· Web view(To check the box In Microsoft Word, ... processing and labeling. ... Flare...

49
State of Washington DEPARTMENT OF GENERAL ADMINISTRATION Office of State Procurement Rm. 201 General Administration Building, P.O. Box 41017 Olympia, Washington 98504-1017 (360) 902-7400 http://www.ga.wa.gov INVITATION FOR BID (IFB) Refrigeration Parts & Supplies Contract Number Prebid Meeting Date & Time Bid/Proposal Opening Date & Time 01304 Wednesday, February 11,– 10:00 AM Thursday, February 26,- 2:00 PM. BIDS MUST BE RECEIVED& STAMPED ON OR BEFORE THE OPENING DATE & TIME AT THIS LOCATION: 210 11 TH AVE SW, RM. 201, GENERAL ADMINISTRATION BUILDING OLYMPIA WA 98504-1017 Steve Krueger State Procurement Officer Phone (360) 902-7431 Fax (360) 586-2426 E-mail [email protected] Instructions to Bidders Any questions concerning this IFB should be directed to State Procurement Officer Steve Krueger. Bidders shall mail or hand-deliver one signed original and one electronic (3.5” floppy disk or CD) bid response. Bidders will be responsible for actual delivery of the bid to the address shown below before the deadline. Any bids received after the deadline will be returned unopened. All responses to be addressed as follows: REFRIGERATION PARTS & SUPPLIES IFB #01304 Attention: Steve Krueger General Administration Building Office of State Procurement, Room 201

Transcript of   · Web view(To check the box In Microsoft Word, ... processing and labeling. ... Flare...

State of WashingtonDEPARTMENT OF GENERAL ADMINISTRATION

Office of State ProcurementRm. 201 General Administration Building, P.O. Box 41017 Olympia, Washington 98504-1017 (360) 902-7400

http://www.ga.wa.gov

INVITATION FOR BID (IFB)

Refrigeration Parts & Supplies

Contract Number Prebid Meeting Date & Time Bid/Proposal Opening Date & Time01304 Wednesday, February 11,– 10:00 AM Thursday, February 26,- 2:00 PM.

BIDS MUST BE RECEIVED& STAMPED ON OR BEFORE THE OPENING DATE & TIME AT THIS LOCATION: 210 11TH AVE SW, RM. 201, GENERAL ADMINISTRATION BUILDING OLYMPIA WA 98504-1017

Steve Krueger

State Procurement OfficerPhone (360) 902-7431Fax (360) 586-2426

E-mail [email protected]

Instructions to Bidders

Any questions concerning this IFB should be directed to State Procurement Officer Steve Krueger. Bidders shall mail or hand-deliver one signed original and one electronic (3.5” floppy disk or CD) bid response. Bidders will be responsible for actual delivery of the bid to the address shown below before the deadline. Any bids received after the deadline will be returned unopened. All responses to be addressed as follows:

REFRIGERATION PARTS & SUPPLIES IFB #01304 Attention: Steve KruegerGeneral Administration BuildingOffice of State Procurement, Room 201210 11th Avenue S WOlympia, WA 98504 1017

Bids must be sealed to provide confidentiality of the information prior to the bid opening date and time. Additionally, the bid must contain the signature of a duly authorized officer or agent of the Bidder’s company empowered with the right to bind the bidder.

For a site map to the Capitol Campus, click http://access.wa.gov/government/images/campus_map.jpg. Driving directions and parking information http://www.leg.wa.gov/common/maps/parking.htm

TABLE OF CONTENTS

1 ANNOUNCEMENT AND SPECIAL INFORMATION...........................................................................3

1.1 PREBID CONFERENCE................................................................................................................................31.2 PUBLIC DISCLOSURE.........................................................................................................................31.3 SCOPE.....................................................................................................................................................31.4 TERM OF CONTRACT................................................................................................................................31.5 CONTRACT EXTENSIONS..........................................................................................................................41.6 ESTIMATED USAGE..................................................................................................................................41.7 PURCHASERS............................................................................................................................................41.8 PURCHASES BY NONPROFIT CORPORATIONS.............................................................................41.9 BIDDER COMPLIANCE.......................................................................................................................41.10 ADDITIONAL ITEMS OR MANUFACTURERS ADDED TO THE CONTRACT..............................................51.11 ECONOMIC AND ENVIRONMENTAL GOALS................................................................................................5

2 CHECK LIST.................................................................................................................................................5

3 BIDDER REQUIREMENTS (BIDDER MUST COMPLY WITH THE FOLLOWING).....................6

3.1 OFFER AND AWARD...........................................................................................................................93.2 BIDDER INFORMATION...................................................................................................................103.3 SERVICE AREA...................................................................................................................................123.4 SERVICE AREA WORKSHEET.........................................................................................................133.5 CUSTOMER REFERENCES........................................................................................................................143.6 CONTRACT PRICING.........................................................................................................................143.7 PRICING WORKSHEET......................................................................................................................153.8 SUPPLEMENTAL MANUFACTURER PRICING...............................................................................163.9 COST SAVINGS INITIATIVES...................................................................................................................17

4 BID EVALUATION....................................................................................................................................18

4.1 BID SCORING..........................................................................................................................................184.2 AWARD DETERMINATION.......................................................................................................................18

5 CONTRACT REQUIREMENTS...............................................................................................................19

5.1 CONTRACTOR PERFORMANCE......................................................................................................195.2 RETENTION OF RECORDS...............................................................................................................195.3 INSURANCE........................................................................................................................................195.4 PRICING AND ADJUSTMENTS..........................................................................................................215.5 MATERIALS AND WORKMANSHIP................................................................................................215.6 WARRANTY(IES)................................................................................................................................22

6 SPECIAL TERMS AND CONDITIONS..................................................................................................22

6.1 PURCHASING CARD ACCEPTANCE..............................................................................................22

7 APPENDIX A – I2 TRA-SER MANUFACTURERS (AS OF FALL 2003)...........................................23

8 APPENDIX B – CUSTOMER REFERENCES........................................................................................31

1 ANNOUNCEMENT AND SPECIAL INFORMATIONBidders are required to read and understand all information contained within this entire bid package. The Competitive Procurement Standards, which are referred to in this bid package are not automatically printed or sent out with this IFB. By responding to this IFB the bidder agrees to read and understand these documents. These documents are available on our website at http://www.ga.wa.gov/pca/cps.htm.

STANDARD DEFINITIONS revised 06/02/03STANDARD INSTRUCTIONS FOR BIDDERS revised 06/02/03STANDARD TERMS AND CONDITIONS revised 06/02/03

1.1 PREBID CONFERENCEAn optional conference to address contractual requirements will be held at the time and location indicated below. Prospective bidders are encouraged to be present. If changes are required as a result of the conference, written bid amendments will be issued. For additional information, please contact the State Procurement Officer.

Pre Bid Date: Wednesday, February 11, 2004Pre Bid Time: 10:00 AMPre Bid Location:

Office of State Procurement210 11th AVE SW GA Building Room 201Corner of 11th and ColumbiaOlympia Washington 98504-1017

Map: http://www.leg.wa.gov/common/maps/parking.htmNote: Assistance for disabled, blind or hearing-impaired persons who wish to attend is available with pre-arrangement with the Office of State Procurement (OSP). Contact the State Procurement Officer identified on the face page of this document.

1.2 PUBLIC DISCLOSUREBid information, including price sheets, will not be available for public disclosure until after award of the contract. At the time of bid opening, only the name of the bidder and time of bid receipt will be read aloud.

1.3 SCOPEThe purpose of this IFB is to establish a “Convenience” contract for the day-to-day as needed purchase of goods relating to the repair and maintenance of refrigeration/cooling equipment. This contract replaces #05897 and the goal of this IFB is to solicit responses from qualified bidders offering the best overall value. It is the intent the Office of State Procurement to establish a contract for each region to service the State of Washington.

1.4 TERM OF CONTRACTUpon the date of award, the initial contract term shall be active for a period of 24 months.

1.5 CONTRACT EXTENSIONSThe state reserves the right to extend this contract for additional contract terms or portions thereof. Contract extensions shall be subject to mutual agreement. Total contract period (with extensions) shall not exceed six (6) years.

3 Bidder’s Company Name ______________________

Steve Krueger, 04/05/04,
Revised to reflect one winner per region as we discussed.

