HomeMy WebLinkAboutHD Fowler Co. - Extension No. 1 of Bid Contract No. 1 12005Extension No. 1 of Bid Contract No. 12005
Lids, Bottoms, Extensions, Valves, Fittings, Couplings, and Miscellaneous
Items for the Water and Irrigation Division
This Extension of the existing Bid Contract No. 12005 entitled "Lids,
Bottoms, Extensions, Valves, Fittings, Couplings, and Miscellaneous Items,"
entered into on May 20, 2020, (hereafter the "Contract") with H.D. Fowler
Company (hereafter "Supplier") is made and entered into by and between the
City of Yakima (hereafter the "City") and Supplier.
Whereas, the City entered into Bid Contract No. 12005 with Supplier for
the purpose of supplying and delivering Lids, Bottoms, Extensions, Valves,
Fittings, Couplings, and Miscellaneous items, and related products to City's
Water/Irrigation Division located at the Public Works facility at 2301 Fruitvale
Boulevard, Yakima, WA. 98902; and
Whereas, the original term of said Contract, including extensions
thereunder, currently terminates on May 19, 2025; and
Whereas, a solicitation for Bid 12518 Lids, Bottoms, Extensions, Valves,
Fittings, Couplings, and Miscellaneous Items was advertised in the local new
paper, Yakima Herald Republic, on the City's website and nationally through
Purchasing's c-procurement system, Public Purchase.com, where 97 businesses
were notified for the bidding opportunity; and
Whereas, all Bids were due on April 24, 2025, at 2:00 PM in the City's
Council Chambers and no Bids were received due to tariffs and market
instability; and
Whereas, the parties want the existing contract to remain in effect during
this time of market instability until these products can be rebid; and
Whereas, the parties would like to change the pricing structure of the
contract from a Firm Fix -Price to a Discount -Off Manufacturer List pricing
structure meaning the Contractor will give the City a discount off the
Manufacturer's Publicized List Pricing to allow for pricing to adjust automatically
as the market fluctuates; and
Now, therefore, the City and Supplier agree to the following extension of
the existing Contract, under the conditions set forth:
The term of Bid Contract No. 12005 is hereby extended for six
months from May 19, 2025, through November 19, 2025, or when a
Extension No. 1 of Bid Contract No. 12005
new Contracted is executed, whichever comes first, at which time
Bid Contract No. 12005 shall terminate, unless terminated sooner
by either party in accordance with the terms of the Contract.
The pricing structure of Bid Contract No. 12005 is hereby changed
from a Firm Fixed -Price to a Discount -Off List Pricing structure.
Except as expressly modified herein, all other terms and conditions of the
above -referenced Bid Contract No. 12005 between the City of Yakima and H.D.
Fowler Company shall remain in full force and effect.
CITY OF Y.
By:
Victoria Baker, City Manager
Date: lat\
CITY CONTRACT NO. 2. 2
RESOLUTION NO`
Bid Contract No. 12005 Extension No. 1
Bid 12005 Lids, Bottoms, Extensions, Valves, Fittings, Couplings, and
Miscellaneous Items
BID (()NTR CT AME ME O. 1
BID CONTRACT: City of Yakima Bid 12005 Lids, Bottoms, Valves, and Extensions - Water/Irrig.
DESCRIPTION: Additions of items to current Contract
CONTRACTOR: H.D. Fowler Company
II
MENT:
Addition of the 12 items listed in attached quote to the current 177 items already provided by this
Vendor in the current Contract. See attached awarding bid tabulation.
DOLLAR AMOUNT OF MODIFICATION:
$12,629.79 annually.
ADDITIONAL INFORMATION:
This bid was awarded to H.D. Fowler Company on May 4, 2020. This is a five year contract ending in
May 3, 2025.
AUTHORIZATION:
Please see attached quote from H.D. Fowler Company for the additional items and approval by Dave
Brown, Water/Irrigation Manager.
DATED this day of r- • i , 2021.
Robert Harrison, City Manager
Bid No: E437501 Page 1 of 1
Customer: CITY OF YAKIMA / WATER DEPT
Estimator: Faub Faubion
Job Name: 24" BUTTERFLY PRICE REQUEST 02/10 REVISED
Location: YAKIMA, WA
Estimate: E437501
Bid Date: 2/4/2021
Line Qty UoM Description Unit Price Extended Price
1 1 EA 24" FLANGED BUTTERFLY VALVE M&H FIG 4500-02,CL150, AWWA 4,746.97 4,746.97
c504,w/2" NUT, FUSION BONDED EPDXY COATED IN AND OUT *MAY NOT
BE 100% DOMESTIC * (1165 LBS)
2 2 EA 24" Mi X FL ADAPTER DI, AWWA C153, C/L LESS ACCESSORIES 994.06 1,988.12
3 2 EA 24" WEDGE ACTION MI RETAINER GLAND FOR DIP 454.77 909.54
4 2 EA 24" GASKET AND T-BOLT KIT FOR C153 MJ FITTINGS 63.07 126.14
5 18.25 FT 24" CL 52 DI PIPE Ti 18.25' LENGTH ASPHALTIC COATED ANSI/AWWA 102.27 1,866.43
C151/A21.51 AND CEMENT LINED ANSI/AWWA C104/A21.4 WITH SBR
GASKET
6 Note:Sleeves Standard length. WIII need to be field cut for 3-1/2" Cap Note
Screws.
7 60 EA 1-1/4" STANDARD MYLAR SLEEVE 3.52 211.20
8 120 EA 1-1/4" SAE WASHER ZINC PLATED 2.03 243.60
9 120 EA 1-1/4" MYLAR WASHER 2.18 261.60
10 3 EA 24" BFV FLANGE PLATED BOLT & NUT KIT, A307 GRADE A, (16) 1-1/4" X 5- 150.00 450.00
1/2" BOLT WITH NUT & (4) 1-1/4" X 3-1/2" CAP SCREW, IMPORT
11 3 EA 24" 1/8" FULL FACE RED RUBBER GASKET, 150# 25.00 75.00
12 1 EA ROMAC 400 SERIES COUPLING - 400-37.67-1/4 X 10 CPLNG EPDXY L&C, STD 1,751.19 1,751.19
B&N
Approximate Total 12,629.79
ID ONTRA
NO. 2
BID CONTRACT: City of Yakima Bid 12005 Lids, Bottoms, Valves, and Extensions - Water/Irrig.
DESCRIPTION: Price Increase and Addition of items to Contract
CONTRACTOR: H.D. Fowler Company
D
I DI
Price increase on all items, as presented in estimate E413079, is an overall increase of about 39%.
Addition of 14 new items, described in estimate E480960 and E481737, for a total of 201 items
under this Contract.
DOLLAR AMOUNT OF OD TION:
543,818.76 Price increase on existing items, estimate E413079.
