HomeMy WebLinkAbout4.525 Original Contract
~.'
</. s;;~
p..T:J . POf}l U; ~
PROJECT MANUAL (rt'.6)
CONTRACT DOCUMENTS -#
ORIG'NAL j
for
WATER UTILITY MATERIALS
PURCHASE CONTRACT NO. 06-13
CITY OF PORT ANGELES
WASHINGTON
March 2006
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES
MIKE PUNTENNEY, DEPUTY DIRECTOR OF OPERATIONS
:v;~
William Bloor, City Attorney
Approved by:
--
~". Mike Pun nney, Deputy Director
Water Matenals Purchase Contract 06-13
page 1 of 22
CITY OF PORT ANGELES
WATER UTILITY MATERIALS, PURCHASE CONTRACT NO. 06-13
ADDENDUM NO. 1
TO THE PROJECT MANUAL FOR
WATER UTILITY MATERIALS,
PURCHASE CONTRACT NO. 06-13
NOTICE TO PROSPECTIVE BIDDERS
(April 18, 2006)
The following change is hereby made a part of the Project Manual for the purchase of
Water Utility Materials dated March 2006 as fully and completely as if the same were
fully set forth therein:
In the Instructions for Bidders, General Information section (page 4 of 22), change the
number in the following sentence from 365 to 180:
"For either Schedules A and/or B, offers made in accordance with the Invitation to Bid
shall be good and firm for the period of 365 calendar days after receiving initial order
unless the Bidder specifically limits its offer to a shorter period by written notification on
the bid document."
The purpose of this change is to limit the period that the bidder honors its bid( s) to 180
calendar days.
~.~
GLENN A. CUTLER, P.E.
Director of Public Works & Utilities
There is no change to the Bid Opening Date as a result of this Addendum.
This addendum must be acknowledged in the space provided on the Bid Signature
Sheet (page 19 of 22) in the Project Manual when it is submitted to the City with your
bid. Failure to do so may result in the bid being rejected as being non-responsive.
END OF ADDENDUM
Addendum No. 1
Page 1 of 1
. <
CITY OF PORT ANGELES
INVITATION TO BID
for
Water Utility Materials
Sealed bids will be accepted by the Public Works and Utilities Director until 2:00 PM, Monday, April 24, 2006 and will be
opened and read in the Public Works & Utilities Conference Room, Port Angeles City Hall, 321 East Fifth Street, Port
Angeles, Washington 98362.
Bids will be taken for the following Materials:
Schedule A: Water Meters
Schedule B: Water Pipe and Fittings
Bidders are not required to bid on all schedules. The materials to be bid are fully described in the instructions to bidders
and the bid documents. Bid documents may be obtained at the Public Works and Utilities Department, between the hours
of 8:00am and 4:30pm, City of Port Angeles. 321 East 5th Street, P.O. Box 1150, Port Angeles, Washington 98362, (360)
417-4700. Technical questions regarding thiS bid should be addressed to Bill Beverford, Water/Wastewater Collection
Supenntendent between the hours of 7AM and 3PM at (360) 417-4855.
All bids must be on the form provided and must be accompanied by a bid deposit in the form of a surety bond, postal
money order or cashier's check for a sum of not less than 5% of the amount of the bid. Faxed bids and/or surety bonds
shall not be accepted.
The City of Port Angeles reserves the right to reject any or all bids and to waive Informalities in the bidding process.
Subject to the foregoing, the contract may be awarded to the lowest responsible bidder.
Minority and women owned businesses shall be afforded full opportunity to submit bids In response to thiS invitation, shall
not be dIscriminated against on the grounds of sex, race, color, age, national origin or handicap in consideration of an
award of any contract or subcontract, and shall be actively solicited for participation in thiS project by direct mailing of the
invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to
solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this
project.
Bids must be sealed with the outside of the envelope marked "BID OPENING DATE April 24, 2006, PURCHASE
CONTRACT NO. 06-13" The name and address of the bidder shall also appear on the outside of the envelope Bids
shall be addressed to the Public Works and Utilities Director, P.O. Box 1150, 321 East Fifth Street, Port Angeles,
Washington 98362.
Glenn A. Cutler, Director of Public Works and Utilities.
PUBLISH:
Peninsula Daily News: April 2, 2006
Daily Journal of Commerce: April 3, 2006
Water Materials Purchase Contract 06-13
page 2 of 22
. .
INSTRUCTIONS FOR BIDDERS
Water Utility Materials
BID SUBMITTAL:
All bids must be sealed with the outside of the envelope marked with the words: "BID OPENING
DATE: April 24, 2006, PURCHASE CONTRACT NO. 06-13". The name and address of the bidder
shall also appear on the outside of the envelope. Bids shall be directed to the Director of Public
Works and Utilities, and mailed to P.O. Box 1150, or delivered to 321 East Fifth Street, Port Angeles,
Washington 98362.
It is the intent of the attached specifications to describe the minimum requirements for the materials
requested in sufficient detail to secure bids on comparable materials. All parts included in the bid
shall conform in strength, quality of workmanship and material to that which is usually provided the
trade in general. Any variance from the specifications or standards of quality must be clearly pointed
out in writing by the bidder.
Do not make reference to brochures or supporting literature on the bid sheet. All notations for bid
compliance or exceptions are to be made on the bid sheet or on a plain piece of paper
attached and referenced to the bid item.
Bidders are not required to bid on both schedules and may, therefore, bid on Schedules A, and/or B.
Bidders are required to bid on all items in a given schedule. Failure to do so could be cause for the
bid to be considered non-responsive. The City will evaluate bids for each schedule independently,
without regards to bids on other schedules. The award decision will be based on lowest responsive
bid for each schedule.
If a bidder's corporate policy mandates use of an official quotation form, it may be submitted.
However, the cost data must be duplicated on the City's bid cost data and agreement sheet. The
City's bid sheet must be signed by the bidder or its agent in order for the proposal to be
accepted. If alternate materials are proposed, bidders are required to submit a separate bid sheet
for each unit offered.
