Loading...
HomeMy WebLinkAboutPR 22228: FIRE HYDRANTS PURCHASE FROM CORE & MAIN, LP Cnv of U)'! rlhur 7rtas INTEROFFICE MEMORANDUM Date: November 2, 2021 To: The Honorable Mayor and City Council Through: Ronald Burton, City Manager From: Clyde Trahan, Interim Director of Utilities RE: P.R. 22228—Fire Hydrants Purchase from Core & Main, LP Introduction: The intent of this Agenda Item is to seek City Council's approval to purchase fire hydrants from Core & Main, LP of Beaumont, Texas with a projected budgetary impact of$75,000.00. The City has adopted in its specifications the American Flow Control (AFC) B84B fire hydrant, manufactured in Beaumont, Texas to ensure a standard hydrant throughout the City. Standardization is important for our water systems operations and repairs city wide and to the Fire Department. AFC hydrant is widely regarded as one of the best units available. Their current distributor for our area(sole source) is Core& Main, LP. Core & Main, LP has provided quotes (attached) for various hydrants. This contract can be renewed upon mutual consent for an additional twelve (12) month period, and the City can terminate this contract at its convenience with thirty (30) days written notice. Background: The City has adopted in its specifications the American Flow Control (AFC) fire hydrant, manufactured in Beaumont, Texas to ensure a standard hydrant throughout the City. Standardization is important for our water systems operations and repairs city wide and to the Fire Department. AFC hydrant is widely regarded as one of the best units available. Their current distributor for our area(sole source) is Core& Main, LP. Budget Impact: The fire hydrants will be maintained in the inventory at the Water Utilities Department's Warehouse and charged to the appropriate budget account, 410-40-215-5315-00-00-000, Water System Maintenance,when installed. The projected budgetary impact is $75,000.00. Recommendation: It is recommended that City Council approve P.R. 22228, authorizing the purchase of fire hydrants as outlined/discussed above. "Remember,we are here to serve the Citizens of Port Arthur" P. R. No. 22228 11/2/21 bw Page 1 of 3 RESOLUTION NO. A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT FOR THE PURCHASE OF FIRE HYDRANTS FOR THE WATER UTILITIES DEPARTMENT WITH CORE & MAIN, LP OF BEAUMONT, TEXAS WITH A PROJECTED BUDGETARY IMPACT OF $75,000.00. FUNDS ARE AVAILABLE IN ACCOUNT NO. 410-40-215-5315-00-00- 000,WATER SYSTEM MAINTENANCE. WHEREAS, the Water Utilities Department routinely installs and replaces fire hydrants throughout the city; and, WHEREAS, the city standard for fire hydrants is the American Flow Control (AFC) American Darling B-84B, manufactured in Beaumont, Texas; and, WHEREAS, American Flow Control sells its product through distributors exclusive to geographic areas; and, WHEREAS, the Water Utilities Department wishes to enter into a contract with Core & Main, LP for the purchase of fire hydrants with a projected budgetary impact of$75,000; and, WHEREAS, the current sole source AFC distributor for our area is Core & Main, LP of Beaumont, Texas "Exhibit A"; and, WHEREAS, this procurement is exempt from the bid process under Texas Local Government Code Section 252.022, General Exemptions (7A), a procurement of items that are available from only one source, including items that are available from one source because of patents, copyrights, secret processes, or natural monopolies; and, WHEREAS, the quote has been evaluated by the Water Utilities and is attached as "Exhibit B", NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: P. R. No. 22228 11/2/21 bw Page 2 of 3 THAT, the City Manager of the City of Port Arthur is hereby authorized and directed to execute, on behalf of the City of Port Arthur, a contract (attached in substantially the same form as "Exhibit C") between the City of Port Arthur and Core & Main, LP, for the unit prices shown in the quote, with a projected budgetary impact of$75,000.00. THAT, this contract can be renewed upon mutual consent for an additional twelve (12) month period, and the City can terminate this contract