Loading...
HomeMy WebLinkAbout4.494 Original Contract ~ ~, Ih> fOw~-</. <I q<j . - 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 RI1rtr!E1--- - Mike Puntenney, DePLl~~ --.....~ .,~ " i 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 materials received and invoiced. Should a vendor fail to deliver within the time frame specified for each Schedule (see each Schedule's bid sheet for the number of days specified), the City may, at its option, 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 Superintendent, (360) 417-4855; or Mike Puntenney, Deputy Director of Operations, (360) 417-4802. STANDARD TERMS AND CONDITIONS: THE PURCHASE CONTRACT INCLUDES THE FOLLOWING TERMS AND CONDITIONS AND THE PUBLISHED RULES, REGULATIONS, AND LAWS OF THE CITY OF PORT ANGELES AND THE STATE OF WASHINGTON, WHICH ARE HEREBY INCORPORATED BY REFERENCE. 1. CHANGES: No alteration in any of the terms, conditions, delivery price, quality, quantities, or specification will be effective without written consent of the appropriate representative of the City. 2. HANDLING: No charges will be allowed for handling, including but not limited to packing, wrapping bags, containers or reels, unless otherwise stated herein. 3. DELIVERY & ACCEPTANCE: For any exception to the delivery date as specified in this Contract, Contractor shall give prior notification and obtain written approval thereto from the City. Time is of the essence and the Contract is subject to termination for failure to deliver as specified and/or appropriate damages. The acceptance by the Purchaser of late performance with or without objection or reservation shall not waive the right to claim damage for such breach nor constitute a waiver of the requirements for the timely performance of any obligation remaining to be performed by Contractor. The successful bidder shall be responsible for delivery to the City's Corporation Yard, 1703 S. "B" Street in Port Angeles, Washington, 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 purchase, 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 L day of }b IJ [. , 2005, between the City of Port Angeles (hereinafter called the "Purchaser") and H.D. Fowler 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 B - Water Utility Materials, Schedule C, 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 Page 1 of 3 ~ ~- mental handicap, or national origin, and, in particular: .. 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 ~ -,-, CONTRACTOR Title: 7Alr,u Dated: ~:2 0) ATTEST: ~-~ AJ ...'''''''''\ _-.......... JEP..- "~I l;~ "~....'f, -- ........"N\\\\\\' ~~..... " ... ~.. 0 ....~'" ~ I "". ..... ~ I, , ,: ~, ~ 0 ff ~1I~ ~\ ~ ~ - ::0 =-= . ~ ~ , ~ S ~o :A I ~ i ~ ~ I ",' u\\; b:- It ~ J " ....1j..:/... JJ ',4.~'" ...... - II ,.... J _1ft 'h"",... - 1 "')0. c.t- II i 47'E OF'll"" ..._-- ..... \ 1\\ ,\....'" " :~~~~ Mayor Dated t.A... 5 ... () 5 APPRj?'VED AS T~ 1vlu ~ - William Bloor, City Arney ATTEST: &~~ J JptoA Becky J. U , C 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 00003 2. 659-023- 10 EA 1" S.R. Water Meter No 00005 lD lD 3. 659-023- 5EA 1 'V2" S.R. Water Meter with B\D 00006 bolt & asket kits 10 4. 659-023- 3EA 3" Compound Water Meter 00011 with Strainer, bolt & No {)lO No BlO asket kits 5. 659-023- 3EA 4" Compound Water Meter 00013 with Strainer, bolt & asket kits SUBTOTAL WASHINGTON STATE Nu el\O SALES TAX at 8.3% D TOTAL SCHEDULE A 5\0 No &\\ Page 9 of 26 WATER METER SPECIFICATIONS COLD WATER METERS - DISPLACEMENT TYPE WITH MAGNETIC DRIVE 5/S11 - 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 AWW A 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 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 00001 Resilient Seated I~O.