INVITATION TO BID. Truck Mounted Valve Exerciser



Similar documents
BID BOND CITY OF EAST POINT, GEORGIA

Upon receipt of a letter of intent to award a contract, Bidder shall provide Performance and Payment Bonds as outlined below.

388 Blohm Ave. PO Box 388 Aromas CA (831) FAX (831) ADDENDUM NO. 1

COMMONWEALTH OF VIRGINIA STANDARD PERFORMANCE BOND

This page left blank intentionally

SUBCONTRACTOR LABOR AND MATERIAL PAYMENT BOND ("Bond") SURETY Address

Expedited Dispute Resolution Bond (P3 Form)

Bond Form Commentary and Comparison

PERFORMANCE BOND. KNOW ALL MEN BY THESE PRESENTS that we,, as. Principal (the Principal ), and, a corporation

PERFORMANCE BOND. Surety Bond No. STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF

FIGURE 20 BOND FORMS

PERFORMANCE BOND LABOR AND MATERIAL PAYMENT BOND

NC General Statutes - Chapter 44A Article 3 1

SECTION PERFORMANCE BOND., hereinafter called PRINCIPAL, and

Construction Performance Bond. THIS CONSTRUCTION PERFORMANCE BOND ( Bond ) is dated, is in the penal sum of. Sample Preview CONTRACTOR: Address

CITY OF FIFE PERFORMANCE & PAYMENT BOND WITH GUARANTY

PERFORMANCE BOND INSTRUCTIONS (FEB 2015)

PROJECT NO. 2733, RFP NO /02. Peralta Community College District. 333 East 8th Street, Oakland, CA Questions

CONSTRUCTION AGREEMENT FOR

MAINTENANCE AND PERFORMANCE BONDS

corporation with its principal place of business in the City of

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

INSTRUCTIONS TO BIDDERS

PERFORMANCE BOND. That we, (operator name as established by Office of Conservation and address) (hereinafter called the Principal ), and

ANNEX 1 PERFORMANCE BOND

corporation with its principal place of business in the City of

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement

CONTRACT NUMBER [Contract Number] PERFORMANCE BOND. As to the Surety: Name: Principal Business Address: Telephone:( )

HOW TO OBTAIN A NEW CONTRACTOR LICENSE

AIA Document A310 TM 2010

THE CORPORATION OF THE CITY OF BURLINGTON D1 - AGREEMENT

Performance Bond. as Principal, (Legal title of the Contractor) (Street, City, State, Zip Code) and as Surety, (Legal title of the Surety)

PAYMENT/PERFORMANCE BOND. This is the front page of the payment/performance bond issued in compliance with Florida Statutes

SURETY. and Title: (Any additional signatures appear on the last page of this Performance Bond.)

INSTRUCTIONS TO BIDDERS

HOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1. June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: GM

AIA Document A312 - Electronic Format. Performance Bond

During the performance of this contract, the contractor, for itself, its assignees and successors in interest agrees as follows:

UNIVERSITY OF MINNESOTA

DEVELOPMENT INFRASTRUCTURE COMPLETION BOND. Name of Approved Construction Drawings ( Required Infrastructure ):

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

BID BOND. are held firmly bound unto the LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY, hereinafter called Metro, DOLLARS.

FORM A: BID (See B8) 1. Contract Title BEAUJOLAIS COULEE AND BALDRY CREEK FLOOD RESTORATION WORKS

PURCHASE ORDER TERMS AND CONDITIONS

REQUIREMENTS FOR PRODUCER CODE

BY THIS BOND,, whose principal address is, business phone number is as Principal,hereinafter Contractor, and, whose principal address is

Kentucky Department of Education Version of Document A

Performance Bond. Business):

Belgrade School District No Invitation to Submit Bids For School Accounting, Payroll, and Human Resources Software

PAYMENT BOND. KNOW ALL MEN BY THESE PRESENTS that we,, as Principal (the Principal ), and, a corporation organized

(Affix Principal s corporate seal.)

Federal Tax ID # Employer ID# Credit Amount Requested: $ NOTE: Signed original application must be on file to activate your account.

CITY OF FAIRFAX TELECOMMUNICATION FACILITY BONDING PACKAGE

SECTION AWARD AND EXECUTION OF CONTRACT

KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,

Below is an overview of the Molex lease process as it applies to Molex Application Tooling equipment.

