Loading...
HomeMy WebLinkAbout4.578 Original Contract ---., .---. , .i. .' .. 'l:, \ '; p 'PROJECT MANUAL CONTRACT DOCUMENTS for WATER UTILITY MATERIALS <./.57g PURCHASE CONTRACT NO. DW-01-008 CITY OF PORT ANGELES WASHINGTON January 2008 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES M. C. PUNTENNEY, P.E., DEPUTY DIRECTOR OF OPERATIONS ReVi~wed bY:~.. __ V#~ ~ William Blbor City Attorney M.C. Puntenney, P. Deputy Director Original NO;. 1 Water Materials Purchase Contract DW-08-001 page 1 of 21 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, Wednesday, February 27, 2008, and will be opened and read in the Public Works & Utilities Conference Room, Port Angeles City Hall, 321 East Fifth Street, Port Angeles, Washington 98362. Bids will be taken for the following Materials: Schedule A: Water Meters Schedule B: Water Pipe and Fittings Bidders are not required to bid on all schedules. The materials to be bid are fully described in the instructions to bidders and the bid documents. Bid documents may be obtained at the Public Works and Utilities Department, Corp Yard, between the hours of 8:00am and 3:00pm, at 1703 South B Street, Port Angeles, Washington 98363, or by contacting Craig Fried, Contract Specialist, at cfried@citvofpa.com or (360) 417-4541, between the hours of 7:30 AM and 3 PM. All bids must be on the form provided and must be accompanied by a bid deposit in the form of a surety bond, postal money order or cashier's check for a sum of not less than 5% of the amount of the bid. Faxed bids and/or surety bonds shall not be accepted. The City of Port Angeles reserves the right to reject any or all bids and to waive informalities in the bidding process. The contract will be awarded to the lowest responsible bidder. Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of sex, race, color, age, national origin or handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this project. Glenn A. Cutler, Director of Public Works and Utilities. PUBLISH: Peninsula Daily News: February 13, 2008 Daily Journal of Commerce: February 11, 2008 Water Materials Purchase Contract DW-08-001 page 2 of 21 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: February 27,2008, PURCHASE CONTRACT NO. DW-08-001". The name and address of the bidder shall also appear on the outside of the envelope. Bids shall be directed to the Public Works and Utilities Department, Attention: Director of Public Works & Utilities, 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 both schedules and may, therefore, bid on Schedules A, and/or B. Bidders are required to bid on all items in a given schedule. Failure to do so could be cause for the bid to be considered non-responsive. The City will evaluate bids for each schedule independently, without regards to bids on other schedules. The award decision will be based on lowest responsive bid by a responsible bidder for each schedule. If a bidder's corporate policy mandates use of an official quotation form, it may be submitted. However, the cost data must be duplicated on the City's bid cost data and agreement sheet. The City's bid sheet must be signed by the bidder or its agent in order for the proposal to be accepted. If alternate materials are proposed, bidders are required to submit a separate bid sheet for each unit offered. All bids must be made on the required bid form in each Schedule, and in cases of errors in the extension of prices in the bid, the unit prices will govern. All blank spaces for bid prices must be filled in, with ink or typewritten, and each bid form for which the bidder is providing a bid must be fully completed and executed when submitted. Only one copy of each complete bid form is required. The completed bid form(s) must be accompanied by one completed Bid Signature Sheet, one completed Non-Collusion Affidavit form, and one bid deposit in the form of a cashier's check, postal money order, or surety bond for a sum of not less than 5% of the amount of