HomeMy WebLinkAboutGeneral Pacific, Inc. - Agreement 12112 Water Meter Covers, Lids, and Ring AGREEMENT
CITY OF YAKIMA
12112 Water Meter Covers,Lids,and Rings
THIS AGREEMENT, entered into on the date of last execution, between the City of Yakima, a Washington municipal
corporation("City"),and General Pacific,Inc.,("Contractor").
WITNESSETH:The parties,in consideration of the terms and conditions herein,do hereby covenant and agree as follows:
1. Statement of Work
The Contractor shall perform all work and service(s) and furnish all tools, materials, labor and equipment (collectively
referred to as "Services') according to the procedure outlined in Bid 12112 Water Meter Covers, Lids, and Rings
Specifications which are attached as Exhibit A,and the most recent edition of Standard Specifications for Highway Bridges,
17th edition along with AWWA/ANSI and ASTM Standards,all of which are incorporated herein by this reference,and shall
perform any alterations in or additions to the work provided under this Contract and every part thereof.
Delivery shall be within 40 calendar days after receipt of order.
The Contractor shall provide and bear the expense of all equipment;work and labor of any sort whatsoever that may be
required for the transfer of materials and completing the work provided for in this Contract and every part thereof,except
such as are mentioned in the specifications to be furnished by the City of Yakima.
2. Compensation
The City agrees to pay the Contractor according to Exhibit B, attached hereto and incorporated herein, which Exhibit
includes the specifications and payment schedule of itemized prices as listed in the Contractor's Bid submittal at the time
and in the manner and upon the conditions provided for the Contract.
3. Contract Term
The period of this Contract shall be for a period of one year from its effective date. The City may,at its option,extend the
Contract on a year to year basis for up to four(4) additional years provided, however, that either party may at any time
during the life of this Contract,or any extension thereof,terminate this Contract by giving thirty(30)days'notice in writing
to the other party of its intention to cancel. Contract extensions shall be automatic,and shall go into effect without written
confirmation, unless the City provides advance notice of the intention to not renew. Prices shall remain firm for the first
twelve month period of the Contract.
4. Changes
Any proposed change in this Contract shall be submitted to the other party, for its prior written approval. If approved,
change will be made by a contract modification that will become effective upon execution by the parties hereto. Any oral
statement or representation changing any of these terms or conditions is specifically unauthorized and is not valid.
5. Agency Relationship between City and Contractor
Contractor shall, at all times, be an independent Contractor and not an agent or representative of City with regard to
performance of the Services. Contractor shall not represent that it is,or hold itself out as, an agent or representative of
City. In no event shall Contractor be authorized to enter into any agreement or undertaking for,or on,behalf of City.
6. Successors and Assigns
Neither the City, nor the Contractor,shall assign,transfer, or encumber any rights,duties,or interests accruing from this
Contract without the prior written consent of the other.
The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to
the full performance of all the covenants herein contained upon the part of the Contractor.
7. Property Rights
All records or papers of any sort relating to the City and to the project will at all times be the property of the City and shall
be surrendered to the City upon demand. All information concerning the City and said project which is not otherwise a
matter of public record or required by law to be made public,is confidential, and the Contractor will not, in whole or part,
now or at any time disclose that information without the express written consent of the City.
8. Inspection and Production of Records
The records relating to the Services shall,at all times, be subject to inspection by and with the approval of the City, but
the making of(or failure or delay in making)such inspection or approval shall not relieve Contractor of responsibility for
performance of the Services in accordance with this Contract, notwithstanding the City's knowledge of defective or non-
complying performance, its substantiality or the ease of its discovery. Contractor shall provide the City sufficient, safe,
and proper facilities, and/or send copies of the requested documents to the City. Contractor's records relating to the
Services will be provided to the City upon the City's request.
Contractor shall promptly furnish the City with such information and records which are related to the Services of this
Contract as may be requested by the City, Until the expiration of six(6)years after final payment of the compensation
payable under this Contract, or for a longer period if required by law or by the Washington Secretary of State's record
retention schedule, Contractor shall retain and provide the City access to (and the City shall have the right to examine,
audit and copy)all of Contractor's books,documents,papers and records which are related to the Services performed by
Contractor under this Contract.
All records relating to Contractor's services under this Contract must be made available to the City,and the records relating
to the Services are City of Yakima/Yakima County records. They must be produced to third parties,if required pursuant
to the Washington State Public Records Act,Chapter 42.56 RCW,or by law. All records relating to Contractor's services
under this Contract must be retained by Contractor for the minimum period of time required pursuant to the Washington
Secretary of State's records retention schedule.
The terms of this section shall survive any expiration or termination of this Contract.
9. Work Made for Hire
All work the Contractor performs under this Contract shall be considered work made for hire,and shall be the property of
the City. The City shall own any and all data,documents,plans,copyrights,specifications,working papers,and any other
materials the Contractor produces in connection with this Contract. On completion or termination of the Contract, the
Contractor shall deliver these materials to the City.
10. Guarantee
Contractor warrants the Services will be free from defects in material and workmanship for a period of one year following
the date of completion and acceptance of the Services.
11. Compliance with Law
Contractor agrees to perform all Services under and pursuant to this Contract in full compliance with any and all applicable
laws, rules, and regulations adopted or promulgated by any governmental agency or regulatory body, whether federal,
state,local,or otherwise. Contractor shall procure and have all applicable and necessary permits,licenses and approvals
of any federal,state,and local government or governmental authority or this project,pay all charges and fees,and give all
notices necessary and incidental to the due and lawful execution of the work.
a. Procurement of a City Business License. Contractor must procure a City of Yakima Business License and
pay all charges,fees,and taxes associated with said license.
b. Contractor must provide proof of a valid Washington State Contractor Registration number.
c. Contractor must provide proof of a valid Washington department of Revenue state excise tax registration
number,as required in Title 85 RCW.
d. Contractor must provide proof of a valid Washington Unified Business Identification(UBI)number.Contractor
must have a current UBI number and not be disqualified from bidding on any public works contract under
RCW 39.06.101 or 36.12.065(3).
e. Contractor must provide proof of a valid Washington Employment Security Department number as required
by Title 50 RCW.
f. Foreign(Non-Washington)Corporations: Although the City does not require foreign corporate proposers to
qualify in the City,County or State prior to submitting a proposal,it is specifically understood and agreed that
any such corporation will promptly take all necessary measures to become authorized to conduct business
in the City of Yakima at their own expense,without regard to whether such corporation is actually awarded
the contract,and in the event that the award is made,prior to conducting any business in the City.
12. Prevailing Wages
The Contractor will comply with all provisions of Chapter 39.12 RCW-Prevailing Wages on Public Work.
a. RCW 39.12.010-the Prevailing Rate of Wage. It is solely the responsibility of the Contractor to determine
the appropriate prevailing wage rate for the services being provided.
b. RCW 39.12.040-Statement of Intent to Pay Prevailing Wages and an Affidavit of Wages Paid. Before an
awarding agency may pay any sum due on account,it must receive a statement of Intent to Pay Prevailing
Wages approved by the Department of Labor and Industries. Following final acceptance of a public work
project, and before any final money is disbursed, each contractor and subcontractor must submit to the
awarding agency an Affidavit of Wages Paid,certified by the Department of Labor and Industries.
c. RCW 39.12.070 -Fees Authorized for Approval Certification and Arbitrations. Any fees charged by the
Department of Labor and Industries for approvals or fees to cover costs of arbitration conducted shall be the
responsibility of the Contractor.
The State of Washington prevailing wage rates applicable for this public works project,which is located in Yakima
County, may be found at the following website address of the Department of Labor and
Industries: https://fortress.wa,gov/Ini/wagelookup/prvWagelookup.aspx. Based on the bid submittal for this project,the
applicable effective(start)date of this project for the purposes of determining prevailing wages is the bid date,July 26,
2021.