~ ILlO4.~ Non-risino Stem 2. 659-003- 4EA 4" Megalug Follower & 00006 Accessory pack for D I \ CO .~~ 73 .32 DiDe Grouo No.2 - Couolinas and Renair Bands 3. 659-033- 10 EA 2" Coupling (Example: 00003 ROMAC 501 w/D.1. Center 11. faS 116. ~ Rino - 2.35 - 2.65 x 5") 4. 659-033- 10 EA 2" Trans. Coupling 00004 (Example: ROMAC 501 w/D.1. Center Ring, 2.35 - 11. bS llb .50 2.65 x 2.50 - 3.00 x 5") 5. 670-052- 25EA 2" C.I. Repair Clamp 00002 (Example: Romac #SS1- 1o.Y] 512...':e 2.63 x 6") 6. 670-052- 4EA 2" C.I. Repair Clamp 00003 (Example: Romac #SS1- ll~ [ fI .' 68 2.63 x 8" 7. 670-052- 4EA 2" C.I. Repair Clamp 00004 (Example: Romac #SS1- 38.~ 155. ~ 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 IJ. 31 (?J~I 60 00010 Schedule 40 9. 658 060- 1000LF 2" PVC Pipe Schedule 80 11736. 730. ~ 00001 (solvent-weld) 10.(*) 658-058- 500 LF 3/4" P.E. Tubing CTS 00001 Eagle Brand Pure Core . I B Or l>~ (BLUE) Class 200 CfO- 11 . (*) 658-058- 1000LF 1" P.E. Tubing CTS 00002 Eagle Brand Pure Core (BLUE) 1306. o<:J Class 200 300. - Group No.4 - Fittinas PVC Sch. #80 12. 659-027- SEA 2" PVC Glue Cap Lf,~ 2Lf ~ 00001 Schedule 80 13. NA SEA 2" PVC Tee 7. a'J 3q. lf2 Schedule 80 14. 659-017- 10 EA 2" PVC 900 Bend-SlipxSlip l.g 'L2 . 20 00010 Schedule 80 Group No.5 - Miscellaneous 15. NA 250 EA Meter Gasket, 3/4" . 07 6. 17.~ Rubber 16. NA 250 EA Meter Gasket, 1" Rubber ' 09 l\ 22.~ 17. NA 50 EA Meter Gasket, 1 W' I 52.. ~ 2b ~ Rubber 18. NA 50 EA Teflon Tape W' Roll ,256r /2. 5Q 19. NA 25EA Outside Diameter (Pi)Tape Measure (6' Long x 1/4" Wide one side graduated in 16ths of an inch, other side graduated L/.~ 108.TI. 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 ..13~ l3.~ Series-insert 51) 21. 659-004- 200 EA Insert Stiffeners 1" for 00003 P.E. Tubing{Ford 50 c;j:. Series-insert 52) > 77 ~ (5~. - 22. 659-004- 25EA 3/4" Brass F.I.P.TH. X slip 3,~ 9t~ 00004 IP tubina 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 2.71 b 2.5 00005 slip IP tubing size 9.- 24. 659-004- 25 EA 1" Brass M.I.P.TH. X slip '1. 53 1/3 ~ 00006 IP tubing size ,,- 25. 659-005- 200 EA Stainless Steel Clamps .4/i}. 82. 6':J 00002 (~" - 1 1/4") 26.(*) 659-006- 50 EA 3/4" Muller Brass 00001 F.J.P.TH. x Insta-tite CJ.~ '-/5? $~ ADPT.-CTS 27. 659-006- 50 EA 3/4" M.I.P.TH. Brass 4. '54 229. 50 00005 Compression Adpt. CTS 28. 659-006- 25EA 3/4" FE.I.P.TH. Brass 11.84 c;::J 00007 Comoression Adpt. CTS /21.- 29. 659-006- 150 EA 1" M.I.P.TH. Brass 5. lffi 8/7. -0 00009 Compression Adpt. CTS ~ 30. 659-006- 50 EA 1" F.I.P.TH. Brass roo ~ 32,8. 5~ 00010 Compression Adpt. CTS 31 .(*) 659-006- 50 EA 3/4" Muller Brass M.J.P. 00011 TH. x Insta-tite ADPT.- 8.32 427. ~ CTS 32.(*) 659-006- 50 EA 1" Muller Brass 00012 M.I.P.TH. x Insta-tite IO.c8. 504.~ ADPT .-CTS 33.(*) 659-006- 50 EA 1" Muller Brass F.J.P. 00013 TH. x Insta-tite ADPT.- I~.!l- b'SS. ~ CTS 34. 659-007- 100 EA 1" Ball Corp. Stop 00004 (Example: Ford # FB500- Ib.QCf lloctc1. 00 4) --- 35. 659-007- 5EA 2" Corp. Stop (Example h2.~ 31~. Y2.. 00007 Ford # FB500-7) 36. 659-008- 150 EA 5/8"x3/4"x1" Brass Meter 00002 Adapter (Example Ford # l.~ L lll.~ A24) 37. 659-017- 50 EA 1" Brass 90 Degree Bend t~ 81.~ 00003 38. 658-017- 10 EA 2" Brass 90 Degree Bend '-L ~ 4 B. c.r:.. 00009 39. 658-017- 25 EA 3/4 .. Brass Street Ell L~ 31. 15 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 7. .l!i 71. L/b 00032 41. 659-018- 50 EA 3/4" Angle Ball Meter 00002 Valve for 3/4" service line(Example: Ford-BA 13- 2/. t<1 IDS~, ~ 332W} 42. 