Active SLED Opportunity · VIRGINIA · CITY OF RICHMOND
AI Summary
The City of Richmond seeks bids to supply standardized fire hydrants, extension kits, and repair parts conforming to AWWA standards. The contract includes detailed specifications, delivery requirements, and compliance with ARPA funding. One-year term with renewal options. Bids due by May 12, 2026.
The City of Richmond, Virginia (the "City"), on behalf of the Department of Public Utilities ("DPU"), seeks bids from qualified firms, to furnish and deliver certain fire hydrants, extension kits, and repair parts to DPU. The City has standardized its fire hydrants to only accept two types of fire hydrants: the Mueller A421 (primary) and the American Darling MK73 (backup).
| Event | Date | Location |
|---|---|---|
| Bid Opening (Non-Mandatory) | 2026-05-12T19:00:00.000Z | Microsoft Teams meeting Meeting ID: 265 321 132 221 00 Passcode: Dh3Nq2u5 Dial in by phone +1 804-316-9457,,36772579# United States, Richmond Phone conference ID: 182 302 200# |
The Contractor shall provide the services required under this Contract as an independent contractor.
The City shall pay the Contractor for all goods delivered and services performed under this Contract by the pricing provisions set forth in the Bid.
The Contractor shall indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all losses, liabilities, claims, damages and expenses (including court costs and reasonable attorneys’ fees) arising from any material default or breach by the Contractor of its obligations specified in this Contract, as well as all claims arising from errors, omissions, negligent acts or intentional acts of the Contractor, its officers, agents and employees. Further, the Contractor shall assume the entire responsibility and liability for any and all damages to persons or property caused by or resulting from or arising out of any act or omission on the part of the Contractor, its subcontractors, its agents or its employees under or in connection with this Contract. The Contractor shall hold harmless and indemnify the City and its agents, its volunteers, its servants, its employees, and its officers from and against any and all claims, losses or expenses, including but not limited to court costs and attorneys’ fees, which either or both of them may suffer, pay or incur as the result of claims or suits due to, arising out of or in connection with any and all such damage, real or alleged. The Contractor shall, upon written demand by the City, assume and defend at the Contractor’s sole expense any and all such claims or legal actions.
All issues and questions concerning the construction, enforcement, interpretation and validity of this Contract, or the rights and obligations of the City and the Contractor in connection with this Contract, shall be governed by, and construed and interpreted in accordance with, the laws of the Commonwealth of Virginia, without giving effect to any choice of law or conflict of laws rules or provisions, whether of the Commonwealth of Virginia or any other jurisdiction, that would cause the application of the laws of any jurisdiction other than those of the Commonwealth of Virginia.
This Contract shall commence on the Commencement Date set forth in the Goods and Services Contract and shall expire one (1) year later, unless terminated earlier in accordance with the provisions of this Contract.
In case of default of the Contractor or if the Contractor fails to deliver the supplies or services ordered by the time specified, the City, after due notice in writing, may procure them from other sources and hold the Contractor responsible for any excess cost occasioned thereby. This remedy shall be in addition to any other remedies available to the City.
Price adjustments may be permitted for changes in the contractor’s cost of materials not to exceed the increase in the following index/indices Consumer Price Index – All Urban Consumers; Not Seasonally Adjusted; Area – U.S. City Average; Item – Commodities. Price increases will be authorized only once for 365 calendar days after the effective date of the contract. Price escalation may be permitted only once every 365 days thereafter and only where verified to the satisfaction of the purchasing office. However, “across the board” price decreases are subject to implementation at any time and shall be immediately conveyed to the City.
Contractor shall give not less than 30 days advance notice of any price increase to the purchasing office. Any approved price changes will be effective only at the beginning of the calendar month following the end of the full 30 day notification period. The contractor shall document the amount and proposed effective date of any general change in the price of materials. Documentation shall be supplied with the contractor’s request for increase which will: (1) verify that the requested price increase is general in scope and not applicable just to the City; and (2) verify the amount or percentage of increase which is being passed on to the contractor by the contractor’s suppliers.