13. Nondiscrimination
During the performance of this Contract,the Contractor agrees as follows:
The Contractor shall not discriminate against any person on the grounds of race,creed,color,religion,national origin,sex,
age, marital status, sexual orientation, pregnancy, veteran's status, political affiliation or belief, or the presence of any
sensory,mental or physical handicap in violation of the Washington State Law Against Discrimination(RCW chapter 49.60)
or the Americans with Disabilities Act(42 USC 12101 et seq.).
This provision shall include but not be limited to the following: employment, upgrading, demotion, transfer, recruitment,
advertising, layoff or termination, rates of pay or other forms of compensation,selection for training,and the provision of
Services under this Agreement.
In the event of the Contractor's noncompliance with the non-discrimination clause of this contract or with any such rules,
regulations, or orders, this Contract may be cancelled, terminated,or suspended in whole or in part and the Contractor
may be declared ineligible for any future City contracts.
14. Indemnification and Hold Harmless
a. Contractor shall take all necessary precautions in performing the Services to prevent injury to persons or
property. Contractor agrees to defend, indemnify and hold harmless the City, its elected and appointed
officials, officers, employees, attorneys, agents, and volunteers from any and all claims, demands, losses,
liens, liabilities, penalties, fines, lawsuits, and other proceedings and all judgments, awards, costs and
expenses(including reasonable costs and attorney fees)which result or arise out of the sole negligent acts
or omissions of Contractor, its officials,officers,employees or agents.
b. If any suit,judgment,action,claim or demand arises out of,or occurs in conjunction with,the negligent acts
and/or omissions of both the Contractor and the City, or their elected or appointed officials, officers,
employees, agents, attorneys or volunteers, pursuant to this Contract, each party shall be liable for its
proportionate share of negligence for any resulting suit,judgment,action,claim,demand,damages or costs
and expenses, including reasonable attorneys'fees.
c. Contractor's Waiver of Employer's Immunity under Title 51 RCW. If any design or engineering work is done
pursuant to this Contract,Contractor intends that its indemnification,defense,and hold harmless obligations
set forth above in Section A shall operate with full effect regardless of any provision to the contrary in Title
51 RCW, Washington's Industrial Insurance Act. Accordingly, to the extent necessary to fully satisfy the
Contractor's indemnification,defense,and hold harmless obligations set forth above in Section A,Contractor
specifically waives any immunity granted under Title 51 RCW,and specifically assumes all potential liability
for actions brought by employees of the Contractor against the City and its elected and appointed officials,
officers, employees, attorneys, agents, and volunteers. The parties have mutually negotiated this waiver.
Contractor shall similarly require that its subcontractors,and anyone directly or indirectly employed or hired
by Contractor,and anyone for whose acts Contractor may be liable in connection with its performance of this
Agreement,shall comply with the terms of this paragraph,waive any immunity granted under Title 51 RCW,
and assume all potential liability for actions brought by their respective employees. The provisions of this
section shall survive the expiration or termination of this Agreement.
d. Nothing contained in this Section or this Contract shall be construed to create a liability or a right of
indemnification in any third party.
e. The terms of this Section shall survive any expiration or termination of this Contract.
15. Contractor's Liability Insurance
At all times during performance of the Services and this Contract,Contractor shall secure and maintain in effect insurance
to protect the City and Contractor from and against any and all claims,damages, losses, and expenses arising out of or
resulting from the performance of this Contract.Contractor shall provide and maintain in force insurance in limits no less
than that stated below, as applicable. The City reserves the right to require higher limits should it deem it necessary in
the best interest of the public.
Contractor will provide a Certificate of Insurance to the City as evidence of coverage for each of the policies and outlined
herein. A copy of the additional insured endorsement attached to the policy will be included with the certificate. This
Certificate of insurance shall be provided to the City,prior to commencement of work.
Failure of City to demand such verification of coverage with these insurance requirements or failure of City to identify a
deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor's obligation to
maintain such insurance.
The following insurance is required:
a. Commercial Liability Insurance
Before this Contract is fully executed by the parties, Contractor shall provide the City with a certificate of
insurance as proof of commercial liability insurance with a minimum liability limit of Two Million Dollars
($2,000,000.00) per occurrence, combined single limit bodily injury and property damage, and Two Million
Dollars($2,000,000.00)general aggregate. If Contractor carries higher coverage limits,such limits shall be
shown on the Certificate of Insurance and Endorsements and the City, its elected and appointed officials,
employees, agents, attorneys and volunteers shall be named as additional insureds for such higher limits.
The certificate shall clearly state who the provider is,the coverage amount,the policy number,and when the
policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Contract.
The policy shall name the City of Yakima, its elected and appointed officials,employees,agents,attorneys
and volunteers as additional insureds, and shall contain a clause that the insurer will not cancel or change
the insurance without first giving the City prior written notice. The insurance shall be with an insurance
company or companies rated A-VII or higher in Best's Guide and admitted in the State of Washington. The
requirements contained herein, as well as City of Yakima's review or acceptance of insurance maintained
by Contractor is not intended to and shall not in any manner limit or qualify the liabilities or obligations
assumed by Contractor under this contract.
b. Automobile Liability Insurance
Before this Contract is fully executed by the parties, Contractor shall provide the City with a certificate of
insurance as proof of automobile liability insurance with a minimum liability limit of Two Million Dollars
($2,000,000.00)per occurrence. If Contractor carries higher coverage limits,such limits shall be shown on
the Certificate of Insurance and Endorsements and the City,its elected and appointed officials,employees,
agents,attorneys and volunteers shall be named as additional insureds for such higher limits. The certificate
shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and
provisions provided are in effect. Said policy shall be in effect for the duration of this Contract. The policy
shall name the City of Yakima, its elected and appointed officials, employees, agents, attorneys and
volunteers as additional insureds, and shall contain a clause that the insurer will not cancel or change the
insurance without first giving the City prior written notice. The insurance shall be with an insurance company
or companies rated A-VII or higher in Best's Guide and admitted in the State of Washington. The
requirements contained herein, as well as City of Yakima's review or acceptance of insurance maintained
by Contractor is not intended to and shall not in any manner limit or qualify the liabilities or obligations
assumed by Contractor under this contract. The business auto liability shall include Hired and Non-Owned
coverage if necessary.
c. Employer's Liability(Stop Gap)
Contractor and all subcontractor(s) shall at all times comply with all applicable workers' compensation,
occupational disease, and occupational health and safety laws, statutes, and regulations to the full extent
applicable,and shall maintain Employer's Liability insurance with a limit of no less than$1,000,000.00. The
City shall not be held responsible in any way for claims filed by Contractor or its employees for services
performed under the terms of this Contract. Contractor agrees to assume full liability for all claims arising
from this Contract including claims resulting from negligent acts of all subcontractor(s). Contractor is
responsible to ensure subcontractor(s) have insurance as needed. Failure of subcontractors(s)to comply
with insurance requirements does not limit Contractor's liability or responsibility.
Contractor's insurance coverage shall be primary insurance with respect to those who are Additional Insureds under this
Contract. Any insurance, self-insurance or insurance pool coverage maintained by the City shall be in excess of the
Contractor's insurance and shall not contribute to it.
If at any time during the life of the Contract,or any extension, Contractor fails to maintain the required insurance in full
force and effect, all work under the contract shall be discontinued immediately. Any failure to maintain the required
insurance may be sufficient cause for the City to terminate the Contract.
Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115, then, in the event of
liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the
concurrent negligence of Contractor and the City,its officers,elected and appointed officials,employees,agents,attorneys
and volunteers,Contractor's liability hereunder shall be limited to the extent of the Contractor's negligence.
16. 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.
17. Contract Documents
This Contract,the Invitation to Bid 12112 Scope of Work,conditions,addenda,and modifications and Contractor's proposal
(to the extent consistent with City of Yakima documents) constitute the Contract Documents and are complementary.
Specific Federal and State laws and the terms of this Contract, in that order respectively, supersede other inconsistent
provisions. These Contract Documents are on file in the Office of the Purchasing Manager, 129 No.2nd St.,Yakima, WA,
98901,and are hereby incorporated by reference into this Contract.
18. Termination-Convenience
This Contract may be terminated by either party by giving thirty (30) days written notice of such intent and will become
effective thirty(30)days from the date such written notice is delivered to the applicable party to the Contract.
19. Termination-Cause
The City reserves the right to terminate this Contract at any time, upon written notice, in the event that the Services of
Contractor are deemed by the City to be unsatisfactory, or upon failure to perform any of the terms and conditions
contained in this Contract. The effective date for such termination shall be upon receipt of the notice,or three days after
the notice is mailed first class mail,certified with return receipt requested.
20. Force Majeure
Contractor will not be responsible for delays in delivery due to acts of God,fire, strikes,epidemics/pandemics,war, riot,
delay in transportation or railcar transport shortages, provided Contractor notifies the City immediately in writing of such
pending or actual delay. Normally,in the event or any such delays(acts or God,etc.)the date of delivery will be extended
for a period equal to the time lost due to the reason for delay.
21. Governing Law
This Contract shall be governed by and construed in accordance with the laws of the State of Washington.
22. Venue
The venue for any judicial action to enforce or interpret this Contract shall lie in a court of competent jurisdiction in Yakima
County, Washington.
23. Authority
The person executing this Contract,on behalf of Contractor, represents and warrants that he/she has been fully authorized
by Contractor to execute this Contract on its behalf and to legally bind Contractor to all the terms,performances and provisions
of this Contract.
24. Notice
Any notice required or permitted to be given under this Contract shall be in writing and deemed effective if either delivered in
person or by overnight courier,facsimile or first class mail,certified with return receipt requested.Notices to the parties shall
be delivered to:
TO CITY: Bob Harrison, City Manager TO: General Pacific,Inc,
City of Yakima
City Hall—First Floor
129 North Second Street 22141 N ownsend Way
Yakima,WA 98901 Fairview,`OR 97024
COPY TO: City of Yakima Purchasing
Susan Knotts,Buyer II
City Hall—Second Floor
129 North Second Street
Yakima,WA 98901
25. Survival
The foregoing sections of this Contract, 2-24 inclusive, shall survive the expiration or termination of this Contract in
accordance with their terms.
IN WITNESS WHEREOF,the parties hereto execute this Contract as of the day and year first above written.
CI OF •KIMA GENERAL PACIFIC,INC.
/ ./-
By.
City Mana p
Date: .a)� Date: 7 0 0 /a(.). '
CITY CONTRACT NO:2,02`- 11 X (al^1 C/�i t �ry(�
C v^
RESOLUTION NO: h 1rk 1 (� J I
(Print name)
OOP -.24 aN,
City Clerk
A N
iFfi::
,'„vim.'
CITY YAKIMA AGREEMENT
12112 WATER METER COVERS, LIDS, AND RINGS
Exhibit A
SPECIFICATIONS
City of Yakima
NOTICE TO BIDDERS
BID 12112
Notice is hereby given by the undersigned that electronic sealed Bids will be
accepted via PublicPurchase.com until the hour of 11:00:0o AM PST on July 26,
2021. Bids will be publicly opened in Yakima City Hall,Council Chambers, 129 N.
2nd Street, Yakima, Washington 98901. At such time, Bids will be publicly read
for: Water Meter Covers,Lids&Rings
Instructions to register with PublicPurchase.com are available at
www.YakimaWA.Gov/Services/Purchasing.
The City of Yakima reserves the right to reject any & all Bids. The City hereby
notifies all Bidders that it will affirmatively ensure compliance with WA State
Law Against Discrimination (RCW chapter 49.60) & the Americans with
Disabilities Act(42 USC 12101 et set.)
Dated July 12,2021. Publish on July 12,& 13, 2021
Susan Knotts,CPPO,CPPB
12112 Water Meter Covers, Lids&Rings—Water/Irrigation Page 1 of 29
_� CITY OF YAKIMA INVITATION TO BID 12112
Is::k 1> SIGNATURE SHEET
THIS IS NOT AN ORDER
BID Release Date:July 12, 2021
Bid Receipt: Bidders must first register wit, PublicPurctase.com and Bid shall be completely uploaded into
F),.)lICPurohase.cutrl no later than ine dale and tirne listed below. Register as early as ;possible and do r..
data to ucl;:ad .o ,r doc'na,,is. as Hs may lake same tine. Late Bids will not be accepted or evaluated. If you try to submit a
Bid late, the electronic system will not receive it. Bid openings are public. Bids shall be firm for acceptance for ninety(90) days
from date of Bid opening, unless otherwise noted
BIDS ARE ONLY RECEIVED THROUGH PUBLICPURCHASE.COM
Purchasing For: Buyer in charge of this procurement(Contact for further information):
City of Yakima Water/Irrigation Division Susan Knotts, CPPO, CPPB
2301 Fruitvale Boulevard Buyer II
Yakima, WA 98902
Bids Must be completely uploaded by: Phone E-Mail Address
July 26, 2021 at 11:00:oo AM PST (509) 575-6095 Susan.Knotts@YakimaWA.Gov
Public Opening El
PROJECT DESCRIPTION SUMMARY
Water Meter Covers, Lids, and Rings
Water/Irrigation Division
Enter Prompt Payment Discount: 0 %net 30 days Wed will complete delivery within 40 days after receipt of
order. Maximum of Forty(40) Calendar Days ARO
Delivery Details: FOB Destination, 2301 Fruitvale Blvd.,Yakima,WA 98902, Freight Prepaid, Inside Delivery Required
❑Check if you are a WMBE or DBE Vendor and list Certification Number:
❑ I hereby acknowledge receiving addendum(a) , (use as many spaces as addenda received)
In signing this Bid we also certify that we have not,either directly or indirectly,entered into any agreement or participated in any collusion or otherwise taken
any action in restraint of free competition;that no attempt has been made to induce any other person or firm to submit or not to submit a Bid;that this Bid has
been independently arrived at without collusion with any other Bidder,competitor or potential competitor;that this Bid has not been knowingly disclosed prior to
the opening of Bids to any other Bidder or competitor;that the above statement is accurate under penalty of perjury.
Furthermore, the Washington State Interlocal Cooperative Act (RCW 39.34) provides that other governmental agencies may purchase goods or
services on this solicitation or contract in accordance with the terms and prices indicated therein if all parties agree. The City does not accept any
responsibility or involvement in the purchase orders or contracts issued by other public agencies.
We will comply with all terms,conditions and specifications required by the City of Yakima in this Invitation to Bid and all terms of our Bid.