at its convenience with thirty (30) days written notice; and, THAT, funding for this material is provided for in the Water Utilities Department budgeted Account No. 410-40-215-5315-00-00-000, Water System Maintenance. THAT, a copy of the caption of this resolution be spread upon the minutes of the City Council. READ, ADOPTED AND APPROVED THIS day of 2021 at a Regular Meeting of the City Council of the City of Port Arthur, Texas, by the following vote: AYES: Mayor Councilmembers: NOES: Thurman"Bill" Bartie Mayor P. R. No. 22228 11/2/21 bw Page 3 of 3 ATTEST: APPROVED AS TO FORM: Sherri Bellard Valecia Tize City Secretary City Attorney APPROVED FOR ADMINISTRATION: Ronald Burton City Manager Clyde ahan Interi Director Water Utilities APPROVED AS TO AVAILABILITY OF FUNDS: Kandy Daniel Interim Director of Finance (*t_4214,t Clifton Williams, CPPB Purchasing Manager Exhibit "A" (Sole Source Letter) A _; < ✓r� .! FLOW CONTROL THE RIGHT WAY October 19,2021 Re:Authorized Stocking Distributor To Whom it May Concern: This letter is to notify you that Core&Main in Beaumont,TX is the authorized stocking distributor for AMERICAN Flow Control products in the Beaumont,TX area. Best Regards, Rick Wanner Southwest Area Manager rwannera american-usa.com M.612/803-1668 PO Box 2727 Birmingham,AL 55202 AMERICAN Ductile Iron Pipe-AMERICAN Flow Control-AMERICAN SpiralWeld Pipe-AMERICAN Steel Pipe-AMERICAN Castings-International Sates P.O.Box 2727-Birmingham,Alabama 35202-2727-american-usa.com Exhibit "B" (Quote) CORE&MA1 N Bid Proposal for PORT ARTHUR FIRE HYDRANTS CITY OF PORT ARTHUR Job 111 H.O MILLS BLVD PORT ARTHUR FIRE HYDRANTS ccPORT ARTHUR,TX 77640 Bid Date: 11/05/2021 Bid#: 2058695 Sales Representative Core & Main Benny Bertrand 8010 College St (M) 409-659-0867 Beaumont,TX 77707 (T)409-866-1899 (T)409-866-1899 0 (F)409-866-0955 Benny.Bertrand@coreandmain.com LU W F- 0 z 11/02/2021-8:35 AM Actual taxes may vary Page 1 of 2 CORE&MAIN Bid Proposal for PORT ARTHUR FIRE HYDRANTS CITY OF PORT ARTHUR Core & Main Bid Date: 11/05/2021 8010 College St Core&Main 2058695 Beaumont,TX 77707 Phone: 409-866-1899 Fax:409-866-0955 Seq# Qty Description Units Price Ext Price DUE TO CURRENT SUPPLY CHAIN DISRUPTIONS,MATERIALS ARE SUBJECT TO PRICING AT TIME OF SHIPMENT.MATERIAL AVAILABILITY AND TIMELINESS OF SHIPMENTS CANNOT BE GUARANTEED.THIS TERM SUPERSEDES ALL OTHER CONTRACTUAL PROVISIONS. 10 10 B848 3'6"PORT ARTHUR SPEC HYD 5-1/4 5"STORZ NZZL MJ SHOE WHITE EA 2,354.74 23,547.40 20 10 B84B 4'6"PORT ARTHUR SPEC HYD EA 2,451.64 24,516.40 30 10 B84B 5'6"PORT ARTHUR SPEC HYD EA 2,548.54 25,485.40 Sub Total „ 73,549.20 Tax 0.00 Total 73,549.20 UNLESS OTHERWISE SPECIFIED HEREIN,PRICES QUOTED ARE VALID IF ACCEPTED BY CUSTOMER AND PRODUCTS ARE RELEASED BY CUSTOMER FOR MANUFACTURE WITHIN THIRTY(30)CALENDAR DAYS FROM THE DATE OF THIS QUOTATION.CORE&MAIN LP RESERVES THE RIGHT TO INCREASE PRICES TO ADDRESS FACTORS, INCLUDING BUT NOT LIMITED TO,GOVERNMENT REGULATIONS,TARIFFS,TRANSPORTATION,FUEL AND RAW MATERIAL COSTS. DELIVERY WILL COMMENCE BASED UPON MANUFACTURER LEAD TIMES.ANY MATERIAL DELIVERIES DELAYED BEYOND MANUFACTURER LEAD TIMES MAY BE SUBJECT TO PRICE INCREASES AND/OR APPLICABLE STORAGE FEES.THIS BID PROPOSAL IS CONTINGENT UPON BUYER'S ACCEPTANCE OF SELLER'S TERMS AND CONDITIONS OF SALE,AS MODIFIED FROM TIME TO TIME,WHICH CAN BE FOUND AT: https://coreandmain.com/TandC/ 11/02/2021 -8:35 AM Actual taxes may vary Page 2 of 2 Exhibit "C" (Contract) PURCHASING CONTRACT AGREEMENT THIS AGREEMENT is made this the of , 2021, by and between an individual, firm partnership or corporation, Core & Main, LP, of Beaumont, Texas hereinafter called "Vendor", and the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas,hereinafter called the"Owner"or"City". WITNESSETH: That for and in consideration of the payments, terms, conditions and agreements set forth herein, Owner and Vendor agree as follows: 1. The term of this Contract shall be for one year from the date stated in the Notice to Proceed, with an option to renew for one additional year, unless sooner terminated under the provision hereof. The City can terminate this contract at its convenience which includes, but not limited to, funding not being available in any budget cycle with thirty (30) days written notice. 