April 26, 2016

Hydrants

Fire hydrants purchased shall meet or exceed all applicable requirements and tests of the latest revisions of

ANSI/AWWA Standard C502. Fire hydrants shall meet all test requirements and be listed by Underwriters

Laboratories Inc. Fire hydrants shall meet all test requirements and have full approval of Factory Mutual. In addition, fire hydrants shall meet the following requirements:

1. Fire hydrants shall be rated for a working pressure of 250 Psig. (1725 kPa).

2. Fire hydrants shall be of the compression type, opening against the pressure and closing with the pressure.

3. Fire hydrants shall be 5¼" , open right- 6" mechanical joint inlets, two (2) 2½" hose nozzles, N.S.T.- one (1) 4¼"

Gauge 4-4492 (MUELLER, ⅝ " O.D./4 threads per inch (BOSTON COUPLING) pumper nozzle, Town of Milton special thread- 5'6" bury- value seat assembly to be threaded into a bronze bushing in the shoe.. Pressure loss at

1,000 GPM shall not exceed the following values:

4" Pumper Nozzle: 2.70psi

4.5" Pumper Nozzle: 2.50psi

4. Fire hydrants shall be three-way in design, having one pumper nozzle (size as specified) and two 2-1/2" hose nozzle(s). Nozzle thread type shall be as specified by the end user. Nozzles shall thread counterclockwise into hydrant barrel utilizing "O" ring seals. A suitable nozzle lock shall be in place to prevent inadvertent nozzle removal.

5. The bonnet assembly shall provide an oil reservoir and lubrication system that automatically circulates lubricant to all stem threads and bearing surfaces each time the hydrant is operated. This lubrication system shall be sealed from the waterway and any external contaminants by use of "O" ring seals. An anti-friction washer shall be in place above the thrust collar to further minimize operating torque. The oil reservoir shall be factory filled with a low viscosity, FDA approved non-toxic oil lubricant which will remain fluid through a temperature range of -60° F.to

+150° F.

6. The operating nut shall be 1-5/8” one piece design, manufactured of ASTM B-584 bronze. It shall be pentagon/square in shape and the nut dimensions shall be as specified by the end user. The operating nut shall be affixed to the bonnet by means of an ASTM B-584 bronze hold down nut. The hold down nut shall be threaded into the bonnet in such a manner as to prevent accidental disengagement during the opening cycle of the hydrant. The use of Allen head set screws as a means of retention is unacceptable. A resilient weather seal shall be incorporated into the hold down nut, for the purpose of protecting the operating mechanism from the elements.

7. The direction of the opening shall be as specified by the end user. An arrow and letter R or L shall be cast on the bonnet flange to indicate the specified opening direction. Fire Hydrant Specification (5 1/4" Main Valve)

8. The hydrant bonnet shall be attached to the upper barrel by not less than eight bolts and nuts and sealed by an "O" ring. Metric nuts and bolts are not acceptable.

9. Hydrants shall be a "traffic-model" having upper and lower barrels joined at the ground line by a separate and breakable "swivel" flange providing 3600 rotation of upper barrel for proper nozzle facing. This flange shall employ not less than eight bolts. Metric nuts and bolts are not acceptable. The safety flange segments shall be located under the upper barrel flange to prevent the segments from falling into the lower barrel when the hydrant is struck. The breakaway flange shall have a groove cast in the bottom to ensure proper breakaway. The pressure seal between the barrels shall be an "O" ring. The proper ground line shall be cast clearly on the lower barrel and shall provide not less than 18" of clearance from the centerline of the lowest nozzle to the ground.

Page   7   of   10  

Water Works Supplies –WB2017

Town of Milton, MA

April 26, 2016

10. The operating stem shall consist of two pieces, not less than 1 1-1/4" diameter (excluding threaded or machined areas) and shall be connected by a stainless steel safety coupling. The coupling shall have an I.D. of 1.270 and will have horizontal weakening grooves. The safety coupling shall have an integral internal stop to prevent the coupling from sliding down into the lower barrel when the hydrant is struck. Screws, pins, bolts, or fasteners used in conjunction with the stem couplings shall also be stainless steel. The top of the lower stem shall be recessed 2" below the face of the safety flange to prevent water hammer in the event of a "drive over" where a vehicle tire might accidentally depress the main valve.

