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