RONALD WASTEWATER DISTRICT LINDEN AVENUE NORTH - P.O. BOX SHORELINE WA (206)

#5 Independent Contractor Form - With Insurance With Bonds

MASCONOMET REGIONAL SCHOOL DISTRICT Computers Invitation to Bid

AIA Document A312 TM 1984

CALIFORNIA TRANSPORTATION COMMISSION DESIGN-BUILD DEMONSTRATION PROGRAM STANDARD FORM OF PAYMENT AND PERFORMANCE BOND

Document A312 TM SURETY. (Name, legal status and principal place of business)

Test Bore, Monitoring Well, & Underground Storage Tank Decommissioning Permit Application Packet

SCHEDULE 14. Part 1 Performance Bond PERFORMANCE BOND NO.

BUYING AGENCY AGREEMENT

TOWN OF GROTON INVITATION TO BID ARCHIVING SYSTEM

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245

Section IX. Annex to the Particular Conditions - Contract Forms

Agent Agreement WITNESSETH

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

Department of Purchasing & Contract Compliance

Standardized Forms for Performance Guarantees 5:36-4 STANDARDIZED FORMS FOR PERFORMANCE GUARANTEES

Robla School District

Performance, Payment and Contract Bonds The Fastest Bond Program up to $500,000

COUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK (845)

EXHIBIT S - BOND SURETY FORMS

Sewage Sludge Utilization Performance Bond

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

Memorandum Potentially Affected AIA Contract Documents AIA Document A AIA Document B Important Information

DUE DATE: August 23, :00 p.m.

DISTRIBUTOR AGREEMENT

Document A312 TM SURETY. (Name, legal status and principal place of business)

BROKER AND CARRIER AGREEMENT

COMPLIANCE WITH LAWS, CODES, AND STANDARDS

STATE OF OKLAHOMA WORKERS COMPENSATION COURT 1915 NORTH STILES OKLAHOMA CITY, OKLAHOMA SURETY BOND OF SELF-INSURER OF WORKERS COMPENSATION

Building Division. Engineering, Planning and Building Department 540 Laird Avenue S.E. Warren, Ohio Office: (330) Fax: (330)

Department of Purchasing & Contract Compliance

ALL LOAN BROKERS AND ORIGINATORS DOING BUSINESS IN INDIANA FROM: OFFICE OF SECRETARY OF STATE TODD ROKITA, SECURITIES DIVISION

REQUEST FOR QUOTATION

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

Borough of Jamesburg

LREC/ZREC Requirements for the Forms and Methods of Providing Performance Assurance

LIMITED LIABILITY COMPANY INTEREST SALE AND ASSIGNMENT AGREEMENT

Transcription:

INVITATION TO BID FOR Truck Mounted Valve Exerciser Silver Lake Water & Sewer District Silver Lake Water & Sewer District 15205 41st Ave. SE Bothell, WA 98012 (425) 337-3647

April 29, 2016 TABLE OF CONTENTS Part A Legal and Procedural Documents Invitation to Bid Bid Bid Bond Equipment Purchase Contract Part B Technical Specifications

INVITATION TO BID Sealed bids will be received by Silver Lake Water & Sewer District ( District ) until 10:00 a.m. on May 13, 2016, at the office of Silver Lake Water & Sewer District located at 15205 41 st Ave. SE, Bothell, WA 98012 for the following equipment purchase: ONE (1) Truck Mounted Valve Exerciser AND RELATED EQUIPMENT. Bids received after such time and date will not be considered. No Bidder may withdraw a Bid after the deadline for the submittal of bids. Bids properly received will be publicly opened and read at the Silver Lake Water & Sewer District following the deadline for the submission of bids. The equipment to be purchased under this Contract includes all the equipment described in the specifications, bid and contract documents (collectively the Contract Documents ). Bids shall be submitted in accordance with the Contract Documents. Bids shall constitute offers to Silver Lake Water & Sewer District which shall be binding for thirty (30) days from the date of bid opening. Silver Lake Water & Sewer District reserves the right to reject any bid, any portion of any bid and/or to reject all bids. Silver Lake Water & Sewer District further reserves the right, but without obligation, to waive informalities and irregularities. No bid will be considered unless accompanied by a bid guaranty (certified or cashier's check, surety bond, or postal money order) payable to Silver Lake Water & Sewer District in an amount not less than five percent (5%) of the Bid. Contract Documents may be obtained at the Silver Lake Water & Sewer District office at the address above. Bids will be evaluated based on capital cost, operational cost, and operation and maintenance requirements for the equipment. The District reserves the right to award the equipment purchase contract ( Purchase Contract ) to the lowest responsive, responsible bidder as it best serves the interest of the District. The Bidder to whom the Purchase Contract is awarded shall execute and return the Contract to the District within ten (10) calendar days from the date the Notice of Award is mailed to the Bidder. In case of failure of the Bidder to execute the Contract, the Bidder shall be in default, the Bid Bond shall be forfeit to the District and the District shall have the right to award the Purchase Contract to the next lowest responsive, responsible Bidder. Questions about obtaining Contract Documents or this Invitation to Bid may be directed to Ron Berger at the Silver Lake Water & Sewer District at 425-337-3647 or rberger@slwsd.com. A bidder may be required to submit a question in writing. No oral responses to questions by District personnel about the bid will be binding on the District. Rod Kepler, Board of Commissioners Published: April, 2016-1 -