All bids must be made on the required bid form in each Schedule, and in cases of errors in the
extension of prices in the bid, the unit prices will govern. All blank spaces for bid prices must be filled
in, with ink or typewritten, and each bid form for which the bidder is providing a bid must be fully
completed and executed when submitted. Only one copy of each complete bid form is required. The
completed bid form(s) must be accompanied by one completed Bid Signature Sheet, one completed
Non-Collusion Affidavit form, and one bid deposit in the form of a cashier's check, postal money
order, or surety bond for a sum of not less than 5% of the amount of the total bid for the Schedule(s)
for which the bidder is providing a bid. Faxed bids and/or surety bonds will not be accepted.
Failure to adhere to instructions may constitute disqualification of proposal.
COMPLIANCE WITH SPECIFICATIONS:
The materials must be in accordance with the specifications. Any variation proposed by the
successful bidder must be approved in writing by the City prior to the change. Such variations,
regardless of whether there is any adjustment in the contract amount, must be confirmed by a fully-
signed change order. Failure to follow this procedure can result in non-acceptance of the materials
by the City.
Water Materials Purchase Contract 06-13
page 3 of 22
. .
Failure on the Contractor's part to comply with any specification herein, once the bid is accepted by
the City, will be grounds for disqualification of the bid and termination of the contract.
All items called for in the specifications, including but not limited to the materials constructed as
shown, and the necessary manuals, must be complied with before the final payment can be
processed. Where the description of an item includes both specifications and a brand name and
number, the specifications shall govern in case of conflict. Brand name and number are for reference
as to the type and quality required and do not preclude offers of a comparable or better product,
provided full specifications and descriptive literature accompany the offer. Failure to include full
descriptive literature may be cause to reject the offer.
The term "approved equal" shall mean that the quality of materials must be equal to the named
reference and receive the approval of the City. The City shall be the sole arbiter in the determination
of equality, and it reserves the right to reject any and all bids, to accept the bid or bids which in its
sole and absolute judgment will, under all circumstances, best serve the interest of the City.
GENERAL INFORMATION:
The City of Port Angeles reserves the right to consider delivery time, to waive any informalities or
minor defects and to reject any and all bids. Any bid may be withdrawn prior to the above scheduled
time for the opening of bids or authorized postponement thereof. Any bid received after the time and
date specified shall not be considered. No Bidder will be permitted to withdraw its proposal between
the closing time for receipt of proposals and the execution of contract, unless the award is delayed for
a period exceeding sixty (60) calendar days. The City of Port Angeles may, at its option, in awarding
this purchase contract, take into consideration the revenue it would receive from purchasing the
materials from a supplier located within its boundaries, in accordance with RCW 39.30.040.
For either Schedules A and/or B, offers made in accordance with the Invitation to Bid shall be good
and firm for the period of 365 calendar days after receiving initial order unless the Bidder specifically
limits its offer to a shorter period by written notification on the bid document. However, bids so
modified may be declared non-responsive. Quantities shown are of total estimated initial quantities to
be ordered. Orders for additional quantities may be placed with successful bidders over a one year
period from the date of award. Prices bid shall be good for all materials ordered during that period.
Payments shall be made monthly for materials received and invoiced.
Should a vendor fail to deliver within the time frame specified for each Schedule (see each
Schedule's bid sheet for the number of days specified), the City may, at its option, deduct from that
vendor's contract payment liquidated damages of twenty-five ($25.00) dollars per day for each day
any shipment is late. This amount is fixed and agreed upon by the successful bidder and the City
because of the impracticability and extreme difficulty in ascertaining the actual damages the City
would sustain in such an event.
Minority and women owned businesses shall be afforded full opportunity to submit bids in response to
this invitation, shall not be discriminated against on the grounds of sex, race, color, age, national
origin or handicap in consideration of an award of any contract or subcontract, and shall be actively
solicited for participation in this project by direct mailing of the invitation to bid to such businesses as
have contacted the City for such notification. Further, all bidders are directed to solicit and consider
minority and women owned businesses as potential subcontractors and material suppliers for this
project.
Signing of the bid sheet by Contractor and subsequent acceptance by the City Council of the lowest
responsible bid will constitute a binding agreement between the City and Contractor. Contractor
Water Materials Purchase Contract 06-13 page 4 of 22
. ,
understands and agrees that no contract payment will be made until the City certifies that all stated
specifications have been complied with and the materials are delivered and accepted by the City.
Bids will be evaluated and submitted to the City Council for acceptance or rejection as soon as
possible after bid opening. All bidders will be notified of results in writing.
Upon award of a contract to the successful bidder(s), the City will send the Contractor duplicate,
complete sets of Contract Documents, which will include the City's Purchase Order Requisition. The
Purchase Order Requisition will include the final agreed upon price and the specific materials being
purchased. The Contractor will then sign the duplicate sets of Contract Documents and return them
for signing by the City. Each party will retain a fully executed set of the Contract Documents.
The invitation to Bid is released by the City of Port Angeles Public Works and Utilities Department,
which shall act as sole point of contact for administration of the bidding. Questions should be
directed in writing to Bill Beverford, Water/Wastewater Collection Superintendent, (360) 417-4855; or
Mike Puntenney, Deputy Director of Operations, (360) 417-4802.
STANDARD TERMS AND CONDITIONS:
THE PURCHASE CONTRACT INCLUDES THE FOLLOWING TERMS AND CONDITIONS AND THE
PUBLISHED RULES, REGULATIONS, AND LAWS OF THE CITY OF PORT ANGELES AND THE
STATE OF WASHINGTON, WHICH ARE HEREBY INCORPORATED BY REFERENCE.
1. CHANGES: No alteration in any of the terms, conditions, delivery price, quality, quantities, or
specification will be effective without written consent of the appropriate representative of the City.
2. HANDLING: No charges will be allowed for handling, including but not limited to packing,
wrapping bags, containers or reels, unless otherwise stated herein.
3. DELIVERY & ACCEPTANCE: For any exception to the delivery date as specified in this Contract,
Contractor shall give prior notification and obtain written approval thereto from the City. Time is of
the essence and the Contract is subject to termination for failure to deliver as specified and/or
appropriate damages. The acceptance by the Purchaser of late performance with or without
objection or reservation shall not waive the right to claim damage for such breach nor constitute a
waiver of the requirements for the timely performance of any obligation remaining to be performed
by Contractor.
The successful bidder shall be responsible for delivery to the City's Corporation Yard, 1703 S. "B"
Street in Port Angeles, Washington 98363, between the hours of 7:00 AM and 1 :30 PM during
the City's normal work day, unless otherwise agreed upon by both parties.