.851.52342 New it $ a. • ed to contract, estimate E480960 and E481737.
S95,341.98 Total Bid increase.
CONDMONS:
This price increase will take effect June 1, 2022.
During the contract period and any renewals thereof, any price declines at I a 's level
s ; be reflected in a reduction of contract price to the City, retroactive to the date they were
effective to the bidder. Any invoice that is sent to the City with pricing above that specified by an
official written change issued by the Buyer shall be invalid. All other parts of this Contract will
remain the same.
ADDITIONAL INFO - TION:
Please see attached manufacturer letters from M&H Valve Company and Kennedy Valve on valve
increases, Tyler Union and Star Pipe Products on fittings and castings increases, and from Romac
Industries.
This bid was awarded to H.D. Fowler Company on May 20, 2020. This is a possible five year contract
ending on May 19, 2025.
Bid 12005 Contract Amendment No. 2
Page 1 of 2
Customer.
Estimator:
Job Name:
Location:
BIDDING CONTRACTORS
Faub Faubion
CITY OF YAKIMA BID 12005 - 04/07/22 REV (FINAL 05/17 PRICING)
YAKIMA
Bld No: E413079 Page 1 of 9
Estimate: E413079
Bid Date: 5/4/2020
Line Qty UoM Description Unit Price Extended Price
SCHEDULE 1
FIP X FIP GATE VALVES
1
2 5 EA 2" GATE VALVE AWWA C509 RESILIENT SEAT NRS THREADED END 410.17 2,050.85
CONNECTIONS
Section Subtotal: 2,050.85
SCHEDULE 2
MJ X MJ GATE VALVES
3
4 4 EA 3" M1 X MJ RESILIENT SEAT GATE VALVE, C509 DUCTILE IRON FULL BODY, 601.47 2,405.88
LESS MJ ACCESSORIES (69 LBS)
5 4 EA 4" DUCTILE IRON MJ X MJ GATE VALVE AWWA C515 RESIUENT SEAT, LESS 672.13 2,688.52
MJ ACCESORIES (75 LBS)
6 4 EA 6" DUCTILE IRON MJ X MJ GATE VALVE AWWA C515 RESIUENT SEAT, LESS 857.68 3,430.72
ACCESORIES (120 LBS)
7 4 EA 8" DUCTILE IRON MJ X MJ GATE VALVE AWWA C515 RESIDENT SEAT, LESS 1,366.09 5,464.36
ACCESSORIES (173 LBS)
8 4 EA 12" DUCTILE IRON MJ X MJ GATE VALVE AWWA C515 RESILIENT SEAT, LESS 2,695.40 10,781.60
MJ ACCESORIES (362 LBS)
9 1 EA 24" FLANGED BUTTERFLY VALVE M&H FIG 4500-02,CL150, AWWA 6,421.59 6,421.59
C504,W/2" NUT, FUSION BONDED EPDXY COATED IN AND OUT 'MAY NOT
BE 100% DOMESTIC (1165 LBS)
Section Subtotal: 31,192.67
SCHEDULE,3
FLANGED X MJ GATE VALVES
10
11 2 EA 4" DUCTILE IRON MJ X FLG GATE VALVE AWWA C515 RESILIENT SEAT, LESS 641.68 1,283.36
MJ ACCESSORIES (75 LBS)
12 2 EA 6" DUCTILE IRON MJ X FLG GATE VALVE AWWA C515 RESILIENT SEAT, LESS 857.68 1,715.36
MJ ACCESSORIES (111 LBS)
13 2 EA 8" DUCTILE IRON MJ X FLG GATE VALVE AWWA C515 RESILIENT SEAT, LESS 1,340.23 2,680.46
M1 ACCESORIES (180 LBS)
14 1 EA 12" DUCTILE IRON MJ X FLG GATE VALVE AWWA C515 RESILIENT SEAT, LESS 2,571.89 2,571.89
MJ ACCESSORIES (398 LBS)
Section Subtotal: 8,251.07
15
SCHEDULE 4
X F GED DUCTILE I LE IRON VALVES
41 60 EA 1-1/4" STANDARD MYLAR SLEEVE STANDARD LENGTH SLEEVE FOR 5-1/2"
BOLTS
Section Subtotal:
SCHEDULE 7
TEES
Bid No: E413079 Page 3 of 9
3.98 238.80
30,377.67
42
43 6 EA 3" FL TEE DI, AWWA C110, C/L (40 LBS) 112.00 672.00
44 6 EA 4" FL TEE DI, AWWA C110, C/L (80 LBS) 221.51 1,329.06
45 2 EA 6" FL TEE DI, AWWA C110, C/L (112 LBS) 275.00 550.00
46 1 EA 6" X 4" FL TEE DI, AWWA C110, C/L (90 LBS) 304.00 304.00
47 1 EA 6" MJ TEE DI, AWWA C153, C/L LESS ACCESSORIES (60 L85) 155.00 155.00
48 1 EA 8" MJ TEE DI, AWWA C153, C/L LESS ACCESSORIES (90 LBS) 232.00 232.00
49 1 EA 8" X 4" MJ TEE DI, AWWA C153, C/L LESS ACCESSORIES (71 L85) 167.51 167.51
50 1 EA 8" X 6" MJ TEE DI, AWWA C153, C/L LESS ACCESSORIES (80 LBS) 192.00 192.00
51 1 EA 12" MJ TEE DI, AWWA C153, C/L LESS ACCESSORIES (178 LBS) 462.00 462.00
52 1 EA 12" X 4" MJ TEE DI, AWWA C153, C/L LESS ACCESSORIES (104 LBS) 313.51 313.51
53 1 EA 12" X 6" MJ TEE Di, AWWA C153, C/L LESS ACCESSORIES (115 LBS) 313.51 313.51
54 1 EA 12" X 8" MJ TEE DI, AWWA C153, C/L LESS ACCESSORIES (123 LBS) 360.51 360.51
Section Subtotal: 5,051.10
SCHEDULE 8
BENDS
55
56 4 EA 4" MJ 45 ELBOW DI, AWWA C153, C/L LESS ACCESSORIES (22 LBS) 55.00 220.00
57 2 EA 6" MJ 45 ELBOW DI, AWWA C153, C/L LESS ACCESSORIES (40 LBS) 87.51 175.02
S8 2 EA 8" MJ 45 ELBOW DI, AWWA C153, C/L LESS ACCESSORIES (59 LBS) 127.51 255.02
