Loading...
HomeMy WebLinkAbout000905 Original Contract City of Port Angeles Record #000905 CONTRACT DOCUMENTS for WATER TREATMENT PLANT STREAMING CURRENT MONITORS PURCHASE CONTRACT NO. WA-14-034 �O� pORT,4/V U� co �O�KS ANp� CITY OF PORT ANGELES WASHINGTON NOVEMBER 2014 CRAIG FULTON, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES MIKE PUNTENNEY, P.E. DEPUTY DIRECTOR OF PUBLIC WORKS & UTILITIES Rev' d Mike Puntenney, P.E. Deputy Director of Public Works &Utilities- Reviews by; r William Bloor City Attorney Page 1 of 19 November 18, 2014 4roF Pon r4h�RN CITY OF PORT ANGELES INVITATION TO BID For WATER TREATMENT PLANT STREAMING CURRENT MONITORS Sealed bids will be received by the Director of Public Works & Utilities until 2:OOPM, Wednesday, December 10, 2014 and will be opened and read in the Public Works conference room, Port Angeles City Hall, 321 East Fifth Street, Port Angeles, Washington 98362. Bids will be taken for the following Materials: O Two (2) Streaming Current Monitors for the Water Treatment Plant Bid documents may be obtained by calling Lucy Hanley at (360) 417-4541 or by emailing contracts(a)-cityofpa.us . All bids must be on the form provided. Faxed bids shall not be accepted. The City of Port Angeles (hereafter "City") reserves the right to reject any or all bids and to waive minor irregularities in the bidding process. Subject to the foregoing, the contract may 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. Bids must be sealed with the outside of the envelope marked "BID OPENING DATE: December 22, 2014 PURCHASE CONTRACT NO.WA-14-034. The name and address of the bidder shall also appear on the outside of the envelope. Bids shall be addressed: Public Works and Utilities Department Attn: Lucy Hanley, Contracts Specialist PO Box 1150, 321 East 51h Street Port Angeles, Washington 98362 PUBLISH: Peninsula Daily News: November 25th, 2014 Project No.WA-14-034 Page 2 of 19 a ti��4 pORTq,,Q�! � yN INSTRUCTIONS FOR BIDDERS Equipment Bids BID SUBMITTAL: All bids must be made on the required bid All bids must be sealed with the outside of form and in cases of bid price extension the envelope marked with the BID errors, the unit prices will govern. All blank OPENING DATE December 10, 2014 spaces for bid prices must be filled in, with PURCHASE CONTRACT NO.WA-14-034. ink or typewritten, and the bid form must be The NAME AND ADDRESS OF THE fully completed and executed when BIDDER shall also appear on the outside of submitted. Only one copy of the bid form is the envelope. Bids shall be directed to the required. Faxed bids will not be Director of Public Works and Utilities, Attn: accepted. Failure to adhere to instructions Lucy Hanley and mailed to PO Box 1150, or may constitute disqualification of proposal. delivered to 321 East Fifth Street, Port Angeles, Washington 98362. COMPLIANCE WITH SPECIFICATIONS: The equipment must be in accordance with It is the intent of the attached specifications the specifications. to describe the minimum requirements for the equipment requested in sufficient detail Failure on the Contractor's part to comply to secure bids on comparable equipment. with any specification herein will be grounds All parts which are necessary in order to for disqualification of the bid. provide a complete unit as described, meeting all safety requirements, and ready All items called for in the specifications, for operation, shall be included in the bid including but not limited to the equipment and shall conform in strength, quality of constructed as shown, and the necessary workmanship and material to that which is manuals, must be complied with before the usually provided in the general trade. Any final payment can be processed. variance from the specifications or standards of quality must be clearly stated Where the description of an item includes in writing by the bidder. both specifications and a brand name and number, the specifications shall govern in Do not make reference to brochures or case of conflict. Brand name and number supporting literature on the bid sheet. All are for reference as to the type and quality notations for bid compliance or required and do not preclude offers of a exceptions are to be made on the bid