Company Name Company Address
General Pacific, Inc. 22414 NE Townsend Way Fairview, OR 97024
Name of Authorized Company Representative(Type or Print) Title Phone ( 503)907-2876
Abigail Watson Inside Sales Fax (
Sign lure of Above Date Email Address
• A..k)ld 7-22-2021 awatson@generalpacific.com
12112 Water Meter Covers, Lids& Rings—Water/Irrigation Page 2 of 29
Invitation to Bid#12112
Contents
I. Contents 3
II. GENERAL INFORMATION 5
1. Purpose 5
2. Contracting Agency and Point of Contact 5
3. New and Unused 5
4. Best Modern Practices 5
5. Equal/Approved Equal 5
6. National Standards 5
7. Exceptions 5
8. More or Less 6
9. Delivery/Completion 6
10. Delivery Acceptance 6
11. Delivery of Unapproved Substitutions 6
12. Contract Term 6
13. Pricing and Discount 6
14. Price Clarification 6
15. Published List Prices 7
16. Price Increases 7
17. Price Decreases 7
18. Expansion Clause 8
19. Warranty HEST BE Sl ItWITTEU/OPL0:11►GD:AS PUT Of'OUR HID 8
20. Warranty Coverage 8
21. Regulations and Codes 8
22. Prompt Payment 8
23. Payments 8
24. Payment Method-Credit Card Acceptance 9
25. Acceptance of Terms 9
26. Sales Tax 9
27. Tax Revenues 9
28. Clarifications and/or Revisions to Specification and Requirements 9
29. Incurring Costs 9
30. No Obligation to Contract 9
31. Retention of Rights 9
32. Points Not Addressed 10
33. Other City Departments/Like Items Added 10
34. Materials Bought from Different Supplier 10
35. Re-Award 10
12112 Water Meter Covers, Lids&Rings-Water/Irrigation Page 3 of 29
36. Errors and Omissions 10
37. Changes 10
U|. PREPARING AND SUBMITTING ABID 11
1. General Instructions 11
2. Submitting aBid 11
3. Prohibition of Bidder Terms @Conditions 11
4. KHu|dp(e Bids 11
5. Withdrawal of Bids 11
Q. Bidders Checklist 11
|V. EVALUATION AND CONTRACT AWARD 12
1. Bid Evaluation 12
2. Offer in Effect for Ninety(98) Days 12
3. Protest Procedure 12
V. TECHNICAL SPECIFICATIONS 13
V|. B|DFORW\ )U.ST8[x0xOTByD`|uU|[U`S PART orY(NkDID 19
V|| VENDOR QUESTIONNAIRE 20
V||| SAMPLES 22
1Z112 Water Meter Covers, Lids&Rings—Water/Irrigation Page 4of29
INVITATION TO BID# 12112
Water Meter Covers, Lids, and Rings
II. GENERAL INFORMATION
1. Purpose
It is the intent and purpose of these specifications to describe Water Meter Covers, Lids and Rings in sufficient
detail to secure bids on comparable units, equipment parts and material. All parts, which are necessary in order
to provide a complete unit, ready for operation, shall be included in the bid and 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.
2. Contracting Agency and Point of Contact
This Bid is issued by the City of Yakima Purchasing Division. The person responsible for managing this Bid process
from beginning to end is the Buyer listed on page 2 of this solicitation. From the date of release of this Bid until a
Contract is issued, all contacts (pertaining to this solicitation) with City's employees, and other personnel
performing official business for the City regarding this Bid shall be made through the Buyer listed on page 2.
Contact with other City personnel regarding this Bid is not permitted during the procurement process and
violation of these conditions may be considered sufficient cause for rejection of a Bid and disqualification of the
Bidder.
3. New and Unused
All units, equipment, parts and material shall be new, unused, manufacturer's current model year and in current
production. All materials shall have physical and chemical properties to withstand the intended purpose.
Equipment design shall have sufficient excess capacity for durability and safety.
4. Best Modern Practices
All work, including design, shall be performed and completed in accordance with the best modern practices,
further, no detail necessary for safe and regular operation shall be omitted,although specific mention thereof may
not be made in these specifications.
5. Equal/Approved Equal
These specifications are intended to be precise where a specific make, model or trade name is requested.
Whenever a make, model or trade name is used, it shall be that or equal, or approved equal. Equal or approved
equal means that the make, model or trade name will be given consideration if they fulfill the same performance
requirements. The City reserves the right to make the decision on acceptability. Each bidder shall clearly identify
make, model or trade name of equipment bid on the bid form. Any equipment proposed as an equal to that
herein specified must be substantiated with supporting data to justify such request for substitution.
6. National Standards
The most recent edition of the AWWA/ASTM/ANSI and Standard Specifications for Highway Bridges,17th edition
(2002)Standards apply to this procurement.
7. Exceptions
Specifications of the equipment bid shall be equal to or better than the specifications stated herein and all
exceptions to these specifications shall be so listed on a separate sheet headed "EXCEPTIONS TO THE
SPECIFICATIONS". Any Bid submitted without exceptions will be required to meet every detail of these
specifications regardless of cost to the successful bidder.
12112 Water Meter Covers, Lids& Rings—Water/Irrigation Page 5 of 29
Where "NO EXCEPTIONS" are shown, none will be allowed. No exceptions will be considered that may tend to
devalue the equipment or give an individual bidder who is offering a lesser item a distinct advantage.
8. More or Less
Quantities are estimated only and shall be bid on a MORE OR LESS basis. For the purpose of comparison, bids shall
be made in the quantities listed in this specification. Listed quantities shall not be considered firm estimates of
requirements for the year, nor shall the City be bound or limited to quantities listed. Payment will be made only
for quantities actually ordered,delivered,and accepted,whether greater or less than the stated amounts.
9. Delivery
Bidder is required to list on the Signature Page (page 2)the number of calendar days delivery will be made at the
destination, in terms of time interval, following placement of order. The Maximum delivery is forty(40)calendar
days after Receipt of Order(ROA)with the exception of Item No. 1 on the Bid Form. Time of delivery is important
and will be considered in the evaluation of the Bids. Failure to include a specific number of calendar days may be
sufficient grounds for rejection of Bid.
For the 10" insert water meter lids (Item No. 1 on the Bid Form, page 19), the awarded Vendor is to keep a
minimum quantity of 25 lids in stock for immediate delivery, ten (10) calendar days or less ARO,with the balance
of the order to be delivered within the maximum delivery time of forty(40)calendar days ARO. At end of Contract
life or upon cancelation of Contract, the City will purchase the Vendor's remaining stock on hand at current
contract price.
10. Delivery Acceptance
Delivery will be accepted by the City of Yakima FOB 2301 Fruitvale Boulevard, Yakima, Washington, 98902,
Water/Irrigation Division, between the hours of 7:00 a.m.and 3:30 p.m. Monday through Friday, ready for regular
and safe operation.
11. Delivery of Unapproved Substitutions
Contractors are authorized to ship only those items ordered covered by the contract. If a review of orders placed
by the City reveals that an item other than those covered by and specified in the contract have been ordered and
delivered, the Purchasing Manager will take such steps as are necessary to have the item(s) returned to the
Contractor at no cost to the City regardless of the time elapsed between the date of delivery and discovery of the
violation. Violation of this clause may result in the removal of the offending Contractor's name from the City bid
list for a period of up to three(3)years.
12. Contract Term
See Section 3 of Contract
The period of this contract shall be for a period of one year from its effective date. Contract may be extended on
the anniversary date for one(1)additional one(1)year periods,not to exceed five(5)years total.
13. Pricing and Discount
The City qualifies for governmental discounts. Unit prices shall reflect these discounts.
14. Price Clarification
The City reserves the right to clarify any pricing discrepancies related to assumptions on the part of Bidders. Such
clarifications will be solely to provide consistent assumptions from which an accurate cost comparison can be
achieved.
Unit prices shown on the Bid or contract shall be the price per unit of sale(e.g.,gal.,cs.,doz.,ea.)as stated on the
Bid Form. For any given item,the quantity multiplied by the unit price shall establish the extended price,the unit
price shall govern in the Bid evaluation and contract administration.
