Loading...
HomeMy WebLinkAbout4.460 Original Contract I I I I I I I I I I I I I I I I I I I PROJECT MANUAL CONTRACT DOCUMENTS for WATER UTILITY MATERIALS PURCHASE CONTRACT NO. 04-05 CITY OF PORT ANGELES WASHINGTON February 23, 2004 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES KEN RIDOUT, DEPUTY DIRECTOR OF OPERATIONS ~- <./. <I ~D '\ I I I I I I I I I I I I I I I I I I I February 23, 2004 CITY OF PORT ANGELES INVITATION TO BID . for Water Utility Materials Sealed bids will be received by the Public Works and Utilities Director until 3:00 PM, Friday, March 19, 2004 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, PO Box 1150, Port Angeles, Washington 98362, (360) 417-4800. Technical questions regarding this bid should be addressed to Bill Beverford, WaterlWastewater Collection Superintendent at (360) 417-4855. All bids must be on the form provided and must be accompanied by a bid deposit in the form of a surety bond, postal money order or cashier's check for a sum of not less than 5% of the amount of the bid. Faxed bids and/or surety bonds shall not be accepted. The City of Port Angeles reserves the right to reject any or all bids and to waive informalities in the bidding process. The contract will be awarded to the lowest responsible bidder. Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of sex, race, color, age, national origin or handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this project. Bids must be sealed with the outside of the envelope marked BID OPENING DATE March 19, 2004, PURCHASE CONTRACT NO. 04-05. The name and address of the bidder shall also appear on the outside of the envelope. Bids shall be addressed to the Public Works and Utilities Director, PO Box 1150, 321 East Fifth Street, Port Angeles, Washington 98362. Glenn A. Cutler, Director of Public Works and Utilities. PUBLISH: Peninsula Daily News: MARCH 3, 2004 Daily Journal of Commerce: MARCH 1, 2004 I I I I I I I I I I I I I I I I I I I INSTRUCTIONS FOR BIDDERS Water Utility Materials BID SUBMITTAL: All bids must be sealed with the outside of the envelope marked with the BID OPENING DATE and MATERIALS PROJECT NUMBER or PROJECT NAME. The name and address of the bidder shall also appear on the outside of the envelope. Bids shall be directed to the Director of Public Works and Utilities, and mailed to PO Box 1150, or delivered to 321 East Fifth Street, Port Angeles, Washington 98362. It is the intent of the attached specifications to describe the minimum requirements for the materials requested in sufficient detail to secure bids on comparable materials. All parts included in the bid shall conform in strength, quality of workmanship and material to that which is usually provided the trade in general. Any variance from the specifications or standards of quality must be clearly pointed out in writing by the bidder. Do not make reference to brochures or supporting literature on the bid sheet. All notations for bid compliance or exceptions are to be made on the bid sheet or on a plain piece of paper attached and referenced to the bid item. Bidders are not required to bid on all schedules and may, therefore, bid on Schedules A or B. Bidders are required to bid on all items in the schedule. Failure to do so could be cause for the bid to be considered non-responsive. Bid award will be based on lowest responsive bid for each schedule included in the invitation. 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 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 the bid form must be fully completed and executed when submitted. Only one copy of the bid form is required. Each bid must be accompanied by a 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 bid. Faxed bids and/or surety bonds will not be accepted. Failure to adhere to instructions may constitute disqualification of proposal. COMPLIANCE WITH SPECIFICATIONS: The materials must be in accordance with the specifications. Any variation proposed by the successful bidder must be approved in writing by the City prior to the change. Such variations, regardless of whether there is any adjustment in the contract amount, must be confirmed by a fully- signed change order. Failure to follow this procedure can result in non-acceptance of the materials by the City. Failure on the Contractor's part to comply with any specification herein, once the bid is accepted by the City, will be grounds for disqualification of the bid and termination of the contract. All items called for in the specifications, including but not limited to the materials constructed as shown, and