4. DAMAGES FOR DELAY: Delays add cost to the City in the form of time needed for operational
duties, administration and supervision. Because the City finds it impractical to calculate all of the
actual cost of delays, it has adopted the following to calculate liquidated and actual damages for
failure to complete the delivery of the equipment/material on time.
Accordingly, the Contractor agrees to the following:
a. To pay liquidated damages in the amount of $25 for Schedules A or B for each calendar day
beyond the number of calendar days established for physical delivery of the
equipment/material.
Water Materials Purchase Contract 06-13
page 5 of 22
. .
b. To authorize the City to deduct these liquidated and actual damages from any money due or
coming due to the Contractor.
5. PAYMENTS: Invoices will not be processed for payment until receipt of a properly completed
invoice or invoiced items, whichever is later. Payment will be made within 30 days of receipt of
invoice.
6. SHIPPING INSTRUCTIONS: Unless otherwise specified, all goods are to be shipped prepaid,
F.O.B. Destination.
7. REJECTION: All goods or materials purchased herein are subject to approval by the Purchaser.
Any rejection of goods or material resulting because of non-conformity to the terms and
specifications of this Contract, whether held by the Purchaser or returned, will be at Contractor's
risk and expense.
8. IDENTIFICATION: All invoices, packing lists, packages, shipping notices, instruction manuals,
and other written documents affecting this Contract shall contain the applicable purchase contract
number.
9. INFRINGEMENTS: Contractor agrees to protect and hold harmless the Purchaser against all
claims, suits or proceedings for patent, trademark, copyright or franchise infringement arising from
the purchase, installation, or use of goods and materials ordered, and to assume all expenses and
damages arising from such claims, suite or proceedings.
10. WARRANTIES: Contractor warrants that articles supplied under this Contract conform to
specifications herein and are fit for the purpose for which such goods are ordinarily employed,
except that if a particular purpose is stated, the material must then be fit for that particular purpose.
11. ASSIGNMENTS: The provisions or moneys due under this Contract shall only be assignable with
prior written consent of the Purchaser.
12. TAXES: Unless otherwise indicated the Purchaser agrees to pay all State of Washington sales or
use tax. No charge by Contractor shall be made for federal excise taxes, and the Purchaser
agrees to furnish Contractor, upon acceptance of articles supplied under this Contract with an
exemption certificate.
13. LIENS, CLAIMS AND ENCUMBRANCES: Contractor warrants and represents that all the goods
and materials ordered herein are free and clear of all liens, claims, or encumbrances of any kind.
14. RISK OF LOSS: Regardless of FOB point, Contractor agrees to bear all risks of loss, injury or
destruction of goods and materials ordered herein which occur prior to acceptance of the material
by the purchaser. Such loss, injury or destruction shall not release Contractor from any obligation
hereunder.
15. HOLD HARMLESS: Contractor shall protect, indemnify, and hold the Purchaser harmless from
and against any damage, cost or liability for any injuries to persons or property arising from acts or
omissions of Contractor, its employees, agents or subcontractors howsoever caused.
16. LABOR AND INDUSTRIES: Contractor is required to the extent applicable, to procure Labor and
Industries permits LI 700-7 and LI 700-29 and abide by the requirements thereof. Copies
Water Materials Purchase Contract 06-13
page 6 of 22
of "Statement of Intent to Pay Prevailing Wages" and "Affidavit of Wages Paid" shall be submitted
to the City Clerk and Department of Labor and Industries.
17. ANTI-TRUST: Contractor and the Purchaser recognize that in actual economic practice
overcharges resulting from anti-trust violations are in fact borne by the Purchaser. Therefore,
Contractor hereby assigns to the Purchaser any and all claims for such overcharges.
18. DEFAULT: Contractor shall be liable for damages suffered by the Purchaser resulting from
Contractor's breach of Contract. The Contractor covenants and agrees that in the event suit is
instituted by the Purchaser for any default on the part of the Contractor, and the Contractor is
adjudged by a court of competent jurisdiction to be in default, Contractor shall pay to the Purchaser
all costs, expended or incurred by the Purchaser in connection therewith, and reasonable
attorney's fees. The Contractor agrees that the Superior Court of the State of Washington shall
have jurisdiction over any such suit, and that venue shall be laid in Clallam County.
19. BRANDS: When a special brand is named it shall be construed solely for the purpose of
indicating the standards of quality, performance, or use desired. Brands of equal quality,
performance, and use shall be considered, provided the bidder specifies the brand and model and
submits descriptive literature when available. Any bid containing a brand which is not of equal
quality, performance, or use specified must be represented as an alternate and not as an equal,
and failure to do so shall be sufficient reason to disregard the bid.
20. SAFETY: The materials shall completely comply with all State and Federal laws, rules,
regulations and codes in effect at the time of delivery.
21. ACCEPTANCE: CONTRACTOR ACCEPTS ALL OF THE TERMS AND CONDITIONS SET
FORTH. FORMAL OBJECTION IS HEREBY MADE BY THE PURCHASER TO ANY ADDITIONAL
OR DIFFERENT TERMS PROPOSED BY VENDOR CONTRACTOR AS A CONDITION OF
ACCEPTANCE OR DELIVERY.
Water Matenals Purchase Contract 06-13
page 7 of 22
PURCHASE CONTRACT
THIS AGREEMENT is made and entered into this &L~ay of '1Y\/}~ /' ,2006,
between the City of Port Angeles (hereinafter called the "Purchaser") and ~ Company, Inc.
(hereinafter called the "Contractor", "Vendor", or "Bidder").
WITNESSETH: That the Purchaser and the Contractor, in consideration of the
performance of the terms and conditions hereinafter mentioned, agree as follows:
ARTICLE I
CONTRACT DOCUMENTS
The complete contract includes the Invitation to Bid, the Instructions to Bidders, the Bid, the
Specifications, the Standard Terms and Conditions, the Purchase Order Requisition, and the
Purchase Contract. The foregoing documents shall hereinafter be called "Contract Documents" or
"Contract". All obligations of the Purchaser and the Contractor are fully set forth and described
herein.
In the event of a discrepancy between any of the Contract Documents, as above defined, the
Purchaser shall give a written interpretation thereof, which interpretation shall govern.