the total bid for the Schedule(s) for which the bidder is providing a bid. Faxed bids and/or surety bonds will not be accepted. Failure to adhere to instructions may constitute disqualification of proposal. COMPLIANCE WITH SPECIFICATIONS: The materials must be in accordance with the specifications. Any variation proposed by the successful bidder must be approved in writing by the City prior to.the change. Such variations, regardless of whether there is any adjustment in the contract amount, must be confirmed by a fully- signed change order. Failure to follow this procedure can result in non-acceptance of the materials by the City. Water Materials Purchase Contract DW-08-001 page 3 of 21 . Failure on the Contractor's part to comply with any specification herein, once the bid is accepted by the City, will be grounds for disqualification of the bid and termination of the contract. All items called for in the specifications, including but not limited to the materials constructed as shown, and the necessary manuals, must be complied with before the final payment can be processed. Where the description of an item includes both specifications and a brand name and number, the specifications shall govern in case of conflict. Brand name and number are for reference as to the type and quality required and do not preclude offers of a comparable or better product, provided full specifications and descriptive literature accompany the offer. Failure to include full descriptive literature may be cause to reject the offer. The term "approved equal" shall mean that the quality of materials must be equal to the named reference and receive the approval of the City. The City shall be the sole arbiter in the determination of equality, and it reserves the right to reject any and all bids, to accept the bid or bids which in its sole and absolute judgment will, under all circumstances, best serve the interest of the City. GENERAL INFORMA liON: The City of Port Angeles reserves the right to consider delivery time, to waive any informalities or minor defects and to reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No Bidder will be permitted to withdraw its proposal between the closing time for receipt of proposals and the execution of contract, unless the award is delayed for a period exceeding sixty (60) calendar days. The City of Port Angeles may, at its option, in awarding this purchase contract, take into consideration the revenue it would receive from purchasing the materials from a supplier located within its boundaries, in accordance with RCW 39.30.040. For either Schedules A and/or B, offers made in accordance with the Invitation to Bid shall be good and firm for the period of 365 calendar days after receivinq initial order unless the Bidder specifically limits its offer to a shorter period by written notification on the bid document. However, bids so modified may be declared non-responsive. Quantities shown are of total estimated initial quantities to be ordered. Orders for additional quantities may be placed with successful bidders over a one year period from the date of award. Prices bid shall be good for all materials ordered during that period. Payments shall be made monthly for materials received and invoiced. Should a vendor fail to deliver within the time frame specified for each Schedule (see each Schedule's bid sheet for the number of days specified), the City may, at its option, 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. 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. Signing of the bid sheet by Contractor and subsequent acceptance by the City Council will constitute a binding agreement between the City and Contractor. 