BID GUARANTY Enclosed is a certified check, cashier s check, bid bond or postal money order in the amount of $, as a bid guaranty which amount is not less than five percent (5%) of the Bid for the one (1) Truck Mounted Valve Exerciser AND RELATED EQUIPMENT. SIGN HERE: ******************* - 2 -

BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, as Principal, and, as Surety, are held firmly bound unto Silver Lake Water & Sewer District, Snohomish County, Washington, as Obligee, in the penal sum of five percent (5%) of the total amount of the bid for one (1) Truck Mounted Valve Exerciser and Related Equipment, this sum not to exceed Five Percent of Amount Bid Dollars, ($5% of Amount Bid), of lawful money of the United States, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for one (1) Truck Mounted Valve Exerciser and Related Equipment Purchase Contract, according to the terms of the Proposal or Bid made by the Principal therefore, and if the Principal shall duly make and enter into the Contract with the Obligee in accordance with the terms of said Proposal or Bid and award; then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED, AND DATED THIS DAY OF, 2016. Principal Surety By: Attorney-in-Fact - 3 -

TO: BID Silver Lake Water & Sewer District (District or Owner): FROM: Bidder: : 1. GENERAL The undersigned Bidder, having reviewed the Invitation to Bid and Technical Specifications for one (1) Truck Mounted Valve Exerciser and Related Equipment purchase, and being familiar with the Contract Documents, hereby proposes and agrees, if this bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to provide the equipment as specified or indicated in the Contract Documents and within the contract time indicated in this bid and in accordance with the Contract Documents for an amount computed upon the basis of the equipment to be provided at the following prices. 2. BID SCHEDULE The Owner reserves the right to purchase one (1) Truck Mounted Valve Exerciser and Related Equipment, subject to the completion and delivery schedule set forth below. Note: Bid prices for all items, all extensions and total amount of Bid must be shown below. Show bid amounts in both figures and words; where a conflict occurs, the written words shall control. Bid Item Description Price 1. One (1) Truck Mounted Valve Exerciser and Related Equipment $ (to be delivered by the day of, 2016) (Price in words) WASHINGTON STATE SALES TA @ 8.6% $ TOTAL NET BID PRICE IS (Total of Bid, including tax and delivery) $ The Total Amount Bid in words is Cents, including Washington State Sales Tax. Dollars and Bid prices above are to include any applicable sales tax and shipping F.O.B. Bothell, - 4 -

Washington. 3. COMPLETION TIME Bidder proposes and agrees, if awarded the Purchase Contract, to provide and deliver to the Owner (1) Truck Mounted Valve Exerciser and Related Equipment which is the subject of the Bid within 60 Days after the effective date of the Notice of Award of the Contract and as specified in the contract documents. Bidder accepts the provisions of the Purchase Contract as to liquidate damages in the event of failure to provide and deliver the Equipment on time. 4. ADDENDA Bidder has examined copies of all the Contract Documents and acknowledges receipt of the following addenda: Addendum No. Date of Receipt and Acknowledgement 1. 2. 3. This Bid is submitted on and by: Name of Bidder: Signature: Name (Print): Title: Date: Bidder is a Corporation Partnership Joint Venture Limited Liability Company Address of Bidder: Telephone No.: Fax No.: Labor and Industries Account No.: - 5 -

4. REFERENCES Bidder must provide three (3) references in the Puget Sound area that have recently purchased the Bidder s current base model of one (1) Truck Mounted Valve Exerciser and Related Equipment, including name, telephone number and address. 5. COMPLIANCE WITH SPECIFICATIONS The proposed equipment must fully comply with the attached Technical Specifications to qualify as a responsive bid. Bidder must list, in the space provided below, all deviations and substitutions or proposed as equal component to the specifications which are included with this Bid. Bidder may attach additional information or pages in order to comply with this requirement. A completed list of proposed deviations and substitutions will be required to enable the Owner to evaluate whether the proposed items comply with the requirements of the specifications, to be determined by the Owner in the Owner s sole discretion. END OF SECTION EQUIPMENT PURCHASE CONTRACT - 6 -

