STATE OF WASHINGTON



[pic]

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



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 11th 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 skruege@ga.

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

210 11th Avenue S W

Olympia, 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 .

Driving directions and parking information

Table of Contents

1 ANNOUNCEMENT AND SPECIAL INFORMATION 3

1.1 prebid conference 3

1.2 PUBLIC DISCLOSURE 3

1.3 SCOPE 3

1.4 Term of Contract 3

1.5 Contract Extensions 4

1.6 Estimated Usage 4

1.7 Purchasers 4

1.8 PURCHASES BY NONPROFIT CORPORATIONS 4

1.9 BIDDER COMPLIANCE 4

1.10 additional items OR mANUFACTURERS added to the contract 5

1.11 economic and environmental goals 5

2 CHECK LIST 5

3 Bidder Requirements (Bidder must comply with the following) 6

3.1 OFFER AND AWARD 9

3.2 BIDDER INFORMATION 10

3.3 SERVICE AREA 12

3.4 SERVICE AREA WORKSHEET 13

3.5 customer References 14

3.6 CONTRACT PRICING 14

3.7 PRICING WORKSHEET 15

3.8 SUPPLEMENTAL MANUFACTURER PRICing 16

3.9 Cost Savings Initiatives 17

4 BID EVALUATION 18

4.1 Bid Scoring 18

4.2 Award Determination 18

5 CONTRACT REQUIREMENTS 19

5.1 CONTRACTOR PERFORMANCE 19

5.2 RETENTION OF RECORDS 19

5.3 INSURANCE 19

5.4 PRICING AND ADJUSTMents 21

5.5 MATERIALS AND WORKMANSHIP 21

5.6 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

ANNOUNCEMENT AND SPECIAL INFORMATION

Bidders 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 .

STANDARD DEFINITIONS revised 06/02/03

STANDARD INSTRUCTIONS FOR BIDDERS revised 06/02/03

STANDARD TERMS AND CONDITIONS revised 06/02/03

1 prebid conference

An 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, 2004 |

|Pre Bid Time: |10:00 AM |

|Pre Bid Location: |Office of State Procurement |

| |210 11th AVE SW GA Building Room 201 |

| |Corner of 11th and Columbia |

| |Olympia Washington 98504-1017 |

Map:

Note: 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.

2 PUBLIC DISCLOSURE

Bid 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.

3 SCOPE

The 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.

4 Term of Contract

Upon the date of award, the initial contract term shall be active for a period of 24 months.

5 Contract Extensions

The 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.

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.

7 Purchasers

Based 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: ga.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 . 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.

8 PURCHASES BY NONPROFIT CORPORATIONS

Legislation 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.

9 BIDDER COMPLIANCE

The 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.

10 additional items OR mANUFACTURERS added to the contract

During 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.

11 economic and environmental goals

In 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

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

• Featuring products made or grown in Washington

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

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)

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:

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

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

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

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

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

6. 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”)

ORDER FULFILLMENT REQUIREMENTS

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

7. 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.

8. 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.

9. 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.

10. 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.

11. 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.

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

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

14. 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.

15. 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.

16. 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.

17. 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.

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

REPORTING REQUIREMENTS

Ongoing 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 Report

A 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 . 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 Report

This 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.

1 OFFER AND AWARD

Bidders 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 . 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 06/02/03

STANDARD INSTRUCTIONS FOR BIDDERS revised 06/02/03

STANDARD 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) |

2 BIDDER INFORMATION

Bidder shall complete and submit the following:

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

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

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).

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: _________%

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: | |

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

Purchasing (Credit) Cards accepted? Yes No

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

| | | | | |

| | | | | |

Vendor Contact information:

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

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: | |

Order Entry and Billing Information:

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

| | | | | |

| | | | | |

| | | | | |

3 SERVICE AREA

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)

[pic]

4 SERVICE AREA WORKSHEET

To 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 Central | | | |

|Store Name: | | | |

|Street Address: | | | |

|City, State Zip Code: | | | |

|Phone: | | | |

|FAX | | | |

|Store Manager: | | | |

| Eastern | | | |

|Store Name: | | | |

|Street Address: | | | |

|City, State Zip Code: | | | |

|Phone: | | | |

|FAX | | | |

|Store Manager: | | | |

| South Central | | | |

|Store Name: | | | |

|Street Address: | | | |

|City, State Zip Code: | | | |

|Phone: | | | |

|FAX | | | |

|Store Manager: | | | |

| South West | | | |

|Store Name: | | | |

|Street Address: | | | |

|City, State Zip Code: | | | |

|Phone: | | | |

|FAX | | | |

|Store Manager:: | | | |

| Olympic | | | |

|Store Name: | | | |

|Street Address: | | | |

|City, State Zip Code: | | | |

|Phone: | | | |

|FAX | | | |

|Store Manager: | | | |

5 customer References

Bidders 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

6 CONTRACT PRICING

The 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:



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.

