HomeMy WebLinkAbout4.495 Original Contract
"
~~fFt Me1i~~
PROJECT MANUAL
CONTRACT DOCUMENTS
for
WATER UTILITY MATERIALS
PURCHASE CONTRACT NO. 05-10
CITY OF PORT ANGELES
WASHINGTON
April 21, 2005
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES
MIKE PUNTENNEY, DEPUTY DIRECTOR OF OPERATIONS
'~
~
CITY OF PORT ANGELES
INVITATION TO BID
for
Water Utility Materials
Sealed bids will be received by the Public Works and Utilities Director until 2:00 PM, Tuesday,
May 10, 2005, and at 2:01 PM on May 10 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
Schedule C: Water and Sewer Pipe and Fittings for Possible Purchase (See General
Information section of Bid Documents for more information)
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, from April 20 to May 10, between the hours of 8:00am and
4:30pm, City of Port Angeles, 321 East 5th Street, PO Box 1150, Port Angeles, Washington
98362, (360) 417-4800. Technical questions regarding this bid should be addressed in writing
to Bill Beverford, Water/Wastewater Collection Superintendent 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 will not be accepted.
The contract may be awarded to the lowest responsible bidder. The City of Port Angeles reserves
the right to reject any or all bids and to waive informalities in the bidding process.
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: May 10,
2005, PURCHASE CONTRACT NO. 05-10". 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, PO Box 1150, 321 East Fifth Street, Port Angeles, Washington 98362.
Glenn A. Cutler, Director of Public Works and Utilities.
PUBLISH: Peninsula Daily News: April 24, 2005
Daily Journal of Commerce: April 25, 2005
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:
May 10, 2005, PURCHASE CONTRACT NO. 05-10". 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 PO 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 all schedules and may, therefore, bid on Schedules A, B, and/or C.
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.
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
Page 3 of 26
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 Schedules A and B, offers made in accordance with the Invitation to Bid shall be good and firm for the
period of 365 calender 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.
For Schedule C, offers made in accordance with the Invitation to Bid shall be good and firm for the period
of 60 calender 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 estimated quantities to be ordered. Orders for actual quantities will
be placed with the successful bidder within 60 calender days from the date of award. Actual quantities
ordered may vary between 85% and 115% of estimated quantities without change to the unit price. Prices
bid shall be good for all materials ordered during that period. Payments will be made monthly for
matenals 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, exercise its right to deduct from that
vendor's billing liquidated damages of twenty-five ($25.00) dollars per day for each day any shipment is
late for Schedules A and B, and five hundred ($500.00) dollars per day for each day any shipment is late
for Schedule C. 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
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.
Page 4 of 26
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 pnce 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 Supenntendent, (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, 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, or $500 for Schedule C, for
each calender day beyond the number of calender days established for physical delivery of the
equipment/material.
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.
Page 5 of 26
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 pur-chase,
installation, or use of goods and matenals 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
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.
Page 6 of 26
PURCHASE CONTRACT
THIS AGREEMENT is made and entered into this _ day of
Port Angeles (hereinafter called the "Purchaser") and
,"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:
, 2005, between the City of
(hereinafter called the
ARTICLE I
CONTRACT DOCUMENTS
The complete contract includes the Invitation to Bid, the Instructions to Bi ers, the Bid, the Specifications,
the Standard Terms and Conditions, the Purchase Order Requisition, and th Purchase Contract. The
foregoing documents shall hereinafter be called "Contract Documents" or" ntracf'. 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 Docume ts, as above defined, the Purchaser
shall give a written interpretation thereof, which interpretation shall gov rn.
ARTICLE II
CONTRACT COST
The Contractor agrees to sell and deliver to the Purchaser, at e delivery point specified in the Instructions
to Bidders, and the Purchaser agrees to purchase and receive fro Contractor the equipment as described and
set forth in the Contract Documents, Schedule(s) provisions of the Contractor's bid attached
and made a part hereof.
ARTICLE V
NONDISCRIMINATION
The Contractor shall not assign any of its respon Ibility under this Contract without the express written
consent of the Purchaser.
rued in accordance with, the applicable laws of the State of
Washington. Any legal proceedings to ete in the rights and obligations of the parties hereunder shall be
brought and heard in Clallam County uperior ourt.
During the performance of this Contract, the parties shall conduct their business in a manner which assures
fair, equal and nondiscriminatory t atment of all persons, without respect to race, creed, color, sex, Vietnam
era veteran status, disabled veter n condition, physical or mental handicap, or national origin, and, in particular:
1. The parties will maint in open hiring and employment practices and will welcome applications for
employment in all po itions 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
Page 7 of 26
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 termination, 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 rson(s) or circumstances is held
invalid, such invalidity shall not affect other terms, conditions, or applications hich can be given effect without
the invalid term, condition, or application. To this end the terms and conditi ns of this Contract are declared
severable.
ARTICLE VIII
WAIVER
Waiver of any breach of any term or condition of this Contra shall not be deemed a waiver of any prior or
subsequent breach, no term or condition of this Contract shall b held to be waived, modified, or deleted except
by a written instrument signed by the parties hereto.
By:
ITY OF PORT ANGELES
CONTRACTOR
By:
Mayor
Title:
Dated
Dated:
APPROVED AS TO FORM
ATTEST:
William Bloor, City Attorney
ATTEST:
Becky J. Upton, City Clerk
Page 8 of 26
, ~~-!A
PURCHASE CONTRACT
THIS AGREEMENT is made and entered into thi~ay of ~ 1 11. 0 , 2005,
between the City of Port Angeles (hereinafter called the "Purchase~ Hersey Meters
Company (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 in the Contract Documents, Schedule A - Water
Meters 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:
Page 1 of 3
-...J~
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 termination, 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.
Page 2 of 3
.
'. ..I
CONTRACTOR
Hersey Meters Company
By:!b6lllk ili~
Sandra L. Bowers
Title: Quotations Administrator
Dated: May 31, 2005
ATTEST:
XJk at! ~
,
. ,
"
!;&o?iU i
Mayor
Dated u; - t..P - 05
1iZT~
William Bloor, City Attorney
ATTEST:
~~Q,~ ~^
Becky J. Up , CI Clerk
Page 3 of 3
BID NO. 05-10
Water Utility Materials
SCHEDULE A
GENERAL DESCRIPTION:
Water Meters
SPECIFICATIONS:
Cold Water Meters - Displacement type with magnetic drive. See "Water
Meter Specifications" attached.
DATE DELIVERY REQUIRED:
Maximum of 30 calender days from receipt of purchase order.
ITEM # City PART QUANTITY DESCRIPTION UNIT PRICE TOTAL PRICE
NUMBER Estimated for
This Year
1. 659-023- 150 EA 5/8" x 3/4" S.R. Water Meter 23.50 3,525.00
00003
, 2. 659-023- 10 EA 1" S.R. Water Meter 62.00 620.00
00005
3. 659-023- 5EA 1 %" S.R. Water Meter with 165.00 825.00
00006 bolt & aasket kits
4. 659-023- 3EA 3" Compound Water Meter 1250.00 3,750.00
00011 with Strainer, bolt &
Qasket kits
5. 659-023- 3EA 4" Compound Water Meter 1850.00 5,550.00
00013 with Strainer, bolt &
aasket kits
SUBTOTAL 14,270.00
WASHINGTON STATE 1,184.41
SALES TAX at 8.3%
TOTAL SCHEDULE A 15,454.41
Page 9 of 26
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-702l708 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
Page 10 of 26
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.
,
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.
Page 11 of 26
. -l-lerseY~\~r~
10210 Statesville Blvd. (Hwy. 70)
P.O. Box 128
Cleveland, NC 27013
Tel: (704) 278-2221
May 6, 2005
City of Port Angeles
Public Works and Utilities Director
321 East Fifth Street
POBox 1150
Port Angeles, W A 98362
RE: Bid No. 05-10 - Water Utility Materials
Due: May 10,2005 2:00PM
To Whom It May Concern,
Thank you for allowing Hersey Meters an opportunity to furnish you with our prices
for the above bid. You will find enclosed, our bid prices on the products as specified in the
enclosed literature.
If you should have any questions or concerns, please contact me at 800-323-8584
Ext 2101. Thank you for your interest in our products and we look forward to receiving
your favorable consideration.
Sincerely,
~~
Sandra L. Bowers
Quotations Administrator
..
BID NO. 05-10
Water Utility Materials
Schedule B
GENERAL DESCRIPTION: Water Pipe and Fittings
SPECIFICATIONS:
See "Water Pipe and Fittings" Specifications attached Item numbers marked with asterisk
(*)-NO SUBSTITUTION
DATE DELIVERY REQUIRED: Maximum of 30 calender days from receipt of purchase order.