'c 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. Water Materials Purchase Contract DW-08-001 page 4 of 21 . Upon' award of a contract to the successful bidder(s), the City will send the Contractor duplicate, complete sets of Contract Documents, which will include the City's Purchase Order Requisition. The Purchase Order Requisition will include the final agreed upon price and the specific materials being purchased. The Contractor will then sign the duplicate sets of Contract Documents and return them for signing by the City. Each party will retain a fully executed set of the Contract Documents. The invitation to Bid is released by the City of Port Angeles Public Works and Utilities Department, which shall act as sole point of contact for administration of the bidding. Questions should be directed in writing to Craig Fried, Contract Specialist, cfried(CQcitvofpa.us or (360) 417-4541; or Mike Puntenney, Deputy Director of Operations, (360) 417-4802. Water Materials Purchase Contract DW-08-001 page 5 of 21 PURCHASE CONTRACT THIS AGREEMENT is made and entered into this 28 day of MA-(~).-I ,2008, 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" 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(s) B and the provisions of the Contractor's bid attached and made a part hereof. ARTICLE '" ASSIGNMENT The Contractor shall not assign any of its responsibility under this Contract without the express written consent of the Purchaser. ARTICLE IV APPLICABLE LAW AND VENUE This Contract shall be governed by, and construed in accordance with, the applicable laws of the State of Washington. Any legal proceedings to determine the rights and obligations of the parties hereunder shall be brought and heard in Clallam County Superior Court. ARTICLE V NONDISCRIMINATION During the performance of this Contract, the parties shall conduct their business in a manner which assures fair, equal and nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in particular: Water Materials Purchase Contract DW-08-001 page 6 of 21 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 arrangementfor 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 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. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Water Materials Purchase Contract DW-OB-001 page 7 of 21 STANDARD TERMS AND CONDITIONS: THE PURCHASE CONTRACT INCLUDES THE FOLLOWING TERMS AND CONDITIONS AND THE PUBLISHED RULES, REGULATIONS, AND LAWS OF THE CITY OF PORT ANGELES AND THE STATE OF WASHINGTON, WHICH ARE HEREBY INCORPORATED BY REFERENCE. 1. CHANGES: No alteration in any of the terms, conditions, delivery price, quality, quantities, or specification will be effective without written consent of the appropriate representative of the City. 2. HANDLING: No charges will be allowed for handling, including but not limited to packing, wrapping bags, containers or reels, unless otherwise stated herein. 3. DELIVERY & ACCEPTANCE: For any exception to the delivery date as specified in this Contract, Contractor shall give prior notification and obtain written approval thereto from the City. Time is of the essence and the Contract is subject to termination for failure to deliver as specified and/or appropriate damages. The acceptance by the Purchaser of late performance with or without objection or reservation shall not waive the right to claim damage for such breach nor constitute a waiver of the requirements for the timely performance of any obligation remaining to be performed by Contractor. The successful bidder shall be responsible for delivery to the City's Corporation Yard, 1703 S. "B" Street in Port Angeles, Washington 98363, between the hours of 7:00 AM and 1 :30 PM during the City's normal work day, unless otherwise agreed upon by both parties. 4. DAMAGES FOR DELAY: Delays add cost to the City in the form of time needed for operational duties, administration and supervision. Because the City finds it impractical to calculate all of the actual cost of delays, it has adopted the following to calculate liquidated and actual damages for failure to complete the delivery of the equipment/material on time. Accordingly, the Contractor agrees to the following: a. To pay liquidated damages in the amount of $25 for Schedules A or B for each calendar day beyond the number of calendar days established for physical delivery of the equipment/material. 