The Department of Procurement Services will notify the using agencies and contractor in writing of the effective date of any increase which it approves. However, the contractor shall fill all purchase orders received prior to the effective date of the price adjustment at the old contract prices. The contractor is further advised that decreases which affect the cost of materials are required to be communicated immediately to the Department of Procurement Services.
The City may assign its rights or delegate its duties, in whole or in part, under this Contract by written notice delivered to the Contractor. Such transfer of rights or duties shall take effect upon the date specified in the notice or upon the assumption, if necessary, of the delegated duties by the assignee, whichever is later.
The City reserves the right to audit all aspects of this Contract, including but not necessarily limited to (i) the Contractor’s financial capability and accounting system, (ii) the basis for progress payments, (iii) the Contractor’s compliance with applicable laws and (iv) appropriate vendor records. The City further reserves the right to review, on demand and without notice, all files of the Contractor or any subcontractor or vendor employed by the Contractor to provide services or commodities under this Contract where payments by the City are based on records of time, salaries, materials or actual expenses. The Contractor shall maintain all records subject to audit under this provision for a period of not less than five years after the expiration or earlier termination of this Contract locally or in a manner deliverable at the Contractor’s expense to a location in the metropolitan Richmond area.
The Contractor acknowledges and agrees that the City has informed the Contractor of the United States Department of Treasury Final Rule (available online at home.treasury.gov/policy-issues/coronavirus/assistance-for-state-local-and-tribal-governments/state-and-local-fiscal-recovery-funds) and related guidance regarding allowable and non-allowable expenditures relevant to the Coronavirus State and Local Fiscal Recovery Funds established under the American Rescue Plan Act of 2021. The Contractor acknowledges that the funds used by the City to make payments under the Contract may be derived in whole or in part from the City’s allocation of Coronavirus State and Local Fiscal Recovery Funds established under the American Rescue Plan Act of 2021 (“ARPA”).
A. All fire hydrants furnished by the Contractor shall conform to the following specifications:
1. AWWA C-502 Standard for Dry Barrel Fire Hydrants.
2. Underwriters Laboratories ("UL") listed and Factory Mutual Research Corporation ("FM") approved.
3. Rated for 250 psi operating pressure and 500 psi test pressure. All iron parts shall be manufactured of cast or ductile iron.
a. The only exceptions will be parts designed to break on traffic impact.
B. Additionally, all fire hydrants shall meet the following requirements:
1. Each fire hydrant shall be equipped with two 2½" hose nozzles and one 4½" pumper nozzle.
2. The nozzles shall position with the hose nozzles 180 degrees apart.
3. The pumper nozzle shall be on the same plane as the hose nozzles.
4. The pumper nozzle threads shall be Richmond Special Threads and the hose nozzles shall be Richmond Special Threads.
5. The nozzle caps and operating nut will be a pentagon, l½" point to flat as measure at the bottom of the nut.
6. The nozzles shall be threaded into the upper barrel with reverse (counterclockwise) threads and locked in place with a mechanical device.
7. Each fire hydrant shall be 4½" valve opening (or 5¼" if specified), minimum and shall be of the compression type closing with the pressure.
a. The seat ring shall be made of bronze and threaded into a bronze sub seat.
b. All gaskets sealing the seat ring shall seal against a bronze surface.
c. The entire valve and rod assembly shall be removable through the top of the hydrant with a small lightweight seat wrench.
8. The drain valve shall allow complete drainage of all residual water in the hydrant.
9. The circumferential drain passage inside the hydrant shall be all bronze.
10. All exterior fasteners below the ground line shall be stainless steel.
C. Each fire hydrant shall be of the traffic type, equipped with a frangible barrel and rod coupling, designed to break upon traffic impact to prevent damage to the hydrant and connecting piping.
D. Each hydrant shall be capable of being rotated 360 degrees. Ground line devices utilizing lugs, keeper devices, frangible bolts or breakaway barrels will not be accepted.