Grouo No.1 - Valves with bolts and aaskets (resilient seat)
ITEM # City QUANTITY DESCRIPTION UNIT PRICE TOTAL PRICE
PART Estimated for this
NUMBER year
1. 670-076- 10 EA 2" TH. X TH. Gate Valve NO BID
00001 Resilient Seated
Non-nsinQ Stem
2. 659-003- 4EA 4" Megalug Follower &
00006 Accessory pack for 01 NO BID
pipe
Grouo No.2 - Couolinas and Reoair Bands
3. 659-033- 10 EA 2" Coupling (Example:
00003 ROMAC 501 w/D.1. Center NO BID
RinQ - 2.35 - 2.65 x 5")
4. 659-033- 10 EA 2" Trans. Coupling
00004 (Example: ROMAC 501 NO BID
w/D.1. Center Ring, 2.35 -
2.65 x 2.50 - 3.00 x 5")
5. 670-052- 25EA 2" C.1. Repair Clamp
00002 (Example: Romac #SS1- NO BID
2.63 x 6")
6. 670-052- 4EA 2" C.1. Repair Clamp
00003 (Example: Romac #SS1- NO BID
2.63 x 8"
7. 670-052- 4EA 2" C.1. Repair Clamp
00004 (Example: Romac #SS1- NO BID
2.63 x 10"
Grouo NO.3 - Pioe and Niooles
Page 12 of 26
..
ITEM # City QUANTITY DESCRIPTION UNIT PRICE TOTAL PRICE
PART Estimated for this
NUMBER year
8. 658 022 100 LF 2" Red Brass Pipe NO BIO
00010 Schedule 40
9. 658 060- 1000LF 2" PVC Pipe Schedule 80 NO BIO
00001 (solvent-weld)
1 O. (*) 658-058- 500 LF 3/4" P.E. Tubing CTS
00001 Eagle Brand Pure Core NO BIO
(BLUE) Class 200
11 . (*) 658-058- 1000LF 1" P.E. Tubing CTS
00002 Eagle Brand Pure Core NO BIO
(BLUE)
Class 200
Graue No.4 - Fittinas PVC Sch. #80
12. 659-027 - 5EA 2" PVC Glue Cap NO BID
00001 Schedule 80
13. NA 5EA 2" PVC Tee NO BIO
Schedule 80
14. 659-017- 10 EA 2" PVC 900 Bend-SlipxSlip NO BID
00010 Schedule 80
Graue No.5 - Miscellaneous
15. NA 250 EA Meter Gasket, 3/4" NO BID
Rubber
16. NA 250 EA Meter Gasket, 1" Rubber NO BIO
17. NA 50EA Meter Gasket, 1 Y:z" 'NO BID
Rubber
18. NA 50 EA Teflon Tape Y:z" Roll NO BIO
19. NA 25EA Outside Diameter " .
(Pi)Tape Measure (6'
Long x 1/4" Wide one side NO BID
graduated in 16ths of an
inch, other side graduated
in 100ths on an inch.)
Group No.6 - Service Material
20. 659-004- 100 EA Insert Stiffeners 3/4" for
00002 P.E. Tubing (Ford 50 NO BID
Series-insert 51)
21. 659-004- 200 EA Insert Stiffeners 1" for
00003 P.E. Tubing(Ford 50 NO BIO
Series-insert 52)
22. 659-004- 25EA 3/4" Brass F.I.P.TH. X slip NO BIO
00004 IP tubinq size
Page 13 of 26
ITEM # City QUANTITY DESCRIPTION UNIT PRICE TOTAL PRICE
PART Estimated for this
, NUMBER year
23. 659-004- 25EA 3/4" Brass M.I.P.TH. X NO BID
00005 slip IP tubina size
24. 659-004- 25 EA 1" Brass M.I.P.TH. X slip NO BIO
00006 IP tubina size
25. 659-005- 200 EA Stainless Steel Clamps NO BID
00002 (%" - 1 1/4")
26.(*) 659-006- 50EA 3/4" Muller Brass
00001 FJ.P.TH. x Insta-tite NO BID
ADPT.-CTS
27. 659-006- 50 EA 3/4" M.I.P.TH. Brass NO BID
00005 Comoression Adot. CTS
28. 659-006- 25EA 3/4" FE.I.P.TH. Brass 'NO BID
00007 Comoression Adot. CTS
29. 659-006- 150 EA 1" M.I.P.TH. Brass NO BID
00009 Comoression Adot. CTS
30. 659-006- 50EA 1" F.I.P.TH. Brass NO BID
00010 Compression Adpt. CTS
31. (*) 659-006- 50 EA 3/4" Muller Brass MJ.P.
00011 TH. x Insta-tite ADPT.- NO BID
CTS
32.(*) 659-006- 50 EA 1" Muller Brass
00012 M.I.P.TH. x Insta-tite NO BID
ADPT.-CTS
33.(*) 659-006- 50EA 1" Muller Brass F.I.P. NO BID
00013 TH. x Insta-tite ADPT.-
CTS
34. 659-007 - 100 EA 1" Ball Corp. Stop
00004 (Example: Ford # FB500- NO B.lIDl
4)
35. 659-007 - 5EA 2" Corp. Stop (Example NO BID
00007 Ford # FB500-7)
36. 659-008- 150 EA 5/8"x3/4"x1" Brass Meter
00002 Adapter (Example Ford # NO BID
A24)
37. 659-017- 50 EA 1" Brass 90 Degree Bend NO BID
00003
38. 658-017- 10 EA 2" Brass 90 Degree Bend NO BID
00009
39. 658-017- 25EA 3/4 .. Brass Street Ell NO BID
00002
Page 14 of 26
ITEM # City QUANTITY DESCRIPTION UNIT PRICE TOTAL PRICE
PART Estimated for this
NUMBER year
40. 659-017- 10 EA 2" Brass Street Ell NO BID
00032
41. 659-018- 50 EA 3/4" Angle Ball Meter
00002 Valve for 3/4" service NO BID
line(Example: Ford-BA 13-
332W)
42. 659-018- 4EA 1 1/2" Angle Ball Meter
00004 Valve (Example: NO BID
McDonald 3131 B)
43.(*) 659-021- 100 EA 1" X 12" Meter Setter
00006 Ford 270 NO BID
Series/Coppersetter-
VH274-12W-PJA4-44
44. 659-024- 10 EA 1 1/4" x 1 1/2" NO BID
00004 Brass Bushing
45. 659-024- 6EA 2" x 1 1/2" NO BID
00005 Brass Bushino
46. 659-024- 50 EA 3/4" x %" NO BID
00002 Brass Bushing
47. 659-024- 100 EA 3/4" x 1" NO BID
00003 Brass Bushino
48. 659-024- 10 EA 2" x 1" NO BID
00009 Brass Bushing
49.(*) 659-037 - 5EA Traffic Meter Box With
00009 Ductile Iron Lid Mid- NO BID
States Plastic
MSBCF1730-18XL
50.(*) 659-037- 50 EA Traffic Meter Box With
00007 Ductile Iron Lid Mid-
States Plastic- NO BID
MSBCF1324-12
51. 659-073- 30 EA 2" x 1" IPTH Service
00004 Saddle with straps, nuts & NO BID
washers(Example: Romac
101S - 2.50 x 1" IP)
52. 659-073- 5EA 4" x 1" IPTH Service
00006 Saddle with straps, nuts & NO BID
washers (Example:
Romac 1015 - 5.40 x 1"
IP)
Page 15 of 26
ITEM # City QUANTITY DESCRIPTION UNIT PRICE TOTAL PRICE
PART Estimated for this
NUMBER year
53. 659-073- 20 EA 6" x 1" I.P.TH Service
00010 Saddle with straps, nuts &
washers (Example: NO BID
Romac 101S - 7.60 x 1"
IP)
54. 659-073- 30 EA 8" x 1" I.P .TH. Service
00014 Saddle with straps, nuts &
washers (Example: NO BID
Romac 101S - 9.80 x 1"
IP)
55. 659-073- 15 EA 10" x 1" I.P.T.H. Service
00020 Saddle with straps, nuts &
washers(Example NO BID
Romac101S - 12.12 x 1"
IP
56. 659-073- 2EA 10" x 2" I.P.TH. Service
00019 Saddle with straps, nuts & NO 810
washers (Example Romac
101S-12.12 x 2" IP
57. 659-073- 2EA 12" x 1" I.P.TH. Service
00020 Saddle with straps, nuts &
washers (e.g.: Romac NO BID
101S - 14.38 x 1"IP)
58. 659-085- 5EA 1" Brass Tee NO BID
00002
59. 659-085- 5EA 2" Brass Tee NO BID
00006
60. 659-086- 1 EA 8" x 6" Stainless Steel
00007 Tapping Sleeve-Ford-Fast NO BID
-945 x 6"FL
61. NA 100 EA 5" Storz Nozzle x 4" peT
Connection with Cap & NO BID
Cable
(4.828 x 6)
62. 659-087- 50EA 3/4" Brass Compression
00001 Union CTS X CTS NO BID
(Example McDonald
#4758-22)
63. NA 4EA 4" MJ Plug NO BID
SUBTOTAL
WASHINGTON STATE
SALES TAX at 8.3%
Page 16 of 26
ITEM # City QUANTITY DESCRIPTION UNIT PRICE TOTAL PRICE
PART Estimated for this
NUMBER year
I TOTAL SCHEDULE "6" I I I
Page 17 of 26
WATER PIPE AND FITTINGS SPECIFICATIONS
ITEMS 1 through 2, GROUP 1, shall be in compliance with AWWA C500, with bolts and gaskets.
