HomeMy WebLinkAboutCity of Tamarac Resolution R-2003-221Temp. Reso. # 10240
September 5, 2003
Page 1
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-2003 - �A!
A RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF TAMARAC, FLORIDA, AUTHORIZING THE UTILIZATION
OF THE VOLUSIA COUNTY BID NUMBER 03-B-65JG FOR
THE PURCHASE OF POLYETHYLENE DRAINAGE PIPE
FROM ADVANCED DRAINAGE SYSTEMS, INC. FOR THE
NW 57T" STREET DRAINAGE IMPROVEMENT PROJECT IN
AN AMOUNT NOT TO EXCEED $59,124; PROVIDING FOR
CONFLICTS; PROVIDING FOR SEVERABILITY; AND
PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, The Public Works Department requires the purchase of drainage pipe
for the in-house construction of drainage improvements along NW 57th Street; and
WHEREAS, Volusia County awarded bid Number 03-B-65JG for polyethylene and
PVC tubing, pipe and fittings, attached hereto as Exhibit "'I"; and
WHEREAS, City Code §6-155 allows the Purchasing/Contracts Manager the
authority to procure supplies, materials, equipment and services which are subject to
contracts with other governmental agencies without following purchasing procedures when
the best interest of the City would be served; and
WHEREAS, the vendor which received the bid award for all of the specific items the
City wishes to purchase was Advanced Drainage Systems, Inc.; and
WHEREAS, Advanced Drainage Systems has remitted a letter, hereto attached as
Exhibit "2", agreeing to extend the pricing, terms and conditions included in the Volusia
County Bid Number 03-B-65JG to the City of Tamarac; and
WHEREAS, funding is available within the Stormwater Management Fund for said
purpose; and
WHEREAS, the Director of Public Works and Interim Purchasing and Contracts
Temp. Reso. # 10240
September 5, 2003
Page 2
Manager have determined that it is in the City's economic interests to purchase
polyethylene drainage pipe by utilizing Volusia County Bid Number 03-B-65JG; and
WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in
the best interest of the citizens and residents of the City of Tamarac to purchase
polyethylene drainage pipe by utilizing Volusia County Bid Number 03-B-65JG in an
amount not to exceed $59,124.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE
CITY OF TAMARAC, FLORIDA THAT:
SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and
confirmed as being true and correct and are hereby made a specific part of this Resolution
upon adoption hereof.
SECTION 2: The use of the Volusia County Bid Number 03-B-65JG for the
purchase of polyethylene drainage pipe for the in-house construction of drainage
improvements along a portion of NW 57t" Street from Advanced Drainage Systems, Inc. in
an amount not to exceed $59,124 is hereby authorized.
SECTION 3: All Resolutions or parts of Resolutions in conflict herewith are
hereby repealed to the extent of such conflict.
SECTION 4: If any provision of this Resolution or the application thereof to
any person or circumstance is held invalid, such invalidity shall not affect other provisions
or applications of this Resolution that can be given effect without the invalid provision or
application, and to this end the provisions of this Resolution are declared to be severable.
n
1
1
SECTION 6
passage and adoption.
Temp. Reso. # 10240
September 5, 2003
Page 3
This Resolution shall become effective immediately upon its
PASSED, ADOPTED AND APPROVED this 24t" day of September, 2003.
OE SCHREIBER
MAYOR
ATTEST:
/ ECORD OF COMMISSION VOTE:
MARION SWE SON, CMC MAYOR SCHREIBER
CITY CLERK DIST 1: COMM. PORTNER
DIST 2: COMM. FLANSBAUM-TALABISCO
DIST 3: COMM. SULTANOF
DIST 4: V/M ROBERTS
I HEREBY CERTIFY that
I have approved this
RESOLUTION as to form.
MITCH'Et'L S.,Y>RAF
CITY ATTORNEY
Agenda Item #: VC-1049832117513-A
EXHIBIT 1
TR 10240
May 8, 2003 AGENDA ITEM Item 14
[ ] Ordinance
[ ] Resolution
11 ) Budget Resolution
[ X ) Other
Department: Public Works File Number: VC-1049832117513-A
Division: Road and Bridge
Subject: Bid #03-B-65JG Polyethylene Tubing, Pipe and Fittings
Account Number(s): Materials for maintenance 103-750-3000-4611 for $225,000.00
Total Item Budget: $225,000.00
Staff Contact(s): George Reckenwald Phone: 386-822-6422 ext. 6422
Summary/Highlights:
The Invitation to Bid 03-B-65JG to fumish polyethylene tubing, pipe and fittings for Road
and Bridge was properly advertised and noticed to thirty-nine (39) potential providers,
eleven (11) in Volusia County. Road and Bridge is requesting authorization to award the
contract to Advanced Drainage Systems (currently under contract with the County) and
Contech Construction Products. Expenditures totaled $42,500.00 for FY 200112002, but
it is anticipated that there may be a requirement for up to $75,000.00 per year due to the
increased drainage requirement.
The recommended contractors have been researched for any code violation or
outstanding past due debt, and none have been reported.
Recommended Motion:
Request approval to award contracts to both Advanced Drainage Systems, Winter
Garden, Florida and Contech Construction Products, Casselberry, Florida, to facilitate
the ability of the County to take advantage of the lowest pricing per item, for a three year
period, with an option to renew for two additional one-year periods with Council approval.
Eileen Fy%
Proxy for Mary Connors
OMB
Legal
Matt Greeson
Director Public Works
County Manager's Office
George Rew
Director
n Goan
�ye.r�-q..
Road and Bridge
Approved Agenda Item
No signature Present
For:
Approved as to
Approved as to
May 8, 2003
Budget Requirements
Form and Legality
Council Action:
Modification:
[X] Approved as Recommended
[ ] Approved With Modifications
[] Disapproved
[] Continued Date:
hnp:Henn.co.volusia.fl.us/electronicagen/agendaitemprint2.asp 05/15/2003
A C
E
1
Bid 03-B-65JG Polyethylene Tubing, Pipe and Fittings
2
3
Opened 3/6/03 by Josie Gomez Recorded by Lynne Bates
a)/b)/c) Advanced Drainage
Systems
Contech Construction Products
4
Item
Pol ethe lene
A-2000 PVC Pipe
5
6
Type C6"pipe
7
Delivered w/screen wrap
$0.98
$1.47
8
Delivered w/o screen wm
$0.78
$1.24
9
Pick up w/screen wrap
$0.93
no bid
10
Pickup w/o screen wrap
$0.75
no bid
11
TvcS8" pipe
12
Delivered w/screen wrap
$2.83
$2.46
13
Delivered w/o screen wrap,$2.45
$2.14
14
Pick a w/screen wrap
$2.68
no bid
15
Pick up w/o screen wrap
$2.32
no bid
16
Type S 10" pipe
17
Delivered w/screen wrap
$3.78
$3.54
18
Delivered w/o screen wrap
$3.32
$3.14
19
Pick up w/screen wrap
$3.60
no bid
20
Pick up w/o screen wrap
$3.16
no bid
21
Type S 12" is
22
Delivered w/screen wrap
$4.81
$5.60
23
Delivered w/o screen wrap
$4.23
$5.10
24
Pick up w/screen wrap
$4.57
no bid
25
Pick up w/o screen wrap
$4.03
no bid
26
Type S JVT pipe
27
Delivered w/screen wrap
$6.19
$8.27
28
Delivered w/n screen wra2
$5.44
$7.62
29
Pick a w/screen wrap
$5.88
no bid
30
Pick up w/o screen wrap
$5.16
no bid
31
TyeeS 18" pipe
32
Delivered w/screen wrap
$9.52
$11.34
33
Delivered w/o screen wrap
$8.40
$10.36
34
Pick up w/screen wrap
$9.05
no bid
35
Pick up w/o screen wra
$7.98
no bid
36
Tv e S 24" pipe
37
Deliveredw/screen wrap
$14.84
$18.45
38
Delivered w/o screen wrap
$13.23
$16.95
39
Pick a w/screen wrap
$14.10
no bid
40
Pick up w/o screen wrap
$12.57
no bid
41
42
Delivered w/screen wrap
no bid
$27.10
43
Delivered w/o screen wrap
$19.93
$25.10
44
Pick up w/screen wrap
no bid
no bid
45
Pick up w/o screen wrap
$18.93
no bid
46
Type S 36" pipe
47
Delivered w/screen wrap
no bid
$39.50
48
Delivered w/o screen wrap,$24.76
$37.50
49
Pick up w/screen wrap
no bid
no bid
50
Pick up w/o screen wrap
$23.52
no bid
51
Type S 42" i e
52
Delivered w/screen wrap
no bid
no bid
53
Delivered w/o screen wrap
$33.81
no bid
54
Pick up w/screen wrap
no bid
no bid
55
Pick up w/o screen wrap
$32.12
no bid
56
Type S 42" Bell End
57
Delivered w/screen wrap
no bid
no bid
58
Delivered w/o screen wrap
$33.81
no bid
59
Pick tip w/screen wrap,no
bid
no bid
60
Pick a w/o screen wrap
$32.12
no bid
61
Tv pe S 48" pipe
62 IDelivered
w/screen wrap
no bid
no bid
63
Delivered wio screen wra
$41.6fi
no bid
64
Pick a w/screen wrap
no bid
no bid
65 1
Pick up w/o screen wra
$39.58
no bid
Page 1 03-B-65JG.xls
A
C
E
3
Opened 3/6/03 by Josie Gomez Recorded by Lynne Bates
a)/b)/c) Advanced Drainage
Systems
Contech Construction Products
4
Item
Polpthe e
_ _ A-2000 PVC Pipe_
66
Type S 48" Bell End
67
1 Delivered w/screen wra
no bid
no bid
68
Delivered w/o scen wrap,$41.66
re
no bid
69
Pick u w/screen wrap
no bid
no bid
70
Pick a w/o screen wrap
$39.58
no bid
71
2. Non erforated Pipe
72
Type C 6" pipe
73
Delivered
$0.78
$1.19
74
Pick U
$0.75
no bid
75
Tjpe S 8" pipe
76
Delivered
$2-45
$2.04
77
Pick U
$2.32
no bid
78
TypeS 10" i e
79
Delivered
$3.32
$3.05
80
Pick U
$3.16
no bid
81
Type S 12" pipe
82
Delivered
$4.23
$4.25
83
Pick U
$4.03
no bid
84
Type S 15" eipe
85
Delivered
$5.44 azi
$675
86
Pick U
$5.16
no bid
87
Type S 18" pi2e
88
Delivered
$8.40
$9.50
89
Pick U
$7.98
no bid
90
Tv e s 24" Pi2e
91
Delivered
$13.23
$15.35
92
Pick U
$12.57
no bid
93
Type S 30" pipe
94
Delivered
$19.93
$23.50
95
Pick U
$18.93
no bid
96
T e S 36" pipe
97
Delivered
$24.76
$35.90
98
Pick U
$23.52
no bid
99
Type S 42" piRe
100
Delivered
$33.81
no bid
101
Pick U
$32.12
no bid
102
Type S 42" Bell End
103
Delivered
$33.81
no bid
104
Pick u
$32.12
no bid
105
Type S 48" pipe
106
Delivered
$41.66
no bid
107
Pick U
$39.58
no bid
108
Tv pe S 48" Bcll End
109
Delivered
$41.66
no bid
110
Pick Up
$39.58
no bid
111
3. Perforated Coupling
112
Type C 6" pipe
113
Delivered w/screen wrap
$1.73
no bid
114
Delivered w/o screen wrap
$1.73
no bid
115
Pick a w/screen wrap
$1.64
no bid
116
Pick up w/o screen wrap
$1.64
no bid
117
Type S H" ie
118
Delivered w/screen wra
$3.51
no bid
119
Delivered w/o screen wrap
$3.51
no bid
120
Pick a w/scrccn_wr,.ip
$3.34
no bid
121
Pick up w/o screen wrap
3.34
no bid
122
Tv pe S Ill" pipe
123
Delivered w/screen wru 1
$4.05
no bid
124
Delivered w/o screen wrap
$4 05
no bid
125
Pick tip wNcreen wrap
$3.84
no bid
126
Pick a w/o screen wrap
$3.84
no bid
Page 2 03-B-65JG.xls
A
C
E
3
Opened 3/6/03 by Josie Gomez Recorded by Lynne Bates
a)lb)lc) Advanced Drainage
Systems
Conlech Construction Products
4
Item
Polyetheylene_
___A-2000 PVC Pipe____
- ------
127
Type S 12" plee
128
Delivered w/screen wra
$6,33
no bid
1291
Delivered w/o screen wrap
$6.33
no bid
130
Pick up w/screen wra
$6.01
no bid
131
Pick up w/o screen wrae
$6,01
no bid
132
TvRe S 15" Pipe
133
Delivered w/screen wrap
$8,22
no bid
134
Delivered w/o Screen wrap
$8,22
no bid
135
Pick u w/screen wra
$7.81
no bid
136
Pick up w/o screen wrap
$7.81
no bid
1371
Type S 18" pipe
138
Delivered w/screen wra
$12.33
no bid
139
Delivered w/o screen wra
$12.33
no bid
140
Pick up w/screen wra
$11.71
no bid
141
Pick a w/o screen wra
$11-71
no bid
142
T e $ 24" pipe
143
Delivered w/screen wra
$18.02
no bid
144
Delivered w/o screen wra
$18,02
no bid
1451
Pick a w/screen wra
$17.12
no bid
146
Pick a w/o screen wra
$17.12
no bid
147
Type S 30" plee
148
Delivered w/screen wra
$29.10
no bid
149
Delivered w/o screen wra
$29.10
no bid
150
Pick up w/screen wra
$27.65
no bid
151
Pick up w/o screen wra
$27.65
no bid
152
Tv e S 36" pipe
153
Dclivered w/screen wra
$37.95
no bid
154
Delivered w/o screen wmi
$37,95
no bid
155
Pick up w/screen wraLi
$36.05
no bid
156
Pick up w/o screen wra
$36,05
no bid
157
Type S 42" pipe
158
Delivered w/screen wra
$50.60
no bid
159
Delivered w/o screen wra
$50,60
no bid
160
Pick a w/screen wra
$48.07
no bid
1611
Pick up w/o screen wra
$48,07
no bid
1621
Tv e S 42" Bell End
163
Delivered w/screen wra
$50.60
no bid
164
Delivered w/o screen wra
$50.60
no bid
165
Pick a w/screen wra
$48.07
no bid
166
Pick a w/o screen wra
$48,07
no bid
167
Type S 48" pipe
168
Delivered w/screen wra
$60.72
no bid
169
Delivered w/o screen wra
$60,72
no bid
170
Pick a w/screen wn
$57.68
no bid
171
Pick up w/o screen wra
$57.68
no bid
172
Type S 48" Bell End
173
Delivered w/screen wra)
$60.72
no bid
174
Delivered w/o screen wra
$60.72
no bid
175
Pick up w/screen wra
$57,68
no bid
176
Pick up w/o screen wra
$57,68
no bid
177
4. Nonperforated Coupling
178
Type C 6" Pipe
179
Delivered
$1.73
$7.50
180
Pick U
$1.64
no bid
181
Tv e S 8" pilie
182
Delivered
$3,51
$20.95
183
Pick U
$3.34
no bid
1841
Tv le S 10" Pi )e
185
Delivered
$4,05
$24.95
186
Pick U
$3.84
no bid
187
Tv e S 12" pilie
188
Delivered
$6.33
$40.66
189
Pick UP
$6.01
no bid
190
Type S 15" pipe
191
Delivered
$8.22
$55.00
1921
Pick U
$7.81
no bid
Page 3 03-5-65JG.As
A
C
E
3
4
Opened 316/03 by Josie Gomez Recorded by Lynne Bates
Item
a)/b)lc) Advanced Drainage
systems
Polyetheylene
$12.33
$11.71
$18.02
$17.12
$29.10
$27.65
$37.95
$36.05
$50.60
$48.07
Contech Construction Products
_-_A-2000 PVC Pipe
$95.00
no bid
$225.00
no bid
$450,00
no bid
$870.00
no bid
no bid
no bid
193
194
195
196
197
198
199
200
201
202
203
204
205
206
207
TvPC 5 IS" i e
Delivered
Pick U
Type S 24" ejee
Delivered
Pick l7
Type S 30" pipe
Dclivered
Pick U
Tvne S 36" Pipe
Delivered
Pick U
Type. 42" pipe
Delivered
Pick Up,
208
209
210
Type S 42" Bell End
Delivered
Pick U
$50.60
$48.07
no bid
no bid
211
Type S 48" pipe
212
Delivered
$60.72
no bid
213
Pick U
$57.68
no bid
214
T e S 48" Bell End
215
Delivered
$60.72
no bid
216
Pick U
$57.68
no bid
217
5. Gasket Type Cou lin
2181
Type C 6" pipe
219
Dclivered
$4.99
$7.50
220
Pick U
$4.74
no bid
221
Type S 8" pipe
222
Dclivered
$9.56
$20.95
223
Pick U
$9.07
no bid
2241
Types 10" pipe
225
Delivered
$27 92
$24.95
226
Pick Up
$26.53
no bid
227
Tv , S 12" pip,
228
Delivered
included
$40.66
229
Pick Up
included
no bid
230
'I"Vpe S 15" Olne
231
Delivered
included
$55.00
2321
Pick Up
included
no bid
2331
Type S 18" Pipe
234
Delivered
included
$95.00
235
Pick Up
included
no bid
236
'1'v is S 24" pipe
237
Delivered
Included
$225.00
238
Pick Up
included
no bid
239
Type S 30" i e
240
Delivered
included
$450,00
241
Pick U 3
included
no bid
242
Type S 36" pipe
243
Delivered
included
$870.00
244
Pick Up
included
no bid
245
Type S 42" pipe
246
Delivered
included
no bid
247
Pick Up
included
no bid
248
7'V m S 42" Bell End
249
Delivered
included -
no bid
250
Pick U
included
no bid
251
Tv e S 48" ire
252
Delivered
included
no bid
253
Pick U
included
no bid
254
1y e S 48" Bell End
255
Delivered
included
no bid
25fi
Pick Up
included
no bid
Page 4 03-B-65JG.xls
Page 5 03-9-65JG.xls
A
C
— E
a)/b)Ic) Advanced Drainage
3
Opened 3/6103 b Josie Gomez Recorded b L nne Bates
5 stems
Contech Construction Products
Polyetheylene
A-2000 PVC Pipe
4
Item
323
&A. Edge Drainage Cou lin
324
Type C 6" PiPe
no bid
no bid
325
Delivered w/screen wra
no bid
no bid
326
Delivered w/o screen wra
bid
no bid
327
Pick up wlscreen wrap --no
bid
328
Pick up w/o screen wmp
no bid
no
329
Type S 8" i e
330
Delivered w/screen wra
no bid
no bid
331
Delivered w/o screen wmp.