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. Water Materials Purchase Contract DW-08-001 page 8 of 21 9. INFRINGEMENTS: Contractor agrees to protect and hold harmless the Purchaser against all claims, suits or proceedings for patent, trademark, copyright or franchise infringement arising from the purchase, installation, or use of goods and materials ordered, and to assume all expenses and damages arising from such claims, suite or proceedings. 10. WARRANTIES: Contractor warrants that articles supplied under this Contract conform to specifications herein and are fit for the purpose for which such goods are ordinarily employed, except that if a particular purpose is stated, the material must then be fit for that particular purpose. 11. ASSIGNMENTS: The provisions or moneys due under this Contract shall only be assignable with prior written consent of the Purchaser. 12. TAXES: Unless otherwise indicated the Purchaser agrees to pay all State of Washington sales or use tax. No charge by Contractor shall be made for federal excise taxes, and the Purchaser agrees to furnish Contractor, upon acceptance of articles supplied under this Contract with an exemption certificate. 13. LIENS, CLAIMS AND ENCUMBRANCES: Contractor warrants and represents that all the goods and materials ordered herein are free and clear of all liens, claims, or encumbrances of any kind. 14. RISK OF LOSS: Regardless of FOB point, Contractor agrees to bear all risks of loss, injury or destruction of goods and materials ordered herein which occur prior to acceptance of the material by the purchaser. Such loss, injury or destruction shall not release Contractor from any obligation hereunder. 15. HOLD HARMLESS: Contractor shall protect, indemnify, and hold the Purchaser harmless from and against any damage, cost or liability for any injuries to persons or property arising from acts or omissions of Contractor, its employees, agents or subcontractors howsoever caused. 16. LABOR AND INDUSTRIES: Contractor is required to the extent applicable, to procure Labor and Industries permits LI 700-7 and LI 700-29 and abide by the requirements thereof. Copies 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. 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. 18. 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 that 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. Water Materials Purchase Contract DW-OB-001 page 9 of 21 . 19. SAFETY: The materials shall completely comply with all State and Federal laws, rules, regulations and codes in effect at the time of delivery. 20. 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. CONTRACTOR BY:~Q\lJLER CO. Title: W~-re:({ Wo('r{~ t~ ESan MA1"tJZ./ ~ MElR. Dated: .3" 2.B ~ 08 ATTE CITY OF PORT ANGELES BYtt~~ Mayor Dated ~ - J D - () 8' A17~ST~ William Bloor, City Attorney -' - ATTEST: ~ J / ' "',' Water Materials Purchase Contract DW-08-001 page 10 of21 Schedule A Pages N ot Awarded page 11 of21 thru 13 of21 BID NO. DW-08-001 Water Utility Materials Schedule B GENERAL DESCRIPTION: Water Pipe and Fittings SPECIFICATIONS: See "Water Pipe and Fittings" Specifications on page 18 Item numbers marked with asterisk (*)-NO SUBSTITUTION DATE DELIVERY REQUIRED: Maximum of 30 days from receipt of purchase order. ITEM# City QUANTITY DESCRIPTION UNIT PRICE TOTAL PRICE PART Estimated for NUMBER this year Group No.1 - Couplings and Repair Bands 1. 659-033-00002 20 2" CI Coupling for PVC (Example 2Lf k q4 Lf~8. eo Romac 511 2.38 - 2.38) 2. 670-052-00002 20 2" Stainless Steer Repair Clamp 21. L.jC( 51'1, 80 (Example: Romac #SS1-2.63 x 6") 3. 670-052-00003 10 2" Stainless Steel Repair Clamp 31 .. Lie 31 if 80 (Example: Romac #SS1-2.63 x 8") 4. 670-052-00004 10 2" Stainless Steel Repair Clamp 52.. II., 52.1. be> (Example: RomaC#SS1-2.63 x 10") 5. NA 10 2" Brass MIPTH x Compo For 3b. 15 3/;7. 