ITEMS 3 through 7, 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 8 through 14, GROUPS 3 and 4, shall be in compliance with applicable AWWA/ANSlstandards.
ITEMS 15 through 63, 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.
Page 18 of 26
BID NO. 05-10
Water Utility Materials
SCHEDULE C
GENERAL DESCRIPTION:
Water and Sewer Pipe
SPECIFICATIONS:
See "Water and Sewer Pipe Specifications" attached.
DATE DELIVERY REQUIRED:
Maximum of 75 calender days from receipt of purchase order.
ITEM # City PART QUANTITY DESCRIPTION UNIT PRICE TOTAL PRICE
NUMBER Estimated for
This Year
1. N/A 7,900 LF 16-inch 250 psi ductile iron NO BID
water main pipe
2. N/A 4,600 LF 4-inch PVC C900 sewer NO BID
force main pipe
~ N/A ?.:I..:I.O IF 8-inch PVC sewer main pipe NO BID
SUBTOTAL
WASHINGTON STATE
SALES TAX at 8.3%
TOTAL SCHEDULE C
Page 19 of 26
WATER AND SEWER PIPE SPECIFICATIONS
SECTION 02502
DUCTILE IRON PIPE AND FITTINGS
1 PART 1
GENERAL
1.01 REFERENCES
A. The following is a list of standards that may be referenced in this section:
1. American Water Works Association (AWWA):
a. C104, Cement-Mortar Lining for Ductile Iron Pipe and Fittings
for Water.
b. C110, Ductile Iron and Grey Iron-Fittings, 3-inch through 48-
inch.
c. C111, Rubber-Gasket Joints for Ductile Iron Pressure Pipe and
Fittings.
d. C150, Thickness Design of Ductile-Iron Pipe.
e. C151, Ductile-Iron Pipe. Centrifugally Cast, for Water.
f. C153, Ductile Iron Compact Fittings, 3-inch through 24-inch and
54-inch through 64-inch for Water Service.
1.02 DELIVERY AND HANDLING
A. Pipe supplier is to coordinate delivery with City personnel at least 7 days in advance of
pipe delivery.
B. Pipe is to be delivered to a location specified by the City.
C. Pipe is to be unloaded by supplier, and as directed by the City.
PART 2 PRODUCTS
2.01 MATERIALS
A. Pipe:
1. Length: 7,900 lineal feet.
2. Centrifugally cast, grade 60-42-10 iron.
3. Meet requirements of AWWA C150, C153, C151, C110, and C111.
4. Lined and coated as specified.
a. Pressure rating of pipe from 16 inches in diameter shall be 250
psi.
b. Pipe shall be new and recently manufactured. Refurbished pipe
shall not be provided.
B.
Joints:
1.
Push-On Joint: Rated at minimum working pressure equal to pipe material
desigfl.
Restrained Joint:
a. Manufactured proprietary joint that mechanically restrains pipe
to adjoining pipe.
b. Manufacturers and Products:
1) American Cast Iron Pipe; Flex-Ring and Lok-Ring.
2.
Page 20 of 26
2) Pacific States Pipe; Thrust-Lock.
3) U.S. Pipe; TR Flex.
3. Use of set screws for restraint or field-lock gaskets shall not be allowed.
C. Lining: Cement lined in accordance with AWWA C104.
D. Coating: Asphaltic type, 1 mil thick, in accordance with AWWA C151, C110, and C153.
PART 3 EXECUTION (NOT USED)
END OF SECTION
SECTION 02509
POLYVINYL CHLORIDE PRESSURE PIPE AND FITTINGS
PART 1 GENERAL
1.01 REFERENCES
A. The following is a list of standards that may be referenced in this section:
1. American Water Works Association (AWWA): C900, Polyvinyl Chloride
(PVC) Pressure Pipe and Fabricated Fittings, 4 inch Through 12 inch (100
mm Through 300 mm).
1.02 DELIVERY AND HANDLING
A. Pipe supplier is to coordinate delivery with City personnel at least 7 days in advance of
pipe delivery.
B. Pipe is to be delivered to a location specified by the City.
C. Pipe is to be unloaded by supplier, and as directed by the City.
PART 2 PRODUCTS
2.01 MATERIALS
A. Pipe:
1. 4-lnch Diameter Sanitary Sewer Force Main:
a. PVC, conforming to requirements of AWWA C900.
b. Length: 4,600 linear feet.
c. DR shall be 18.
B.
Joints:
1.
2.
Rubber gasketed.
Conform to AWWA C900.
PART 3 EXECUTION (NOT USED)
END OF SECTION
SECTION 02512
GRAVITY SEWER PIPE
PART 1 GENERAL
Page 21 of 26
1.01 REFERENCES
A. The following is a list of standards that may be referenced in this section:
1. ASTM International (ASTM):
a. 01784, Standard Specification for Rigid Poly(Vinyl Chloride)
(PVC) Compounds and Chlorinated Poly(Vinyl Chloride)
(CPVC) Compounds.
b. 03034, Standard Specification for Type PSM Poly(Vinyl
Chloride) (PVC) Sewer Pipe and Fittings.
c. 03212, Standard Specification for Joints For Drain and Sewer
Plastic Pipes Using Flexible Elastomeric Seals.
d. F477, Standard Specification for Elastomeric Seals (Gaskets)
for Joining Plastic Pipe.
1.02 DELIVERY AND HANDLING
A. Pipe supplier is to coordinate delivery with City personnel at least 7 days in advance of
pipe delivery.
B. Pipe is to be delivered to a location specified by the City.
C. Pipe is to be unloaded by supplier, and as directed by City.
PART 2 PRODUCTS
2.01 POLYVINYL CHLORIDE PIPE (PVC)
A. 8-lnch Diameter Gravity Sewer Pipe:
1. Length: 2,440 linear feet.
2. In accordance with ASTM 03034.
3. Joints: Integral bell and spigot, in accordance with ASTM 03212.
4. Minimum SDR: 26.
5. Cell Classification: 12454-B or 12454-C, as defined by ASTM 01784.
6. Gaskets: Factory fabricated rubber compression type with solid cross
section in accordance with ASTM F477. Lubricant for joining pipe as
approved by pipe manufacturer.
PART 3 EXECUTION (NOT USED)
END OF SECTION
Page 22 of 26
City of Port Angeles
Project No. 05-10
WATER UTILITY MATERIALS
BID SIGNATURE SHEET
Schedule(s) being bid: Xl Schedule A
o Schedule B
o Schedule C
Will yo~ ~~}I ~add~ibn~r U~:!i~"~9:i~~~:{P'itY:i'oti~~~'l1rgei~~ aHhe 'bid price untilJ 'er natlre?, Yes ~ ,
;t,lQ O'))}~~)~'~tf~; ~\~ ~] ~:~1~0~~~h;J:j;~~~\,:,^ , h:L~ ,: / ~ X v v' ^ "~.1~",: J~~}fi~~i~\a;~; '~:b~ ^r~~s~~~~;:'~ '~<< ',~
~i11 you ~'ell additionalUn,it t~~f g~:6~;:p~~~nt':agencies"within~th~;Stat~'9f W~$hi~gton:'Eit;)t~e/bi~~~fif:~; ,
w>>x'>...,~ <<" ~v%XV ....,,"< ~},/"L v' <~/... ,., ,> <.w" ""~'*">..x,,"& ,'"~<''' ~<..~<<~~r'^'<' 7~,,~ "" >"
:tertt:ns and coRdi' s::C1ntil, (~nbtice? The CIty of PorhA ';abeeptS1'rid:'resp()Aslbdlty:tGMf;je~!:,' ~ ,
'a'?'rment ot!ffi{' ,hase" rice' b ollier overnment a '~n~i~ ::~~~ dt' ,No',O '":" " ,k,' ~ ,) :
ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received Addenda No(s)._
None 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 Hersey Meters Company
TYPE OF BUSINESS:
~ Corporation 0 Partnership (general)
o Sole Proprietorship
o Partnership (limited)
o Limited Liability Company
ADDRESS 10210 statesville Blvd. POBox 128
CITY/STATE/ZIP Cleveland, NC 27013
PHONE 800-323-8584
FAX 704-278-9616
NAME (PLEASE PRINT) Sandra L. Bowers
SIGNED.~ ffit:Xu~
TITLE Quotations Administrator
DATE May 6, 2005
Page 23 of 26
NON-COLLUSION AFFIDAVIT
North Carolina
STATEOF~~ )
)
COUNTY OF Rowan )
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.
.-1~~
Signature of Bidder/Contractor
Subscribed and sworn to before me this 2nddayof May
,20~.
,\ \' a' II 1111" II I",
", \.. N l:O"t. '"
" " . C.n',
" ar u:o I,
....' 'fC"{.-" ........ ~..,,-
t ~ ,.. .... .1' ~
ff Q l....\.O"f AR ~.\ ;
= I,~ ::
: . ........... . :
- . . -
;. \ PUB\..\C : CJ g
':. ~ e.. ... <- ~
\ 0 e.. ..- ~~
" 'IA ..........('~ "" ....'