2. The Vendor will provide American Flow Control B84 Storz Fire Hydrants, as delineated and submitted in their prior proposal dated November 2, 2021. 3. During the term of this Contract, the Vendor will furnish all of the materials and supplies, as stated in the specifications, described as: American Flow Control B84 5" Storz Fire Hydrants 4. The Vendor agrees to deliver all materials on an as-needed basis during the term of this contract, in a projected budgetary amount of S75,000.00, as shown in the quote. 5. The term"Contract Documents"means and includes the following: A. Agreement B. Specifications; quote C.Notice to Proceed 6. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in two (2) copies each of which shall be deemed an original on the date first above written. SIGNED AND AGREED to on the day of , 2021. WITNESS: CORE & MAIN, LP: Name: Title: SIGNED AND AGREED to on the day of , 2021. ATTEST: CITY OF PORT ARTHUR: Sherri Bellard Ronald Burton City Secretary City Manager FIRE HYDRANT SPECIFICATIONS FOR THE CITY OF PORT ARTHUR UTILITY OPERATIONS DEPARTMENT GENERAL These specifications are for the furnishing of Fire Hydrants for the City of Port Arthur Utility Operations Department. Bid price shall be F.O.B., 111 H.O. Mills Blvd., Port Arthur,TX 77640. Fire Hydrants shall conform to requirements and tests of AWWA Standard for Dry Barrel Fire Hydrants C502 (latest revision), as they pertain to the design, component materials, construction and manufacture,except as modified or supplemented hereinafter: SUPPLEMENTARY DETAILS 1. The operating nut shall be bronze, non-rising and pentagonal in shape measuring 1-1/4" from point to flat. Pentagon shall have a depth of at least one and one quarter inch (1-1/4"). The hold down nut shall incorporate a resilient weather seal protecting the operating mechanism from the elements. The direction of opening shall be counter-clockwise with an arrow clearly embossed near the operating nut to so indicate. 2. A lubrication chamber shall be provided, sealed top and bottom with "0" rings. The design shall be such that the thrust collar and the threaded operating parts are automatically lubricated each time the hydrant is cycled. There shall not be less than two (2) "0" rings separating the oil reservoir from the waterway and that portion of the stem contacting these"0"rings shall be sleeved with bronze. An anti-friction device shall be in place above the thrust collar to further minimize operating torque. 3. The hydrant bonnet shall be attached to the upper barrel by not less than six(6)bolts and nuts. 4. Hydrants shall be `three-way', having two (2) 2-1/2" hose nozzles with National Standard Threads and one (1) pumper nozzle with 5" Storz connection, as stated below. Nozzles shall have bayonet connection attaching to clockwise into hydrant barrel utilizing "0" ring pressure seals. A suitable nozzle lock shall be in place to prevent inadvertent nozzle removal. 5. Hydrants shall be 'traffic-model' having upper and lower barrels joined approximately 2" above the ground line by a breakable flange. This flange shall employ not less than six (6) bolts. The ground line, which shall be clearly embossed on the lower barrel, shall be from the centerline of the lowest nozzle. Traffic feature shall be designed for easy 360-degree rotation of nozzle section during field installation. 6. The stem shall be two-piece, not less than 1" square high tensile steel (excluding threaded or machined areas)and shall be connected by breakable stem coupling near the ground line flange, which shall be epoxy coated to minimize galvanic action at this point. Pins used in conjunction with the stem couplings shall be stainless steel. 7. Inside diameter of hydrant barrel shall not be less than six and one eighth inches(6-1/8"). 8. Main valves shall be `compression type', closing with the pressure and shall be not less than five and one-fourth inch (5-1/4") in diameter. It shall be designed so that removal can be accomplished without excavating. Composition of the main valve shall be molded rubber or neoprene and shall be not less than one inch thick(1"). 