no bid
no bid
332
Pick uR w/screen wra
no bid
no bid
333
Pick u2 w/o screen wra
no bid
no bid
334
Tv e S 10" i e
335
Delivcred wlscreen wru
no bid
no bid
336
Delivered w/o screen wrap
no bid
no bid
337
Pick a w/screen wrap
no bid
no bid
338
Pick up w/o screen wra
no bid
no bid
339
Type S 12" Pipe
340
Delivered w/screen wra
no bid
no bid
341
Delivered w/a screen wra
$10.50
no bid
342
Pick u wlscreen wrap
no bid
no bid
343
Pick up w/o screen wrap
$9.97
no bid
344
Tv e 5 15" i e
345
Delivered w/screen wra
no bid
no bid
3461
Delivered w/o screen wrap
no bid
no bid
3471
Pick up w/screen wra
no bid
no bid
346
Pick u w/o screen wra
no bid
no bid
349
Tv e S 18" i e
350
Delivered w/screen wra
no bid
no bid
351
Delivered w/o screen wra
$11.26
no bid
352
Pick u w/screen wra
no bid
no bid
353
Pick u. w/n screen wra
$10.70
no bid
354
1'v e S 24" i rc
355
Delivered w/screen wrap
no bid
no bid
356
Delivered w/o screen wrap
no bid
no bid
357
Pick ue w/screen wrip
no bid
no bid
358
Pick up w/o screen wrap
no bid
no bid
359
Type S 30" pipe
360
Delivered w/screen wra
no bid
no bid
361
Delivered w/o screen wra
no bid
no bid
362
Pick up w/screen wrap
no bid
no bid
3631
Pick up w/o screen wrap
no bid
no bid
3641
Type S 36" pipe
365
Delivcred w/screen wrap
no bid
no bid
366
Delivered w/o screen wra
no bid
no bid
367
Pick up w/screen wra
no bid
no bid
368
Pick up w/o screen wra
no bid
no bid
369
Tv e S 42" pipe
370
Delivered w/screen wrap
bid
no bid
371
Delivered w/o screcn wrap
no bid
no bid
372
Pick up w/screen wrap
no bid
no bid
373
Pick up w/o screen wrap
no bid
no bid
374
TvPe S 42" Bell End
375
Delivered w/screen wrap
no bid
no bid
376
Delivered w/o screen wrap
no bid
no bid
377
Pick up w/screen wrap
no bid
no bid
378
Pick up w/o screen wrip
no bid
no bid
379
ry e S 48" pipe
380
Delivered w/screcn wrap
no bid
no bid
381
Delivered w/o screen wra'r
no bid
no bid
382
Pick u v w/screen wrap
no bid
no bid
3831
Pick up w/o screen wrap
no bid
no bid
384
Type S 48" Bell End
385
Delivered w/screen wra)
no bid
no bid
386
Delivered w/o screen wra
no bid
no bid
387
Pick u i wlscreen wrap
no bid
no bid
388
Pick up w/o scrccn wra
no bid
no bid
Page 6 03-6-65JG.xls
A
C
E
3
opened 3/6/03 by Josie Gomez Recorded by Lynne Bates
a)/b)/c) Advanced Drainage
Systems
Contech Construction Products
4
Item
_ Polyetheylene_...__
__.. A-2000 PVC Pipe, . ._ .
389
B.B. Edge Drainage Side Outlet
390
3911
Type C 6" pipe
Delivered w/screen wra
no bid
no bid
392
Delivered w/n screen wra
no bid
no bid
393
Pick u wlscreen wrap
no bid
no bid
394
Pick up w/o screen wra
no bid
no bid
395
T e S 8" pi2e
396
Delivered w/screen wra
no bid
no bid
397
Delivered w/o screen wra
no bid
no bid
398
Pick up w/screen wra
no bid
no bid
3991
Pickup w/o screen wra
no bid
no bid
400
T e S 10" nine
401
Delivered w/screen wra
no bid
no bid
402
Delivered w/o screen wrap
no bid
no bid
403
Pick u w/screen wra
no bid
no bid
404
Pick u w/o screen wra2
no bid
no bid
405
Type 5 12" piee
406
Delivered w/screen wra
no bid
no bid
407
Delivered w/o screen wra
$11.60
no bid
408
Pick a w/screen wra
no bid
no bid
409
Pick up w/o screen wra
$11.03
no bid
410
TVpc S 15" Pipe
411
Delivered w/screen wrip
no bid
no bid
412
Delivered w/o screen wra
no bid
no bid
413
Pick u w/screen wra
no bid
no bid
414
Pick up w/o screen wra
no bid
no bid
415
Type S 18" pipe
416
Delivered w/screen wra
no bid
no bid
417
Delivered w/o screen wra
$13.10
no bid
418
Pick up w/screen Wrap
no bid
no bid
419
Pick a w/o screen wra
$12.44
no bid
420
Type S 24" pipe
421
Delivered w/screen wra
no bid
no bid
422
Delivered w/o screen wra
no bid
no bid
423
Pick u w/screen wra
no bid
no bid
424
Pick u w/o screen wra
no bid
no bid
425
Type S 30" pipe
426
Delivered w/screen wrap
no bid
no bid
427
Delivered w/o screen wrap
no bid
no bid
428
Pick up w/screen wrap
no bid
no bid
429
Pick u2 w/o screen wrap
no bid
no bid
430
Type S 36" pipe
431
Delivered w/screen wra
no bid
no bid
432
Delivered w/o screen wrap
no bid
no bid
433
Pick up wlscreen wrap
no bid
no bid
434
Pick up w/o screen wrap
no bid
no bid
435
7' e S 42" i e
436
Delivered w/screen wra
no bid
no bid
437
Delivered w/o screen wra
no bid
no bid
4381
Pick a w/screen wrap
no bid
no bid
439
Pick u w!o screen wrup
no bid
no bid
440
Type S 42" Bell End
441
Delivered w/screen wrue
no bid
no bid
442
Delivered w/o screen wrap
no bid
no bid
443
Pick tip, w/screen wrap
no bid
no bid
444
Pick up w/o screen wrap
no bid
no bid
445
Type S 48" ire
4461
Delivered w/scrccn wrap
no bid
no bid
4471
Delivered w/o screen wrap
no bid
no bid
448
Pick tip wiser en wra i
no bid
no bid
449
Pick u w/o screen wrae
no bid
no bid
450
Tv ie S 48" Bell End
451
Delivered w/screen wrap
no bid
no bid
452
Delivered w/o screen wra
no bid
no bid
453
Pick uE w/screen wra
no bid
no bid
454
Pick a w/o screen wrap
no bid
no bid
Page 7 03-B-65JG.xls
A
C
E
3
Opened 3/6/03 by Josie Gomez Recorded by Lynne Bates
a)/b)/c) Advanced Drainage
Systems
Contech Construction Products
4
Item
-_ aye,,. ey ene
2000 PVC Pipe -- --
455
6.C. Edge Drainage End Ca
456
Tv pc C 6" pipe
457
Delivered w/screen wrap
no bid
no bid
458
Delivered w/o screen wrap
no bid
no bid
459
Pick u w/screen wrap
no bid
no bid
460
Pick up w/o screen wrap
no bid
no bid
461
Type S 8" pipe
462
Delivered w/screen wrap
no bid
no bid
463
Delivered w/o screen wrap
no bid
no bid
464
Pick up w/screen wrap
no bid
no bid
465
Pick up w/o screen wrap
no bid
no bid
466
Type S ltl" pipe
467
Delivered w/screen wrap
no bid
no bid
468
Delivered w/o screen wrap
no bid
no bid
469
Pick up w/screen wrap
no bid
no bid
470
Pick up w/o screen wrap
no bid
no bid
471
Type S 12" pipe
472
Delivered w/screen wrn
no bid
no bid
473
Delivered w/o screen wrap
$11.60
no bid
474
Pick up w/screen wrap
no bid
no bid
475
Pick up w/o screen wrap
$11.03
no bid
476
7'v e S I S" Pipe
477
Delivered w/screen wrap
no bid
no bid
478
Delivered w/o screen wrap
no bid
no bid
479
Pick up w/scrccn wrap
no bid
no bid
480
Pick up w/o screen wrap
no bid
no bid
481
Type S 18" pipe
482
Delivered w/scrccn wrap
no bid
no bid
483
Delivered w/o screen wrap
$13.10
no bid
484
Pick up w/screen wrap
no bid
no bid
485
Pick up w/o screen wrap
$12.44
no bid
486
Type S 24" pipe
487
Delivered w/screen wrap
no bid
no bid
488
Delivered w/o screen wrap
no bid
no bid
489
Pick up, w/screen wrap
no bid
no bid
490
Pick up w/o screen wrap
no bid
no bid
491
TXpe S 30" pipe
492
Delivered w/screen wrap
no bid
no bid
493
Delivered w/o screen wrap
no bid
no bid
494
Pick u w/scrccn wrap
no bid
no bid
495
Pick ue w/o screen wi zip
no bid
no bid
496
Type S 36" i e
497
Delivered w/screen wrap
no bid
no bid
498
Delivered w/o screen wrap
no bid
no bid
499
Pick up w/screen wrap
no bid
no bid
500
Pick up w/o screen wrap
no bid
no bid
501
Type S 42" pipe
502
Delivered w/screen wrap
no bid
no bid
503
Delivered w/o screen wrap
no bid
no bid
504
Pickup w/scrcen wi up
no bid
no bid
505
Pick up w/o screen wrap
no bid
no bid
506
Tv re S 42" Hell End
507
Delivered w/screen wrap
no bid
no bid
508
Delivered w/o screen wrap
no bid
no bid
509
Pick up w/screen wrap
no bid
no bid
510
Pick up w/o screen wru
no bid
no bid
511
Type S 48" pipe
512
Delivered w/screen MIT
no bid
no bid
513
Delivered w/o screen wrap
no bid
no bid
514
Pick up w/screen wrap
no bid
no bid
515
Pick up w/o screen wrap
no bid
no bid
516
Type S 48" Hell End
517
Delivered w/screen wrap
no bid
no bid
518
Delivered w/o screen wrop
no bid
no bid
519
Pick u w/scrccn wra i
no bid
no bid
520
Pick u w/o screen wru
no bid
no bid
Page 8 03-I3-65JG.xhi
A
C
E
3
Opened 3/6103 by Josie Gomez Recorded by Lynne Bates
a)/b)/c) Advanced Drainage
S stems
Contech Construction Products
4
Item
Polyeitheylene_
A-2000 PVC Plpe__—_-
521
6.D. Edge Drainage End Ca
522
Type C 6" pipe
523
Delivered w/screen wrap
no bid
no bid
524
Delivered w/o screen wrap
no bid
no bid
525
Pick up w/screen wrap
no bid
no bid
526
Pick up w/o screen wrap
no bid
no bid
527
Type S 8" pipe
528
Delivered w/screen wrae
no bid
no bid
529
Delivered w/o screen wrap
no bid
no bid
530
Pick up w/screen wrap
no bid
no bid
531
Pick up w/o screen wra2
no bid
no bid
532
Type S 10" pipe
533
Delivered w/screen wra
no bid
no bid
534
Delivered w/o screen wrae
no bid
no bid
535
Pick up w/screen wrap
no bid
no bid
536
Pick up w/o screen wrap
no bid
no bid
537
Type S 12' pipe
538
Delivered w/screen wraE
no bid
no bid
539
Delivered w/o screen wrap
$11.60
no bid
540
Pick up w/screen wriie
no bid
no bid
541
Pick up w/o screen wrap
$11.03
no bid
542
Tv e S 15" pipe
543
Delivered w/screen wrap
no bid
no bid
544
Delivered w/o screen wrap
no bid
no bid
545
Pick up w/screen wrap
no bid
no bid
545
Pick up w/o screen wrap
no bid
no bid
547
Type S 18" pipe
548
Delivered w/screen wrap
no bid
no bid
549
Delivered w/o screen wrap
$13-10
no bid
550
Pick up w/screen wrap
no bid
no bid
551
Pick up w/o screen wrap
$12.44
no bid
552
Type S 24" plee
553
Delivered w/screen wrap
no bid
no bid
554
Delivered w/o screen wrap
no bid
no bid
555
Pick up w/screen wrap
no bid
no bid
556
Pick up w/o screen wrae
no bid
no bid
5571
TyRe S 30" PI,pc
558
Delivered w/screen wrap
no bid
no bid
559
Delivered w/o screen wrap
no bid
no bid
560
Pick up w/screen wrap
no bid
no bid
561
Pick uE w/o screen wrap
no bid
no bid
562
Type S 36" 2ipe
563
Delivered w/screen Wilp
no bid
no bid
564
Delivered w/o screen wrap
no bid
no bid
565
Pick up w/screen wrap
no bid
no bid
566
Pick up w/o screen wrap,no
bid
no bid
567
Tv e S 42" pipe
568
Delivered w/screen wrap
no bid
no bid
569
Delivered w/o screen wrap
no bid
no bid
570
Pick up w/screcn wrap
no bid
n0 bid
571
Pick up w/o screen wrap
no bid
no bid
572
Tv e S 42" Bell End
573
Delivered w/screen wrap
no bid
no bid
574
Delivered w/o screen wrap
no bid
no bid
575
Pick up w/screen wrap
no bid
no bid
576
Pick u w/o screen wrap
no bid
no bid
577
Type S 48" pille
578
Delivered w/screen wrap
no bid
no bid
579
Delivered w/o screen wrap
no bid
no bid
5801
Pick up w/screen wrap
no bid
no bid
581
Pick up w/o scree n wrap
no bid
no bid
582
Tv e S 48" Bell End
583
Delivered w/screen wrap
no bid
no bid
584
Delivered w/o screen wrap
no bid
no bid
S85
Pick uE w/screen wrap
no bid
no bid
586
Pick up w/o screen wrap
no bid
no bid
Page 9 03-B-65JG.xls
A
C
E
3
Opened 3/6/03 by Josie Gomez Recorded by Lynne Bates
a)/b)/c) Advanced Drainage
Systems
Contech Construction Products
4
Item
_ Polyetheylene
Do not
— __A-2000 PVC Pipe
587
7. Polyethylene Manholes
588
All Types & " as stated above
manufacture
589
Storm Sewer Base, 3 Ft.