E. The operating nut should be secured with hold down nut with weather shield. The hydrant bonnet will have an arrow cast on it showing the direction to open.
F. All sealing surfaces shall be sealed with O-ring seals. A travel stop device shall be installed in the bonnet to limit the downward travel of the rod. The lubrication chamber shall be filled with all-weather grease or sealed oil reservoir.
G. An anti-friction thermoplastic washer shall be provided to reduce the operating torque required to operate the hydrant.
H. Each fire hydrant shall be silver powder coated from the factory.
I. The City will stock replacement heads for existing hydrants.
The Contractor shall provide and maintain throughout the life of this Contract insurance in the kinds and amounts specified in this section with an insurer licensed to transact insurance business in the Commonwealth of Virginia. Each insurance policy, endorsement and certificate of insurance shall be signed by duly authorized representatives of such insurers and shall be countersigned by duly authorized local agents of such insurers.
All Certificates of Insurance shall show the Certificate Holder as:
City of Richmond
C/O myCOI
P.O. Box #501970
8710 Bash Street
Indianapolis, IN 46256
This Contract includes the captions, headings and titles appearing herein for convenience only, and such captions, headings and titles shall not affect the construal, interpretation or meaning of this Contract.
All deliveries shall be F.O.B. destination to the destination specified on the Bid Form. All bid prices are for F.O.B. destination and include only the actual freight rate costs at the lowest and best rate, based upon the actual weight of goods to be shipped. The required time for delivery will be as stated on the Bid Form unless the Contractor proposes a time for delivery that the City deems to be more favorable to the City than the required time for delivery stated on the Bid Form, in which case the Contractor’s proposed time for delivery will govern. The required time for delivery is stated either as a fixed date by which the Contractor must make delivery or as a number of calendar days following the City’s issuance of a purchase order within which the Contractor must make delivery.
The Contractor shall not assign its rights or delegate its duties, or any part thereof, under this Contract without the prior written consent of the City. Further, the Contractor shall not assign, sublet or transfer its interest or any part thereof in this Contract by means or as part of any sale, merger, consolidation, assignment or any other event that would result in new or different ownership, control, operation or administration of the Contractor’s business affairs without the prior written consent of the City.
A, All deliveries shall be made to the DPU Warehouse facility.
B. Deliveries shall be accepted Monday thru Thursday (excluding City Holidays), between 10:00 AM-2:00 PM, EST.
C. Deliveries are accepted on a first come, first serve basis (delivery appointments not required).
The City reserves the right to extend the Contract for any reason for a period or periods up to but not to exceed 12 months. This extension clause may be exercised when the City determines that an extension of the Contract is advantageous to the City. Any extension beyond 12 months will be subject to the City’s renewal clause as set forth in this Contract. This provision in no way affects or alters the City’s ability to renew the Contract consistent with the renewal option clause. If it is then decided to renew the resulting Contract, the renewal date will commence on the day following the last day of the contract extension.
The Contractor shall not use any indication of its services to the City for commercial or advertising purposes without the prior written consent of the Director of Procurement Services.
Each of the parties has had the opportunity to have its legal counsel review this Contract on its behalf. If an ambiguity or question of intent arises with respect to any provision of this Contract, this Contract will be construed as if drafted jointly by the parties. Neither the form of this Contract, nor any language herein, shall be construed or interpreted in favor of or against either party hereto as the sole drafter thereof.
If either party is unable to perform its obligations under this Contract due to acts of God or circumstances beyond its reasonable control, such obligations shall be suspended as long as those circumstances persist, provided that the delaying party promptly notifies the other party of the delay and the causes. Except where the delay is caused by an act or omission of the delaying party, any costs arising from such delay shall be borne by the party incurring the delay.
All goods shall be warranted against defective parts and materials for a minimum of one (1) year from the date of acceptance, excluding vandalism. All parts proving defective within the warranty period shall be replaced without charge to the City by the Contractor.
This Contract shall not be subcontracted without the prior written approval of the City’s Director of Procurement Services.