the necessary manuals, must be complied with before the final payment can be processed. Where the description of an item includes both specifications and a brand name and number, the specifications shall govern in case of conflict. Brand name and number are for reference as to the type and quality required and do not preclude offers of a comparable or better product, provided full 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. Page 3 of 25 I I I I I I I I I I I I I I I I I I I GENERAL INFORMATION: The City of Port Angeles reserves the right to consider delivery time and may waive any informalities or minor defects or 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. Offers made in accordance with the Invitation to Bid shall be good and firm for the period of 365 days after receiving initial order unless the Bidder specifically limits their 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 quantities to be ordered. Orders for additional supplies 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 make delivery within the time allotted in the bid documents, the City may, at its option, exercise its right to deduct from that vendor's billing, 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 of the lowest responsible bid will constitute a binding agreement between the City and Contractor. Contractor understands and agrees that no contract payment will be made until the City certifies that all stated specifications have been complied with and the materials are delivered and accepted by the City. Bids will be evaluated and submitted to the City Council for approval as soon as possible after bid opening. All bidders will be notified of results in writing. Upon award of the contract to the successful bidder, 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 to Bill Beverford, WaterlWastewater Collection Superintendent, (360) 417-4855; or Ken Ridout, Deputy Director of Operations, (360) 417- 4802. Page 4 of 25 , I I I I I I I I I 1 I, , , , , , , ;1 fa City of Port AnQeles Bid No. 04-05 WATER UTILITY MATERIALS BID SUBMITTAL SHEET (BID SUMMARY and SIGNATURES) QUANTITY DESCRIPTION UNIT PRICE EACH TOTAL PRICE SC HEDULE \'A" 1.[3 4'1". ~ 5c..IiE LHJLE \\ e" 41>. ,bL(, ~ Washington State Sales Tax at 8.3% 1, L/t:tl. ~ TOTAL G(l 151- ~ Delivery time after receipt of order (calendar days) ~ , :i~ Terms of payment IV E'T 10 30 I', Will you sell additional units to the City of Port Angeles at the bid price until further notice? YesjJ!( No 0 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 responsibili for the payment of the ':' urchase rice bother overnment a encies.Yes 0 No ADDENDA ACKNOWLEDGMENT: The bidder hereby ackno\Alledges that it has received Addenda Nos. U 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 \-\ D r:;W LE R. Co M PAN Y TYPE OF BUSINESS:O Corporation 0 Partnership (general) 0 Partnership (limited) ~ Sole Proprietorship 0 Limited Liability Company : ,ADDRESS 4590 SlATE HWY 3 CITY/STATE/ZIP BR.EN\'f"RTO~ WA PHONE 360' 377~ 4507 'N~E(Pl~~ FRANK DuKE SIGNED ~ 4~31~ FAX 360' 377.- '-I51fa TITLE eSTI M ATO R DATE 3 -I~"'OL./ Page 5 of 25 I I I I I I I I I I I I I I I I I I I 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 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. uB" Street in Port Angeles, Washington, between the hours of 7:00 AM and 1 :30 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. Because the City finds it impractical to calculate all of the actual cost of delays, it has adopted the following to calculate liquidated and actual damages for failure to complete the delivery of the equipment/material on time. Accordingly, the Contractor agrees to the following: a. To pay liquidated damages in the amount of $25 for each working day beyond the number of working days established for physical delivery of the equipment/material. b. To authorize the City to deduct these liquidated and actual damages from any money due or coming due to the Contractor. 5. PAYMENTS, 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 INSTRUCTIONS: Unless otherwise specified, all goods are to be shipped prepaid, F.O.S. 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. Page 6 of 25 I I I I I I I I I I I I I I I I I I I 10. WARRANTIES: Contractor warrants that articles supplied under this Contract conform to specifications herein and are fit for the purpose for which such goods are ordinarily employed, except that if a particular purpose is stated, the material must then be fit for that particular purpose. 