no bid
no bid
590
Storm Sewer Base, 4 Ft.
no bid
no bid
591
Sanitary Sewer Base
no bid
no bid
592
2 Ft, Center Section
no bid
no bid
592
Upper Neck Section, 3 Ft.
no bid
no bid
594
Upper Neck Section 4 Ft.
no bid
no bid
595
Manhold Lid
no bid
no bid
596
'8. Elbows
597
Type C 6" pipe
594
45 Degree Elbows
$4.95
$5.50
599
90 Degree Elbows
$6.77
$6,95
600
Tv e S 8" pipe
601
45 Degree Elbows
$11.50
$15.25
602
90 Degree Elbows
$13,80
$19.75
603
Tv e S 10" pipe
604
45 Degree Elbows
$30,87
$45.00
605
90 Degree Elbows
$42.50
$47.50
606
Type S 12' Eipe
607
45 De ee Elhows r
$42.55
$70.00
608
90 Degree Elbows
$46.00
$75.00
609
Type S 15" pipe
610
45 Degree Elbows
$63.60
$139-00
611
90 Degree Elbows
$67.05
$165.00
612
Type S 18" pipe
613
45 Degree Elbows
$87.91
$235.00
614
90 De ree Elbows
$104.01
$275.00
615
Type S 24" pipe
616
45 Degree Elbows
$213.14
$525.00
617
90 De yrce Elbows
$317.79
$575-00
618
Type S 30" pipe
619
45 De ree Elbows
$476,79
$625.00
620
90 Degree Elbows
$454,94
$675.00
621
Type S 36" piet
622
45 Degree Elbows
$635,95
$995-00
fi23
90 Dg ree Elbows
$690.00
$1,075.00
624
TZpc S 42" Viee
625
45 Degree Elbows
$683-94
no bid
626
90 Degree Elbows
$989,49
no bid
627
'Fv e S 42" Bell End
628
45 Degree Elbows
no bid
no bid
629
90 Degree Elbows
no bid
no bid
630
TVjpe S 48" pipe
631
45 Dc ree Elbows
$862.50
no bid
632
90 Degree Elbows
$1,173.00
no bid
633
Type S 48" Bell End
634
45 De ree Elhows
no bid
no bid
635
90 Degree Elbows
no bid
no bid
636
637
638
a) All 45 0e9ree and 90 degree elbows include 2 split couplers each
b Only manufactures perforated pipe with screen wrap in 6" -24" diameters
639
c 12"-48" lEpqU includes a 8asketed Bell-n-S pi got Joint
640
T Hughes Supply, Inc. has been determined to be non -responsive and has been removed from
�� f
641
642
consideration of bid award.
643
Page 10 03-B-65JG.xls
SUBMIT TO:
COUNTY OF VOLUSIA
PURCHASING
J - ..
INVITATION TO BID
123 W. INDIANA AVE
DELAND FL327204608
ANEQUAL
CONTACT PERSON: EXT.
OPPORTUNITY
Josie Gomez (386) 822-5779
EMPLOYER
DELAND: (386) 736-5935
DAYTONA BEACH: (386) 257-6000
NEW SMYRNA BEACH: (386) 423-3300
TITLE: Polyethylene Tubing, Pipe and Fittings
NUMBER:
SUBMITTAL DEADLINE:
03-B-65JG
Thursday, March 6,
2003, at 2:00 P.M.
PRE BID PROPOSAL DATE, TIME AND LOCATION:
SUBMITTALS RECEIVED AFTER
Not Applicable
ABOVE DATE AND TIME WILL,
NOT BE CONSIDERED
RESPONDENT NAME:
IF RETURNING AS A "NO RESPONSE", STATE REASON:
MAILING ADDRESS:
CITY— STATE —ZIP:
X
TELEPHONE NO:
Authorized Signature
FAX NO:
Typed Name
FEDERAL 1D NO, OR SOCIAL SECURITY NO,
Title Date
By my signature I certify that this offer is made without prior understanding, agreement, or connection with any corporation, firm, business entity, or person submitting
an offer for the same materials, supplies, equipment, or services(s), and is in all respects fair and without collusion or fraud. I further agree that if the offer is accepted, the
offeror will convey, sell, assign, or transfer to the County of Volusia all right, title, and interest in and to all causes of action it may now or hereafter acquire under the
Anti-trust laws of the United States and the State of Florida for price fixing relating to the particular commodity(s) or services(s) purchased or acquired by the County of
Volusia, At the Count 's discretion such assignment shall be made and become effective at the time the County tenders final payment to the bidder.
THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR RESPONSE
GENERAL CONDITIONS AND INSTRUCTIONS
* * * * PLEASE READ CAREFULLY * * * *
Individuals covered by the Americans with Disabilities Act of 1990 in need of accommodations to attend public openings or meetings sponsored by the Volusia County
Purchasing Division shall contact the Division office in DeLand, (386) 736-5935, at least five (5) days prior to the scheduled opening or meeting.
I . SUBMISSION OF OFFERS: All offers shall be submitted in a sealed envelope or 6. CLARIFICATION/CORRECTION OF ENTRY: The County of Volusia
package. The invitation number, title, and opening date shall be clearly displayed on the reserves the right to allow for the clarification of questionable entries and the correction of
outside of the sealed envelope or package. The delivery of responses to the Volusia OBVIOUS MISTAKES.
County Purchasing Division Office prior to the specified date and time is solely and
strictly the responsibility of the offeror. Any submittal received in the Purchasing 7 INTERPRETATION/ADDENDA: Any questions concerning conditions and
Division Office after the specified date and time will not be considered. specifications shall be directed to the designated contact person. Those interpretations
which may affect the eventual outcome of the invitation/offer shall be famished in writing
Responses shall be submitted on forms provided by the County. Additional information to prospective offerors,
may be attached to the submittal. Facsimile submissions arc NOT acceptable. No offer
may be modified after acceptance. No offer may be withdrawn after opening for a No interpretation shall be considered binding unless provided in writing by the County of
period of sixty (60) days unless otherwise specified. Volusia Purchasing Division in the form of an addendum. Any addenda issued shall be
acknowledged by signature and returned with offeror's response.
2. EXECUTION OF OFFER: Offer shall contain a manual signature in the spaces)
provided of a representative authorized to legally bind the offcror to the provisions Failure to acknowledge addenda may result in the offer not being considered.
therein. All spaces requesting information from the offeror shall be completed.
Responses shall be typed or printed in ink. Usc of erasable ink or pencil is not permitted. g INCURRED EXPENSES: This invitation does not commit the County to make an
Any correction made by the offeror to any entry must be initialed. award nor shall the County be responsible for any cost or expense which may be incurred
by any respondent in preparing and submitting a reply, or any cost or expense incurred by
OPENING: Opening shall be public n the Volusia County Purchasing Division any respondent prior to the execution of a purchase order or contract agreement.
immediately following the advertised deadline date and time for receipt of submittals.
Pursuant to Section 119.07(3) (0) Florida Statutes (1991) no further information 9. DISADVANTAGED BUSINESSES: The County of Volusia, Florida, has adopted
regarding offers submitted will be made public until such time of intended award or ten policies which assure and encourage the full participation of Disadvantaged Business
(10) days, whichever is earlier. Enterprises (DBE) in the provision of goods and services. Further, the County of Volusia
PUBLIC RECORD: The County of Volusia. Florida, is governed by the Public will monitor the DBE, program with respect to the goals as established by County Council,
Record Law, Chapter 119, Florida Statutes. Pursuant to Chapter 119 only trade secrets
as defined in Section 812.081, Florida Statute shall be exempt from disclosure. 10. LOCAL BUSINESSES: The County Council has established a policy to encourage
participation of Volusia County businesses in the provision of goods and services. The
TABULATION: Anyone wishing to receive a copy of the tabulation of offers is County will endeavor to assist local businesses to achieve this goal.
required to enclose a stamped, self-addressed envelope with submittal.
CONTINUED ON NEXT PAGE
IL PRICING: Unless otherwise specified prices offered shall remain firm for a period
of at least sixty (60) days; all pricing of goods shall include FOB DESTINATION, all
packing, handling, shipping charges and delivery to any point(s) within the County to a
secure area or inside delivery; all prices of services shall include all expenses necessary
to provide the service at the location specified.
12, ADDITIONAL TERMS & CONDITIONS: The County of Volusia reserves
the right to reject offers containing terms or conditions contradictory to those requested
in the invitation specifications.
13. TAXES: The County of Volusia is exempt from Federal Excise Taxes and all sales
taxes. Florida State Exemption Certificate No. 74-07-059158.53C.
14, DISCOUNTS: All discounts except those for prompt payment shall be considered
in determining the lowest net cost for evaluation purposes.
15, MEETS SPECIFICATIONS: The offcror represents that all offers to this
invitation shall meet or exceed the minimum requirements specified.
16. BRAND NAME OR EQUAL: if items requested by this invitation have been
identified in the specifications by a Brand Name "OR EQUAL" description, such
identification is intended to be descriptive and not restrictive and is to indicate the
quality and characteristics of products that will be acceptable. Offers proposing
"equal" products will be considered for award if such products are clearly identified in
the offer .and arc determined by the County to meet fully the salient characteristic
requirements listed in the specifications.
Unless the offcror clearly indicates in his/her offer that he/she is proposing an "equal"
product, the offer shall be considered as offering the same brand name product
referenced in the specifications.
If the offcror proposes to furnish an "equal" product, the brand name of the product to
be furnished shall be clearly identified. The evaluation of offers and the determination
as to equality of the product offered shall be the responsibility of the County and will
be based on information furnished by the offcror. The Purchasing Division is nut
responsible for locating or securing any information which is not identified in the
response and reasonably available to the Purchasing Division. To insure that sufficient
information is available the offeror shall furnish as part of the response all descriptive
material necessary for the Purchasing Division to determine whether the product
offered meets the salient characteristics required by the specifications and establish
exactly what the offcror proposes to furnish and what the County would be binding
itself to purchase by making an award.
17. SAMPLES: When required, samples of products shall be furnished with response to
the County at no charge. Samples may be tested and will not be returned to the offeror.
The result of any and all testing shall be made available upon written request.
18. SILENCE OF SPECIFICATIONS: The apparent silence of these
specifications or any supplemental specifications as to details or the omission from
same of any detailed description concerning any point, shall be regarded as meaning
that only the best commercial practices are to prevail and that only materials of first
quality and correct type, size, and design are to be used. All workmanship shall be first
quality. All interpretations of specifications shall be made upon the basis of this
statement.
19. GOVERNING LAWS: Any agreement to purchase resulting from this invitation
shall be governed by the laws, regulations, and ordinances of the State of Florida and
the County of Volusia, Florida. Vcnue shall be non -jury in the Circuit Court of
Volusia County, Florida.
20. ASSIGNMENT: Any agreement to purchase issued pursuant to this invitation and
award thereof and the monies which may become due hereunder are not assignable
except with the priorwriren approval of the County Purchasing Director,
21, CONTENT OF INVITATIONIRESPONSE: The contents of this invitation,
all terms, conditions, specifications, and requirements included herein and the accepted
and awarded response thereto may be incorporated into an agreement to purchase and
become legally binding. Any terms, conditions, specifications, and/or requirements
specific to the item or service requested herein shall supercede the requirements of the
"GENERAL CONDITIONS AND INSTRUCTIONS."
22. LIABILITY: The supplicr/provider shall hold and save the County of Volusia, its
officers, agents, and employees harmless against claims by third parties resulting from
breach ufconlract or negligence by the supplicr/provider.
23. PATENTS, COPYRIGHT, AND ROYALTIES: The supplier/provider,
without exception, shall indemnify and save harmless the County of Volusia, its
officers, agents and employees from liability of any nature of kind, including cost and
expenses forerun account of any copyrighted, registered, patented, or unpatented
invention, process, or article manufactured or used in the provision of goods and/or
services, including use by the County of Volusia. If the supplier/provider uses any
design, device, or materials covered by letters, patent, copyright, or registration, it is
mutually agreed and understood without exception that the quoted price shall include
all royalties or costs arising from the use of such design, device, or materials in any
way involved.
24, TRAINING: Unless otherwise specified suppliers/providers may be required at the
convenience of and at no expense to the County to provide training to County
personnel in the operation and maintenance of any item purchased as a result of this
invitation.
25, ACCEPTANCE: Products purchased as a result of this invitation may be tested for
compliance with specifications. Items delivered not conforming to specifications may
be rejected and returned at bidder's expense. Those items and items not delivered by
the delivery date specified in accepted offer and/or purchase order may be purchased
on the open market. Any increase in cost may be charged against the bidder.
26, SAFETY WARRANTY: Any awarded supplier/provider including dealers,
distributors, and/or manufacturers shall be responsible for having complied with all
Federal, State, and local standards, regulations, and laws concerning the product or
service specified, and the use thereof, applicable and effective on the date of
manufacture or use or date in service including safety and environmental standards as
apply to both private industry and governmental agencies.
27. WARRANTY: The offcror agrees that, unless otherwise specified, the product
and/or service furnished as a result of this invitation and award thereto shall be covered
by the most favorable commercial warranty the offeror gives to any customer for
comparable quantities of such products and/or services and that the right and remedies
provided herein are in addition to and do not limit any rights afforded to the County of
Volusia by any other provision of the invitation/offer.
28. AWARD: As the best interest of the County may require, the County reserves the
right to make award(s) by individual item, group of items, all or none, or a combination
thereof; on a geographical basis and/or on a countywide basis with one or more
supplier(s) or provider(s); to reject any and all offers or waive any irregularity or
technicality in offers received. Offerors are cautioned to make no assumptions unless
their offer has been evaluated as being responsive. Any or all award(s) made as a
result of this invitation shall conform to applicable ordinances of the County of
Volusia, Florida.
29. VIOLATIONS: Any violation of any of the stipulations, terms, and/or conditions
listed and/or included herein may result in the offeror/bidder being removed from the
County Bid list and the offeror/bidder being disqualified from doing business with the
County for a period of time to be determined on a case -by -case basis.
30. For purposes of this Invitation and evaluation of responses hereto the following shall
apply: unit prices shall prevail over extended prices; written matter shall prevail over
typed matter; numbers spelled in word form shall prevail over Arabic numerals ("one"
aver "I"). When not inconsistent with context words used in the present tense include
the future, words in the plural number include the singular number, and words in the
singular number include the plural number. The word "shall" is always mandatory and
not merely directory.
ft7l! 11..31410I 11TIP&I
COUNTY — The term "County" herein refers to the County of Volusia,
Florida, and its duly authorized representatives and any jurisdiction within Volusia
County.
OFFEROR — The term "offcror" used herein refers to any dealer,
manufacturer, representative, distributor, or business organization submitting an offer
to the County in response to this invitation.
BIDDER — The term "bidder" used herein refers to any dealer, manufacturer,
representative, distributor, or business organization that will be or has been awarded a
contract and/or purchase order pursuant to the terms and conditions of the invitation
and accepted offer.
USING AGENCY — The term "using agency" used herein refers to any
department, division, agency, commission, board, committee, authority, or another unit
in the County government using supplies or procuring contractual services as provided
for in the Purchasing Ordinance of the County of Volusia, Florida.
HEAVY DUTY - The item(s) to which the term "Heavy Duty" is applied
shall exceed the usual quality and/or capacity supplied with standard production
equipment and shall be able to withstand unusual strain, exposure, temperature, wear
and use.
THE COUNTY OF VOLUSIA RESERVES THE RIGHT TO REJECT ANY OR ALL OFFERS,
TO WAIVE INFORMALITIES, AND TO ACCEPT ALL OR ANY PART OF ANY OFFER
AS MAX 1JE b TO BE IN THE BEST INTEREST OF 1HF CQUTY
Bid 03-B-65JG
PURPOSE & OVERVIEW
The purpose of this Invitation to Bid (ITB) is to solicit competitive sealed Bids for a contract to furnish
Polyethylene Tubing, Pipe and Fittings for the County of Volusia, Florida.