7 PRICING WORKSHEET

Bidders 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 WORKSHEET |

|Manufacturer |Weighting |Proposed Discount |

|Armacell LLC |3 | |

|ASCO General Controls |1 | |

|Bacharach Instraments |5 | |

|Baldor Motors |2 | |

|Belimo |114 | |

|Bell & Gossett (ITT) |53 | |

|Bohn Products (Heatcraft) |3 | |

|Bussmann |1 | |

|Chandler Refrigeration (Heatcraft) |3 | |

|Climate Control Prod. (Heatcraft) |3 | |

|Copeland Refrigeration |93 | |

|CPR Ind. (Carrier, Trane, York) |17 | |

|Danfoss Products |3 | |

|Dwyer Instruments, Inc. |2 | |

|Flo-Control Inc. |5 | |

|Gates Products |16 | |

|Henry Technologies |1 | |

|Highside Chemical Company |1 | |

|Honeywell Inc. Braukmann Controls |200 | |

|ICOR International Inc. |1 | |

|Invensys Building Systems Inc. (Paragon) |61 | |

|ITT McDonnell & Miller/Hoffman |8 | |

|J/B Industries Inc. |4 | |

|Johnson Controls |109 | |

|Klein Tools Inc. |1 | |

|Larkin Refrigeration Products |5 | |

|Manitowoc Equipment Works |5 | |

|Maple Chase (Paragon) |3 | |

|Motors & Armatures |14 | |

|Mueller Industries, Inc. |4 | |

|Nibco Inc |6 | |

|Nu-Calgon Products |14 | |

|Packard Motors Inc. |1 | |

|Parker Hannifin-Brass |3 | |

|Prest-O-Lite (ESAB) |10 | |

|Ranco Controls |3 | |

|Raychem HTS |5 | |

|Refrigeration Hardware Supply Corp. |4 | |

|Ritchie Engineering |8 | |

|Robertshaw Controls |6 | |

|Robinair Manufacturing Corp. |7 | |

|Russell Products |10 | |

|Sealed Unit Parts Co, Inc. |3 | |

|Siemens-Furnas Controls |11 | |

|Smith A.O. Corp. |5 | |

|Sporlan Valves |26 | |

|Tecumseh Products |25 | |

|Universal Enterprise Inc. (UEI) |2 | |

|White-Rodgers |2 | |

|The 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). |76 | |

|Copper Tubing (UPC 668312) |12 | |

8 SUPPLEMENTAL MANUFACTURER PRICing

Because 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 SHEET |

|Manufacturer (as listed in the TRA-SER PRO Price Directory) |Proposed Discount |

| | |

| | |

| | |

| | |

| | |

| | |

| | |

| | |

| | |

| | |

| | |

| | |

| | |

| | |

| | |

9 Cost Savings Initiatives

Bidders 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 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:

Online Purchasing Discount ________%.

Credit Card Purchasing Discount: ________%.

Discount of ________% for single purchase orders exceeding $ ________

|Other—Please Explain: |

| |

| |

| |

BID EVALUATION

In 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.

1 Bid Scoring

There 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.

2 Award Determination

The 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.

CONTRACT REQUIREMENTS

1 CONTRACTOR PERFORMANCE

General 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.

2 RETENTION OF RECORDS

The 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.

3 INSURANCE

A. 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.

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 the

term 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 insurance shall also cover bodily injury, including disease, illness, and death and property damage arising out of the Contractor’s premises/operations, independent contractors, products/completed operations, personal injury and advertising injury, and contractual liability (including the tort liability of another assumed in a business contract), and contain separation of insureds (cross liability) conditions.

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

The limits of liability insurance shall not be less than as follows:

|Each Occurrence |$1,000,000 |

|General Aggregate Limits |$2,000,000 |

|(other than products-completed operations) | |

|Products-Completed Operations Limit |$2,000,000 |

|Personal and Advertising Injury Limit |$1,000,000 |

|Fire Damage Limit (any one fire) |$ 50,000 |

|Medical 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.

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.

4 PRICING AND ADJUSTMents

The 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 MATERIALS AND WORKMANSHIP

The 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.

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.

SPECIAL TERMS AND CONDITIONS

1 PURCHASING CARD ACCEPTANCE

In 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.

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

3M Electrical Products

A-1 Components

Ab&I Foundry1

Abs Pumps Inc.

Abs/Dwv Plastic Pipe & Fitting

Ace Pump Corp.

Acetylene Supply Company

Acme Manufacturing Company

Acme-Miami

Acorn Engineering Co. (Neptune)

Adams Mfg.

Advanced Aquaduck Systems

Agalite Glass Co Inc

Air Filters

Air Kontrol Filters

Air-Jet (General Products Co.)

Airguard Filters

Airmaster

Airserco Products

Alco Control Products

Alsons Corporation

Ameribest Fasteners LLC

American Air Filter Inc.

American Allsafe Co.

American Brass & Aluminum Foundry

American Granby, Inc.

American Metal Products

American Packing And Gasket Company

American Standard (Brass Products)

American Standard (Fixtures)

American Standard Water Heaters

American Tool Companies, Inc.

American Valve Mfg. Corporation

American Water Heaters

American/Elgen

Ames Company Inc

Amprobe Instruments

Amtrol, Inc.