" ry~ ...\ , "
"'" tv COU'" """
"""'11"""'\'\
X)ka,L ~~
Notary Public in and or the
State of 'Il\OOEkooWtoJox North Carolina
Residing at ROwAN couV'>TLf
My Comm. Exp.: ocrof3EJe. / 02.005
,
Page 24 of 26
See Attached
BID BOND
Herewith find deposit in the form of a cashiers check, postal money order or bid bond in the amount of $
which amount is not less than five (5%) percent of the total bid.
SIGN HERE
BID BOND
KNOW ALL MEN BY THESE PRESENTS:
That we,
as Principal and
as Surety,
are held and firmly bound unto the CITY OF PORT ANGELES as Obligee, in the penal sum of
Dollars, for the payment of which the Principal and the Surety bind
themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the Principal for:
Project No. 05-10
WATER UTILITY MATERIALS
according to the terms of the proposal or bid made by the Principal, therefor, and the Principal shall duly make and
enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give
bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in
case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids,
then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall
forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond.
SIGNED, SEALED AND DATED THIS _ day of
,20_.
Principal
Surety
Dated:
Received return of deposit in the sum of $
Signature
Page 25 of 26
A/A Document A310
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, that we Hersey Meters Company, 10210 Statesville Blvd., Cleveland, NC
27013
as Principal, hereinafter called the Principal, and
TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA
Hartford, Connecticut
a corporation duly organized under the laws of the State of Connecticut as Surety, hereinafter called the Surety, are held and
firmly bound unto City of Port Angeles, 321 East Fifth Street, Port Angeles, WA 98362
as Obligee, hereinafter called the Obligee, in the sum of Five percent of the bid----m--------------------m-----($ 5% of bid-)
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 Provide water meters to the City of Port Angeles, WA
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 difference 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 covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect.
Signed and sealed this 2nd day of May, 2005
UAPA ~~
(Witness)
HERSEY METERS COMPANY
(Principal)
~~ tBawunJ
(Seal)
Sandra L. Bowers, Quotations Admin.
'hJfU ~
/
" ( Itness)
TRAVELERS CASUALTY AND SURETY COMPANY
OF AMERICA
(Surety)
(Seal)
The language in this document conforms exactly to the language used in AlA Document A310, February, 1970 edition
STATE OF Illinois
COUNTY OF Macon
I,Lisa E. Dilbeck, a Notary Public in and for said County
and State,do hereby certify that Tarmny L. Whicker,
Attorney-in-Fact, of TRAVELERS CASUALTY & SURETY COMPANY OF
AMERICA, who is personally known to me to be the same person
whose name is subscribed to the foregoing instrument,
appeared before me this day in person, and acknowledged that
she signed, sealed and delivered said instrument, for and on
behalf of TRAVELERS CASUALTY & SURETY COMPANY OF AMERICA,
for the uses and purposes therein set forth. Given under my
hand and notarial seal, this 2nd day of May, 2005.
:..............................
. "OFFICIAL SEAL" ·
. LISA E. DILBECK :
: NOTARY PUBLIC, STATE OF ILLINOIS.
. MY COMMISSION EXPIRES 11/17/05 ·
..............................:
~44_f
dULl,
Notary Public
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMITNGTONCASUALTYCOMPANY
Hartford, Connecticut 06183-9062
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT
KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY
corporations duly organized under the laws of the State of Connecticut, and havmg theIr pnnclpal offices m the City of Hartford:
County of Hartford, State of Connecticut, (heremafter the "Compames") hath made, constituted and appomted, and do by these
presents make, constitute and appomt: W. Christopher Behnke, Cary H. Peters, Tammy L. Whicker, of Decatur, Illinois, theIr
true and lawful Attorney(s)-m-Fact, WIth full power and authonty hereby conferred to SIgn, execute and acknowledge, at any place
WIthm the Urnted States, the followmg mstrument(s)' by lus/her sole SIgnature and act, any and all bonds, recogrnzances, contracts
of mdemrnty, and other wntings oblIgatory m the nature of a bond, recogrnzance, or conditional undertakmg and any and all
consents mcident thereto and to bmd the Companies, thereby as fully and to the same extent as if the same were SIgned by the duly
authonzed officers of the Compames, and all the acts of SaId Attorney(s)-m-Fact, pursuant to the authonty herein gIVen, are hereby
ratIfied and confirmed.
This appomtment is made under and by authority of the follOWIng Standing Resolutions of SaId Compames, wluch Resolutions are
now m full force and effect:
VOTED' That the Chauman, the PreSIdent, any Vice Chauman, any ExecutIve Vice PreSIdent, any Sernor Vice PreSIdent, any VIce PreSIdent, any
Second Vice PreSIdent, the Treasurer, any ASSIStant Treasurer, the Corporate Secretary or any ASSIStant Secretary may appomt Attorneys-m-Fact
and Agents to act for and on behalf of the company and may gIve such appomtee such authonty as ills or her certIficate of authonty may prescnbe
to SIgn With the Company's name and seal With the Company's seal bonds, recogruzances, contracts ofmdemmty, and other wntIngs obligatory m
the nature of a bond, recogruzance, or condItIonal undertakmg, and any of saId officers or the Board of Drrectors at any tJ.me may remove any such
appomtee and revoke the power gIven h1m or her.
VOTED: That the Charrrnan, the PreSIdent, any Vice Chauman, any ExecutIve VIce PreSIdent, any Sernor VIce President or any Vice PreSIdent
may delegate all or any part of the foregomg authority to one or more officers or employees ofthls Company, prOVIded that each such delegatIon is
m wntmg and a copy thereof IS filed m the office of the Secretary
VOTED' That any bond, recogruzance, contract of mdemmty, or wntmg obhgatory in the nature of a bond, recogruzance, or conditIOnal
undertakmg shall be vahd and bmding upon the Company when (a) SIgned by the PreSIdent, any Vice Chamnan, any ExecutIve Vice PreSIdent, any
Sernor VIce PreSIdent or any Vice PreSIdent, any Second Vice PreSIdent, the Treasurer, any ASSIStant Treasurer, the Corporate Secretary or any
ASSIStant Secretary and duly attested and sealed With the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, If
reqUITed) by one or more Attorneys-m-Fact and Agents pursuant to the power prescnbed m ills or her certIficate or therr certIficates of authonty or
by one or more Company officers pursuant to a wntten delegatIon of authonty,
This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by
authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY
COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY
COMPANY, which Resolution is now in full force and effect: '
VOTED' That the SIgnature of each of the follOWing officers: PreSIdent, any ExecutIve VIce PreSIdent, any Sernor VIce PreSIdent, any VIce
PreSIdent, any ASSIStant Vice PreSIdent, any Secretary, any ASSIStant Secretary, and the seal of the Company may be affixed by facslIDlle to any
power of attorney or to any certIficate relatmg thereto appomtmg ReSIdent VIce PreSIdents, ReSIdent ASSIStant SecretarIes or Attorneys-m-Fact for
purposes only of executmg and attestIng bonds and undertakmgs and other wntmgs oblIgatory m the nature thereof, and any such power of attorney
or certIficate bearmg such facslIDlle SIgnature or facsllrnle seal shall be valid and bmding upon the Company and any such power so executed and
certIfied by such facslIDlle SIgnature and facslIDlle seal shall be valId and bmdmg upon the Company m the future With respect to any bond or
undertakmg to wIDch It IS attached.
(11-00 Standard)
IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS
CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused tlus Instrument to be
SIgned by theIr Senior Vice President and theIr corporate seals to be hereto affixed this 24th day of April 2001
STATE OF CONNECTICUT
} SS Hartford
COUNTY OF HARTFORD
~~i;~
~~~
1{~ARTr?;ORo.\ "S
~::~~~
~~
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
By
/~-~~
~ -
George W. Thompson
Senior Vice President
On thIs 24th day of April, 2001 before me personally came GEORGE W. THOMPSON to me known, who, beIng by me duly
swo~, did depose and say. that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the
corporations described In and which executed the above instrument; that he/she knows the seals of saId corporatIOns, that the seals
affixed to the saId Instrument are such corporate seals; and that he/she executed the saId Instrument on behalf of the corporatIons by
authority of lus/her office under the StandIng Resolutions thereof.
~CL~
My commiSSion expires December 31 ,2002 Notary Public
Carol A. Thompson
CERTIFICA1E
I, the underSIgned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA,
TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock'corporatIons of
the State of Connecticut, DO HEREBY CERTIFY that the foregOIng and attached Power of Attorney and CertIficate of Authonty
remains in full force and has not been revoked, and furthermore, that the Standing Resolutions of the Boards of DIrectors, as set
forth In the Certificate of Authonty, are now in force
SIgned and Sealed at the Home Office of the Company, In the CIty of Hartford, State of ConnectIcut. Dated this 2nd day of
May , 20D!)
..............,.