1.0 TECHNICAL SPECIFICATIONS
In accordance with the most FDOT Standards and Specifications for Road and Bridge Construction
and AASHTO Designation M 252-96 (2000), (Attachment A) and Corrugated Polyethylene Pipe,
300— to 1200-mm Diameter AASHTO DESIGNATION: M 294-01 (Attachment B.)
2.0 GENERAL TERMS & CONDITIONS
Bid Closing Date
Bids must be received by the Volusia County Purchasing Office, Room 301, Third Floor, 123 West
Indiana Avenue, DeLand, FL, 32720-4608, no later than 2:00 p.m., local time, on Thursday, March
6, 2003. Bids received after this time will not be considered.
2.1 Proposed Schedule
February 5, 2003 Invitation to Bid Available
March 6, 2003 Bid Closing Date
May 22, 2003 Planned Award Date
2.2 Delivery of Bids
All Bids shall be sealed and delivered or mailed to (faxes will not be accepted):
County of Volusia, Florida
Purchasing Office Room 301
123 West Indiana Avenue, 3rd floor
DeLand, Florida 32720-4608
Mark package(s) "Bid #03-B-65JG, Polyethylene Tubing, Pipe and Fittings"
Note: Please ensure that if a third party carrier (Federal Express, Airborne, UPS, USPS, etc.) is used,
that they are properly instructed to deliver your Bid proposal only to Room 301, in the Purchasing
Office on the third (3rd) floor at the above address. To be considered, a Bid must be received and
accepted in the Purchasing Office before the Bid closing date and time.
P:\Emai1-13ids\03-13-65JG
Bid 03-"5JG
2.3 Public Bid Opening
A. The Bids will be available for inspection during normal business hours in the Purchasing
Office within ten (10) working days of the closing date, by appointment.
B. A copy of the completed Bid tabulation will be available on our Purchasing web page at
www.volusia.or,g./bidlist within fort} -eight (48) hours.
C. Individuals covered by the Americans with Disabilities Act of 1990 in need of
accommodations to attend public Bid openings or meetings should contact the Volusia County
Purchasing Office in DeLand, (386) 736-5935 at least five (5) days prior to the date.
2.4 Proposal Form
A. See Submittal Requirements for complete details.
B. Each bidder shall submit four (4) complete sets of the Bid proposal form, one marked
"ORIGINAL'.' and three (3) marked "COPY". The Bid shall be submitted on an exact copy of
the attached Bid response form.
C. The Invitation to Bid page and the proposal form must be signed by an official authorized to
legally bind the bidder to all bid provisions.
D. Terms and conditions differing from those in this Bid shall be cause for disqualification of the
proposal.
2.5 Questions Concerning Bid
A. Questions concerning any portion of this Bid shall be directed in writing to the Purchasing
Agent named below, who shall be the official point of contact for this Bid. Questions should
be submitted at least seven (7) days prior to the closing date.
B. Mark cover page or envelope(s) "Questions on #"Bid #03-B-65JG, Polyethylene Tubing,
Pipe and Fittings."
C. Submit questions to:
Josie Gomez, Purchasing Agent Name & Title, telephone 386-822-5779
Fax 386-736-5972
E-mail jgomez@co.volusia.fl.us
2.6 Clarification and Addenda
A. It is incumbent upon each respondent to carefully examine all specifications, terms, and
conditions contained herein. Any inquiries, suggestions, or requests concerning interpretation,
clarification or additional information shall be made in writing, (facsimile transmissions
acceptable, 386-736-5972) through the Purchasing Agent named above. The County will not
be responsible for any oral representation(s) given by any employee, representative or others.
P:Trnai1-Bids\03-A-651G 4
Bid 03-B-65JG
The issuance of a written addendum is the only official method by, which interpretation,
clarification or additional information can be given.
B. If it becomes necessary to revise or amend any part of this Bid, notice may be obtained by
accessing our web site. Receipts of amendments must be acknowledged by the bidder in their
Bid proposal. Each bidder should ensure that they have received all addenda and
amendments to this Bid before submitting their Bid proposals. Check the Volusia
County web site at www.volusia.org/bidlist for any addenda.
2.7 Award
The County reserves the right to award the contract to the bidder(s) that the County deems to offer the
lowest responsive and responsible bid(s). The County is therefore not bound to accept a proposal on
the basis of lowest price. In addition, the County has the sole discretion and reserves the right to
cancel this Bid, to reject any and all proposals, to waive any and all informalities and/or irregularities,
or to re -advertise with either the identical or revised specifications, if it is deemed to be in the best
interest of the County to do so. The County also reserves the right to make multiple awards, based on
experience and qualifications, if it is deemed to be in the County's best interest.
2.8 Other Agencies
A. All bidders awarded contracts from this Bid may, upon mutual agreement, permit any
municipality or other governmental agency to participate in the contract under the same prices,
terms and conditions, if agreed to by both parties.
B. It is understood that at no time will any city or municipality or other agency be obligated for
placing an order for any other city, municipality or agency; nor will any city or municipality or
agency be obligated for any bills incurred by any other city or municipality or agency. Further,
it is understood that each agency will issue its own purchase order to the awarded bidder(s).
2.9 F.O.B. Point
The F.Q.B. point for this contract and for all purchases made under it shall be as specified by the using
department (in accordance with the Bid proposal form), in Volusia County, Florida. Delivery will not
be complete until the using department has accepted each item. Delivery to a common carrier shall
not constitute delivery to the ordering agency. All disputes shall be between the selleribidder and the
carrier.
P :\Email-Bids\03 -& 65JG
Bid O3-B-65JG
2.10 Assignment
The awarded bidder shall not assign, transfer, convey, sublet, or otherwise dispose of any award or of
any of its rights, title, or interests therein, without the prior written consent of the County of Volusia,
Director of Purchasing.
2.11 Contract
A. The contents of this Bid and all provisions of the successful Bid proposal deemed pertinent by
the County may be incorporated into a contract and become legally binding. A separate
contract document, other than the purchase order, will not be issued.
B. The Director of Purchasing is the sole Contracting Officer for the County of Volusia, Florida,
and only she or her designee is authorized to make changes to any contract.
C. The County shall be responsible for only those orders placed by the County on an authorized
signed Purchase Order or Price Agreement. The County shall not be responsible for any order,
change substitution or any other discrepancy from the Purchase Order or Price Agreement. If
there is any question about the authenticity of a Purchase Order, Price Agreement or change
order, the bidder should promptly contact the Purchasing Office at (386) 736-5935.
2.12 Disclosure of Bid Content
A. All material submitted becomes the property of the County and may be returned only at the
County's option. The County has the right to use any or all ideas presented in any reply to this
Bid. Selection or rejection of any Bid proposal does not affect this right.
B. The County of Volusia, Florida, is governed by the Public Record Law, Chapter 119, Florida
Statutes (F.S.). Only trade secrets as defined in Section 812.081, F.S., will be exempt from
disclosure. If a bidder submits trade secret information, the information must be segregated
and each pertinent page must be clearly labeled "trade secret." The County will maintain the
confidentiality of such trade secrets to the extent provided by law.
C. Also pursuant to Section 119.07 (3)(aa), F.S., financial statements will be exempt from
examination by anyone other than legally authorized County employees. The County will
maintain the confidentiality of such financial data to the extent provided by law.
P :Email-Bids\03-B-65JG
Bid 03-5-65JG
2.13 Bidder's Responsibility
The bidder, by submitting a Bid represents that:
A. The bidder has read and understands the Invitation To Bid in its entirety and that the Bid is
made in accordance therewith, and;
B. The bidder possesses the capabilities, resources, and personnel necessary to provide efficient
and successful service to the County, and;
C. Before submitting a Bid proposal, each bidder shall make all investigations and examinations
necessary to ascertain site and/or local conditions and requirements affecting the full
performance of the contract and to verify any representations made by the County of Volusia,
Florida, upon which the bidder will rely. If the bidder receives an award because of its Bid
proposal submission, failure to have made such investigations and examinations will in no way
relieve the bidder from its obligations to comply in every detail with all provisions and
requirements of the contract, nor will a plea of ignorance of such conditions and requirements
be accepted as a basis for any claim by the bidder for additional compensation or relief.
2.14 Payment Terms
A. The County will remit full payment on all undisputed invoices within thirty (30) days from
receipt by the appropriate person(s) (to be designated at time of contract) of the invoice(s) or
receipt of all products or services ordered.
B. Pursuant to Chapter 218, Florida Statutes, the County will pay interest, not to exceed one
percent (1%) per month, on all undisputed invoices not paid within thirty (30) days after
receipt of the entire order of the commodity or service, AND a properly completed invoice,
whichever is later.
C. The County has the capabilities of Electronic Fund Transfer (EFT). Please indicate any
willingness to accept EFT and what discount(s) will be applied to such payments. List any
discounts for prompt payment and/or willingness to accept Electronic Funds Transfer (EFT)
and the discount to be applied to such payments.
D. By submitting a Bid (offer) to the County of Volusia, Florida, the bidder expressly agrees
that if awarded a contract, the County may withhold from any payment, monies owed by the
bidder to the Countyfor any legal obligation between the bidder and the County, including,
but not limited to intangible taxes, personal property taxes, fees, and commissions.
P:�Email-Bids\03-B-657G 7
Bid 03-B-65JG
2.15 Certificates
The County reserves the right to require proof that the bidder is an established business and is abiding
by the ordinances, regulations, and laws of their community and the State of Florida, such as but not
limited to: Occupational Licenses, Business Licenses, Florida Sales Tax Registration, Federal
Employers Identification Number.
2.16 Minor Irregularities
The County reserves the right to waive minor irregularities in Bid proposals, providing such action is
in the best interest of the County. Minor irregularities are defined as those that have no adverse effect
on the County's best interests, and will not affect the outcome of the selection process by giving the
bidder an advantage or benefit not enjoyed by other bidders.
2.17 Insurance
Insurance: The bidder, at its own expense, shall keep and at all times maintain during the term of this
contract, public liability insurance issued by responsible insurance companies and in a form acceptable
to the County, protecting and insuring against all of the following: claims, demands, damages, fees,
fines, penalties, suits, proceedings, actions, and costs of actions, etc. Coverage limits of not less than
one million dollars ($1,000,000.00) for General Liability, one million dollars ($1,000,000.00) for
Products Liability and Auto Liability in the amount of three hundred thousand dollars ($300,000.00)
for bodily injury to or death to one or more than one person and not less than one hundred thousand
dollars ($100,000.00) per occurrence. Statutory Workers' Compensation insurance as required by the
State of Florida and Employer's Liability in the amount of $500,000.00 per occurrence. Proof of
present and current coverage shall be submitted to the County before the beginning of the contract.
Every such insurance policy shall contain a provision whereby every company executing the same
shall obligate itself to notify the County in writing at least fifteen (15) days before any alteration,
modification, or cancellation of such policy is to become effective.
No order for material shall be issued unless and until such liability insurance policy is fled with the
County. Failure of the bidder to procure and keep on file with the County at all times a liability
insurance policy with the limits aforesaid, shall be grounds for the revocation or suspension of the
agreement. In the event insurance is canceled and said bidder does not replace said insurance with
other policies complying with the provisions of this ordinance, the agreement shall be automatically
revoked and canceled.
2.18 Governing Laws
Except to the extent federal law is applicable, the interpretation, effect, and validity of any contract(s)
resulting from this ITB shall be governed by the laws and regulations of the State of Florida, and the
County of Volusia, Florida. Venue of any court action shall be in Volusia County. In the event that a
suit is brought for the enforcement of any term of the contract, or any right arising there from, the
parties expressly waive their respective rights to have such action tried by jury trial and hereby
consent to the use of non -jury trial for the adjudication of such suit.
P:Tmai1-Bids\03-B-65JG 8
Bid 03-Bb5JG
2.19 Additional Terms
The attached Invitation to Bid cover page contains additional terms and conditions. These written
specifications take precedence over terms and conditions on the Invitation to Bid Page.
2.20 Award Term
The successful bidder(s) shall be awarded a contract for three (3) years, with two (2) subsequent one
(1) year renewals permissible, upon mutual written agreement and, and when applicable, approval of
County Council.
2.21 Price Redetermination
The bidder may petition the Director of Purchasing for price redetermination within forty-five (45)
days of the expiration of each term of the contract or on the anniversary date of the contract,
whichever is specified elsewhere in this ITB. The County may also petition the bidder under the same
guidelines. Any price redetermination will be solely based upon changes as documented by the
Producer Price Index (PPI) for the commodity "Crude Products — WPSSOP1000 for Region IV —
Atlanta, as published by the Bureau of Labor Statistics which can be found on-line at
http://stats.bls.gov. The base index number will be the month of February 2003. The initial
redetermination index number will be the index for March 2004 as published in May 2004. The
difference will be the maximum percentage increase allowed. For all periods after the first year,
subsequent March indexes will be used. Any price redetermination will include all items awarded. If
the County and the bidder cannot agree on any price redetermination, then the contract will expire.
2.22 Deviations
All Bid proposals must clearly and with specific detail, note all deviations to the exact requirements
imposed upon the bidder by the specifications. Such deviations must be stated upon the Proposal
Form; otherwise Volusia County will consider the subject Bid proposals as being made in strict
compliance with said Specifications to bidders, the bidder being held therefore accountable and
responsible. Bidders are hereby advised that Volusia County will only consider Bid proposals that
meet the exact requirements imposed by the specifications; except, however, said Bid proposals may
not be subject to such rejection where, at the sole discretion of Volusia County, the stated deviation
is considered to be equal or better than the imposed requirement and where said deviation does not
destroy the competitive character of the Bid process by affecting the amount of the Bid proposal such
that an advantage or benefit is gained to the detriment of the other bidders.
2.23 Material Safety Data Sheet
In accordance with Chapter 442 of the Florida Statutes, it is the bidder's responsibility to identify and
to provide to the Volusia County Purchasing Office a Material Safety Data Sheet for any material, as
may apply to this procurement.
2.24 Waiver of Claims
Once this contract expires, or final payment has been requested and made, the awarded bidder shall
have no more than 30 calendar days to present or file any claims against the County concerning this
P:Email-Bids\03-B•653G 9
Bid 03-B-65JG
contract. After that period, the County will consider the bidder to have waived any right to claims
against the County concerning this agreement.
2.25 Termination / Cancellation of Contract
The County reserves the right to cancel the contract without cause with a minimum thirty (30) days
written notice.
Termination or cancellation of the contract will not relieve the bidder of any obligations for any
deliverables entered into prior to the termination of the contract (i.e., reports, statements of accounts,
etc., required and not received).
Termination or cancellation of the contract will not relieve the bidder of any obligations or liabilities
resulting from any acts committed by the bidder prior to the termination of the contract.
2.26 Termination for Default
The County's Contract Administrator shall notify, in writing, the bidder of deficiencies or default in
the performance of its duties under the Contract and the bidder shall have fifteen (15) days to correct
same or to request, in writing, a hearing. The Director of Purchasing shall hear and act upon same
within thirty (30) days from receipt of said request and shall notify the bidder of said action. The
action by the Director of Purchasing shall be either to confirm, in whole or in part, the specified
deficiencies or default, or to relieve the bidder of responsibilities for said deficiencies or default, or
find that there are no deficiencies or default, or such action as deemed necessary in the judgment of
the Director. Failure of the bidder to remedy said specified items of deficiency or default in the notice
by either the County's Contract Administrator or by the decision of the Director, whichever is
applicable, within fifteen (15) days of receipt of such notice of such decisions, shall result in the
termination of the contract, and the County shall be relieved of any and all responsibilities and
liabilities under the terms and provisions of the Contract. In such event, the bidder shall have the right
to seek a judicial review of such action within thirty (30) days of same. Bidder shall not be found in
default for events arising due to acts of God.
2.27 Termination for County's Convenience
The performance of work under this contract may be terminated in accordance with this clause in
whole, or from the time in part, whenever the County representative shall determine that such
termination is in the best interest of the County. Any such termination shall be effected by the
delivery to the bidder of a Notice of Termination specifying the extent to which performance of work
under the contract is terminated, and the date upon which such termination becomes effective. Upon
such termination for convenience, bidder shall be entitled to payment, in accordance with the payment
provisions, for services rendered up to the termination date and the County shall have no other
obligations to bidder. bidder shall be obligated to continue performance of contract services, in
accordance with this contract, until the termination date and shall have no further obligation to
perform services after the termination date.