11. ASSIGNMENTS: The provisions or moneys due under this Contract shall only be assignable with prior written consent of the Purchaser. 12.T AXES: 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 delivery. Such loss, injury or destruction shall not release Contractor from any obligation hereunder. 15. HOLD HARMLESS: Contractor shall protect, indemnify, and hold the Purchaser harmless from and against any damage, cost or liability for any injuries to persons or property arising from acts or omissions of Contractor, its employees, agents or subcontractors howsoever caused. 16. LABOR AND INDUSTRIES: Contractor is required to the extent applicable, to procure Labor and Industries permits LI 700-7 and LI 700-29 and abide by the requirements thereof. Copies of "Statement of Intent to Pay Prevailing Wages" and "Affidavit of Wages Paid" shall be submitted to the City Clerk and Department of Labor and Industries. 17 . ANTI-TRUST: Contractor and the Purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact borne by the Purchaser. Therefore, Contractor hereby assigns to the Purchaser any and all claims for such overcharges. 18. DEFAULT: Contractor shall be liable for damages suffered by the Purchaser resulting from Contractor's breach of Contract. The Contractor covenants and agrees that in the event suit is instituted by the Purchaser for any default on the part of the Contractor, and the Contractor is adjudged by a court of competent jurisdiction to be in default, Contractor shall pay to the Purchaser all costs, expended or incurred by the Purchaser in connection therewith, and reasonable attorney's fees. The Contractor agrees that the Superior Court of the State of Washington shall have jurisdiction over any such suit, and that venue shall be laid in Clallam County. 19. BRANDS: When a special brand is named it shall be construed solely for the purpose of indicating the standards of quality, performance, or use desired. Brands of equal quality, performance, and use shall be considered, provided the bidder specifies the brand and model and submits descriptive literature when available. Any bid containing a brand which is not of equal quality, performance, or use specified must be represented as an alternate and not as an equal, and failure to do so shall be sufficient reason to disregard the bid. 20. SAFETY: The materials shall completely comply with all State and Federal laws, rules, regulations and codes in effect at the time of delivery. 21. ACCEPTANCE: BY ACCEPTING THIS PURCHASE CONTRACT IN WRITING OR BY DELIVERING THE MATERIAL ORDERED, CONTRACTOR ACCEPTS ALL OF THE TERMS AND CONDITIONS SET FORTH. FORMAL OBJECTION IS HEREBY MADE BY THE PURCHASER TO ANY ADDITIONAL OR DIFFERENT TERMS PROPOSED BY VENDOR CONTRACTOR AS A CONDITION OF ACCEPTANCE OR DELIVERY. Page 7 of 25 I I I I I I I I I I I I I I I I I I I PURCHASE CONTRACT THIS AGREEMENT ;s made and entered into thi~Y of ~S ' 2004rF;tween the City of Port Angeles (hereinafter called the "PurcHaser") andJJ. ~I )Qo~ _ . (hereinafter called the "Contractor", "Vendor", or "Bidder"). WITNESSETH: That the Purchaser and the Contractor, in consideration of the performance of the terms and conditions hereinafter mentioned, agree as follows: ARTICLE I CONTRACT DOCUMENTS The complete contract includes the Invitation to Bid, the Instructions to Bidders, the Bid, the Specifications, the Standard Terms and Conditions, the Purchase Order Requisition, and the Purchase Contract. The foregoing documents shall hereinafter be called "Contract Documents" or "Contract". All obligations of the Purchaser and the Contractor are fully set forth and described herein. In the event of a discrepancy between any of the Contract Documents, as above defined, the Purchaser shall give a written interpretation thereof, which interpretation shall govern. ARTICLE II CONTRACT COST The Contractor agrees to sell and deliver to the Purchaser, at the delivery point specified in the Instructions to Bidders, and the Purchaser agrees to purchase and receive from Contractor the equipment as described and set forth in the Contract Documents 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. Page 8 of 25 I I I I I I I I I I I I I I I I I I I 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 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. Page 9 of 25 I I I I I I I I I I I I I I I I I I I 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. CONTRACTOR CI~ PO~:GELES . r' ~ ' n BY\1U1lO~ Mayor Dated </.. :lio oM 0 J BY:~ Title: LS r:av1 AThR.. Dated:---.!J -2 '~o ~ TO FORM '- ATTEST: ~~~ D. Knutson, City At~o~)' ~ ~'CW'1 ,. v-r; ~ ATTEST: ......,""\\\\ ~......... fA, Jt.t"I, -- ....,\\"'~~~' - .....' I, , ;-" ...... "1,., ..