1.6 ESTIMATED USAGE The state estimates that purchases over the initial two-year term of the contract will approximate $1,600,000.00. Estimates are based upon past usage. The State does not guarantee any minimum purchase.

1.7 PURCHASERSBased on historical purchasing data the primary purchasers will be higher education and political subdivisions who are members of the State of Washington Purchasing Cooperative (WSPC) and to a much lesser degree state agencies, and non-profit organizations. Contractor(s) shall not process contract orders from unauthorized purchasers. A list of WSPC members can be found on at: www.ga.wa.gov/pca/cooplist.htm

If bidder agrees to extend contract pricing to State of Oregon ORCCP members, the bidder will be allowed a percent increase to bid pricing to accommodate additional freight costs to Oregon locations (See section 3.2 Bidder Information). Bidders shall indicate any increase in the Bid Submittals. State of Oregon Cooperative Purchasing Program (DASCPP/ORCPP) has a list of Oregon members at http://tpps.das.state.or.us/purchasing/. Contractors shall not process state contract orders from unauthorized purchasers.

While use of the contract by members of the WSPC and DASCPP/ORCPP is optional, the state encourages them to use state contracts. Their use of the contracts may significantly increase the purchase volume. Their orders are subject to the same contract terms, conditions and pricing as state agencies. The state accepts no responsibility for payment by WSPC or DASCPP/ORCPP members.

1.8 PURCHASES BY NONPROFIT CORPORATIONSLegislation allows nonprofit corporations to participate in state contracts for purchases administered by OSP. By mutual agreement with OSP, the contractor may sell goods or services at contract pricing awarded under this contract to self certified nonprofit corporations. Those organizations purchasing under this contract shall do so only to the extent they retain eligibility and comply with other contract and statutory provisions. The contractor may make reasonable inquiry of credit worthiness prior to accepting orders or delivering goods or services on contract. The state accepts no responsibility for payments by nonprofit corporations. Contractor may not change contracted payment terms for nonprofit orders.

1.9 BIDDER COMPLIANCEThe State reserves the right to consider the actual level of bidder’s compliance with the requirements specified in this IFB, and to consider a bid responsive if it substantially complies with the state’s intent relative to overall bid requirements and specifications.

4 Bidder’s Company Name ______________________

Steve Krueger, 04/05/04,
Revised to reflect higher education per you recommendation.

1.10 ADDITIONAL ITEMS OR MANUFACTURERS ADDED TO THE CONTRACTDuring the term of this contract, with mutual agreement with the Contractor, the state may add related products or manufacturers to this contract provided Contractor maintains the same pricing structure/profit margin as was established on the original contract. These additional products shall not significantly impact the volume or scope of the contract.

1.11 ECONOMIC AND ENVIRONMENTAL GOALSIn support of the State’s economic and environmental goals, we encourage you to consider the following elements in responding to our bids. These are not a factor of award (unless otherwise specified in this document):

Using environmentally preferable products and products that exceed EPA guidelines http://www.ga.wa.gov/PCA/Forms/EPA-Guideline-List-of-Products.doc

Supporting a diverse supplier pool, including small, minority, and women-owned firms

Featuring products made or grown in Washington

2 CHECK LIST The following checklist is provided for bidder's convenience only and identifies the bid documents that must be completed and submitted with bid package. Any bid packages received without these documents may be deemed non-responsive.

(To check the box In Microsoft Word, double click box and select the “checked” field)

Section 3.1 “Offer and Award”

Section 3.2 “Bidder Information”

Section 3.4 “Service Area”

Section 3.7 “Pricing Worksheet”

Appendix B (3-minimum) Customer References

Signed Original plus Electronic Copy of Bid Response

2.1.1 NOTE: Upon award, contractor(s) will have 15-days to provide the Office of State Procurement a copy of the WA State Business License and a copy of Certificate of Insurance (See section 5.3 INSURANCE)

5 Bidder’s Company Name ______________________

3 Bidder Requirements (Bidder must comply with the following)

SUPPLIER OF REFRIGERATION GOODS Bidder must be regularly engaged in the supply of refrigeration/cooling goods & services and done so for a minimum of 3 years.

SUPPLIER AUTHORIZATION Bidder must be an authorized reseller (in good standing) for the manufacturers bid. The state reserves the right to request the bidder to provide proof of authorization. Proof of authorization will typically involve (but is not limited to) the submission of a current, dated, and signed letter from the manufacturer or authorized supplier indicating that the bidder is an authorized distributor, dealer or service representative and is authorized to sell the manufacturer’s wares.

SALES & WAREHOUSING REQUIREMENTS Prior to bid opening, the bidder(s) must be equipped to provide over-the counter service and regular deliveries for the region(s) bid. Furthermore, it is understood that the bidder’s Sales/Warehouse outlet(s) will:

Be fully operational and is capable of servicing contract purchasers. Be open during normal working hours (Monday through Friday from 8 AM to 5 PM)

and have adequate number of qualified employees to assist contract purchasers by phone or in person. Additionally, in the event of an emergency, off-hour telephone numbers will be provided whereby “rush orders” can be issued and if possible fulfilled.

Have ready access to inventory needed for the immediate fulfillment of orders common to refrigeration/cooling equipment maintenance or installation.

NOTE: The State reserves the right to inspect all proposed outlets prior to the award to determine whether or not the outlet meets the minimum requirements. Additionally, it is understood that contract purchasers may use the closest contractor provided that contractor is willing to extend contract pricing and terms.

SERVICE EXPECTATIONS Upon award, the state expects to be designated as a Preferred Customer as a result of this contract and consequently the successful bidder(s) will:

Review the impact of this award and take the necessary steps to ensure adequate coverage and contract compliance.

Assist purchasers in making cost effective purchases. This assistance should include, in part, suggesting alternate brands, new methods, and economic order quantities.

Promote and market the use of this contract to all eligible purchasers including State Procurement Cooperative members.

Take necessary action to ensure that authorized purchasers will automatically receive contract pricing.

Ensure that those who endeavor to utilize this contract are authorized State Purchasing Cooperative (SPC) members.

Provide price verification to contract users upon request . Price verification will include i2 TRA-SER Pro Price Directory® manufacturer list pricing, contract price and catalog number. (See section 3.6 “CONTRACT PRICING”)

6 Bidder’s Company Name ______________________

ORDER FULFILLMENT REQUIREMENTSContract purchasers may place orders against this contract either in person, electronically, fax or by phone. Once an order is issued, the following shall apply:

All product purchased against this contract shall be FOB destination with cost of freight included in the bid price. No COD deliveries will be accepted.

Standard products shall be delivered within ten (10) business days. Non-standard or custom product orders shall be delivered within twenty (20) business days; if delivery is not possible because of specialized materials or product specifications then Contractor shall provide a mutually acceptable firm delivery date.

It is understood that the contractor(s) will make every effort to ensure the expeditious delivery of all contract orders. Failure to fulfill delivery schedules may subject the contractor to non-delivery assessment charges and/or liquidated damages as appropriate. Furthermore, a pattern of prolonged delivery delays may be cause for contract termination.

Unless special delivery requirements have been pre-arranged, deliverers will be made during the normal work hours (Monday through Friday from 8 AM to 5 PM). The contractor is responsible for coordinating with customers and carrier(s) the delivery schedule, shipping instructions and location delivery details. The state reserves the right to refuse shipment when delivered after normal working hours.

If it is determined that order fulfillment could potentially exceed the typical order fulfillment lead time, the contractor shall advise the purchaser within 24 hours of receipt of the order. In such cases, the state reserves the right to purchase elsewhere (without being liable for cancellation/restocking fees) should the anticipated delivery lead-time adversely effect project scheduling.

Unless otherwise stated, the contractor is expected to deliver and off-load at purchasers receiving dock or job site.

Product damaged as a result of contractor negligence will either be replaced or be noted on the receiving report and deducted from final payment.

Contractor is responsible for shipping costs and arranging for pick-up of any defective returns, and arranging for a Call Tag to insure freight is charged to Contractor for defective returns, within ten (10) business days.

Purchasers may return unopened or unused (non-specialty) items within ten (10) business days of receipt for full credit and no re-stocking/cancellation fees will be applied. Specialty items will be subject to the manufacturer’s restocking fees which shall be communicated and approved by customer upon receipt of the purchase order.

Purchasers will assume the cost of special deliveries requiring a boom truck, forklift (when not available at the delivery site) and the transport of items beyond the unloading dock.