59 2 EA 12" MJ 45 ELBOW DI, AWWA C153, C/L LESS ACCESSORIES (109 LBS) 275.00 550.00
60 1 EA 4" MJ 90 ELBOW DI, AWWA C153, C/L LESS ACCESSORIES (26 LBS) 66.00 66.00
61 1 EA 6" MJ 90 ELBOW DI, AWWA C153, C/L LESS ACCESSORIES (48 LBS) 108.00 108.00
62 2 EA 8" MJ 90 ELBOW DI, AWWA C153, C/L LESS ACCESSORIES (68 LBS) 156.00 312.00
63 1 EA 12" MI 90 ELBOW DI, AWWA C153, C/L LESS ACCESSORIES (141 LBS) 332.51 332.51
64 1 EA 4" MJ X FL 90 ELBOW DI, AWWA C153, C/L LESS ACCESSORIES (28 LBS) 75.51 75.51
65 1 EA 6" MJ X FL 90 ELBOW DI, AWWA C153, C/L LESS ACCESSORIES (46 LBS) 132.51 132.51
66 6 EA 3" FL 90 ELBOW DI, AWWA C110, C/L (25 LBS) 78.51 471.06
67 6 EA 4" FL 90 ELBOW DI, AWWA C110, C/L (48 L85) 121.51 729.06
68 2 EA 6" FL 90 ELBOW DI, AWWA C110, C/L (74 LBS) 188.00 376.00
69 2 EA 6" MJ 22-1/2 ELBOW DI, AWWAC153, C/L LESS ACCESSORIES (37 LBS) 79.51 159.02
70 2 EA 4" MJ 22-1/2 ELBOW DI, AWWA C153, C/L LESS ACCESSORIES (21 LEIS) 52.00 104.00
71 2 EA 8" MJ 22-1/2 ELBOW DI, WWA C153, C/L LESS ACCESSORIES (51 LBS) 124.51 249.02
72 2 EA 12" MJ 22-1/2 ELBOW DI, AWWA C153, C/L LESS ACCESSORIES (90 LBS) 240.51 481.02
73 2 EA 4" NU 11-1/4 ELBOW DI, AWWA C153, C/L LESS ACCESSORIES (20 LBS) 50.00 100.00
74 2 EA 6" MJ 11-1/4 ELBOW DI, AWWA C153, C/L LESS ACCESSORIES (33 LBS) 83.51 167.02
75 2 EA 8" MJ 11-1/4 ELBOW D1, AWWA C153, C/L LESS ACCESSORIES (48 LBS) 113.00 226.00
102 1 EA 12" MJ PLUG TAPPED DI, 2" IP, SSB, AWWA C153, LESS ACCESSORIES (46
LBS)
103 1 EA 4" MJ CAP DI, SSB, AWWA C153, LESS ACCESSORIES (10 LBS)
104 1 EA 4" MJ CAP TAPPED DI, 2" IP, SSB, AWWA C153, LESS ACCESSORIES (10 LBS)
105 2 EA 6" MJ CAP DI, SSB, AWWA C153, LESS ACCESSORIES (17 LBS)
106 2 EA 6" MJ CAP TAPPED DI, 2" IP, SSB, AWWA C153, LESS ACCESSORIES (17 LBS)
Bid No: E413079 Page 5 of 9
172.00 172.00
25.00
51.51
44.00
70.51
107 2 EA 8" MJ CAP DI, SSB, AWWA C153, LESS ACCESSORIES (25 LBS) 72.00
108 1 EA 8" MJ CAP TAPPED DI, 2" IP, 556, AWWA C153, LESS ACCESSORIES (25 LBS) 98.00
109 1 EA 12' MJ CAP DI, SSB, AWWA C153, LESS ACCESSORIES (44 LBS) 134.51
110 1 EA 12' MJ CAP TAPPED DI, 2" IP, SSB, AWWA C153, LESS ACCESSORIES (44 LBS) 161.00
25.00
51.51
88.00
141.02
144.00
98.00
134.51
161.00
Section Subtotal: 1,744.08
SCHEDULE 12
FOSTER ADA RS
111
112 1 EA 4" MJ X MJ ADAPTER (ADAPTER & ACCESSORY PACK) 77.07 77.07
113 4 EA 6" MJ X MJ ADAPTER (ADAPTER & ACCESSORY PACK) 96.36 385.44
114 4 EA 8" MJ X MJ ADAPTER (ADAPTER & ACCESSORY PACK) 139.74 558.96
115 1 EA 12'MJ X MJ ADAPTER (ADAPTER & ACCESSORY PACK) 210.83 210.83
Section Subtotal: 1,232.30
SCHEDULE 13
HYMAX
116
117 4 EA 2" HYMAX COUPLING 2.10" - 3.03" PART# 860-54-0054-16 109.65 44338.8.6060
Section Subtotal:
SCHEDULE 14
COUPUNGS
118
119 1 EA 16" STYLE 501 ROMAC COUPUNG, DUCTILE IRON, FBE LINED, STAINLESS 869.53 869.53
NUTS AND BOLTS
120 1 EA ROMAC 400 SERIES COUPLING - 400-37.67-1/4 X 10 CPLNG EPDXY L&C, STD 1,708.48 1,708.48
B&N
Section Subtotal: 2,578.01
SCHEDULE 15
MACROS AND ALP
121
122 1 EA 3" ROMAC MACRO 2-BOLT COUPLING (3.13-3.63) 175.19 175.19
123 5 EA 3" ROMAC MACRO 2-BOLT COUPLING (3.13-4.13) 175.19 875.95
124 6 EA 4" ALPHA WIDE RANGE RESTRAINT COUPLING 4.50 - 4.90 HDPE 282.37 1,694.22
COMPATIBLE ROMAC
125 6 EA 6" ALPHA WIDE RANGE RESTRAINT COUPLING 6.60 - 7.00 HDPE 388.92 2,333.52
COMPATIBLE ROMAC
126 4 EA 8" ALPHA WIDE RANGE RESTRAINT COUPUNG 8.60 - 9.10 HDPE 502.31 2,009.24
COMPATIBLE ROMAC
127 1 EA 10" ALPHA WIDE RANGE RESTRAINT COUPLING 10-75 - 11.20 HOPE 637.62 637.62
COMPATIBLE ROMAC
128 1 EA 12" ALPHA WIDE RANGE RESTRAINT COUPLING 12.75 - 13.30 HDPE 750.68 750.68
COMPATIBLE ROMAC
156 2 EA 8" X 4" MJ BXB REDUCER DI, AWWA C153, C/L LESS ACCESSORIES (36 LBS)
157 1 EA 12" X 8" MJ PE X PE REDUCER DI, AWWA C153, C/L (60 LBS)
158 1 EA 12" X 8'MJ SEB REDUCER DI, AWWA C153, C/L LESS ACCESSORIES (62 LBS)
159 1 EA 12" X 10" MJ SEB REDUCER DI, AWWA C153, C/L LESS ACCESSORIES (62 LBS)
160 1 EA 16" X 12" MJ PE X PE REDUCER DI, AWWA C153, C/L
Section Subtotal:
SCHEDULE IS
SLEEVES
Bid No: E413079 Page 7 of 9
85.51 171.02
202.51
169.51
204.51
202.51
169.51
204.51