12112 Water Meter Covers, Lids&Rings—Water/Irrigation Page 6 of 29
Any increase proposed shall be submitted to the Buyer listed on page 2, thirty (30) calendar days before the
proposed effective date of the price increase, and shall be limited to fully documented cost increases to the
Contractor which are demonstrated to be industry-wide. The conditions under which price increases may be
granted shall be expressed in Bid documents and contracts or agreements.
15. Published List Prices it sT BI?si inin i u/i 1'1,0%MI is I'tli1'OF10111 BID
If applicable, a copy of your published list prices shall be included in the Bid package. Each Bidder shall bid a
percentage discount based on this published list in the space provided on the Price/Cost Sheet.
It is understood that the discount quoted on this Bid shall be based on the attached published list price and these
shall be the prices paid during the life of the contract.
16. Price Increases
Pricing shall be prepared with the following terms. The Purchasing Manager may exempt these requirements for
extraordinary conditions that could not have been known by either party at the time of bid or other circumstances
beyond the control of both parties, as determined in the opinion of the Purchasing Manager. Prices shall remain
firm for the first twelve month period of the contract.
Requests for Rate Increases must be delivered to the Buyer listed on Page 2, in accordance with the rules below.
• Be filed with Purchasing Manager a minimum of thirty (30) calendar days before the effective date of
proposed increase.
• Incurred after contract commencement date.
• Be a direct result of increases at the manufacturer's level (or if Bidder is a supplier of a raw material
delivered directly to the City such as brass,the increase must be verified at the supplier level).
• Not produce a higher profit margin than that on the original contract.
• Clearly identify the items impacted by the increase.
• Be accompanied by detailed documentation acceptable to the Purchasing Manager sufficient to warrant
the increase.
• Should not deviate from the original contract pricing scheme/methodology.
No other employee may accept a rate increase request on behalf of the City. Any invoice that is sent to the City
with pricing above that specified by the City in writing within this Contract or specified within an official written
change issued by Purchasing to this contract, shall be invalid. Payment of an erroneous invoice does not
constitute acceptance of the erroneous pricing, and the City would seek reimbursement of the overpayment or
would withhold such overpayment from future invoices.
A. Fixed Product Pricing: For product and supply contracts that provide on-going, multiple year supply.
Price requests are at the discretion of the Purchasing Manager. The United States published indices
such as the Producer Price Index or other government data may be referenced to help substantiate the
Contractor's documentation. A link to the PPI Commodity Data is available at
http://data.bls.sov/PDCJoutside.isp?survey=wp.
B. Discount from Manufacturer List Pricing: For all contract items that are priced as a discount below
Manufacturer List prices, there shall be no changes to the discount rate throughout the life of the
contract. As manufacturer list prices change, the net price to the City will automatically change in the
same percentage as the discount rate to the City.
The adjustment(if any)shall remain firm and fixed for at least 365 days after the effective date of the adjustment.
17. Price Decreases
During the contract period and any renewals thereof, any price declines at manufacturer's level shall be reflected
in a reduction of the contract price to the City,retroactive to the date they were effective to the bidder.
12112 Water Meter Covers, Lids&Rings—Water/Irrigation Page 7 of 29
18. Expansion Clause
Any resultant contract may be further expanded by the Purchasing Manager in writing to include any other item
normally offered by the bidder, as long as the price of such additional products is based on the same cost/profit
formula as the listed item(s). At any time during the term of this contract, other City departments may be added,
if both parties agree.
19. Warranty MIST RI SI I l►Il'TI,U)I:I'0IUt]) IS I'kill DI 101 R 1119
Unless otherwise specifically stated by the Bidder, all goods and services furnished shall be warranted against
defects or faulty workmanship and materials by the Contractor for one (1) year following inspection and
acceptance of the products by the City. Warranty shall include all costs incurred, including shipping, for repair or
replacement except that which is damaged by misuse or abuse. This one-(1)year warranty shall in no way affect
normal extended or manufacturer's warranty exceeding this one (1) year period. Contractor warrants that all
goods and services furnished under this Agreement are new, conform strictly to the specifications herein, are
merchantable, good workmanship, free from defect, comply with all applicable safety and health standards
established for such products, all goods are properly packaged, and all appropriate instructions or warnings are
supplied. If a defect is found, a component failure occurs, or workmanship is found to cause failure, the Vendor
shall replace the product at their own expense, including shipping charges. Any replacement product will be
warrantied for one (1) year from the date it is delivered. All implied and expressed warranty provisions of the
Uniform Commercial Code are incorporated into this Agreement. Contractor further warrants that no violation of
any federal, state or local law, statute, rule, regulation, ordinance or order will result from the manufacturer,
production, sale, shipment, installation or use of any other goods. Contractor's warranties (and any more
favorable warranties, service policies, or similar undertaking of Contractor) shall survive delivery, inspection, and
acceptance of the goods or services.
20. Warranty Coverage
Warranty coverage will not commence until the date the completed unit is put into service as reported by the City;
or thirty(30)days after final payment for the unit(s);whichever occurs first.
21. Regulations and Codes
To the extent applicable, all equipment or materials shall comply with Washington State vehicle regulations,
Federal regulations, Standard Specifications for Highway Bridges, 17th edition (2002), OSHA and WISHA
requirements,to include EPA standards and City safety codes.
22. Prompt Payment
Bidders are encouraged to offer a discount for prompt payment of invoice. Please indicate your discount proposal
on page 2 of this document. If awarded by the City, period of entitlement begins only after:
• Receipt of a properly completed invoice
• Receipt of all supplies,equipment or services ordered
• Satisfactory completion of all contractual requirements
23. Payments
Contractor is to submit properly completed invoice(s)to:
City of Yakima,Accounts Payable
129 N. 2nd Street
Yakima,WA 98901.
To insure prompt payment each invoice should cite purchase order number, bid number, description of item
purchased, unit and total price, discount terms and include the Contractor's name and return remittance address.
Payment will be mailed within thirty (30) days of; (a) the receipt and acceptance of the equipment, (b) properly
completed invoice,and(c)all papers required to be delivered with equipment.
12112 Water Meter Covers, Lids&Rings—Water/Irrigation Page 8 of 29
24. Payment Method—Credit Card Acceptance
The City, in its sole discretion, will determine the method of payment for goods and/or services as part of this
agreement. The City's preferred method of payment is by procurement (credit) card. Respondents may be
required to have the capability of accepting the City's authorized procurement card as a method of payment. No
price changes or additional fee(s) may be assessed when accepting the procurement card as a form of payment.
25. Acceptance of Terms
Acceptance of a City Purchase Order(PO)for any units affiliated with this purchase constitutes acceptance of,and
agreement with, all of the general and specific requirements and stipulations listed in this boiler plate, and in the
attached equipment specification(s); including all penalties mentioned.
26. Sales Tax
The City of Yakima's Sales Tax rate is currently 8.3%. However, the amount of sales tax will not be considered in
determining which bid is the lowest and best bid.
27. Tax Revenues
RCW 39.30.040 allows the City to consider the tax revenue that is generated by a purchase of supplies, materials,
and equipment, including those from a local sales tax or from a gross receipts business and occupation tax, it
determining which bid in the lowest bid,after the tax revenue has been considered.
28. Clarifications and/or Revisions to Specification and Requirements
If a Bidder discovers any significant ambiguity, error, conflict, discrepancy, omission, or other deficiency in this
solicitation, the Bidder has a duty to immediately notify the Buyer of such concern and request modification or
clarification of the Bid document.
Unless instructions are specifically provided elsewhere in this document, any questions, exceptions, or additions
concerning the subject matter of the Bid document(s) shall not be considered unless submitted via e-mail (no
phone calls)to the Buyer listed on page 2,a minimum of five(5)business days prior to the submittal due date.