The City may, at its sole option, renew this Contract for up to 2 two-year renewal terms by furnishing the Contractor with written notice of its decision to renew at least 60 calendar days before the expiration of the then-current term.
The City’s payment terms are Net 45 unless the bidder proposes payment terms that the City deems to be more favorable to the City than Net 45 by uploading such payment terms through OpenGov. Time allowed for cash discounts will be computed from the date of the City’s receipt of a proper invoice or the date of delivery to the City of the items invoiced, whichever is later.
The Contractor shall contractually obligate its subcontractors to abide by the same requirements set forth in section 4.1.2 above. This section 4.1.3 will survive expiration of this Contract.
The Contractor warrants that it has not employed or retained any company or person other than a bona fide employee working solely for the Contractor to solicit or secure this Contract and that it has not paid or agreed to pay any company or person other than a bona fide employee working solely for the Contractor any fee, commission, percentage, brokerage fee, gifts or other consideration contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, the City shall have the right to annul or void this Contract without liability or, in its sole discretion, to deduct from the contract price or consideration, or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee.
The City does not represent, warrant, covenant, or guarantee that the Contractor will receive any Work Assignments in a specific contract or renewal term. The City reserves the right, at its sole discretion, to issue separate solicitations for similar work and other projects as the need may occur.
The Contractor warrants that the hardware, software and firmware products, provided for the City’s use or used by the Contractor to provide any service or commodity that is the subject of this Contract, individually and in combination, shall successfully process, store and perform calculations with dates regardless of the century in which the dates occur.
All payments and other performance by the City under this Contract are subject to annual appropriations by the City Council; consequently, this Contract shall bind the City only to the extent that the City Council appropriates sufficient funds for the City to perform its obligations hereunder.
This Contract, including the exhibits incorporated herein, constitutes both a complete and exclusive statement and the final written expression of all the terms of this Contract and of the entire understanding between the Contractor and the City regarding those terms. No prior written agreements or contemporaneous or prior oral agreements between the Contractor and the City regarding this Contract’s subject matter shall be of any effect.
The Director of Procurement Services, with the concurrence of the City Attorney, may agree in writing on behalf of the City to submit particular disputes arising from this Contract to arbitration and to utilize mediation and other alternative dispute resolution procedures; however, any such procedures entered into by the City shall be nonbinding. (See City Code § 21-170; see also Va. Code § 2.2-4366.)
A. In the event the City awards multiple contracts under this Invitation for Bids as authorized under City Code, Section 21-55(a), the City will assign Work based on the provisions of this section. The City will strive to distribute work assignments (each a “Work Assignment”) to all contractors awarded contracts under this Invitation for Bids. However, the City, in its sole discretion, may assign a Work Assignment to the contractor that it believes is best suited to that specific Work Assignment, based on the following factors:
1. Cost effectiveness and reasonableness based on bid price,
2. Performance on past or current Work Assignments as documented pursuant to Section 2.1.3 (“Performance Evaluation”) of Part I (“Statement of Needs”),
3. Resources available compared to existing assigned workload, and
4. Responsiveness in responding to Work Assignment requests.
Any and all disputes, claims and causes of action arising out of or in connection with this Contract, or any performances made hereunder, shall be brought, and any judicial proceeding shall take place, only in a federal or state court located in the city of Richmond, Virginia. The Contractor accepts the personal jurisdiction of any court in which an action is brought pursuant to this article for purposes of that action and waives all jurisdiction- and venue-related defenses to the maintenance of such action.
The waiver by either party of any term or condition of this Contract shall not be deemed to constitute either a continuing waiver thereof or a waiver of any further or additional right that such party may hold under this Contract.
This Contract shall not be amended, modified, or otherwise changed except in the form of a City Contract Modification signed by the authorized representatives of the Contractor and the City in accordance with the City’s Purchasing Policies and Procedures.
The Contractor shall comply with the provisions of any statutes, ordinances, rules, regulations, or other laws enacted or otherwise made effective by any local, state, or federal governmental entity which may be applicable to the performance of this Contract and shall obtain all necessary licenses and permits thereunder.