ARTICLE II
CONTRACT COST
The Contractor agrees to sell and deliver to the Purchaser, at the delivery point specified in the
Instructions to Bidders, and the Purchaser agrees to purchase and receive from Contractor the
equipment as described and set forth, and for the price(s) stated, in the Contract Documents,
Schedule B and the provisions of the Contractor's bid attached and made a part hereof.
ARTICLE III
ASSIGNMENT
The Contractor shall not assign any of its responsibility under this Contract without the express
written consent of the Purchaser.
ARTICLE IV
APPLICABLE LAW AND VENUE
This Contract shall be governed by, and construed in accordance with, the applicable laws of
the State of Washington. Any legal proceedings to determine the rights and obligations of the parties
hereunder shall be brought and heard in Clallam County Superior Court.
ARTICLE V
NONDISCRIMINATION
During the performance of this Contract, the parties shall conduct their business in a manner
which assures fair, equal and nondiscriminatory treatment of all persons, without respect to race,
creed, color, sex, Vietnam era veteran status, disabled veteran condition, physical or mental
handicap, or national origin, and, in particular:
Water Matenals Purchase Contract 06-13
page 8 of 22
1. The parties will maintain open hiring and employment practices and will welcome
applications for employment in all positions from qualified individuals who are
members of the above stated minorities.
2. The parties will comply strictly with all requirements of applicable federal, state or
local laws or regulations issued pursuant thereto, relating to the establishment of
nondiscriminatory requirements in hiring an employment practices and assuring
the service of all patrons and customers without discrimination with respect to the
above-stated minority status.
ARTICLE VI
TERMINATION OF CONTRACT
In the event that any of the provisions of this Contract are violated by the Contractor or the
Contractor's subcontractors, the Purchaser may serve written notice of intention to terminate such
Contract upon the Contractor, which notice shall specify the reasons therefore. Unless within thirty
(30) days after serving such notice upon the Contractor such violation shall cease and an
arrangement for the correction thereof satisfactory to the Purchaser be made, the Contract shall,
upon the expiration of the said thirty (30) days, cease and terminate. In the event of any such
terminat.ion, the Purchaser may purchase the materials necessary for complete performance of this
Contract, and the Contractor shall be liable to the Purchaser for any excess cost thereby.
ARTICLE VII
SEVERABILITY
If any term or condition of this Contract or the application thereof to any person(s) or
circumstances is held invalid, such invalidity shall not affect other terms, conditions, or applications
which can be given effect without the invalid term, condition, or application. To this end the terms and
conditions of this Contract are declared severable.
ARTICLE VIII
WAIVER
Waiver of any breach of any term or condition of this Contract shall not be deemed a waiver of
any prior or subsequent breach, no term or condition of this Contract shall be held to be waived,
modified, or deleted except by a written instrument signed by the parties hereto.
Water Materials Purchase Contract 06-13
page 9 of 22
H 0 R COMPANY, INC.
By: .. ~\2AI..l\" D uK!"
Title: E ~-r.I::fV\+\"U- - W~~J^Li2Jt..<;..
Dated: 5 - 2 y- 010
ATTEST:
Dated S'" d'-Cit;
v~s~
William Bloor, City Attorney
ATTEST:
\ tar: r
Water Matenals Purchase Contract 06-13
page 10 of 22
BID NO. 06-13
Water Utility Materials
SCHEDULE A
GENERAL DESCRIPTION:
Water Meters
SPECIFICATIONS: Cold Water Meters - Displacement type with magnetic drive. See "Water
Meter Specifications" on pages 12 and 13.
DATE DELIVERY REQUIRED: Maximum of 30 days from receipt of purchase order.
ITEM # City PART QUANTITY DESCRIPTION UNIT PRICE TOTAL PRICE
NUMBER Estimated for
This Year
1. 659-023-00003 200 5/8" x 3/4" S.R. Water f\\O {\:rD
Meter
2. 659-023-00005 10 1" S.R. Water Meter I\\n ()rO
3. 659-023-00004 16 3/4" x 3/4" S.R. Water tJO
Meter &:0)
4. 659-023-00010 2 3" Turbine Fire Hydrant
Meter (Example: Hersey
Model-HM*). No B~o
5. NA 1 (**) 4" x 2" Fire Line Meter NO B:L9
SUBTOTAL ,RJ
WASHINGTON STATE g
SALES TAX at 8.3%
TOTAL SCHEDULE A No B:r9
(*) Example: Hersey Model
(**) Example: Hersey Model MFM II (4" with 2" compound on the bypass, operating range 2.1000 GPM, Max. Intermittent Flow 1250 GPM-
Fireline or Detector Meter)
Specifications for Schedule A on pages 12-13
Water Materials Purchase Contract 06-13
page 11 of 22
WATER METER SPECIFICATIONS
COLD WATER METERS - DISPLACEMENT TYPE
WITH MAGNETIC DRIVE
5/8" - 2" SIZE
TYPE: Magnetic Drive, Sealed Register, Positive Displacement oscillating Piston or Disc Chamber Type Cold
Water Meters.
Compound meters shall be of the single or dual register compound type which totals the output from two
(2) interacting measuring chambers. One chamber shall be of the turbine type for measuring high flows; the
other a displacement chamber of the oscillating piston type for measuring low flows. An automatic valve
mechanism shall direct the flows through the chambers so as to have them function within their normal
designed limits. All flows shall first pass through the turbine chamber prior to passing through the oscillating
piston measuring chamber so as to ensure continuous registration during low flow to high flow measurement.
SIZE: Must conform to American Water Works Standard C-700 and C-702/708 for compound meters as most
recently revised.
CASES: All meters shall have a non-corrosive Water Works bronze outer case with a separate measuring
chamber which can be easily removed from the case. All meters shall have cast on them, in raised characters,
the size and direction of flow through the meters. Cast iron frost bottoms shall be provided on 5/8", 3/4" and
1". 1-1/2" and 2" meters shall be the split case type with bronze lower and plastic upper shell assemblies with
tempered glass lens. All main cases shall be guaranteed against defects in materials and workmanship for
twenty-five (25) years from date of shipment.