P:Email-Bids\03-13-65JG 10
Bid 03-"51G
2.28 Incurred Expenses
This ITB does not commit the County of Volusia to award a contract, nor shall the County of Volusia
be responsible for any cost or expense which may be incurred by the bidder in preparing and
submitting the proposal called for in this ITB, or any cost or expense incurred by the bidder prior to
the execution of a contract agreement.
2.29 Minimum Specifications
The specifications listed in the Scope of Service are the minimum required performance specifications
for this ITB. They are not intended to limit competition nor specify any particular bidder, but to
ensure that the County receives quality services.
2.30 Compliance with Laws and Regulations
The bidder shall be responsible to know and to apply all applicable federal and state laws, all local
laws, ordinances, rules, regulations, and all orders and decrees of bodies or tribunals having
jurisdiction or authority which in any manner affect the work, or which in any way affect the conduct
of the work. bidder shall always observe and comply with all such laws, ordinances, rules,
regulations, orders, and decrees. The bidder shall protect and indemnify County and all its officers,
agents, servants, or employees against any claim or liability arising from or based on the violation of
any such law, ordinance, rule, regulation, order, or decree caused or committed by bidder, its
representatives, sub -contractors, sub -consultants, professional associates, agents, servants, or
employees. Additionally, bidder shall obtain and maintain at its own expense all licenses and permits
to conduct business pursuant to this contract from the federal government, State of Florida, Volusia
County, or municipalities when legally required, and maintain same in full force and effect during the
term of the contract.
2.31 Indemnification of County
The bidder shall indemnify, hold harmless and defend the County, its officers, agents, and employees,
from or on account of any claims, losses, expenses, injuries, damages, or liability resulting or arising
from bidder's performance or nonperformance of services pursuant to this contract, excluding any
claims, losses, expenses, injuries, damage, or liability resulting or arising from the actions of County,
its officers, agents, or employees. The indemnification shall obligate the bidder to defend, at its own
expense or to provide for such defense, at County's option, any and all claims and suits brought
against County which may result from bidder's performance or nonperformance of services pursuant
to the contract.
2.32 Records & Right to Audit
The bidder shall maintain such financial records and other records as may be prescribed by the County
or by applicable federal and state laws, rules, and regulations. The bidder shall retain these records for
a period of three (3) years after final payment, or until the County audits them, whichever event occurs
first. These records shall be made available during the term of the contract and the subsequent three-
year period for examination, transcription, and audit by the County, its designees, or other authorized
entities.
P:\Emai1-Bids\03-B-65JG 11
Bid 03-B-65JG
2.33 Change in Scope of Work/Service
A. The County may order changes in the work/service consisting of additions, deletions, or other
revisions within the general scope of the contract. No claims may be made by the bidder that
the scope of the project or of the bidder's services has been changed, requiring changes to the
amount of compensation to the bidder or other adjustments to the contract, unless such changes
or adjustments have been made by written amendment to the contract signed by the County
Representative, County Purchasing Director and the bidder.
B. If the bidder believes that any particular work/service is not within the scope of work/service
of the contract, is a material change, or will otherwise require more compensation to the
bidder, the bidder must immediately notify the County's Representative in writing of this
belief. If the County's Representative believes that the particular work/service is within the
scope of the contract as written, the bidder will be ordered to and shall continue with the
work/service as changed and at the cost stated for the work/service within the scope. The
bidder must assert its right to an adjustment under this clause within thirty (30) days from the
date of receipt of the written order.
C. The County reserves the right to negotiate with the awarded bidder(s) without completing the
competitive bidding process for materials, products, and/or items similar in nature to those
specified within this ITB for which requirements were not known when the ITB was released.
2.34 Modifications Due to Public Welfare or Change in Law
The County shall have the power to make changes in the contract as the result of changes in law
and/or ordinances of Volusia County to impose new rules and regulations on the bidder under the
contract relative to the scope and methods of providing services as shall from time -to -time be
necessary and desirable for the public welfare. The County shall give the bidder notice of any
proposed change and an opportunity to be heard concerning those matters. The scope and method of
providing services as referenced herein shall also be liberally construed to include, but is not limited
to, the manner, procedures, operations and obligations, financial or otherwise, of the bidder. In the
event any future change in Federal, State or County law or the ordinances of Volusia County
materially alters the obligations of the bidder, or the benefits to the County, then the contract shall be
amended consistent therewith. Should these amendments materially alter the obligations of the
bidder, then the bidder or the County shall be entitled to an adjustment in the rates and charges
established under the contract. Nothing contained in the contract shall require any party to perform
any act or function contrary to law. The County and bidder agree to enter into good faith negotiations
regarding modifications to the contract which may be required in order to implement changes in the
interest of the public welfare or due to change in law. When such modifications are made to the
contract, the County and the bidder shall negotiate in good faith, a reasonable and appropriate
adjustment for any changes in services or other obligations required of the bidder directly and
demonstrably due to any modification in the contract under this clause.
2.35 Right to Require Performance
A. The failure of the County at any time to require performance by the bidder of any provision
hereof shall in no way affect the right of the County thereafter to enforce same. Nor shall
P;\Email-Bids\03-B-65JG 12
Bid O3-WJG
waiver by the County of any breach of any provision hereof be taken or held to be a waiver of
any succeeding breach of such provision or as a waiver of any provision itself.
B. In the event of failure of the bidder to deliver services in accordance with the contract terms
and conditions, the County, after due written notice, may procure the services from other
sources and hold the bidder responsible for any resulting additional purchase and
administrative costs. This remedy shall be in addition to any other remedies that the County
may have.
2.36 Force Majeure
The County and the bidder will exercise every reasonable effort to meet their respective obligations as
outlined in this ITS and the ensuing contract, but shall not be liable for delays resulting from force
majeure or other causes beyond their reasonable control, including, but not limited to, compliance
with any government law or regulation, acts of God, acts or omissions of the other party, government
acts or omissions, fires, strikes, national disasters, wars, riots, tansportation problems and/or any
other cause whatsoever beyond the reasonable control of the parties. Any such cause will extend the
performance of the delayed obligation to the extent of the delay so incurred.
2.37 Bidder's Personnel
During the performance of the contract, the bidder agrees to the following:
A. The bidder shall not discriminate against any employee or applicant for employment because
of race, religion, color, sex, age, handicap or national origin, except when such condition is a
bona fide occupational qualification reasonably necessary for the normal operations of the
bidder. The bidder agrees to post in conspicuous places, visible to employees and applicants
for employment, notices setting forth the provisions of this nondiscrimination clause.
B. The bidder, in all solicitations or advertisements for employees placed by or on behalf of the
bidder, shall state that such bidder is an Equal Opportunity Employer.
C. Notices, advertisements, and solicitations placed in accordance with federal law, rule, or
regulation shall be deemed sufficient for the purpose of meeting the requirements of this
section.
D. The bidder shall include the provisions of the foregoing paragraphs A, B, and C above in every
subcontract or purchase order so that the provisions will be binding upon each bidder.
E. The bidder and any sub -contractor shall pay all employees working on this contract not less
than minimum wage specified in the Fair Labor Standards Act (29 CFR 510-794) as amended.
F. Any information concerning the County, its products, services, personnel, policies or any other
aspect of its business learned by the bidder or personnel furnished by the bidder in the course
of providing services pursuant to the Agreement, shall be held in confidence and shall not be
disclosed by the bidder or any employee or agents of the bidder or personnel furnished by the
bidder, without the prior written consent of the County.
P:Emai1-Bids\03-13-65JG 13
Bid 03-M5JG
2.38 Claim Notice
The bidder shall immediately report in writing to the County's designated representative or agent any
incident which might reasonably be expected to result in any claim under any of the coverage
mentioned herein. The bidder agrees to cooperate with the County in promptly releasing reasonable
information periodically as to the disposition of any claims, including a resume' of claims experience
relating to all bidder operations at the County project site.
2.39 Contract/Bidder Relationship
The County of Volusia reserves the right to award one or more contracts to provide the required
services as deemed to be in the best interest of the County.
Any awarded bidder shall provide the services required herein strictly under a contractual relationship
with the County and is not, nor shall be, construed to be an agent or employee of the County. As an
independent bidder the awarded bidder shall pay any and all applicable taxes required by law; shall
comply with all pertinent Federal, State, and local statutes including, but not limited to, the Fair Labor
Standards Act, The Americans with Disabilities Act, the Federal Civil Rights Act, and any and all
relevant employment laws. The bidder shall be responsible for all income tax, FICA, and any other
withholdings from its employees' or sub -contractor's wages or salaries. Benefits for same shall be the
responsibility of the bidder including, but not limited to, health and life insurance, mandatory Social
Security, retirement, liability/risk coverage, and workers' and unemployment compensation.
The independent bidder shall hire, compensate, supervise, and terminate members of its work force;
shall direct and control the manner in which work is performed including conditions under which
individuals will be assigned duties, how individuals will report, and the hours individuals will
perform.
The independent bidder shall not be provided special space, facilities, or equipment by the County to
perform any of the duties required by the contract nor shall the County pay for any business, travel, or
training expenses or any other contract performance expenses not specifically set forth in the
specifications.
The independent bidder shall not be exclusively bound to the County and may provide professional
services to other private and public entities as long as it is not in direct conflict and does not provide a
conflict of interest with the services to be performed for the County.
2.40 New Material
Unless otherwise provided for in this specification, the bidder represents and warrants that the goods,
materials, supplies, or components offered to the County under this Bid solicitation are new, not used
or reconditioned, and are not of such age or so deteriorated as to impair their usefulness or safety and
that the goods, materials, supplies, or components offered are current production models of the
respective manufacturer. If the bidder believes that furnishing used or reconditioned goods, materials,
supplies, or components will be in the County's interest, the bidder shall so notify the County
Purchasing Agent in writing no later than ten (10) working days prior to the date set for opening of
Bids. The notice shall include the reasons for the request and any benefits that may accrue to the
P:Trnai1-13ids\03-B-65JG 14
Bid 03-B-65JG
County if the Purchasing Agent authorizes the Bidding of used or reconditioned goods, materials,
supplies, or components.
2.41 Disadvantaged Business Enterprise Program
The County Council has adopted policies that assure and encourage the full participation of
Disadvantaged Business Enterprises (DBE) in the provision of goods and services. The County
encourages joint ventures between majority -owned firms and qualified disadvantaged / minority /
women: -owned firms.
2.42 Conflict of Interest, Clean Hands and Significant Stakeholders Disclosure Form
All bidders shall complete and have notarized the attached disclosure form of any potential conflict of
interest that the bidder may have due to ownership, other clients, contracts, or interest associated with
this project.
2.43 No Award if Bidder has a Code Violation or Past Due Debt to the County of Volusia, Florida:
The County Council has adopted a policy to preclude the award of any contract to any business
or any significant stakeholder or authorized representative (excluding contracted legal
representation) of the business that (1) has been determined by judicial or administrative board
action to be in noncompliance with or in violation of any provision of the Volusia County Code
[including but not limited to: permits, zoning, license, signs], which noncompliance or violation
remains uncorrected, or; (2) has any outstanding past due debt to Volusia County [including but
not limited to: property taxes, fees, liens, charges for services, assessments, judgements,
dishonored checks or drafts] as of the closing time and date of any Invitation to Bid, Request for
Proposals, Requests for Statements of Qualifications, or Request for Quote. Each offeror shall
provide a list of all officers and all significant stakeholders of the business with each offer made
to the County. If the offeror misrepresents the status of the business, any officer, or significant
stakeholder, the County will consider this a material defect in any ensuing contract and shall
have the right to immediately terminate it.
Prior to the bid closing date, if you wish to obtain information to ensure there is no outstanding
code violation or past -due debt/accounts owed to Volusia County by your officers, significant
stakeholders or yourself, you may contact the County staff members listed below or complete the top
portion of the bidder Clean Hands Search Request and Officers & Significant Stakeholder's forms
to the appropriate departments. By County ordinance, a firm must have "clean hands" as of the
submission time and date of response to any Invitation To Bid, Request For Proposal, or ,invitation
for Quotation. If you would like a Purchasing Agent to assist you with this search, please contact
the Purchasing Agent named on this Invitation to Bid.
Code Enforcement Manager 386-736-5925, ext. 5925 or
386-423-3300, ext. 5925 or
386-736-5925
Ron Yates, Permit Center Manager 386-736-5924, ext. 2723
Dawn Lewis, Accounts Receivable Supervisor 386-736-5933, ext. 2693
Barney Kane, Revenue Director 386-736-5938
Donald Vancini, Chief Building Official 386-822-5739
P:�Email-Bids103-B-65JG 15
Bid o3-B-65JG
3.0 SUBMITTAL REQUIREMENTS
(Submit in the following order)
3.1 Completed Invitation To Bid cover page.
3.2 Completed Proposal Form (use attached form).
3.3 List at least three (3) recent references where the proposed product has been used within the past year.
Use of the attached form will aid in evaluation.
3.4 Those firms located within the County of Volusia must include a copy of their County Occupational
License.
3.5 Attach evidence of required insurance coverage: A properly completed ACORD Form is preferable.
3.6 Conflict of Interest and Clean Hands Disclosure & Officers and Significant Stakeholders Forms.
(USE ATTACHED FORMS.) All bidders shall properly complete, have notarized and attach with
their proposal the attached notarized disclosure statement of any potential conflict of interest that the
bidder may have due to ownership, other clients, contracts or interests associated with this project.
3.7 All bidders shall be prepared to supply a financial statement upon request, preferably a certified audit,
but a third party prepared financial statement and the latest D & B report will be accepted. The
statement can be labeled Confidential.
P:\F.mai1-Bids\03-S65JG 16
52003
PROPOSAL FORM
TO: County of Volusia, Florida
Office of Purchasing Director
123 W. Indiana Avenue, 3rd Floor
DeLand, FL 32720-4608
Bid 03-B-65JG
The undersigned hereby declare that [firm name]
has carefully examined the specifications to
furnish:
Polyethylene Tubing, Pipe and Fittings
for which proposals were advertised to be received no later than 2:00 p.m., local time, Thursday, March 6,
2003, and further declare that [firm name]
will furnish the Polyethylene Tubing, Pipe and Fittings
according to specifications.
CONTINUED ON NEXT PAGE
P:\Emai1-Bids\03-B•65)G 17
00
v
v
o.
H cn N
P�
v
-d
v7 �
04 W
v
v
GL
[� cn
�.
v
v
[� Cn M
P
V]
Q
cn
0
H N A.
v
„
v
v
F- En
Q.
v
v
ta.
E- cn
p.
� v
p"
v •
94
I
I
I
Q3
i
Q3
a3
u u
00
W
a
Q
W
F-�
Q
O
�
zA�
N
tl.
v
�d
00WW
L ^
v
'd
v v
F4
v v
v]
C] W
C3.
cn
F ' N 04
U]
¢N, N
00 ,
N �
cn '.
cjf)a)
F�
real
W
r�3
WO�U
Q33a,3
uu
0-"'cn
M
b
v
(� v� 00
AG W
v
v
a.
H r/� � c,
a
H rn
04
V) M
iL
v �
v �
C/]
N �
00
v
v
e,
v
�
G.
v
�
� v
00
v
v
0,
H U �o
' u
l a ran
>�
-1 p
U can
U
i
I
i
I
WrU`n
WO
Uri
xU
0
N
v
H v 0
W W
v
v
SO
v
v»
GQ W
v
v
°J
v
1A
v v
C,
CD
H 04
C/]
v v
00
f- G.
v
v
E-� to
P.
v
v
2,
H v]
o,
v
v
� v
v 04
HUCo
w
:=
zW
7UrUn
W
W O
z
W
�U
U U
�www
AG
Vn
W
W
V
A
w
U
z
w
>M
a`r'
AW
>U
O
z
w
Ucn
a
33
�Ww
U
v
c� 00
v
v
a
00
v
N
E- cn -;r
N
�
v
�
H cn
v v
ta,
�^ v
a
F-+ cry 0.
v v
00
v
v
cq
Q)
V] �
[� 00
T�
HUB
n,
W
w WwW
?U
WWC
�
>�
wz
U
O
r-
IJI
F�
CA
rn
W
OAF.-,
m ill
H
cn
W
cn (»
�zzzzzz�
�1UHwpwp
P.UaWP�W
on rA
0P409400
N v)
Ur,U�Q
�D cn
�:) cn
N
N
mod/
° -
K
°
— q
w Ln t
a
w cn n
a
En
6,A
@
�
u K
00
.%
° -
K
m 2
'K
° -
m 2
"K
° -
K
3
'6
@ \
�
�
K
7
/
§
ƒ
m
R-L-1
8
Bid 03-B-65JG
Have you supplied the Submittal Requirements outlined above? YES NO
Have you supplied the required references? YES NO
Prompt Payment Terms: % Days; Net 30 Days
Do you offer a discount for electronic funds transfer (EFT)? YES % NO
The County of Volusia reserves the right to reject any or all proposals, to waive informalities, and to
accept all or any part of any proposal as they may deem to be in the best interest of the County.
