Loading...
HomeMy WebLinkAbout000761 Original Contract City of Port Angeles Record # 000761 CONTRACT DOCUMENTS for COMBINATION SMOKE & CARBON MONOXIDE DETECTORS PURCHASE CONTRACT NO. PW-14-003 �O� p O R T Al CITY OF PORT ANGELES WASHINGTON February 2014 CRAIG FULTON, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES MIKE PUNTENNEY, P.E., CITY ENGINEER OF PUBLIC WORKS & UTILITIES Review Mike huntenney, P.E. City Engineer Reviewed y: � William Bloor ... City Attorney Page 1 of 17 January 21, 2014 li CITY OF PORT ANGELES CJ INVITATION TOBID For Combination Smoke and Carbon Monoxide Detector S8@|Hd bids will be [HcHiV8d by the Director Vf Public Works & Utilities UOU| 2:UOP88, Tuesday, March 11, 2014. and will be opened and read in the Public Works CDDf8K3DQe nOOOl — J8Ck PitUS' Dl@iD f|00[, Port Angeles City Hall, 321 East Fifth Street, Port Angeles, Washington 98382. Bids will be taken for the following Materials: Smoke and C@rhOO Monoxide Detectors Bid d0CUDl8niS may be obtained by calling Lucy Hanley at (380) 417-4541 or by eOl8i|iDg . All bids must beon the form provided. Faxed or eMmai|ed bids shall not be accepted- The City of Port Angeles (hereafter "City") [eSg[V8G the right to reject any O[ all bids and to vVaiVg minor irregularities in the bidding p[OCeSS. Subject to the foregoing, the contract may bH awarded t0 the lowest responsible bidder. Minority and VVOnleO 0VVOed businesses Sh8|| be afforded fU|| opportunity to submit bids in response to this iOVit8UOO. Sh8|| not be discriminated against on the grounds of sex, [3Ce' CO|Or' age, national origin D[ handicap iD consideration OfaD award Ofany contract O[ subcontract, and Gh@|| be actively solicited for participation in this project by direct mailing of the iDVit@UOO to bid to such businesses as have COOt8Ct8d the City for such notification. Further, all bidders are directed to SO|iCi1 and COOSid8[ minority and VVO[OeD DvvD8d bUSiD8Ss8G as potential subcontractors and nU@te[i@| suppliers for this project. Bids 0USt be sealed with the outside of the envelope marked "B|[) OPENING DATE: yW8[Ch 11' 2014' PURCHASE CC}Nl[R\C7- N[]. PVV'14-003. The D8Dle and address of the bidder shall also 8ppH8[ OD the outside of the envelope. Bids shall be addressed: Public Works and Utilities Department Attn: Lucy Hanley, Contract Specialist PC) Box 115O' 321 East 5 m StFHRt Port Angeles, Washington 08382 PUBLISH: Peninsula Daily News: February 23. 2O14 Project No. PW-14-003 Page 2 of 17 INSTRUCTIONS FOR BIDDERS Equipment Bids BID SUBMITTAL: All bids rDUSt be made on the [8qUi[Hd bid All bids must b8 sealed with the outside 0f fO0n and in C8S8S of bid price eXt8OSiOO the eDv8|Op8 OO8[hed with the BID 8[R][S, the unit prices will govern. All blank OPENING [}ATE MARCH 11, 2014, spaces for bid prices must b8filled in, with PURCHASE CONTRACT NO. PVV-14'003. ink or typewritten, and the bid fO[0 0USt be The NAME AND ADDRESS OF THE fully completed and executed when BIDDER shall also appear OD the outside Vf submitted. Only one copy Of the bid form iS the envelope. Bids Sh8|| be directed to the required. Faxed or emmai|ed bids will not Contract Specialist Of Public VVO[kS and be accepted. Failure to adhere to Ub|iU8S' Attn: Lucy Hanley and mailed to PO iOSt[UCUDDS may constitute diSqU8|ifiC8UOD BOX 1150' or delivered to 321 East Fifth of proposal. Street, Port Angeles, Washington Q8382. COMPLIANCE WITH SPECIFICATIONS: It is the intent of the attached specifications The equipment [OU8t be in acCO[d8OCe with to d9SC[ib8 the DliDiOlUDl requirements for the specifications. the equipment requested in sufficient detail to SeCU[8 bids OD comparable equipment. F8i|U[8 OO the COOt[8ctO['S part to CO0p|y All parts which are D8CeSS8ry in Ond8[ to with any specification herein will be gn]VOdG provide 8 CO0p|et8 UOi1 as described, for disqualification of the bid. meeting all safety F8quiF8OOeOtS' and ready for operation, shall be included in the bid All it8OlS called for in the specifications, and Gh@|| COOfO[Dl in strength, quality Of including, but not limited to, the equipment VVO[krD8OShip and Dl8t8[i@| t0 that which is constructed as Sh0vvD, and the DeCeSS8[y USU8||y provided in the geD8[@| trade. Any Dl8OUG|S, 0USt