#~'2!!.~~
!J~I ,.;\'\
~ ~ l HAR'rF911D. \ "S;
\:~..CONN. I!?j
{t7~
~-t7/L"~ -
By ~
Kori M. Johanson
Assistant Secretary, Bond
Rightfax Norcross
11/9/2004 10:57 wPAGE 002/002 Fax Server
~ ~~ ~ I,
~STPAUL
~ TRAVELERS
IMPORTANT DISCLOSURE NOTICE OF TERRORISM
INSURANCE COVERAGE
On Nov. 26, 2002, President Bush signed into law the Terrorism
Risk Insurance Act of 2002 (the IfAct"). The Act establishes a
short-term program under which the federal government will share
in the payment of covered losses caused by certain acts of
international terrorism. We are providing you with this notice to
inform you of the key features of the Act, and to let you know what
effect, if any, the Act will have on your premium.
Under the Act, insurers are required to provide coverage for
certain losses caused by international acts of terrorism as defined
in the Act. The Act further provides that the federal government
will pay a share of such losses. Specifically, the federal
government will pay 90 percent of the amount of covered losses
caused by certain acts of terrorism, which is in excess of an
insurer's statutorily established deductible for that year. The Act
also caps the amount of terrorism-related losses for which the
federal government or an insurer can be responsible at
$100 billion, provided that the insurer has met its deductible.
Please note that passage of the Act does not result in any change
in coverage under the attached policy or bond (or the policy or
bond being quoted). Please also note that no separate additional
premium charge has been made for the terrorism coverage
required by the Act. The premium charge that is allocable to such
coverage is inseparable from and imbedded in your overall
premium, and is no more than one percent of your premium.
n. T-10l8 (9/04)
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 Signature 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?
N IPROJECTS\05-1 0 Water Uhllty Malenals Purchase\MatB.d21.wpd
Page 26 of 26
May 2, 2005
City of Port Angeles
321 East Fifth Street
Port Angeles, W A 98362
RE: Bid No 05-10 Water Utility Materials
Due: 5/10/05
Exceptions to bid specifications
Compound Water Meters
Dual Register - No Combinator
Bypass meter is a nutating disc
One Drain Plug
Sandra L. Bowers
Quotations Administrator
-l-lersey:..Meters
400 Series liS
Magnetic Drive Positive Displacement Disc Meters
Sizes 5/8" - 3/4" - 1"
Features
APPLICATIONS: Measurement of cold water for residential and
small commercial applications where water volumes are low, and
low flow sensitivity is important.
CONFORMANCE TO STANDARDS: Hersey Series 400 liS Water
Meters comply with latest version of ANSI/AWWA Standard C700.
Meters which are manufactured with the EnviroBrass@ maincase
option meet the requirements of NSF Standard 61. Each meter is
tested to ensure compliance.
CONSTRUCTION: Hersey 400llS Water Meters consist of three
basic parts: maincase; measuring chamber; and permanently
sealed register. The maincase is made of bronze for long life. Di-
rection of flow arrows and model are cast into each maincase.
The bottom cover is epoxy-coated cast iron with a molded plastic
liner separating it from the waterway. Optional plastic and bronze
bottom covers are available. The measuring chambers are large
for reduced wear during operation. The measuring chamber, inte-
gral strainer, nutating disc and thrust roller are thermoplastic,
which is dimensionally stable and will not corrode. The thrust
roller moves smoothly along a stainless steel wear plate to re-
duce friction and maintain accuracy. The register box and lid are
available in plastic or bronze. The meter is designed so that the
register can be replaced without removing the meter from the
line.
REGISTER: The permanently sealed register has a unique seal
and heat-treated glass to eliminate dirt, moisture infiltration and
lens fogging. An integral tamper-proof locking feature is provided
to resist tampering with the register. The totalizing register has a
straight-reading odometer type display, a 3600 test circle with
center sweep hand and a low flow (leak) detector. Standard gear-
ing is used, making registers interchangeable by size.
All Hersey meter Models have electronic meter reading systems
available for increased reading efficiency (see Meter Reading Sys-
tems.)
OPERATION: Water flows through the meter's strainer where de-
bris is screened out. The Incoming water fills a known volume of
the measuring chamber on one or the other side of a movable
disc that separates the chamber into two sections. As water en-
ters, it moves the disc (nutates), forcing a known volume of water
out of the meter from the opposite side of the disc. The process
repeats as the sections refill and empty in turn. The nutatlng
action of the disc is coupled magnetically to the register to indi-
cate the volume of water that passes through the meter. The
large capacity measuring chamber requires fewer nutations of
the disc for each gallon measured, which helps to limit wear, ex-
tend the life of the meter, and reduce pressure loss.
MAINTENANCE: The Hersey Series 400 liS Water Meters are de-
signed and manufactured to provide long service life with virtu-
ally no maintenance required.
CONNECTIONS: Supplied with external straight pipe threads
(NPSM) per ANSI B1.20.1.
Materials and Specifications
. MODEL NUMBER ......................................... 4301lS, 44211S, 452llS
. SIZES................... 5/8"x1l2", 5/8"x3/4". 3/4"x3/4", 3/4"x1" and l"x1"
. STANDARDS ............................................... Manufactured and tested
to meet or exceed all applicable parts of ANSlI A WW A C700 Standard
EnvIroBrass options meet requIrements of NSF Standard 61.
. SERVICE .... cold water measurement with flow 10 only one direction
. OPERATING FLOW RANGE ........................ See Chart on page 1.2
. ACCURACy..................................................... See Chart on page 1.2
. PRESSURE LOSS... ......... .. ............. .... . See Chart on page 1.2
. MAXIMUM WORKING PRESSURE .................................. 150 PSI
. TEMPERATURE RANGE ............... 33F to 100FWater Temperature
. MEASURING ELEMENT ........................................... Nutatlng DISC
. DISC NUTATIONS (per Gallon) .................................. 430llS 49 6,
442I1S: 22.4, 45211S: 11.7
. REGISTER TYPE .................... Straight reading, permanently sealed,
magnetlc drive With low flow mdIcator. Remote readmg umts optional.
. METER CONNECTIONS ........................................... 112", 3/4", I"
external (NPSM) straight pipe threads per ANSI B1.20.1
. MATERIALS ........ Meter case - bronze UNSC84400; Bottom cover -
cast iron ASTM A126 CL. B, ChaIDber toplbottom - thermoplastic,
Nutatmg disc - thermopla~uc; DISC pm - stainless steel; Thrust roller-
thermoplasl1c, Wear plate - stainless steel; Coupling - Ceramic magnet;
Stramer - thermoplastic: Coupling shaft - stainless steel ANSI B18;
Bottom cover bolts - stainless steel ANSI B 18;
Regi~ter box and lid - thermoplastic.
. OPTIONS .............................. Meter case - EnvIroBrass" UNSC89520
Bottom cover - bronze UNSC84400 or thermop1a~tic,
Register box and hd - bronze UNSC85700; AMR Readmg Systems
1.1
Rev 12-03
,f;
1.., ~
.;:' Q
Q
en
CD
"""'C
-.
CD .
en
-
-
en
400 Series liS
-l-lersey:.Meters
Magnetic Drive Positive Displacement Disc Meters
Sizes 5/8", 3/4" and 1"
Meter Size Initial Dial* Capacity Initial Dial* Capacity
5/8" 10 Gallons 10 Million 1 Cubic Feet 1 Million
3/4" 10 Gallons 10 Million 1 Cubic Feet 1 Million
1" 10 Gallons 10 Million 1 Cubic Feet 1 Million
*Registration equal to one full revolution of the sweep hand.
Flow Characteristics
Meter Size Typical Low Flow Typical Operating Range Maximum Continuous
(95% Minimum) (100%:t 1.5%) Operation
5/8" 1/4 GPM 1/2 to 25 GPM 15 GPM
3/4" 1/2 GPM 3/4 to 35 GPM 25 GPM
1" 3/4 GPM 2 to 50 GPM 35
Performance
HEAD LOSS - 5/8",3/4" AND 1"
(Figure 1)
ACCURACY - 5/8",3/4", AND 1"
(Figure 2)
-
~ 14
~ 12
g5 10
en
~ 8
If 6
u.
o 4
en
~ 2
...J
@ 102
a:::
I:! 101
en
a 100
UJ
a:::
I- 99
z
~ 98
a:::
if 97
A~!- ~W- - - - - - - - - - - -
I"
...... .....::
AVjYV~ ~D_ - - 5~ -- - 3/4" - - 1"
16
STD -- STD ST
l'
5/8" 3/~ ~
, ~ , .-' ,
~, ", filii'" -
-
AWWA AWWA
AWWA
D
o 5 10 15 20 25 30 35 40 45 50
RATE OF FLOW - US GPM
o 5 10 15 20 25 30 35 40 45 50
RATE OF FLOW - U.S GPM
NOTE' Performance curves are typical only and NOT a guarantee of performance
Dimensions and weights
Meter Size
1"
Model
, I
Dimension
A 7-1/2" 9" 7-1/2" 9" 10-314"
B 4-15/16" 5-11/16" 5-11/16" 5-11/16" 6-5/8"
C 1-5/8" 1-15/16" 1-15/16" 1-15/16" 2-1/ 8"
Width 4.25" 6.39" 6.39" 6.39" 7.22" I.
mlet and outlet 1/2" or
3/4" 3/4" 3/4" 1" 1"
Net weight 4-1/2 8-1/2 8 9 11
Note' WeIghts are In pounds and are approximate
1.2
Rev 12-03
Copynghl 1995 - A subSidiary of Mueller Co
Pnnled In USA
IF> .