359.51 359.51
6,042.87
161
162 2 EA 6" MJ SLEEVE LONG PATTERN DI, AWWA C153, LESS ACCESSORIES(39 LBS) 98.00 196.00
163 4 EA 6" DI MJ SLEEVE SHORT PATTERN IMPORT C153 74.29 297.16
164 2 EA 8" MJ SLEEVE LONG PATTERN 01, AWWA C153, LESS ACCESSORIES (53 LBS) 157.51 315.02
165 4 EA 8" MJ SLEEVE DUCTILE C153 SHORT PATTERN 96.01 384.04
166 2 EA 12" MJ SLEEVE LONG PATTERN DI, AWWA C153, LESS ACCESSORIES (82 LBS) 253.51 507.02
Section Subtotal:
SCHEDULE IS
ArCE RV PACKS. EACH JOINT RE MESS
1,699.24
167
168 5 EA 3" WEDGE ACTION MJ KIT FOR DI PIPE1N/BOLTS, WEDGE ACTION GLAND & 38.22 191.10
GASKET (BOXED WITH BLACK LETTERING)
169 2 EA 24" GASKET AND T-BOLT KIT FOR C153 MJ FITTINGS 86.13 172.26
170 3 EA 24" BFV FLANGE PLATED BOLT & NUT KIT, A307 GRADE A, (16) 1-1/4" X 5- 261.54 784.62
1/2" BOLT WITH NUT & (4) 1-1/4" X 3-1/2" CAP SCREW, IMPORT
171 20 EA 4" GRIP RING ACCESSORY PACK FOR DIP & C-900 (BOXED WITH BLACK 44.09 881.80
LETTERING) ROMAC
172 70 EA 6" GRIP RING ACCESSORY PACK FOR DIP & C-900 6.90" (BOXED WITH BLACK 51.25 3,587.50
LETTERING) ROMAC
173 30 EA 8" GRIP RING ACCESSORY PACK FOR DIP & C-900 (BOXED WITH BLACK 73.05 2,191.50
LETTERING) ROMAC
174 10 EA 12" GRIP RING ACCESSORY PACK FOR DIP & C-900 (BOXED WITH BLACK 143.00 1,430.00
LETTERING) ROMAC
175 1 EA 3" SET OF MJ ACCESSORIES FOR IPS PVC 18.59 18.59
176 1 EA 3" WEDGE ACTION MJ ACCESSORY KIT FOR IPS PVC PIPE 3.50 0.0. W/BOLTS, 46.15 46.15
WEDGE ACTION GLAND & GASKET (BOXED WITH RED LETTERING)
177 1 EA 4" SET OF MJ ACCESSORIES FOR IPS PVC 24.27 24.27
178 1 EA 6" SET OF MJ ACCESSORIES FOR IPS PVC 32.53 32.53
179 3 EA 4" 611 PIPE CLAMP FOR 4.80 OD SHOPCOAT LOW ALLOY BOLTS ROMAC 54.84 164.52
180 15 EA 6" 611 PIPE CLAMP FOR 6.90 OD SHOPCOAT LOW ALLOY BOLTS ROMAC 72.71 1,090.65
181 8 EA 8" 611 PIPE CLAMP FOR 9.05" OD SHOPCOAT LOW ALLOY BOLTS ROMAC 117.82 942.56
Section Subtotal: 11,558.0S
SCHEDULE 20
FLANGE - UNI-F OE - P1 HA
44.
Bid No: E480960 Page 1 of 1
Customer:
Estimator:
Job Name:
Location:
BIDDING CONTRACTORS
Faub Faubion
C/O YKIMA BID# 12005 05/06/22 AMMENDMENT
YAKIMA, WA
Estimate: E480960
Bid Date: 5/6/2022
Line Qty UoM Description Unit Price Extended Price
SCHEDULE
XMJ� RELY VALVES
1 EA 24" MJ BUTTERFLY VALVE, M&H 4500-01, CL150B, AWWA C504, LESS MJ 6,421.59 6,421.59
ACCESORIES, FUSION BONDED COATED IN AND OUT • MAY NOT BE 100%
DOMESTIC * (1165 LBS)
2 1 EA 24'MJ X FL BUTTERFLY VALVE, M&H R4500-13, CL150B AWWA C504, LESS 6,421.59 6,421.59
MJ ACCESORIES, FUSION BONDED EPDXY COATED IN AND OUT • MAY NOT
BE 100% DOMESTIC
Section Subtotal: 12,843.18
SCHEDULE 18
SLEEVES
3 1 EA 24" MJ SLEEVE LONG PATTERN 01, AWWA C153, LESS ACCESSORIES (377 1,134.99 1,134.98
LBS)
Section Subtotal: 1,134.98
SCHEDULE 19
ACC ORY PACKS, NW EACH JOINT RESTRAINERS
4 1 EA 24" WEDGE ACTION M1 KIT FOR DI PIPE W/BOLTS, WEDGE ACTION GLAND & 683.56 683.56
GASKET
Section Subtotal: 683.56
Approximate Total 14,661.72
City of Yakima
NOTICE TO BIDDERS
BID 12005
Notice is hereby given by the undersigned that electronic sealed Bids will be accepted
via PublicPurchase.com until the hour of 11:00:0o AM PST on May 4, 2020. Bids will be
publicly opened in Yakima City Hall, Council Chambers, 129 N. 2nd Street, Yakima,
Washington 98901. At such time, Bids will be publicly read for: Lids, Bottoms,
Extensions, Valves, Fittings, Couplings, and Miscellaneous Items for Water/Irrigation
Division.
Instructions to register with PublicPurchase.com are available at
www.yakimawa.gov/services/purchasing.
The City of Yakima reserves the right to reject any & all BIDS. The City hereby notifies
all Bidders that it will affirmatively ensure compliance with WA State Law Against
Discrimination (RCW chapter 49.60) & the Americans with Disabilities Act (42 USC
12101 et set.)
Dated April 17, 2020. Publish on April 17 & 18, 2020
Susan Knotts, CPPO, CPPB
12005 Lids, Bottoms, Extensions, Valves. Fittings, Couplings & Misc. Page 1 of 30
Contents
GENERAL INFORMATION 5
1. Purpose 5
2. Contracting Agency and Point of Contact 5
3. New and Unused 5
4. Best Modern Practices 5
5. Equal/Approved Equal 5
6. Standardization 5
7.