5"\ ,u Schedule 80 PVC 6. NA 10 2" Brass FIPTH x Compo For tfl. 2.3 '112. 30 Schedule 80 PVC Group No.2 - Pipe and tubinq 7. 658060-00001 1000' 2" PVC Pipe Schedule #40 iSCj 59D. <<..; (solve nt-weld) 8.(*) 658-058-00001 1000' 3/4" P.E. Tubing CTS US Poly · 3 i 31lJ, ~~ Core (BLUE) Class 200 9.(*) 658-058-00002 1000' 1" P.E. Tubing CTS US Poly ,,~8 38':1. <.V Pure Core (BLUE) Class 200 , Group No.3 - Miscellaneous 10. NA 2000 Meter Gasket, 3/4" Rubber ~ j'i j ~O. CC 11. 659-028-00005 2 8" DI Flange Plate with 2" tap ~b.; Di-f i '12. 08 12. NA 1 12" DI Flange Plate with 2" tap liS? ~ 01 J 57.. oj 13. 659-036-00003 1 12" 01 cross (12" MJ x 8" Fl.) 1215. Sb 1275.Sb 14. NA 5 2" Threaded Brass Plug i.f) 83 2Lf. is 15. 659-006-00014 4 6" DI MJ x FL Adaptor {,g. Cb ~7~.2if - NA 100 5" Storz Hydrant Nozzle x 4" PCT 1(340,~ 16. Connection with Cap & Cable 113. i.jO (4.828 x 6) Water Materials Purchase Contract DW-08-001 page 14 of21 ITEM # City QUANTITY DESCRIPTION UNIT PRICE TOTAL PRICE PART Estimated for NUMBER this year Group No.4 - Service Material 17. 659-004-00002 200 Insert Stiffeners 3/4" for P.E. ,82 I bi.f. i:L> Tubing (Ford 50 Series-insert 51) 18. 659-004-00003 200 Insert Stiffeners 1" for P .E. Tubing ) q3 IBb.. tV (Ford 50 Series-insert 52) 19. 659-007-00004 100 1" Ball Corp. Stop (Example: Ford J5. 1"1 2 cD # FB500-4) . j5i2, 20. 659-007-00007 10 2" Ball COrD. Stop '12..io3 q2b,3D 21. 659-008-00002 200 5/8" x 3/4" x 1" Brass Meter /I. lq 2,a58 ctJ Adaptor 659-008-00004 50 3/4" x 1" Brass Meter Adaptor B. I:h Y~13. uG;, 22. IF I D. 3~ lo3-"tD 23. 659-017-00009 10 2" Brass 90 Deqree Bend it- \i~:(-'~; b. E,o- t---- 24. 659-017 -~OG-1-6-- 10 1 1/2" Brass 90 Degree Bend f:;b. 00 .) )',:::J>; I.j,QS 1<1,50 25. 659-017 -Gooa.2 10 1" Brass Street Ell 659-020-00002 3/4" x 7" Meter Resetter with Check 30 26. 10 5b.33 Sh?>, Valve (Example Ford VH42-7W) - 27. 659-020-00003 10 3/4"x12" Meter Resetter with check 58, 30 583. 00 valve (Example FordVH42-12W) 28. 659-020-00005 10 1 "x12" Meter Resetter (Example Gj~, 3cg '1~). ~C Ford VH44-12W) 29. 659-020-00006 5 1 "x18" Meter Resetter (Example 1/3. 82- 569J ,0 Ford VH44-18W) 30. 659-024-00006 5 2" x 2 1/2" Brass Bushing l-f ., bS 23.2.5 31. (*) 659-037 -00009 10 Traffic Meter Box With Ductile 2J-~ i ;6 2.241., Eb Iron Lid Mid-States Plastic MSBCF1730-18XL i .32. (*) 659-037-00007 100 Traffic Meter Box With Ductile i2- 1, 212. .:0 Iron Lid Mid-States Plastic- 72; MSBCF1324-12 0\>1:)1' (: 33. 659-073-00004 10 6" x 1" IPTH Service Saddle with 2<1 ~?>2. <10 straps, nuts & washers(Example: 25. Romac 101S -7.60 x 1" IP) 659-073-00014 10 8" x 1" IPTH Service Saddle with 2'1. CJb 2.. ifl iP 34. straps, nuts & washers(Example: Romac 101S - 9.80 x 1" IP) 659-073-00020 10 12" x 1" I.P.TH. Service Saddle j..b 35. with straps, nuts & washers '3 r 32- 3/3. (Example: Romac 101S. 14.38 x 1"IP) 36. 659-085-00001 10 3/4'''' Brass Tee 2.. 8f:.j zt . 9D 0\::0-:.:::: 5.2-b 52 ' "0 37. 659-085-888Q6 10 1" Brass Tee Group No.5 - Tapping Sleeves and Valves 38. 659-086-00007 2 8" x 6" Stainless Steel Tapping 4t;D. 40 8 ED Sleeve (Example: Romac SST 9.45 BO. x 6" 0.1. FL) 39. 659-086-00008 3 8" x 6"Stainless Steel Tapping ']Ci 9'& 37 Sleeve- (Example: Romac SST 3:z.fL 9.75 x 6" 0.1. FL.) . 40. 659-086-00004 2 6" x 6" Stainless Steel Tapping ?fib. Gf( "93. 82- SIeeve-(Example: Romac SST 7.30 x 6" 0.1. FL.) Water Materials Purchase Contract DW-08-001 page 15 of 21 .. - c - ITEM # City QUANTITY DESCRIPTION UNIT PRICE TOTAL PRICE PART Estimated for NUMBER this year 41. 670-076-00012 3 8" MJ x MJ Resilient Wedge Gate b'f1.. '10 19Y3, 1D Valve wi bolts & qaskets 42. 670-076-00008 4 6" Flange x MJ Resilient Wedge ~98. '10 ISQ5. ho Gate Valve wi bolts & gaskets SUBTOTAL Lf:l Lf81.'8 WASHINGTON STATE 3; 652-.