-l-lersey:.Meters
'\
500 Series liS
Magnetic Drive Positive Displacement Disc Meters
Sizes 1-1/2" and 2" 2004
Features
APPLICATIONS: Measurement of cold water for residential, com-
mercial and industrial applications where water volumes are low,
and low flow sensitivity is important.
CONFORMANCE TO STANDARDS: Hersey Series 500 liS Water
Meters comply with ANSI/AWWA Standard ClOO. Meters which
are manufactured with EnviroBrass@ maincase option meet the
requirements of NSF Standard 61.Each meter is tested to ensure
compliance.
CONSTRUCTION: Hersey Senes 500 liS Water Meters consist of
three basic parts: maincase; measuring chamber; and perma-
nently sealed register. The maincases and topcases are made of
bronze. The measuring chamber, nutation disc and strainer are
made of thermoplastic, which is dimensionally stable and will not
corrode. A optional test port in the body permits in-line testing.
Register box and lid are available in plastic or bronze.
The meter is designed so that the register, measuring chamber
and strainer can be replaced without removing the meter from
the line.
REGISTER: The permanently sealed register has a unique seal
and heat-treated glass to eliminate dirt, moisture infiltration and
lens fogging. An integral tamper-proof locking feature is provided
to resist tampering With the register. The totalizing register has a
straight-reading odometer type display, a 3600 test circle with
center sweep hand and a low flow (leak) detector. Standard gear-
ing is used, making registers interchangeable by size.
All Hersey Meter Models have electronic meter readings systems
available for increased reading efficiency (see Meter Reading Sys-
tems.)
OPERATION: Water flows through the meter's strainer where any
debris that could adversely affect meter accuracy or free opera-
tion is screened out. As the water enters, it fills a known volume
of the measuring chamber on one or the other Side of a movable
disc that separates the chamber into two sections. As water en-
ters it moves the disc (nutates), forcing a known volume of water
out of the meter from the opposite Side of the disc. The process
repeats as the sections refill and empty in turn. The nutating
action of the disc is coupled magnetically to the register to indi-
cate the volume of water that passes through the meter. The
large measuring chamber requires fewer nutations of the disc for
each gallon measured, which helps to limit wear, reduce pressure
loss and extend the life of the meter.
MAINTENANCE: The Hersey Series 500 liS Water Meters are de-
signed and manufactured to provide long service life with virtu-
ally no maintenance required.
CONNECTIONS: Available with integral two-bolt oval flanges.
Materials and Specifications
. MODEL NUMBER ................................................ 562lIS and 572IIS
. SIZES .............................................................................. 1-112" and 2"
. STANDARDS ................................................ Manufactured and tested
to meet or exceed all applicable parts of ANSIIAWWA C700 Standard
EnviroBrass<ll> options meet reqwrements of NSF Standard 61.
. SERVICE ... Cold water measurement with flow in only one dlrecl10n
. OPERATING FLOW RANGE ........................ See Chart on page 2.2
. ACCURACy........................................................... See Chart page 2.2
. PRESSURE LOSS ............................................ See Chart on page 2.2
. MAXIMUM WORKING PRESSURE .................................. 150 PSI
. TEMPERATURE RANGE ................ 33F to IOOF water temperature
. MEASURING ELEMENT ........................................... Nutating Disc
. DISC NUTATIONS (per Gallon) ............ 56211S: 647, 572IIS: 3.92
. REGISTER TYPE ................... Straight readmg, permanently sealed,
magnel1C dnve with low flow mwcator. Remote readmg umts opl1onal.
. METER CONNECTIONS. ..... .............. 1-112" sIze and 2" Mze
avaIlable with two bolt flanged ends
. MATERIALS ................................... Mamcase - bronze UNSC84400;
Measuring Chamber - Thermoplasl1c; Magnets - ceramIc;
Strainer - Thermoplastic; Casing bolts - stainless
steel ANSI B 18; RegIster box and lId - thermoplastic.
. OPTIONS .............................. Meter case - EnvlfoBrass<ll> UNSC89520
RegIster box and lid - bronze UNSC85700, AMR Reading Systems.
Rev 12-03
2.1
/#
500 Series liS
-l-lersey:.Meters
"
.
Magnetic Drive Positive Displacement Disc Meters
Sizes 1-1/2" and 2" 2004
Meter Size Initial Dial* Capacity Initial Dial* Capacity
1-1/2" 100 Gallons 100 Million 10 Cubic Feet 10 Million
2" 100 Gallons 100 Million 10 Cubic Feet 10 Milhon
*Reglstratlon equal to one full revolutIon of the sweep hand
Flow Characteristics
Meter Size Typical Low Flow Typical Operating Range Maximum Continuous
(95% Minimum) (100%::t 1.5%) Operation
1-1/2" 1-1/2 GPM 5 to 100 GPM 50'
2" 2GPM 8 to 160 GPM 80
Performance
HEAD LOSS -1-1/2" AND 2"
16
(Figure 1)
ACCURACY -1-1/2" AND 2"
(Figure 2)
14
----..--- -----" --_.-- -------- "--..-- ----.-.- _a__AW . 8TD-_ __
/ ~
/ ./ '"
1/ ~ ~
~ J.-.-
Q
w
a: 100
w
I-
en 95
5
w
a: 90
I-
Z
w 85
(,.)
a:
w 80
I:L
- -- ----- ----- - - -- _t>;!I'!:!A_Syp
/1
(I AWWA sro --r-IT~ ,L
'0 .0 50 11JU 11
o
-
en
~ 12
u:r
a: 10
::J
en
en 8
w
a:
I:L 8
u..
o 4
en
~ 2
...J
o
o ~ ~ M M 100 1~ 1~ 1M
RATE OF FLOW - U.S. GPM
RATE OF FLOW - U.S. GPM
NOTE' Performance curves are typICal only and NOT a guarantee of performance.
A
t
c
. j--.i
o
Dimensions and weights
DimenSIOn
A 13" IT'
B 7.250" 8.125"
C 2.437" 3.00" B
D 8.750" 10.437"
E 4" 4.5"
W 9-1/4" 10-112 "
Net weight 18 28
1" NPT
Test Port
NOTE Meter couplings are optIonal and must be ordered separately
Weights are In pounds and are applOl\imate.
2.2
Rev 12-03
Copynghl1995 - A subSidiary of Mueller Co
Pnnled In USA
<:
-Hersey:.Meters
Model MeT II
Compound Magnetic Drive Meters
Sizes 2", 3",4",6" and 8"*
Features
APPLICATIONS: The Hersey MCT II Compound Magnetic Drive
Meter is designed for applications where a high degree of accu-
racy is required over a wide range of water flow rates. Hotels,
motels, institutions, schools, factories, office buildings, apartment
building and commercial properties are examples of installations
where domestic or process water services may have widely vary-
Ing flow rates.
CONFORMANCE TO STANDARDS: Hersey MCT II Compound
Water Meters comply with ANSI/AWWA Standard C702. Each
meter is tested to ensure compliance.
CONSTRUCTION: Hersey Model MCTII Water Meters consist of a
positive displacement measuring chamber, a turbine type mea-
suring chamber and an automatic control valve. A nutating disc
style positive displacement chamber was selected for it's low flow
sensitivity to accurately measure the lower flows. A rugged tor-
rent-style turbine measuring element was selected to measure
the higher flows giving the compound meter assembly a wide
operating range with excellent low flow sensitivity and durability.
Internal strainers protect both measuring elements and the tor-
rent chamber is not sensitive to turbulence, eliminating any need
for an external strainer in front of the meter. Separate registers
are provided for each measuring chamber. The automatic valve is
a weight and lever valve that opens automatically to control the
point at which the mainline meter registers.
The meter is constructed so that all components are accessible
without removing the meter from the line.
REGISTERS: Permanently sealed registers use proven magnetic
drive design and the exclusive Hersey triple seal to provide clarity
and error free meter reading. Internal gears in all assemblies are
self-lubricating, molded plastic for long life and minimum fric-
tion. The standard dual registers include a straight reading, odom-
eter- type, totalization display, a 360 degree test circle with center
sweep hand, and a low flow indicator. The Calibrator Gear Train
permits accuracy calibration. All Hersey models are available with
electronic meter reading systems for increased meter reading ef-
ficiency. (See Automatic Meter Reading Equipment)
OPERATION: During low flow rates all water flows through the
bypass section and is registered by a sensitive positive displace-
ment nutating disc meter. When pressure loss through the by-
pass section approaches 4 psi, the mainline lever valve automati-
cally opens and the mainline meter begins to register the higher
flows. The bypass meter continues to register flow through the
bypass section at a rate well below its maximum capacity. When
flow rate decreases sufficiently, the lever valve closes and lower
flows are again registered by the bypass meter alone. The regis-
ters' combined readings indicate total usage.