9. Hydrants shall be equipped with not less than two (2) drain ports and four (4) drain outlets, which drain the barrel when the hydrant is closed and seal shut when the hydrant is opened. 10. Seat ring and drain ring must be bronze (ASTM B-62) and work in conjunction to form an all bronze drain way. 11. The bronze seat ring shall thread into a bronze drain ring providing bronze—to-bronze connection. Seat ring seals shall be"0"rings. 12. The six inch (6") shoe connection shall be mechanical joint having ample blocking pads for sturdy setting and two (2) strapping lugs to secure hydrant to piping. A minimum of six (6) bolts and nuts is required to fasten the shoe to the lower barrel. 13. Bidder must furnish: 1) flow data indicating friction loss in PSI at the flow rate of 1000 GPM from the pumper nozzle, such friction loss must not exceed three (3) PSI, 2) hydrant shall be warranted by the manufacturer against defects in material or workmanship for a period of ten (10)years from the date of manufacture, and 3)the manufacturing facility for the hydrant must have current ISO 9001 certification. 14. Acceptable hydrants are: American/Darling 5-1/4" B-84-B-5 fusion bonded epoxy upper and lower valve plate and epoxy coated base. 15. The City Standard for fire hydrants is: American/Darling 51/4"B-84-B-5 with bronze upper valve plate and epoxy coated base. Hydrants delivered to the City will be carefully examined and failure to comply with any of the above requirements is sufficient cause for rejection. Such hydrants must be removed from City premises at supplier's expense. Bid price shall be F.O.B., I 1 l H.O. Mills Blvd., Port Arthur,TX 77640. The term of this contract shall be for a period of twelve (12) months. However, the City reserves the right to extend the contract in its exact same terms at the original hid amount for an additional twelve(12) months with mutual consent. Although the City plans to purchase approximately thirty(30) hydrants during the year(annual contract will begin with the contract award),there is no obligation to buy this exact quantity. The following estimated quantities are to establish a basis for the comparison of bids. No one-time delivery will be accepted. Minimum order shall be for ten(10)hydrants. Depth of Bury Description 3'6"B-84-B PORT ARTHUR HYD W/5" STORZ NOZZLE 4'6"B-84-B PORT ARTHUR HYD W/5" STORZ NOZZLE 6'0"B-84-B PORT ARTHUR HYD W/5" STORZ NOZZLE 4'6"B-62-B PORT ARTHUR HYD W/2-5"STORZ NOZZLES • CORE&MAIN Bid Proposal for PORT ARTHUR FIRE HYDRANTS CITY OF PORT ARTHUR Core& Main Bid Date: 11/05/2021 8010 College St Core& Main 2058695 Beaumont,TX 77707 Phone: 409-866-1899 Fax: 409-866-0955 Seq# Qty Description Units Price Ext Price DUE TO CURRENT SUPPLY CHAIN DISRUPTIONS,MATERIALS ARE SUBJECT TO PRICING AT TIME OF SHIPMENT.MATERIAL AVAILABILITY AND TIMELINESS OF SHIPMENTS CANNOT BE GUARANTEED.THIS TERM SUPERSEDES ALL OTHER CONTRACTUAL PROVISIONS. 10 10 B848 3'6" PORT ARTHUR SPEC HYD 5-1/4 5"STORZ NZZL M1 SHOE WHITE EA 2.35,1.74 23,547.40 20 10 884B 4'6" PORT ARTHUR SPEC HYD EA 2,451.64 24,516.40 30 10 B84B 5'6" PORT ARTHUR SPEC HYD EA 2,548.54 25,485.40 Sub Total 73,549.20 Tax 0.00 Total 73,549.20 UNLESS OTHERWISE SPECIFIED HEREIN,PRICES QUOTED ARE VALID IF ACCEPTED BY CUSTOMER AND PRODUCTS ARE RELEASED BY CUSTOMER FOR MANUFACTURE WITHIN THIRTY(30)CALENDAR DAYS FROM THE DATE OF THIS QUOTATION. CORE&MAIN LP RESERVES THE RIGHT TO INCREASE PRICES TO ADDRESS FACTORS, INCLUDING BUT NOT LIMITED TO,GOVERNMENT REGULATIONS,TARIFFS,TRANSPORTATION, FUEL AND RAW MATERIAL COSTS. DELIVERY WILL COMMENCE BASED UPON MANUFACTURER LEAD TIMES.ANY MATERIAL DELIVERIES DELAYED BEYOND MANUFACTURER LEAD TIMES MAY BE SUBJECT TO PRICE INCREASES AND/OR APPLICABLE STORAGE FEES.THIS BID PROPOSAL IS CONTINGENT UPON BUYER'S ACCEPTANCE OF SELLER'S TERMS AND CONDITIONS OF SALE,AS MODIFIED FROM TIME TO TIME,WHICH CAN BE FOUND AT: https://coreandmain.com/Ta ndC/ 11/02/2021-8:35 AM Actual taxes may vary Page 2 of 2