In the event that it becomes necessary to provide additional clarifying data or information,or to revise any part of
this Bid,supplements or revisions will be provided to all known Bidders in the form of an Addendum. All Addenda
are posted on www.YakimaWA.Gov/Services/Purchasing and on Public Purchase at www.PublicPurchase.com
where they will be sent directly to interested parties who have registered(per instructions on website)for updates
to this Bid.
If any requirements of the Bid are unacceptable to any prospective Bidder,they may choose not to submit a Bid.
29. Incurring Costs
The City is not liable for any cost incurred by a Bidder in the process of responding to this Bid, including but not
limited to the cost of preparing and submitting a response, in the conduct of a presentation, in facilitating site
visits or any other activities related to responding to this Bid.
30. No Obligation to Contract
This Bid does not obligate the City to contract for service(s),or product(s) specified herein. City reserves the right
to cancel or reissue this Bid in whole or in part,for any reason prior to the issuance of a Notice of Intent to Award.
The City does not guarantee to purchase any specific quantity or dollar amount. Bids that stipulate that the City
shall guarantee a specific quantity or dollar amount will be disqualified (e.g."all-or-none".)
31. Retention of Rights
The City retains the right to accept or reject any or all Bids or accept any presented which meet or exceeds these
specifications, and which would be in the best interest of the City and will not necessarily be bound to accept the
low bid.
12112 Water Meter Covers, Lids& Rings—Water/Irrigation Page 9 of 29
All Bids become the property of City upon receipt. All rights, title and interest in all materials and ideas prepared
by the Bidder for the Bid to City shall be the exclusive property of City and may be used by the City at its option.
32. Points Not Addressed
Bidders are encouraged to list any points not addressed in these specifications that they feel improve or enhance
the operation of their units.
33. Other City Departments/Like Items Added
At any time during the term of this contract, or any extension thereof, other City departments may be served
under these same terms and conditions. Additional like items may be added at the request of the Purchasing
Manager.
34. Materials Bought from Different Supplier
Should the Contractor be unable to or refuse to supply materials, on any given day, against this predetermined
delivery schedule to which the supplier has agreed and the City is forced to do the work with materials bought
from a different supplier, the difference in the Bid price of the materials and that paid the new supplier, in order
to do the work,shall be charged to and paid for by the Contractor holding the Bid award for these products.
Contractor shall not, however, be responsible for delays in delivery due to:
• Unavoidable mechanical breakdowns
• Strikes
• Inability to secure component materials
• Acts of God
• Fire
Provided the Buyer listed on Page 2 is notified in writing by the Contractor of such pending or actual delay. In the
event of any delay,the date of delivery shall be extended for a period equal to the time lost due to the reason for
the delay.
35. Re-Award
When the contract is terminated by the City or the Contractor upon providing the written notice as herein
required, the City, may re-award the contract to the next most responsible bidder within 120 days from original
award.
36. Errors and Omissions
The City reserves the right to correct obvious ambiguities and errors in the Bidder's proposal and to waive non-
material irregularities and/or omissions. In this regard, if the unit price does not compute to the extended total
price,the unit price shall govern.
37. Changes
Any proposed change in this contract shall be submitted in writing to the Buyer listed on Page 2 for prior approval.
If approved,she will make the change by a contract modification that will become effective upon execution by the
parties hereto. Any oral statement or representation changing any of these terms or conditions is specifically
unauthorized and is not valid.
12112 Water Meter Covers, Lids&Rings—Water/Irrigation Page 10 of 29
III. PREPARING AND SUBMITTING A BID
1. General Instructions
Failure to conform to the Bid specifications and respond to each of the submittal requirements may be the basis
for rejection of a bid. Refer to Section 6, below, Bidder's Checklist to ensure your Bid is responsive.
2. Submitting a Bid
Bids shall be completely uploaded into Public Purchase.com no later than the date and time listed on Page 2 of
this Bid. Late Bids will not be accepted or evaluated. If you try to submit a Bid Late,the electronic system will not
receive it.
If City Hall is closed for business at the time scheduled for opening,for whatever reasons, Bidder's response will be
opened on the next business day of the City,at the originally scheduled hour.
Bidders must submit their bid electronically through PublicPurchase.com where they will be kept in an electronic
Iockbox until date and time of opening. To register as a Vendor/Bidder with Public Purchase, go to
www.publicpurchase.com or the City of Yakima website at www.YakimaWA.Gov/Services/Purchasing. The City is
not responsible for late bids due to operator error,electronic malfunction,system errors or interruptions affecting
the Public Purchase site and the processing of any bids. The Purchasing Manager reserves the right to make
exceptions for extenuating circumstances.
Bids are not considered to be confidential per Washington State Public Records Act (RCW 42.56 et seq.) All
sections of the response shall be made available to the public immediately after contract opening.
3. Prohibition of Bidder Terms&Conditions
A Bidder may not submit the Bidder's own contract terms and conditions in a response to this Invitation to Bid. If
a Bid contains such terms and conditions, the City, at its sole discretion, may determine the Bid to be a
nonresponsive counteroffer,and the Bid may be rejected.
4. Multiple Bids
Multiple Bids from a Bidder will be permissible; however,each Bid must conform fully to the requirements for Bid
submission. Each such Bid must be submitted separately and labeled as Bid #1, Bid #2, etc. on the first page of
their response.
S. Withdrawal of Bids
Bidders may withdraw or supplement their Bid at any time up to the bid closing date and time. If a previously
submitted bid is withdrawn before the bid due date and time, the Bidder may submit another Bid at any time up
to the bid closing date and time. After bid closing date and time, all submitted Bids shall be irrevocable until
contract award.
6. Bidders Checklist
The Bidder's attention is especially called to the following forms listed below which must be completed and
submitted/uploaded,as part of their Bid submittal.
• Signature Sheet Page 2
• Published List Prices Page 7
• Warranty Information Page 8
• Technical Specification Analysis Form Pages 14-15
• Bid Form Pages 19
• Vendor Questionnaire Pages 20-21
12112 Water Meter Covers, Lids&Rings—Water/Irrigation Page 11 of 29
The following forms are to be executed after the Contract is awarded and before work begins:
• Certificate of Insurance with Additional Insured Endorsement in accordance with the Section 15, of the
Contract and sample provided on pages 29 and 30.
• Prevailing Wage Intents and Affidavits. An Intent to Pay Prevailing Wage must be filed at the beginning
of each contract year with Labor and Industries and an Affidavit of Wages Paid must be filed at the end
of each contract year with Labor and Industries.
IV. EVALUATION AND CONTRACT AWARD
1. Bid Evaluation
The evaluation and selection of a Bidder will be based on the information submitted in the Bid. Award will be
made to a responsible Bidder with the lowest responsive Bid. Evaluation of Bids and determination of Bidder
responsibility shall be based on past experience with Bidder, proposed manufacturer's service availability, parts
availability,equipment design and functionalism, effect on productivity,and Bidder's supporting documentation.
2. Offer in Effect for Ninety(90)Days
A Bid may not be modified, withdrawn or canceled by the Bidder for a ninety (90) day period following the
deadline for Bid due date,or receipt of best and final offer,if required,and Bidder so agrees by submittal of a bid.
3. Protest Procedure
Any protest must be made in writing, signed by the protestor, and state that the Bidder is submitting a formal
protest. The protest shall be filed with the City of Yakima's Acting Purchasing Manager at 129 No. 2nd St.,Yakima,
WA 98901, or by fax: 509-576-6394 or email to: maria.mayhue@vakimawa.gov.The protest shall clearly state the
specific factual and legal ground(s) for the protest, and a description of the relief or corrective action being
requested. Protests based on specifications/scope of work,or other terms in the Bid shall be filed at least five (5)
calendar days before the solicitations due date, and protests based on award or after the award shall be filed no
more than five calendar(5) days after Award Announcement (see below for details). The following steps shall be
taken in an attempt to resolve the protest with the Bidder:
Step I. Purchasing Manager and Division Manager of solicitation try resolving matter with protester. All
available facts will be considered and the Purchasing Manager shall issue a written decision.