659-018- 4EA 1 1/2" Angle Ball Meter 00004 Valve (Example: bJ L./b 2.,53. ~ McDonald 3131 B) 43.(*) 659-021- 100 EA 1" X 12" Meter Setter 00006 Ford 270 Series/Coppersetter- 18.19 1819.9Q VH274-12W-PJA4-44 44. 659-024- 10 EA 1 1/4" x 1 1/2" ,.~ Il. 20 00004 Brass Bushing 45. 659-024- 6 EA 2" x 1 1/2" 2.<~ 15.~ 00005 Brass BushinQ 46. 659-024- 50 EA 3/4" x %" . 5~ 4,- 2b. ?9. 00002 Brass Bushing 47. 659-024- 100 EA 3/4" x 1" '19{), 19.~ 00003 Brass BushinQ 48. 659-024- 10 EA 2" x 1" 3.~ 3o,~ 00009 Brass Bushing 49.(*) 659-037- 5EA Traffic Meter Box With 012.1Sl. 00009 Ductile Iron Lid Mid- States Plastic 4b~.~ MSBCF1730-18XL 50.(*) 659-037 - 50 EA Traffic Meter Box With 00007 Ductile Iron Lid Mid- States Plastic- 5\.~1 2.15fo~.~ MSBCF1324-12 51. 659-073- 30EA 2" x 1" IPTH Service 00004 Saddle with straps, nuts & washers(Example: Romac IL<~ 371 3(:) 101S - 2.50 x 1" IP) 52. 659-073- 5EA 4" x 1" IPTH Service 00006 Saddle with straps, nuts & washers (Example: b9.~ Romac 101S - 5.40 x 1" l~,~ 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: Romac 101S - 7.60 x 1" t 5.t11- 3b8.~O IP) 54. 659-073- 30 EA 8" x 1" I.P.TH. Service 00014 Saddle with straps, nuts & washers (Example: SB9 .~ Romac 101S - 9.80 x 1" 19,0 IP) 55. 659-073- 15 EA 10" x 1" I.P.T.H. Service 00020 Saddle with straps, nuts & washers(Example 357. ~ Romac101S - 12.12 x 1" Z~.~ IP 56. 659-073- 2EA 10" x 2" I.P.TH. Service 00019 Saddle with straps, nuts & bO.~ washers (Example Romac 30.~ 101S-12.12x2"IP 57. 659-073- 2EA 12" x 1" I.P.TH. Service 00020 Saddle with straps, nuts & washers (e.g.: Romac '-\9, ~ 101S - 14.38 x 1"IP) 2,1-\.0- 58. 659-085- 5EA 1" Brass Tee 1.!2 10.10. 00002 59. 659-085- 5EA 2" Brass Tee b. 77 33.~S 00006 60. 659-086- 1 EA 8" x 6" Stainless Steel 00007 Tapping Sleeve-Ford-Fast 2:14 .~ 2ZL{.~ -945 x 6"FL 61. NA 100 EA 5" Storz Nozzle x 4" PCT Connection with Cap & I \) b99.~ Cable /lte . cri (4.828 x 6) 62. 659-087 - 50 EA 3/4" Brass Compression 00001 Union CTS X CTS 2'13. ~ (Example McDonald 'S.ts"l #4758-22) 63. NA 4EA 4" MJ Plug ILt.!1. 5' Sla b. ;:--" SUBTOTAL 39 Y b9 .15 3'1 ,L/l,9. ~ WASHINGTON STATE ~ 215.<)3 3 ~15, q3 SALES TAX at 8.3% , , Page 16 of 26 -. ITEM # City QUANTITY DESCRIPTION UNIT PRICE TOTAL PRICE PART Estimated for this . NUMBER year G8 Lf 2} 1 Lf5.oe TOTAL SCHEDULE "B" 1-/ I} lL-f5.- 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 AWWAlANSI standards. 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 GENERAL DESCRIPTION: BID NO. 05-10 Water Utility Materials SCHEDULE C Water and Sewer Pipe SPECIFICATIONS: See "Water and Sewer Pipe Specifications" attached DATE DELIVERY REQUIRED: Maximum of 75 calender days from ceipt of purchase order. ITEM # City PART QUANTITY NUMBER Estimated for This Year 1. N/A 7,900 LF 2. N/A 4,600 LF 16-inch 250 P . ductile Iron water main e Ie WASHINGTON STATE SALES TAX at 8 3% TOTAL SCHEDULE C UNIT PRICE TOTAL PRICE Page 19 of 26 1 PART 1 WATER AND SEWER PIPE SPECIFICATIONS SECTION 02502 DUCTILE IRON PIPE AND FITTINGS GENERAL 1.01 REFERENCES A. The following is a list of standards that may be referenced' this section: 1. American Water Works Association (AWW : a. C104, Cement-Mortar Lining fo uctile Iron Pipe and Fittings for Water. b. C110, Ductile Iron and Gre ron-Fittings, 3-inch through 48- inch. c. C111, Rubber-Gasket J rnts for Ductile Iron Pressure Pipe and Fittings. d. C150, Thickness D ign of Ductile-Iron Pipe. e. C151, Ductile-Iron ipe. Centrifugally Cast, for Water. f. C153, Ductile Ir Compact Fittings, 3-inch through 24-inch and 54-inch throu 64-inch for Water Service. 