11. The lower barrel shall be an integrally cast unit. The use of threaded on or mechanically attached flanges is deemed unacceptable. The hydrant bury depth shall be clearly marked on the hydrant lower barrel.

12. Composition of the main valve shall be a molded rubber having a durometer hardness of 95 +/- 5 and shall be reversible in design to provide a spare in place. Plastic (polyurethane) main valves are unacceptable. The main valve shall have a cross section not less than 1".

13. Hydrants shall be equipped with (2) two drain valves which drain the barrel when the hydrant is closed and seal shut when the hydrant is opened. These drain valves shall be an integral part of the one piece bronze upper valve plate. They shall operate without the use of springs, toggles, tubes, levers or other intricate synchronizing mechanisms.

14. The upper valve plate, seat ring and drain ring (shoe bushing) must be ASTM B-584 bronze and work in conjunction to form an all bronze drain way. A minimum of two (2) internal and two (2) external drain openings are required. Drains ported through an iron shoe must be bronze-lined.

15. The bronze seat ring shall thread into a bronze drain ring (or shoe bushing) providing a bronze to bronze connection. Seat rings shall be "O" ring pressure sealed

16. The shoe inlet size and connection type shall be as specified (flanged, MJ, etc.), having ample blocking pads for sturdy setting and the MJ connection must have two strapping lugs to secure the hydrant to piping. A minimum of six bolts and nuts is required to fasten the shoe to the lower barrel. Metric nuts and bolts are not acceptable.

17. The interior of the shoe including the lower valve plate and stem cap nut shall have a protective coating that meets the requirements of A WW A C-550. If a stem cap nut is utilized, It must be locked in place by a stainless steel lock washer or similar non-corrosive device that will prevent the cap nut from backing-off during normal use.

18. Hydrants shall be warranted by the manufacturer against defects in materials or workmanship for a period often years (10) from the date of manufacture. The manufacturing facility for the hydrant must have current ISO certification.

19. Hydrants shall be Mueller Super Centurion 250 or approved equal.

20. Hydrants must be assembled in America and all bronze and iron castings shall be American Made.

21. All hydrants must be factory coated; barrel and caps to be painted burgundy (comp. to match I001-

09YR05/305) bonnet to be painted either blue (comp. to match I001-90BG36/115) or green

(comp. to match I001-90GY48/091)

22. Hydrants must have current years cast date on the upper barrel.

23. Qualified bidders must have a retail store within 40 miles of the Town stocked with genuine Mueller replacement parts, and a 24 hour emergency service line to ensure parts availability in an emergency situation. Failure to comply

Page   8   of   10  

Water Works Supplies –WB2017

Town of Milton, MA

April 26, 2016 with any of these above requirements is sufficient cause for rejection of proposed hydrants. The Town reserves the right to accept only those materials which are in full compliance with these specifications and deemed most advantageous to its interests.

Hydrant Extensions

Extension kits, standard sizes, shall include a valve rod extension, stem, Coupling, standpipe extension gasket and all other necessary hardware. The hydrant extension kit shall be compatible with the hydrants as requested.

Service Saddles

Service saddles bodies shall be ductile iron, ASTM-A 108, with epoxy finish. Bales shall be carbon steel or stainless steel. Washers to be carbon steel, nuts to be semi finished galvanized hex steel. Gaskets to resist oil, acids, alkalis, and most (aliphatic) hydrocarbon fluids.

