INVITATION TO BID. August 3, Dear Vendor,

Size: px
Start display at page:

Download "INVITATION TO BID. August 3, Dear Vendor,"

Transcription

1 INVITATION TO BID August 3, 2016 Dear Vendor, Enclosed you will find a bid package for a Route 13 Water Main Project Materials for the City of Seaford. All pertinent information is contained within. The bid opening will be held at 2:00 p.m., on Wednesday, September 7, 2016, inside the Council Chambers at City Hall, 414 High Street, Seaford, DE. Should you need clarification on any item, please contact Ms. Tracy Torbert, Executive Secretary at or Berley Mears, Public Works Director at Thank you for reviewing this information and participating in our bidding process. Sincerely, City of Seaford Dolores J. Slatcher City Manager Enclosures

2 CITY OF SEAFORD BID NOTICE ROUTE 13 WATER MAIN PROJECT MATERIALS Sealed bids will be received by the City Manager of the City of Seaford, 414 High Street, Seaford, DE 19973, until 2:00 p.m., prevailing time on Wednesday, September 7, 2016 for a Route 13 Water Main Project Materials only procurement bid. The bids received will be opened in the City Hall Council Chambers and read aloud at this time. The City Manager and staff will then evaluate them for compliance. The bids may be presented to the Mayor and Council at their regular meeting on Tuesday, September 13, 2016 at 7:00 p.m., in the City Hall Council Chambers, 414 High Street. They may be awarded at this time. The Mayor and Council reserve the right to reject any and all bids. Bids must be submitted in a sealed envelope, addressed ATTN: Dolores Slatcher, City Manager, City of Seaford, P.O. Box 1100, Seaford, DE The outside of the envelope must be marked Attn: City Manager, Route 13 Water Main Project Materials, and the bidder s name and address shall be shown thereon. All proposals must be made on the bid form provided in the specifications. All proposals must conform to the bid documents. Any exceptions will be evaluated for suitability and acceptance is at the sole discretion of the owner. Complete specifications and contract documents will be available at the City of Seaford, 414 High Street, Seaford, Delaware Copies may be obtained by calling Berley Mears, Public Works Director at (302) or Tracy Torbert, Executive Secretary, at (302) No bids may be withdrawn after the scheduled time from the receipt of bids for a period of thirty days. The City of Seaford reserves the right to reject any and all bids and to waive any or all informalities in any bid or bids. City of Seaford Dolores J. Slatcher City Manager

3 INFORMATION FOR BIDDERS BIDS will be received by the City of Seaford (herein called the Owner ) at the office of the City Manager, City Hall, 414 High Street, Seaford, Delaware until 2:00 p.m., prevailing time, on Wednesday, September 7, 2016 and then publicly opened in the City Council Chambers and read aloud. BIDDERS are advised that the bid is for providing materials for the Route 13 Water Main Project being installed by the City of Seaford Public Works Department. All applicable destination, freight or other applicable charges shall be included in the bid price provided. All materials shall be delivered to the City of Seaford s utility building located at 8000 Herring Run Road, Seaford, DE Each BID must be submitted in a sealed envelope, addressed to the City Manager, City of Seaford, City Hall, 414 High Street, P.O. Box 1100, Seaford, DE Each sealed envelope containing a bid must be plainly marked on the outside as Attn: City Manager, Route 13 Water Main Project Materials and the envelope should bear on the outside the name of the BIDDER and their address. If forwarded by mail, the sealed envelope containing the BID must be enclosed in another envelope addressed to the OWNER. Any BID received after that time and date specified shall not be considered. All BIDS must be made on the required BID proposal form. All blank spaces for BID prices must be filled in, in ink, or type written, and the BID form must be fully completed and executed when submitted. One copy of the BID form is required. BIDS and/or alternate bids submitted by FAX will not be accepted. The OWNER may waive any informalities or minor defects or reject any and all BIDS. Any BID may be withdrawn prior to the above scheduled time for the opening of the BIDS or authorized postponement thereof. No BIDDER may withdraw a BID within thirty (30) days after the actual date of the opening thereof. BIDDERS must satisfy themselves of the accuracy of the required materials in the BID documents by a review of the CONTRACT DOCUMENTS. After BIDS have been submitted, the BIDDER shall not assert that there was a misunderstanding concerning the location, use of property or conditions outlined in the CONTRACT DOCUMENTS. Information obtained from an officer, agent or employee of the OWNER or any other person shall not affect the risks or obligations assumed by the CONTRACTOR or relieve them from fulfilling any of the conditions of the contract. The OWNER may make such investigation as they deem necessary to determine the ability of the BIDDER to provide the necessary materials and the BIDDER shall furnish to the OWNER all such information for this purpose as the OWNER may request. The OWNER reserves the right to reject any BID if the evidence submitted by, or investigations of, such BIDDER fails to satisfy the OWNER that such BIDDER is properly qualified to carry out the obligations of the Agreement. A conditional or qualified BID may be reason to disqualify your bid. Award may be made to the lowest, responsible BIDDER. The Mayor and Council reserve the right to reject any and all bids. The bids may be presented to the Mayor and Council at their Regular Meeting on Tuesday, September 13, 2016 at 7:00 p.m., at City Hall, 414 High Street, Seaford, DE. All applicable laws, ordinances and the rules and regulations of all authorities having jurisdiction over the MATERIALS shall apply to the contract throughout.