COMPOUND CASES: Compound main cases shall be constructed of water works bronze, and in no instance
shall repaired casings be acceptable. The main cases shall be so constructed as to contain both the turbine
and oscillating piston measuring chambers as separate units. Both measuring chambers must be accessible
by removal of a single upper shell assembly. The oscillating piston measuring chamber operation shall not be
inhibited by the operation of an external valve. Access to both measuring chambers shall be obtainable
without disturbing the main cases as set in the pipeline. All sizes of meters shall include flanged ends. The
main cases shall be fitted with drain plugs on both the upstream and downstream side of the valve mechanism.
A test plug of adequate size must be accessible from the top so as to allow testing in pit settings and confined
areas.
EXTERNAL BOLTS AND WASHERS: All external bolts and washers shall be of corrosion-resistant material
and be easily removed from the main cases.
REGISTERS - HERMETICALLY SEALED: The register must be of the straight-reading type and have a large
test or sweep hand. It shall read in cubic feet of volume. All reduction gearing shall be contained in a
permanently hermetically sealed, tamper proof enclosure made from a corrosion-resistant material and will be
secured to the upper main cases by a tamper proof seal pin so the register cannot be removed externally. The
sealed register shall be guaranteed against defects in materials and workmanship for twenty-five (25) years
from date of shipment.
MEASURING CHAMBER: The measuring chamber shall be of Water Works bronze or a suitable synthetic
polymer and shall not be cast as part of the main cases. All piston or disc assemblies shall be interchangeable
in all measuring chamber assemblies of the same size. The chamber's division plate shall be stainless steel
with a bonded rubber coating. The chamber's bottom plate shall be held in place without the use of fasteners.
MAGNETIC COUPLING: There shall be no stuffing box. The motion of the piston or disc will be transmitted to
the sealed register through the use of a direct magnetic drive without any intermediate mechanical coupling.
STRAINER: All meters shall be provided with a corrosion-resistant strainer which is easily removable from the
meter without the meter itself being disconnected from the pipeline.
Water Materials Purchase Contract 06-13
page 12 of 22
. .
CHANGE GEARS: Change gears will not be allowed to calibrate the meters. All registers of a particular
registration and meter size shall be identical and completely interchangeable.
ACCURACY AND HEAD LOSS TESTS: Meters shall conform to current AWWA test flow and accuracy
standards.
PRESSURE CAPABILITY: Meters shall operate up to a working pressure of 150 pounds per square inch,
without leakage or damage to any parts. The accuracy shall be not affected when operating at this pressure
due to possible distortion.
GUARANTEE: Quotations shall be accepted only from those companies who are actively engaged in the
manufacturing of all parts for their meter in the United States of America and who have a minimum of ten years
of satisfactory operating experience with their meter. All meters will be guaranteed against defects in materials
and workmanship for a period of one (1) year from date of shipment. In addition, the manufacturer must
provide a meter maintenance plan in writing and submit a program to guarantee meter performance for fifteen
(15) years or 1,500,000 gallons in the case of 5/8" meters. Equivalent programs must also be provided in 3/4"
and 1" meters.
Water Materials Purchase Contract 06-13
page 13 of 22
BID NO. 06-13
Water Utility Materials
Schedule B
GENERAL DESCRIPTION:
Water Pipe and Fittings
SPECIFICATIONS: See 'Water Pipe and Fittings" Specifications on page 18
Item numbers marked with asterisk (*)-NO SUBSTITUTION
DATE DELIVERY REQUIRED: Maximum of 30 days from receipt of purchase order.
ITEM # City QUANTITY DESCRIPTION UNIT PRICE TOTAL PRICE
PART Estimated for
NUMBER this vear
Group No.1 - Valves with bolts and gaskets (resilient seat)
1. 670-076-00001 5 2" TH. X TH. Gate Valve Resilient "2-0
Seated I LiCj . oY lLf5.
Non-rising Stem
2. 670-076-00007 4 6" FL x FL Resilient Wedge Gate 33'1.2b I. 357. o~
Valve
3. 670-076-00008 5 6" FL x MJ ResIlient Wedge Gate 3~L./. l~ \, blO. <=is
Valve
Group No.2 - Couplings and Repair Bands
4. 659-033-00003 10 2" Coupling (Example: ROMAC 00
501 w/D.1. Center Ring - 2.35 - 18.40 184.
2.65 x 5")
5. 659-033-00004 10 2" Trans. Coupling (Example:
ROMAC 501 w/D.1. Center Ring, IB.40 18L.\. ,cP
2.35 - 2.65 x 2.50 - 3.00 x 5")
6. 659-033-00018 4 20" Couplings (Example: Romac L LiS\. 28
501 wlD.1. Center Ring, 21.35- 3(02 . ez..
21.75)
7. 659-033-00019 4 24" Couplings (Example: Romac bl!.12 24b5.loO
501 w/D.1. Center Rings, 25.30 -
25.80)
8.(*) 659-033-00022 4 12" Coupling-Romac XR501- 156. 8b b21. l.{t.f
12.70 -14.41
9. (*) 659-033-00023 2 4" Coupling-Romac XR501- 4.50 b'L. 51 125. 14
-5.60
10. (*) 659-033-00024 4 6" Coupling-Romac XR501 - 6.60 88.G1 355. 8B
-7.60
11. (*) 659-033-00025 4 8" Coupling-Romac XR501 - 8.60 \OL-\. 4fo l-/ 11 . caLf
-9.75
12. 670-052-00002 25 2" C.!. Repair Clamp (Example: 2.1. 31 53LJ. 2..$
Romac #5S1-2 63 x 6")
13. 670-052-00003 10 2" C.I. Repair Clamp (Example: 2..9. 13 29 {. '50
Romac #5S1-2.63 x 8"
14. 670-052-00004 4 2" C.I. Repair Clamp (Example: yO. 5'1 Ib'L. tb
Romac #5S1-2.63 x 10'
15. 670-052-00006 5 2 1/4" Repair Clamp 2.CJ. /3 IY5. bS
(Examole Romac SS1-2.87 x 8")
Water Materials Purchase Contract 06-13 page 14 of 22
"
ITEM # City QUANTITY DESCRIPTION UNIT PRICE TOTAL PRICE
PART Estimated for
NUMBER this vear
16. 670-052-00009 3 4" Repair Clamp (Example Romac 35. ~b 107. 58
SS1-4.75 - 5.14 x 8")
17. 670-052-00010 4 4" Repair Clamp (Example Romac 5(:,. '51 2210. z.B
SS2-4.47-5.27 x 8")
18. 670-052-00020 3 14" Repair Clamp (Example 268.89 806. "'7
Romac SS2 15.95-16.75 x 16"
19. 670-052-00020 3 16" Repair Clamp (Example 350. 6<:"[ /, 052 . (Jl
Romac SS3-17.10-18.30 x 16")
Group No.3 - Pipe and Nipples
20. 658022 00010 100' 2" Red Brass Pipe 2.1 . 12. c:x.:>
Z.I12...