The City shall not be obligated to purchase or pay for any goods or services covered by this Contract unless and until they are ordered and either delivered or performed, as the case may be.
Notwithstanding any other provision of this Contract, the City and the Contractor hereby agree that: (i) no individual or entity shall be considered, deemed or otherwise recognized to be a third-party beneficiary of this Contract; (ii) the provisions of this Contract are not intended to be for the benefit of any individual or entity other than the City or the Contractor; (iii) no individual or entity shall obtain any right to make any claim against the City or the Contractor under the provisions of this Contract; and (iv) no provision of this Contract shall be construed or interpreted to confer third-party beneficiary status on any individual or entity. For purposes of this section, the phrase “individual or entity” means any individual or entity, including, but not limited to, individuals, contractors, subcontractors, vendors, sub-vendors, assignees, licensors and sub-licensors, regardless of whether such individual or entity is named in this Contract.
A. In the event the selected contractor (i) fails to respond to the City’s request for a Work Assignment within two business days, or (ii) declines to perform a Work Assignment, the City may proceed to another contractor.
B. Nothing herein shall be construed to limit the City’s discretion to determine when and under what circumstances to utilize any awarded contractor for Work Assignments.
Pursuant to the Richmond City Charter, the City may withhold the payment of any claim or demand by any person, firm or corporation against the City until any delinquent indebtedness or other liability due the City from such person, firm or corporation shall first have been settled and adjusted.
Director of Procurement Services
Department of Procurement Services
City of Richmond
900 East Broad Street, Room 1104
Richmond, Virginia 23219
All notices to the Contractor shall be directed to the contact person stated at the address given in the Contractor’s bid.
A performance evaluation of the Contractor shall take place at the completion of each Work Assignment.
All bids shall be submitted exclusive of direct Federal, State and Local Taxes. The City is exempt from payment of State Sales and Use Tax on all tangible personal property purchased or leased for its use or consumption and will furnish its tax exemption certificate upon request. However, if the bidder believes that certain taxes are properly payable by the City, it may list such taxes separately in each case directly below the respective item bid price.
The Contractor shall submit invoices that include a unique invoice number, the applicable City purchase order number, and the Contractor’s federal Taxpayer Identification Number. All invoices submitted by the Contractor must set forth each item billed in sufficient detail to enable the City to ensure that the item was ordered and corresponds with the contract price for such item. If the Contractor does not include all of the required information on the invoice, the City may reject and return the invoice unpaid. The Contractor shall submit the original invoice to the City’s Department of Finance at either:
accountspayable@rva.gov or
City of Richmond
Accounts Payable
900 East Broad Street
Richmond, VA 23219.
The City prefers that the original invoice be sent to the above electronic mail address to facilitate timely payment. The Contractor shall submit a duplicate invoice to the attention of the “Requester” identified on the purchase order at the “Ship To” address identified on the purchase order.
The Contractor represents and warrants that all goods and services that it will furnish under this Contract do not and will not infringe on any valid copyright, patent, service mark or trademark. The Contractor shall pay all royalties and license fees which may be due on the inclusion of any patented or copyrighted materials, methods or systems selected by the Contractor or used by the Contractor in the performance of its services. The Contractor shall defend, hold harmless and indemnify the City from all suits or claims for infringement of any patent rights or copyrights arising out of such selection.
In cases where the Contractor uses a MBE or ESB subcontractor or vendor, it shall indicate the percentage of the invoiced amount that such MBE or ESB subcontractor or vendor performed on the MBE-3 form available on the City’s website. The Contractor shall submit this form directly to the Office of Minority Business Development. The Contractor may contact the City’s Office of Minority Business Development at (804) 646-3985 for questions or clarifications on the reporting policy. At the end of its performance of this Contract, the Contractor shall submit a summary in a format designated by the City of all payments made to MBE or ESB subcontractors or contractors.
The Contractor agrees that the City may make all payments to the Contractor, at the City’s option, of any or all amounts due under this Contract through the Automated Clearing House network.