1 hereby certify that I have read and understand the requirements of this Invitation to Bid No.
03-B-65JG, and that I as the bidder, will comply with all requirements, and that I am duly authorized to
execute this proposal/offer document and any contract(s) and/or other transactions required by award of
this Bid.
Company
(Print name)
Signature
Address
City State ZIP
Telephone Fax
E-Mail Address:
DUNS# Fed. I.D. #
P:\Email-Bids\03-&65JG 24
Bid 03-B-65JG
References
#1 Agency
Address
City,State,ZIP
Contact Person
Telephone
Date(s) of Service
Type of Service
Comments:
#2 Agency
Address
City,State,ZIP
Contact Person
Telephone
Date(s) of Service
Type of Service
Comments:
#3 Agency
Address
City,State,ZIP
Contact Person
Telephone
Date(s) of Service
Type of Service
Comments:
P:Tmail-Bids\03-&65JG 25
Conflict of Interest & Clean Hands Disclosure Form
I HEREBY CERTIFY that
Bid 03-B-65JG
1. I (printed name) am the
(title) and the duly authorized representative of the firm of
(Firm Name) whose address is
and that I
possess the legal authority to make this affidavit on behalf of myself and the firm for which I am
acting; and,
2. Except as listed below, no employee, officer, or agent of the firm have any conflicts of interest, real or
apparent, due to ownership, other clients, contracts, or interests associated with this project; and,
3. The business nor any authorized representative or significant stakeholder of the business has been
determined by judicial or administrative board action to be in noncompliance with or in violation of
any provision of the Volusia County Code, nor has any outstanding past due debt to the County of
Volusia, Florida; and
4. This proposal is made without prior understanding, agreement, or connection with any corporation,
firm, or person submitting a proposal for the same services, and is in all respects fair and without
collusion or fraud.
EXCEPTIONS (List)
Signature:
Printed Name:
Firm Name:
Date:
Sworn to and subscribed before me this day of 320
Personally known
OR Produced identification
(Type of Identification)
otary Public - State of
My Commission expires
(Printed, typed or stamped commissioned name of Notary Public)
P:\Fmai1-Bids\03-B-65JG 26
Bid 03-Bfi5J G
Officers and Significant Stakeholders
Please complete this form OR provide a Securities and Exchange Form 10K in lieu of this form.
Failure to list all officers and significant stakeholders of the business may prevent the proposal / offer
from being considered for award.
BUSINESS OFFICERS
President: Name
Address:
Vice President: Name:
Address:
Secretary: Name:
Address:
Treasurer: Name:
Address:
SIGNIFICANT STAKEHOLDERS
A significant stakeholder means any person, corporation, partnership, individual, sale proprietorship, joint
venture, joint stock company, or any legal entity that has a ten percent (10%) or more equity in the business.
Name:
Address:
Name:
Address:
Name:
Address:
Name:
Address:
Name:
Address:
USE ADDITIONAL PAGES TO ADD ALL NAMES AND ADDRESSES.
27
Bid 03-B-65JG
Vendor
Clean Hands Search Request Form if you desire to use prior to submitting proposal
Complete the top portion of this form and the Officers & Significant Stakeholders form and fax them
to the five individuals listed below or contact the Purchasing Agent listed below. Do NOT return with
your proposal.
From:
Vendor name
Vendor's phone number:
Vendor's fax number:
To: ? Carol Kerrigan, Code Enforcement Manager
? Ron Yates, Permit Center Manager
? Dawn Lewis, Accounts Receivable Supervisor
? Barney Kane, Revenue Director
? Donald Vancini, Chief Building Official
Date:
Page 1 of 2 pages
386-626-6549
386-822-5734
386-822-5042
386-822-5729
386-740-5215
Solicitation Number: _03-B-65JG ___ Title: -Polyethylene Tubing. Pine and Fittings
Purchasing Agent: Josip ___________ Telephone: _386-822-5779 Fax: 366-736-5972
Please check your records and verify that the below listed bidder and the officers and significant stakeholders on the attached pages are in
compliance with all Volusia County codes and do not have any outstanding past due debt with the County as of (date).
Potential Vendor Name: ____________________________________
-------------------------
Address:_T_-----------------------------
-------------------------------
Bidders do not complete anything below this point
? The listed vendor, its officers and/or significant stakeholders listed on the attached pages HAVEN been determined by judicial
or administrative board action to be in noncompliance with or in violation of any provision of the Volusia County Codes.
By: name: --------------------------- initial: ------- ----- Date: ____
? The listed vendor, its officers and/or significant stakeholders listed on the attached pages HAVE been determined by judicial or
administrative board action to be in noncompliance with or in violation of any provision of the Volusia County Codes.
Brief Details:
By: name: --------------------- —.------ _.._--------- initial: _ _ Date: —
ww+wawa,rww*wwwrr+rwrrirrwwrwrrwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwawa►rwrwrrrwwrwrwww,rararawrarr,rrrwwww.raaarwww,rwrrwr.raw,rwrrwwwwwwwww•
? The listed vendor and the officers and significant stakeholders listed on the attached pages do NOT have any outstanding past
due debt to the County.
By: name: ---------------------------------------- initial: ------------ Date: -----
? The listed vendor and/or one of the officers or significant stakeholders listed on the attached pages HAS an outstanding past due
debt to the County.
Brief Details:
By: name: --------------------------- -- initial: Date: ____
■■rrrrrrrrrrrrrrrrrrraa0rrrrrrrrrrrrrrrrrrrrrrrrraarrrrrrrrrrrriia0a0aarrrrrrrrrrrrrrrrrr
? The listed vendor and the officers and significant stakeholders listed on the attached pages do VM have any outstanding past
due debt to the County for:
? real estate tax ? tangible tax ? occupational license ? impact fees
By: name: --- ------------------------- ---------- initial: -- ------ Date:
? The listed vendor and/or one of the officers or significant stakeholders listed on the attached pages HAS an outstanding past due
debt to the County for:
? real estate tax ? tangible tax ? occupational license ? impact fees
Brief Details:
By: name: -------__ __--_--- initial:---�.____---- Date: ----____
----------------------- —
■■rrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrr■
28
Standard Specification for
Corrugated Polyethylene Pipe, 300- to
1200-mm Diameter
AASHTO Designation: M 294-01
1, SCOPE
1.1. This specification covers the requirements and methods of tests for corrugated polyethylene (PE)
pipe, couplings, and fittings for use in surface and subsurface drainage applications.
1.1.1. Nominal sizes of 300 to 1200 mm are included.
1.1.2. Materials, workmanship, dimensions, pipe stiffness, environmental stress crack resistance, joining
systems, brittleness, and form of markings are specified.
1.2. Corrugated polyethylene pipe is intended for surface and subsurface drainage applications where
soil provides support to its flexible walls. Its major use is to collect or convey drainage water by
open gravity flow, as culverts, storm drains, etc.
�.— . Note 1—When polyethylene pipe is to be used in locations where the ends may be exposed.
1 consideration should be given to protection of the exposed portions due to combustibility of the
polyethylene and the deteriorating effects of prolonged exposure to ultraviolet radiation.
1 A This specification does not include requirements for bedding, backfill, or earth cover load.
Successful performance of this product depends upon proper type of bedding and backfill, and
care in installation. The structural design of corrugated polyethylene pipe and the proper
installation procedures are given in the AASHTO's Standard Specifications for Highway Bridges.
Upon request of the user or engineer, the manufacturer shall provide profile wall section detail
required for a full engineering evaluation.
2. REFERENCED DOCUMENTS
2.1. AASHTO Standard:
■ Standard Specifications for Highway Bridges
2.2. ASTM Standards:
■ D 618, Conditioning Plastics and Electrical Insulating Materials for Testing
• D 638, Standard Test Method for Tensile Properties of Plastics
■ D 883, Terms Relating to Plastics
i D 1693. Environmental Stress Cracking of Ethylene Plastics
■ D 1928, Practice for Preparation of Compression -Molded Polyethylene Test Sheets and Test
Specimens
■ D 2122, Determining Dimensions of Thermoplastic Pipe and Fittings
TS-4b M 294-1 AASHTO
3.
3.1.
3.2.
3.3.
3.4.
3.5.
3.6.
3.7.
3.8.
4.
4.1.
4.1.1.1
TS-4b
■ D 2412, Determination of External Loading Characteristics of Plastic Pipe by Parallel -Plate
Loading
■ D 2444, Test for Impact Resistance of Thermoplastic Pipe and Fittings by Means of a Tup
(Falling Weight) 16
■ D 3350, Standard Specification for Polyethylene Plastics Pipe and Fittings Materials
• D 5397, Standard Test Method for Evaluation of Stress Crack Resistance of Polyolefin
Geomembranes Using Notched Constant Tensile Load Test
■ F 412, Terms Relating to Plastic Piping Systems
Note 2---Pipe sizes 1050-mm and 1200-mm diameters were previously specified by the
provisional standard AASHTO MP 6-95. For 1050- and 1200-mm pipe, the wall thickness should
be designed using the long-term tensile strength provision (900 psi) until new design criteria are
established in the AASHTO bridge and structures specifications.
TERMINOLOGY
The terminology used in this standard is in accordance with the definitions given in ASTM D 883
and ASTM F 412 unless otherwise specified.
Crack ---Any break or split that extends through the wall.
Crease —An irrecoverable indentation. generally associated with wall buckling.
Buckling ---Any reverse curvature or deformation in the pipe wall that reduces the load -carrying
capability of the pipe.
Polyethylene (PE) Plastics —Plastics based on polymers made with ethylene as essentially the sole
monomer (ASTM D 883).
Reworked Plastic —A plastic from a processor's own production that has been reground,
pelletized, or solvated after having been previously processed by molding, extrusion, etc. (ASTM
D 883).
Virgin Polyethylene Material ---PE plastic material in the form of pellets, granules, powder, floc,
or liquid that has not been subject to use or processing other than required for initial manufacture.
Slow Crack Growth —A phenomenon by which a stress crack may form. A stress crack is an
external or internal crack in plastic caused by tensile stresses less than its short -time mechanical
strength.
CLASSIFICATION
The corrugated Polyethylene Pipe, covered by this specification is classified as follows:
Type C This pipe shall have a full circular cross section, with a corrugated surface both inside
and outside. Corrugations shall be annular.
1a
Type CP—This pipe shall be Type C with perforations. *•
M 294.2 AASHTO
r,+ .
T
4.1.2. Type S—This pipe shall have a full circular cross section, with an outer corrugated pipe wall and a
r� smooth inner liner. Corrugations shall be annular.
4.1.2.1. Type SP—This pipe shall be Type S with perforations.
4.1.3. Type D--This pipe shall consist of an essentially smooth waterway braced circumferentially or
spirally with projections or ribs joined to an essentially smooth outer wall. Both walls shall be
fused to, or continuous with, the internal supports.
4.2. Two classes of perforations are as described in Sections 7.3.1 and 7.3.2.
S. ORDERING INFORMATION
A
5.1. Orders using this specification shall include the following information as necessary to adequately
describe the desired product:
5.1.1. AASHTO designation and year of issue;
5.1.2. Type of pipe (Section 4.1);
5.1.3. Diameter and length required. either total length or length of each piece and number of pieces;
5.1.4. Number of couplings;
5.1.5. Class of perforations (Class 2 is furnished if not specified) (Section 7.3); and
5.1.6. Certification, if desired (Section 12.1).
specimen
Cross section
Figure 1—Speciment Configuration for Environmental Stress Cracking (Section 9.4.2)
C• ,ril����1/_lam`?
6.1. Basic Materials:
TS-4b M 294-3 AASHTO
6.1.1. Extruded Pipe and Blow Molded fittings —Pipe and fittings shall be made of virgin PE
compounds which conform with the requirements of cell class 335400C as defined and described
in ASTM D 3350, except that the carbon black content shall not exceed 5 percent, and the density
shall not be less than 0.945 gm/cc nor greater than 0.955 gm/cc. Compounds that have higher cell
classifications in one or more properties, with the exception of density, are acceptable provided
product requirements are met. For slow crack growth resistance. acceptance of resins shall be
determined by using the single point notched constant tensile load (SP-NCTL) test according to
the procedure described in Section 9.5. The average failure time of the five test specimens must
exceed 24 hours with no single test specimen's failure time less than 17 hours.
6.1.2. Rotational Molded Fittings —Fittings shall be made of virgin PE compounds which conform with
the requirements of cell class 213320C as defined and described in ASTM D 3350, except that the
carbon black content shall not exceed 5 percent. Compounds that have higher cell classifications
in one or more properties are acceptable provided product requirements are met.
6.2. Reworked Plastic —In lieu of virgin PE, clean reworked plastic may be used by the manufacturer,
provided that it meets the cell class requirements as described in Section 6.1.
7. REQUIREMENTS
7.1. Workmanskip--The pipe and fittings shall be free of foreign inclusions and visible defects as
defined herein. The ends of the pipe shall be cut squarely and cleanly so as not to adversely affect
joining or connecting.
7.1.1. Visible Defects ---Cracks, creases, unpigmented or nonuniformly pigmented pipe are not
permissible in the pipe or fittings as furnished.
7.1.2. For Type S pipe, the inner liner shall be fused to the outer corrugated shell at all internal
corrugation crests. For Type D pipe, both walls shall be fused to or continuous with the internal
supports.
7.2. Pipe Dimensions:
7.2.1. Nominal Size --The nominal size for the pipe and fittings is based on the nominal inside diameter
of the pipe. Nominal diameters shall be 300, 375, 450. 525, 600. 675, 750. 900,1050, and
1200 mm.
7.2.2. Wall Thickness —The inner wall of Type S pipe, and both inner and outer walls of Type D pipe,
shall have the following minimum thicknesses, when measured in accordance with Section 9.7.4.
Diameter (can) Wall 71ticknesi (mm)
300
0.9
375
1.0
450
1.3
525
1.3
600
1.5
675
1.5
750
1.5
900
1.7
1050
1.9
1200
1.8
TS-4b M 294-4 AASHTC
C
7.2.3. Inside Diameter Tolerances --'The tolerance on the specified inside diameter shall be 4.5 percent
oversize and 1.5 percent undersize, but not more than 30-mm oversize when measured in
accordance with Section 9.7.1.
7.2.4. length —Corrugated PE pipe may be sold in any length agreeable to the user. Lengths shalt not be
less than 99 percent of the stated quantity when measured in accordance with Section 9.7.2.
7.3. Perforations —When perforated pipe is specified, the perforations shall conform to the
requirements of Class 2, unless otherwise specified in the order. Class 1 perforations are for pipe
intended to be used for subsurface drainage or combination storm and underdrain. Class 2
perforations are for pipe intended to be used for subsurface drainage only. The perforations shall
be cleanly cut so as not to restrict the inflow of water. Pipe connected by couplings or bands may
be unperforated within 100 mrn of each end of each length of pipe. Pipe connected by bell and
spigot joints may not be perforated in the area of the bells and spigots.
i.
ra' MINIMVr� J
Figure 2—Requirements for Perforations
Table I —Rows of Perforations, Height "H" of the Centerline of the Uppermost Rows above the Invert, and Chord
Length " L" of Unperforated Segment, for Class 1 Perforations
TS-4b
H.
L.
Nominal
Rows of
Maximum'
minimums
Diameter
PerforationO
mm
mm
300
6
138
192
375
6
184
256
450
6
207
289
525
6
230
320
600 +
8
cry
(h
" Minimum number of rows. A greater number of rows for Increased inlet area shall be subject to agreement
between purchaser and manufacturer.
Note; The number of perforations per meter in each row (and Inlet area) is dependent on the corrugation pitch.
a See Figure 2 for location of dtmensions "H" and '-L."