Schedule #40
21. 658060-00001 1000' 2" PVC Pipe Schedule #80 .88 880.ca
(solvent-weld)
'-10. (!.c;o
22.(*) 658-058-00001 500' 314" P.E. Tubing CTS Eagle Pure .15
Core (BLUE) Class 200
23.(*) 658-058-00002 1000' 1" P.E. Tubing CTS Eagle Pure 310. csb
Core (BLUE) <~\
Class 200
24. 658-022-00001 100 314" Brass Close Niooles 1.01. { 02.. . {)O
25. 658-022-00003 100 1" Brass Close Nipples '.50 I 50. ..'"
Group No.4 - Fittings PVC Sch. #80
26. 659-027-00001 2" PVC Glue Cap Schedule #80 b.6~ 30. 1$
5
27. NA 5 2" PVC Tee ~. .,0 LIB. 50
Schedule #80
28. 659-017-00010 10 2" PVC 900 Bend-SlipxSlip 2. 1~ '1-7. :30
Schedule #80
Group No.5 - Miscellaneous
29. NA 250 Meter Gasket. 3/4" Rubber "5 31. 50
30. NA 250 Meter Gasket, 1" Rubber ' ifo 40.00
J.34 hI. OC
31. NA 50 Meter Gasket, 1 1/2" Rubber
32. NA 50 Teflon Taoe V," Roll . 1-/ I ,/-0. 50
33. NA 25 Outside Diameter (Pi)Tape
Measure (6' Long x 114" Wide one 112. . SO
side graduated in 16ths of an inch, L/, 50
other side graduated in 100ths on
an inch.)
Group No.6 - Service Material
34. 659-004-00002 100 Insert Stiffeners 314" for P .E. .81- 81. c:U
Tubing (Ford 50 Series-insert 51)
35. 659-004-00003 200 Insert Stiffeners 1" for P.E. .81 ll~.Cla
Tubing(Ford 50 Series-insert 52)
36. 659-004-00004 25 3/4" Brass F.I.P.TH. X slip IP I. '1'-' y,\ " S
tubing size
37. 659-004-00005 25 314" Brass M.I.P.TH. X slip IP I. "3 L\~. 2..S
tubing size
38. 659-004-00006 25 1" Brass M.I.P.TH. X slip IP tubing 2-. 3Y Sfl. SCl
size
39. 659-005-00002 200 Stainless Steel Clamps (V," - 1 liD. "y
1 14") ,S~
Water Materials Purchase Contract 06-13
page 15 of 22
ITEM # City QUANTITY DESCRIPTION UNIT PRICE TOTAL PRICE
PART Estimated for
NUMBER this year
40.(*) 659-006-00001 50 3/4" Muller Brass F.!.P.TH. x 8. 10'3 Y3t.f. 00
Insta-tite ADPT.-CTS
41. 659-006-00005 50 3/4" M.I.P.TH. Brass Compression US. ~
Adpt. CTS 5.30
42. 659-006-00007 25 3/4" FE.I.P.TH Brass Compression 5.51 139. 2..5
Adpt. CTS
43. 659-006-00009 50 1" M.I.P.TH. Brass Compression 6. 2.8 3/4. <<U
Adpt. CTS
44. 659-006-00010 50 1" F.I.P.TH. Brass Compression 7. Sb cP
Adot. CTS 318
45.(*) 659-006-00011 50 3/4" Muller Brass M.!.P. TH. x 8. (2- 11~ .00
Insta-tite ADPT.-CTS
46.(*) 659-006-00012 75 1" Muller Brass M.!.P.TH. x Insta- Cf. 100 120. a.l:o
tite ADPT.-CTS
47.(*) 659-006-00013 75 1" Muller Brass F.!.P. TH. x Insta- 12..44 93:). (JV
tite ADPT.-CTS
48. 659-007-00004 50 1" Ball Corp. Stop (Example: Ford le1. E>S 911- <;0
# FB500-4)
49. 659-007-00007 5 2" Corp. Stop (Example Ford # 12.. o~ 3bO. '10
FB500-7)
50. 659-008-00002 100 5/8"x3/4"x1" Brass Meter Adapter ~.1~ ~18.~
(Example Ford # A24)
2. ?>4 J /1. "'"
51. 659-017-00003 50 1" Brass 90 Degree Bend
52. 659-017-00009 10 2" Brass 90 Deoree Bend 7.51 15.10
53. 659-017-00002 25 3/4 " Brass Street Ell I.'n Y'l.2.S
54 659-017-00019 10 1" Brass 45 Degree Bend 2.15 21- go
55. 659-017-00032 10 2" Brass Street Ell ~.4'?> "I '-(. 30
56. 659-018-00002 50 3/4" Angle Ball Meter Valve for 3/4"
service line(Example: Ford-BA13- 24.39 I. 2J~. 5<:::.
332W)
57. 659-018-00004 4 1 1/2" Angle Ball Meter Valve 72. qz. 2-'11. "'~
(Example' McDonald 3131B)
58.(*) 659-021-00006 100 1" X 12" Meter Setter Ford 70 81.1.'\ 8124. u::>
Series/Coppersetter-VH-74-12W-
11-44
59. 659-020-00003 10 3/4" x 12" Resetter w/check Valve 51.2-S 511- .50
(Example Ford VH32-12-W)
60. 659-024-00005 6 2" x 1 1/2" 2..8'b 11. {'o
Brass Bushmo
61. 659-024-00009 10 2" x 1" L../. S( 48. (0
Brass Bushing
62.(*) 659-037-00009 5 Traffic Meter Box With Ductile 126.45 634. 15
Iron Lid Mid-5tates Plastic
MSBCF1730-18XL
63.(*) 659-037-00007 50 Traffic Meter Box With Ductile b<6.03 3'-101. so
Iron Lid Mid-States Plastic-
MSBCF1324-12
64. 659-073-00004 150 2" x 1" IPTH Service Saddle With u;..
straps, nuts & washers(Example: 13.2?- 19~3.