8. More or Less 6
9. Published List Prices 6
10. Delivery/Completion 6
11. Delivery Acceptance 6
12. Delivery of Unapproved Substitutions 6
13. Contract Term 6
14. Pricing and Discount 7
15. Price Clarifications 7
16. Price Increases 7
17. Price Decreases 8
18. Changes 8
19. Expansion Clause 8
20. Warranty 8
21. Warranty Coverage 8
22. Regulations and Codes 8
23. Prompt Payment 9
24. Payments 9
25. Payment Method - Credit Card Acceptance 9
26. Acceptance of Terms 9
27. SalesTax
28. Tax Revenues 9
29. Clarifications and/or Revisions to Specification and Requirements 9
30.
31. No Obligation to Contract 10
32. Retention of Rights 10
33. Points Not Addressed 10
34. Other City Departments/Like Items Added 10
35. Materials Bought from Different Supplier 10
36. Re -Award 10
12005 Lids, Bottoms, Extensions, Valves. Fittings, Couplings & Misc. Page 3 of 30
INVITATION TO BID # 12005
Lids, Bottoms, Extensions, Valves, Fittings, Couplings, and Miscellaneous Items
II. GENERAL INFORMATION
1. Purpose
It is the intent and purpose of these specifications to describe valve box lids, bottoms, extensions, resilient gate
and tapping valves, butterfly valves, pipe fittings, couplings and miscellaneous items in sufficient detail to
secure bids on comparable units, equipment parts and material. All parts, which are necessary in order to
provide a complete unit, ready for operation, shall be included in the bid and shall conform in strength, quality
of workmanship and material to that which is usually provided the trade in general. Any variance from the
specifications or standards of quality must be clearly pointed out in writing by the Bidder.
Contracting Agency and Point of Contact
This Bid is issued by the City of Yakima/Yakima County Purchasing Division, which has served both the City and
County Purchasing functions since 2009. The person responsible for managing this Bid process from beginning
to end is the Buyer listed on page 2 of this solicitation. From the date of release of this Bid until a Contract is
issued, all contacts (pertaining to this solicitation) with City/County's employees, and other personnel
performing official business for the City/County regarding this Bid shall be made through the Buyer listed on
page 2. Contact with other City/County personnel regarding this Bid is not permitted during the procurement
process and violation of these conditions may be considered sufficient cause for rejection of a Bid and
disqualification of the Bidder.
3. New and Unused
All units, equipment, parts and material shall be new, unused, manufacturer's current model year and in current
production. All materials shall have physical and chemical properties to withstand the intended purpose.
Equipment design shall have sufficient excess capacity for durability and safety.
4. Best Modern Practices
All work, including design, shall be performed and completed in accordance with the best modern practices,
further, no detail necessary for safe and regular operation shall be omitted, although specific mention thereof
may not be made in these specifications.
5. Equal/Approved Equal
These specifications are intended to be precise where a specific make, model or trade name is requested.
Whenever a make, model or trade name is used, it shall be that or equal, or approved equal. Equal or approved
equal means that the make, model or trade name will be given consideration if they fulfill the same
performance requirements. The City/County reserves the right to make the decision on acceptability. Each
bidder shall clearly identify make, model or trade name of equipment bid on the bid form. Any equipment
proposed as an equal to that herein specified must be substantiated with supporting data to justify such request
for substitution.
6. Standardization
In order to standardize items/parts, below are acceptable manufactures.
+► The only acceptable manufactures of ductile iron valves are: M&H Valve Co., Clow Valve Co., Kennedy
Valve Co., Mueller Co., and American Flow Control.
The only acceptable manufacturers of butterfly valves are: M&H Valve Co., Clow Valve Co., Kennedy
Valve Co., Mueller Co., and American Flow Control.
12005 Lids, Bottoms, Extensions, Valves. Fittings, Couplings & Misc. Page 5 of 30
14. Pricing and Discount
The City qualifies for governmental discounts. Unit prices shall reflect these discounts.
Unit price bid shall be net exclusive of all taxes; and must include all transportation, delivery and unloading costs
fully prepaid F.O.B. destination, inside delivery.
15. Price Clarifications
The City reserves the right to clarify any pricing discrepancies related to assumptions on the part of the
Proposers. Such clarifications will be solely to provide consistent assumptions from which an accurate cost
comparison can be achieved.
Unit prices shown on the Bid or contract shall be the price per unit of sale (e.g., gal., cs., doz., ea.) as stated on
the bid form. For any given item, the quantity multiplied by the unit price shall establish the extended price, the
unit price shall govern in the Bid evaluation and contract administration.
Any increase proposed shall be submitted to the Buyer listed on page 2, thirty (30) calendar days before the
proposed effective date of the price increase, and shall be limited to fully documented cost increases to the
Contractor which are demonstrated to be industry -wide. The conditions under which price increases may be
granted shall be expressed in Bid documents and contracts or agreements.
16. Price Increases
Pricing shall be prepared with the following terms. The Purchasing Manager may exempt these requirements
for extraordinary conditions that could not have been known by either party at the time of bid or other
circumstances beyond the control of both parties, as determined in the opinion of the Purchasing Manager.
Prices shall remain firm for the first twelve month period of the contract.
Requests for Rate Increases must be delivered to the Buyer listed on Page 2, in accordance with the rules below.
No other employee may accept a rate increase request on behalf of the City. Any invoice that is sent to the City
with pricing above that specified by the City in writing within this Contract or specified within an official written
change issued by Purchasing to this contract, shall be invalid. Payment of an erroneous invoice does not
constitute acceptance of the erroneous pricing, and the City would seek reimbursement of the overpayment or
would withhold such overpayment from future invoices.
A. Discount from Manufacturer List Pricing: For all contract items that are priced as a discount below
Manufacturer List prices, there shall be no changes to the discount rate throughout the life of the
contract. As manufacturer list prices change, the net price to the City will automatically change in
the same percentage as the discount rate to the City.
B. Fixed Product Pricing: For product and supply contracts that provide on -going, multiple year supply.
Original pricing shall be fixed and firm for the first year of the contract. Price requests are at the
discretion of the Purchasing Manager; and must also be:
a. The direct result of increases at the manufacturer's level (or if Bidder is a supplier of a
raw material delivered directly to the City such as brass, the increase must be verified at
the supplier level).
b. Incurred after contract commencement date.
c. Not produce a higher profit margin than that on the original contract.
d. Clearly identify the items impacted by the increase.
e. Be filed with Purchasing Manager a minimum of thirty (30) calendar days before the
effective date of proposed increase.
f. Be accompanied by detailed documentation acceptable to the Purchasing Manager
sufficient to warrant the increase.
g. Should not deviate from the original contract pricing scheme/methodology.
12005 Lids, Bottoms, Extensions, Valves. Fittings, Couplings & Misc. Page 7 of 30
23. Prompt Payment
Bidders are encouraged to offer a discount for prompt payment of invoice. Please indicate your discount
proposal on page 2 of this document. If awarded by the City, period of entitlement begins only after:
• Receipt of a properly completed invoice
• Receipt of all supplies, equipment or services ordered
• Satisfactory completion of all contractual requirements
24. Payments
Contractor is to submit properly completed invoice(s) to:
City of Yakima, Accounts Payable, 129 N. 2nd Street, Yakima, WA 98901.