All costs for containers shall be borne by the contractor. All products shall conform to the provisions set forth in the federal, county, state and city laws for their product, handling, processing and labeling. Packages shall be so constructed to ensure safe transportation to point of delivery.

The Contractor is responsible to verify delivery conditions/requirements prior to the delivery.

7 Bidder’s Company Name ______________________

REPORTING REQUIREMENTSOngoing quarterly customer usage reports will be an important factor impacting in the decision to extend or renew a contract(s). Therefore, the successful bidder(s) will agree to provide the following report(s) to Office of State Procurement in a timely manner.

Sales and Subcontractor ReportA quarterly Sales and Subcontractor Report shall be submitted in the format provided by the Office of State Procurement. Bidders may retrieve the report electronically at http://www.ga.wa.gov/PCA/forms/usage.doc. Total purchases for each State Agency, University, Community and Technical Colleges must be shown separately. Total purchases for all political subdivisions and non-profit organizations may be summarized as one customer. Additionally, all purchases by the State of Oregon or other purchasers must be reported as an aggregate total. Reports are due thirty (30) days after the end of the calendar quarter, i.e., April 30th, July 31st, October 31st and January 31st. SPO Required ReportThis report will be designed by the SPO to obtain information needed for contract negotiation, future IFB design, or any other SPO determined need. At a minimum the contractor must be able to provide and electronic report that includes the total contract sales for the manufacturer represented.

8 Bidder’s Company Name ______________________

3.1 OFFER AND AWARDBidders are required to read and understand all information contained within this entire bid package. There are some standard documents, which are referred to in this bid package that are not automatically printed or sent out with this bid. For example, Competitive Procurement Standards (Standard Terms and Conditions, Instructions to Bidders, Definitions), Sales/Service & Subcontractor Report are binding terms of this contract. It is important that you read and understand these documents. These documents are available on our website at http://www.ga.wa.gov/pca/cps.htm . If you do not have Internet access, you may contact the State Procurement Officer to obtain copies of any and all documents contained in this bid package.

STANDARD DEFINITIONS revised 06/02/03STANDARD INSTRUCTIONS FOR BIDDERS revised 06/02/03STANDARD TERMS AND CONDITIONS revised 06/02/03

Bidder further offers to furnish materials, equipment or services in compliance with all terms, conditions, and specifications herein including all amendments. Submitting this document with an authorized signature constitutes complete understanding and compliance with the terms and conditions and certifies that all-necessary facilities or personnel are available and established at the time of bid submittal.

(Company Name) (Typed or Printed Name)

(Address) (Title)

(City) (State) (Zip) (Phone No.)

(Federal Tax Identification Number) (Bidder’s Signature) (Date)

Email

CONTRACT AWARD(For State of Washington Use Only)

A contract is hereby awarded between the above company and the State of Washington, Office of State Procurement, Purchasing and Contract Administration, to be effective _____ . This is a Partial / Total award for REFIGERATION PARTS & SUPPLIES CONTRACT #01304.

Authorized Signatures

(State Procurement Officer) (Date) (Purchasing Manager) (Date)

9 Bidder’s Company Name ______________________

3.2 BIDDER INFORMATION

3.2.1 Bidder shall complete and submit the following:

3.2.2 Bidder agrees to sell the goods and services on this contract to political subdivisions which are members of the State of Washington Purchasing Cooperative (WSPC): Yes No

3.2.3 Bidder agrees to sell the goods and services on this contract to self-certified nonprofit corporations which are members of the State of Washington Purchasing Cooperative (WSPC): Yes No

3.2.4 Prompt Payment Discount _______% net 30 days. NOTE: For those bidders who elect to provide a Prompt Payment Discount (PPD) % net 30, that discount will be applied to the bidders bid prices and thereby impact the bidders price point scoring. (See section 4.1 Bid Scoring).

3.2.5 Bidder agrees to sell the goods and services on this contract to political subdivisions and nonprofit organizations which are members of the State of Oregon Cooperative Purchasing Program (DASCPP/ORCPP): Yes No . If yes, please indicate percent increase (if any) to be applied to contract pricing to cover freight charges for State of Oregon DASCPP/ORCPP Members: _________%

3.2.6 Bidder to provide Federal Tax Identification Number: ____________________________

Please identify any OMWBE subcontractors who will perform services in fulfillment of contract requirements and anticipated percentage of participation (based on total dollar) value of each subcontract. Include federal tax identification (TIN) number for each OMWBE subcontractor:

% Tin:

% Tin:

% Tin:

3.2.7 Firms bidding from California only: Is your firm currently certified as a small business under California Code, Title 2, Section 1896.12? Yes No

3.2.8 Purchasing (Credit) Cards accepted? Yes No

(Washington State purchasing card is VISA) If yes, please list major brands below:

10 Bidder’s Company Name ______________________

Vendor Contact information:

3.2.9 If available, please indicate Toll free customer telephone number (____) _____ - ________

3.2.10 Website address (which will be published in subsequent award):_______________________

Contract Administration Alternate - Contract Administration

Name: Name:

Telephone: Telephone:

Fax: Fax:

Email: Email:

Customer Service/Order Placement Sales Usage Reports

Name: Name:

Telephone: Telephone:

Fax: Fax:

Email: Email:

3.2.11 Order Entry and Billing Information:

Orders to be sent to: Billing will be from: Payment to be sent to:

11 Bidder’s Company Name ______________________

3.3 SERVICE AREA

3.3.1 The contract award for a specific region is intended to cover that region and could potentially overlap the boundaries of the surrounding region. The map shown below identifies the geographic area for each region to be bid. Bidders are instructed to refer to the table that follows and check the box of the region(s) bid as well as provide contact information for related regions. To be eligible for award at least one store must be located in the region bid. Contract users (out of the region area) may use the closest practical contractor as long as that contractor will provide product in accord with terms of this contract. (i.e. FOB Destination with freight prepaid and included in the cost of product)

3.3.2

12 Bidder’s Company Name ______________________

3.4 SERVICE AREA WORKSHEETTo be eligible for award, bidder must have at least one store location for the region bid therefore, please identify the region(s) the bidder intends to bid and indicate store contact information in the table below. NOTE: Points per region will be awarded based on the number of eligible stores per region.

Region Store 1 Store 2 Store 3 Northwest

Store Name:Street Address:City, State Zip Code:Phone:FAX Store Manager:

North CentralStore Name:Street Address:City, State Zip Code:Phone:FAX Store Manager:

EasternStore Name:Street Address:City, State Zip Code:Phone:FAX Store Manager:

South CentralStore Name:Street Address:City, State Zip Code:Phone:FAX Store Manager:

South WestStore Name:Street Address:City, State Zip Code:Phone:FAX Store Manager::

OlympicStore Name:Street Address:City, State Zip Code:Phone:FAX Store Manager:

13 Bidder’s Company Name ______________________

Steve Krueger, 04/05/04,
Emphasized the requirement for one store bid per region per your recommendation.

3.5 CUSTOMER REFERENCESBidders are instructed to have a minimum of (3) commercial or government customer references complete the customer reference form and fax the forms to the Office of State Procurement (OSP) prior to the bid opening date. (The customer reference form can be found in Appendix B) It is the responsibility of the bidder to ensure and verify that the customer reference forms have been completed and submitted (by the customer reference) prior to the bid opening date. If any of the 5 questions in questionnaire receive a score of zero (0) then that customer reference will be disqualified yet the requirement for a minimum of (3) qualified references must still be met. Failure to provide 3 qualified references will result in disqualification and the bidder will not be eligible for award. If more than (3) qualified references are submitted, only the (3) references with highest point total will be used in evaluating the bidders response. In other words, only the bidder’s (3) most favorable references will be used to calculate reference-points. The formula for calculating price-points will be:

(Sum total of top 3 customer references) ÷ 3 = Customer Reference-points

3.6 CONTRACT PRICINGThe state will be establishing contract pricing based on a discount off the manufacturer’s published catalog price. Based on historical purchasing data, it is expected that the manufacturers identified in the Pricing Worksheet provides sufficient contract coverage relevant to the scope of this contract. Weighting is based on historical purchasing data and reflects the percentage of dollars spent per manufacturer.