be complied with before the v8[i8OCe from the Sp8CifiC8tiOOS or final payment can beprocessed. standards Of quality nOUSt be C|e8[|y stated in VV[iUDg by the bidder. Where the description Of an item iDC|UdBS both specifications and 8 brand Da[D8 and [)o not make reference to b[OChU[eS or OU0b8[' the specifications shall gDvH[D in supporting |ite[8iUne OO the bid sheet. All case of CODf|iCL E][3Ud DaOOg and OUDlbe[ notations for bid compliance or are for reference as to the type and quality exceptions are to be made on the bid required and do not preclude offers Of 8 sheet or on a plain piece of paper comparable or better pn}duCt, provided full attached and referenced to the bid item. specifications and descriptive |it8n9tUn3 8cCO[Op8Oy the offer. Failure to iDC|UdR fU|| |f@ bidder's Co[p0[8tH policy mandates use descriptive |ite[8tU[B may be cause tO reject of an official quotation fO[OO, it may be the offer. submitted. HOwHV8[, the cost data 0VSt be duplicated On the City's bid CVSt data and WARRANTY: agreement sheet. The City's bid sheet The pU[Ch3Sgd supplies or equipment must be signed by the bidder or its agent furnished must have full manufacturer's in order for the proposal to be accepted' vv@r[8ntieS, and the warranties must inure LO If alternate equipment is proposed, bidders the benefit of the City. are required t0 submit a separate bid sheet for each unit offered. Project No. PW-Y4-003 Page 3of17 Vendor agrees t0 these warranty provisions Quantities shown are Of total estimated by signing the bid proposal. initial quantities tObeordered. PU[Ch8Se Orders for additional quantities may be SAFETY: placed with successful bidders over this This unit Sh8|| completely CO[Op|y with all period from the date of award. Prices bid State and Federal laws, rules, [8gU|8ti0DS shall be good for all equipment and and codes iO effect 8t the time Ofdelivery. materials ordered during that period. All orders shall b8placed using City ofPort The unit shall be tested by the successful Angeles Purchase Orders. Payments shall bidder for cO0p|i8OC8 with all [)SHA/VV|SH/\ be made monthly for 0@t8[i8|G [eCgiV8d and negU|a1iODG and the State Department Of invoiced. Labor and Industries Safety Rules. Minority and Vv0008O OVVO8d bUSiDH8GHS DELIVERY& ACCEPTANCE: shall be afforded full opportunity to submit The successful bidder shall be responsible bids in response tOthis invitation, Sh8|| not for delivery to the City's Fire [)ep8rt08Ot' be discriminated against OO the grounds Of 102 E. Fifth Street, Port AOQ8|8G' SeX' [8C8' CO|O[, 8g8, D8tiODa| origin or VV@8hiOgtoO, between the hours Of7:O0AK4 handicap in cOOGid8[8tiOD of an 8VV8[d of and 3:30 PM during the City's normal work any CDDt[8ct or SUbC0Dt[8Ct, and shall be day. Delivery shall be made within the time actively solicited for participation in this period specified DO the @ChedU|e/S\. project by direct OOGi|iDg Of the invitation to bid to such bUGiOgsS8S as have COOt8Ct8d GENERAL INFORMATION: the City for such notification. Furth8r, all The City of Port Angeles [eGe[VeS the right bidders are directed to solicit and COOGid8[ to consider delivery time and may waive any minority and VVV08D OVVDed businesses as minor irregularities O[ minor defects O[ reject pVteDh8| GubCDDt[8Ct0[s and Dl8te[i8| any and all bids. Any bid may be VVithd[8VVO suppliers for this project. prior to the above scheduled time for the opening of bids or authorized postponement Signing Of the bid Sheet by COOt[8ctV[ and thereof. Any bid received after the time and subsequent GcCepi8DC8 by the City of the date specified shall not beconsidered. NO |OVV88t [eSpODSiv8 bid will constitute G Bidder will be permitted to VViLhd[8vv its binding agreement between the City and pn}pOS8| b8kw88D the C|OGiDg time for Contractor. CoDt[8Ct0[ UOdeFSt3Dd8 and receipt Of proposals and the 8X8CUti0D Of agrees that no contract payment will be CODt[a{t' UD|HG8 the 8VV8rd is delayed for 8 08d8 until the City certifies that all stated period exceeding sixty /80\ c3|eDd8[ days. specifications have been complied with and The City Of Port Angeles 08y. at its option, the equipment isdelivered and accepted by iD awarding this purchase contract, take into the