Romac 101S - 2 50 x 1" IP)
Water Materials Purchase Contract 06-13
page 16 of 22
ITEM # City QUANTITY DESCRIPTION UNIT PRICE TOTAL PRICE
PART Estimated for
NUMBER this year
659-073-00020 2 12" x 1" I.P.TH. Service Saddle
65. with straps, nuts & washers ~ 5.!.b 44
(Example: Romac 101S -14.38 x 51.
1"IP)
66. 659-085-00002 5 1" Brass Tee 3. do /5.30
67. 659-085-00006 5 2" Brass Tee 'i. 1:.7 y~. 3S,
68. 659-086-00007 3 8" x 6" Stainless Steel Tapping 134 . l'} (02. 57
Sleeve- 9.05-9.45 x 6" 0.1. FL
69. 659-086-00005 3 6" x 6" Stainless Steel Tapping 21./7. o~ 1L.J1. 2.1
Sleeve-7.10-7.750 x 6" 0.1. FL.
70. 659-086-00004 3 6" x 6" Stainless Steel Tapping 2 Lf 1. c.9 141. 2..1
Sleeve-6.90-7.30 x 6" 0.1. FL.
71. 659-038-00002 50 8" Valve Box Top w/Lug Type H/-/2 ~1.L <:)0 .
Cover (Water) 940 Seattle
72. 659-038-00003 50 18" Valve Box Top w/Lug Type 2.~. (:,3 1.1<6\. 50
Cover (Water) 940 Seattle
73. 659-038-00004 75 Valve Box Insert-6" Riser w/Lug 2 L.{ . 1q 185'1. '2..5
Tvpe Cover (Water) 940 Seattle
74. 659-038-00005 100 Valve Box Bases-Deep Well (8 %") ~
x 24" Length 15.31 1.531.
75. 659-038-00006 10 Valve Box Bottom (Double Hub L.f9.09 490. 'lO
Soil Pipe)
76. NA 100 5" Storz Nozzle x 4" PCT eN
Connection With Cap & Cable 1\1, ')5 \\,135.
(4 828 x 6)
SUBTOTAL . ~ 5"Q.1'iJ,S2
WASHINGTON STATE 4. ~75?'
SALES TAX at 8.3%
TOTAL SCHEDULE "B" bLj {fig. 83
Water Materials Purchase Contract 06-13
page 17 of 22
"
SPECIFICATIONS FOR
WATER PIPE and FITTINGS
ITEMS 1 through 3, GROUP 1, shall be in compliance with AWWA C500, with bolts and gaskets.
ITEMS 4 through 19, GROUP 2, Manufacturer's numbers are provided as an indicator of material, size, and
quality desired and are not to be considered as to prohibit bidding of a comparable product. Vendor shall
provide catalog cuts if the product bid is different than the specified referenced product.
ITEMS 20 through 28, GROUPS 3 and 4, shall be in compliance with applicable AWWA/ANSI standards.
ITEMS 29 through 76, GROUPS 5 & 6, Manufacturer's numbers are provided as an indicator of the material,
size and quality desired and are not to be considered as to prohibit bidding of a comparable product. Vendor
shall provide catalog cuts if the product bid is different than the specified product. Exceptions to this are any
Item number marked with an asterisk (*)-NO SUBSTITUTION ON THESE ITEMS.
Water Materials Purchase Contract 06-13
page 18 of 22
City of Port Angeles
Bid No. 06-13
WATER UTILITY MATERIALS
BID SIGNATURE SHEET
(BID SUMMARY and SIGNATURES)
Schedule(s) being bid:
Schedule A
GS~hedule B)
Will you sell additional units to the City of Port Angeles at the bid price until further notice?
~Yes 0 No
Will you sell additional units to other government agencies within the State of Washington at the bid
price, terms and conditions until further notice? (The City of Port Angeles accepts no responsibility
for the payment of the purchase price by other government agencies.) 0 Yes ~ No
ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received Addenda
No(s). I to this project manual.
The undersigned hereby accepts the terms and conditions as set forth herein. This bid submittal
sheet must be signed and dated by the bidder or a representative legally authorized to bind
the bidder.
FULL LEGAL NAME OF BIDDER-1-\ 0 ~\lJLER. CO. INc...
TYPE OF BUSINESS: ~ Corporation 0 Partnership (general) 0 Partnership (limited)
o Sole Proprietorship 0 Limited Liability Company
ADDRESS Ll590 STPr'rE H w y 3
CITY/STATE/ZIP 5~i"\ER.1'bN ltJA
PHONE 3"0' 311- Lj sol
NAME (PLEASE PRINT) F~AN~ DuKE
TITLE E~TIMATo\~
~-
S.
<1&312-
FAX 360 - 377- LiS/b
DATE
4- 2.0- 0 b
SIGNED
Water Matenals Purchase Contract 06-13
page 19 of 22
"
NON-COLLUSION AFFIDA vir
STATE OF WASHINGTON
COUNTY OF}: ;kp.
)
)
)
The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine
and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named;
and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder
on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from
bidding; and that said bidder has not in any manner sought by collusion to secure to him/her self an
advantage over any other bidder or bidders.
~~
Signature of Bidder/Contractor
Subscribed and sworn to before me this 2d'\ay of
A '\
f"
,20~.
\""""'"
,,\ S\MJl.,fO",
,':-v ..... ;..z,',
.:- ^,~..s~\ON [;p".. Q\ ~
~.....,..~ ~. ~
.... ~ .~ ~..-
~ i8~01I\RY : *;
= *. PU\3l\C, : ::
~ -.. 8-"~~
~ 0'. J'~Pr 'l.G.. !2:5 ~
~ ?t,i.....l.9.,...~~~
"'1, ( OF wt>.s~""
111,,",,\\\
~~ 5~~_~
Notary Public in and for the
State of Washington.
