Annual Contract for Fire Hydrants

Agency: Mobile Water Service System(MAWSS)
State: Alabama
Level of Government: State & Local
Category:
  • 42 - Fire Fighting, Rescue, and Safety Equipment
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD16874109356580407
Posted Date: Apr 9, 2024
Due Date: Apr 22, 2024
Solicitation No: IFB 24-015
Source: Members Only

Annual Contract for Fire Hydrants

  • Contract or Solicitation Number IFB 24-015

  • Solicitation Description

    Contract Period: 7/1/24 through 6/30/25 with two 1-year extension options

  • Opening Date April 22nd 2024

  • Contact Mike Grimes (251) 402-0042 or mgrimes@mawss.com

  • Solicitation Document(s)

    ifb-24-015-fire-hydrants.pdf

Attachment Preview

Joyce Sawyer, Buyer II
(251) 694-3110 Office
jasawyer@mawss.com
Mobile Area Water and
Sewer System
4725 Moffett Rd Suite A
Mobile, AL 36618-2236
PO Box 180249
Mobile, AL 36618-0249
INVITATION FOR BID
April 8, 2024
INVITATION FOR BID NUMBER
IFB 24-015
NAME OF BID
BIDS WILL BE RECEIVED AT
BID OPENING DATE
Annual Contract for Fire Hydrants
MAWSS Bid Box
Donaghey Business Entrance
4725A Moffett Road
or
Mobile, AL 36618
April 22, 2024
PO Box 180249
BID OPENING TIME
10:30 am Central Time
AWARD WILL BE MADE BY
Total Cost & Lead Time
CONTRACT PERIOD
MATERIAL DELIVERED TO
ADDITIONAL INFORMATION CONTACT
7/1/24 through 6/30/25 with two 1-year extension options
MAWSS Warehouse
1610 Shelton Beach Road Ext
Mobile, AL 36618
Mike Grimes (251) 402-0042 or mgrimes@mawss.com
APPLICABLE DBE POLICY
None
Sealed bids must be in the Purchasing Department no later than the time specified in order to be considered. Submissions
received after the deadline will not be considered. Envelopes must bear the name of the supplier, company address and the
words “IFB 24-015 Fire Hydrants” or “IFB 24-015 NO QUOTE.” Facsimile or email bids will not be accepted.
All bids must be submitted on the attached forms or your bid will be disqualified. Bidder shall furnish all the information
required by the solicitation. The bidder’s name must be typed or printed on the bid sheet, and signed by the bidder or
appropriate authorized executive officer of the bidder’s company. Bidders must initial any changes or erasures. Bidders
should retain a copy of bids for their records.
Bidders shall acknowledge receipt of all addenda to this solicitation by signing and returning each addendum or by identifying
the addendum number and the date on the bid form. Failure to acknowledge receipt of any addendum by a bidder will result
in rejection of the bid if MAWSS determines that the addendum contains information that materially changes the
requirements.
All bids shall be quoted FOB Destination, freight prepaid with no additional charges. Unless otherwise specified in the bid, all
prices will be on a firm-fixed price basis and are not subject to adjustments based on costs incurred. MAWSS reserves the
right to reject any or all bids submitted, to waive any informality in any bid or in the bid process, or to terminate the bid
process at any time, if deemed by MAWSS to be in MAWSS’s best interest.
A Purchase Order and this “Invitation for Bid” with “Specifications,” “Conditions,” “Bid Form,” signed by the successful
bidder’s authorized representative, and all attached drawings and other documents furnished by MAWSS to the bidders with
the Invitation for Bid in order to illustrate the contract requirements, will constitute a contract for the goods and/or services
to be purchased.
IFB 24-015 Fire Hydrants – Annual Contract
Page 1 of 6
IFB 24-015 FIRE HYDRANTS
CONDITIONS
The Board of Water and Sewer Commissioners of the City of Mobile will accept bids for Fire Hydrants in our Purchasing
Department Bid Box located in the Business Entrance at 4725 Moffett Road, Mobile, AL 36618 no later than 10:30 a.m. local
time on April 22, 2024. Bids will be opened immediately after bid closing time in the Operations Center Board room located
at the Customer Service entrance. Award will be by Total Cost & Lead Time. The bidder offers and agrees, if this bid is
accepted, to furnish the items as defined in the specifications for the unit price set opposite each item. Pricing shall be FOB
Mobile, Alabama. All items shall be delivered to our Warehouse located at 1610 Shelton Beach Road Ext. Mobile, AL 36618
or to the job site as needed. The bidder shall state the expected length of delivery time on the Bid Form.
Bidder understands and agrees that manufacturer and part numbers are provided for descriptive purposes only. Items of
equal or better quality will be considered but must be approved by MAWSS in writing. Upon delivery, if the quality, durability
or performance of any product represented as equal or better is determined by MAWSS to be unsatisfactory, MAWSS will
require a suitable substitute or will require that the originally specified item be delivered, at the unit price originally offered