Step II. If unresolved, within three (3) business days after receipt of written decision, the protest may be
appealed to the Department Head by the Purchasing Manager.
Step III. If still unresolved, within three (3) business days after receipt of appeal response, the protest may
be appealed to the Executive. The Executive shall make a final determination in writing to the Protester.
Award Announcement
Purchasing shall announce the successful Bidder via Website,e-mail,fax, regular mail,or by any other appropriate
means. Once the Award is released by Purchasing, the protest time frame begins. The timeframe is not based
upon when the bidder received the information,but rather when the announcement is issued by Purchasing.
Award Regardless of Protest
When a written protest against making an award is received, the award shall not be made until the matter is
resolved, unless the City determines that one of the following applies:
• The supplies or services to be contracted for are urgently required;
• Delivery or performance will be unduly delayed by failure to make award promptly;
• A prompt award will otherwise be advantageous to the City.
12112 Water Meter Covers, Lids& Rings—Water/Irrigation Page 12 of 29
If the award is made, regardless of a protest, the award must be documented in the file, explaining the basis for
the award. Written notice of the decision to proceed shall be sent to the protester and others who may be
concerned.
The City retains the right to enter into any contract and nothing herein shall be construed to limit that authority in
any manner.
4. Sample Contract and Terms and Conditions
The Sample Contract provided with this Bid Specification represents the terms and conditions which the City
expects to execute in a contract with the successful Bidder. Bidders must accept or submit point-by-point
exceptions along with proposed alternative or additional language for each point. The City may or may not
consider any of the Bidder's suggested revisions. Any changes or amendment to any of the Contract Terms and
Conditions will occur only if the change is in the best interest of the City.
V. TECHNICAL SPECIFICATIONS
The Bidder must provide a detailed description of each major component of their proposed system. At a
minimum, these descriptions shall take into consideration the specifications outlined in this Technical
Specifications section. Bidders are reminded to provide point-by-point responses to all specifications. Any
additional work found necessary that is not specified in this Bid specification shall be listed on a separate sheet
entitled"Additional Materials/Labor Required".
The Bidder must complete the following Technical Specification Section using one of the following responses for
each of the specifications.
Y—Yes. The Bidder's proposed product currently satisfies the entire
requirement and the proposed system will completely support the
requirement.
N—No. The Bidder's product does not currently satisfy the entire
requirement, and the Bidder's delivered product will not satisfy the
requirement.
E—Explanation. The Bidder's product partially satisfies the requirement and an
explanation is included in the response.
MR—Modification Required. The Bidder's product does not currently satisfy the requirement, but
the Bidder commits that the delivered base product will satisfy the
requirement at no additional cost and shall be supported in future
releases of the Bidder's base products.
The following Technical Specifications Analysis shall be answered with a Y or N. Check "Yes" if they do comply
100% with that particular specification, or "No" if they do not. Checking "NO" on any item will not necessarily
disallow a Bid. If "No" is checked, Bidder must explain in the "Comments" column on to the right how their
specification deviates. The City shall be the sole judge as to whether an exception is acceptable or not. Bidders
are encouraged to provide further detail where such detail might differentiate their products from those of their
competitors or where such detail might assist in analysis of the Bid. Technical Specification Analysis shall be
returned with the Bid Submittal. FAILURE TO DO SO MAYBE CAUSE FOR REJECTION OF SAID BID SUBMITTAL.
12112 Water Meter Covers, Lids& Rings—Water/Irrigation Page 13 of 29
TECHNICAL SPECIFICATION ANALYSIS FORM This Forms Vast Ile Submilled/I pleaded As Part of lour Bid
Vendor shall mark whether or not they comply with the Technical Specifications and the drawings. If not,then
make comments as to what the difference is and how your Specification differs.
Item
Specification Yes No Comments
;.-...i au+zz' ta.ro
General
All items/components comply with the Standard
Specifications for Highway Bridges,17th edition(2002) ❑
and most recent edition of the ANSI Standards
All castings must be free of any casting scars,sand pit4-67-1
❑
holes,cracks, or molding patches
All castings must be 100%shop coated with a rust
preventative paint,ATCO#2219 Gilsonite Asphalt Paint or ❑
equal
Composite/Plastic Type Water Meter Insert Lids
Top,Side& Bottom View-Drawing No. 1
This part is proprietary and cannot be reproduced. Part must be order from
manufacturer Nicor, Inc. at www.Nicorinc.net
Small 10" insert lid for both Yakima Standard and/or
Heavy-Duty lids with ribbing reinforcement Nicor, Inc. part ❑
number 10.0LLBLKYAKtd03
Made of no break Polypropylene polymer ❑
Includes four(4) under the lid mounting brackets for
Badger Galaxy Transmitter and 3 under the lid threaded ❑
mounting bosses for Badger Orion transmitter
Has one(1) Penta Head Locking Bolt ❑
Has"Yakima"water mark stamp on top ❑
ASNSI Tier 15/H2O load rated ❑
Heavy-Duty Vault Top Meter Rings
Top View&Cross Section View-Drawing No.2
Heavy-Duty style meter ring ❑
Material to comply with ASTM A48-Class 35 grey iron [X ❑
Yakima Standard Water Meter Covers `�
Top&Cross-section View—Drawing No. 3
Bottom&Rib Cross Section View—Drawing No.4
Material must comply with ASTM A48-Class 30 B grey iron. ,i ❑
Overall outside diameter is to be 21-3/8" r7( ❑
10" Composite/Plastic Insert lid must fit inside LZ ❑
Must fit Heavy-Duty meter rings with maximum clearance 12/ ❑
of 1/8"around lid �!
Must fit securely on 18"diameter sch.40 PVC pipe V ❑
12112 Water Meter Covers, Lids& Rings—Water/Irrigation Page 14 of 29
Technical Specification Drawings:
Drawing No. 1
10" Composite/Plastic Meter Insert Lid—Top,Side, and Bottom View
I/ , —..— .N,
IA Yiegh,2.1 IX
TOP VIEW SIDE VIEW BOTTOM VIEW
PIN:
10.0LLBLKYAKtdOZ
0.50"
PENTA010 01.50" 7
Mounting Mounting
BOLT "—,_- 2 Point goom` Point
4r) )11111
VI 9.875' 8;" 6" —= =— 61. ... .
D.
lialina 11 i i I.1!1
Aft' /4" Arill;
11141r0r
,_ "' NICOR INC
\---P-,,,..it .
, ,,zOictk Mounting Mounting
1.25" PointIf Point
#1-expanded view
/ 2"BOSS THREADED FOR ORION Thread for Orio
etitk (view is larger than actual size) (see#1- expanded NICOR
view)
PROPRIETARY SICYEIOMW:NG 7
k.er j1
12112 Water Meter Covers, Lids& Rings—Water/Irrigation Page 15 of 29
Drawing No.2
Heavy-Duty Vault Top Meter Ring—Top View and Cross Section View.
HEAVY DUTY VAULT TOP RING
TOP VIEW
2,-8•r,_2'—F'I ba'
I
J tfrr
I \
f __________ —, ----,.......,,,,,,,,N,\
�f 1 t t y W__
I J �
1 9P.8•a
iI ( 3j 11,16^
1 \ \I\ ‘ .1 / i
23 112'
26"
1
r--r 11If6"
HEAVY DUTY VAULT TOP RING
1N--I r -I rim-
CRO
SS SECTION v� --1-1 I11 tr.-
f Ilr'16' 1 78' -2 9/16-
I 1,SA,' I
I 26' I
12112 Water Meter Covers, Lids&Rings—Water/Irrigation Page 16 of 29
•
Drawing No.3
Yakima Standard Water Meter Cover—Top View and Cross Section View.