1.02 A. B. C. DELIVERY AND HANDLING Pipe supplier is to coordinate de' ery with City personnel at least 7 days in advance of pipe delivery. Pipe is to be delivered to cH ation specified by the City. Pipe is to be unloaded b~~ pplier, and as directed by the City. J J~ \J'\ PART 2 PRODUCTS 2.01 A. MATERIALS Pipe: 1. 2. 3. 4. Le th: 7,900 lineal feet. ntrifugally cast, grade 60-42-10 iron. eet requirements of AWWA C150, C153, C151, C110, and C111. Lined and coated as specified. a. Pressure rating of pipe from 16 inches in diameter shall be 250 psi. Pipe shall be new and recently manufactured. Refurbished pipe shall not be provided. b. B. Joints: 1. Push-On Joint: Rated at minimum working pressure equal to pipe material design. 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, C11 0, and C153. PART 3 EXECUTION (NOT USED) END OF SECTION SECTION 02509 POLYVINYL CHLORIDE PRESSURE PIPE AN PART 1 GENERAL 1.01 A. 1.02 A. PART 2 2.01 A. B. C. REFERENCES The following is a list of standards that may be eferenced in this section: 1. American Water Works Associ on (AWWA): C900, Polyvinyl Chloride (PVC) Pressure Pipe and Fab cated Fittings, 4 inch Through 12 inch (100 mm Through 300 mm). DELIVERY AND HANDLING Pipe supplier is to coordinate delive with City personnel at least 7 days in advance of pipe delivery. Pipe is to be delivered to ,a~' n specified by the City. Pipe is to be unloaded by J';?lier, and as directed by the City. PRODUCTS ~~ ~u B. MATERIALS Pipe: 1. Diameter Sanitary Sewer Force Main: PVC, conforming to requirements of AWWA C900. Length: 4,600 linear feet. DR shall be 18. Joints: 1. 2. Rubber gasketed. Conform to A WW A 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 J ints For Drain and Sewer Plastic Pipes Using Flexible Elast eric Seals. d. F477, Standard Specification fo lastomeric Seals (Gaskets) for Joining Plastic Pipe. 1.02 DELIVERY AND HANDLING A. Pipe supplier is to coordinate delivery with City ersonnel at least 7 days in advance of pipe delivery. B. Pipe is to be delivered to a location specifie by the City. C. Pipe is to be unloaded by supplier, and a directed by City. PART 2 PRODUCTS 2.01 POLYVINYL CHLORIDE PIPE (8 C) A. 8-lnch Diameter Gravity Se ripe: 1. Length: 2,44~i ar feet. 2. In accorda ith ASTM 03034. 3. Joints: I I bell and spigot, in accordance with ASTM 03212. 4. Minim R: 26. 5. Cell ification: 12454-B or 12454-C, as defined by ASTM 01784. 6. Ga s: Factory fabricated rubber compression type with solid cross s~' n in accordance with ASTM F477. Lubricant for joining pipe as a roved by pipe manufacturer. PART 3 EXECUTI (NOT USED) END OF SECTIO Page 22 of 26 ADDENDUM NO. 1 TO PROJECT MANUAL - CONTRACT DOCUMENTS FOR WATERLINE UTILITY MATERIALS PURCHASE PROJECT NO. 05-10 NOTICE TO PROSPECTIVE BIDDE May 6, 2005 NOTICE IS HEREBY GIVEN that the instructions and requirem ts of the subject bid are amended as follows: (The Bid Item table shown at Page 19 of 26 in the Pr ect Manual has changed in its entirity and has been replaced with the Bid Item table shown b ow. The Specifications shown in Schedule C in the Project Manual emain unchanged.) GENERAL DESCRIPTION: Water and Se r Pipe SPECIFICATIONS: See 'Water and S er Pipe Specifications" in Project Manual. DATE DELIVERY REQUIRED: JO order. ~~ J} Q.tJJ aximum of 75 calender days from receipt of purchase / ITEM # Q~ ~TITY City PART ~mated for NUMBER is Year DESCRIPTION UNIT PRICE TOTAL PRICE WA/ 16-inch Pressure Class 250 or Special Class 52 ductile iron water main 1 5,900 LF pipe, Stab Joint 16-inch Pressure