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