4 Each BIDDER is responsible for reading and being thoroughly familiar with the CONTRACT DOCUMENTS. The failure of the BIDDER to do any of the foregoing shall in no way relieve any BIDDER from any obligation respective to their BID.

5 DETAIL SPECIFICATION Polyvinyl chloride (PVC) plastic pipe shall be manufactured by Diamond Plastics Incorporation, or approved equal, and used for water main construction. The pipe shall meet or exceed the requirements of AWWA C 900 latest edition. It shall have outside diameters equal to cast iron pipe with a standard dimension ratio (SDR) of 18. The pipe shall be rated for a working pressure of at least 150 psi plus a surge allowance of at least 35 psi and shall have a minimum ultimate hydrostatic strength of 600 psi. Each pipe section including the bell or coupling shall be subjected to a hydrostatic test of not less than 500 psi for at least 10 seconds. Pipe shall be tested in accordance with conditions specified in ASTM D 618. Any pipe that leaks or is unusable to withstand the test pressure shall be rejected. The test shall be conducted at the factory and certification stating that the test has been conducted as specified and the pipe meets all conditions of this specifications shall be submitted upon request. Polyvinyl chloride (PVC) pipe shall be manufactured with an elastomeric gasket joint conforming to ASTM D Pipe ends shall be beveled. Pipe shall be manufactured in lengths not to exceed 20 feet. Ductile iron pipe shall be manufactured by McWane Ductile, or approved equal, in accordance with ANSI/AWWA C151/A21.51, latest edition, and shall be thickness Class 50. All fittings for water main pipe shall be made of cast iron in accordance with ANSI Standard A Fittings shall be class 250 and provided with mechanical joint ends furnished in accordance with ANSI Specification A Ductile iron fittings will be an acceptable alternate. Ductile iron fittings shall be mechanical joint with a 350 psi pressure rating conforming to ANSI Standard S21.53 and A Inside of fittings shall be double cement lined with bituminous seal coat in accordance with ANSI Outside of fittings shall also be bituminous seal coated. Must be domestic made. Mechanical joint restraining gland packs will be complete with gasket, bolts, and nuts. Gland shall be a mechanical joint type wedge action restraining gland manufactured by EBBA Iron or approved equal. Must be domestic made. Gate valves shall be resilient seat type, in accordance with AWWA C515, latest edition. Valve bodies and bonnets shall be ductile iron epoxy coated on the inside per AWWA C-550. Stem and wedge nuts shall be bronze. Stems shall be sealed by at least two O-rings. Seals shall be replaceable with the valve fully open and while subject to the rated pressure. Wedge shall be constructed of ductile iron fully encapsulated in synthetic rubber except for guide and wedge nut areas or it shall have a replaceable internally reinforced, contoured molded rubber disc seat ring attached to the face of the wedge with self-locking stainless steel screws. Wedge rubber shall be molded in place and bonded to the ductile iron portion. Wedge shall seat against accurately formed seating surfaces in the valve body. Waterway shall be smooth and shall have no depression or cavities in the seat area where foreign material can lodge and prevent closure or seating. Gate valves shall be American Flow Control (AFC) resilient wedge tapping valve 2500 series or approved equal.