For the purposes of this contract, the date identified on a purchase order as correlated to the most current edition of the i2 TRA-SER PRO Price Directory Data® will be used to establish manufacturer’s published catalog price. The i2 TRA-SER PRO Price Directory® aggregates and regularly updates pricing information for the manufacturer’s to be incorporated into this contract. Information regarding the i2 TRA-SER PRO can be found via the Internet at: http://www.i2tradeservice.com/sol_contractors/plumbing/products/pl_con_tra-ser_pro_pm.html Bidders may acquire a demo version of the i2 TRA-SER PRO software by contacting Ian Joslin at (800) 585-7521. Contract pricing will be calculated by multiplying the bidder’s proposed percent discount to the manufactures published catalog prices. For Example:

(Percent discount i.e. .456) x (i2 TRA-SER PRO Price i.e. $100) = (Contract Price $45.60) Bidders are to complete the Pricing Worksheet by bidding a percent discount multiplier (not to exceed 3 decimal places i.e. .456 = 45.6%) to be applied to the i2 TRA-SER PRO Price Directory for the manufacturers identified. This discount bid will be applied to all of the manufacturer’s wares relevant to the scope of this contract. Bid pricing will include FOB destination, freight prepaid for any destination within the region bid. If bidder agrees to extend contract pricing to State of Oregon ORCCP members, the fright charges as identified in Section 3.3 BID INFORMATION will be applied as indicated. The State acknowledges that manufactures periodically update catalog pricing (also reflected in the i2 TRA-SER PRO Price Directory) and consequently impacting contract pricing. Although fluctuations are likely the contractor(s) will not be allowed to change their discount percentages throughout contract period.

NOTE: All pricing shall include the costs of bid preparation, the i2 TRA-SER PRO monthly subscription fees, servicing of accounts, upon requested price verification, and all other contractual obligations.

14 Bidder’s Company Name ______________________

Steve Krueger, 04/05/04,
I’ve restated this in Section 5.4 “Pricing and Adjustments” per your suggestion.
Steve Krueger, 04/05/04,
A single copy subscription fee is $55 per month but it should be noted that the i2 TRA-SER PRO subscription will also be used establish manufacturer pricing for the Plumbing contract as well.
Steve Krueger, 04/05/04,
References will be used to screen responses and to assess the bidders historical performance.

3.7 PRICING WORKSHEETBidders are to provide discount off list pricing for the manufacturers identified below. Please be aware that failure to provide a discount for a particular manufacturer will result in no points for that manufacturer and thereby affecting the bidder’s overall point total.

PRICING WORKSHEETManufacturer Weighting Proposed DiscountArmacell LLC 3ASCO General Controls 1Bacharach Instraments 5Baldor Motors 2Belimo 114Bell & Gossett (ITT) 53Bohn Products (Heatcraft) 3Bussmann 1Chandler Refrigeration (Heatcraft) 3Climate Control Prod. (Heatcraft) 3Copeland Refrigeration 93CPR Ind. (Carrier, Trane, York) 17Danfoss Products 3Dwyer Instruments, Inc. 2Flo-Control Inc. 5Gates Products 16Henry Technologies 1Highside Chemical Company 1Honeywell Inc. Braukmann Controls 200ICOR International Inc. 1Invensys Building Systems Inc. (Paragon) 61ITT McDonnell & Miller/Hoffman 8J/B Industries Inc. 4Johnson Controls 109Klein Tools Inc. 1Larkin Refrigeration Products 5Manitowoc Equipment Works 5Maple Chase (Paragon) 3Motors & Armatures 14Mueller Industries, Inc. 4Nibco Inc 6Nu-Calgon Products 14Packard Motors Inc. 1Parker Hannifin-Brass 3Prest-O-Lite (ESAB) 10Ranco Controls 3Raychem HTS 5Refrigeration Hardware Supply Corp. 4Ritchie Engineering 8Robertshaw Controls 6Robinair Manufacturing Corp. 7Russell Products 10Sealed Unit Parts Co, Inc. 3

15 Bidder’s Company Name ______________________

PRICING WORKSHEETManufacturer Weighting Proposed DiscountSiemens-Furnas Controls 11Smith A.O. Corp. 5Sporlan Valves 26Tecumseh Products 25Universal Enterprise Inc. (UEI) 2White-Rodgers 2The generic i2 TRA-SER manufacturers listed below will be used establish contract pricing but contractor(s) may supply equivalent products as long as established contract is matched.Refrigerant (UPC 668405). 76Copper Tubing (UPC 668312) 12

3.8 SUPPLEMENTAL MANUFACTURER PRICINGBecause purchasers may require limited access to other manufacturers’ products relevant to the scope of this contract, bidders may propose a discount multiplier for other manufacturers included in the i2 TRA-SER PRO Price Directory. However, the proposed discount multiplier must reflect no more than a 5% markup based on average landed cost for the manufacturer’s product line. The decision to add any of these complementary manufacturers will be at the discretion of procurement officer. Additionally, the successful bidder(s) may be required to provide sufficient documentation needed to support the claims that the proposed discount equates to a 5% markup based on average landed cost. All other contract terms will apply. Therefore, please list other relevant manufacturers (listed in the i2 TRA_SER PRO Price Directory) the bidder is willing to supply along with the appropriate discount multiplier. (See Appendix A for a list of Manufacturers included in the i2 TRA-SER PRO Price directory)

SUPPLEMENTAL MANUFACTURER PRICE SHEETManufacturer (as listed in the TRA-SER PRO Price Directory) Proposed Discount

3.9 COST SAVINGS INITIATIVESBidders are encouraged to propose Cost Savings Initiatives relevant to the scope of this contract. The potential impact of the proposed Cost Savings Initiatives will be an award consideration. (see Bid Evaluation) Examples of Cost Savings Initiatives may include but is

16 Bidder’s Company Name ______________________

not limited to: Online purchasing discount, prompt payment discount, discount for credit card purchases, volume discounts, price reduction when the annual volume exceeds a dollar threshold, special pricing for high uses items, etc. Therefore, bidders are instructed to provide the following:

3.9.1 Online Purchasing Discount ________%.

3.9.2 Credit Card Purchasing Discount: ________%.

3.9.3 Discount of ________% for single purchase orders exceeding $ ________

Other—Please Explain:

17 Bidder’s Company Name ______________________

4 BID EVALUATIONIn accordance with Competitive Procurement Standards the state intends to award the contract(s) by region to the lowest responsive and responsible bidder per region. A point system will be used to establish the lowest responsive and responsible bidder(s) on a per region basis. Only those bid responses that conform to bid requirements and comply with the Bidder Requirements as outlined in section 3 of the IFB will be evaluated and scored. Bidders will accumulate points based on both cost and non-cost factors (References/Service Area). To aid in the evaluation process, the state may request a meeting with bidders to discuss the nature and scope of contractual requirements. In no manner shall such action be construed as negotiations or an indication of the state’s intention to award.

4.1 BID SCORINGThere is a total of 1,000 possible points and the bidder receiving the highest point total (per region bid) will be awarded contract for that region. The scoring criteria will be as follows:1) Customer References (10-points)

A total of 10-points have been assigned to the reference portion of the IFB. The bidder’s reference score will be determined by averaging the top (3) qualified customer references. In other words the formula for calculating price-points will be:

(Sum total of 3 most favorable references) ÷ 3 = Total Customer Reference-points

2) Service Area (6-points)Bidders will be awarded 2-points for each store location bid per region as identified in table found in section 3.4 SERVICE AREA but no more than 6-points will be awarded per region.

3) Pricing (980-points)A maximum total of 980-points are assigned to the pricing portion of the IFB. Weighting in the form of points has been assigned to each manufacturer to be bid. The bidder proposing the most favorable discount off list price will receive the maximum weighted-points for the manufacturer bid. All other responses receive points proportionate to the most favorable discount. If a bidder has offered a prompt payment discount PPD % net 30 (See section 3.2 Bidder Information) then that discount will be added to the bid pricing. The formula for calculating price-points as well as a sample calculation follows:

(Bidder discount + PPD) ÷ Most favorable discount x Weighting = Price points ( .345 + .01 = .355) ÷ ( .456 ) x (i.e. 60) = 46.71-Price points

4) Cost Savings Initiatives (4-points)Should the top contending responses per region (based on the combined point totals of the criteria list above) fall within a range of 4 points, then those bidders Cost Savings Initiatives (proposed in section 3.9) will be assessed and scored for the 4 available points. Points for Cost Savings Initiatives will be awarded based on the potential impact the savings initiatives will have on the contract. The state may request the bidder to provide relevant and supportive market research data in assessing the potential impact of the bidders’ cost savings initiatives.