City. consideration the FeVeOU8 it would receive from purchasing the equipment from a Bids will be evaluated and submitted [Othe supplier |OC8t8d within its bOUDd@[i8S' in authorized purchasing agent for approval aS accordance with RCVV39.3O.O4O. GoOD as possible after bid opening. All bidders will he notified of results in writing. For the SCh8dU|e(8)' offers made iD accordance with the Invitation tO Bid shall Upon aVV@[d of the CODtn3Ci LO the be good and firm for the period Vf90 SVCCeSSfU| bidder, the City will send the calendar days after contract award Contractor duplicate, complete G8t8 of unless the Bidder specifically limits its offer C|ODtn8[t Documents, which will include the tO8 shorter period by written notification oD City's Purchase [)K]e[ Requisition. The the bid document. HOVVev8[' bids so PU[Ch8s8 [)rdg[ Requisition will iOdUd8 the modified may be declared non-responsive. final agreed upon price and the specific Project No. PW-f4-O03 Page 4of17 equipment and options being purchased. The Vendor will UleO sign the dUpUCG{e sets of Contract Documents and n3Lu[O them for signing by the City. Each party will retain @ fully executed Set of the COOt[8Ct DOCUFO8DtS. The Invitation to Bid is [8|88Ged by the City of Port Angeles Public VVO[kG and Utilities [}epGdDDeDt' which Sh8|| act as 80|8 point of contact for administration of the bidding. {)UHSti0O8 should be directed to Lucy Hanley, Contract Specialist, (30O) 417-4541 or to contractspcityofpal.us . Project No. PW-Y4-003 Page 6of17 CITY OF PORT ANGELES STANDARD TERMS AND CONDITIONS � S PURCHASE CONTRACT 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 VVASH|NGT{]N, WHICH ARE HEREBY INCORPORATED BY REFERENCE. 1. CHANGES: NO alteration in any Of the t80OS' conditions, delivery p[iD8, qUG|ib/, quantities, or SpeCihC3tiOO will be effective without VV[itt8D consent of the appropriate [ep[8S8Dt8UVe Of the City. 2. HANDLING: NO charges will be 8||OVV8d for handling, including but not limited to packing, wrapping bags, containers O[ reels, uD!HsS otherwise St8i9d herein. 3. DELIVERY & ACCEPTANCE: For any 8XC8ptiOD to the delivery date as specified in this Contract, Contractor shall give prior notification and obtain VV[itt8O 8pp[nvG| thereto from the City. Time is of the essence and the Contract is subject to tH[OUiD8tiOO for failure to deliver as specified 8Od/O[ appropriate damages. The @CCeptGOC8 by the City Of late pHrfo[08OC8 with or without Obj8CUOn or reservation Sh8|| not VV8iVH the right to claim d808g8 for such b[8GSh nor constitute 8 waiver of the requirements for the timely perfo[OO8DC8 Of any Ob|ig8UOD [eDl8iOiDg to be performed by Contractor. The successful bidder shall be responsible for delivery tO the City's Fire C>8padnleDL, 102 E. Fifth Street, Port Angeles, Washington, between the hOU[S Of 7:00 AM and 3:30 PM during the City's DO[08| VVO[k day. Delivery Gh8|| be made within the time period specified VD the bid. 4. DAMAGES FOR DELAY: Delays add cost to the City in the fO[D1 Of time needed for Ope[8tiOD8| dU1iHS. 8dDliDiStr8UOD and supervision and in the fO[Ol Of R3p|8De[D9Dt GqUipDleDi nBOt@|. Because the City finds it inOp[8Ctic8| to C8|CU|Gte all of the aCtU8| cost of delays, it has adopted the fO||OVViOg to C8|cV|8te liquidated and 8CtV8| damages for failure to complete the delivery Ofthe equipment/material OD time. Accordingly, the Contractor agrees to the following: a. TO pay liquidated damages in the aDlOUDt Of $12.50 for each working day beyond the OUOOb8[of working days established for physical delivery of the 8qUipDlHDt/DlGie[i8|. b. To authorize the City to deduct these liquidated damages from any money due or coming due to the CODtnaCtV[ 5. PAYMENTS, CASH DISCOUNT, LATE PAYMENT CHARGES: |DVOiC88 will not be processed for payment until receipt of 8 properly completed invoice or \OVOiCed items, whichever is |@t8[ 0. SHIPPING INSTRUCTIONS: UO|e6S otherwise Specified. all goods are to be Shipped prepaid, F.O.B. Destination. Project No. PW-14-003 Page 6 of 17 7. REJECTION: All goods or Dl8te[8|S purchased h8n8iO are subject to approval by the City. Any rejection Of goods or material resulting from DOO'CoDfOrmitv to the terms and specifications Of this Contract, whether held by the City or F8tV[Oed, will he at {}ODt[@CtO['S risk and expense. 