Couplings

Couplings shall be of a type equal to Smith Blair, style 441; Dresser Style153; 360 or Romac Style 501 or an approved equal. Couplings shall be provided with plain, Grade 27, rubber gaskets and with black steel, track-head bolts with nuts. The Hymax Coupling or equal must be of carbon steel with fusion bonded epoxy coating. Bolts shall be stainless steel with coated nuts and anti-seize compound (ANSI 304/303) (2 bolts on 4" through 12") The coupling shall have a pressure assisted gasket (NSF61 registered EPDM). Compound approved for contact with drinking water. The gasket shall be made in two layers, with a removable inner layer that allows for pipe diameter range expansion

Full Circle Repair Clamps

The band shall be stainless steel 304 with high strength ductile iron lugs and high strength low alloy steel bolts with heavy semi-finished hexagon nuts Gaskets shall be nitrile NSF listed , compounded to produce superior Storage and performance characteristics while resting water, acids, Alkalis, most (aliphatic) hydrocarbon and many other chemicals.

Valve Boxes

All valve boxes shall be cast iron, manufactured in North America, and of telescopic design with two piece construction, a top with a cover and a bottom (5- inch inside diameter and 6 It in length) The top section shall have a top flange to increase the stability of the box to remain at the present height. The lower section of the box shall have a bell shaped bottom designed to enclose the operating nut and stuffing box of the valve without settling. The valve box shall come complete with a cover on which the word "WATER" shall be cast. The cover of the box shall be close fitting and substantially dirt tight and flush with the top of the box rim.

Service Boxes

Service boxes shall be Erie style, American manufactured, of telescopic type with a length from four (4) to six (6) feet. The cover shall be made of extra grade grey iron. The cover shall be marked "WATER". The arch shall accommodate up to a one (1) inch curb stop. The upper section shall be a telescopic pipe made of steel. The cover shall be counter sunk with a brass pentagonal plug that features a course" rope" thread to enable quick and easy removal. The inside diameter is to be a minimum of two and a half (2 1/2) inches. Repair Lids Shall be iron and marked with the word "WATER"

Page   9   of   10  

Water Works Supplies –WB2017

Town of Milton, MA

April 26, 2016

Brass Fittings and Valves (NO LEAD)

Brass goods furnished under this specification shall be new and unused. All fittings and valves shall be manufactured in accordance with AWWA Standards C-8OO, latest revision.

Any part of the brass fitting or valve in contact with potable water shall be fabricated from Sebiloy or Federalloy or other Town of Milton approved no lead/ultra low lead material. Residual lead levels shall not exceed a maximum of

0.25% by weight.

Components that do not contact potable water shall comply with the requirements of ASTM B 62 and ASTM B 584

Copper Alloy Number C83600 or C84400 respectively. Brass fittings and valves shall comply with the Safe Drinking

Water Act, the U.S Environmental Protection Agency. Service fittings and materials bid under this Section shall be certified as suitable for contact with drinking water by an accredited certification organization in accordance with

ANSI/NSF Standard61, Drinking Water Systems Components - Health Effects. All brass fittings and valves shall have the manufacturers name or trademark integrally stamped or cast on it. Another marking identifying the "no lead" brass alloy, e.g., "EB2", "NL" or "FED" shall be cast or stamped on the fitting or valve.

PVC SEWER PIPE/CLAY TRANSITION COUPLINGS

PVC nonpressure sewer pipe 4-inches through 12-inches diameter shall conform to ASTM D3034, all with SDR of

35. PVC nonpressure sewer pipe shall be furnished in standard lengths. One pipe bell consisting of an integral wall section with a solid cross section rubber ring, factory assembled, shall be furnished with each standard, random and short length of pipe. Rubber rings shall be provided to the requirements of ASTM D32l2.The rubber ring shall be retained within the bell of the pipe by a precision formed groove or recess designed to resist fishmouthing or creeping during assembly of joints. Spigot pipe ends shall be supplied with bevels from the manufacturer to ensure proper insertion.

Each spigot end shall have an "assembly stripe" imprinted thereon to which the bell end of the mated pipe will extend upon proper jointing of the two pipes. All pipe delivered to the Town shall be accompanied by independent testing laboratory reports certifying that the pipe and fittings conform to the above-mentioned specifications.

Page   10   of   10  

Download