I
1
I
STANDARD WATER METER COVER I
TOP VIEW
A 8
I12'1-4 jvs. _-- -----
:, 4. ;6 M
D
t.
*il ♦ice a,;6I
l. Is
/ 0414$ %/fr. 1-.-III\'''-- ‘# N.
, ,,, , \
, ,
�� ♦♦ d,,t it abo v� i '���♦♦ t�
'' ♦ I I 6 V2'R 172'— ®o1♦��_1 1,2'
�p�,♦♦� \ ilk, i
tl $á \
� pil
1
\. 1' /
s%4 # --4 r 4.•*
1 `` 21' I
STANDARD WATER METER COVER
CROSS SECTION
1 rim' 1/6'i r
//2'1—I I—I f/2 I2'I—i I—r1i2
I-I r/2'-I-33/6'—I I 9" I I-3 3/7'—I-1 1/2--I
Y16'
I 4 v/
� I GUSSET 314. / 17 ' I571"2" --I_ ; 1 5/8"
%� !L-'
6 3116" I I 2 31• I 1 L/6' 1�- 1 7/8"
3/16 I. I I iL16'
- L16' 1;16--.--I I-VC //6•�I•-1.EM6' 7/16'
1—I1R' 1/2-I—I LI1;2• 1R'I—I
I 9 1/2' I
21"
12112 Water Meter Covers, Lids& Rings—Water/Irrigation Page 17 of 29
Drawing No.4
Yakima Stand Water Meter Cover—Bottom View and Rib Cross Section View.
STANDARD WATER METER COVER
BOTTOM VIEW
- rR-
„, ,
„ I,
L,6•• .. .3/re•
ra-
4 fir Err. 4 3/76---4 hi lir
STOP OF TAPER
' �..-BOTTOM Of TAPER i /lr11+ I 7/7
I
STANDARD WATER METER COVER
RIB CROSS SECTION VIEW
I—$-7/8"
—1I/I•
12112 Water Meter Covers, Lids&Rings—Water/Irrigation Page 18 of 29
VII. VENDOR QUESTIONNAIRE Page 1
This Forms;Must Be Submitted/Uploaded As Part of Your Bid
INSTRUCTIONS: Provide the requested information,sign and date. If the Owner requires further description,the Owner
may request Proposer to provide such information within a mandatory due date. You must submit this completed form
to the Owner with your Proposal. Failure to submit this form fully complete,may result in disqualification of Proposal.
VENDOR INFORMATION
Proposer's Legal Name: Abigail Watson
Company's dba: (if applicable) General Pacific, Inc.
CEO/President
Name: Rick Hall
Business Federal
License No. T45959X UBI No. EIN No. 93-0522219
Contractor Effective Expiration
License No. Date Date
Phone (503)907-2876 Toll Free Phone ( )
FAX ( ) E-Mail Address awatson@generalpacific.com
Mailing Address PO Box 70
City Fairview State OR Zip+4 97024
Physical Address 22414 NE Townsend Way
City Fairview State OR Zip+4 97024-4623
Name the person to contact for questions concerning this proposal.
Name Abigail Watson Title Inside Sales
Phone (503)907-2876 Toll Free Phone ( )
FAX ( ) E-Mail Address awatson@generalpacific.com
Mailing Address PO Box 70
City Fairview State OR Zip +4 97024
Physical Address 22414 NE Townsend Way
City Fairview State OR Zip+4 97024
12112 Water Meter Covers, Lids&Rings—Water/Irrigation Page 20 of 29
VENDOR QUESTIONNAIRE Page 2
OWNERSHIP
Is your firm a subsidiary, parent,holding company,or affiliate of another firm? Yes: No:
Please explain:
Number of years Vendor has been engaged in Business: 56 years
QUALIFICATIONS&RESPONSIBILITY
Have Industrial Insurance (workers' compensation)coverage for the bidder's
employees working in Washington,as required in Title 51 RCW; Yes: V No:
Have a Washington Employment Security Department number,as required in #
Title 50 RCW;
Not be disqualified from bidding on any public works contract under RCW
39.06.010 or 39.12.065(3). Is Contractor disqualified? Yes: No:
12112 Water Meter Covers, Lids&Rings—Water/Irrigation Page 21 of 29
CITY YAKIMA AGREEMENT
12112 WATER METER COVERS, LIDS, AND RINGS
Exhibit B
PAYMENT SCHEDULE
VI. BID FORM This Forms Musl Re Submilled/I'ploaded As Part of Your Rid
INVITATION TO BID NO. 12112
TO BIDDER:
The City of Yakima Water/Irrigation Division is requesting Bids for Yakima standard water meter covers, insert lids,and heavy-duty
volt top rings per specifications and drawings. The City Reserves the right to reject any or all Bids and to accept ANY or ALL items
at the price Bid. The City intends to Award this Contract within ninety(90)calendar days.
Bid your lowest price for the following:
All items must comply with the Standard Specifications for Highway Bridges, 17`h edition(2002)and the most recent
edition of the ANSI Standards. All castings must be free of any casting scars,sand pit holes,cracks,or molding
patches. All castings must be 100% shop coated with a rust preventative paint,ATCO#2219 Gilsonite Asphalt Paint or
equal.
Item City Price Total Price
No. Stock Description Qty Unit Per Unit (without tax)
1. #7501 10"No break Polypropylene polymer,Insert water 100 EA $51.00 $5,100.00
meter lid for Yakima standard and heavy-duty with
ribbing reinforcement and Yakima stamp. ANSI Tier Price bid= N/A %
15/H20load rated. Nicor,Inc.#10.0LLBLKYAKtd03 discount off Mfg.list price
Prevailing Wage applies to this item
2. #7502 Heavy-Duty Vault Top meter rings. Material to 150 EA $ 120.00 $ 18,000.00
comply with ASTMA 48-Class 35 grey iron.
Price bid= N/A
discount off Mfg.list price
3. #7384 Yakima standard water meter cover,with opening for 130.00 6,500.00
smaller 10"Composite/Plastic Insert lid. Must fit Heavy- 50 EA $ $
Duty Vault meter rings.Material to comply with ASTM Price bid= N/A %
A48—CL30 B grey iron. discount off Mfg.list price
4. Bid alternate to Item 3. Please provide specifications No Quote
and/or drawings of product bid. 150 EA $ $N/A
Composite type traffic rated lid with 10"opening for Price bid=
insert lid. discount off Mfg.list price
5. Bid alternate to Item 1. Please provide specifications
and/or drawings of product bid. $No Quote $N/A
Composite type small 10"insert meter lid for Standard Price bid=
and or Heavy-Duty H-20 Loading meter lids. Lids must 150 EA discount off Mfg.list price
fit Heavy-Duty Vault meter rings with a maximum
clearance of 1/8" around lid. Lid is to be 21-3/8" in
overall outside diameter. Lid must also fit securely on
18"diameter sch.40 PVC pipe.
Prevailing Wage applies to this item
SUB TOTAL $29,600.00
WA STATE SALES TAX—Destination Based @ 8.3% $2,456.80
FOB Destination: Water/Irrigation 2301 Fruitvale Blvd, Yakima,WA 98902 Included
TOTAL $32,056.80
1 NDI TOR Y: N/A
List Discount Offered Off List Price For Items Not Specifically Listed.
12112 Water Meter Covers, Lids&Rings—Water/Irrigation Page 19 of 29