Class 250 or Special Class 52 ductile iron water main 2 NA 2,000 cipe, Restrained Joint 3 NA 1 Ea. 16" ductile iron RJ pluQ 16" ductile iron 22.50 RJ 4 NA 3 Ea. bend ITEM # QUANTITY City PART Estimated for NUMBER This Year DESCRIPTION UNIT PRICE TOTAL PRICE 16" ductile iron 450 RJ 5 NA 3 Ea. bend 16" x 16" x 12" ductile iron 6 NA 2 Ea. Fl. Tee 16" x16" x 16" ductile iron 7 NA 1 Ea. Fl. Tee 16" ductile iron adaptors, 8 NA 10 Ea. FI . xRJ 4-inch PVC C900 sew 9 N/A 4,600 LF force main i e 10 N/A 2,440 LF SUBTOTAL WASHINGT: N STATE SALES T at 8.3% ACKNOWLEDG RECEIPT OF ADDENDA on the "Bid Submittal Sheer in the Project Manual - Contract Documents, p e 23 of 26. o 1 :30 PM, May 13. 2005.. The Bid Opening Date has been chan This addendum must be acknowle to do so may result in the propo on the Bid Submittal Sheet and included in your proposal. Failure ing rejected as non-responsive. {~ N:\PROJECTS\05_10 Water Utility Materials Purchase\Ammendment No 1 6_6_05.wpcI 05/11{2PI0~'I' ~ED 07:23 FAX , I I I, Ii ' I j II I I j: 'I I I I :; III i I: I~ Vd~T "V'{. ',' ,j :-l[O~~~~ " I' ~,,- "liV-.. ~ If I'<J~U. I' "9\UL ~.'M I '~-=- ~ l~ ?'6II~tN-..~'::;..ri~~ : ,II -''11l:;)1 roo.- [4J 001 ADDENDUM NO.2 TO PROJECT MANUAL - CONTRACT DOCUMENTS FOR WATERLINE UTILITY MATERIALS PURCHASE PROJECT NO. 05-10 I , i I I, I II I I NOTICE IS HEREBY GIVEN that the instructions and requirements of the subject bid are ;!arriended! as follows' I: :, ' SCHEDULE C d I i " , ,,1 :' 1(~:chedYle C shown at Pages 19 through 23 in the Project Manual has changed in Its entirety 11 ,qrd ha9 been replaced with the Bid Item table shown below. Addendum No.1 dated May 6, I I II It I 2005 IS void. The remainder of the Project Manual remains unchanged.) I 'I I ~ I 'I ' i III: ' I' "i Ii " I ,: : G~,~E~L DESCRIPTION: Water and Sewer Pipe I NOTICE TO PROSPECTIVE BIDDERS May 10, 2005 S~E;CIFI9ArIONS: See "Water and Sewer Pipe Specifications" in Project Manual. DATE DELIVERY REQUIRED: order, I I I' I Maximum of 75 calender days from receipt of purchase , , I, I ! I , 111EM # I I QUANTITY II ! ' , , :11 " i Gity PART Estimated for , I , II ' , , ,~UMBER This Year DESCRIPTION UNIT PRICE TOTAL PRICE I' I: , I 16-inch Pressure Class , :1 I I 'I ; Ii , 250 or Special Class 52 !I~ II I I ductile iron water main 2'1.5\ c...- , 'I ~/A 132, BO<j..- I ,I , 5,900 LF pipe, Stab Joint ' II , I 'I , I I , , II ql I , :' I 16-mch Pressure Class I, 250 or Special Class 52 ductile Iron water main pipe, Restrained Joint, 18- 3L <ri b"'J.OW.?e 2 NA 1,970 LF 20' Standard LenQth , , , 16-inch Pressure Class , , I 250 or Special Class 52 " JI i I, ductile iron water main 'I I 3l'i. h:, /518. 52 : I pipe, Restrained Joint, 10' , , ,8 ;, Ii ~A 4 Ea Length , , " :.1 I! ! l i I ! i I!~ : II 11'1 ,II I: iil itl II " : 05111h'oo'51'\VED I: p" II Iii' I I 07:23 FAX 1 i f , ~002 . , . 1 ITEry1 # , QUANTITY I City PART Estimated for I' : I I I'i tNUMBER This Year DESCRIPTION UNIT PRICE TOTAL PRICE J' \1 1 I , i I 16-inch Pressure Class I I j i: ' ' I I 250 or Special Class 52 I I Db I II j, I ductIle Iron water main 2qb,~ 592,. II I ! Ii ' I :::-- I' : ' I I I pipe, Restrained Joint, 5' :\14 d I I ! I' I I t}JA: 2 Ea. Lenoth ~ I' I I I " 4b'1. J2 4h'L 15 5': I: t}JA 1 Ea. 16" ductile iron RJ pluq , Ii , :1,1 -- 'I!; III f' : I ' I I I I' " I " 16" ductile iron 22.50 RJ Cf9" . ~ 1~8~ .12 :1:61, " ! ,I tiJA ' 3 Ea. bend I' I ,i :Ii I 1.5 15 I , 16" ductile iron 450 RJ gqi" 2188, I' I' I - - '7 I' , NJA 3 Ea. bend j I I 16" x 16" x 12" ductile iron I YLf9. ~ 2.. Bq'l 'iQ 8 NA 2 Ea. Flq. Tee I 16" x16" x 16" ductile iron 139<1 ' 12 1 , J 3CfCJ. 12 :911 II ~A 1 Ea. Flq Tee I Iii , " I , I I' I I 16" ductile Iron adaptors, 5Y I. "t! 54 ILl. 40 Ii I. I :1:1Q I t'ljA 10 Ea Flq. x RJ :1 ii I I I , 00 I .' ! I 4-inch PVC C900 sewer Lff1 8b02-. - ~11: ~/A' 4,600 LF force main pipe ,I , I Ii i if1 J! 