MAINTENANCE: The Hersey MCT II Meters are designed and
manufactured to provide long service life.
CONNECTIONS: Available with integral two-bolt oval flanges on
2" size, ANSI class 150 flanges on 3" through 6" sizes (class 125
cast iron or class 150 bronze companion flanges available on re-
Quest). ANSI class 125 cast iron flange on 8" size
Materials and Specifications
. MODEL DESIGNATION ........................................... MCT 11 (2"-X")
. SIZES ..................................................................... 2",3",4",6" and S"
. STANDARDS ................... Manufactured and tested to meet or exceed
all appllcablc parts of ANSUAWWA C702 Standard
. SERVICE ... Cold water measurement with flow in only one direction
. OPERATING FLOW RANGE ........................ See Chart on page 5.2
. ACCURACy...................................................... See Chart on page 5.2
. MAX'lMUM PRESSURE LOSS ..................... See Chart on page 5.2
. MAXIMUM WORKING PRESSURE .................................. ISO PSI
. TEMPERATURE RANGE ................ 33F to IOOF water temperature
. MEASURING ELEMENTS ........... Torrent Wheel and Nutating DISC
. REGISTER TYPE ..... Pennanently sealed, straight readmg, magnetic
dnvc With low flow indicator. Remote rcading units optIOnal.
. STRAINERS ......... Internal stramers protect both measunng elements
eliminating the need for an external strainer
. METER CONNECTIONS ...... ............ ... 2" size avaIlable with two
bolt flanged ends 3" thru 6" ANSI class ISO flanges, S" ANSI class 125
. MATERIALS .............................................. Mamcase - (2"-6") bronze
UNSCS4400, (S") cast iron, Magnets - Ceramic; Strainer - thennoplastlc;
Casmg bolts - steel ANSI B IS, By-pass chamber - (2"-4") three
plCCC thcnnoplastic, (6" & S") bronzc UNSCS4400; Mamhnc torrent-
(2" & 3") thennoplastlc, (4".S") bronze UNSCS4400
. OPTIONS ....................................................... AMR Readmg Systems;
Tnm Valves
5.1
· 8" size I; dIfferent rrom 2"-6" sizes In that It IS cast Iron With two-piece body and external bypass
Rev 12-03
.
Model MeT II
"
-Hersey:.Meters
Compound Magnetic Drive Meters
Sizes 2", 3", 4", 6" and 8"*
Meter Registration
100 Gallons 10 Gallons 100 Million 10 Million 10 Cubic Feet 1 CUbIC Feet 10 Million 1 Million
3" 100 Gallons 10 Gallons 100 Million 10 Million 10 Cubic Feet 1 Cubic Feet 10 Million 1 Million
4" 1000 Gallons 10 Gallons 1 Billion 10 Million 100 Cubic Feet 1 Cubic Feet 100 Million 1 Million
6" 1000 Gallons 100 Gallons 1 Billion 100 Million 100 Cubic Feet 10 Cubic Feet 100 Million 10 Millio
8" 1000 Gallons 100 Gallons 1 Billion 100 Million 100 Cubic Feet 10 Cubic Feet 100 Million 10 Millio
Flow Characteristics
Meter Size Typical Low Flow Typical Operating Range Maximum Continuous
(95% Minimum) (100% :!: 3%) Operation
2" 1/4 GPM 1 to 160 GPM 80 GPM
3" 1/2 GPM 4 to 320 GPM 160 GPM
4" 3/4 GPM 6 to 500 GPM 250 GPM
6" 1-1/2 GPM 10 to 1000 GPM 500 GPM
8" 2GPM 16 to 1600 GPM 800 GPM
Performance*
--' 25
en
a.
I 16
w
0::
:::>
~ 9
w
0::
e: 4
o
en
l!5 1
...J
AWWA
STD.
,
1/ 2"
1/
( -
o 40 60 120 160 200 240 260 320 360
RATE OF FLOW - US. GPM
Head loss - 3"
_ 25
CI)
a.
I 16
w
0::
:::>
~ 9
w
a:
e: 4
o
CI)
l!5 1
...J
I
AWWA_
STD.
/ 3"
/ ......
/"' ......... .-.
t
o 40 60 120 160 200 240 260 320 360
RATE OF FLOW - U S GPM
5.2
Rev 12..03
Accuracy - 2"
c 100
w
0::
w
I-
CI)
~
~ 90
I-
Z
W
<.)
a:
w
a. 60
.... ...... .... --------- ---------- . ....AWWA .. ...... -------
r T 2"
..-.. .. .. ....-- ---------- . STD.'" --- .. -- --
..
,
,
, '.
,
,
,
o 1 5 10 40 90 130
RATE OF FLOW - U S GPM
160
Accuracy - 3"
c 100
w
a:
w
I-
en
~
~ 90
I-
Z
W
<.)
a:
w
a. 60
.. .. . . .. - . . .. . . .. . .. .. .. . .. . .. . . . .. .. - .. .. . AWWA. . .. .. .. .. .. .. .. .. .. ..
V 3"
.. . .. .. .. .. .. .. . . . . . - - - - - - - .. STD.- - . .. .. .. .. . .. . .. .. ..
"
o 1 5 10 40 90 160
RATE OF FLOW - US GPM
320
Copynght 1995 .. A subsldary of Mueller Co
Pnnted In USA.
.
-He rsey:..Meters
Model MeT II
Compound Magnetic Drive Meters
Sizes 2", 3", 4", 6" and 8"
Performance*
Head loss - 4"
25
A~A
STD
.
/ 4"
/' ,/
en
c..
I 16
LU
0::
::l
~ 9
LU
0::
~ 4
o
en
~ 1
..J
o 40 120 200 280 360 440 520 600 680 760 840 920 1000
RATE OF FLOW - US GPM
Head loss - 6"
25
I
AWWA
STD.
6"
-
"....... ",.
".......
)1/' - .- .-
I
en
c..
I 16
LU
0::
::l
~ 9
LU
0::
~ 4
o
en
~ 1
..J
o 40 120 200 280 360 440 520 600 680 760 840 920 1000
RATE OF FLOW - U S GPM
Head loss - 8"* *
25
AWWA
STD
<Ii
0:
I 16
~
::>
gJ 9'
w
a:
CL
"- 4
o
~
o
-'
,
J__
~ ~ ~ a I~'~ I~'~:~
RATE OF FlOW - U S GPM
Accuracy - 4"
0100
LU
0::
LU
I-
en
(5
~ 90
I-
Z
LU
U
0::
LU
c.. 80
n n n -------- -------- -------- -AWWA- --------
4"
-- . . - ---- - - - . 0 n On - - - STD.n ........ -_.. 0
-
, ..
,
,
,
,
,
,
o 1 5 10
40 90 160
RATE OF FLOW-U S. GPM
250
Accuracy - 6"
0100
LU
0::
LU
I-
en
(5
~ 90
I-
Z
LU
U
0::
LU
c.. 80
n ----- -------- ------- -------- -AWWA - -------
/' 6"
- - - -'. '. - ..------ -'STD.- - -- .......... ..
,
o 1 5 10
40 90 160
RATE OF FLOW - US GPM
500
1000
Accuracy - 8"* *
fil100
0::
LU
I-
en
(5
LU
0::
!Z 90
LU
U
0::
LU
c..
--- -- ----- -AWWA-- -----
S"
- - --.... , 1---- --STD.-- -----
/
\V
80
o 10
50 100 400 900
RATE OF FLOW - US GPM
1600
.Performance curves are typIcal only and not a guarantee of performance.
.. 8" SIZC IS dlffcrcnt from 2"-6" SIZCS 111 that It IS cast Iron With twO-pICCC body and external bypass_
Dimensions and Weights
A 17" 24" 29" 36-1/2" 55-1/4"
B 15-1/4" 19-3/4" 23" 29" 29-1/2"
C 2-1/4" 4" 5" 6" 7-1/2"
D - Width 8-1/4" 10-1/2" 12-3/4" 17" 30"
Net weight 77 160 270 645 1564
Note' Weights are 111 pounds and are approximate 5.3
Rev 12-03
500
~
+Ie rsey:.Meters
Plate Strainer
For Water Meters
Sizes 2",3",4",6",8" and 10"
Features
APPLICATIONS: Designed for installation with water meters to
help protect against damage caused by debris in the pipeline, and
to reduce turbulence and distortions.
CONSTRUCTION: Durable bronze for 2"-6" sizes; epoxy cast iron
for 8" and 1 0" sizes.
OPERATION: Installed upstream of the meter. Optional drain plugs
for periodic flushing. Stainless steel strainer has an area of two
times nominal inlet opening for minimal flow restriction.
MAINTENANCE: Easy access and in-line service of strainer ele-
ment.
CONNECTIONS: End flanges for 2" through 6" sizes are ANSI class
150 standard and for 8" and 10" sizes are ANSI class 125 stan-
dard.