6 Tapping sleeves shall be of all stainless steel construction including sleeve, bolts and nuts. Sleeves shall wrap 360 degrees around the pipe with gridded full circumference gasket. Units shall be Powerseal Pipeline Product 3490AS tapping sleeve or approved equal. Tapping valves shall be American Flow Control (AFC) resilient wedge tapping valve 2500 series or approved equal. Valve boxes shall be a five and one-quarter (5 ¼) inch diameter Buffalo screw type valve box with the word Water cast in the lid. Valve boxes shall be adjustable between 2 4 and 3 4 except when deeper settings are required. Lids shall be extra deep and have two (2) holes for removal of the lid. Valve boxes shall be as manufactured by Mueller or approved equal. Fire Hydrants MUST be an American Darling Model B-62-B traffic model compression type with a five and one-quarter (5 ¼) inch main valve opening, two (2) two and one-half (2 ½) inch hose nozzles, one (1) five (5) inch pumper Storz nozzle, and one (1) six (6) inch mechanical joint shoe connection. Depth of bury shall be four (4) feet six (6) inches. They shall meet the requirements of AWWA Standard C-502. A sworn certificate of inspection and testing shall be furnished by the manufacturer. All hydrants to be furnished with non-kinking chains on the 2 ½ inch nozzles. Hydrants shall open by turning the operating nut counterclockwise. Fire hydrants to receive one (1) coat of primer and two (2) coats of silver paint in accordance with Federal Standard 595A. The bonnet shall be standard safety blue in color. NO ALTERNATE TO THE AMERICAN DARLING MODEL B-62-B WILL BE ACCEPTED. Standard water service lines shall be polyethylene, one (1) and two (2) inch diameter SDR-9 copper tube size. Service lines shall conform to AWWA C901 and ASTM D Corporation stops shall be one (1) inch, Mueller Model H-15008N. NO ALTERNATE WILL BE ACCEPTED. Inserts shall be Mueller Part No or approved equal. One (1) inch curb stops shall be Mueller Model H-15209N. Curb boxes shall be manufactured by Bingham & Taylor, Model P205. NO ALTERNATES WILL BE ACCEPTED. Service tapping saddles shall be Powerseal Pipeline Product 3412AS, or approved equal, tapping sleeve with one (1) and two (2) inch CC thread. Two (2) inch curb stops shall be Mueller Oriseal H-15209N. The valve box shall be 5 1/4 inch Mueller Buffalo screw type box with water cast in the lid. NO ALTERNATE WILL BE ACCEPTED FOR CURB STOP. Corporation stops shall be two (2) inch, Mueller Model H-15013N. NO ALTERNATE WILL BE ACCEPTED.

7 BID PROPOSAL CITY OF SEAFORD PUBLIC WORKS RT. 13 WATER MAIN PROJECT MATERIALS ITEM QUANTITY UNIT PRICE TOTAL PRICE 10 C900 pipe 1380 LF 6" ductile iron pipe 18 LF Fire hydrant 2 6 gate valve 2 10" tapping sleeve 2 10" tapping valve 2 10 x 6 MJ tee 2 10 MJ MJ solid sleeve 2 10 x1 service saddle 6 10 x2 service saddle 1 6 restraining gland pack 8 10 restraining gland pack 18 Curb box 6 Valve box 5 1 SDR9 poly pipe 100 LF 2 SDR9 poly pipe 25 LF 1" corporation 6 1" curb stop 6 2" corporation 1 2" curb stop 1 1" SS insert 12 2" SS insert 2 TOTAL BID: ***Contact Berley A. Mears, Public Works Director, at (302) with any questions.

8 Bidder s Name (Please print or type) Date Address Cell Phone # Signature of Officer of Company Address Name of Officer (Please print or type)