8. IDENTIFICATION: All iDVOiCeS. packing |iStS' packages, shipping notices, iOEtRJCtiDD DlaDUa|s' and other written dOCVDl8DtS affecting this CODtc8Ct shall CODt8iO the applicable purchase contract number. 9. INFRINGEMENTS: CODt[8{to[ 8gFe8S to protect and hold h8[DO|esS the City against all dai[OG, suits or proceedings for patent, trademark, copyright or franchise infringement arising from the purchase, iOGt@||3bOD. or use of QOOdS and 08tg[ia|S ordered, and to assume all expenses and damages arising from such claims, suit(s) or proceedings. 10. WARRANTIES: 8. Notwithstanding inspection and acceptance by the City' the 8hid8G supplied under this contract, or any CODdiUoO of this COOt[GCt cOOCe[OiOg the CODc|uSiVeD8sS thereof, the Contractor warrants that for 3 period of one year after delivery and 8CC8ptaOCe by the City' that: /1\ All supplies furnished VOd8[ this Q}DtngCt will be free from defects in O0Gte[i8| or workmanship and will conform with all requirements Of this contract; and 2\ The p[eS8[v8ti0D, packaging, packing, and [O8[hiDg' and the pnep8nBUVO h}[, and method of, shipment of such supplies will conform to the requirements of this contract. b. When [etU[O' CD[FeCtiOO. or [ep|@C8rDeOt is required, transportation charges and responsibility for the supplies while in transit Sh8|| be borne by the COOt[8{t0[ HOw8V8[, the CDDt[8Ct0[`S liability for the transportation charges shall not exceed an 8OOoVDt equal to the cost of transportation by the uSV8| CO0Ole[cia| method of shipment bShme8D the place Of delivery specified iD this contract and the Contractor's p|8Dt. and n8tU[D. C. Any supplies or parts thereof, CO[P8Cted or furnished in nep|8C8OleO1 UDdg[ this C|8USe, shall also be subject to the te[nlS Of this clause to the same extent as supplies initially delivered. The vva[[aDty' with respect to supplies or parts thereof, Gh8|| be 8qV8| in duration to that in paragraph 10.a Of this C|8Use and Sh8|| [UO from the d808 of delivery Of the corrected o[ replaced supplies. d. All implied YV8[[@Oties of [Oe[Ch8Dt8Ui|ity and "fitness for @ p8rtiCU|8[ purpose" are excluded from any obligation contained in this CODt[8{t. e. All standard manufacturer warranties must inure to the benefit of the City of Port Angeles. f. Remedies available to the City. Within G reasonable time after providing notice tOthe Contractor, the City may either: /1\ Require, by written DOiic8' the prompt CO[F8cdOO or replacement of any supplies or parts thereof (including preservation, packaging, packing, and [O8[kiOg) that do not cOOfO[Dl with the requirements of this contract within the meaning of paragraph 1O.@of this clause; or Project No. PWc/4-OD3 Page 7of17 /2\ Retain such supplies and reduce the contract phCH by an 8[DOVrt equitable under the circumstances. 11. ASSIGNMENTS: Moneys due under this Contract shall only bH assignable with prior written consent Of the City. 12. TAXES: UO|8SS otherwise indicated the City agrees 1O pay all State of Washington S@|8S or use tax. NO charge by CODt[BCL0[ Gh8|| be 08dO for federal excise taxes, and the City 8QFeeS to furnish COOt[@CtO[. upon 8CCept8DC8 of articles supplied under this Contract with 8D exemption certificate. 13. LIENS, CLAIMS AND ENCUMBRANCES: CODt[@ctD[ vVa[[8OL3 and [ep[eS8OtS that all the goods and materials ordered herein are free and clear Ofall |ieDG. d8)0s' or encumbrances Of any kind. 14. RISK OF LOSS: Regardless Of FOB point, Contractor agrees to b88[ @|| risks of loss, irUU[y or d8St[UCtiOD of goods and D18teri@|S ordered herein which OCcU[ prior to delivery. Such loss, injury or destruction shall not release Contractor from any obligation hereunder. 15. HOLD HARMLESS: Contractor shall pF0t8[t' indemnify, and hold the City h8[Ol|8s8 from and against any d8nO8Qe, COSt or liability for any injuries to p8[S0DG or property arising from acts or omissions of Contractor, its employees, agents or subcontractors howsoever caused. 