To insure prompt payment each invoice should cite purchase order number, bid number, description of item
purchased, unit and total price, discount terms and include the Contractor's name and return remittance
address. Payment will be mailed within thirty (30) days of (a) the receipt and acceptance of the equipment, (b)
properly completed invoice, and (c) all papers required to be delivered with equipment.
25. Payment Method — Credit Card Acceptance
The City, in its sole discretion, will determine the method of payment for goods and/or services as part of this
agreement. The City's preferred method of payment is by procurement (credit) card. Respondents may be
required to have the capability of accepting the City's authorized procurement card as a method of payment.
No price changes or additional fee(s) may be assessed when accepting the procurement card as a form of
payment.
26. Acceptance of Terms
Acceptance of a City Purchase Order (PO) for any units affiliated with this purchase constitutes acceptance of,
and agreement with, all of the general and specific requirements and stipulations listed in this boiler plate, and
in the attached equipment specification(s); including all penalties mentioned.
27. Sales Tax
The City of Yakima's Sales Tax rate is currently 8.3%. However, the amount of sales tax will not be considered in
determining which bid is the lowest and best bid.
28. Tax Revenues
RCW 39.30.040 allows the City to consider the tax revenue that is generated by a purchase of supplies,
materials, and equipment, including those from a local sales tax or from a gross receipts business and
occupation tax, it determining which bid in the lowest bid, after the tax revenue has been considered.
29. Clarifications and/or Revisions to Specification and Requirements
If a Bidder discovers any significant ambiguity, error, conflict, discrepancy, omission, or other deficiency in this
solicitation, the Bidder has a duty to immediately notify the Buyer of such concern and request modification or
clarification of the Bid document.
Unless instructions are specifically provided elsewhere in this document, any questions, exceptions, or additions
concerning the subject matter of the Bid document(s) shall not be considered unless submitted via e-mail (no
phone calls) to the Buyer listed on page 2, a minimum of five (5) business days prior to the submittal due date.
In the event that it becomes necessary to provide additional clarifying data or information, or to revise any part
of this Bid, supplements or revisions will be provided to all known Bidders in the form of an Addendum. All
Addenda are posted on www.YakimaWA.Oov Services Purchasin and sent directly to interested parties who
have registered (per instructions on website) for updates to this Bid.
12005 Lids, Bottoms, Extensions, Valves. Fittings, Couplings & Misc. Page 9 of 30
37. Termination - Convenience
This Contract may be terminated by either party by giving thirty (30) days written notice of such intent and will
become effective thirty (30) days from the date such written notice is delivered to the applicable party to the
Contract.
38. Termination - Cause
The City reserves the right to terminate this Contract at any time, upon written notice, in the event that the
Services of Contractor are deemed by the City to be unsatisfactory, or upon failure to perform any of the terms
and conditions contained in this Contract. The effective date for such termination shall be upon receipt of the
notice, or three days after the notice is mailed first class mail, certified with return receipt requested.
39. Errors and Omissions
The City reserves the right to correct obvious ambiguities and errors in the Bidder's proposal and to waive non-
material irregularities and/or omissions. In this regard, if the unit price does not compute to the extended total
price, the unit price shall govern.
40. Notice
Any notice required or permitted to be given under this Contract shall be in writing and deemed effective if either
delivered in person or by overnight courier, facsimile or first class mail, certified with return receipt requested.
Notices to the parties shall be delivered to:
TO CITY/COUNTY: Interim City Manager Alex Meyerhoff
City of Yakima
City Hall —First Floor
129 North Second Street
Yakima, WA 98901
COPY TO: City of Yakima/Yakima County Purchasing
Susan Knotts, CPPO, CPPB
City Hall —Second Floor
129 North Second Street
Yakima, WA 98901
III. PREPARING AND SUBMITTING A BID
TO CONTRACTOR:
1. General Instructions
The evaluation and selection of a Bidder will be based on the information submitted in the Bid and will be
awarded to the lowest responsive and responsible bidder. Failure to respond to each of the requirements in the
Bid may be the basis for rejecting a Bid.
2. Submitting a Bid
Bids shall be completely uploaded into Public Purchase.com no later than the date and time listed on Page 2 of
this Bid. Late Bids will not be accepted or evaluated. If you try to submit a Bid Late, the electronic system will
not receive it.
If City Hall is closed for business at the time scheduled for opening, for whatever reasons, Bidder's response will
be opened on the next business day of the City, at the originally scheduled hour.
Bidders must submit their bid electronically through PublicPurchase.com where they will be kept in an electronic
lockbox until date and time of opening. To register as a Vendor/Bidder with Public Purchase, go to
12005 Lids, Bottoms, Extensions, Valves. Fittings, Couplings & Misc. Page 11 of 30
Step I. Purchasing Manager and Division Manager of solicitation try resolving matter with protester. All
available facts will be considered and the Purchasing Manager shall issue a written decision.
Step II. If unresolved, within three (3) business days after receipt of written decision, the protest may
be appealed to the Department Head by the Purchasing Manager.
Step III. If still unresolved, within three (3) business days after receipt of appeal response, the protest
may be appealed to the Executive. The Executive shall make a final determination in writing to the
Protester.
Award Announcement
Purchasing shall announce the successful Bidder via Website, e-mail, fax, regular mail, or by any other
appropriate means. Once the Award is released by Purchasing, the protest time frame begins. The timeframe is
not based upon when the bidder received the information, but rather when the announcement is issued by
Purchasing.
Award Regardless of Protest
When a written protest against making an award is received, the award shall not be made until the matter is
resolved, unless the City determines that one of the following applies:
The supplies or services to be contracted for are urgently required;
Delivery or performance will be unduly delayed by failure to make award promptly;
• A prompt award will otherwise be advantageous to the City.
If the award is made, regardless of a protest, the award must be documented in the file, explaining the basis for
the award. Written notice of the decision to proceed shall be sent to the protester and others who may be
concerned.
The City retains the right to enter into any contract and nothing herein shall be construed to limit that authority
in any manner.
V. TECHNICAL SPECIFICATIONS
The Bidder must provide a detailed description of each major component of their proposed system. At a minimum,
these descriptions shall take into consideration the specifications outlined in this Technical Specifications section.
Bidders are reminded to provide point-oyiioint responses to all specifications. Any additional work found necessary
that is not specified in this Aid specification shall oe listed on as separate sheet entitled "Additional Materials/Labor
Required".,
The Bidder must complete the following Technical Specification Section using one of the following responses for
each of the specifications.
Y—Yes. The Bidder's proposed product currently satisfies the entire requirement
and the proposed system will completely support the requirement.