'I , 8-inch PVC sewer main 2.~ 705/ . ,"0- il I ...- ~/A' 2,440 LF pipe II " I: I JJq, 75i-f ~ 22qJ 75if " :1: I SUBTOTAL I' " " I': " WASHINGTON STATE /9,Ob9. ~'S (0' " 19, O~Fl. ........ i , SALES TAX. at 8.3% i , :2I-fB, 82L.f. 1./3 248, 82.'/. ~ I TOTAL SCHEDULE C ; Th~ Bid Opening Date has been changed to 1'30 PM, May 13, 2005 . i, I ! :IThik ad8 : dum must be acknowledged on the Bid Submittal Sheet and included in your proposal Failure It~d so 'a suit in the proposal bemg rejected as non-responsive. II I :1 , I ~I ! :; I I' I : r'll'! ~ I r'\ I,' I GIJni A. Cutler 'I I I , I Ii 1:DlreGtor of 'I Public Works and U I ! I, I '(!!I I i ,I, I 'I ' I ; , ,i .1/ ~ I I : I ' . : II I :1 AC~NOWlEDGE RECEIPT OF ADDENDA on the "Bid SubmIttal Sheet" in the Project Manual - Contract , 'Ii I ' Do~ument~. page 23 of 26 \ 'I' I I I II ,I I , ' : ! 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 Amencan 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-lnch through 48-lnch. 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-lnch through 24-lnch 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. PART2PRODUCTS 201 MATERIALS A. Pipe: 1 2. 3. 4. Length: 7,900 lineal feet. Centrifugally cast, grade 60-42-10 iron Meet requirements of AWWA C150, C153, C151, C110, and C111. 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 design. 2. Restrained Joint: a. Manufactured propnetary joint that mechanically restrains pipe to adjoining pipe. b. Manufacturers and Products: 1) Amencan Cast Iron Pipe; Flex-Ring and Lok-Ring. 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. Fittings: b. 1. Restrained Joint. a. Manufactured proprietary joint that mechanically restrains pipe to adjoining pipe. Manufacturers and Products: 1) American Cast Iron Pipe; Flex-Ring and Lok-Ring. 2) PaCifiC States Pipe, Thrust-Lock. 3) U S Pipe; TR Flex 2. Use of set screws for restraint or field-lock gaskets shall not be allowed. D. Lining: Cement lined in accordance with AWWA C104. E Coating Asphaltic type, 1 mil thick, In accordance with AWWA C151, C110, and C153 PART 3EXECUTION (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. PART2PRODUCTS 201 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. Rubber gasketed. 2. Conform to AWWA C900. PART 3EXECUTION (NOT USED) END OF SECTION SECTION 02512 GRAVITY SEWER PIPE PART 1 GENERAL 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(Vlnyl 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. PART2PRODUCTS 2.01 POLYVINYL CHLORIDE PIPE (PVC) A. 8-lnch Diameter Gravity Sewer Pipe: 1 Length' 2,440 linear feet. 2 In accordance with ASTM D3034. 3. JOints: Integral bell and SpigOt, in accordance with ASTM D3212. 4. Minimum SDR' 26. 5. Cell ClasSification. 12454-B or 12454-C, as defined by ASTM D1784. 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 3EXECUTION (NOT USED) END OF SECTION N IPROJECTSI05_10 Water Utility Matenals PurchaselAmmendment No 2 5_10_05 wpd City of Port Angeles Project No. 05-10 WATER UTILITY MATERIALS BID SIGNATURE SHEET Schedule(s) being bid: 0 Schedule A liJ Schedule B ~ Schedule C ~~' vi'=x ,~.., ~':.i\1.\::;<x ~" \..~ 0 \ ~ J..l} d ~;' "~/ riCEr~untilfutthet:::n0tice? ,:)('esJ61!