4.2 AWARD DETERMINATIONThe regional winner will be determined by adding the bidders’ Regional point total to References, Pricing, and Cost Saving point totals. The bidder with the highest point total per region will then be awarded a contract.

18 Bidder’s Company Name ______________________

Steve Krueger, 04/05/04,
Revised formula per your direction.

5 CONTRACT REQUIREMENTS

5.1 CONTRACTOR PERFORMANCEGeneral Requirements: The state, in conjunction with purchasers, monitors and maintains records of Contractor performance. Said performance shall be a factor in evaluation and award of this and all future contracts. Purchasers will be provided with product/service performance report forms to forward reports of superior or poor performance to the State Procurement Officer.Liquidated Damages: The state has an immediate requirement for the materials, equipment or services specified herein. Bidders are urged to give careful consideration to the state’s requirements and to the manufacturer’s production capabilities when establishing a delivery date(s). Liquidated damages will be assessed in the amount of actual damages incurred by the state as a result of Contractor’s failure to perform herein.Cost of Remedying Defects: All defects, indirect and consequential costs of correcting, removing or replacing any or all of the defective materials or equipment will be charged against the Contractor.

5.2 RETENTION OF RECORDSThe contractor shall maintain, for at least three years after completion of this contract, all relevant records pertaining to this contract. This shall include, but not be limited to, all records pertaining to actual contract performance from the date of contract award. It shall also include information necessary to document the level of utilization of MWBE’s and other businesses as subcontractors and suppliers in this contract as well as any efforts the contractor makes to increase the participation of MWBE’s. The contractor shall also maintain, for at least three years after completion of this contract, a record of all quotes, bids, estimates, or proposals submitted to the Contractor by all businesses seeking to participate as subcontractors or suppliers in this contract. The State shall have the right to inspect and copy such records. If this contract involves federal funds, Contractor shall comply with all record keeping requirements set forth in any federal rules, regulations, or statutes included or referenced in the contract documents.

5.3 INSURANCEA. General Requirements: Contractor shall, at their own expense, obtain and keep in force

insurance as follows until completion of the contract. Within fifteen (15) calendar days of receipt of notice of award, the Contractor shall furnish evidence in the form of a Certificate of Insurance satisfactory to the state that insurance, in the following kinds and minimum amounts has been secured. Failure to provide proof of insurance, as required, will result in contract cancellation. The Contractor must keep an updated certificate of insurance on file with the Office of State Procurement.

Contractor shall include all subcontractors as insured’s under all required insurance policies, or shall furnish separate Certificates of Insurance and endorsements for each subcontractor. Subcontractor(s) must comply fully with all insurance requirements stated herein. Failure of subcontractor(s) to comply with insurance requirements does not limit Contractor’s liability or responsibility.

All insurance provided in compliance with this contract shall be primary as to any other insurance or self-insurance programs afforded to or maintained by State.

19 Bidder’s Company Name ______________________

B. Specific Requirements:1. Employers Liability (Stop Gap): The Contractor will 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 will maintain Employers Liability insurance with a limit of no less than $1,000,000.00. The state will not be held responsible in any way for claims filed by the Contractor or their employees for services performed under the terms of this contract.

2. Commercial General Liability Insurance : The Contractor shall at all times during theterm of this contract, carry and maintain commercial general liability insurance and if necessary, commercial umbrella insurance for bodily injury and property damage arising out of services provided under this contract. This insurance shall cover such claims as may be caused by any act, omission, or negligence of the Contractor or its officers, agents, representatives, assigns, or servants.

The limits of liability insurance shall not be less than as follows:Each Occurrence $1,000,000General Aggregate Limits(other than products-completed operations)

$2,000,000

Products-Completed Operations Limit $2,000,000Personal and Advertising Injury Limit $1,000,000Fire Damage Limit (any one fire) $ 50,000Medical Expense Limit (any one person) $ 5,000

3. Business Auto Policy (BAP) : In the event that services delivered pursuant to this contract involve the use of vehicles, or the transportation of clients, automobile liability insurance shall be required. The coverage provided shall protect against claims for bodily injury, including illness, disease and death; and property damage caused by an occurrence arising out of or in consequence of the performance of this service by the Contractor, subcontractor, or anyone employed by either.

Contractor shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a combined single limit not less than $1,000,000 per occurrence. The business auto liability shall include Hired and Non-Owned coverage.

Contractor waives all rights against the State for the recovery of damages to the extent they are covered by business auto liability or commercial umbrella liability insurance.

4. Additional Provisions : Above insurance policies shall include the following provisions:Additional Insured: The State of Washington and all authorized contract users shall be named as an additional insured on all general liability, umbrella, excess, and property insurance policies. All policies shall be primary over any other valid and collectable insurance.

Notice of policy(ies) cancellation/non-renewal: For insurers subject to RCW 48.18 (Admitted and regulated by the Washington State Insurance Commissioner) a written notice shall be given to the State forty-five (45) calendar days prior to cancellation or any material change to the policy(ies) as it relates to this contract.

For insurers subject to RCW 48.15 (Surplus Lines) a written notice shall be given to the State twenty (20) calendar days prior to cancellation or any material change to the policy(ies) as it relates to this contract.

If cancellation on any policy is due to non-payment of premium, the State shall be given a written notice ten (10) calendar days prior to cancellation.

20 Bidder’s Company Name ______________________

A. Identification: Policy(ies) and Certificates of Insurance must reference the state’s bid/contract number.

B. Insurance Carrier Rating: The insurance required above shall be issued by an insurance company authorized to do business within the State of Washington. Insurance is to be placed with a carrier that has a rating of A- Class VII or better in the most recently published edition of Best’s Reports. Any exception must be reviewed and approved by General Administration’s Risk Manager, or the Risk Manager for the State of Washington, by submitting a copy of the contract and evidence of insurance before contract commencement. If an insurer is not admitted, all insurance policies and procedures for issuing the insurance policies must comply with Chapter 48.15 RCW and 284-15 WAC.

C. Excess Coverage: The limits of all insurance required to be provided by the Contractor shall be no less than the minimum amounts specified. However, coverage in the amounts of these minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits.

5.4 PRICING AND ADJUSTMENTSThe percent discount bid will remain firm throughout the term of the contract (See section 3.6). During the term of this contract, should the contractor enter into pricing agreements with other customers providing greater benefits or pricing, contractor shall immediately amend the Purchaser’s contract to provide similar pricing to the Purchaser if the contract with other customers offers similar usage quantities, and similar conditions impacting pricing. Contractor shall immediately notify the State Procurement Officer of any such contracts entered into by contractor. If the contractor fails to notify the State Procurement Officer and the officer has documentation/evidence that the contractor is providing better pricing to other customers, the State may consider terminating their contract.

5.5 MATERIALS AND WORKMANSHIPThe Contractor shall be required to furnish all new materials, equipment and/or services necessary to perform contractual requirements. Materials and workmanship in the construction of equipment for this contract shall conform to all codes, regulations and requirements for such equipment, specifications contained herein, and the normal uses for which intended. Materials shall be manufactured in accordance with the best commercial practices and standards for this type of equipment. Refurbished products are not allowed.

21 Bidder’s Company Name ______________________

Steve Krueger, 04/05/04,
This is a restatement of what was said in the pricing section.

5.6 WARRANTY(IES)All materials or equipment provided shall be new, unused, of the latest model or design and of recent manufacture.

Unless otherwise specified, full parts and labor warranty shall be for a period minimum of one (1) year after receipt of materials or equipment by the Purchaser. All materials or equipment provided shall be new, unused of the latest model or design and or recent manufacture. In the event of conflict between contract terms and conditions and warranty submitted, to afford the state maximum benefits, the contract terms and conditions shall prevail.

Contractor warrants that all materials provided under the contract shall be fit for the purpose(s) for which intended, for merchantability, and shall conform to the requirements and specifications herein. Acceptance of any service and inspection incidental thereto by the state shall not alter or affect the obligations of the Contractor or the rights of the State.

6 SPECIAL TERMS AND CONDITIONS

6.1 PURCHASING CARD ACCEPTANCEIn an effort to streamline the purchasing and payment process, the State is encouraging agencies to use the state contracted purchasing card to facilitate small dollar purchases. While at the present time, it is not mandatory that contractors accept credit card purchases, we encourage all state contractors to consider this alternate payment process. Please indicate in Bid Submittals which card(s) you presently accept and payment discount you may offer the state. The current card available for state agency use is a VISA product.