N — No. The Bidder's product does not currently satisfy the entire requirement,
and the Bidder's delivered product will not satisfy the requirement.
E—Explanation. The Bidder's product partially satisfies the requirement and an
explanation is included in the response.
MR — Modification Required. The Bidder's product does not currently satisfy the requirement, but the
Bidder commits that the delivered base product will satisfy the
12005 Lids, Bottoms, Extensions, Valves. Fittings, Couplings & Misc. Page 13 of 30
Tyler Union Drop Lid, Part D-fIDUP code 670610-14325,
per Tyler Union Quality Waterworks Products Standards for
29U-Dornestic Heavy Duty Cast Iron Curb, Service, and
Valve Boxes & Components (attached).
NO EXCEPTIONS.
12005 Lids, Bottoms, Extensions, Valves. Fittings, Couplings & Misc.
Page 15 of 30
M&H C515, 8-inch gate valve, ductile iron
body, epoxy coated, bronze "0" ring
sealed non -rising stem, 2-inch square
operating nut, open left operation,
mechanical joint by mechanical joint ends,
less accessories.
8010 M&H C515, 12-inch gate valve, ductile iron
body, epoxy coated, bronze "0" ring
sealed non -rising stem, 2-inch square
operating nut, open left operation,
mechanical joint by mechanical joint ends,
less accessories.
Please list what BRAND: M .4' +I MAKE: l.,Cl ILSSU MODEL: 7S 7 2' Bid
10276
10277
M&H C515, 4-inch gate valve, ductile iron
body, epoxy coated, bronze "0" ring sealed
non -rising stem, 2-inch square operating
nut, open left operation, flanged by
friech•.'c. joi to •s,I- e •r'
M&H C515, 6-inch gate valve, ductile iron
body, epoxy coated, bronze "0" ring sealed
non -rising stem, 2-inch square operating
nut, open left operation, flanged by
mechanical joint ends, less accessories.
M&H C515, 8-inch gate valve, ductile iron
body, epoxy coated, bronze "0" ring sealed
non -rising stem, 2-inch square operating
nut, open left operation, flanged by
mechanical joint ends, less accessories.
M&H C515, 12-inch gate valve, ductile iron
body, epoxy coated, bronze "0" ring sealed
non -rising stem, 2-inch square operating
nut, open left operation, flanged by
mechanical joint ends, less accessories.
12005 Lids, Bottoms, Extensions, Valves. Fittings, Couplings & Misc.
Page 17 of 30
fivW.-Z"Wi
Irx6"RomacRS42Tapping Sleeve,
Ductile Iron/Cast Iron O.D.xBranch Ductile
Iron Flange 13.13'1].60xtr
12°xD^RomocFTS42DTapping Sleeve,
Ductile Iron/Cast Iron O.D.xBranch Ductile
Iron Flange 13.13-13.GUxDr
12'x12"RomacFTS4IUTapping Sleeve,
Ductile |ron/CostIron O.D.xBranch Ductile
Iran Flange 13.13'13.8Ox1J^
16" x 4" Tapping Sleeve,Steal, Epoxy
16°x6"Tapping Sleeve, Epoxy Coated,
16"xQ"Tapping Sleeve, 17.33'17.87x8"
1@°x12^Tapping Sleeve Steel, Epoxy
20°x4^Tapping Sleeve Steel, Epoxy
20"n6"Tapping Sleeve, Steel, Epoxy
20"uD"Fab Steel Tapping Sleeve, Epoxy
Coated, 21.S1"'22.15"x8^
2O"x1I"Tapping Sleeve Steel, Epoxy
8~u6"Stainless Steel Tapping Sleeve, SST'
8^x8"Tapping Sleeve, SST-0937'8RM,
8.97°-9.37"x8"
8^xO"Stainless Steel Tapping Sleeve
3^Flange x3" Flange u3^Branch Flange
Ductile Iron Tee (Cement Lined)
4^Flange o4"Flange x4"Branch Flange
Ductile Iron Tee (Cement Lined)
12OOSLids, Bottoms, Extensions, Valves Fittings Couplings &Misc.
Page 19of30
S" 45^Bend Mechanical Joint x
Mechanical Joint, Ductile Iron (Cement
Lined) less accessories.
12" 45^Bend, Mechanical Joint u
Mechanical Joint, Ductile Iron (Cement
Lined) less accessor|es.
4" 9U^Bend, Mechanical Joint x
Mechanical Joint, Ductile Iron (Cement
Lined) less accessories.
6''B0^Bend, Mechanical Joint x
Mechanical Joint, Ductile Iron (Cement
/
° Mechanical Joint 9U^Elbow, Ductile Iron,
12^Mechanical Joint 9O^Elbow, Ductile
4"-g0*Bend, Mechanical Joint xFlange
Ductile Iron (Cement Lined) less
accessories.
___ _ - '
��'QU^8end'K8echanica|]mintxF|anQe
Ductile Iron (Cement Lined) less
accessories.
3"- 9ZBend, Flange xFlange, Ductile Iron
(Cement Lined).
e- 90*Bend Flange uFlange, Ductile Iron
(Cement Lined).
60- 90*Bend, Flange xFlange, Ductile Iron
(Cement Lined).
6"-32^Bend, Mechanical xMechanical,
Ductile Iron (Cement Uned).
4"-22' DEG Bend, Mechanical Joint x
Mechanical Joint, Ductile Iron, AWWA C153
8"'2I^DEG Bend, Mechanical Joint x
Mechanical Joint, Ductile Iron, AWWA C153
Mechanical Joint, Ductile Iron, AWWAC1B
13005Lids Bottoms, Extensions, Valves. Fittings, Couplings & Misc.
1/�� ��
'°,�' /*
Page 21of 30
4" Blind Flange
76. : 6" Blind Flange
190 6" Flange with 2" Tap
78. 4 12" Blind Flange
79.
3" Mechanical Joint Plug
3" Mechanical Joint Plug with 2" Tap
1 Each
1 Each
$ Lil- Loq
Z-a $ "ID.
85. 23
34
90. • 4" Mechanical Joint Cap with 2" Tap
6" Mechanical Joint Cap
92. 12098 !6`* Mechanical Joint Cap with 2" Tap
93. 8" Mechanical Joint Cap
12" Mechanical Joint Plug
12" Mechanical Joint Plug with 2" Tap
1 Each
10650
4" Mechanical Joint Cap
5 1DD.