<11 SALES TAX at 8.4% TOTAL SCHEDULE "B" ~1/'1D./S Water Materials Purchase Contract DW-08-001 page 16 of 21 . ~. ~ SPECIFICATIONS FOR WATER PIPE and FITTINGS GROUP 1- Manufacturer's numbers are provided as reference for material, size, and quality desired. Vendor shall provide catalog cuts if the product bid is different than the specified referenced product. Exceptions to this are any Item number marked with an asterisk (*)-NO SUBSTITUTION ON THESE ITEMS. GROUP 2- shall be in compliance with applicable AVVVVA/ANSI standards. Exceptions to this are any Item number marked with an asterisk (*)-NO SUBSTITUTION ON THESE ITEMS. GROUPS 3 & 4, Manufacturer's numbers are provided as reference for material, size, and quality desired. Vendor shall provide catalog cuts if the product bid is different than the specified referenced product. Exceptions to this are any Item number marked with an asterisk (*)-NO SUBSTITUTION ON THESE ITEMS. GROUP 5 - Manufacturer's numbers are provided as reference for material, size, and quality desired. Vendor shall provide catalog cuts if the product bid is different than the specified referenced product. Exceptions to this are any Item number marked with an asterisk (*)-NO SUBSTITUTION ON THESE ITEMS. Gate Valves shall conform with the requirements of AWWA C509-87 for gate valves for ordinary water works service, except as superseded by the following: They shall be iron body with epoxy coating inside and out, resilient seat rubber attached to gate. The valves shall be non-rising stem, open by turning counterclockwise, and shall be equipped with standard 2-inch square operating nuts. Valves shall be equipped with double "0- ring" packing. Water Materials Purchase Contract DW-08-001 page 17 of 21 . ..;;:; , City of Port Angeles Bid No. DW-08-001 WATER UTILITY MATERIALS BID SIGNATURE SHEET (BID SUMMARY and SIGNATURES) Schedule(s) being bid: KiSchedule A ~hedule B Will you sell additional units to the City of Port Angeles at the bid price until further notice? Yes No 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 Ii 0 ~w L€i~ GN\ PlttJ '1 TYPE OF BUSINESS: . Partnership (general) Partnership (limited) Sole Proprietorship Limited Liability Company ADDRESS 4590 Si"A'TEl:\ i,v'V' :) CITY/STATE/ZIP [)("EMtRlbN WA. PHONE 3bO - 311- Lf ~, NAME (PLEASE PRINT) FRA-N K :::~EE~$~Uy{. 91~t2 3i:D . 311 ~ i5/ Co FAX DJl't::. :L ~2b'-o~ DATE Water Materials Purchase Contract DW-08-001 page 18 of21 . .... ' , ... Pages 19 of21 thru 21 of21 Not Applicable for Awarded Contract <t. 5 1 ~ WAS H I N G TON, U. S. A. Public Works & Utilities Department NOTICE OF AWARD March 26, 2008 H. D. Fowler Company Attn: Frank Duke 4590 State Hwy 3 Bremerton WA 98312 PROJECT Description: Water Utility Materials, Project No. DW-08-001, Schedule B The Owner has considered the bid submitted by you for the above described work in response to its Advertisement for Bids dated February 27,2008. I wantto congratulate you, and I do hereby notify you that your bid has been accepted for Schedule B in the amount of $47,140.75. As required in the bidding documents, you are required to execute the contract within ten (10) calendar days from the date of this notice to you. Failure to execute the contract within this period will entitle the owner to consider and exercise all their rights arising out of the Owner's acceptance of your bid as abandoned and as a forfeiture of your bid bond. The Owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to the Owner. ~:--~-'-'.'''.~,., , .;' ) J./ / / ! 5-:t::,'h.... ,; ( I I' ' ~ c~~punt~~ne;>p:E/. "'.. Deputy Director, Public Works'aq~ Utilities " .~ ACCEPTANCE OF NOTICE BY CONTRACTOR Receipt of the above Notice of Award is hereby acknowledged this _ day of 20 . Signed: Print Name: Title: Please return signed original to the City of Port Angeles Public Works & Utilities Department, attn: Water Utility Materials, Project No. DW-08-001, Schedule B cc: City Clerk Phone: 360-417-4805 / Fax: 360-417-4542 Website: www.cityofpa.us / Email: publicworks@cityofpa.us 321 East Fifth Street - P.O. Box 1150 / Port Angeles, WA 98362-0217