-..,.: .'A ~ I. : == : ~\.....; \ ~ #'a~ ~._ ! ~ ~ ~1I~=' I ~ tl\~: , I I, 11'-: ~ " .. '1", f.25l't.....:- : ',~ '.,,,\\,,,....... .:- , -yA, .. II.~O,W~ ..- 1\ .... II""",'" ~D~. ))pm#. Becky J. on, ty Clerk "\... . , . '" ,. ". ..~ . I>. . '" .A< . " , -, . , " # \' ..\"~ '. / :;- '4 . : ~ 1 , ~ "" ') ~ Page 10 of 25 , I I I I I I I I I I I I I I I I I , BID NO. 04-05 Water Utility Materials February 23, 2004 GENERAL DESCRIPTION: SCHEDULE "A"Schedule Water Meters SPECIFICATIONS: Cold Water Meters - Displacement type with magnetic drive. See "Water Meter Specifications" attached. DATE DELIVERY REQUIRED: Maximum of 30 days from receipt of purchase order. ~ q~l \ ITEM # City QUANTITY DESCRIPTION UNIT TOTAL PART Estimated for PRICE PRICE NUMBER This Year 1. 659-023- 200 5/8" x 3/4" S.R. Water Meter 11~ 5 ~98.~ 00003 '- 2. 659-023- 25 3/4" X 3/4" Water Meter l-\ b . i.fl \.lb1.2::2 000004 3. 659-023- 10 1" S.R. Water Meter 1 ). 9Q. 730.~ 00005 4. 659-023- 5 1 %" S.R. Water Meter with Iql.~ Q55. Y2- 00006 bolt & Qasket kits 5. 659-023- 5 2" S.R. Water Meter with bolt 243.~ 12Jb.'jQ. 00007 & Qasket kits 6. 659-023- 15 2" Compound Water Meter 0, (h, 03b .05 fObq, - 00008 with bolt & Qasket kits. 7. 659-023- 5 2" Turbo Water Meter with bolt 349.~ Il~5 · jQ. 00009 & gasket kits 8. 659-023- 3 3" Compound Water Meter lh21. ~ ye83.Y~ 00011 with Strainer, bolt & gasket kits 9. 659-023- 3 4" Compound Water Meter (,,1 ~3 00013 with Strainer, bolt & 2540 - 76L1. - Qasket kits 10. 659-023- 1 6" Compound Water Meter 00014 With Strainer(w/remote 3641 . 1.\1. reading capabilities-50' 3b41.lfk of cable), bolt & gasket kits SUBTOTAL lr~yqfo.W WASHINGTON STATE i1> SALES TAX at 8.3% 36 \ 0.- TOTAL SCHEDULE A L.{ 7 I DIo ' ':lb , I' Page 11 of 25 I I I I I I I I I I I I I I I I I I I 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. Page 12 of 25 I I I I I I I I I I I I I I I I I I I STRAINER: All meters shall be provided with a corrosion-resistant strainer which is easily removable from the meter without the meter itself being disconnected from the pipeline. CHANGE GEARS: Change gears will not be allowed to calibrate the meters. All registers of a particular registration and meter size shall be identical and completely interchangeable. ACCURACY AND HEAD LOSS TESTS: Meters shall conform to current 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. Page 13 of 25 ~ I I DATE OF INVITATION: I I I I I I I I I I I I I I I I BID NO. 04-05 Water Utility Materials February 23. 2004 Schedule "B" GENERAL DESCRIPTION: Water Pipe and Fittings SPECIFICATIONS: See "Water Pipe and Fittings" Specifications attached Item numbers marked with asterisk (*)-NO SUBSTITUTION DATE DELIVERY REQUIRED: Maximum of 30 days from receipt of purchase order. Group No.1 - Valves with bolts and gaskets (resilient seat) ITEM # City QUANTITY DESCRIPTION UNIT TOTAL PART Estimated PRICE PRICE NUMBER for this year 1. 670-076- 10 2" TH. X TH. Resilient I \1. j1 1\1'1. 10 00001 Seated Gate Valve 2. 670-076- 7 6" FL. X FL. Resilient 00007 Seated Gate Valve 251. !?b. 1l57. ~ with bolt & gasket kits. 3. 670-076- 5 6" FL. X MJ. Resilient 00008 Seated Gate Valve 2-41, '!1 1244. eo with bolt & gasket kits for FL. 4. 670-076- 5 8" FL. X FL. Resilient 00010 Seated Gate Valve YOb ~1Q ZfJ3'J.2Q with bolt & gasket - - kits. - 5. 670-076- 5 8" FL. X MJ. Resilient Iq40~ 00011 Seated Gate Valve 338. 21. .... with bolt & gasket kits for FL. 6. 659-003- 10 6" Megalug Follower 21.~ 2.lb' ~ 00009 Kits for 0.1. Pioe I(,~; 65 Page 14 of 25 I I I I I I I I I I I I I I I I I I I ITEM # City QUANTITY DESCRIPTION UNIT TOTAL PART Estimated PRICE PRICE NUMBER for this year Grouo No.2 - Couolinas and Reoair Bands 7. 659-033- 5 1 }'2"Coupling 00001 (Example: ROMAC f",~ 81.~ 511 w/Steel Center RinQ) 8. 659-033- 10 2" Coupling 00003 (Example: ROMAC 2.0.11 2o\.~ 501 w/D.1. Center Ring - 2.35 - 2.65 x , - 5") 9. 659-033- 4 2" Trans. Coupling 00004 (Example: ROMAC 20. !.1 8o.~ 501 w/D.1. Center Ring, 2.35 - 2.65 x 2.50 - 3.00 x 5") 10.(*) 659-033.:. 2 4" XR501 Romac 52.~ r aLl . ~ 00027 Coupling(4.50 - 5.60) 11 . (*) 659-033- 4 6" XR501 Romac 71.( 15 2.Cfb .Ie 00028 Coupling(6.60 - 7.60) -~ 12.(*) 658-033- 6 8" XR501 Romac 81. qJ 522.42 00029 Coupling(8.60 - 9.75) 13.(*) 659-033- 4 10" XR501 Romac llO. ~ YLf/. ~ 00030 Coupling(11.00 - 12.15) 14. 670-052- 5 6" Repair Clamp g8 . b1. Y43.~ 00011 (Example: Romac SS2-6.84 - 7.64 X 12") 15.' 670-052-' . 2 24" Repair 00014 Clamp(Example: 886 ,1<8 r173. ~ Romac SS3-25.80 - 27.00 X 24") 16. 