by bidder. No substitution for items to be provided pursuant to this contract shall be permitted during the contract period
without the express written consent of MAWSS. All items provided shall be for commercial use and for the purposes
reflected in the contract documents.
No bid on closed out or discontinued item(s) will be accepted. Item(s) that have a determinable shelf life must be disclosed
at the time of bid submittal. Bidder understands that his/her bid shall be good and may not be withdrawn for a period of
sixty (60) calendar days after the scheduled closing time for receiving bids.
Bidder understands and agrees that quantities will be purchased by MAWSS on an “as needed” basis to replenish inventory.
MAWSS shall not be committed to the purchase of a pre-established minimum quantity for any one item.
A bidder may not modify its bid after bid opening. Errors in the extension of unit prices stated in a bid or in multiplication,
division, addition or subtraction in a bid may be corrected by the MAWSS Purchasing Buyer prior to award. In such cases,
unit prices shall not be changed.
It is the responsibility of the bidder to determine prior to the bid opening whether any amendment, additions, deletions or
changes of any type have been made to this Invitation for Bid, Conditions, Specifications, Bid Form or any of the other bid
documents. Bid documents and any amendments made to this bid will be posted on our website at www.mawss.com.
Invoicing Requirements: Invoices need to be emailed to Accounts Payable at AcctsPayable@mawss.com. Please include
purchase order number on all invoices.
END OF CONDITIONS
IFB 24-015 Fire Hydrants – Annual Contract
Page 2 of 6
IFB 24-015 FIRE HYDRANTS
SPECIFICATIONS
1. All hydrants shall meet or exceed AWWA C-502, latest revision, shall be of the traffic-model design, and rated
at 200 psi working pressure, 400 psi hydrostatic test pressure. The hydrant main valve shall be a minimum of
5-1/4" and of compression type that closes with the pressure. All operating parts, including the drain ring,
operating nut, hold-down nut, upper valve plate, seat ring, drain lever, and nozzles shall be made of bronze, in
compliance with AWWA C-502, Section 2.2.501.
2. The bonnet assembly shall provide for an oil or grease reservoir and lubricating system that lubricates all stem
threads and bearing surfaces each time the hydrant is operated. The reservoir shall be completely sealed
from the waterway and all external contaminants by two O-ring stem seals. Hydrants shall be factory prefilled
with a lubricant suitable for a working range of –60 degrees F. to +150 degrees F. and shall comply with USDA
Safety and Health Regulations. Material Safety Data Sheets shall be made available if requested.
3. Hydrants shall be provided with two 2-1/2" bronze hose nozzles and one 4-1/2" bronze pumper nozzle. All
nozzle threads shall be National Standard Fire Hose Coupling thread. Nozzle caps shall be cast or ductile iron
and provided with gaskets and chains.
4. Hydrants shall have a 6" mechanical joint inlet, less accessories, with the interior of the hydrant shoe fully
fusion bonded epoxy coated with at least 4 mils in accordance to AWWA C-550 and the exterior of the
hydrant shoe coated with at least 8 mils of asphaltic coating or epoxy coated to the same specifications as the
interior.
5. The exterior of the lower barrel shall be coated with 4 to 8 mils of asphaltic coating in compliance with
ANSI/AWWA C110/A21.10. The interior of the lower barrel shall be seal coated in accordance with the
requirements of Seal Coating in ANSI/AWWA C104/A21.4 to a thickness of no less than 4 mils.
6. Flanges of the hydrant lower barrel shall be integral cast with the barrel, screwed on, or of a connection type
approved by the Board of Water & Sewer Commissioners.
7. The shoe of the hydrant shall be made of ductile iron or cast iron. If the shoe is made of ductile iron, the
lower barrel may be made of either ductile iron or cast iron. If the shoe is made of cast iron, the lower barrel
shall be made of cast iron only. Shoes and lower barrels made of ductile iron shall have the letters "DI" or
"Ductile" cast, stamped, or stenciled (painted) on them. Shoes and lower barrels with no markings will be cast
iron.
8. Hydrants shall utilize three-quarter inch (3/4") bolts meeting ASTM A-307 Grade B, zinc coated by the hot dip
process, in accordance with the requirements of Class C of Specification A 153, to secure the lower barrel to
the hydrant shoe or type 316 Stainless Steel bolts must be used if the bolts are less than ¾" in diameter.
9. Hydrants shall be of the three-way design with the upper barrel capable of full 360 degree rotation by any
degree.
IFB 24-015 Fire Hydrants – Annual Contract
Page 3 of 6
IFB 24-015 FIRE HYDRANTS
SPECIFICATIONS (Cont.)
10. Hydrants shall have a 1-1/2" pentagon, one-piece operating nut and open left. Protection from weather shall