10. LABOR AND INDUSTRIES: Contractor is required to the extent 8pp|iC8b|H' to procure Labor and |DdUSt[ieS permits L| 700-7 and L| 700-29 and abide by the [eqUiP3Ol8Dts 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: CODt[8CtV[ and the City [8COgOiZe that in 8CtUa| eCOOVDliC p[8CtiC8 overcharges resulting from anti-trust violations are borne by the City. Therefore, Contractor hereby assigns tO the City any and all claims for such overcharges. 18. DEFAULT: COOt[8{tO[ Sh@|\ be |iDb|H for damages suffered by the City resulting from Contractor's breach OfContract. The Contractor covenants and agrees that iD the event suit is instituted by the City for any default on the part Of the CDOt[BCt0[' and the Contractor is adjudged by court Ofcompetent jU[iGdiCUOD to be in dRf@U|t' Contractor shall pay tOthe City all CDSiS, expended or incurred by the City in CODO8[tioD therewith, and [8aSOD8b|G 8t\O[Dey'S fees. The CVOi[a{tOr 8gF88S that the Superior CVUd of the State of Washington shall have jurisdiction over any such suit, and that venue shall be laid in Clallarn County. 19. BRANDS: When 8 Sp8Ci8| brand is named it shall he construed solely for the purpose Of indicating the standards of quality, perfO[Dl8DCe' or use desired. Brands of equal qU8|ity, p8rfO[nO8DcH, and Use shall be considered, provided the bidder specifies the h[@Od and OlOde| and submits descriptive |ite[8tU[8 when available. Any bid CDOt8iDiDg @ brand which is not of equal quality, perfO[0aD:8' or use specified 0UGt be represented as GO alternate and not 8S@D equal, and failure iOdOSO shall bH sufficient reason tO disregard the bid. 20. SAFETY: The equipment Sh8|| completely CODlp|y with all State and Federal |8vvS' [U|8S, regulations and codes iO effect 8t the time ofdelivery. Project No. F'W-Y4-003 Page 8of17 The equipment shall be tested by the successful bidder for compliance with all OSHA/WISHA regulations and the State Department of Labor and Industries Electrical Workers Safety Rules. 21. ACCEPTANCE: BY ACCEPTING THIS PURCHASE CONTRACT IN WRITING OR BY DELIVERING THE MATERIAL ORDERED, CONTRACTOR ACCEPTS ALL OF THE TERMS AND CONDITIONS SET FORTH. FORMAL OBJECTION IS HEREBY MADE BY THE CITY TO ANY ADDITIONAL OR DIFFERENT TERMS PROPOSED BY VENDOR CONTRACTOR AS A CONDITION OF ACCEPTANCE OR DELIVERY. Project No. PW-94-003 Page 9 of 17 PURCHASE CONTRACT n� THIS AGREEMENT is made and entered into this3l" day of 014,� 2014, between the City of Port Angeles, Washington (hereinafter called the "bty") and Asset Lighting & Electric, Inc, New Jersey (hereinafter called the "Contractor", "Vendor", or "Bidder"). WITNESSETH: That the City and the Contractor, in consideration of the performance of the terms and conditions hereinafter mentioned, agree as follows: ARTICLE 1 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 City 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 City shall give a written interpretation thereof, which interpretation shall govern. ARTICLE 11 CONTRACT COST The Contractor agrees to sell and deliver to the City, at the delivery point specified in the Instructions to Bidders, and the City agrees to purchase and receive from Contractor the equipment as described and set forth in the Contract Documents 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 City. 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 Clallarn County Superior Court. Project No. PW-14-003 Page 10 of 17 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: 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 and 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 City 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 City 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 City may purchase the materials necessary for complete performance of this Contract for the account and at the expense of the Contractor, and the Contractor shall be liable to the City 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. Project No. PW-14-003 Page 11 of 17 ARTICLE Vill 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. ASSET LIGHTING & ELECTRIC, INC. CITY OF PORT ANGELES By: By: Title: Title: VKcnejr--'- Dated: Dated: ATTEST: ATTEST: Cify berk App7ved to as t9,,# rm City Attorney Project No. PW-14-003 Page 12 of 17 City of Port Angeles Schedule A Invitation for Bid Combination Smoke and Carbon Monoxide Detectors Purchase Contract: PW-14-003 GENERAL DESCRIPTION: The City of Port Angeles Fire