Residing at ""~ .! =~". /0' Po.+ O.d-...". .I,"""
My Comm. Exp.: C? 0 q
Water Materials Purchase Contract 06-13
page 20 of 22
,,.
r
Document A31 0
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we H. D. Fowler Company, Inc. as Principal,
hereinafter called the Principal, and Insurance Company of the West a corporation duly
organized under the laws of the State of California as Surety, hereinafter called the Surety, are
held and firmly bound unto City of Port Angeles as Obligee, hereinafter called the Obligee, in
the sum of Five Percent (5%) of the Total Amount Bid----- Dollars ($ ), for the payment
of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves,
our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these
presents.
WHEREAS, the Principal has submitted a bid for Purchase Contract #06-13 Water Utility
Materials
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall
enter into a Contract with the Obligee in accordance with the terms of such bid, and give such
bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient
surety for the faithful performance of such Contract and for the prompt payment of labor and
material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter
such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the differe.n~e
not to exceed the penalty hereof between the amount specified in said bid and such larger amount
for which the Obligee may in good faith contract with another party to perform the Work cpvered
by said bid, then this obligation shall be null and void,' otherwise to remain in fulf force and
effect.
Signed and sealed this 24th day of April, 2006.
""'\~\\\\II
,.... ",., f ,7) C' 'I
... 0."'.----. I
-..... If.; ""'\\\\'" 0 "
- "...' ." . /. I
=,... .-.... ~?OJ:'l. ", "'k ~
- O"o:!: 0"'" ."Y;.. " 0 .-
H F I C _..c- (j ~ ~ "
. D. ow er ompa~y, Ifc's:r: AI r ~
,/ I L ____ _
~(Pr&}ci ,,4'1 == =
, " ,~.......... -
I. "...-
I ." ,\\\,\,\,,,,, o~.... --
~,~..lr~"""..:r .....
;.s.- -"III"~" ...'
It" ., '\ ,...,.,,-,
~.~
l>$lJ() p;;v-r-
;I}Jr..D
Insurance Company of the West
(Witness)
PrInted In cooperatIOn With the AmerIcan Institute of Architects (AlA) by Insurance Company of the West Insurance Company of the
West vouches that the language In the document conforms exactly to the language used In AlA Document A310 * BID BOND *
February 1970 ED
No. 0004612
ICW GROUP
Power of Attorney
Insurance Company ofthe West
Explorer Insurance Company Independence Casualty and Surety Company
KNOW ALL MEN BY THESE PRESENTS That Insurance Company of the West, a CorporatIOn duly organized under the laws of the State of California,
Explorer Insurance Company, a CorporatIOn duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a
CorporatIOn duly organized under the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appomt
CURTIS DYCKMAN, MICHAEL R. HIGHSMITH, ELIZABETH A. WHITT, SUSAN J. HUDSON,
MARIE POULIN, GUIDA MCCLAIN
INSURANCE COMPANY OF THE WEST
EXPLORER INSURANCE COMPANY
INDEPENDENCE CASUALTY AND SURETY
COMPANY
d~0?g~
Jeffrey D Sweeney, AsSiStant Secretary
John L Hannum, Executive Vice PreSident
State of California
County of San Diego
On November 1,2005, before me, FranCIS Fafaul, Notary Public, personally appeared John L Hannum and Jeffrey D Sweeney, personally known to
me to be the persons whose names are subscnbed to the wlthm mstrument, and acknowledged to me that they executed the same m their authonzed capaCIties, and
that by their Signatures on the mstrument, the entity upon behalf of which the persons acted, executed the mstrument
Witness my hand and offiCial seal
} ss
I (1- FRANCIS FAF~L I
... COMM. #141.1l94NIA B
(.) NOTARY PUBlIC.c.-vR
. ... SAN DIEGO COUNTY
~ ", .' My ColTlf'tliStlon expires I
~ . *" .:.::..::: FEBRUARV 23. 2008
~
FranCIS Fafaul, Notary Public
RESOLUTIONS
ThiS Power of Attorney IS granted and IS Signed, sealed and notanzed With facsimile signatures and seals under authonty of the followmg resolutIOns adopted by
the respective Boards of Directors of each of the Companies
"RESOLVED That the PreSident, an Executive or SeDlor VICe PreSident of the Company, together With the Secretary or any AsSistant
Secretary, are hereby authonzed to execute Powers of Attorney appomtmg the person(s) named as Attorney(s)-m-Fact to date, execute, Sign,
seal, and deliver on behalf of the Company, fidehty and surety bonds, undertakmgs, and other Similar contracts at ,uretysiup, and an)' related
documents
RESOLVED FURTHER That the signatures of the officers makmg the appomtnJent, and the signature of any officer certlfymg the validity
and current status of the appomtnJent, may be facsimile representations of those Signatures, and the signature and seal of any notary, and the
seal of the Company, may be facsimile representatIOns of those Signatures and seals, and such facsimile representatIOns shall have the same
force and effect as If manually affixed The facsimile representatIons referred to herem may be affixed by stampmg, pnntmg, typmg, or
photocopymg "
CERTIFICATE
I, the undersigned, Assistant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do
hereby certify that the foregoing Power of Attorney IS m full force and effect, and has not been revoked, and that the above resolutIOns were duly adopted by the
respectIve Boards of Directors of the Companies, and are now m full force
IN WITNESS WHEREOF, I have set my hand thiS 24th day of April 2006
J~~~~
G
Jeffrey D. Sweeney, AsSiStant Secretary
To verify the authentIcity of thiS Power of Attorney you may call 1-800-877-1111 and ask for the Surety DIVISIOn Please refer to the Power of Attorney Number,
the above named mdlvldual(s) and details of the bond to which the power IS attached For mformatlOn or filmg claims, please contact Surety Claims, ICW Group,
11455 El Cammo Real, San Diego, CA 92130-2045 or call (858) 350-2400
"
BIDDER'S CHECKLIST
1, Has a bid bond or certified check been enclosed with your bid?
2. Is the amount of the bid guaranty at least five percent (5%) of the amount of the bid?
3. Has the Bid Signature Sheet been properly signed, and corporate seal affixed, if applicable?
4. Have all Addenda, if any, been acknowledged on the Bid Submittal Sheet?
5. Has the Non-Collusion Affidavit been properly executed?
6. Have you bid on all items on each of the schedules you have included in your proposal?
7. Do the written amounts of the proposal agree with the amounts in figures? Do the amounts on
individual schedules agree with the bid summary figures?
Water Materials Purchase Contract 06-13
page 22 of 22