Loading...
HomeMy WebLinkAboutHD Fowler Co. - 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 HD Fowler Co., ("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, 171h 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 qo 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.qov/lni/wagelookup/prvWagelookup.asox. 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 temms,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: Faub Faubion City of Yakima Outside Sales,Waterworks City Hall—First Floor HD Fowler Co. 129 North Second Street 1100 River Road Yakima,WA 98901 Yakima,WA 98902 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. CITY 0 Y KI HD FOWLER CO. By: ./h. City Mana Date: ' 61 \fa-Dgi Date: ayl4riZzi CITY CONTRACT NO:4\U2 1 - '0 .�- Fa. �Q Attest: RESOLUTION NO: �/� (Prin name) I Ci erk 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 \ IIIrt CITY OF YAKIMA INVITATION TO BID 12112 4 1— SIGNATURE SHEET THIS IS NOT AN ORDER BID Release Date:July 12, 2021 Bid Receipt: Bidders must first register with PublicPurchase.com and Bid shall be completely uploaded into PublicPurchase.com no later than the date and time listed below. Register as early as possible and do not wait until the due date to upload your documents, as this may take some time. 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 11:00:0o AM PST (509) 575-6095 Susan.KnottsPYakimaWA.Gov Public Opening ICJ PROJECT DESCRIPTION SUMMARY Water Meter Covers, Lids, and Rings Water/Irrigation Division Enter Prompt Payment Discount: %net days We/I will complete delivery within 4 0 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 HD FOWLER CO 1100 RIVER RD YAKIMA,WA 98902 Name of Authorized Company Representative(Type or Print) Title Phone ( 509 ) 2 4 8—8 4 0 0 FAUB FAUBION OUTSIDES SALES Fax ( ) Signature of Above LDate Email Address 07/26/21 faub@hdfowler.com fm. 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 litsi III{SIti111'I`I111/1110, 111.11;I,S1'1RTIII 1UI111111) 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 III. PREPARING AND SUBMITTING A BID 11 1. General Instructions 11 2. Submitting a Bid 11 3. Prohibition of Bidder Terms&Conditions 11 4. Multiple Bids 11 5. Withdrawal of Bids 11 6. Bidders Checklist 11 IV. EVALUATION AND CONTRACT AWARD 12 1. Bid Evaluation 12 2. Offer in Effect for Ninety(90)Days 12 3. Protest Procedure 12 V. TECHNICAL SPECIFICATIONS 13 VI. BID FORM MST BE Si iimmumpl'1,0,1111,D tS 11,1111 Or YOUR 11111 19 VII. VENDOR QUESTIONNAIRE 20 VIII. SAMPLES 22 12112 Water Meter Covers, Lids&Rings-Water/Irrigation Page 4 of 29 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 MIST RE SIRMITTFD/IIPLOADED AS PART OF 10111 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.gov/PDQ/outside.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 MST RESUBMITTED/UPLOADED-1S P:UYf OF 1'O1II BID 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.YaklmaWA.Gov/services/Purchasing and on Public Purchase at www.PubllcPurchase.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 lockbox until date and time of opening. To register as a Vendor/Bidder with Public Purchase, go to www.oublicpurchase.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. 5. 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.mavhue@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. Aware 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 Must Be Subiuilled/1 ploaded As Parl of loin.Hid 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 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 pit ❑ holes,cracks,or molding patches All castings must be 100%shop coated with a rust preventative paint, ATCO#2219 Gilsonite Asphalt Paint or iy( ❑ equal r 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 ❑ NO BID number 10.0LLBLKYAKtd03 Made of no break Polypropylene polymer ❑ (y) 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 ❑ II Has"Yakima"water mark stamp on top ❑ (yi 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 Irtt' ❑ 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. ❑ Overall outside diameter is to be 21-3/8" ❑ 10" Composite/Plastic Insert lid must fit inside 3 ❑ Must fit Heavy-Duty meter rings with maximum clearance n of 1/8"around lid Must fit securely on 18"diameter sch.40 PVC pipe �( 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 111 wegM 21lw TOP VIEW SIDE VIEW BOTTOM VIEW PIN: 10 OLLBLKYAKtdO: 0.50" PENTA010 01.50" Mounting Mounting BOLT �r 2" Point point 0.1014.