Department wants to purchase equipments that detect both smoke and carbon monoxide for residential and multifamily dwellings as defined in the National Fire Protection Association Life Safety Code 101. SPECIFICATIONS: Materials shall conform to the following: A. UL217 — Single and Multiple Station Smoke Alarms B. UL2034 — Single and Multiple Station Carbon Monoxide Alarms C.NFPA 72 — National Fire Alarm and Signaling Code D. Housing and Urban Development and Federal Housing Authority requirements. QUANTITY: The quantity of combination smoke and carbon monoxide detector units to be purchased shall not exceed the total price of $19,800. The estimated quantity of units will increase or reduce to stay within that limit. Contract will be awarded to the Bidder selling the maximum number of units for $19,800. WARRANTY: Minimum of 7 year warranty DATE DELIVERY REQUIRED: Maximum of 45 days from receipt of purchase order. Delivery shall be Monday through Friday, excluding holidays, between the hours of 7:30AM and 3:30PM. The Fire Department shall be notified 24 hours prior to delivery at (360) 417-4653. DESCRIPTION OF SMOKE & CARBON MONOXIDE DETECTORS: 1. Each detector unit shall have the combine functions of a smoke and carbon monoxide. The smoke portion of the detector shall be dual ion ization/photoelectric and the carbon monoxide shall be electromechanical. 2. Each unit shall be powered by a long life tamper resistant battery with a minimum of 7 year service life. 3. Each unit shall have a resistant powercell that cannot be removed once installed. 4. Each unit shall have a low power warning to indicate when the alarm reaches the end of its service life and needs to be replaced. 5. Each unit shall be equipped with a test/silence button. 6. Manufacturer specifications on product must be submitted as an attachment with Bid Form. Project No. PW-14-003 Page 13 of 17 Oty of Port Angeles Bid No.PW-14-003 BID FORM Combination Smoke and Carbon Monoxide Detectors Bidders shall have the option to bid on all bid descriptions or each description separately for a bid to be valid. The bidder hereby bids the following amountsfor all material described in the Contract Documents. The quantity of combination smoke and carbon monoxide detector units to be purchased shall not exceed the total price of$19,800.W Yhe estimated quantity Of Units Will increase or reduce to stay within that firnit. Contnact wili be awarded to the Bidder selling the maximum number of units-for$19,800.00. DESCRIPTIONS for UNIT PRICE EXTENDED COST BID [TEM 11 QTY ConWnatin of Smoke and far Monoxide Indkate the typ"pr trmw 636 j 0 lortzabon Szibt,,otal Fre�yh t 1�ales Tax(8-41YO 1Y7r Towl ----------- ...... PW-407_13 [raga, 09118/02] Page Z of z it of Port Angeles Bid No. PW-14-003 Combination Smoke and Carbon Monoxide Detectors BID SIGNATURE SHEET (BID SUMMARY and SIGNATURES) Will you sell additional units to the City of Port Angeles at the bid price Until further notice? w<Yes n No ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received Addenda No(s). -1 -to this project manual. The undersigned hereby accepts the to and conditions as set forth herein. This bid submittal shoot must be signed and dated by the bidder or a representative legally authorized to bind the bidder. FULL LEGAL NAME OF BIDDER ----A TYPE OF BUSINES& ratlon Cl Partnership (general) n Partnership (limited) D Sole Proprietorship u Limited Liability Company ADDRESS CITY/STATE/ZIP WVW��'k PHONE FAX "13 2- NAME (PLEASE PRINT) TITLE SIGNED DAXE Project No. PW-14-003 Fags'15 of 17 NON-COLLUSION S STATE Of° 1 1 COUNTY OF 0A_,QCxT1N The undersigned, being first duly sw rn on oath, says than time bid herewith submitted is a„"a genUine and not a sham or coilusive bid, or rrra d ; 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 prat in a shear bid, or any rather person air, corporation to r fTa n from bidding; and that said bidder has not in any manner sought by collusion to ecur to hirn/h r self an advantage over any other bidder or bidders. t ' ,/ riature of idd rl . rantractor �.�.._. Subscribed and sworn to before, me this�._ day of_. ( � 0 Notary Publlc in and for the State ol _ 1 Residing t..�.. Iam � cl My Comm. Exp.. � ..._. ���..w<��tl�i.. ........ VP pFFICIAL SEA' � pConn.a p E. Aug.t .2ar Project No. P 94•-003 Pape 16 of 17 PORTq ADDENDUM NO. 1 4(P TO PROJECT MANUAL FOR COMBINATION SMOKE AND CARBON MONOXIDE DETECTORS PURCHASE CONTRACT NO. PW-14-003 NOTICE TO PROSPECTIVE BIDDERS March 3, 2014 NOTICE IS HEREBY GIVEN that the instructions and requirements of the subject bid are amended as follows: 1. Under Schedule "A", Description of Combination of Smoke and Carbon Monoxide Detectors; paragraph 1 is to be deleted and replaced with the following: Each detector unit shall have the combine functions of a smoke and carbon monoxide. The combination smoke and carbon monoxide detectors shall be photoelectric or ionization or a combination. Bidders have the option to bid on each one, both, and/or a combination. 2. The existing Bid Form on page 14 of 17 is to be deleted and replaced with the attached bid form. 3. The Bid Opening Date remains unchanged. The bid opening date is Tuesday, March 11, 2014 at 2:00 PM. This addendum must be acknowledged in the space provided on the Bid Form in the Project Manual that is submitted to the City. Failure to do so may result in the proposal being rejected as non-responsive. M.C. Puntenney,',P,, City Engineer " PW-407_13 [rev. 09/18/021 Page 1 of 2 City of Port Angeles Bid No. PW-14-003 BID FORM Combination Smoke and Carbon Monoxide Detectors Bidders shall have the option to bid on all bid descriptions or each description separately for a bid to be valid. The bidder hereby bids the following amounts for all material described in the Contract Documents. The quantity of combination smoke and carbon monoxide detector units to be purchased shall not exceed the total price of$19,800.00.The estimated quantity of units will increase or reduce to stay within that limit. Contract will be awarded to the Bidder selling the maximum number of units for$19,800.00. DESCRIPTIONS BID ITEM Combinat oon of Smoke QTY UNIT PRICE EXTENDED COST and Carbon Monoxide Indicate the type or types: ❑Photoelectric&Ionization 1 ❑Photoelectric ❑Ionization WIN - I it III PW-407_13 [rev. 09/18/021 Page 2 of 2 SNMXM & CD COMBO ALARM 10-YEAR SEALED r L Lithium r Cell Description: IRK Model PC910 is a battery operated,3V lithium power cell single station smoke and CO alarm specifically designed for residential and institutional applications including sleeping rooms of hospitals,hotels, motels,dormitories,and other mul- tifamily dwellings as defined in standard NFPA 101. Model PC10 has been fully LIMIUM POWER tested and complies with, UL217, UL2034 CFM, NFPA 7 , NFPA 720, NFPA 101 10 years of continuous and other agencies that rnodel their codes after the above agencies. It meets change No battery required. Provides building codes where tamperproof 10-year sealed lithium battery operated smoke audible notice a alarm reached and CO alarms are required and with model building codes published by the ICC. its end of life. RRK Model PC910 is a state of the art smoke and CO combination alarm designed to provide early warming of a fire or carbon monoxide danger. it features a fully TAMPERMOM insect screened Photoelectric smoke sensing chamber and an electrochemical SEALED ALI" CO sensor, an 85dB hoar, a sealed 10-year lithium power cell power supply that is permanently installed, a full function test switch,a silence feature to silence Powercell cannot a removed. unwanted nuisance alarms,a red LED light that indicates DC power or alarm.The tamperproof design will not allow the powercell to be removed.The low power ELECTROCAEMICAL CO warning indicator will cause the alarm to "chirp" when it reaches the end of its service life and needs to be replaced.Upon end of life,the unit meets UL require- ments for disabling the alarm and non-reinstallation of unit to mounting bracket. Most accurate technology available for It also features a tamper resistant locking pin that locks alarm to the mounting detecting carbon D bracket. Perfect for apartment,dormitory or hotel applications.The compact, low pare to other sensing teehn l i �. profile design complements any do or. Designed for wall or ceiling mounting. In- cludes mounting anchors and screws. PHOTOELECTRIC Photoelectric teehnol i