22 Bidder’s Company Name ______________________

7 Appendix A – i2 Tra-Ser Manufacturers (as of Fall 2003)

3M Electrical ProductsA-1 ComponentsAb&I Foundry1Abs Pumps Inc.Abs/Dwv Plastic Pipe & FittingAce Pump Corp.Acetylene Supply CompanyAcme Manufacturing CompanyAcme-MiamiAcorn Engineering Co. (Neptune)Adams Mfg.Advanced Aquaduck SystemsAgalite Glass Co IncAir FiltersAir Kontrol FiltersAir-Jet (General Products Co.)Airguard FiltersAirmasterAirserco ProductsAlco Control ProductsAlsons CorporationAmeribest Fasteners LLCAmerican Air Filter Inc.American Allsafe Co.American Brass & Aluminum FoundryAmerican Granby, Inc.American Metal ProductsAmerican Packing And Gasket CompanyAmerican Standard (Brass Products)American Standard (Fixtures)American Standard Water HeatersAmerican Tool Companies, Inc.American Valve Mfg. CorporationAmerican Water HeatersAmerican/ElgenAmes Company IncAmprobe InstrumentsAmtrol, Inc.Anaco/HuskyAnderson Copper And Brass Co.Anvil International, Inc./GrinnellAPI KetemaAqua Clean Federated Fry Metals CoAqua Glass ProductsAqua-Flo, Inc.Aqua-PureArcoaire/ComfortmakerArmacell, LLC.

Armstrong InternationalArmstrong PumpsArrow Hart ControlsArrow Hart Wiring DevicesArrowhead Brass ProductsArtis Metals Company, Inc.Asahi/America, Inc.Asco General ControlsAtlantic ChemicalAtlas Minerals & Chemicals Div.Auer Register CompanyAutomag CompanyB & K Industries, Inc.B-Line Systems Inc.Babbitt Steam Specialty Co.Bacharach InstrumentsBahco North America, Inc.Baldor MotorsBarnes & Jones, Inc.Barnes Pumps, Inc.Basco Shower Door CompanyBauerBeacon Valve Co.Beacon/MorrisBeck Manufacturing Inc.Beckett Corp.Beckett, R.W. ProductsBeko-Burke EngineeringBell & Gossett (ITT)Bell & Spigot Pipe & FtgsBell & Spigot X-Hvy Pipe & FtgsBemis Mfg. CompanyBeneke CorporationBenjamin Mfg. Company, Inc.Bernzomatic Corp.Black Swan Mfg. CompanyBlackburnBobrick Washroom EquipmentBock Water Heaters, Inc.Bohn ProductsBonney Forge Corp.Bootz Plumbingware CompanyBosworth CompanyBowers Mfg. CompanyBPC Industries Inc.Bradford-White CorporationBradley Corp.Brady Corporation

23 Bidder’s Company Name ______________________

Brady Corporation1Bramec Corp.Brass Craft Mfg. CompanyBrass Craft Mfg./Plumb Shop Div.Brass Sch40 Pipe NipplesBrasstech, Inc.Briggs Plumbing ProductsBright Star Industries, Inc.Bristol CorporationBroan Mfg. CompanyBrodcoBrowning ProductsBryant W-Device/Economy CableBurndy Corp.Burnham Corp. (Hydronics Div.)BussmannC & D ValvesC.E.Ray CompanyCadetCain Mfg. CompanyCalifornia Brass Mfg., Co. (Calco)Calpico, Inc.Cambridge-Lee Industries Inc.Camco Fittings CompanyCamco IndustriesCamco Mfg. Inc.Campbell Manufacturing, Inc.Canfield TechnologiesCanterbury EnterprisesCapitol Mfg., Inc.Carlin Combustion TechnologyCarol ProductsCarpenter & Paterson, Inc.Cash, A.W. Valve Mfg. Co.Centoco Manufacturing Corp.Central Brass Mfg. CompanyCerro Copper ProductsCesco Brass, Ltd.Champion Sprinkler EquipmentChandler Refrigeration (Heatcraft)Channellock, Inc.Charlotte Pipe & Foundry CompanyChase Products Co (Champion)Chatham Brass Co., Inc.Cherne Industries, Inc.Chicago Faucet CompanyChristy Concrete Products, Inc.Chronomite Laboratories Inc.Clampette, Inc.Climate Control Prod. (Heatcraft)Cloroben Chemical Corp. (Blue Seal)Clow Water Systems & Special Prod.

CMPR Unlimited (Carrier,Trane,York)Coast Foundry & Mfg.Coleman Mfg.Colonial Engineering, Inc.Columbus Electric Manufacturing Co.Combu, Inc.Comfort-Aire (Heat Controller Inc.)Commercial Enameling Co.Commonwealth Sprague Capacitor, IncComponent Prod. Corp. (Ge, Fasco)Compotite Shower PansConbraco Industries, Inc. (Apollo)Congress Drives, Inc.Connecticut Stamping & BendContinental Industries,Inc.Controlled Energy Corp.Cooper Group, Inc.Cooper ThermometersCooper ToolsCopeland RefrigerationCopper Building Wire & CableCordCozy/Louisville Tin & Stove Co.CPR Ind. Inc. (Carrier,Trane,York)Crane Plumbing BrassCrane Plumbing Fixtures (Fiat Div.)Crane ValvesCRC Chemicals USACreative Specialties InternationalCrown Engineering Corp.Crown Products Company, Inc.Cully Enterprises, Inc.Curtin Valve CompanyCurtis-Toledo Inc (Toledo Tools)Cutler-Hammer Dist-Equip. & CtrlsCyrus Shank CompanyDallas Specialty & Mfg Co.Danfoss ProductsDAP ProductsDayco-CarlisleDayni Controls Mfg. Co.Dayton Electric MotorsDearborn ProductsDebest Manufacturing Company, Inc.Delany Flush VlvsDelavan Fuel Metering ProductsDelta Faucet Cambridge BrassDelta Faucet Corp.Devco Enterprises, Inc.Dixon Valve & CouplingsDongan TransformersDoolins

24 Bidder’s Company Name ______________________

Dorf (No America), Inc.Dornback-Cleveland FurnacesDottie, LH CompanyDresser CouplingsDryer Venting & AccessoriesDuc-Pac Corp.Dunham-Bush ProductsDura Plastic Products, Inc.Dura-Last Air FiltersDuracell USADuro-Dyne ProductsDutro CompanyDutton-Lainson (Goldon Rod)Dwyer Instruments, Inc.E & S Valves, Inc.E-Z-On (Gerett/Western) RegulatorsEasy HeatEaton CorporationEbinger Mfg. Co.Eco-Air Products, Inc.Edison Fuse Inc.Edmund A. Gray Company, Inc.Edward Vogt Valve Co.Edwards Engineering CompanyEemax Inc.Effikal International L.C.Eisel Enterprises, Inc.Electro Safe, Inc.Eljer CompanyElkay/Halsey TaylorElkhart Products Corp.Elmdor/StonemanEmbassy Products, Inc.Emerson ControlsEmerson Electric MotorsEmerson-Swan Co., Inc.Empire Tool & Mfg. Co., Inc.Emt & Galv Conduit FtgsEmt & Steel Galv ConduitEmt, Flex, Liq-Tite, Rigid ConduitEnfield Industrial Corp.Epco Sales Inc.Erickson Drain Cleaner CompanyErnst Flow IndustriesEssick Mfg. CompanyEveready Battery CompanyFafnir/Torrington BearingsFairbanks Morse Pump CorporationFalcon Stainless Supply Inc.Fastening Specialists, Inc.Febco Sales Inc.Federal Process Co.