H (max.) - 0460; L (min.) - 064, where D + nominal 4tameter of pipe. millimeters
M 294-5
AASHTO
7.3.1. Class 1 Perforations --The perforations shall be approximately circular and shall have nominal
diameters of not less than 5 mm nor greater than 10 mm and shall be arranged in rows parallel to F
the axis of the pipe. The perforations shall be located in the external valleys with perforations in
each row for each corrugation. The rows of perforations shall be arranged in two equal groups
placed symmetrically on either side of the lower unperforated segment corresponding to the flow
line of the pipe. The spacing of the rows shall be uniform. The distance between the center lines of
the rows shall not be less than 25 mm. The minimum number of longitudinal rows of perforations,
the maximum height of the center lines of the uppermost rows of perforations above the bottom of
the invert, and the inside chord lengths of the unperforated segments illustrated in Figure 2 shall
be as specified in Table 1.
7.3.2. Class 2 Perforations —Circular perforations shall be a minimum of 5 mm and shall not exceed
10 mm in diameter. The width of slots shall not exceed 3 mm. The length of slots shall not exceed
70 mm for 300 mm and 375 mm pipe and 75 mm for 450 mm and larger pipe. Perforations shall
be placed in the external valleys and uniformly spaced along the length and circumference of the
pipe. The water inlet area shall be a minimum of 30 cm=/m for pipe sizes 300 to 450 mm and
40 cmr/m for pipe sizes larger than 450 mm. All measurements shall be made in accordance with
Section 9.7.3.
7.4. Pipe Stiffness —The pipe shall have a minimum pipe stiffness at 5 percent deflection as follows
when tested in accordance with Section 9.1.
Diameter Pipe Sdffnew
Hun kPa
300 nun
345
375 mm
290
450 mm
275
525 mro
260
Epp MM
235
675 mm
205
750 mm
195
900 mm
150
1050 mm
140
1200 mm
125
7.5. Pipe Flattening There shall be no evidence of wall buckling, cracking, splitting, or delamination,
when the pipe is tested in accordance with Section 9.2.
7.6. Environmental Stress Cracking ---There shall be no cracking of the pipe when tested in accordance
with Section 9.4.
7.7. Brittleness —Pipe specimens shall not crack or split when tested in accordance with Section 9.3.
Five non -failures out of six impacts will be acceptable.
7.8. Fitting Requirements:
7.8.1. The fittings shall not reduce or impair the overall intcgrity or function of the pipe line.
7.8.2. Common corrugated fittings include in -line joint fittings, such as couplings and reducers, and
branch or complimentary assembly fittings such as tees, wyes, and end caps. These fittings are
installed by various methods.
Note 3--Only fittings supplied or recommended by the pipe manufacturer should be used.
Fabricated fittings made from pipe meeting the requirements of the pipe specification should be ..
TS-4b M 294-6 AASMTO
acceptable providing that the joints are adequately lapped or reinforced. Joints are not intended to
be watertight. Soil tightness is a function of opening size, channel length, an4 backfill particle
size. A backfill material containing a high percentage of fine -graded soils requires investigation
for the specific type of joint to be used to guard against soil infiltration. Information regarding
joint soil tightness criteria can be found in AASHTO's Standard Specifications fir Highway
Bridges, Division 11, Section 26, "Metal Culverts."
7.8.3. All fittings shall be within an overall length dimensional tolerance t12 mm of the manufacturer's
specified dimensions when measured in accordance with Section 9.7.2.
7.8.4. Fittings shall not reduce the inside diameter of the pipe being joined by more than 12 mm.
Reducer fittings shall not reduce the cross -sectional area of the small size.
7.8.5. Couplings shall be corru$aled to match the pipe corrugations and shall provide sufficient
longitudinil strength to preserve pipe alignment and prevent separation at the joints. Couplings
shall be bell and spigot, split collar, of screw -on collar. Split couplings shall engage at least two
full corrugations on each pipe section.
7.8.6. Pipe connections shall not separate to create a gap exceeding 5 mm when measured in a radial
direction between pipe and coupling, or between bell and'spigot portions of pipe, when tested
according to Section 9.6.1. Fittings shall not crack or delaminate:
7.8.7. The design of the fittings shall be such that when connected with the pipe, the axis of the assembly
will be level and true when tested in accordance with Section 9.6.2.
7.8.8. Other types of coupling bands or fastening devices which are equally effective as those described,
and which comply with the joint performance criteria of AASHTO's Standard Specucarions for
0 Highway Bridges, Division 11, Section 26, may be used when approved by the purchaser.
S. CONDITIONING
8.1. Conditioning —Condition the specimen prior to test at 21 to 25'C for not less than 40 hours in
accordance with Procedure A in ASTM D 618 for those tests where conditioning is required, and
unless otherwise specified.
8.2. Conditions ---Conduct all tests at a laboratory temperature of 21 to 25'C unless otherwise specified
herein.
9. TEST METHODS
9.1. Pipe Stffness—Select a minimum of three (3) pipe specimens and test for pipe stiffness (PS), as
described in ASTM D 2412 except for the following: (1) the test specimens shall be a minimum of
one diameter length; (2) locate -the first specimen in the loading machine with an imaginary line
connecting the two seams formed by the corrugation mold (end view) parallel to the loading
plates, when applicable. The specimen must lie flat on the plate within 3 mm and may be
straightened by hand bending at room temperature to accomplish this. Use the first location as a
reference point for rotation and testing of the other two specimens. Rotate subsequent specimens
45 and 90 degrees, respectively, from the original orientation. Test each specimen in one position
only; (3) the deflection indicator shall be readable and accurate to *0.02 mm; (4) the residual
curvature found in tubing frequently results in an erratic initial load/deflection curve. When this
occurs, the beginning point for deflection measurement shall be at a load of 20 t 5 Newtons. The
point shall be considered as the origin of the load deflection curve.
TS-4b M 294-7 AASHTO
Note 4—The parallel plates must exceed the length of the test specimen as specified above.
9.2. Pipe Flattening —Flatten the three -pipe specimens fram Section 9.l until the vertical inside :-
diameter is reduced by 20 percent. The rate of loading shall be the same as in Section 9.1.
Examine the specimen with the unaided eye for cracking, splitting, or delamination. Wall buckling
is indicated by reverse curvoturc in the pipe wall accompanied by a decrease in load carrying -
ability of the pipe.
9.3. Brittleness —Test pipe specimens in accordance with ASTM D 2444 except six specimens shall be
tested, or six impacts shall be made on one specimen. In the latter case, successive impacts shall
be separated by 120 * 10 degrees for impacts made on one circle, or at least 300 mm
longitudinally for impacts made on one element. Impact points shall be at least 150 mm from the
end of the specimen. Tup B shall be used, with a mass of 4.5 kg. The height of drop shall be
3.0 m. Use a Pat plate, specimen holder. Condition the specimens for 24 hours at a temperature of
-4 t rC, and conduct all tests within 60 seconds of removal from this atmosphere. The center of
the falling tup shall strike on a corrugation crown for all impacts.
9.4. environmental Stress Cracking of Finished Pipe—Tcst sections of the pipe for environmental
stress cracking in accordance with ASTM D 1693. except for the following modifications:
9.4.1. Three (3) specimens shall be tested.
9.4.2. Each specimen shall consist of a 90-degree arc length of pipe as shown in Figure 1.
9.4.3. Bend the specimens to shorten the inside chord length 20 t 1 percent and retain in this position
using a suitable holding device. Determine the arc chord dimension (B) of thespecimen under test
as follows:
B - 0.8A
where:
A W the inside chord dimension before bending
B = the same dimension taken after bending (Figure 1).
9.4.4. Place the bent specimen in a container of suitable size and cover completely with a preheated
wetting agent at 500C t 20C. Maintain this temperature for 24 hours, and then remove the sample
and inspect immediately. The wetting agent used in this test shall be 100 percent "Igepal CO-630,
a trade name for nonylphenoxy poly(ethyleneoxy) ethanol.
9.5. Slow Crack Growth Resistance of Resin Compounds —Test basic resin compounds for stress crack
resistance in accordance with the ASTM D 5397 Appendix, the SP-NCTL test except for the
following modifications:
9.5.1. Resin compounds shall be compression molded according to ASTM D 1928, Procedure C. The
thickness of the plaque shall be 1.9 t 0.2 mm.
9.5.2. Five test specimens shall be taken from the molded plaque along the same orientation.
9.5.3. The applied stress for the SP•NCTL test shall be 15 percent of the yield stress as determined by
tensile tests of the plaque samples in accordance with ASTM D 638 Type IV.
TS-4b M 294-8 AASHTO
Note S---The notched depth of 20 percent of the nominal thickness of the specimen is critical to
this procedure.
9.6. Joints and Fittings:
9.6.1. Joint Integrity --Assemble each fitting or coupling to the appropriate pipe in accordance with the
manufacturer's recommendations. Use pipe samples at least 300 mm in length. Assemble a
specimen at least 600 mm in length with the connection at the center. Load the connected pipe and
fitting between parallel plates at the rate of 12.5 mm per minute until the vertical inside diameter is
reduced by at least 20 percent of the nominal diameter of the pipe. Inspect for damage while at the
specified deflection and after load removal. Measure the maximum radial distance between pipe
and fittings, or between bell and spigot, during test and after load removal.
9.6.2. Alignment --Assure that the assembly or joint is correct and complete. If the pipe is bent, it should
be straightened prior to performing this test. Lay the assembly or joint on a flat surface and verify
that it will accommodate straight-line flow.
9.7. Dimensions:
9.7.1. Inside Diameter —Measure the inside diameter of the pipe with a tapered plug in accordance with
ASTM D 2122. As an alternative, measure the inside diameter with a suitable device accurate to
:0.0 mm on two sections. Take eight measurements equally spaced around the circumference of
each section and average these 16 measurements. The average inside diameter shall meet the
requirements of Section 7.2.3.
9.7.2. Ungth—Measure pipe with any suitable device accurate to x6.0 mm in 3 m. Make all
measurements on the pipe while it is stress -free and at rest on a flat surface in a straight line.
9.7.3. Perforations ---Measure dimensions of perforations on a straight specimen with no external forces
applied. Make linear measurements with instruments accurate to 0.2 mm.
9.7.4. Wall Thickness —Measure the will thickness in accordance with ASTM D 2122.
10. INSPECTION AND RETEST
10.1. inspection --Inspection of the material shall be made as agreed upon by the purchaser and the
seller as part of the purchase contract.
10.2. Retest and Rejection --If any failure to conform to these specifications occurs, the pipe or fittings
may be retested to establish conformity in accordance with agreement between the purchaser and
seller. Individual results, not averages, constitute failure.
11. MARKING
11.1. All pipe shall be clearly marked at intervals of no more than 3.5 m as follows:
11.1.1. Manufacturer's name or trademark.
11.1.2. Nominal size,
TS-4b M 294-9 AASHTO
11.1.3. This specification designation, AASHTO M 294,
11.1.4. The plant designation code, and '
11.1.5. The date of manufacture or an appropriate code.
11.2. Fittings shall be marked with the designation' number of this specification,-AASHTO M 294.•and
with the manufacturer's identification symbol.
12. QUALITY ASSURANCE
12.1. A manufacturer's certificate that the product was manufactured, tested, and supplied in accordance
with this specification, together with a report of the test results; and the date each test was
completed, shall be furnished upon request. Each certification so furnished shall be signed by a
person authorized by the manufacturer.
U
TS-4b M 294.10 AASHTO
E
Standard Specification for
Corrugated Polyethylene Drainage Pipe
AASHTO Designation: M 252-96 (2000)
1. SCOPE
1.1. This specification covers the requirements and methods of test for corrugated polyethylene (PE)
pipe, couplings and fittings for use in subsurface drainage systems, storm sewers, and in surface
drainage (culverts), where soil support is given to the pipe's flexible walls in all applications.
1.1.1. Nominal sizes of 75 to 250 mm are included,
1.1.2. Materials, dimensions, pipe stiffness, environmental stress -crack resistance, perforations, joining
systems and forms of marking are specified.
Note 1-When polyethylene pipe is to be used in locations where the ends may be exposed,
consideration should be given to combustibility of the polyethylene and the deteriorating effects of
prolonged exposure to ultraviolet radiation.
2. REFERENCED DOCUMENTS
2.1. ASTM Standards:
■ D 618, Method for Conditioning Plastics and Electrical insulating Materials for Testing
w D $93, Definition of Terms Relating to Plastics
N D 3350, Standard Specification for Polyethylene Plastics Pipe and Fittings Materials
■ D 1693, Test Method for Environmental Stress Cracking of Ethylene Plastics
■ D 2122, Method of Determining Dimensions of Thermoplastic Pipe and Fittings
■ D 2412, Test Method for Determination of External Loading Characteristics of Plastic Pipe by
Parallel -Plate Loading
■ F 405. Standard Specification for Corrugated Polyethylene (PE) Pipe and Fittings
■ F 412, Definitions of Terms Relating to Plastic Piping Systems
3. TERMINOLOGY
3.1. The terminology used in this standard is in accordance with the definitions given in ASTM D 883
and ASTM F 412 unless otherwise specified.
3.2. Crack —Any break or split that extends through the wall.
3.3. Crease —An irrecoverable indentation; generally associated with wall buckling.
3.4. Reworked Material —As defined for "reworked plastic (thermoplastic)" in ASTM D 883.
TS-4b M 252-1 AASHTO
4. CLASSIFICATION
4.1. The corrugated Polyethylene pipe covered by this specification is classified as follows:
4.1.1. Type C This pipe shall have a full circular cross-section, with a corrugated surface both inside
and outside. Corrugations may be either annular or helical.
4.1.1.1. Type CP—This pipe shall be Type C with Class 2 perforations.
4.1.2. Type S This pipe shall have a full circular cross-section. with an outer corrugated pipe wall and a
smooth inner liner. Corrugations may be either annular or helical. Type S pipe is not available in
nominal sizes of less than 100 mm.
4.1.2.1. Type SP This pipe shall be Type S with either Class I or Class 2 perforations.
4.2. Class 1 and Class 2 perforations are as described in Sections 7.4.1 and 7.4.2.
5. ORDERING INFORMATION
5.1. Orders using this specification shall include the following information as necessary to adequately
describe the desired product:
5.1.1. AASHTO designation and year of issue;
5.1.2. Type of pipe (Section 4.1); 4,11
5.1.3. Diameter and length required, either total length or length of each piece and number of pieces;
Note 2--Type C and CP pipe less than 200 mm in diameter may be supplied coiled; coiling of
Type C and CP pipe 200 mm in diameter or greater is not recommended; type S and SP pipe is not
supplied in coils.
5.1.4. Number of couplings;
5.1.5. For Type SP pipe, class of perforations (Class 2 is furnished if not specified) (Section 7.4); and
5.1.6. Certification, if desired (Section 12.1).
6. MATERIALS
6.1. Basic Materials --Pipe and fittings shall be made of virgin PE compounds which conform with the
requirements of cell class 324420C as defined and described in ASTM D 3350, except that the
carbon black content shall not exceed 5 percent. Compounds that have higher cell classifications
in one or more properties are acceptable provided product requirements are met.
6.2. Reworked Material —in lieu of virgin PE, clean reworked material may be used, provided that it
meets the cell class requirements as described in Section 6.1.
TS-4b M 252.2 AASMTO
u
7, REQUIREMENTS
7.1. Workmanship --The pipe and fittings shall be free of foreign inclusions and visible defects as
defined herein. The ends of the pipe shall be cut squarely and cleanly so as not to adversely affect
joining or connecting.
7.1.1. Visible Defects —Cracks, creases, unpigmented or nonuniformly pigmented pipe are not
permissible.
7.1.2. Inner Liner —For Type S and SP pipe, the inner liner shall be fused to the outer corrugated wall at
all internal corrugation crests.
7.2. Pipe Dimensions:
7.2.1. Nominal Size The nominal size for the pipe and fittings is based on the nominal inside diameter
of the pipe. Nominal diameters shall be sized for Type C and CP pipe in not less than 25 mm
increments from 75 to 250 mm. Nominal sizes shall be sized for Type S and SP pipe in not less
than 50-mm increments from 100 to 250 mm.