gener- ally are sensitive detecting large particles,which tend to e r e smoldering e in fires.. SILENCE FEMRE Silences nuisance TAMPER RESISTANT bracket Perfect tsar t apartment,.d r hotel pplieet n dormitory "�frrnra^rmm9��°gin" u � NA —Tis--tedto UL 217[P] ti L 203 0 -11, A//11af�`F�t%P iy . k R A, HOTOELE-Crm e e ui'r,i d rm ,tiro TECHNICAL SPECS Alarm Dimensions: 4.92"L x 4.92"W x 0.96"H Weight: 5.1 oz MOWING Operatirr Voltage: 31J Lithium Povwer Cetd TOP VIEW SNIEVIEW BRACM Temperature Flange: 401F(41 to-10011'(3810) Humidity Range: 10%to 95!relative humidi (RN) Audio Alarm: 85dB at 10 feet 1 Test/Silence: Electronically simulates smoke or CO condition, 4.9" f Jll 4,3" causing the unit to alarm.Press and hold test/silence Alarm Reset: Automatic when smoke or CO clears Smoke Sensor: Photoelectric r 1,n-t 43' CO Sensor: Electrochemical Indicator Lights/Sounds: ARCHITECTLIPAL AND ENGINEERING SPEC DC Power: Intermittent Red LED The smoke and CO combination alann shall be a BRK Model PG91 0 and shall provide at Local Alarm: Audio Alarm,rapid( tlashin red LED a minirriutn the following features and functiow. Listing: Listed to UL217 and UL2034 Standards 1. A photoelectrtrr smoke sensing chamber and an elechochernical CO sensor. 2. The unit shall be capable of self restaft. SHIPPING SPECS 3. A fully screened sensing chamber to resist entry of small Insects thereby ramwiig the p Wity of un ted alarmso Individual t orlon Dimensions 4.94"L x 1.31'D x 6.63°'H 4, Powered by a sealed 10-year lithium ell veldt a tamperproof .The Weight 0,43 lb& tamperproof design shall not agow the powercell to be removed.A IoW pow in indicator shall cause the alarm to"chirp"When it reaches the end of Cube 0.03 M its service life and rat to be replaced.Upon end of life,the unit shall meet UL UPC 0 29054 01185 5 requirements for disabling the alarm and the non-reinstallation of unit to taster Carton Dimensions 10,50"L x 8.13"W x 6.38"H mounting brwW. 5. A visual LED power-on indicator to confirm unit its receiving power or is in alarm. faster Pack 12 6. A full function test button.The test check all alarm functions by Weight 2.9 lbs. stimulating the chamber to simulate a smoke and CO condition,causing the unit to alb, Cube: 032 ft3 7. TWO Silence features-Low Battery Silence:Silence low battery chirp for up to 8 12of5: 200 29054 01185 9 hours.Alarm Silence:Temporarily silence uwianted nuisance alarm. 8. A tamper resistant looking pin that locks alarm to the mounting bracket. Pallet Information 9. The unit shall be capable of operating beWmn 40OF(4 0C)and 1 (38°C)and Cases per Layer 19 relative humidity between 101/6 and 90%. 10. The unit shall contain mounting hardmre and Shall be ris, for wall or ceiling Number of Layers: 8 mounting. Cases per Pallet: 152 11. The unit shall at a minimum meet the requirements of LIL217, 344 CSK NFPA 72,NFPA 720,NFPA 101,ICC. Units per Pallet: 9"12 Cube: 62.2 ft3 INSTALLATION Weight: 5O4 lbs. Installation of this smoke alarm must conform to NFPA 72,Always check your local building codes.Follow all instructions for placement as outlined in the user's manual in sections fitted"Remmended Locations for Smoke Almns7and'Locations to Avoid for Smoke Alarms". THE PARTS OF THIS SMOKE &CO ALARM / �0 " i Acuvate/Deav;thrate Switch ro ,M � r p 7 r• � e- `fi �' �! c�er�ft�attl r€�r�vn t�h iP+�;n 8 �6ede swidch(u deach6vaCs 1.TestlSitence button 5.Locking tab 2. LED alarm light 6. nfi bracket Cornpa x Bra n&,rrroc.a larder Gaslxssatrom g 's C.rmar�any(NYSE:JA&l) 3.Activate/Deactivate Switch 7. "This way up"Arrow 3901 Liberty Street Road 4. Locking tab siot(Break out Tab) S. Mounting Slots All right EL eM-81 reserved 22 All rights reserved First Alert is a registered trademark of tyre First Best Dust ifrk lectroniCS.cOtn c 3-18 re2yrstered tradeanark cf l3rtlG erasacls;Inc. OF pORT4 1P BIDDER'S CHECKLIST 1. Has the Bid Submittal Sheet been properly signed, and corporate seal affixed, if applicable? 2. Has the Non-Collusion Affidavit been property executed? 3. Have all Addenda, if any, been acknowledged on the Bid Submittal Sheet? 4. BID MUST BE SUBMITTED BY THE TIME AND DATE SPECIFIED IN ORDER TO BE CONSIDERED A VALID BID. Project No. PW-14-003 Page 17 of 17