The personnel designated in the management summary for key positions shall not be changed except with the permission of the City. The City will only approve such change when, in its opinion, the substitute personnel have equal or greater qualifications and experience than those they replace.
The Contractor shall take one of the following actions within seven calendar days after receipt of amounts paid to the Contractor by the City for goods delivered or work performed under the Contract:
The Contractor shall include in each of the Contractor’s subcontracts a provision requiring each subcontractor to include or otherwise be subject to the same payment and interest requirements with respect to each lower-tier subcontractor.
We acknowledge that we have received, reviewed and attached all Addenda in our submission.
Please provide the following information for the main contact for all communication regarding this solicitation:
Name
Title
Phone Number
Email Address
Please provide the following information for the secondary contact for all communication regarding this solicitation:
Name
Title
Phone Number
Email Address
Please upload your completed signature sheet.
Please upload your completed State Corporation Commission Form.
Please upload your completed Consent to Accept Electronic Signatures.
Please upload any and all required forms listed in the solicitation and the corresponding attachments.
Please upload Bid Price Worksheet in Excel format (XLS), if applicable.
Delivery F.O.B: The Bid Price offered for FOB destination, must include only the actual freight rate costs based upon the actual weight of goods to be shipped from the final assembly point.
Required Time for Delivery: Deliveries shall be accepted Monday thru Thursday (excluding City Holidays) between the hours of 10:00 a.m. and 2:00 p.m., Eastern Standard Time. Deliveries are accepted on a first come first serve basis and delivery appointments are not required.
This is to certify that this person/firm/corporation is not now debarred by the Federal Government or by the Commonwealth of Virginia or by any other state, or by any town, city, or county, from submitting Bids, nor are they an agent of any person or entity that is now so debarred.
https://logi.cgieva.com/External/rdPage.aspx?rdReport=Public.Reports.Report9020_Data
Please provide your State Corporation Commission (SCC) Identification Number. If the Firm/Company is not required to have/maintain registration, please provide the reason. If the Firm/Company is in the process of registering with the SCC, please state so.
For more information on registration and requirements, please visit https://www.scc.virginia.gov/.
Trade Secrets or Proprietary information submitted by an Offeror or a Bidder in connection with a procurement transaction shall not be subject to public disclosure under the Virginia Freedom of Information Act; however, the Offeror or bidder or Contractor must invoke the protections of this section prior to or upon submission of data or other materials to be protected and state the reasons why protection is necessary. Price quotations in proposals or bids submitted to the City are not “proprietary” or “confidential”. They are considered public information. Information leading to the decision to award, including prices and other factors, shall be made public. Please clearly list out exactly what sections of your submittal are proprietary. Do Not Mark the Whole Submission Proprietary (bid/proposal).
What is the percentage of minority business enterprise (MBE) and emerging small business (ESB) participation determined for this solicitation? Example: 15%
Example: one (1) year, two (2) years, etc.
This Contract shall commence on the Commencement Date set forth in the Goods and Services Contract and shall expire _________ later, unless terminated earlier in accordance with the provisions of this Contract.
Example: 2 two-year
The City may, at its sole option, renew this Contract for up to ________ renewal terms by furnishing the Contractor with written notice of its decision to renew at least 60 calendar days before the expiration of the then-current term.
Will this contract be available for cooperative procurement?
Please select yes if you want to add more special terms and conditions beyond Cooperative Purchasing, Price Escalation/De-Escalation, or American Rescue Plan Act (ARPA) Provisions. Cooperative Purchasing and Price Escalation/De-Escalation will automatically be included. American Rescue Plan Act (ARPA) Provisions will only be included if the American Rescue Plan Act (ARPA) Funds question is answered Yes.
Refer to SPECIAL TERMS AND CONDITIONS for existing Special Terms and Conditions.
ADD OTHER SPECIAL TERMS AND CONDITIONS AS NEEDED. LEGAL REVIEW MAY BE REQUIRED DEPENDING ON WHAT IS BEING ADDED.
Will this project be funded by American Rescue Plan Act (ARPA) funds?
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.