‘0 19 cilli li\i, h, n n 11 (4•41414 olio) '4YY. of .. 9.875 8 r 6 — 6" Valium 4„,/ 2" 4,4,, itrunr_40.40/ NICOR,INC. IT �� Mounting Mounting " 1.25" Point Point #1-expanded view 2"BOSS THREADED FOR ORION Thread for Orio (view is larger than actual size) (see#1- expanded NICOR view) i PROPRIETARY :�.�.Eeee1 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 1 V4- •rx R rrns 73 In• n. —r r fne• HEAVY DUTY VAULT TOP RING 1N•1 r -i r/N• CROSS SECTION 1r1^+- 1-111"e T 1 ,fine- 1!-�• � ISM" as' �fiJ� fine• t Sro^ 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. STANDARD WATER METER COVER TOP VIEW A 8 7 n ,.1/2" i"U ,u1 /je 4"N D / l�� a1/6.1. 0!�l*1/AA!♦ A�110' �I►AA!!! 111, ♦ / 40, 14... "�'�'�'!" 'No, "s s �s � - ♦♦ • `�islws�� s�AR t % 111" Ailtnibillill f 1/t' 14 , , 4 112-R tty I S. i '''"'"0 4, Ir."' 4 ! \ 3it : \ , 4*:,' i #!!Al4I +!!!ll�I►�A g _A1!Alpsi 4.� lI«A!1�!AII sl�s`+lfr '4 4,.. :AS._. .. i STANDARD WATER METER COVER CROSS SECTION WA-A- 111"iv vr 1-11-I 1/2- 1P1.1-1 rr 1/2" I-f 1/r-I-11/6--1 I !' I 1-1.1/$"_1-11/2"-I i Y16 ]. 7/16" 2/46'-t- 1 1'7/1• 114.i P.+ 1 6• VIC I I-11A' 112.4-4 I—tI/2' 1/r 1---, I- 91/1" — 1 I 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 NEW wir. YIP \Ur for la'R AL1r ^ale. vrs TOP or TAPER .BOTTOM Of TAPER Tr STANDARD WATER METER COVER RIB CROSS SECTION VIEW 1-1-Tn- rq• 12112 Water Meter Covers, Lids&Rings—Water/Irrigation Page 18 of 29 VII. VENDOR QUESTIONNAIRE Page 1 This Forms Must Be Submilled/I'ploaded As fart of Your Rid 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: HD FOWLER CO Company's dba: (if applicable) CEO/President Name: JAMES FOWLER Business Federal License No. 179-016-679 UBI No. 179016679 EIN No. 91-0534909 Contractor Effective Expiration License No. Date Date Phone (425) 654-8800 Toll Free Phone ( ) FAX ( ) E-Mail Address karenp@hdfowler.com Mailing Address PO BOX 160 City BELLEVUE State WA Zip+4 98009 Physical Address 3633 136TH PL SE #100 City BELLEVUE State WA Zip+4 98006 Name the person to contact for questions concerning this proposal. Name FAUB FAUBION Title OUTSIDE SALES Phone (5 0 9) 2 4 8-8 9 0 0 Toll Free Phone ( ) FAX ( ) E-Mail Address faub@hdfowler.com Mailing Address 1100 RIVER RD City YAKIMA State WA Zip+4 98 902 Physical Address City State Zip+4 12112 Water Meter Covers, Lids& Rings-Water/Irrigation Page 20 of 29 VENDOR QUESTIONNAIRE Page 2 OWNERSHIP Isyour firm a subsidiary, holding company, X parent, com an or affiliate of another firm? Yes: No: Please explain: Number of years Vendor has been engaged in Business: 110 QUALIFICATIONS & RESPONSIBILITY Have Industrial Insurance(workers'compensation)coverage for the bidder's employees working in Washington,as required in Title 51 RCW; Yes: X No: Have a Washington Employment Security Department number,as required in # 000102323002 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: X 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 Be Submilled/Uploaded 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, 17th 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. #750I 10"No break Polypropylene polymer,Insert water 100 EA $ 0 $ 0 meter lid for Yakima standard and heavy-duty with ribbing reinforcement and Yakima stamp.ANSI Tier Price bid= 15/H20 load 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 $ 65 . 88 $ 9, 882 . 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 64 . 12 3,206. 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 0 0 and/or drawings of product bid. 150 EA $ $ 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. $ 0 $ 0 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 $ 13, 088 .00 WA STATE SALES TAX—Destination Based @ 8.3% $ 1, 086.30 FOB Destination: Water/Irrigation 2301 Fruitvale Blvd,Yakima,WA 98902 Included TOTAL $ 14, 174 .30 NIANDITORY: 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