comparable or better product, provided full sheet or on a plain piece of paper specifications and descriptive literature attached and referenced to the bid item. accompany the offer. Failure to include full descriptive literature may be cause to reject If a bidder's corporate policy mandates use the offer. of an official quotation form, it may be submitted. However, the cost data must be WARRANTY: duplicated on the City's bid cost data and The purchased supplies or equipment agreement sheet. The City's bid sheet furnished must have full manufacturer's must be signed by the bidder or its agent warranties, and the warranties must inure to in order for the proposal to be accepted. the benefit of the City. If alternate equipment is proposed, bidders are required to submit a separate bid sheet Vendor agrees to these warranty provisions for each unit offered. by signing the bid proposal. Project No.WA-14-034 Page 3 of 19 Orders for additional quantities may be SAFETY: placed with successful bidders over this This unit shall completely comply with all period from the date of award. Prices bid State and Federal laws, rules, regulations shall be good for all equipment and and codes in effect at the time of delivery. materials ordered during that period. All orders shall be placed using City of Port The unit shall be tested by the successful Angeles Purchase Orders. Payments shall bidder for compliance with all OSHA/WISHA be made monthly for materials received and regulations and the State Department of invoiced. Labor and Industries Safety Rules. Minority and women owned businesses DELIVERY& ACCEPTANCE: shall be afforded full opportunity to submit The successful bidder shall be responsible bids in response to this invitation, shall not for delivery to the City's Maintenance Yard, be discriminated against on the grounds of 1707 South A Street, Port Angeles, sex, race, color, age, national origin or Washington, between the hours of 7:00 AM handicap in consideration of an award of and 3:00 PM during the City's normal work any contract or subcontract, and shall be day. Delivery shall be made within the time actively solicited for participation in this period specified on the Schedule(s). project by direct mailing of the invitation to bid to such businesses as have contacted GENERAL INFORMATION: the City for such notification. Further, all The City of Port Angeles reserves the right bidders are directed to solicit and consider to consider delivery time and may waive any minority and women owned businesses as minor irregularities or minor defects or reject potential subcontractors and material any and all bids. Any bid may be withdrawn suppliers for this project. prior to the above scheduled time for the opening of bids or authorized postponement Signing of the bid sheet by Contractor and thereof. Any bid received after the time and subsequent acceptance by the City of the date specified shall not be considered. No lowest responsive bid will constitute a Bidder will be permitted to withdraw its binding agreement between the City and proposal between the closing time for Contractor. Contractor understands and receipt of proposals and the execution of agrees that no contract payment will be contract, unless the award is delayed for a made until the City certifies that all stated period exceeding sixty (60) calendar days. specifications have been complied with and The City of Port Angeles may, at its option, the equipment is delivered and accepted by in awarding this purchase contract, take into the City. consideration the revenue it would receive from purchasing the equipment from a Bids will be evaluated and submitted to the supplier located within its boundaries, in authorized purchasing agent for approval as accordance with RCW 39.30.040. soon as possible after bid opening. All bidders will be notified of results in writing. For the Schedule(s), offers made in accordance with the Invitation to Bid shall Upon award of the contract to the be good and firm for the period of 90 successful bidder, the City will send the calendar days after contract award Contractor duplicate, complete sets of unless the Bidder specifically limits its offer Contract Documents, which will include the to a shorter period by written notification on City's Purchase Order Requisition. The the bid document. However, bids so Purchase Order Requisition will include the modified may be declared non-responsive. final agreed upon price and the specific Quantities shown are of total estimated equipment and options being purchased. initial quantities to be ordered. Purchase The Vendor will then sign the duplicate sets Project No.WA-14-034 Page 4 of 19 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 to Lucy Hanley, Contracts Specialist, (360) 417- 4541 or to contracts@cityofpal.us . Project NoMA-14-034 Page 5 of 19 4 OF POH74h4`�J1 F CITY OF PORT ANGELES STANDARD TERMS AND CONDITIONS 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 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 City 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 Maintenance Yard, 1707 South A Street, Port Angeles, Washington, between the hours of 7:00 AM and 3:00 PM during the City's normal work day. Delivery shall be made within the time period specified on the bid. 4. DAMAGES FOR DELAY: Delays add cost to the City in the form of time needed for operational duties, administration and supervision and in the form of replacement equipment rental. 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 $12.50 for each working day beyond the number of working days established for physical delivery of the equipment/material. b. To pay actual damages equal to the actual cost to the City for rental of equipment necessary for the user Department to continue with its operations. c. To authorize the City to deduct these liquidated and actual damages from any money due or coming due to the Contractor. 5. PAYMENTS, CASH DISCOUNT, LATE PAYMENT CHARGES: Invoices will not be processed for payment until receipt of a properly completed invoice or invoiced items, whichever is later. 6. SHIPPING'1NSTRUCTIONS: Unless otherwise specified, all goods are to be shipped prepaid, V- CA �\c -raue o r- C Project No.WA-14-034 Page 6 of 19 7. REJECTION: All goods or materials purchased herein are subject to approval by the City. Any rejection of goods or material resulting from non-conformity to the terms and specifications of this Contract, whether held by the City 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. 9. INFRINGEMENTS: Contractor agrees to protect and hold harmless the City 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, suit(s) or proceedings. 10. WARRANTIES: Supplier warrants to Customer that each of the Goods conforms to its written warranty set forth in its user manual in effect on the date of purchase, or, if there is no express warranty therein, that each of the Goods will be free from defects in material and workmanship and will conform to the manufacturer's quoted specifications for twelve (12) months from delivery. Warranties do not extend to consumable items such as, without limitation, reagents, batteries, mercury cells, and light bulbs. Supplier warrants that it will perform all Services in accordance with its standard practices and that the Services will be free from defects in workmanship for a period of ninety (90) days from their date of performance. If Supplier breaches this warranty and the Customer notifies Supplier of such breach within 30 days of the end of the applicable warranty period, Supplier will, at its option, either replace or repair the nonconforming Goods, or re-perform any nonconforming Services, or refund the amounts paid by Customer to Supplier for the nonconforming Goods and/or Services. THIS IS THE EXCLUSIVE REMEDY FOR ANY BREACH OF WARRANTY. SUPPLIER EXPRESSLY DISCLAIMS ANY REMEDIES OF "COVER" AND ANY WARRANTIES IMPLIED BY LAW, INCLUDING BUT NOT LIMITED TO ANY WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. 11. ASSIGNMENTS: Moneys due under this Contract shall only be assignable with prior written consent of the City. 12. TAXES: Unless otherwise indicated the City agrees to pay all State of Washington sales or use tax. No charge by Contractor shall be made for federal excise taxes, and the City 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 delivery. Such loss, injury or destruction shall not release Contractor from any obligation hereunder. 15. HOLD HARMLESS: Contractor shall protect, indemnify, and hold the City 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. Project No.WA-14-034 Page 7 of 19 16. INDEMNIFICATION: Any and all indemnification obligations imposed upon Supplier are reduced to the extent that any otherwise covered claims or damages are caused by any of the following conduct of Customer or any third party operating under Customer's contract or control: (a) any act or omission constituting breach of the Agreement, negligence, recklessness or lesser standard of conduct, (b) misuse, misapplication, or use of Goods or Services not in accordance with Supplier's instructions, or(c)any violations of law. 17. LIMITATION ON LIABILITY: THE TOTAL LIABILITY OF SUPPLIER AND ITS SUBSIDIARIES, AFFILIATES, EMPLOYEES, DIRECTORS, OFFICERS AND AGENTS ARISING OUT OF PERFORMANCE, NONPERFORMANCE, OR OBLIGATIONS IN CONNECTION WITH THE DESIGN, MANUFACTURE, SALE, DELIVERY, AND/OR USE OF GOODS AND/OR SERVICES IN NO CIRCUMSTANCE INCLUDES ANY LIQUIDATED, INCIDENTAL OR CONSEQUENTIAL DAMAGES OF ANY KIND, NOR EXCEED AN AMOUNT THAT IS EQUAL TO TWO TIMES TO THE TOTAL AMOUNT OF COMPENSATION ACTUALLY PAID TO SUPPLIER UNDER THE AGREEMENT, EXCEPT ONLY IN THE CASE OF DAMAGES ARISING DUE TO SUPPLIER'S WILLFUL MISCONDUCT. 18. 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. 19. ANTI-TRUST: Contractor and the City recognize that in actual economic practice 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. 20. DEFAULT: Contractor shall be liable for damages suffered by the City resulting from Contractor's breach of Contract. The Contractor covenants and agrees that in the event suit is instituted by the City 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 City all costs, expended or incurred by the City 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. 21. 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. 22. SAFETY: The equipment shall completely comply with all State and Federal laws, rules, regulations and codes in effect at the time of delivery. 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. 23. ACCEPTANCE: BY ACCEPTING THIS PURCHASE CONTRACT IN WRITING OR BY DELIVERING THE MATERIAL ORDERED, CONTRACTOR ACCEPTS ALL OF THE Project No.WA-14-034 Page 8 of 19 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.WA-14-034 Page 9 of 19 PURCHASE CONTRACT THIS AGREEMENT is made and entered into this day of 2015, between the City of Port Angeles (hereinafter called the "City") and Hach Company (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 II 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 j obligations of the parties hereunder shall be brought and heard in Clallam County Superior Court. Project No.WA-14-034 Page 10 of 19 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.WA-14-034 Page 11 of 19 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. HACH COMPANY CITY OF PORT ANGELES By: {11 By: Title: r" ? C i C��l_� Title: Dated: Dated: O ATTEST: ATTEST: —Pity Clerk Appr ved to as t9-form f' '�_ , City Attorney Project No.WA-14-034 Page 12 of 19 City of Port Angeles Schedule A Invitation for Bid Water Treatment Plant Streaming Current Monitors Purchase Contract: WA-14-034 GENERAL DESCRIPTION: The City of Port Angeles Water Treatment is requesting bids for two Streaming Current Monitors. DATE DELIVERY REQUIRED: December 31 st, 2015 WARRANTY: Comprehensive warranty (for each streaming current monitor) upgrade including: Instrument start-up, all parts, labor and travel for on-site repairs, 2 on-site calibrations per year, factory recommended maintenance (including required parts), unlimited technical support calls, and free firmware updates. On-site response for "down" instrument repairs is typically 3 business days. Standard business hours are 8am-5pm M- F local time, excluding holidays. DESCRIPTION 1) The City will install the Streaming Current Monitors. As stated in part 9, the manufacture shall include start-up on instrument(s) to include basic operational training and certification of the performance of the instrument. 2) The Streaming Current Monitor/Controller(SCM) shall be a fully self-contained sensor/monitor/controller for the measurement of the charge on particles in the coagulation phase of water processes. 3) Construction a) The SCM should be mounted onto a rectangular plate for ease of wall or inside panel mounted installation. The size of this paint coated aluminum plate shall be approximately 12.6" (320mm) in width and by 19.7" (500mm) in height. b) The electronics and sensor modules shall be mounted onto the aluminum mounting plate. c) The sensor assembly external components shall be constructed of cast and machined stainless steel and anodized aluminum. d) The electrode housing shall be connected to the main body by way of a quick disconnect Tri-Clover Stainless Steel fitting. e) The wetted parts shall be stainless steel, UHMW, and epoxy. f) Highest recommended sample flow rate shall not exceed 5 liters/min. g) The housing of the electronics module shall be ABS plastic with superior corrosion resistance. i) The housing shall have clear-hinged front cover to access the keypad for programming, zeroing or manual adjustment. ii) 1/0 terminal barrier strips shall be located at the base of the housing under a Project No.WA-14-034 Page 13 of 19 screwed down cover with electrical cable glands at the base for entry/ exit of cables. iii) Electrical connections shall be via IP67 waterproof glands on the base of the electronics module, side cover of the motor, optical pick up housing and sensor electrode assembly. h) The dry weight of the complete SCM shall be approx 47.4lbs (21.5kg) for the standard option version. 4) Electronics Processor a) The instrument shall be microprocessor controlled. The instrument shall calculate the reading using advanced digital processing. The streaming current shall be calculated based on an algorithm custom designed for the streaming current signal. The algorithm shall account for the shape of the small current signal generated by the sensor. It shall not rectify and filter in the traditional way. b) Response shall be adjustable from 1 second to 1 minute. c) The controller shall continually run internal diagnostics checks to ensure proper operation of components. The detection of any error will result in a fault alarm being initiated. d) Signal processing - Shall use FFT signal processing. An onboard optical pickup shall determine the measurement point each sensor stroke. e) Zero Setting -This shall be via keypad and a single key push. The onboard software shall reset the instrument automatically to the new "Zero" setting. f) The controller shall contain a dual displa; one for the unadjusted SCM value and the other for the offset SCM value. Setting the offset shall be provided via a `push and hold' button for the zero point setting requiring no more than 3 seconds g) An output of 4 to 20mA corresponding to a selectable SC range is produced h) The power supply shall be 110Vac 60Hz or 230Vac 50Hz as ordered. 5) Sensor Module - The sensing assembly shall be mounted onto the backing / mounting plate. a) The sensor module shall consist of a half(1/2) horsepower, 90W motor driving via a gearbox the reciprocating sensor at a speed of approx three hundred (300) strokes per minute. b) The sensor body shall be of cast stainless steel and the electrode housing shall be machined stainless steel with quick disconnect Tri-Clover process fittings. c) The sensor body shall have integral process fittings for inlet and outlet sample flow, the sizing of which shall fit the standard sampling accessories and constant head flow device available. Sample flow rate shall be 1-4 liters/ minute. 6) The supplier shall make available the following options: Project No.WA-14-034 Page 14 of 19 a) PID controller, proportional and integral type; manually tuned with anti integral windup bump-less auto/ manual transfer and parameter change. Forward or reverse acting. b) Up to two (2) relays. Fully adjustable set point, span, zero and hysteresis c) Fault alarm d) Communications: i) Analog (4-20 mA) ii) Digital RS485—electrically isolated; Data rate 1200—9600 baud; MODBUS interface e) Automatic sensor flush for auto cleaning operation f) Water connections, weir and grit trap 7) Programming of the operational set points, relays and calibration shall be accomplished via the front keypad. a) For setting the zero point at anytime after the commissioning stage can be carried out by manually adjusting and holding the zero button down for 3 seconds. This will automatically zero the instrument. b) For higher-level interrogation and operational performance data there shall be a RS232 communication port that allows access to the raw sensor data and more extensive programming tools. (Typically to be used only by the manufacturer or fully trained service personal.) c) During calibration procedures and auto clean operation the output signals shall be held at the last value for a client-programmed period of time. 8) Quality Control -the SCM shall be supplied complete with: Operation/Installation instruction manual; quality assurance certificate with signal performance data and final inspection certificate 9) Manufacturer's Service and Start-Up a) Shall include the manufacturer's services to perform start-up on instrument to include basic operational training and certification of performance of the instrument. b) Shall include their standard manufacturer's Service Agreement within their bid price that covers all the manufacturer's recommended preventative maintenance, regularly scheduled calibration and any necessary repairs beginning from the time of equipment startup through to end user acceptance / plant turnover and the first 12 months of end-user operation post turnover. c) Items A and B are to be performed by manufacturer's factory-trained service personnel. Field service and factory repair by personnel not employed by the manufacturer is not allowed. d) Use of manufacturer's service parts and reagents is required. Third-party parts and reagents are not approved for use. Project No. WA-14-034 Page 15 of 19 City of Port Angeles Bid No.WA-14034 BID FORM Bidder must bid on all bid items for a bid to be considered valid. The bidder hereby bids the following amounts for all material described in the Contract Documents. b � AtAfn F� Ce rre `d1; uric . Streaming Current Streaming Current Monitor Monitor/Controller SCM __2 _ $13,776.00 $27,552.00 Note:The unit price includes the(1)yea r Comprensive Wrprranty Upgrade Plan. I Subtotal; � Bid Items) $27,552.00 < Tax=$ 37M__ Sales Tax(8.4%) Shipping Charges= Total Bid Amount: $30,335.01 Project No, WA-14-034 Page 16 of 19 City of Port Angeles Bid No. WA-1+4-034 WATER TREATMENT PLANT STREAMING CURRENT MONITOR 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? **Hach Company would be willing to sell addition units at bid price for N Yes ❑ No up to(l)year from award date.** ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received Addenda No(s). 0 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 Hach Company TYPE OF BUSINESS: ® Corporation ❑ Partnership (general) ❑ Partnership (limited) ❑ Sole Proprietorship ❑ Limited Liability Company ADDRESS 5600 Lindbergh Drive CITY/STATE/ZIP Loveland CO 80538 PHONE 800-227-4224 FAX 970-461-3911 NAME (PLEASE PRINT) Staci Lamfers TITLE Project Specialist SIGNED DATE December 8,2014 - Protect No. WA-14-034 Page 17 of 19 Applications AF7000 •Drinking Water STREAMING CURRENT MONITOR • v x�2 10 ,, Toughness that won't quit means you'd know when to respond, Heavy Duty Construction with An Open and Uncomplicated Design Serious Durabitty In Mind Saves You Time Built with 316 Stainless Steel,the AF7000 is made for 24/7 A simple and straightforward design allows for easy routine monitoring of your source water. maintenance,saving you time so you can focus on other Industrial-Sized Motor for the Long Haul Parts of your facility. With a typical motor performing over 130 million revolutions Auto Zeroing In Under 5 Seconds in a single year,the all-metal design provides confidence that No complicated steps in confirming your monitors' your monitor can go the distance. accuracy—the AF7000 zeroes immediately with the push of a button. The Industry's Fastest Response to Source Water Changes The AF7000 has a 1-second response to any source water changes.The abililty to react Immediately to any change that occurs keeps the control in your hands. 2 /000 Streaming Current Monitor Specifications* Compliance CE,cETLus Relays Relay(2x);SPST; Certifications (for UL 61010-1 &C22.2. 5 A,30 VDC resistive loads No.61010-1 safety standards) Communication Optional:2x 4-20mA Outputs, Response Time 1 sec to 1 min adjustable average RS485 electrically isolated; Sample Flow Rate Variable;2-411minute data rate:1200 to 9600 baud recommended Pollution Degree 2 Humidity Maximum relative humidity 95%for Protection Class I temperatures up to 50°C(12209 Power Requirements 110 V AC 60 Hz at 3.2 A; Sample Temperature 7 at 35°C(45 to 95°F) (voltage) 230 V AC 50 Hz at 1.6 A Operating 0 to 50°G at 95%Relative Wetted Materials Stainless Steel,UHMW,Epoxy Temperature Range Humidity(non-condensing) Dimensions Metric 750 mm x 320 mm x 250 mm Storage Conditions -20°C to 70°C (H x W X D) at up to 95%Relative Humidity Weight 47.4 lbs.(21.5 kg) Connections 1/2 inch BSP Warranty 1 year Inputs Dual digital(2x);optically isolated; switch input to 5 to 24 V 'Subject to change w(thoutnotice. Output 4-20mA;Maximium load 500 2126, electrically isolated Ordering information Instruments LXV510.99.10000 AF7000 Streaming Current Monitor, 110 VAC LXV510.99.11000 AF7000 SCM w/Auto Flush, 110V LXV510.99.11010 AF7000 SCM,AutoRush,Water Weir&Grit Filter, 110V LXV510.99.20000 AF7000 Streaming Current Monitor,230 VAC LXV510.99.22000 AF7000 SCM w/Auto Flush,230V LXV510.99.22010 AF7000 SCM,AutoRush,Water Weir&Grit Filter,230V Accessories and Expansion Options LZY763 Relay Output Card LM64 4-20mA PID Controller Cana LZY765 Water Connections with Auto Flush Solenoid,115V 25088000 Water Connections with Auto Flush Solenoid,220V LZY766 Water Connections without Auto Flush Maintenance Parts LZY755 Cam Rod to Piston Linkage Replacement Kit LZY757 Replacement Piston LZY756 Replacement Streaming Current Sensor LZY758 Sensor Bearing/Washer Replacement Kit HACH COMPANY World Headquarters: Loveland,Colorado USA United States: 800-227-4224 tet 970-669-2932 fax orders(ahach.com Outside United States: 970-669-3050 tet 970-461-3939 fax int @hach.com hach.com LIT2497 Rev 1 D'14 Printed in U.S.A. CHach CompwW,2014.All tights reserved. tothehfomlofh4mvhysodupds thpNs09UW Ir H$0 CWwq rWAW f 1W to inter to OW4wrMt stWhie. Warranty .vs WarrantyPlus WARRANTY WARRANTY` LU .. PS talibrationJValidation X Calibration Standards X Calibration Standards Ground Shipping X Certificate of Performance X Cleaning of the Instrument X Factory Recommended Preventative Maintenance X Free Loaners During Repair(subject to availability') X Loop Validation y X Preventative Maintenance Parts X Preventative Maintenance Parts Ground Shipping X Priority Status X Repair Wbo"r X riFctorY X* Repair Labor tin-Site X* Repair Parts X X* Return Shipping X (Factory X Scheduled Travel X Firmware Updates X Start-up©nsite—includes basic on-site training X* Unscheduled Travel X* Emergency repair on-site - typically 3 business days X* i i * Some lab products require shipment to factory, Start-up for lab products is on a customer request basis, This comparison is for reference only. Please see service terms and conditions for details. [Hach 2 n • HACH COMPANY 1 5600 Lindbergh Drive I PO Box 389 1 Loveland,Colorado 80539 1 P 970.669,3050 1 F 970,669,2932 1 hach.corn November 7,2013 Dear Prospective Customer: By signature below the following Hach representatives are hereby authorized(during the period of November 7, 2013 through December 31,2014)to sign all bid documents,representations and certifications,and sales/service contracts submitted by Hach to prospective customers in accordance with Hach's Internal contract procedures, and which do not require a Corporate Officer's signature: Greg DiNoia Pam Keller Lino Oddl Mike Strycker Adrian Revuelta Robert Bollea Lance Relsman Bruce Zimbelman Roxanna Nittmann Gary Dreher Marty Jost Staci Lamfers Kurt Tyler Ronald Khoshabeh Debbie Casale Kevin Klau Paul Farrell Heather Looney Shawn Collins Brian Staff Stephanie Smith Robbin Crane Rachel Schneider Delcle Robeson Chris Westlake Collins King Miguel Molina Mike Rembelskl Brett Helller Heather Johnston Lori Pegelow Chris SerafIn We appreciate the opportunity to do business with your organization. Sincerely, Hach Company E �I�Nc�izt� /L YIce President of Sales, 'Service&Customer Support 800-227-4224 p 970-669-2932f wvvw,hach,com OY , HACH COMPANY 1 5600 Lindbergh Drive I PO Box 389 1 Loveland,Colorado 80539 1 P /0 669.3050 I F 970.669 2932 1 hach,corn December 8,2014 City of Port Angeles PO Box 1150 321 East 5t'Street Port Angeles WA 98362 Attn: Lucy Hanley Project Reference: Invitation to Bid for Water Treatment Plant Streaming Current Monitors Dear Ms. Hanley: Please find attached our response to the above referenced project, The following items have been included in the Invitation to Bid Package: • Hach Company Revision Letter • City of Port Angeles Contract Documents + Data Sheets • Authorized Signature Letter Please let me know if you have any questions in regards to this invitation to bid. Thank you, Sincerely, 36 U d C� Staci Lamfers/Project Specialist 11 Hach Company 5600 Lindbergh Drive Loveland CO 80538 800-227-4224 ext.6244 970-461-3911—Fax Bids @Hach.com HACH COMPANY 1 5600 Lindbergh Drive I PO Box 389 1 Loveland.Colorado 60539 1 P x/0.669.3050 1 F 970.669.2932 1 hach.com December 8,2014 City of Port Angeles PO Box 1150 321 East 5th Street Port Angeles WA 98362 Attn:Lucy Hanley Project Reference: Invitation to Bid for Water Treatment Plant Streaming Current Monitors Dear Ms.Hanley: Hach Company appreciates the opportunity to conduct business with you. We have carefully reviewed all of the documents contained in the Invitation to Bid. Based on our review,and in order to help enable Hach to provide the City of Port Angeles with the best and most cost effective products and services we can offer,we respectfully request that you accommodate the following revisions to the bid documentation,as noted below: BID SUBMITTAL: • The instrumentation will be provided with(1)standard copy of the Operation and Maintenance Manual at time of shipment.If additional copies will be required they can be downloaded by the customer at www.hach.com for no additional charge. • The standard warranty on the AF7000 Streaming Current Monitor is(1)year from date of shipment. Extended warranties are available for an additional charge if required. CITY OF PORT ANGELES STANDARD TERMS AND CONDITIONS, PURCHASE CONTRACT: 4.DAMAGES FOR DELAY: Hach Company will not accept or be responsible for any type of liquidated damages charge. 5.PAYMENTS,CASH DISCOUNT, LATE PAYMENT CHARGES:Hach Company payment terms are Net(30)days from invoice date.Retainage Terms:90%Net(30)days from invoice date;Additional 10%no more than(90)days from invoice date. 6.SHIPPING INSTRUCTIONS: F.O.B Origin with freight being prepaid and added to the invoice at time of shipment. Hach Company is respectfully requesting that the attached"Contract Addendum"be incorporated and made part of the terms and conditions for this project. PURCHASE CONTRACT: Hach Company reserves the right to have the Purchase Contract reviewed by our legal team at time of order. Schedule A Water Treatment Plant Streaming Current Monitors: WARRANTY:Included in the"Unit Price"for the Streaming Current Monitors is a(1)year Comprehensive Warranty Upgrade Program.All warranties will go into effect the day the instrumentation ships from the factory. Extended warranties can be purchased for an additional charge if required. HACH COMPANY 1 5600 Lindbergn Drive I PO Box 389 1 Loveland,Colorado 80539 /0,6693050 I F 970.669.2932 1 hach.com DESCRIPTION: 6.a—The Streaming Current Monitor offers the option of have a 4-20mA PID Controller Card added.However it was unclear as to whether PID Controller Card is required so it was not included in the"Unit Pricing"for the monitors. If it is found the 4-20mA PID Controller Card is required it can be order using part number LZY764 for a cost of$487.59 each. 9. Manufacturer's Service and Startup: a) The(1)year Comprehensive Warranty Upgrade Program will include(1)full day of startup and training by a Hach Company Representative.If additional days of startup and training are required they will need to be ordered for an additional charge. We at Hach Company look forward to completing your order and offering you the quality products and services we are proud to deliver to our customers. *Please note that Hach Company is not able to proceed until a signed acceptance is received. ACCEPTED 8Y: City of Port Angeles Representative By: (Printed Name) Signed Title Date i 0