This Agreement ( Agreement ) is made and entered into this 31 day of March, 2016, between Silver Lake Water & Sewer District, a municipal corporation ( District or Owner ) and ( Vendor ) (individually a Party and collectively Parties ). RECITAL WHEREAS, the District desires to purchase and Vendor desires to sell, the equipment ( Equipment ) described in the Bid and Technical Specifications and incorporated herein by this reference ( Bid ) on the terms and conditions stated in this Agreement below. AGREEMENT In consideration of the terms and conditions set forth in this Agreement, the District and Vendor agree as follows: 1. Purchase and Sale of Equipment. The District shall purchase from Vendor and Vendor shall sell, furnish and deliver to the District the Equipment in accordance with the terms and conditions of the Bid. If any term or condition stated in the Bid conflicts with a provision in this Agreement, the provision in this Agreement shall control. Vendor shall deliver the Equipment to the District at the location specified in writing by the District. 2. Purchase Price. The District shall pay Vendor the amount stated in the Bid for the Equipment including applicable Washington State sales tax ( Equipment Cost ). The Equipment Cost includes all costs associated with the Equipment, as described in the Bid, including but not limited to labor, materials, freight, overhead, administrative, and permit and regulatory costs, unless otherwise agreed in advance in writing. Vendor shall make sales tax and other tax payments to the State as provided by statute. 3. Supply Deadline/Liquidated Damages. Vendor agrees to complete all requirements of the Bid and deliver (1) Truck Mounted Valve Exerciser and Related Equipment to the District no later than 60 days after the effective date of the Notice of Award of the Contract and as specified in the contract documents (the "Delivery Date"). If the Equipment is not delivered by the delivery deadline in this section then, because of the difficulty in computing the actual damages to the District arising from any delay in providing the Equipment, the Parties determine in advance and agree that the Vendor shall pay the District as liquidated damages for delay (but not as a penalty) the amount of $200 per calendar day for each day after Delivery Date until the Equipment is delivered. The Parties agree that such amount represents a reasonable forecast of the actual damages that the District will suffer by failure of the Vendor to deliver the Equipment to the District within the agreed time. The execution of this Agreement constitutes acknowledgement by the Vendor that Vendor has ascertained and agrees that the District will actually suffer damages in the amount herein fixed. 4. Vendor s Responsibilities. Vendor shall provide and bear the expense of all equipment, materials, and labor that may be required for the furnishing and delivery of the Equipment provided for in this Agreement, unless otherwise provided in the specifications for the Bid. - 7 -

5. Payment Terms. Upon delivery of the Equipment, Vendor shall invoice the District for the Equipment Cost in the amount of the Bid awarded. The District shall pay Vendor for the Equipment within 45 days of the date of the invoice. 6. Warranty. In addition to all Vendor supplied warranties, Vendor shall warrant and guarantee the Equipment as set forth in the warranty to be negotiated with the successful bidder prior to notice of award of the bid; at a minimum the Vendor shall warrant the Equipment to be free of defects in workmanship and material for at lease if not more then a period of one (1) year after the District s receipt and acceptance of the Equipment. Vendor shall correct all defects in workmanship and materials occurring within one (1) year from the date of the District s receipt and acceptance of the Equipment at Vendor s expense. When defects are corrected, the warranty for that portion of the Equipment shall extend for an additional one year from the date such correction is completed and accepted by the District. Vendor shall begin to correct any defects within 10 days of notice from the District of the defect. If Vendor fails to perform the corrective work within 30 days of such notice, the District may complete the correction and Vendor shall pay all costs incurred by the District to perform the correction. 7. Termination. The District shall have the right to terminate this Agreement for public convenience or good cause. Good cause shall include, but is not limited to, any one or more of the following events: (a) Vendor s failure to provide the Equipment within the time specified in this Agreement; (b) Vendor s failure to comply with any federal, state, or local laws, regulations, rules or ordinances; or (c) Vendor s filing for bankruptcy or being adjudged bankrupt. 8. Attorneys Fees. In the event that either Party to this Agreement shall file or commence a legal action to resolve a dispute between the Parties arising from this Agreement, the prevailing party in such action shall be entitled to recover reasonable attorneys fees and costs, including any fees and costs incurred in an appeal. 9. Entire Agreement. This Agreement constitutes the entire agreement between the Parties and supersedes all prior agreements and understandings of the Parties with respect to the subject matter hereof. No modification or amendment of this Agreement shall be binding and enforceable on the Parties unless executed in writing by the Parties. 10. Governing Law; Jurisdiction. This Agreement shall be construed in accordance with, and governed by, the laws of the State of Washington. The Parties agree that any legal action or proceeding arising out of or relating to this Agreement shall be filed in the Superior Court of Snohomish County, Washington. Silver Lake Water & Sewer District By: Its: VENDOR By: Its: END OF SECTION TECHNICAL SPECIFICATIONS FOR ONE (1) Truck Mounted Valve Exerciser AND - 8 -