Fernco, Inc.Ferraz Shawmut Inc.Fiat Showers & FixturesFiber-Fab, Inc.Field Controls CompanyFireye ControlsFisher Faucet Mfg. CompanyFlanders Precisionaire CorpFlare Refrigeration Tube FittingFlare Water Tube FtgsFlexallic CompanyFlexaust Hose & Duct ProductsFlexible & Liquid-Tight ConduitFlexible Plumbers Tools, Inc.Flo-Control, Inc.Flomatic Valve Corp.Florestone Products CompanyFlowlineFlowserve CorporationFluidmaster, Inc.Foremost Duct, L.L.C.FPPF Chemical Co., Inc.Frank Pattern & Mfg. CompanyFranke, Inc.Franklin Brass Mfg. CompanyFrederick, A.L., Co.Freedom Plastics Inc.G.E. Circuit ProtectionG.T. Water Products, Inc.Gar-Ber Filters, Inc.Gates ProductsGB, Inc.Geberit Mfg. CompanyGemline Products, Inc.General Accessory Mfg. Co. (Gamco)General Filters ProductsGeneral Tool Mfg. CompanyGeneral Wire Spring Co.Genie IndustriesGeorge Fischer Sloane, Inc.George Fischer, Inc.Gerber Plumbing Fixtures Inc.Gladding, Mcbean & CompanyGlasfloss Industries Inc.Goldline (Div. Indep Energy Inc.)Gorton Heating Corp.Goss ProductsGould Pumps, Inc.Gould, Jd Company, Inc.Gpd, Limited/AsperaGPK Products Inc.Grasso, Inc.

25 Bidder’s Company Name ______________________

Greenfield Industrial Saw BladesGreenfield Mfg. CompanyGreenlee, Inc.GRL Inc.Grohe America, Inc.Grooved Copper FittingsGrundfos Pumps Corp.Hackney, Inc.Hago Mfg. Company, Inc.Hammond Valve Corp.Hansen Coupling Div/Tuthill CoHansen Technologies CorporationHansgrohe, Inc.Hanson (American Tool Co., Inc.)Harris, J.W. Co., Inc.Hart & Cooley Mfg. CompanyHartell PumpsHarvel Plastics Inc.Haws Corp.Hays Fluid Controls Div. (Zurn)Hayward Industrial Products, Inc.Heatrim AmericanHeliotrope GeneralHenry TechnologiesHenry, WW ProductsHercules Chemical CompanyHersey Meter Div.Highfield Mfg. Co. (Firomatic)Highside Chemical CompanyHill Brothers Chemical CompanyHolby Valve Company, Inc.Holcam Sales Inc.Holdrite Hubbard EnterprisesHollaender Manufacturing CompanyHolm Industries, Inc.Holyoke Fittings, Inc.Homestead & Mosser ValvesHoneywell Braukmann ControlsHoneywell, Inc.Hubbell Wiring DevicesHunter Plumbing ProductsHydro-Flex Heat ExchangersHydrolevel CompanyHydromatic PumpsHydrotek International, Inc.Hypro PumpsICO/RallyIcor International, Inc.Ideal Hose ClampsIdeal Industries, Inc.Imperial-EastmanIn-Sink-Erator

Indiana Seal CompanyInsta-Foam Products, Inc.Insto-Impala Products Co., Inc.Insulation Materials Corp.(Imcoa)Intermatic Inc.Intertherm, Inc.Invensys Building SystemsIodon, IncIPS Corp.Iron Out, Inc.Irritrol Systems CompanyIrwin (American Tool Companies Inc)ITT Mcdonnell & Miller/Hoffman SpecJ-M Manufacturing CompanyJ-Tec Products CompanyJ.H. Williams/Div. Of Snap-OnJ/B Industries IncorporatedJacuzzi Whirlpool BathJames E & CompanyJCM Industries Inc.Jenkins ValvesJohn CraneJohn Wood Industrial Products Co.Johnson ControlsJohnson TeesJoints, Inc.Jomar International LtdJones Stephens Corp.Josam CompanyJT&T Products Corp.Just Mfg. CompanyKarpKee Industrial ProductsKeeney Mfg. CompanyKenite LaboratoryKennedy Mfg. CompanyKennedy ValvesKester Company (Div Of Litton)Key E A ProductsKing Bros. IndustriesKirkhill, Inc.Kitz Corp. Of AmericaKlein Tools, Inc.Klemm ProductsKoch Filter Corp.Kohler Plumbing Products CompanyKold-Draft Products (Uniflow Mfg.)Krylon Industrial CompanyL R C Company Products (Lanphere)L.R. Nelson CorporationLa-Co IndustriesLadish Co., Inc.

26 Bidder’s Company Name ______________________

Laing Thermotech Inc.Lancaster Pump (Div Of C-B Tools)Larco Water CoolersLarkin Refrigeration ProductsLasco BathwareLasco Industries (Fittings)Lau IndustriesLavelle IndustriesLawler Mfg.Lawn Genie, Inc.Lee Brass CompanyLegendLeigh ProductsLenox (American Saw & Mfg. Co)Letro ProductsLeviton Mfg. CompanyLiberty Pumps, Inc.Lil-Q-Wick-E (Desco)PlumbingLittle Giant PumpsLobb Humidifier CompanyLochinvar Water Heater Corp.Loctite Corp.Lovejoy CouplingsLPS Laboratories, Inc.LSP Products CompanyLug-All Corp.Lunkenheimer Valve ProductsLutz File & Tool Co.Lyall & Company Rw, Inc.Lynn ProductsMaax Inc.Magnetek Century ElectricMaid-O-Mist ProductsMakita Usa, Inc.Malco Products, Inc.Manhattan / CDTManitowoc Equipment WorksMansfield Plumbing Products, Inc.Manville (Dishmaster)Maple ChaseMarathon Electric Mfg. Corp.Marco Products Co.Marsh Instrument CompanyMaster Appliance ProductsMastercraftMaurey Mfg. Corp.Maxitrol CompanyMcdonald, A Y PumpsMcguire Mfg. CompanyMedcab (Medicine Cabinets).Melard Mfg. CompanyMepco

Mephisto Tool CompanyMerchant Stl Blk CouplingsMerchant Stl Galv CouplingsMerit BrassMetalfabMG Coupling Co.Michigan Hanger Co., Inc.Midwest Tool & Cutlery Co.Mill-Rose ProductsMills Iron Works, Inc.Milwaukee Electric Tool CorpMilwaukee Valve Company, Inc.Misener Mfg. CompanyMission Clay Products Corp.Mission Rubber Products Corp.Mixet Valve CompanyModine Mfg. CompanyMoen (Div. Of Stanadyne)Monarch Nozzles CompanyMortite CompanyMotors & ArmaturesMuellerMueller CompanyMueller Industries, Inc.Mueller Steam SpecialtyMueller-Plastics (Div. Of U-Brand)Multi-FittingsMurray Corp.Mustee, El & SonsMyers, F. E.Nashua Tape ProductsNaylon Products, Inc.NDS, Inc.Never-Seez Compound Corp.New Yorker Steel Boiler Company IncNewport BrassNibco Inc.No-Hub Standard Pipe & FtgsNoble Company (Chloraloy)NU-Air Humidifier Corp.NU-Calgon ProductsNupak Corp.Nutone HousingNuvent Inc.Oasis Corp.Oatey CompanyOil Equipment Mfg. Corp.Olsen Technology, Inc.Olsonite Corp. (Swedish Crucible)Ondine Shower SystemsOrion Industries, Inc.OSI Sealants, Inc.

27 Bidder’s Company Name ______________________

Pac-Kit Safety Equipment CompanyPacific Insulation Co.Packard Motors, Inc.Packless IndustriesPanduit Corp.Panther Industries, Inc.Parker Hannifin (Refrig. & A/C)Parker Products, Inc.Parker-Hannifin Brass Products Div.Partlow ControlsPasco Specialty & Mfg. CompanyPass & Seymor, Inc.Peerless BoilersPeerless Of America ProductsPeerless Pottery,Inc.Pennco ProductsPerfecto Products, Inc.Permatron CorporationPeter Mangone, Inc.Peterson Products CompanyPHD Mfg. CompanyPhoenix Corp.Phoenix Forging Co.Pipe-Tytes, Inc.Plastic Oddities, Inc.Plastic Poly Pipe/Npls & FtgsPlastic Trends Inc.Plastic Trends, Inc.Plews OilersPlumberex Specialty ProductsPlumbing Products CompanyPlymouth ProductsPolyfoam Packers Corp.Polyken TapePorter Cable Corp.Potter-Roemer, Inc.Powell, Wm CompanyPowers Fasteners Inc.Powers Process ControlsPrecision Plumbing ProductsPrest-O-Lite (L-Tec)Price & RutzebeckPrice Pfister Brass Mfg. CompanyPrier BrassPrimark Tool GroupPrime Wire & CablePrinco ThermotePro Set SystemsProcess FiltrationProtective Industrial Products Inc.Proto Tool Co.PSG Industries, Inc.