$ Sg - (lp
7-
12005 Lids, Bottoms, Extensions, Valves. Fittings, Couplings & Misc.
Page 23 of 30
13357
12540
12541
12542
12544
12543
3" XL Romac Macro 2-Bolt Coupling, Ductile
Iron, CI, Range (3.63-4.13)
4" Romac Alpha Wide Range Restraint
Coupling, HDPE Compatible, Range (4.50-
4.90)
6" Romac Alpha Wide Range Restraint
Coupling, HDPE Compatible, Range (6.60-
7.00)
8" Romac Alpha Wide Range Restraint
Coupling, HDPE Compatible, Range (8.60-
9.10)
10" Romac Alpha Wide Range Restraint
Coupling, HDPE Compatible, Range (10.75-
11.20)
12" Romac Alpha Wide Range Restraint
Coupling, HDPE Compatible, Range (12.75-
13.30)
Please list what BRAND: D (ILL- MAKE: ft- 6k r ALM MODEL 5S \ Bid
12230
12232
12701
12231
7479
12227
12229
12226
12228
114. No
Stock #
No
Stock #
Romac SS1, O.D. x specified length in the
following size: 3" (3.45 - 4.00) x 6"
Romac SS1, O.D. x specified length in the
following size: 3" (3.45-4.00) x 8"
Romac SS1, O.D. x specified length in the
following size: 4" (4.45 — 5.60) x 6"
Romac SS1, O.D. x specified length in the
fallowing size: 4" (4.45 — 5.60) x 8"
Romac SS1, O.D. x specified length in the
fallowing size: 4" (4.45 — 5.60) x 12"
Romac SS1, O.D. x specified length in the
following size: 4" (4.45 — 5.60) x 16"
1 Each
12005 Lids, Bottoms, Extensions, Valves. Fittings, Couplings & Misc.
Page 25 of 30
No
Stock #
12686
10689
10656
10658
10657
12" Mechanical Joint x 10" Flange Reducer,
Ductile Iron (Cement Lined) Tess
accessories.
4" Flange x 3" Flange Reducer (Short)
6" Flange x 3" Flange Reducer
4" Mechanical Joint x 3" Mechanical Joint
Reducer
8" Mechanical Joint x 4" Mechanical Joint
Reducer
12" Plain End x 8" Plain End Reducer
12" Plain End x 8" Mechanical Joint
Reducer
12" Plain End x 10" Mechanical Joint
Reducer
16" x 12" Plain Ends Reducer
5k0XS
Please list what BRAND:
136
140
130.
-ry
1 Each
1 Each
1 Each
1 Each
MAKE: C1
6" Mechanical Joint x Mechanical Joint
Long Pattern Solid Repair Sleeve, Ductile
Iron (Cement Lined) less accessories.
6" Mechanical Joint x Mechanical Joint
Short Pattern Solid Repair Sleeve, Ductile
Iron (Cement Lined) Tess accessories.
8" Mechanical Joint x Mechanical Joint
Long Pattern Solid Repair Sleeve, Ductile
Iron (Cement Lined) Tess accessories.
8" Mechanical Joint x Mechanical Joint
Short Pattern Solid Repair Sleeve, Ductile
Iron (Cement Lined) less accessories.
12" Mechanical Joint x Mechanical Joint
Long Pattern Solid Repair Sleeve, Ductile
Iron (Cement Lined) less accessories.
$ ��3z• qZ
bl
2 Each
4 Each
2 Each
4 Each
2 Each
s (a.(J,t
$ Cots. II
$ 38
$ l)('-qZ
MODEL: �Bid
$ 113•5-s'
$ Z15" CQq
$ Zpg. Lig
$ -Py7. Io
12005 Lids, Bottoms, Extensions, Valves. Fittings, Couplings & Misc.
Page 27 of 30
3" Romac Piranha Tyton Joint Gasket
4" Romac Piranha Tyton Joint Gasket
6" Romac Piranha Tyton Joint Gasket
Romac Piranha Tyton Joint Gasket
12" Romac Piranha Tyton Joint Gasket
Siolo, 0 ���1 ciStax
Please list what BRAND: e
153. 12550 8" Valve Box Top, 940 Top (Irrigation)
Import
12415
16" Valve Box Top, Part No. D-HD Upcode
670610-144977
18 " Valve Box Top, 940 Top Cast Iron,
Domestic, Tyler Union
36" Valve Box Bottoms Cast Iron, Import
5-1/4 Drop Lid, 12 Lbs, Part No. D-HDUP
Code 670610-145325, Tyler Union
Lid Only: Round Deep Lid with "Water"
logo- 940 Style, Import,
Lid Only: Round Deep Lid with "Irrigation"
logo — 940 Style, Import
25 Each
12005 Lids, Bottoms, Extensions, Valves. Fittings, Couplings & Misc.
Page 29 of 30
Pricing out Field LDk tVtoD joint restraint gaskets
as an alternate to Rb]nlacPiranha tVton joint
restraint gasket
Restrained joint pipe and fittings
are used inpressurized Ductile
iron pipelines toprevent the joints
nfthe line from separating due m
thrust forces. Thrust forces generally
occur atchanges ofdirection inthe
line. Usually, acalculated length of
pipeline extending from the location
ofthe thrust force isrestrained in
the joints sothat this force can be
transmitted mthe soil surrounding
the line. The entire pipeline isoften
restrained for installations inpoor soil
or for critical lines.
By simply inserting a FIELD LOK 350
FEATURES & BENEFITS
Available |n4-Z4"pipe sizes.
0.***MW
Gasket into the socket ofaTYT3
J0|Nr=Pipe, Fitting o,Valve, restraint
isinstantly achieved when the joint
is assembled. Stainless steel locking
segments vulcanized into the FIELD
uoxssoGasket grip the pipe to
prevent joint separation.
FIELD 0«»50Gaskets, utilizing
patented improvements, are rated
byU.s.Pipe for operating pressures
vpto3sopsi, arating that now
matches that ofPressure class asn
pipe, giving the engineer and user
new flexibility indesigning piping
systems. With the use ofthe FIELD u]K
• Working pressure rating of]5Opsi.
m Pn*ventsjointsfrom separating due tothrust forces
• Trouble free means nf joint restraint for well over one
million ductile iron pipe and fitting joints across America
m Providing a bo|t|ess,integra| restraining system, and shall
berated for ]5Opsi inaccordance with the requirements
ofAN5|//YN/VVACl11/A31.1l
• Available asFIELD U]K35O Red Gasket
35oGasket, push -on joint Ductile Iron
TvTOmJOINT Pipe o,Fittings can ue
quickly and securely restrained a,the
joint is assembled.
Field cut pipe are nolonger a
problem mrestrain. Nopipe surface
preparation orgrooving i,required for
field cut pipe other than the cut end
needing tohebeveled ayrequired for
any push -on joint spigot end. With
the FIELD uOxxsoGasket inplace, the
joints are restrained without thrust
blocks, bolts, grooves, rods, clamps or
retainer glands, resulting insavings wf
labor, material and time.
PIPE
FABRICATION
RESTRAINED JOINTS
FITTINGS
GASKETS <
COATINGS &LININGS