<:(~(+i;;"'{ )j;~~",\: ,~~4r ~~:~5;~1 ^ '~~~{; v ^ >>' : 1;~v '{:~~<~< ::~~!,: :'0 ;:\llJt<< ',ft; '::';:;1< ):i1, ~jiI~'li%~ ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received Addenda No(s). _ ~ 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 _HD_FJ'vJLER. CoM PANV TYPE OF BUSINESS: ]l( Corporation 0 Partnership (general) o Sole Proprietorship o Partnership (limited) o Limited Liability Company ADDRESS t-f 540 STATE H NY 3 CITY/STATE/ZIP I3~ME~ToN WA. PHONE 3bO' 3"1/- 4- 507 NAME (PLEASE PJ!!.~I ~RA /'J 1<.. DukE SIGNED ~ G<6312- FAX 3bO - 377-l-f 5/b TITLE ESTIMATe R DATE 5"'/1.- 05 Page 23 of 26 NON-COLLUSION AFFIDAVIT STATE OF WASHINGTON COUNTY OF KI,SAP ) ) ) 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. Subscribed and sworn to before me this ~ day of rv/.4 '< ,200(5. ,,""\\\, __......... JIP~ "'" -~ ""~":S"~J." : ~ '~~ , .: la 'I :(Ji ~N'~ \ ~ ~==-; ~.-&! ~ ~ i:o",,~ -V.I~~ i 1 : " " "U9~': ... , '/'1 4.~!I ............1 .:: I" ">. 11,\\\\\"............ '-__- III ~1'! OF~" ...--- \,\\\~~"........... ~nd~ State of Washington. Residing at K\T'~ My Comm. Exp.: 4-z6-o~ Page 24 of 26 MAY-03-2005 14:08 H.D. FOWLER 3603774516 P.04/04 .. '" . 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, H. D. Fowler Company, Ine. as Principal and Immrance Company of the West as Surety, are held and firmly bound unto the CITY OF PORT ANGELES as Obligee, in the penal sum of Five Percent Of the Total Amormt Bid-------- 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 fO~~filMq ,effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, t~~'8~':IJ1!!;qf ~ls ~?nd. - ~o ""'\\"'1 0 /, SIGNED, SEALED AND DATED THIS lOthday of May ,; \'~"'f:~OP""l'IIII: 1:.'// - ~ tI\') ~ H. D. Fa an ~. / :' ... ,. ~ ~ : ; - - - - Poulin, Attorney-In-Fact Dated: Received return of deposit in the sum of $ Signature Page 25 of 26 Received Time MaY. 3, 2:15PM TOTAL P. 04 " No. 0004612 ICW GROUP Power of Attorney Insurance Company of the West The Explorer Insurance Company Independence Casually and Surety Company KNOW ALL MEN BY THESE PRESENTS That msurance Company of the West, a CorporatIOn duly organized under the laws of the State of CalIfornia, The Explorer msurance Company, a CorporatIOn duly organized under the laws of the State of Anzona, and Independence Casualty and Surety Company, a CorporatIOn duly organized under the laws of the State of Texas, (collecl1vely referred to as the "Companies"), do hereby appomt CURTIS DYCKMAN, MICHAEL R. HIGHSMITH, ELIZABETH A. WHITT, STJSAN J. HUDSON, MARIE POULIN, GUIDA MCCLAIN theu true and lawful Attorney(s)-m-Fact with authonty to date, execute, Sign, seal, and delIver on behalf of the Companies, fidelIty and surety bonds, undertakmgs, and other similar contracts of suretyship, and any related documents m wItness whereof, the Companies have caused these presents to be executed by Its duly authonzed officers thIS 16th day of January, 200 I INSURANCE COMPANY OF THE WEST THE EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY John H Crmg, ASSistant Secretary John L Hannum, Executive Vice PresIdent State of CalIfornia County of San Diego } ss On December 5, 2003, before me, Mary Cobb, Notary PublIc., personally appeared John L Hannum and Jolm H Crmg, personally known to me to be the persons whose names are subscnbed to the wlthm mstrument, and acknowledged to me that they executed the same 111 their authonzed capaCItIes, and that by their signatures on the mstrument, the entity upon behalf of whIch the persons acted, executed the mstrument Witness my hand and offiCial seal I MARY COBB I COMM. #1321341 n NOTARY PU8UC-CALlfORtlIA <n SAN OIEGO COUNTY !? My CommissIOn Expires I SEPTEMBER 20. 