670-052- 2 10" Repair 15<1 8:! 00015 Clamp(Example: 3\9.~ Romac SS2 - 11.40 - 12.20 X 1611) ~1 ': 'J tl 'j ;, ~~ ':,\ '~ I < ti 'j :1 , . ~ ,'I ( . . . , . Page 15 of 25 , I I I I I I I I I I I I I I I I I I ITEM # City QUANTITY DESCRIPTION UNIT TOTAL PART Estimated PRICE PRICE NUMBER for this year 17. 670-052- 2 10" Repair 00016 Clamp(Example: (59.~ 3\'1.~ Romac SS2 - 11.04 - 11.84 X 16") 18. 670-052- 2 12" Repair 00017 Clamp(Example: ILS.~ 2.15\. ~ Romac SS1 - 14.10- 14.50 X 16") 19. 670-052- 2 12" Repair 00018 Clamp(Example: '1\. qS \ 83. "10 - Romac SS1 -14.10- 14.50 X 16") Grouo No.3 - Pioe and Niooles 20. 658-022- 100 3/4" Close Brass .[01. b2.92 00001 Nipples 21. 658-022- 100 1" Close Brass .ql 91.~ 00003 Nipples 22. 658-022- 60' 2" Brass Pipe 10. 4'1 C,2Cf .~ 00010 23. 658-028- 540' 6" 0.1. Pipe 8.~ L-/Y7/.lE 00002 (30@18'=540') 24. 658-028- 36' 14" 0.1. Pipe 2..4 .'l{ 869. 04 00006 (2@18'=36') 25. 658-028- 36' 16" 0.1. Pipe 2B.<U IDY\. ~ 00007 (2@ 18'=36') 26.(*) 658-058- 500' 3/4" Drisco P.E. q5~ 00001 Tubing CTS Class .19 200 27.(*) 658-058- 1000' 1" Drisco P .E. ~ 00002 Tubing CTS Class .30 ?JDD.- 200 28. 658-060- 500' 2" PVC Pipe Sch. #40 .36 180. ~ 00001 (Solvent-weld) 29. 658-060- 500' 2" PVC Pipe Sch. #80 ..51 2-55. ~ 00002 (Solvent-weld) Page 16 of 25 , I I I I I I I I I I I I I I I I I I ITEM # City QUANTITY DESCRIPTION UNIT TOTAL PART Estimated PRICE PRICE NUMBER for this year GrouD No.4 - Fittinas PVC Sch. #80 30. 659-006- 10 11/2" PVC ADPT. L\ ' i3 L[l.~ 00016 M.I.P. TH X Solvent- weld 31. 659-006- 10 11/2" PVC ADPT. y.4't 44.12 00017 FE. I.P. TH. x Solvent-weld 32. 659-006- 50 2" PVC ADPT., 2'1B.~ 00018 , M.I.P. TH. x Solvent- S.en weld 33. 659-006- 50 2" PVC ADPT. l.~ 39 (. 50 00019 FE. I.P. TH. x Solvent-weld 34. 659-017- 25 2" PVC 90 Degree 2.~ 54.~ 00011 Bend(Solvent-weld) 35. 659-017 - 25 2" PVC 90 Degree 5.~ \ 35. 15 00011 Bend(TH. x Solvent- _ weld} 36. 659-033- 75 2"PVC Z. . '10 201.~ 00021 Coupling(Solvent- weld} GrOUD No.5 - Miscellaneous 37. NA 250 Meter Gasket, 3/4" .oB 20.se Rubber 38. NA 250 Meter Gasket, 1" . I t1 35.22 Rubber .~t:.> 1 so 39. NA -- 50 Teflon Tape %" Roll I .-- 40. NA 100 Meter Gasket, 2" .9~ qS.~ Rubber-Drop-in Flanae Page 17 of 25 ~ 1 1 1 1 I' 1 I I I I I I I I I I I I ITEM # City QUANTITY DESCRIPTION UNIT TOTAL PART Estimated PRICE PRICE NUMBER for this year GrauD No.6 - Service Material 41. (*) 659-006- 150 1" Muller Brass 12.~ 188l.. ~ 00012 M.I.P.TH. x Insta-tite AD PT. 42.(*) 659-006- 100 1" Muller Brass 14.85 1495.~ 00013 FE.I.P. TH. x Insta- tite AD PT. .~ 43. 659-004- 100 Insert Stiffeners 3/4" .6q to Cf. ~ 00002 for P.E. Tubing (Ford 50 Series-insert 51) 44. 659-004- 100 Insert Stiffeners 1" for 073 7J~ 00003 P.E. Tubing(Ford 50 Series-insert 52) 45. 659-005- 100 Stainless Steel ,3'1 34.~ 00002 Clamps (%" - 1 1/4") 46. (*) 659-006- 50 3/4" Muller Brass g.1b YB~.~ 00001 FE.I.P.TH. x Insta- tite AD PT. 47. (*) 659-006- 75 3/4" Muller Brass 8.m ~bO.~ 00011 M.I.P. TH x Insta-tite AD PT. 48. 659-007 - 75 1" Corp. Stop 12..~ ql.\l. l.S 00004 (Example: McDonald #3152) 49. 659-073- 25 6" x 1" I.P.TH Service 00010 Saddle(Example: Il,~ Y33.l.S - - - Romac 101S - 7.60 x 1" IP 50. 659-073- 10 6" x 2" I.P.TH Service 18.~ l83.~ 00012 Saddle(Example: Romac 101S - 7.60 x 2" IP) Page 18 of 25 I I I I I I I I I I I I I I I I I I I ITEM # City QUANTITY DESCRIPTION UNIT TOTAL PART Estimated PRICE PRICE NUMBER for this year 51. 659-073- 10 8" x 2" I.P.TH. 00016 Service 21~ l1.1..~ Saddle(Example: Romac 101S - 9.80 x 2" IP) 52. 659-073- 4 10" x 2" I.P.TH. 00019 Service 28 . (01 Il~.~ II Saddle(Example: 10- Romac 101S - 12.12 x 2"IP) 53. 659-017 - " 25 3/4" Brass St. Ell 3. t(, leI. f9 00002 54. 659-017 - 25 3/4" Brass 90 Degree 2-, 3D 51, ;e. 00001 Bend 55. 659-017 - 25 1" Brass 90 Degree .3 ..,11 9~.~ 00003 Bend 56. 659-017- 25 1" Brass St. Ell 5.n 12-'i.~ 00004 57. 659-018- 25 3/4" Angle Ball Meter 20.~ 50/. '15 00002 Valve(Example: Ford- BA 13-332W 58. 659-018- 75 3/4" Angle Ball Meter 21. !1 l58~. ~ 00006 Valve w/1" Inlet I.P.TH (Example: Ford-SA 13-342W) 59. 659-021- 50 1" X 12" Meter Setter 00006 Example: Ford 270 10. 5l. 3515.~ Series/Coppersetter- VH274-12W-PJA4-14 60. 659-02-1- 4 2" Prefab Meter 120J.3j 00008 Setter w/by-pass 3fJ). 'lb I (Example: Ford 70 -- l....- Series/Coppersetter - VBH77-15B-11-77) Page 19 of 25 '1.l/B 20 3. ~4 , I I I I I I I I I I I I I I I I I I ITEM # City QUANTITY DESCRIPTION UNIT TOTAL PART Estimated PRICE PRICE NUMBER for this year 61. NA 50 Fog- Tite Concrete fD.