RELATED EQUIPMENT; The Truck Mounted Valve Exerciser and Related Equipment shall be used in the maintenance and operations of the District's water and sewer utility systems. The proposed equipment shall meet or exceed the following details, standards and specifications: General Yes No Capacity Operates all valves 4" (100mm) and larger Speed 5-30 RPM (30 RPM at recommended flow) Torque 750 Ft-Lb [1016 Nm ]fully isolated within equipment's design Supply Requirements 4-12 GPM @ 2,000 PSI (8 GPM recommended) Finish White, two part powder on carbon steel components Dexterity Yes No Range Complete head coverage within reach over 270 degrees of motion Reach 13' of total reach from the pedestal mount to the center of the machine head. Alignment Swivel output allows up to 30 degrees of valve stem misalignment. Valve Key Telescoping valve key operates standard AWWA 2" nuts to a depth of 6'. Rated for 800 ft. lbs. of torque, the modular design can increase reach by adding 4' extension attachments. Valve Machine Intelligent Automation Operation Yes No Valve exerciser utilize patented "no assumption" automation technology to safely and effectively turn valves using AWWA recommended procedures. This technology protects the operators by keeping "hands off" the machine while exercising the valve and protects the valve by not assuming size, direction or current position. Allowing the machine to follow the path of least resistance, the programming and sensors automatically stop the rotation and reverse in half turn increments as to flush calcification from valve gate. This patented automation always exercises valve at the minimum torque required to turn, then automatically lowers preset threshold once rotation begins so impact at end of valve travel is soft as possible. Controller/Data Ruggedized Controller/Data logger to operate and collect data (including GPS) during the operation of machine (includes PDA style PC, 12v vehicle charger kit, AC charging kit, USB sync cable, machine control cable, screen protector & preloaded with Vitals Mobile software). Already GPS enabled - 9 -

Operator Safety Wireless Control Tether Data Management No operator support or interaction required during valve exercise, all reaction torque and feedback is absorbed through machine only. This combined with automated control allow the operator to start the exercise then get out of any environmental conditions which might pose a hazard. When combined with optional wireless control tether (#79-419-00), allow operator to monitor and control the exerciser up to 25' away for increased safety. Wireless adapter for valve machines provides a secure Bluetooth connection between machine and controller to function either wirelessly to a range of 25 or tethered through the existing control cable. Fully compatible with either VITALS or inframap with VITALS software packages which enable full data logging and synchronization between the handheld and your desktop GIS. Allows importing of existing data labels and categories with user defined fields. Mechanical Yes No Arm Position Locks Materials of Construction Torque Measurement Drive Bed Mount System Dual hydraulic disc brakes per arm (4 total) to secure arms in any orientation (no locking pins) within range when positioning and in operation. Safety scripts in the programming verify hydraulic brake pressure and automatically stop operation if pressure is compromised. A simple "push to disengage" thumb switch allows easy two hand arm position and lock control. Pivot arms- A500 steel structural square tube, 2 ½ x.120 wall (11 GA) Extension arm- A500 steel structural square tube, 2 x.120 wall (11 GA) Spindles, Torque Head & Pedestal: Carbon Steel Brake Disks: 304 Stainless Steel Hydraulic sensors on both sides of the motor measure differential pressure for the most accurate control of torque output (single sensor units guess at actual torque output because they do not know back pressure). Single Hydraulic motor with offset chain drive reduction allowing for pass through of drive key to keep operating head at a consistent and convenient working height. In bed pickup mount on 4 dual row angular contact ball bearings. Configured for left or right hand installation. Single heavy duty clamping screw with wrench for secure positioning. END OF SECTION - 10 -