2005 . .....~~ ~ &-bh Mary Cobb, Notary PublIc RESOLUTIONS This Power of Attorney IS granted and IS Signed, sealed and notanzed with faCSimIle signatures and seals under authonty of the followmg resolutIOns adopted by the respecl1ve Boards of Directors of each of the Companies "RESOLVED That the President, an Execul1ve or Senior Vice President of the Company, together with the Secretary or any ASSistant Secretary, are hereby authonzed to execute Powers of Attorney appomtmg the person(s) named as Attorney(s)-m-Fact to date, execute, Sign, seal, and delIver on behalf of the Company, fidelIty and surety bonds, undertakmgs, and other Similar contracts of suretyship, and any related documents RESOLVED FURTHER Thalthe ;;lgnallIJes uftne offIcers makmg the appomlment. and the ,Ignature 01 any ot1lcer ceflIlymg the validIty and current status of the appomtment, may be fac~lmtle representatIOns of those ~Ignatures, and the signature and seal of any notary, and the seal of the Company, may be faCSimile representatIOns of those signatures and seals, and such facsnmle representatIOns shall have the same force and effect as If manually affixed The faCSImIle representatIOns refelTed to herem may be affixed by stampmg, pnntmg, typmg, or photocopymg " CER TIFICA TE I, the underSigned, ASSistant Secretary ofmsurance Company of the West, The Explorer msurance Company, and mdependence Casualty and Surety Company, do hereby certify that the foregomg Power of Attorney IS m full force and effect, and has not been revoked, mld that the above resolul1ons were duly adopted by the respecl1ve Boards of Directors ofthe Companies, and are now m full force IN WITNESS WHEREOF, I have set my hand thIS 10th day of May 2005 ~ John H Crmg, ASSistant Secretary To venfy the authentiCity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety DIvIsIOn Please refer to the Power of Attorney Number, the above named mdlVldual(s) and detaIls of the bond to which the power IS attached For mformatlOn or filIng danTIs, please contact Surety Claims, ICW Group, 11455 EI Cammo Real, San DIego, CA 92130-204501 call (858) 350-2400 '.I~' ! , -, ,; . - LC.W. GROUP Insurance Company of The West The Explorer Insurance Company Independence Casualty and Surety Company 11455 EI Camino Real, San Diego, CA 92130-2045 P.O. BOX 85563, San Diego, CA 92186-5563 (858) 350-2400 FAX (858) 350-2707 www.icwgroup.com Bond Number: Bid Bond Terrorism Risk Rider This rider addresses the requirements of the Terrorism Risk Insurance Act of2002. In accordance with the above Act, we are providing this disclosure notice for all bond.s on which one or more of the above identified companies is a surety. . Coverage for certified acts of terrorism is included in the attached bond and will be partiall~ reimbursed by the United States under a formula established by the Act. The United States will pay 90% of covered terrorism losses in excess of a statutory established deductible to the insurance company issuing the bond. In no way will the payment for loss on this bond exceed the limit of liability under this bond. This rider does not provide coverage for any loss that would otherwise be excluded by the terms of this bond. . The portion of the premium, for this bond, attributable to coverage for certified acts of terrorism under the Act is One Dollar ($1.00). Important Notice: The cost of terrorism coverage is subject to change on any bond that premium is charged annually. , ,~ ~' 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 IPROJECTSI05-10 Water Utility Matenals PurchaselMatB,d21 wpd Page 26 of 26