be accomplished by one or both of the following methods:
(a.) A weather cap made of cast iron and firmly attached to the operating nut by means of a screw passing
through the center of the weather cap and into the top of the operating nut. The base of the weather cap
shall be larger in diameter than the diameter of the hold down nut. The weather cap shall be of a type
that can be easily removed for maintenance and will provide tamper resistance. The bronze hold-down
nut will have a weather seal preventing water entry.
(b.) An exterior rubber seal to prevent water entry and a redundant interior rubber seal for additional
protection. (2 separate seals)
11. Hydrants shall allow for the easy installation of barrels or extensions at the hydrant shoe or ground line
without having to shut off the water main.
Design, materials, and workmanship shall be similar and equal to the latest stock pattern produced by the
manufacturer and that hydrant shall be of the same general type as the hydrants in the existing system.
13. Hydrants shall be furnished for a bury of 3' 6" except where otherwise required in the field and/or called for
on the plans.
14. The inside diameter of hydrant barrel shall be 6.125 inches or greater. Hydrants with barrels less than 7
inches shall meet AWWA C-502 minimum wall thickness requirements for a 7 inch inside diameter barrel.
15. Friction losses through the hydrant shall not exceed 7.6 psi at 1500 gpm or 3.0 psi at 1000 gpm through the
pumped nozzle, and 1.25 psi at 500 gpm through two (2) hose nozzles when tested simultaneously as outlined
by AWWA C-502. Flow test results indicating the friction losses through the hydrant shall not be older than 12
months from the date said results are requested by MAWSS. Flow tests must be conducted by an
independent lab. Each manufacturer must provide written certification, if requested, that their hydrants
meet all of the Board hydrant specifications.
16. Hydrants shall be painted in accordance with the requirements of AWWA C-502. The outside of the hydrant
top section shall receive one coat of shop applied primer (Federal Specifications TT-P-86-Type IV, TT-P-636, or
equal). After hydrant is installed, it shall be cleaned and primer applied to scraped or abraded areas.
Hydrants shall receive an intermediate coat and final coat of paint meeting Federal Specifications TT-E-489
applied at a dry thickness of 2 mils per coat. Hydrant barrel color shall be chrome yellow.
Hydrant tops shall conform to the following table according to flow test results:
CLASS AA Color Sky Blue, Rated-Capacity of 1500 gpm or greater (5680 L/min)
CLASS A Color OSHA Green, Rated-Capacity of 1000-1499 gpm (378-5675 L/min)
CLASS B Color International Orange, Rated-Capacity of 500-999 gpm (1900-3780 L/min)
CLASS C Color Red, Rated-Capacity of less than 500 gpm (1900 L/min)
Flow tests will be conducted by the Board's personnel. Requests for flow testing shall be presented to the
Field Support Services Engineer or Water Services Engineer.
IFB 24-015 Fire Hydrants – Annual Contract
Page 4 of 6
IFB 24-015 FIRE HYDRANTS
SPECIFICATIONS (Cont.)
17. Complete drawing standards and certificate of compliance must be furnished when requested. Should any
accepted fire hydrant change design or material of present accepted fire hydrant, the Board of Water and
Sewer Commissioners of the City of Mobile must be notified in writing prior to the change and the fire
hydrant must be resubmitted for approval.
18. All Hydrants shall have a 10-year warranty, a copy of which is to be made available on demand, identified
from the cast date on the upper barrel of the hydrant.
19. Hydrants shall be shipped on a trailer of truck that will allow the unloading of the hydrants from both sides of
the trailer or truck with a forklift. Any hydrants delivered in an enclosed trailer or truck that does not allow
access to the hydrants from both sides with a forklift will be immediately rejected and not unloaded.
20. Hydrants will be visually inspected for compliance with these specifications upon arrival at the Board
Warehouse. Hydrants that clearly do not meet these specifications upon delivery, will not be accepted and
will be returned to the shipper on the same truck that delivered them.
21. If it is discovered that hydrants accepted by the Board Warehouse do not meet these specifications, the
provider of said hydrants will be asked to replace the noncompliant hydrants. No new hydrants will be
ordered until the noncompliant hydrants are replaced.
22. The following fire hydrants with the necessary modifications to make them meet this specification are
acceptable for use in the Board's water system:
American Flow-Darling B-84-B M & H 129 Mueller Centurian Clow Medallion
END OF SPECIFICATIONS
IFB 24-015 Fire Hydrants – Annual Contract
Page 5 of 6
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >