Loading...
HomeMy WebLinkAbout4.523 Original Contract ~6~~1( ~E1E.'l..S </. 5!)8 PROJECT MANUAL (t~!.AJ CONTRACT DOCUMENTS 0 R \6\ N A L :It-.1 for WATER UTILITY MATERIALS PURCHASE CONTRACT NO. 06-13 CITY OF PORT ANGELES WASHINGTON March 2006 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES MIKE PUNTENNEY, DEPUTY DIRECTOR OF OPERATIONS 1J;~ William Bloor, City Attorney Approved by: -- ~ t' Mike Pun nney, Deputy Director Water Materials Purchase Contract 06-13 page 1 of 22 04/18/2006 TUE 13:36 FAX [4J 002 , ): CITY OF PORT ANGELES WATER UTILllY MATERIALS. PURCHASE CONTRACT NO. 06-13 ADDENDUM NO. 1 TO THE PROJECT MANUAL FOR WATER UTILITY MATERfALS, PURCHASE CONTRACT NO. 06-13 NOTICE TO PROSPECTIVE BIDDERS (April 18, 2006) The following change is hereby made a part of the Project Manual for the purchase of Water Utility Materials dated March 2006 as fully and completely as if the same were fully set forth therein: In the Instructions for Bidders, General Information section (page 4 of 22), change the number in the following sentence from 365 to 180: "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 receiving initial order unless the Bidder specifically limits its offer to a shorter period by written notification on the bid document." The purpose of this change is to limit the period that the bidder honors its bid(s) to 180 calendar days. ~,~ GLENN A. CUTLER, P.E. Director of Public Works & Utilities There is no change to the Bid Opening Date as a result of this Addendum. This addendum must be acknowledged in the space provided on the Bid Signature Sheet (page 19 of 22) in the Project Manual when it is submitted to the City with your bid. Failure to do so may result in the bid being rejected as being non-responsive. END OF ADDENDUM Addendum No. 1 Page 1 of 1 CITY OF PORT ANGELES INVITATION TO BID for Water Utility Materials Sealed bids will be accepted by the Public Works and Utilities Director until 2:00 PM, Monday, April 24, 2006 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, between the hours of 8:00am and 4:30pm, City of Port Angeles, 321 East 5th Street, P.O. Box 1150, Port Angeles, Washington 98362, (360) 417-4700. Technical questions regarding this bid should be addressed to Bill Beverford, Water/Wastewater Collection Superintendent between the hours of 7AM and 3PM at (360) 417-4855. All bids must be on the form provided and must be accompanied by a bid deposit in the form of a surety bond, postal money order or cashier's check for a sum of not less than 5% of the amount of the bid. Faxed bids and/or surety bonds 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. 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 April 24, 2006, PURCHASE CONTRACT NO. 06-13". The name and address of the bidder shall also appear on the outside of the envelope Bids shall be addressed to the Public Works and Utilities Director, P.O. Box 1150, 321 East Fifth Street, Port Angeles, Washington 98362. Glenn A. Cutler, Director of Public Works and Utilities. PUBLISH: Peninsula Daily News: April 2, 2006 Daily Journal of Commerce: April 3, 2006 Water Materials Purchase Contract 06-13 page 2 of 22 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: April 24, 2006, PURCHASE CONTRACT NO. 06-13". The name and address of the bidder shall also appear on the outside of the envelope. Bids shall be directed to the Director of Public Works and Utilities, and mailed to P.O. 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 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 Matenals Purchase Contract 06-13 page 3 of 22 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 INFORMATION: The City of Port Angeles reserves the right to consider delivery time, to waive any informalities or minor defects and to reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No Bidder will be permitted to withdraw its proposal between the closing time for receipt of proposals and the execution of contract, unless the award is delayed for a period exceeding sixty (60) calendar days. The City of Port Angeles may, at its option, in awarding this purchase contract, take into consideration the revenue it would receive from purchasing the materials from a supplier located within its boundaries, in accordance with RCW 39.30.040. For 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 receiving initial order unless the Bidder specifically limits its offer to a shorter period by written notification on the bid document. However, bids so modified may be declared non-responsive. Quantities shown are of total estimated initial quantities to be ordered. Orders for additional quantities may be placed with successful bidders over a one year period from the date of award. Prices bid shall be good for all materials ordered during that period. Payments shall be made monthly for materials received and invoiced. 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, deduct from that vendor's contract payment 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. Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of sex, race, color, age, national origin or handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this project. Signing of the bid sheet by Contractor and subsequent acceptance by the City Council of the lowest responsible bid will constitute a binding agreement between the City and Contractor. Contractor Water Materials Purchase Contract 06-13 page 4 of 22 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. 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 Bill Beverford, Water/Wastewater Collection Superintendent, (360) 417-4855; or Mike Puntenney, Deputy Director of Operations, (360) 417-4802. STANDARD TERMS AND CONDITIONS: THE PURCHASE CONTRACT INCLUDES THE FOLLOWING TERMS AND CONDITIONS AND THE PUBLISHED RULES, REGULATIONS, AND LAWS OF THE CITY OF PORT ANGELES AND THE STATE OF WASHINGTON, WHICH ARE HEREBY INCORPORATED BY REFERENCE. 1. CHANGES: No alteration in any of the terms, conditions, delivery price, quality, quantities, or specification will be effective without written consent of the appropriate representative of the City. 2. HANDLING: No charges will be allowed for handling, including but not limited to packing, wrapping bags, containers or reels, unless otherwise stated herein. 3. DELIVERY & ACCEPTANCE: For any exception to the delivery date as specified in this Contract, Contractor shall give prior notification and obtain written approval thereto from the City. Time is of the essence and the Contract is subject to termination for failure to deliver as specified and/or appropriate damages. The acceptance by the Purchaser of late performance with or without objection or reservation shall not waive the right to claim damage for such breach nor constitute a waiver of the requirements for the timely performance of any obligation remaining to be performed by Contractor. The successful bidder shall be responsible for delivery to the City's Corporation Yard, 1703 S. "B" Street in Port Angeles, Washington 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 equipmenUmaterial 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 equ ipmenUmaterial. Water Materials Purchase Contract 06-13 page 5 of 22 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. 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. 1 O. 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 Water Materials Purchase Contract 06-13 page 6 of 22 of "Statement of Intent to Pay Prevailing Wages" and "Affidavit of Wages Paid" shall be submitted to the City Clerk and Department of Labor and Industries. 17. ANTI-TRUST: Contractor and the Purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact borne by the Purchaser. Therefore, Contractor hereby assigns to the Purchaser any and all claims for such overcharges. 18. DEFAULT: Contractor shall be liable for damages suffered by the Purchaser resulting from Contractor's breach of Contract. The Contractor covenants and agrees that in the event suit is instituted by the Purchaser for any default on the part of the Contractor, and the Contractor is adjudged by a court of competent jurisdiction to be in default, Contractor shall pay to the Purchaser all costs, expended or incurred by the Purchaser in connection therewith, and reasonable attorney's fees. The Contractor agrees that the Superior Court of the State of Washington shall have jurisdiction over any such suit, and that venue shall be laid in Clallam County. 19. BRANDS: When a special brand is named it shall be construed solely for the purpose of indicating the standards of quality, performance, or use desired. Brands of equal quality, performance, and use shall be considered, provided the bidder specifies the brand and model and submits descriptive literature when available. Any bid containing a brand which is not of equal quality, performance, or use specified must be represented as an alternate and not as an equal, and failure to do so shall be sufficient reason to disregard the bid. 20. SAFETY: The materials shall completely comply with all State and Federal laws, rules, regulations and codes in effect at the time of delivery. 21. ACCEPTANCE: CONTRACTOR ACCEPTS ALL OF THE TERMS AND CONDITIONS SET FORTH. FORMAL OBJECTION IS HEREBY MADE BY THE PURCHASER TO ANY ADDITIONAL OR DIFFERENT TERMS PROPOSED BY VENDOR CONTRACTOR AS A CONDITION OF ACCEPTANCE OR DELIVERY. Water Materials Purchase Contract 06-13 page 7 of 22 PURCHASE CONTRACT THIS AGREEMENT is made and entered into thi~~Y of ~ ' 2006, between the City of Port Angeles (hereinafter called the "Purchaser") and H Meters Company LLC (hereinafter called the "Contractor", "Vendor", or "Bidder"). WITNESSETH: That the Purchaser and the Contractor, in consideration of the performance of the terms and conditions hereinafter mentioned, agree as follows: ARTICLE I CONTRACT DOCUMENTS The complete contract includes the Invitation to Bid, the Instructions to Bidders, the Bid, the Specifications, the Standard Terms and Conditions, the Purchase Order Requisition, and the Purchase Contract. The foregoing documents shall hereinafter be called "Contract Documents" or "Contract". All obligations of the Purchaser and the Contractor are fully set forth and described herein. In the event of a discrepancy between any of the Contract Documents, as above defined, the Purchaser shall give a written interpretation thereof, which interpretation shall govern. ARTICLE II CONTRACT COST The Contractor agrees to sell and deliver to the Purchaser, at the delivery point specified in the Instructions to Bidders, and the Purchaser agrees to purchase and receive from Contractor the equipment as described and set forth, and for the price(s) stated, in the Contract Documents, Schedule A and the provisions of the Contractor's bid attached and made a part hereof. ARTICLE III ASSIGNMENT The Contractor shall not assign any of its responsibility under this Contract without the express written consent of the Purchaser. ARTICLE IV APPLICABLE LAW AND VENUE This Contract shall be governed by, and construed in accordance with, the applicable laws of the State of Washington. Any legal proceedings to determine the rights and obligations of the parties hereunder shall be brought and heard in Clallam County Superior Court. ARTICLE V NONDISCRIMINATION During the performance of this Contract, the parties shall conduct their business in a manner which assures fair, equal and nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in particular: Water Materials Purchase Contract 06-13 page 8 of 22 1. The parties will maintain open hiring and employment practices and will welcome applications for employment in all positions from qualified individuals who are members of the above stated minorities. 2. The parties will comply strictly with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of nondiscriminatory requirements in hiring an employment practices and assuring the service of all patrons and customers without discrimination with respect to the above-stated minority status. ARTICLE VI TERMINATION OF CONTRACT In the event that any of the provisions of this Contract are violated by the Contractor or the Contractor's subcontractors, the Purchaser may serve written notice of intention to terminate such Contract upon the Contractor, which notice shall specify the reasons therefore. Unless within thirty (30) days after serving such notice upon the Contractor such violation shall cease and an arrangement for the correction thereof satisfactory to the Purchaser be made, the Contract shall, upon the expiration of the said thirty (30) days, cease and terminate. In the event of any such termination, the Purchaser may purchase the materials necessary for complete performance of this Contract, and the Contractor shall be liable to the Purchaser for any excess cost thereby. ARTICLE VII SEVERABILITY If any term or condition of this Contract or the application thereof to any person(s) or circumstances is held invalid, such invalidity shall not affect other terms, conditions, or applications which can be given effect without the invalid term, condition, or application. To this end the terms and conditions of this Contract are declared severable. ARTICLE VIII WAIVER Waiver of any breach of any term or condition of this Contract shall not be deemed a waiver of any prior or subsequent breach, no term or condition of this Contract shall be held to be waived, modified, or deleted except by a written instrument signed by the parties hereto. Water Materials Purchase Contract 06-13 page 9 of 22 HERSEY METERS COMPANY LLC BY:_~ i[)~ Title:GJ~~ Dated: %a:t &9.- l [leY/a ATTEST: 0i21q, ~- CITY OF PORT ANGELES ~~~ Ma or Dated .5 - ~!$ - ()If; A!FJ:OVED AS~ /0/ & / William Bloor, City Attorney ATTEST: b~~ ~^ Becky J. U n, Ity Clerk , , ' Water Matenals Purchase Contract 06-13 page 10 of 22 BID NO. 06-13 Water Utility Materials SCHEDULE A GENERAL DESCRIPTION: Water Meters SPECIFICATIONS: Cold Water Meters - Displacement type with magnetic drive. See "Water Meter Specifications" on pages 12 and 13. DATE DELIVERY REQUIRED: Maximum of 30 days from receipt of purchase order. ITEM # City PART QUANTITY DESCRIPTION UNIT PRICE TOTAL PRICE NUMBER Estimated for This Year 1. 659-023-00003 200 5/8" x 3/4" S.R. Water 24.00 4,800.00 Meter 430 2. 659-023-00005 10 1" S.R. Water Meter 452 63.00 630.00 3. 659-023-00004 16 3/4" x 3/4" S.R. Water 42.00 672.00 Meter 442 4. 659-023-00010 2 3" Turbine Fire Hydrant 510.00 1,020.00 Meter (Example: Hersey Model-HM*). HM 5. NA 1 (**) 4" x 2" Fire Hne Meter 3,500.00 3,500.00 MFMII MCTII SUBTOTAL 10,622.00 WASHINGTON STATE 881.63 SALES TAX at 8.3% TOTAL SCHEDULE A 11,503.63 (*) Example: Hersey Model (....) Example: Hersey Model MFM II (4" with 2" compound on the bypass, operating range 2-1000 GPM, Max. Intermittent Flow 1250 GPM- Fireline or Detector Meter) Specifications for Schedule A on pages 12-13 Payment Terms: 2% 30 days, net 31 days Delivery: 35 days ARO Water Materials Purchase Contract 06-13 page 11 of 22 WATER METER SPECIFICATIONS COLD WATER METERS - DISPLACEMENT TYPE WITH MAGNETIC DRIVE 5/8" - 2" SIZE TYPE: Magnetic Drive, Sealed Register, Positive Displacement oscillating Piston or Disc Chamber Type Cold Water Meters. Compound meters shall be of the single or dual register compound type which totals the output from two (2) interacting measuring chambers. One chamber shall be of the turbine type for measuring high flows; the other a displacement chamber of the oscillating piston type for measuring low flows. An automatic valve mechanism shall direct the flows through the chambers so as to have them function within their normal designed limits. All flows shall first pass through the turbine chamber prior to passing through the oscillating piston measuring chamber so as to ensure continuous registration during low flow to high flow measurement. SIZE: Must conform to American Water Works Standard C-700 and C-702/708 for compound meters as most recently revised. CASES: All meters shall have a non-corrosive Water Works bronze outer case with a separate measuring chamber which can be easily removed from the case. All meters shall have cast on them, in raised characters, the size and direction of flow through the meters. Cast iron frost bottoms shall be provided on 5/8", 3/4" and 1". 1-1/2" and 2" meters shall be the split case type with bronze lower and plastic upper shell assemblies with tempered glass lens. All main cases shall be guaranteed against defects in materials and workmanship for twenty-five (25) years from date of shipment. COMPOUND CASES: Compound main cases shall be constructed of water works bronze, and in no instance shall repaired casings be acceptable. The main cases shall be so constructed as to contain both the turbine and oscillating piston measuring chambers as separate units. Both measuring chambers must be accessible by removal of a single upper shell assembly. The oscillating piston measuring chamber operation shall not be inhibited by the operation of an external valve. Access to both measuring chambers shall be obtainable without disturbing the main cases as set in the pipeline. All sizes of meters shall include flanged ends. The main cases shall be fitted with drain plugs on both the upstream and downstream side of the valve mechanism. A test plug of adequate size must be accessible from the top so as to allow testing in pit settings and confined areas. EXTERNAL BOLTS AND WASHERS: All external bolts and washers shall be of corrosion-resistant material and be easily removed from the main cases. REGISTERS - HERMETICALLY SEALED: The register must be of the straight-reading type and have a large test or sweep hand. It shall read in cubic feet of volume. All reduction gearing shall be contained in a permanently hermetically sealed, tamper proof enclosure made from a corrosion-resistant material and will be secured to the upper main cases by a tamper proof seal pin so the register cannot be removed externally. The sealed register shall be guaranteed against defects in materials and workmanship for twenty-five (25) years from date of shipment. MEASURING CHAMBER: The measuring chamber shall be of Water Works bronze or a suitable synthetic polymer and shall not be cast as part of the main cases. All piston or disc assemblies shall be interchangeable in all measuring chamber assemblies of the same size. The chamber's division plate shall be stainless steel with a bonded rubber coating. The chamber's bottom plate shall be held in place without the use of fasteners. MAGNETIC COUPLING: There shall be no stuffing box. The motion of the piston or disc will be transmitted to the sealed register through the use of a direct magnetic drive without any intermediate mechanical coupling. STRAINER: All meters shall be provided with a corrosion-resistant strainer which is easily removable from the meter without the meter itself being disconnected from the pipeline. Water Materials Purchase Contract 06-13 page 12 of 22 CHANGE GEARS: Change gears will not be allowed to calibrate the meters. All registers of a particular registration and meter size shall be identical and completely interchangeable. ACCURACY AND HEAD LOSS TESTS: Meters shall conform to current AWWA test flow and accuracy standards. PRESSURE CAPABILITY: Meters shall operate up to a working pressure of 150 pounds per square inch, without leakage or damage to any parts. The accuracy shall be not affected when operating at this pressure due to possible distortion. GUARANTEE: Quotations shall be accepted only from those companies who are actively engaged in the manufacturing of all parts for their meter in the United States of America and who have a minimum of ten years of satisfactory operating experience with their meter. All meters will be guaranteed against defects in materials and workmanship for a period of one (1) year from date of shipment. In addition, the manufacturer must provide a meter maintenance plan in writing and submit a program to guarantee meter performance for fifteen (15) years or 1,500,000 gallons in the case of 5/8" meters. Equivalent programs must also be provided in 3/4" and 1" meters. Water Matenals Purchase Contract 06-13 page 13 of 22 BID NO. 06-13 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 - Valves with bolts and gaskets (resilient seat) 1 670-076-00001 5 2" TH. X TH. Gate Valve Resilient 5eated NO BID Non-nslng 5tem 2. 670-076-00007 4 6" FL x FL Resilient Wedge Gate NO BID' Valve 3. 670-076-00008 5 6" FL x MJ ResIlient Wedge Gate NO BID Valve Group No.2 - Couplings and Repair Bands .,.-, 4 659-033-00003 10 2" Coupling (Example: ROMAC 501 w/D.1. Center Ring - 2 35 - NO BIO 2.65 x 5") 5. 659-033-00004 10 2" Trans. Coupling (Example: NO BIO ROMAC 501 w/D.1. Center Ring, 2.35 - 2 65 x 2.50 - 3.00 x 5") 6. 659-033-00018 4 20" Couplings (Example: Romac 501 w/D.1. Center Ring, 21.35 - NO BID 21 75) 7. 659-033-00019 4 24" Couplings (Example: Romac 501 w/D.1. Center Rings, 25.30 - NO BID 25.80) 8.(*) 659-033-00022 4 12" Coupling-Romac XR501- NO BIO 12.70 -14.41 9 (*) 659-033-00023 2 4" Coupling-Romac XR501. 4.50 NO BIO - 5.60 10. (*) 659-033-00024 4 6" Coupling-Romac XR501 - 6.60 NO BID -7.60 11. (*) 659-033-00025 4 8" Coupling-Romac XR501 - 8.60 NO BID -9.75 12. 670-052-00002 25 2" C.I. Repair Clamp (Example: NO BIO Romac #551-2.63 x 6") 13. 670-052-00003 10 2" C.!. Repair Clamp (Example: NO BID Romac #551-263 x 8" 14. 670-052-00004 4 2" C.I. Repair Clamp (Example: NO BID Romac #551-2.63 x 10" 15. 670-052-00006 5 21/4" Repair Clamp NO 8!O (Example Romac 551-2.87 x 8") Water Materials Purchase Contract 06-13 page 14 of 22 ITEM # City QUANTITY DESCRIPTION UNIT PRICE TOTAL PRICE PART Estimated for NUMBER this year 16. 670-052-00009 3 4" Repair Clamp (Example Romac NO BID SS1-4.75 - 5.14 x 8") 17. 670-052-00010 4 4" Repair Clamp (Example Romac NO BID SS2-4.47-5.27 x 8") 18. 670-052-00020 3 14" Repair Clamp (Example NO BID Romac SS2 15 95-16.75 x 16" 19. 670-052-00020 3 16" Repair Clamp (Example NO BID Romac SS3-17.1 0-18.30 x 16") Group No.3 - Pipe and Nipples 20. 65802200010 100' 2" Red Brass Pipe NO BID Schedule #40 21. 658 060-00001 1000' 2" PVC Pipe Schedule #80 NO BID (solvent-weld) 22.(*) 658-058-00001 500' 3/4" P.E. Tubing CTS Eagle Pure NO BID Core (BLUE) Class 200 23.(*) 658-058-00002 1000' 1" P.E. Tubing CTS Eagle Pure Core (BLUE) NO BID Class 200 24. 658-022-00001 100 3/4" Brass Close NlDoles NO BID 25. 658-022-00003 100 1" Brass Close Nipples NO BID Group No.4 - Fittings PVC Sch. #80 26 659-027-00001 5 2" PVC Glue Cap Schedule #80 NO BID 27. NA 5 2" PVC Tee NO BID Schedule #80 28. 659-017-00010 10 2" PVC 900 Bend-SlipxSllp NO BID Schedule #80 Group No.5 - Miscellaneous 29. NA 250 Meter Gasket, 3/4" Rubber NO Bm 30 NA 250 Meter Gasket, 1" Rubber NO BID 31 NA 50 Meter Gasket, 1 1/2" Rubber NO BID 32 NA 50 Teflon Tape y," Roll NO BID 33 NA 25 OutSide Diameter (PI)Tape Measure (6' Long x 1/4" Wide one NO BID Side graduated In 16ths of an Inch, other Side graduated in 100ths on an Inch.) Group No.6 - Service Material 34. 659-004-00002 100 Insert Stiffeners 3/4" for P.E. NO BID Tubing (Ford 50 Senes-Insert 51) 35. 659-004-00003 200 Insert Stiffeners 1" for P.E. NO BID Tubing(Ford 50 Senes-Insert 52) 36. 659-004-00004 25 3/4" Brass F.I.P.TH. X slip IP NO BID tublnQ size 37. 659-004-00005 25 3/4" Brass M.I P TH. X slip IP NO BID tubing size 38 659-004-00006 25 1" Brass M.I.P.TH. X slip IP tubing NO BID size 39 659-005-00002 200 Stainless Steel Clamps (y," - 1 NO BID 1/4") Water Materials Purchase Contract 06-13 page 15 of 22 ITEM # City QUANTITY DESCRIPTION UNIT PRICE TOTAL PRICE PART Estimated for NUMBER this year 40.{*) 659-006-00001 50 3/4" Muller Brass F.I.P.TH. x NO BIO Insta-tite ADPT.-CTS 41. 659-006-00005 50 3/4" M.I P.TH. Brass Compression NO BID Adpt. CTS 42. 659-006-00007 25 3/4" FE.I.P.TH. Brass Compression NO BID Adpt. CTS 43. 659-006-00009 50 1" M.I.P.TH. Brass Compression NO BID Adpt. CTS 44. 659-006-00010 50 1" F.I.P.TH. Brass Compression NO BID Adot CTS 45.{*) 659-006-00011 50 3/4" Muller Brass M.I.P. TH. x NO BIO Insta-tite ADPT.-CTS 46.{*) 659-006-00012 75 1" Muller Brass M.I.P.TH. x Insta- NO BID tite ADPT.-CTS 47.(*) 659-006-00013 75 1" Muller Brass F.I.P. TH. x Insta- NO BIO tite ADPT.-CTS 4S. 659-007-00004 50 1" Ball Corp. Stop (Example: Ford NO BID # FB500-4) 49. 659-007-00007 5 2" Corp. Stop (Example Ford # NO BID FB500-7l 50. 659-008-00002 100 5/S"x3/4"x1" Brass Meter Adapter NO BID (Example Ford # A24) 51 659-017-00003 50 1" Brass 90 Degree Bend NO BID 52. 659-017 -OOOOg 10 2" Brass 90 Degree Bend NO BID 53. 659-017-00002 25 3/4 " Brass Street Ell NO BIO 54 659-017-00019 10 1" Brass 45 Deqree Bend NO BID 55 659-017-00032 10 2" Brass Street Ell NO BID 56 659-01S-00002 50 3/4" Angle Ball Meter Valve for 3/4" service hne(Example: Ford-BA13- NO BID 332W) 57. 659-01S-00004 4 1 1/2" Angle Ball Meter Valve NO BID (Example: McDonald 3131B) 5S.{*) 659-021-00006 100 1" X 12" Meter Setter Ford 70 NO BID Series/Coppersetter-VH-74-12W- 11-44 59. 659-020-00003 10 3/4" x 12" Resetter w/check Valve NO BIO (Example Ford VH32-12-W) 60. 659-024-00005 6 2" x 1 1/2" NO BID Brass Bushlna 61. 659-024-00009 10 211 x 1" NO BID Brass Bushing 62.(*) 659-037-00009 5 Traffic Meter Box With Ductile NO BID Iron Lid Mid-States Plastic MSBCF1730-18XL 63.(*) 659-037-00007 50 Traffic Meter Box With Ductile Iron Lid Mid-States Plastic- NO BID MSBCF1324-12 64 659-073-00004 150 2" x 1" IPTH Service Saddle with NO BIO straps, nuts & washers(Example. Romac 101S - 2 50 x 1" IP) Water Materials Purchase Contract 06-13 page 16 of 22 ITEM # City QUANTITY DESCRIPTION UNIT PRICE TOTAL PRICE PART Estimated for NUMBER this year 659-073-00020 2 12" x 1" I.P.TH. Service Saddle 65. with straps, nuts & washers NO BID (Example. Romac 101S -14.38 x 1"IP) 66. 659-085-00002 5 1" Brass Tee NO BID 67. 659-085-00006 5 2" Brass Tee NO BID 68. 659-086-00007 3 8" x 6" Stainless Steel Tapping NO BID Sleeve- 9.05-9.45 x 6" 0.1. FL 69. 659-086-00005 3 6" x 6" Stainless Steel Tapping NO BID Sleeve-7.10-7.750 x 6" 0.1. FL. 70. 659-086-00004 3 6" x 6" Stainless Steel Tapping NO BID Sleeve-6.90-7 30 x 6" 0.1. FL. 71. 659-038-00002 50 8" Valve Box Top w/Lug Type NO BID Cover (Water) 940 Seattle 72. 659-038-00003 50 18" Valve Box Top w/Lug Type NO BIO Cover (Water) 940 Seattle 73 659-038-00004 75 Valve Box Insert-6" Riser w/Lug NO BID Type Cover (Water) 940 Seattle 74. 659-038-00005 100 Valve Box Bases-Deep Well (8 %") NO BID x 24" Lenath 75. 659-038-00006 10 Valve Box Bottom (Double Hub NO BID Soil Pipe) 76. NA 100 5" Storz Nozzle x 4" PCT Connection with Cap & Cable NO BIO (4.828 x 6) SUBTOTAL NO BID WASHINGTON STATE NO BID SALES TAX at 8.3% TOTAL SCHEDULE liB" NO BIO Water Materials Purchase Contract 06-13 page 17 of 22 SPECIFICATIONS FOR WATER PIPE and FITTINGS ITEMS 1 through 3, GROUP 1, shall be in compliance with AWWA C500, with bolts and gaskets. ITEMS 4 through 19, GROUP 2, Manufacturer's numbers are provided as an indicator of material, size, and quality desired and are not to be considered as to prohibit bidding of a comparable product. Vendor shall provide catalog cuts if the product bid is different than the specified referenced product. ITEMS 20 through 28, GROUPS 3 and 4, shall be in compliance with applicable AWWAlANSI standards. ITEMS 29 through 76, GROUPS 5 & 6, Manufacturer's numbers are provided as an indicator of the material, size and quality desired and are not to be considered as to prohibit bidding of a comparable product. Vendor shall provide catalog cuts if the product bid is different than the specified product. Exceptions to this are any Item number marked with an asterisk (*)-NO SUBSTITUTION ON THESE ITEMS. Water Materials Purchase Contract 06-13 page 18 of 22 City of Port Angeles Bid No. 06-13 WATER UTILITY MATERIALS BID SIGNATURE SHEET (BID SUMMARY and SIGNATURES) Schedule(s) being bid: ~dule 0 ~~ Will you sell additional units to the City of Port Angeles at the bid price until further notice? Xl Yes 0 No Will you sell additional units to other government agencies within the State of Washington at the bid price, terms and conditions until further notice? (The City of Port Angeles accepts no responsibility for the payment of the purchase price by other government agencies.) rxYes 0 No ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received Addenda No(s). O~ 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 Hersey Meters Company LLC TYPE OF BUSINESS: ~ Corporation 0 Partnership (general) 0 Partnership (limited) o Sole Proprietorship 0 Limited Liability Company ADDRESS 10210 Statesville Blvd. POBox 128 CITY/STATE/ZIP Cleveland, NC 27013 PHONE 800-323-8584 FAX 704-278-9616 NAME (PLEASE PRINT) Sandra L. Bowers TITLE Quotations Administrator SIGNEDr ~~~ DATE 4/19/06 Water Materials Purchase Contract 06-13 page 19 of 22 NON-COLLUSION AFFIDAVIT North Carolina STATEOF~~~~ ) ) COUNTY OF Rowan ) The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding; and that said bidder has not in any manner sought by collusion to secure to him/her self an advantage over any other bidder or bidders. ~~ Signature of Bidder/Contractor Subscribed and sworn to before me this --..!.Q1lday of April , 20..Q..L.. " N~C~ State Of~M~ North Carolina Residing at Rowan County My Comm. Exp.: OCTC>B2..k II ;totO " Water Materials Purchase Contract 06-13 page 20 of 22 BID BOND Herewith find deposit in the form of a cashiers check, postal money order or bid bond in the amount of $ which amount is not less than five (5%) percent of the total bid. SIGN HERE BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, Hersey Meters Company as Principal and Travelers Casualty and Surety Company ot Amenca as Surety, are hel!=i and firmly bound unto the CITY OF PORT ANGELE~ ~s Obligee, in the penal sum of r 1 ve percent of the bl d-------- - - - - - - - - - - - - - - - - - - - - ( 5 % 0 f b 1 d ) - - Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for: Project No. 06-13 Water Utility Materials according to the terms of the proposal or bid made by the Principal, therefore, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of faHure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee. as penalty and liquidated damages. the amount of this bond. SIGNED. SEALED AND DATED THIS!! t h day of A p r i 1 . 20.2.2..... ~&S~ Principal Sandra L.Bowers,Quotations Admin. TR VELERS CAS ALT ~N SURETY COMPANY OF AMERICA Surety T m y L. Whicker, Attorney-in-fact Dated: Received return of deposit in the sum of $ Signature Water Materials Purchase Contract 06-13 page 21 of 22 tOOIf:OO III SH:>IJ.HlU:ilSHIDI 91968L~tOL XVd 8~:Ol 900~/Ol/tO STATE OF Illinois COUNTY OF Macon I,Lisa E. Dilbeck, a Notary Public in and for said County and State, do hereby certify that Tammy L. Whicker, Attorney-in-Fact, of TRAVELERS CASUALTY & SURETY COMPANY OF AMERICA, who is personally known to me to be the same person whose name is subscribed to the foregoing instrument, appeared before me this day in person, and acknowledged that she signed, sealed and delivered said instrument, for and on behalf of TRAVELERS CASUALTY & SURETY COMPANY OF AMERICA, for the uses and purposes therein set forth. Given under my hand and notarial seal, this 11th April, 2006. OFFICIAL SEAL LISA E DILBECK NOTARY PUBLIC, STATE OF ILLINOIS MY COMMISSION EXPIRES 11/17/09 (~fL l ~L Notary Public TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly orgamzed under the laws of the State of ConneCtlcut, and havmg theIr pnncIpal offices m the CIty of Hartford, County of Hartford, State of ConnectIcut, (heremafter the "Compames") hath made, constltuted' and appomted, and do by these presents make, constitute and appomt: W. Christopher Behnke, Cary H. Peters, Tammy L. Whicker, of Decatur, llIinois, theIr true and lawful Attorney(s)-m-Fact, with full power and authonty hereby conferred to SIgn, execute and acknowledge, at any place WIthIn the Umted States, the followmg mstrument(s) by his/her sole SIgnature and act, any and all bonds, recogmzances, contracts of mdemmty, and other wntlngs oblIgatory in the nature of a bond, recogmzance, or condItional undertakmg and any and all consents mCldent thereto and to bind the CompanIes, thereby as fully and to the same extent as IT the same were SIgned by the duly authonzed officers of the Compames, and all the acts of Said Attorney(s)-m-Fact, pursuant to the authonty herem gIVen, are hereby ratified and confinned. This appomtrnent IS made under and by authority of the followmg Standmg Resolutions of Said CompanIes, whIch ResolutIOns are now III full force and effect' VOTED That the Chamnan, the PreSident, any Vice Chamnan, any Executive Vice PreSident, any Sernor Vice PreSident, any Vice PreSident, any Second Vice PreSident, the Treasurer, any ASSistant Treasurer, the Corporate Secretary or any ASSistant Secretary may appomt Attorneys-m-Fact and Agents to act for and on behalf of the company and may give such appomtee such authonty as ills or her certificate of authonty may prescnbe to Sign WIth the Company's name and seal WIth the Company's seal bonds, recogruzances, contracts of mdemrnty, and other wntmgs oblIgatory m the nature of a bond, recognIZance, or conditIonal undertakmg, and any of Said officers or the Board of Drrectors at any tune may remove any such appomtee and revoke the power gIVen h1m or her. VOTED That the Chamnan, the President, any Vice Chamnan, any Executive Vice PreSident, any Sernor Vice PreSident or any Vice PreSident may delegate all or any part of the foregomg authonty to one or more officers or employees of tills Company, proVided that each such delegatIOn IS m wntmg alld a copy thereof IS filed m the office of the Secretary VOTED That any bond, recogruzallce, contract of mdemrnty, or wntmg oblIgatory in the nature of a bond, recogruzallce, or condltlonal undertakmg shall be valId alld bmdmg upon the CompallY when (a) Signed by the PreSident, allY Vice ChalTffiall, allY Executive Vice PreSident, allY Semor Vice PreSident or allY Vice PreSident, allY Second Vice PreSident, the Treasurer, allY ASSistant Treasurer, the Corporate Secretary or allY Asslstal1t Secretary alld duly attested alld sealed WIth the CompallY's seal by a Secretary or ASSistant Secretary, or (b) duly executed (under seal, If requrred) by one or more Attorneys-m-Fact alld Agents pursuant to the power prescnbed m ills or her certificate or therr certificates of authonty or by one or more CompallY officers pursuant to a wntten delegatlon of aUthonty This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED That the signature of each of the followmg officers PreSident, allY ExecutIve Vice PreSident, allY Sernor Vice PreSident, allY Vice PreSident, allY ASSistant Vice PreSident, allY Secretary, allY ASSistant Secretary, and the seal of the Company may be affixed by facsunlle to allY power of attorney or to any certIficate relatmg thereto appomtmg ReSident Vice PreSidents, ReSident Asslstallt Secretaries or Attorneys-m-Fact for purposes only of executmg alld attestmg bonds and undertakmgs and other writmgs oblIgatory m the nature thereof, and allY such power of attorney or certIficate beanng such facsumle signature or faCSImile seal shall be vahd and bmding upon the CompallY alld any such power so executed and certified by such facsmule signature and facsumle seal shall be vahd and bmdmg upon the Company m the future With respect to any bond or undertakmg to willch It IS attached (11-00 Standard) IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused tlus Instrument to be SIgned by their Senior Vice President and then corporate seals to be hereto affixed thIs 24th day of Apn12001 STATE OF CONNECTICUT } SS Hartford COUNTY OF HARTFORD TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY /~cr~~ - By George W. Thompson Senior Vice President On thIS 24th day of April, 2001 before me personally came GEORGE W. THOMPSON to me known, who, beIng by me duly sworn, dId depose and say that he/she IS Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations descnbed In and which executed the above mstrument; that he/she knows the seals of smd corporations, that the seals affixed to the said Instrument are such corporate seals, and that he/she executed the smd Instrument on behalf of the corporations by authority of ills/her office under the Standmg Resolutions thereof ~GL~ My commiSSion expires December 31 ,2002 Notary Public Carol A. Thompson CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OJ; AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stocltcorporauons of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remaInS m full force and has not been revoked, and furthermore, that the Standmg ResolutlOns of the Boards of Dnectors, as set forth In the Certificate of Authonty, are now In force Signed and Sealed at the Home Office of the Company, m the CIty of Hartford, State of Connecticut Dated tills 11 t h day of Apri 1 ,2006, ~~I~U(IIIIf1tJ. ~ ~1I0 Sllil(r~ #~'-'..."~ R1~1 \ ~ ~ J l HARTFORD, i ~ m ~~~COON, l ~j ~~~~ By ~-rK~ Kori M. Johanson Assistant Secretary, Bond LIMITED POWER OF ATTORNEY The undersIgned, VIce PresIdent and Assistant Secretary of Hersey Meters Company., a corporatIon establIshed and eXIstIng under the laws ofthe State of Delaware (the "Company"), and havmg ItS corporate offices located at 500 West Eldorado Street, Decatur, IllmOIs, on behalf of the Company hereby gives Lnmted Power of Attorney to: SANDRA BOWERS (the "AttorneY-In-Fact") to act and perform on behalf of the Company solely In respect of the follOWIng: To attest to, SIgn and subrmt, on behalf of the Company, bIds, quotatIons and related documents in connectIOn wIth the sale or offer for sale of products of the Company's Water and Gas Products DIvIsIOns up to a maXImum of $250,000 per bId or quote. Subject to the nght of the underSIgned to termInate thIS LImIted Power of Attorney gIVen on behalf of the Company at an earlIer time, the foregoIng LIrmted Power of Attorney shall lapse and expIre on August 15, 2006, but such expiratIOn shall not impaIr any actIOn taken or documents sIgned by SaId Attorney-m-Fact pnor to that date or the date oftenmnatlOn If earlIer. ThIS lirmted Power of Attorney does not Include the power to delegate. IN WITNESS WHEREOF, the undersigned has caused this LIrmted Power of Attorney to be duly executed, pursuant to authority granted by the Board of Directors of the Company, effectIve as of September 6, 2005. HERSEY METERS COMPANY ~C'~;{ Thomas E. Ish Vice President and Asslstant Secretary t-.l8\1 ~P6H1fU:. STATEOF~ ) ~It-'(..AA~ ) COUNTY OF ~ ) SS: BE IT KNOWN, that on the 6th day of September, 2005 before me a Notary Public III and for the State of N H ~lnR!I3, personally came and appeared Thomas E. FIsh, to me personally known, who represented that s/he IS the VIce President and Assistant Secretary of Hersey Meters Company and has authonty to execute and delIver the above Instrument on behalf of saId corporatIon. IN TESTAMENT WHEREOF, I have hereunto subscribed my name and affixe y seal of office, the day and year last above written. BIDDER'S CHECKLIST 1. Has a bid bond or certified check been enclosed with your bid? 2. Is the amount of the bid guaranty at least five percent (5%) of the amount of the bid? 3. Has the Bid Signature Sheet been properly signed, and corporate seal affixed, if applicable? 4. Have all Addenda, if any, been acknowledged on the Bid Submittal Sheet? 5. Has the Non-Collusion Affidavit been properly executed? 6. Have you bid on all items on each of the schedules you have included in your proposal? 7. Do the written amounts of the proposal agree with the amounts in figures? Do the amounts on individual schedules agree with the bid summary figures? Water Materials Purchase Contract 06-13 page 22 of 22