7.2.2. inner Liner —For Type S and SP pipe, the inner liner shall have a minimum thickness of 0.5 nun
for pipe of 100 mm and 150 mm nominal size and a minimum thickness of 0.6 mm for pipe of
200 mm and 250 mm nominal size, when measured in accordance with Section 9.7.4.
7.2.3. inside Diameter Tolerances —The tolerance on the specified inside diameter shall be+4.5, —1.5
percent when measured in accordance with Section 9.7.L
7.2.4. Length ---Corrugated PE pipe is an extruded product and may be sold in any length agreeable to
the user. Lengths shall not be less than 99 percent of the stated quantity when measured in
accordance with Section 9.7.2.
7.3. Fitting and Coupling Dimensions:
7.3.1. The maximum allowable gap between fitting or coupling and pipe shall not exceed 3 mm unless
otherwise specified.
7.3.2. All fittings and couplings shall be within an overall length dimensional tolerance of 2:12 mm of the
manufacturer's specified dimensions.
7.4. Perforations --When perforated pipe is specified, the perforations shall conform to the
requirements of Class 2, unless otherwise specified in the order. Class 1 perforations are for pipe
intended to be used for subsurface drainage or combination storm and underdrain. Class 2
perforations are for pipe intended to be used for subsurface drainage only. The perforations shall
be cleanly cut so as not to restrict the inflow of water. Where circular perforations are preferred,
the drill shall not penetrate the side walls of the corrugations. Pipe connected by couplings or
bands may be unperforated within 100 mm of each end of each length of pipe.
7.4.1.
TS-4b
Note 3—Pipe ordered under Class 1 perforations has no requirement as to inlet area because it
specifies size, number, and location of holes. Alternate perforation patterns should be agreed to
between the purchaser and manufacturer.
Class I Perforations --The perforations shall be approximately circular and shall have nominal
diameters of not more than 5 mm for 100- and 150-mm diameter pipe and not greater than 10 mun
M 252-3
AASHTQ
for 200- and 250-mm diameter pipe. The holes shall be arranged in rows parallel to the axis of the
pipe. The location of the perforations shall be in the valley of the outside corrugation and in each
corrugation. The rows of perforations shall be arranged in two equal groups placed symmetrically
on either side of the lower unperforated segment corresponding to the flow line of the pipe. The
spacing of the rows shall be uniform. The distance of the center lines of the uppermost rows above
the bottom of the invert. and the inside chord lengths of the unperforated segments illustrated in
Figure 1 shall be as specified in Table 1. All measurements shall be made in accordance with
Section 9.7.3.
Table 1--Class 1 Perforations
Rows of Perforations. Height "H" of the Centerline of the Uppermost Rows Above
the Invert. and Chord Length "L' of Unperforated Segment, for Class 1 Perforations
Nominal Diameter Rows of H. maxa 1.. mina
(Mm) Perforations' (Mm) (mm)
75
2
35
30
100
2
45
65
150
4
70
95
200
4
94
130
250
4
120
160
Mtnimuas somber of rows. A sreater number of rows for tacreaud inlet area shall be wtbject to ssroement
between purchtu r asd amafaetam
NOTM The number of petfbratlons per meter in each raw (ad into area) is depeadeat on the conugsWn pitch.
s see Rpm t for localisms of dionenslons "N" and "V.
Figure 1—Requirements for Perforations
7.4.2. Class 2 Perforations —Circular and slotted perforations shall conform to the maximum
dimensions as shown in Table 2. Perforations shall be placed in the outside valleys of the
corrugations. The water inlet area shall be a minimum of 20 cm'1m of pipe. All measurements
shall be made in accordance with Section 9.7.3.
TS-4b M 252-4 AASMTC
Table 2—Maximum Perforation Dimensions
Nominal Pipe Drilled Hole
Slotted Holes
Diameter Diameter
Width
Length
(mm) (mm)
(Mm)
fmn)
��• r
75 4.75
3
25
10o 4.75
3
25
ISO 4.75
3
25
200 625
3
30
250 8.00
3
30
7.5. Pipe Stiffness --Type C pipe, as described in Section 4.1.1. shall have a minimum pipe stiffness
(PS) of 240 Newtons/meter/mm at 5-percent deflection; and Type S pipe, as described in
Section 4.1.2, shall have a minimum pipe stiffness (PS) of 340 Newtons/meter/mm at 5 percent
deflection when tested in accordance with Section 9.1. The pipe tested shall contain perforations,
if specified.
7.6. Pipe Flattening --There shall be no evidence of wall buckling, cracking, splitting, or delarnination,
when the pipe is tested in accordance with Section 9.2.
7.7. Elongation —This test is intended for Type C and CP pipe only. Three specimens of pipe,
containing perforations if specified, shalt be tested in accordance with Section 9.3. if pipe is
supplied in lengths of 3 to or more.
40 7.7.1. The average elongation shall be 10 percent or less.
7.8. Environmental Stress Cracking --There shall be no cracking of the pipe when tested in accordance
with Section 9.4.
7.9. ' Brittleness There shall be no cracking of the pipe wall when tested in accordance with
Section 9.5 except as specified in Sections 7.9.1 and 7.9.2.
Note 4—The brittleness test is similar to that described in ASTM F 405.
7.9.1. Cracks with a maximum chord length of 10 mm that originate at a perforation or at either end of
the sample shall not be cause for rejection.
7.9.2. Splitting along a seam or mold parting line is not caused by brittleness and should be evaluated as
a workmanship defect as described in Section 7.1.1, if no split exceeds 50 mm in chord length.
7.10. Low Temperature Flexibility --This requirement applies to Type C and CP pipe furnished in coils
only. There shall be no cracking when tested in accordance with Section 9.6.
7.11. Fitting and Coupling Requirements:
7.11.1. The fittings and couplings shall not reduce or impair the overall integrity or function of the pipe
line.
7.11.2. Common corrugated fittings include reducers, tees, wyes, and end caps.
TS-4b M 252-5 AASHTD
Note S---Only fittings and couplings supplied or recommended by the pipe manufacturer should
be used.
7.11.3. Fittings and couplings shall not reduce the inside diameter of the pipe being joined by more than 5
percent of the nominal inside diameter. Reducer fittings shall not reduce the cross -sectional area of
the smaller size.
7.11.4. Pipe connected by in -line couplers shall not separate when tested in accordance with Section 9.8.1.
7.11.5. The coupling shall not crack or crease when tested in accordance with Section 9.8.2.
7.11.6. The design of the couplers shall be such that when connected with the pipe, the axis of the
assembly will be level and true when tested in accordance with Section 9.8.3.
8. CONDITIONING
8.1. Conditioning —Condition the specimen prior to test at 23 t 2'C for not less than 40 hours in
accordance with Procedure A in ASTM D 618 for those tests where conditioning is required, and
unless otherwise specified.
8.2. Conditions --Conduct the test in a laboratory temperature of 23 t 2'C unless otherwise specified
herein.
9. TEST METHODS
9.1. Pipe Stiffness —Select a minimum of three pipe specimens and test for pipe stiffness (PS) as s-''
described in ASTM D 2412, with the following exceptions.
9.1.1. The test specimens shall be 300 t 10 mm, long cut to include full corrugations.
9.1.2. Locate the first specimen in the loading machine with an imaginary line connecting the two seams
formed by the corrugation mold (end view) parallel to the loading plates. The specimen must lie
flat on the plate within 3 mm and may be straightened by hand bending at room temperature to
accomplish this. Use the first location as a reference point for rotation and testing of the other two
specimens. Rotate subsequent specimens 45 and 90 degrees, respectively, from the original
orientation. Test each specimen in one position only.
9.1.3. The deflection indicator shall be readable and accurate to t0.03 mm.
9.1.4. The residual curvature found in corrugated pipe, especially that furnished in coils, frequently
results in an erratic load/deflection curve. When this occurs, the beginning point for deflection
measurements shall be at a load of 20 t 5 Newtons. This point shall be considered as the origin of
the load/deflection curve.
Note 6--The parallel plates must exceed the length of the test specimen as specified above.
9.2. Pipe Flattening --Flatten the three pipe specimens from Section 9.1 until the vertical inside
diameter is reduced by 20 percent. The rate of loading shall be the same as in Section 9. L The
specimen shall pass if no wall buckling, cracking, splitting, or delamination is observed under
normal light with the unaided eye.
TS-4b M 252-6 AASHTO
9.3. Elongation —Each specimen shall be 1.3 m long suspended with its longitudinal axis vertical.
Loads shall consist of a tare mass equal to 0.018 kg/mm of nominal diameter of the pipe, and an
additional test mass equal to 0.090 kg/mm. Perform the test as follows: (1) Hang the tare mass
from the lower end of the specimen, (2) mark a gage length of 760 mm* 3 mm on the central
portion of the specimen length, (3) apply the test mass gently, and allow to remain 3 minutes;
remeasure gage length to the nearest 3 mm. Calculate the elongation, E in percent, as follows:
F a (mm of elongation x 100) %
760
9.4. environmental Stress Cracking —Test sections of the pipe for environmental stress cracking in
accordance with ASTM D 1693, except for the following modification:
9.4.1. Three specimens shall be tested.
9.4.2. Each specimen shall consist of a 90-degree arc length of pipe without perforations as shown in
Figure 2.
Specimen
1 �l
Cross Section
Figure 2--Specimen Configuration for Environmental Stress Cracking (Section 9.4)
9.4.3. Send the specimens to shorten the inside chord length 20 :t I percent and retain in this position
using a suitable holding device. Determine the are chord dimension (B) of the specimen under test
as follows:
B=0.8A
where:
A = the inside chord dimension before bending
B = the same dimension taken after bending (Figure 2)
9.4.4. Place the bent specimen in a container of suitable size and cover completely with the preheated
wetting agent 100 percent "Igepal CO-630," a traile name for nonylphenoxy poly (ethyleneoxy)
ethanol, at 50°C * 2°C. Maintain this temperature for 24 hours, and then remove the sample and
inspect immediately.
9.5. Brittleness —Test three samples of pipe at an impact of 451 between two fiat parallel plates using
the apparatus depicted in Figure 3.
TS-4b M 252.7 AASHTO
ADJUSTABLE.
TO ALLOW
so mm DROP
RELEASE MECHANISM
!.'J Kg. MASS IS
RELEASED TO TEST PIPE
OBTAININGFOR FALL HEIGHTI ♦� -�-- GUIDE SHAFT
$LOT TO
HOLD PIPE
Figure 3—Brittleness Test Device
9.5.1.. Cut the sample specimens 150 mm long from one continuous length.
9.5.2. Condition specimens at --18°C t 30C for a minimum of I hour.
9.5.3. Set the 9.5 kg top plate for a free fall of 500 mm to the uppermost surface of the specimen.
9.5.4. Locate the specimen on the bottom plate with the plane of the corrugated seams parallel to the
plate.
9.5.5. Drop the upper plate and impact test the specimen within 30 seconds of removal from the
conditioning environment.
9.5.6. Remove and inspect in accordance with the requirements of Section 7.9.
9.6. Low Temperature Flexibility —There shall be a minimum of three test specimens, each having a
minimum length of 1.5 In. The specimens shall be conditioned at a temperature of -4 t 2°C for a
period of 24 hours. The 200 mm and smaller diameter test specimen shall be bent over a 380-mm
mandrel and the 250-mm specimen shall be bent over a 500-mm mandrel, with the 180 degrees
being completed within 30 seconds of removal from the conditioning atmosphere. The specimens -
shall then be visually inspected for cracking.
`.J
TS-4b M 252-8 AASHTO
9.7. Pipe Dimensions:
t `1 -
9.7.1. Inside Diameter —Measure the inside diameter of the pipe with a tapered plug in accordance with
ASTM D 2122.Or measure the inside diameter of two sections, with a suitable device accurate to
t0.2 mm at two random positions 90 degrees to each other, and average the four measurements.
9.7.2. Length• --Measure pipe with any suitable device accurate to 0.2 percent. Make all measurements
on the pipe while it is stress -free and at rest on a flat surface in a straight line.
9.7.3. Perforations —Measure dimensions of perforations on a straight specimen with no external forces
applied. Make linear measurements with instruments accurate to 0.2 mm.
9.7.4. Inner Liner —Measure the thickness of the inner liner in accordance with ASTM D 2122.
9.8. Couplings:
9.8.1. Joint Integrity —This test is limited to only Type C and Type CP pipe supplied in coils. Assemble
couplings to appropriate pipe in accordance with the manufacturer's recommendations. Use pipe
samples at )cast 150 mm in length. Use the hanging mass test procedure described in Section 9.3.
Verify that the joint will support a mass along the pipe axis equal to 0.090 kg1mm of the nominal
inside diameter, without separating. Test three couplings of each type.
9.8.2. Ssrength—Assemble each coupling to the appropriate pipe in accordance with the manufacturer's
recommendations. Use pipe samples at least 150 mm in length. Load the connected pipe and
coupling between parallel plates at the rate of 12.5 mm/minute until the vertical inside diameter is
reduced by at least 20 percent of the nominal diameter of the coupling. Inspect for damage while
at the specified deflection, and after load removal, and report the results of this inspection.
9.8.3. Alignment —Assure that the assembly or joint is correct and complete: if the pipe is bent, it should
be hand -straightened prior to performing this test. Lay the assembly or joint on a flat surface and
verify that it will accommodate straight-line flow.
10. INSPECTION AND RETEST
10.1. Inspection —Inspection of the material shall be made as agreed upon by the purchaser and the
seller as part of the purchase contract.
10.2. Retest and Rejection —if any failure to conform to these specifications occurs, the pipe or fittings
or couplings may be retested to establish conformity in accordance with agreement between the
purchaser and seller. Individual results. not averages. constitute failure.
11. MARKING
.j 11.1.2.
All pipe shall be clearly marked at intervals of not more than 3.5 m, and fittings and couplings
shall be clearly marked, as follows:
Manufacturer's name or trademark,
Nominal size,
TS-4b M 252-9 AASHTO
11.1.3. The specification designation "M 252;' !�
11.1.4. The plant designation code, and
11.1.5. The date of manufacture or an appropriate code.
12. QUALITY ASSURANCE
12.1. A manufacturer's certification that the product was manufactured, tested, and supplied in
accordance with this specification, together with a report of the test results, and the date each test
was completed, shall be signed by a person authorized by the manufacturer.
Lei
TS•4b M 252.10 MSHTQ
Raw
County of Volusia., Florida
r' Purchasing
123 W. Indiana Avenue, 3rd Floor, DeLand, FL 32720-4608
Phone 386-736-5935 Fax 386-736-5972
e-mail:purchasing@co.volusia.fl.us
February 7, 2002
PR-L-03-81
Subject: Invitation To Bid No. 03-B-65JG Polyethylene Tubing, Pipe and Fittings
ADDENDUM NO. 1
This addendum is being issued to inform potential bidders that bids for PVC pipe will be accepted as
an alternate for the materials specified.
Standard Specifications for Road and Bridge Construction 2000 can be viewed on the website at
httT)://www.dot.state.fl.us.
A-2000 PVC Pipe for Storm Sewers and Drainage Pipe as specified FDOT Section 430 allows PVC pipe
to be used for Pipe Culverts and Storm Sewers. Section 948-1.7 requires PVC pipe to be manufactured
according to ASTM F 949.
If you have any questions regarding this information, please contact Josie Gomez @ 386-822-5779 or
e-mail: jgomez@co.volusia.fl.us.
Very truly yours,
Cheryl Olson, C.P.M., CPM
Director of Purchasing
Please sign and return with Proposal.
Vendor
Signed by: Name/Position
Phone No.
P/JosieBids/03-B-65JG Addendum 1
Date
a�naai✓i M c.
TR 10240
THE MOST ADVANCED Nm,ME IN DRAINAGE SYSTEMS
19PUB.
it 6, 2003
City oZvreieland
stet
Attn:
Fat: 954V24-2515
We woul like to acknoMedge that it is okay for the City of Tamarac (FL) to piggyback off of the Volusia
_ county anasal bid, which Is bid # 03-B-65-JG.
Southeast Zone Sales & Marketing Manager
ADYANGED DRAINAGE s
HTTP:/IWWW.A0S•PIP6.
TO/T0 39Vd
STEMS, INC. 11s W. CROWN POINT ROAD WINTER GARDEN, FL 3476i TEL: 407./ 554-9980 FAX: 407 / 654-8562
0A4
S3-1dS SS sad
Z999099LOO 66:9T 600Z/86/60