~ 52C} Q2 Meter Lid Only, wi Inspection Lid-11" x 18" x 1 3/4" 62. NA 25 Carson Plastic Meter I 00 . 2..S Box Lid Only, 4. 01 w/lnspection Lid-10" x 15" x 1 3/4" 63. NA 5 Fog- Tite Concrete Meter Lid Only wi 26.~ 1'-/3.12 Inspection Lid-31" x 20" x 1 3/4" 64.(*) 659-037 - 50 Traffic Meter Box- 5Lf.~ 2717. ~ 00007 Mid-States Plastic- MSBCF1324-12 65. 659-038- 50 8" Valve Box Top 1'2.?l<=t blq.~ 00002 w/Lug Type Cover (Water), 940 Seattle 66. 659-038- 50 18" Valve Box Top 13.~ qI2.~ 00003 w/Lug Type Cover .- (Water) 940 Seattle 67. 659-038- 75 Valve Box Insert-6" is. 'f1 I Lf 2..4 . ~ 00004 Riser w/Lid (Water) 68. 659-038- 75 Valve Box Bases- b l~. 1-S 00005 Deep Well(8 }'2") X 8.~ 24" LenQth 69. 659-038- 5 Valve Box Bottom 2.5. 53 /21. "5 00006 (Double Hub Soil Pipe) 70. 659-086- 3 6" x 6" Stainless Steel 2l 0 32 ~ID.~ 00005 Tapping Sleeve-Ford -Fast-750 x 6"FL 71. 659-086- 3 8" x 6" Stainless Steel 2Sb ,'=2 1h8. (pO 00007 Tapping Sleeve-Ford- Fast -945 x 6"FL (.p9/.60 Page 20 of 25 , I I I I I I I I I I I I I ~ ~ ~ I I ITEM # City QUANTITY DESCRIPTION UNIT TOTAL PART Estimated PRICE PRICE NUMBER for this year 72. 670-076- 3 2" AirNacuum Comb. 25L{ .TJ lb'-/. ~ 00017 Relief Valve(2" I.P. Inlet) 73. 670-076- 4 1" AirNacuum Comb. b 70. S2 00018 ReliefValve(1" I.P. I (, I. 55 Inlet) SUBTOTAL 'i bJ lbLf, @/o WASHINGTON STATE ~881.tit) SALES TAX at 8.3% . " TOTAL SCHEDULE "B" 50, hY b . 34 'I~ Z.c;3. 'l'f I j g'lZ. 38 5C113~. J 2. Page 21 of 25 I I I I I I I I I I I I I I I I I I I SPECIFICATIONS FOR WATER/SEWER PIPES, FITTINGS ITEMS 1 through 6, GROUP 1, shall be in compliance with AWW A C500, with bolts and gaskets. ITEMS 7 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 36, GROUPS 3 and 4, shall be in compliance with applicable AWWAlANSI standards. ITEMS 37 through 73, 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. Page 22 of 25 ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ I I I I NON-COLLUSION AFFIDAVIT STATE OF WASHINGTON COUNTY OF K)TSA? ) ) ) 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 hiin/her self an advantage over any other bidder or bidders. e~ Signature of Bidder/Contractor Subscribed and sworn to before me this ~ day of 1'-1 ARCH , 20.Q..i.... ,"""\\\ .....-- .. _I~"':", ~ ~Ar, .: ........ .. """ >>.... I, .: ...... ~""'L I .,:: 1,1. -- I : 9 ff ~'AI..,. \ ~ ....c:: ~.- ~ , ~ ~1Jo=: I ... 1l.~~- , ~ ~ ~: , " l\ r", 4.2! ........ .:- ,~~. 11,\\\\"",'" _ ~\,. - '~C"wpo ......- .....,' ~~ . Notary Public in a for e State of Washington. Residing at klnAP C-OUAJT'f My Comm. Exp.: eLf- 2.S'~ Page 23 of 25 I I I I I I I I I I I I I I I I I I I 11HR-11-2004 14:32 H. [J. FOWLER 3603774516 P.D3/05 BID BOND FORM Herewith find deposit in the form of a cashiers check, postal money order or bid bond in the amount of $~8Bl. '94 which amount is not less than five (5%) percent of the total bid. SIGN HERE ~~ BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, H. D. Fcw1er ~, Jnc as Principal and I:nsul:arl:e Qnp3ny of tie ~ Surety, are held and firmly bound unto the CITY OF POkT ANGELES as Obligee, in the penal sum of F.i.ve R=rcent (5%) of Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, ~;;e1t~B_trators. 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: vater Utility M3.t:eria1s , R1rcbase Cmtract N:>. ~-{)5 9.w1Y according to the terms of the proposal or bid made by the Principal, therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof. with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain In full fg[~~~~\effect and the Surety shall forthwith pay and forfeit to the Obligee. as penalty and liquidated damage:~.t;l!\~~t8t tttj~ bond. ~O ...'''''''\1." 0 I SIGNED, SEALED AND DATED THIS 19th day of M3rch .= ". .0[:)-"',,: ?k'" - -.: '''''l~ ~ 0 ' H. D. b~ ~'~. ~ ~ /,,/ ~ jc ~... ~: ~A)~ . . ... ~ '/ - - Pnncj , 81/ 1r ~" ~~ ~.:- ~. /,/ ~I ~' "rA'" r ", _. , ' '&" '1 ofll i.'tt'::;:-.,~ ... .... I ~,\~' . By: f\x Lt ),.JJJ.J.-~~ (-{,IL ~ , ~- Surety M3rie IbJlin, AtbJm=y-'In-Fact ~~ Dated: Received return of deposit in the sum of $ Signature Page 24 of 25 Received Time Mar. 11, 2:37PM I No. 0004612 " JCW GROUP Power of Attorney Insurance Company of the West The Explorer Insurance Company Independence Casualty and Surety Company I I I I I I I I I I I I I I I I I I KNOW ALL MEN BY THESE PRESENTS' That Insurance Company of the West, a Corporation duly orgamzed under the laws of the State of California, The Explorer Insurance Company, a CorporatIOn duly orgamzed under the laws of the State of Anzona, and Independence Casualty and Surety Company, a CorporatIOn duly orgamzed under the laws of the State of Texas, (collectively referred to as the "Compames"), do hereby appomt CURTIS DYCKMAN, MICHAEL R. HIGHSMITH, ELIZABETH A. WHITT, SUSAN J. HUDSON, MARlE POULIN, PEGGY A. FIRTH their true and lawful Attorney(s)-m-Fact With authonty to date, execute, sign, seal, and deliver on behalf of the Compames, fidelity and surety bonds, undertakl11gs, and other similar contracts of suretyship, and any related documents IN WITNESS WHEREOF, the Compames have caused these presents to be executed by ItS duly authOrized officers tIus 16th day of January, 700 I INSURANCE COMPANY OF THE WEST THE EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY .^ f)A I John H. Craig, ASSistant Secretary John L Hannum, Executive Vice President State of Cahfornta County of San Diego } ss. On January 16,2001, before me, Norma Porter, Notary Public, personally appeared John L Hmmum and John H Crmg, personally known to me to be the persons whose names are subscnbed to the wlthm mstmment, and acknowledged to me that they executed the same m their authonzed capaCities, and that by their signatures on the mstrument, the entity upon behalf of which the persons acted, exec.tted the mstrument Witness my hand and offiCial seal I II l' AS. .......a...a.....A I @"NORMAPORTER .... .' '''j' COMM #1257540 n M a NOlARY PUBLlC.CALlFORNIA /,/) ~ SAN DIEGO COUNTY ~ I" My Commission Expores J MARCH 19, 2004 '- - 1~ Ii.Jw Norma Porter, Notary Pubhc RESOLUTIONS ThiS Power of Attorney IS granted and IS signed, sealed and notanzed With facslllllle signatures and seals under authonty of the followmg resolutIOns adopted by the respective Boards of Directors of each of the Compa111es "RESOLVED That the President, an Executive or Semor Vice President of the Company, t,'gether With the Secretary or any ASSistant Secretary, are hereby authonzed to execute Powers of Attorney appomtmg the person(s) named as Attorney(s)-m-Fact to date, exec:lte, SigH, seal, and deliver on behalf of the Company, fidehty and surety bonds, undertakl11gs, and other srmllar contracts of suretyship, anrl any related documents RESOLVED FURTHER That the signatures of the officers makmg the appomtment, and the signature of any officer certlfymg the vahdlty and current status of the appomtment, may be tacslmlle representations of those signatures; and the signature and seal of any notary, and the seal of the Company, may be faCSImile representatIOns of those signatures and seals, and such faCSImile l.epresentatlOns shall have the same force and effect as If manually affixed The faCSimile representations referred to herem may be affixed by stampmg, pnntmg, typmg, or photocopymg " CERTIFICATE I, the underSigned, ASSIstant Secretary of Insurance Company of the West, The Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregomg Power of Attorney IS m full force and effect, and has not been revoked, and that the above resolutIOns were duly adopted by the respective Boards of Directors of the Compames, and are now m full force IN WITNESS WHEREOF, I have set my hand tillS 19th day of Mrrch , m. ~ John H. Craig, AsSistant Secretary To venfy the authentlcrty of thIs Power of Attorney you may call 1-800-877-1111 and ask for the Surety DIVISion Please refer to the Power of Attorney Number, the above named mdlvldual(s) and detmls of the bond to wluch the power IS attached For mformatlOn or filing claims, please contact Surety Clmms, ICW Group, 11455 El Cammo Real, San Diego, CA 92130-2045 or call (858) 350-2400 I I I I I I I I I I I I I I I I I I I . ~. . LC.W. GROUP Insurance Company of The West The Explorer Insurance Company Independence Casualty and Surety Company 11455 El Camino Real. San Diego, CA 92130-2045 P.O. BOX 85563, San Diego, CA 92186-5563 (858) 350-2400 FAX (858) 350-2707 www.icwgroup.com Bond Number: BLd Parl Terrorism Risk Rider This rider addresses the requirements of the Terrorism Risk Insurance Act of2002. In accordance with the above Act, we are providing this disclosure notice for all bonds on which one or more of the above identified companies is a surety. Coverage for certified acts of terrorism is included in the attached bond and will be partially reimbursed by the United States under a formula established by the Act. The United States will pay 90% of covered terrorism losses in excess of a statutory established deductible to the insurance company issuing the bond. In no way will the payment for loss on this bond exceed the limit of liability under this bond. This rider does not provide coverage for any loss that would otherwise be excluded by the terms of this bond. . The portion of the premium, for this bond, attributable to coverage for certified acts of terrorism under the Act is One Dollar ($1.00). Important Notice: Tbe cost of terrorism coverage is subject to change on any bond that premium is charged annually. I I I I I I I I I I I I I I I I I I I 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 Submittal Sheet been properly signed, and corporate seal affixed, if applicable? 