PT Coupling Company, Inc.Purolator Products/FacetQest/ZurnR-P & C Valve CompanyRaco, Inc.Radco Solar CollectorsRadiant Technology Inc.Radiator Specialty Co. (Douglas)Rain Jet Corp.Ranco ControlsRaychem HtsRayovac Corp.Raypak Hydronic BoilersRbx IndustriesRectorseal CompoundsRed Brass PipeRed Devil, Inc.Red Jacket/Simer Pumps Marley PumpRed-White Valve Corp.Reed Mfg. Co.Refrigerating SpecialtiesRefrigeration Hardware Supply Corp.Refrigeration Research, Inc.Republic Stainless Steel SinksResearch ProductsResun Mfg. CompanyRevere Sink CorpReznor Products (ITT)Rheem Air Conditioning EquipmentRheem Water HeatersRhodes / American STL Wool CompanyRhodes, M H Inc. (Mark-Time)Richard Specialty Co., Inc.Richmond Foundry & Mfg. CompanyRidgid Tool CompanyRitchie Engineering (Yellow Jacket)Robbins Precast, Inc.Robert Mfg. CompanyRobertshaw ControlsRobinaire Manufacturing Corp.Rockford SeparatorsRocky Mountain Colby Pipe Co.Romac, Inc.Romla Ventilator CompanyRothenberger Usa Inc.Russell ProductsRutland ProductsRuud Water HeatersS. O. S. ProductsSaint-Gobain Performance PlasticsSanitary-Dash Manufacturing CompanySanyo Fisher (Usa) Corp.

28 Bidder’s Company Name ______________________

Saxton Mfg. CompanyScandia Health SystemsSchaefer BrushesSchaul Specialties, Inc.Schott Process Systems, Inc.Schwank, Inc.Scotsman ProductsScully Signal CompanySeafab ProductsSealed Unit Parts Company, Inc.Selkirk Metalbestos ProductsShook Mfg. Products, Inc.Showerite Corp. (Efron Encl.)Siemans-Furnas ControlsSiemens Electromechanical ComponentSilver King Mfg. CompanySimmons Mfg. CompanySimpson Electric CompanySioux Chief Mfg. CompanySJ Electro Systems, Inc.Skuttle Mfg Co.Slant-Fin Corp.Sloan FlushmateSloan Valve CompanySmith Cast Iron BoilersSmith D O Co.Smith Valve Corp.Smith, AO Corp.Smith, AO Elect. Prod. ComanySmith, Jay R., Mfg. Co.Smith-Blair, Inc. (A Btr Company)Smitty Pan Mfg., Co.Smooth-On Inc.Southwark Metal Mfg. CompanySparco, IncorporatedSpeakman CompanySpears Mfg. CompanySpecialty Products & InsulationSperry InstrumentsSperzel Industries, Inc.Spirax Sarco, Inc.Spirotherm, Inc.Split-One, Inc.Sporlan ValvesSquare D/TelemecaniqueSSP Gas Shut-Off Valve Co. Inc.St. Thomas CreationsSTA-Lube Inc.STA-Rite IndustriesStanley ToolsStar Anchors & FastenersStarrett, LS Company

State IndustriesSteamist Co., Inc.Steel City/KindorfSterlco-Sterling, Inc.Sterling Plumbing Group Inc.Sterling Plumbing Group, Inc.Sterling Radiator Co.Stevens Appliance TrucksStockham Valve ProductsStrut / Channel & Strut FtgsSunroc Corp.Suntec Hydraulic ProductsSuper StrutSuperior Refrigeration ProductsSurface Repair LLCSwan Corp.Swirl-Way Plumbing GroupSymmons Industries, Inc.Syracuse Stamping CompanyT & S Brass & Bronze Works Inc.Taco ProductsTapco (Div. Of Elias Industries)Taylor Environmental InstrumentsTaylor Industries, Inc.Taymor Industries, Inc.Techno Corp.Tecumseh ProductsTel-Tru Mfg. CompanyTelsco IndustriesTemprite ProductsThe Skinner Co., Inc.Therma-Flo/Everhot ProductsThermal Engineering CompanyThermal Industries Tif InstrumentsThermal Materials CorporationThermoplastic Valves, Inc.Tjernlund ProductsTork Time ControlsToto U.S.A. Inc.Touch-Flo Mfg.TPI CorporationTrerice, HoTrianco, Inc.Triangle Home Products, Inc.Tridon, Inc.Trim To The TradeTrion, Inc.Trol-A-TempTruebro, Inc.Turbotorch, Div. Of Victor Equip.Tuttle, Hw & Co. (Tutco)Tyler Pipe

29 Bidder’s Company Name ______________________

U. S. Gauges (Div. of Ametek)Unifilter CompanyUnion CarbideUnistrut Corp.UniversalUniversal Enterprises, Inc.Universal-Rundle Corp.Uniweld ProductsUtica Radiator Corp.Utility Mfg. Company, Inc.Vance Industries Inc.Vanguard Piping Systems, Inc.Vaughn Mfg. Corp.Vermette MachineVersabar Corp.Vibration Mounting, Inc.Victaulic Company Of AmericaVirginia Kmp Corp.Wagner Products Corp.Wal-Rich Corp.Walworth CompanyWard Mfg.Waste King Corp.Watco Mfg. CompanyWaterless Co. LLCWaterloo Industries, Inc.Watson Mcdaniel CompanyWatson Metal ProductsWatts Anderson-Barrows Metal Corp.Watts Brass & Tubular, Inc.Watts RadiantWatts RegulatorsWatts/Flippen ValveWD-40 CompanyWebster Electric (Heating Div.)Weil-MclainWeiss, Albert A ThermometersWEJ-It Corp.Weksler Instruments Corp.Weldbend ProductsWellmade ProductsWen Products, Inc.Werner Co.Wesflex Pipe Mfg.Wessels CompanyWestbrass ProductsWestern Pottery Company, Inc.Wheatley Hvac ProductsWheeler Mfg Div-Rex InternationalWhirlaway DisposersWhite Lb Company, Inc.White-Rodgers

Whitlam, JC Mfg. CompanyWilkins Operations (Zurn Ind.)William H. Harvey CompanyWilliams Furnace CompanyWilshire Ice EquipmentWitt A.H. Co.Woodford Mfg. Co.Wrap-On CompanyWright Tool & Forge CompanyWrot Copper FittingWrot Drainage Waste Tube FittingX-Pando Pipe Joint CompoundYeats Appliance Dolly Mfg. Co.Young Regulator CompanyZoeller Pump Co.Zrc ChemicalZurn Industries, Inc.

30 Bidder’s Company Name ______________________

State of WashingtonDEPARTMENT OF GENERAL ADMINISTRATION

Office of State Procurement

8 Appendix B – CUSTOMER REFERENCES

BIDDER NAME: _______________________________________________________

CUSTOMER REFERENCE: Please complete and return questionnaire to: Company/Agency: Attention: Steve KruegerContact Person:

Email Address: FAX: (360) 586-2426Phone Number:

The State of Washington is conducting a bid for the supply of goods relating to refrigeration/cooling equipment and customer references will be used to evaluate the bidder past performance. In order for a bidder to receive consideration, the Office of State Procurement must receive the completed reference form prior to 2:00 p.m. Thursday, February 26, 2004. Please note that any of the questions receiving zero points will result in a failing score. Your cooperation is greatly appreciated.

1. What is the estimated total (refrigeration related) dollars spent with the bidder in the last 24 months?

More than $20,001 = 2 points $20,000 to $10,001 = 1 point Less than $10,000 = 0 points

2. Please rate the bidder’s past performance based on price, promptness of delivery and order accuracy?

Would Recommend = 2 points Acceptable = 1 point Unacceptable = 0 points

3. Have the representative(s) been customer service oriented, knowledgeable and responsive?

Would Recommend = 2 points Acceptable = 1 point Unacceptable = 0 points

4. To the best of your knowledge, have the goods or services purchased met your needs?

Would Recommend = 2 points Acceptable = 1 point Unacceptable = 0 points

5. Would you use this firm again or recommend them to others?

Yes = 2 points No = 0 points

Reference Signature ________________________________ Date: __________________________

Please complete and FAX this form to (360) 586-2426 prior to Thursday, February 26,- 2:00 PM