B
A
Dimensions and weights
Materials and Specifications
. SIZES................................................................... 2",3",4",6",8",10"
. MAXIMUM WORKING PRESSURE .................................. 175 PSI
. CASE ........................................................................... Bronze, 2" to 6"
Epoxy coated cast iron, 8" to 10"
. COVER ........................................................................ Bronze, 2" to 6"
Epoxy coated cast iron, 8" to 10"
. GASKET .................................................................................. Accopac
. STRAINER ..................................................................... Stamless steel
. BOLTS ............................................................................. Stamless steel
. END FLANGES............................... 2" to 6" ANSI class 150 standard
8" to 10" ANSI class 125 standard
Size 2" 3" 4" 6" 8" 10"
A 6-1/2" 6. 7 -1/2. 9. 10" 12.
B 5-3/4" 7 -314. 9-1/4. 11-1/2. 14-1/16. 18-314.
C 2-13/16. 3-7/8. 4-5/8. 6. 7" 8-114.
Weight 16-1/2 26 40 80 150 220
NOTE Weights are approximate and ill pounds
Rev 12-03
7.1
(
..
f\
Hersey Meters Limited Warranty
Positive Displacement Meters
I. Hersey Meters Inc. guarantees its 5/8", 3/4", 1", 1-1/2", and 2"
positive displacement cold-water meters against defects in
material and workmanship for a period of one (1) year from the
date of installation.
II. The Bronze Maincases for the above listed meters are
guaranteed to be free from defects in material and workmanship
for a period of twenty-five (25) years from the date of installation.
ilia. Standard Registers for the above listed meters are guaranteed to
be free from defects in material and workmanship for a period of
fifteen (15) years from the date of installation.
IVa. The above listed meters are guaranteed to perform to AWWA
new meter accuracy standard as defined in the most current
revision for a period of five (5) years from the date of installation.
IVb. The above listed meters are guaranteed to perform to AWWA
repaired meter accuracy standards for the following time periods:
5/8" - Fifteen (15) years from the date of installation, or the
registration of 1,750,000 U.S. gallons, whichever comes first;
3/4" - Fifteen (15) years from the date of installation, or the
registration of 2,000,000 U.S. gallons, whichever comes first;
1" - Fifteen (15) years from the date of installation, or the
registration of 3,000,000 U.S. gallons, whichever comes first;
1-1/2" - Fifteen (15) years from the date of installation, or the
registration of 5,500,000 U.S. gallons, whichever comes first;
2" - Fifteen years from the date of installation, or the registration
of 8,500,000 U.S. gallons, whichever comes first.
If the above listed meters do not perform as guaranteed, Hersey
will repair or replace them, at Hersey's option, free of charge,
subject to the following terms:
v.
a. A Hersey meter shall be determined to not be performing as
guaranteed if it fails to pass an accuracy test, conducted by the
customer according to AWWA standards. If the meter is inoperative
because of foreign material, all such material must be removed prior
to testing. A copy of the customer's test results must accompany
the Hersey meter being returned. If the customer chooses not to
test a Hersey meter before returning it, Hersey will repair or replace
the meter at Hersey's option after the meter has been tested by
Hersey. When test is conducted by Hersey, the customer will be
charged a reasonable testing fee.
b. Hersey's sole obligation and customer's exclusive remedy under
this performance guarantee is expressly limited to repair or
replacement of the meter at Hersey's option, during the applicable
guarantee period, upon the customer returning the meter to the
location designated by Hersey and paying the freight costs both to
and from such location. In no event shall Hersey be liable for
special, incidental, indirect or consequential damages of any kind.
c. Hersey does not guarantee any products, components or parts
not manufactured by Hersey, or Hersey meters which have been
damaged by willful misconduct, negligence, vandalism, act of God,
excessive operating conditions, improper installation, or
unauthorized attachments or modifications. Guarantee will be
nullified if product is placed in non-recommended installation, is
converted, repaired or altered by other than Hersey recommended
procedures, or is read by equipment not approved by Hersey.
Meters subjected to the foregoing will be repaired at price
consistent with existing material and labor costs, or Hersey will give
the customer a trade-in allowance toward the purchase of new
Hersey meters of a similar type and size, or other Hersey meters at
its option.
VI. The foregoing warranty is in lieu of all other warranties or
guarantees, expressed, implied or statutory, with respect to
quality, merchantability, or fitness for a particular purpose.
'- ,. "
Hersey Meters Limited Warranty
Models - MVR, Horizon, MCTII, MFMII, HM
I.
Hersey Meters Inc. guarantees Models - MVR, Horizon, MCTII,
MFMII, HM cold-water meters against defects in material and
workmanship for a period of one (1) year from the date of
installation.
II. Maincases for the above listed meters are guaranteed to be free
from defects in material and workmanship for a period of one (1)
year from the date of installation.
ilia. Standard Registers for the above listed meters are guaranteed to
be free from defects in material and workmanship for a period of
one (1) year from the date of installation.
IIIb. ER Registers are guaranteed for a period of one (1) year against
fogging.
IVa. The above listed meters are guaranteed to perform to AWWA
new meter accuracy standard as defined in the most current
revision for a period of one (1) year from the date of installation.
IVb. If the above listed meters do not perform as guaranteed, Hersey
will repair or replace them, at Hersey's option, free of charge,
subject to the following terms:
a. A Hersey meter shall be determined to not be performing as
guaranteed if it fails to pass an accuracy test, conducted by the
customer according to AWWA standards. If the meter is inoperative
because of foreign material, all such material must be removed prior
to testing. A copy of the customer's test results must accompany
the Hersey meter being returned. If the customer chooses not to
test a Hersey meter before returning it, Hersey will repair or replace
the meter at Hersey's option after the meter has been tested by
Hersey. When test is conducted by Hersey, the customer will be
charged a reasonable testing fee.
b. Hersey's sole obligation and customer's exclusive remedy under
this performance guarantee is expressly limited to repair or
replacement of the meter at Hersey's option, during the applicable
guarantee period, upon the customer returning the meter to the
location designated by Hersey and paying the freight costs both to
and from such location. In no event shall Hersey be liable fQr
special, incidental, indirect or consequential damages of any kind.
c. Hersey does not guarantee any products, components or parts
not manufactured by Hersey, or Hersey meters which have been
damaged by willful misconduct, negligence, vandalism, act of God,
excessive operating conditions, improper installation, or
unauthorized attachments or modifications. Guarantee will be
nullified if product is placed in non-recommended installation, is
converted, repaired or altered by other than Hersey recommended
procedures, or is read by equipment not approved by Hersey.
Meters subjected to the foregoing will be repaired at price
consistent with existing material and labor costs, or Hersey will give
the customer a trade-in allowance toward the purchase of new
Hersey meters of a similar type and size, or other Hersey meters at
its option.
VI. The foregoing warranty is in lieu of all other warranties or
guarantees, expressed, implied or statutory, with respect to
quality, merchantability, or fitness for a particular purpose.
l
.
.
'"
-+lersey~~~r.~.
May 2, 2005
Repair and Exchange Program
1. Chamber Exchange:
Hersey Meters will exchange and old chamber (which is not covered under warranty).
Exchange chambers are guaranteed to meet A WW A C700 New Meter Accuracy Standards.
for one year from date of installation. The customer is responsible for all repairs and testing
of the meter. In order to receive exchange price, the old chamber must be returned to the
manufacturing plant. Exchange prices are:
Model 430llS
Model 44211S
Model 45211S
Model 56211S
Model 572I1S
5/8"xl/2" & 5/8"x3/4"
%"
I"
1 W'
2"
$12.00
$20.00
$26.00
$45.00
$60.00
2. Register Exchange: Direct Read Registers Only
Hersey Meters will exchange an old register (which is not covered under warranty).
Exchange registers are guaranteed for one year from date of installation. The customer is
responsible for repairs and testing of the meter. In order to receive exchange price, the old
register must be returned to the manufacturing plant. Exchange prices are:
Model 430118
Model 44211S
Model 45211S
Model 56211S
Model 572I1S
5/8"xl/2" & 5/8"x3/4"
%"
I"
1 W'
2"
$ 9.00
$11.00
$11.00
$11.00
$11.00
3. Factory Chamber Replacement / Repair:
Hersey Meters will disassemble the meter, replace the measuring chamber and gasket, then
reassemble the meter. Exchange chambers are guaranteed to meet A WW A new meter
accuracy standards for one year from the date of installation of the meter.
Model 430llS
Model 44211S
Model 452118
Model 56211S
Model 572118
5/8"xl/2" & 5/8"x3/4"
%"
I"
1 W'
2"
$15.25
$25.00
$31.50
$78.00
$101.35
Test Charge
$6.00
$6.00
$6.00
$11.00
$11.00
Program Terms and Conditions:
I. All shipping and handling charges are to be paid by the customer.
2. All prices shown are subject to adjustment with thirty day written notice from Hersey Meters.
3. Guarantees are null and void if meters are placed m non-approved installations or attached to auxiliary equipment
which is not approved by Hersey Meters.
4. For exchange meters which are returned to the factory and need additional repairs, customers will be notified of
charges, in wnting, and given an opportunity to decide whether or not to proceed