4. Has the Non-Collusion Affidavit been properly executed? 5. Have you bid on all items on each of the schedules you have included in your proposal? 6. 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? 7. Have all Addenda, if any, been acknowledged on the Bid Submittal Sheet? N IPROJECTSI04-05 Water Ubhty MaterialsIMatBld2004.wpd Page 25 of 25 CITY COUNCIL MEETING April 6, 2004 LATE ITEMS TO BE PLACED ON THIS OR, FUTURE AGENDAS: (Cont'd) FINANCE: Water UtIlIty Materials "F" Street Substation RebUIld 2004 Water Mam Improvements Equipment Purchase - VehIcle Replacements CONSENT AGENDA: ~. ~l.oD and Chambers, Mr. Haarstad expressed concern WIth current development and expansIOn plans of the hospital specifically related to lack of tree planting in the parkmg lot, as well as the impingement of lighting on area residences. He also expressed concern on the matter of reqUIred storm drainage, and his concerns were heIghtened when the hospItal purchased the lot adjacent to his property. Mr Haarstad expressed the hope that errors made on the other parking lot would be corrected in the future, and he suggested that the City and Clallam Transit should address the hospital's transportatIon needs so that employees don't need to rely on personal cars. He felt this especIally Important in VIew of off-street parkmg reqUIrements, as well as the fuel shortage. Bnef discussion followed, and Mayor Headnck advised Mr. Haarstad that the CIty Council has representatIves serving on the TransIt Board, so perhaps the matter could be addressed at the TransIt meetings. 1. Water Utilzty Matenals, Project 04-05: Deputy DIrector of Public Works & UtIlItIes Kenworthy summanzed mformation relatIve to the purchase of Water UtIlIty matenals, and Councilmember PlttiS suggested that, in keepmg wIth past practIce, the Mayor should receIve the authorizatIOn to SIgn the associated contracts. Therefore, Councilmember Pittis moved to authorize the Mayor to sign the contract for Schedule A items from Hersey Meter in the amount of $33,935.81, including sales tax, and Schedule B items from H. D. Fowler in the amount of$50,136.12, including sales tax. The motion was seconded by Council member Braun and carried unanimously. 2 "F" Street Substation RebuIld, Project 01-28. Deputy Director Kenworthy reviewed the bids relative to the "F" Street Substation Rebuild, and Councilmember Williams moved to award the bid and authorize the Mayor to sign the contract with Tice Electric Company of Portland, Oregon, in the amount of$106,892.10, including sales tax. Councilmember Rogers seconded the motion, which carried unanimously. 3 2004 Water Main Improvements, Project 04-01 The scheduled 2004 Water Mam improvements along the north side of 2nd Street between Chambers and EnnIS Streets were summanzed by Deputy Director Kenworthy. Councilmember Rogers moved to award the bid for the 2004 Water Main Improvements, Project 04-01, to Jordan Excavating of Port Angeles, Washington, and authorize the Mayor to sign the contract in the amount of $176,295.07, including sales tax. Bnef discussIOn ensued concernmg the accuracy of the Engineer's Estimate, as well as the lack of opportunity and appropnateness for co-locating other utilIties in the same vicmlty. A vote was taken on the motion, which carried unanimously. 4. EqUipment Purchase - Vehicle Replacements, Project 04-02: Deputy DIrector Kenworthyrevlewed bids received on the vehIcle replacements, noting thIS constitutes the annual eqUIpment replacement asset forth in the budget. Ruddell Auto Mall bId below the State bId. Councilmember Braun moved to authorize the City Manager to sign contracts and purchase orders with Ruddell Auto Mall for the 8 new pickups and 2 new vans in the amount of $161,032.12, including sales tax. The motion was seconded by Councilmember Pittis and carried unanimously. CouncIlmember Rogers expressed pleasure WIth the effort to mclude local dealers in the blddmg process Councilmember Erickson moved to accept the Consent Agenda, to include: I.) CIty CouncIl Mmutes of March 15, 2004 speCIal meetmg and March 16, 2004 regular meetmg; 2.) ExpendIture Approval LIst - March 26, 2004 - $1,101,001.06; 3.) - 4-