Anaco/Husky

Anderson Copper And Brass Co.

Anvil International, Inc./Grinnell

API Ketema

Aqua Clean Federated Fry Metals Co

Aqua Glass Products

Aqua-Flo, Inc.

Aqua-Pure

Arcoaire/Comfortmaker

Armacell, LLC.

Armstrong International

Armstrong Pumps

Arrow Hart Controls

Arrow Hart Wiring Devices

Arrowhead Brass Products

Artis Metals Company, Inc.

Asahi/America, Inc.

Asco General Controls

Atlantic Chemical

Atlas Minerals & Chemicals Div.

Auer Register Company

Automag Company

B & K Industries, Inc.

B-Line Systems Inc.

Babbitt Steam Specialty Co.

Bacharach Instruments

Bahco North America, Inc.

Baldor Motors

Barnes & Jones, Inc.

Barnes Pumps, Inc.

Basco Shower Door Company

Bauer

Beacon Valve Co.

Beacon/Morris

Beck Manufacturing Inc.

Beckett Corp.

Beckett, R.W. Products

Beko-Burke Engineering

Bell & Gossett (ITT)

Bell & Spigot Pipe & Ftgs

Bell & Spigot X-Hvy Pipe & Ftgs

Bemis Mfg. Company

Beneke Corporation

Benjamin Mfg. Company, Inc.

Bernzomatic Corp.

Black Swan Mfg. Company

Blackburn

Bobrick Washroom Equipment

Bock Water Heaters, Inc.

Bohn Products

Bonney Forge Corp.

Bootz Plumbingware Company

Bosworth Company

Bowers Mfg. Company

BPC Industries Inc.

Bradford-White Corporation

Bradley Corp.

Brady Corporation

Brady Corporation1

Bramec Corp.

Brass Craft Mfg. Company

Brass Craft Mfg./Plumb Shop Div.

Brass Sch40 Pipe Nipples

Brasstech, Inc.

Briggs Plumbing Products

Bright Star Industries, Inc.

Bristol Corporation

Broan Mfg. Company

Brodco

Browning Products

Bryant W-Device/Economy Cable

Burndy Corp.

Burnham Corp. (Hydronics Div.)

Bussmann

C & D Valves

C.E.Ray Company

Cadet

Cain Mfg. Company

California Brass Mfg., Co. (Calco)

Calpico, Inc.

Cambridge-Lee Industries Inc.

Camco Fittings Company

Camco Industries

Camco Mfg. Inc.

Campbell Manufacturing, Inc.

Canfield Technologies

Canterbury Enterprises

Capitol Mfg., Inc.

Carlin Combustion Technology

Carol Products

Carpenter & Paterson, Inc.

Cash, A.W. Valve Mfg. Co.

Centoco Manufacturing Corp.

Central Brass Mfg. Company

Cerro Copper Products

Cesco Brass, Ltd.

Champion Sprinkler Equipment

Chandler Refrigeration (Heatcraft)

Channellock, Inc.

Charlotte Pipe & Foundry Company

Chase Products Co (Champion)

Chatham Brass Co., Inc.

Cherne Industries, Inc.

Chicago Faucet Company

Christy 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, Inc

Component Prod. Corp. (Ge, Fasco)

Compotite Shower Pans

Conbraco Industries, Inc. (Apollo)

Congress Drives, Inc.

Connecticut Stamping & Bend

Continental Industries,Inc.

Controlled Energy Corp.

Cooper Group, Inc.

Cooper Thermometers

Cooper Tools

Copeland Refrigeration

Copper Building Wire & Cable

Cord

Cozy/Louisville Tin & Stove Co.

CPR Ind. Inc. (Carrier,Trane,York)

Crane Plumbing Brass

Crane Plumbing Fixtures (Fiat Div.)

Crane Valves

CRC Chemicals USA

Creative Specialties International

Crown Engineering Corp.

Crown Products Company, Inc.

Cully Enterprises, Inc.

Curtin Valve Company

Curtis-Toledo Inc (Toledo Tools)

Cutler-Hammer Dist-Equip. & Ctrls

Cyrus Shank Company

Dallas Specialty & Mfg Co.

Danfoss Products

DAP Products

Dayco-Carlisle

Dayni Controls Mfg. Co.

Dayton Electric Motors

Dearborn Products

Debest Manufacturing Company, Inc.

Delany Flush Vlvs

Delavan Fuel Metering Products

Delta Faucet Cambridge Brass

Delta Faucet Corp.

Devco Enterprises, Inc.

Dixon Valve & Couplings

Dongan Transformers

Doolins

Dorf (No America), Inc.

Dornback-Cleveland Furnaces

Dottie, LH Company

Dresser Couplings

Dryer Venting & Accessories

Duc-Pac Corp.

Dunham-Bush Products

Dura Plastic Products, Inc.

Dura-Last Air Filters

Duracell USA

Duro-Dyne Products

Dutro Company

Dutton-Lainson (Goldon Rod)

Dwyer Instruments, Inc.

E & S Valves, Inc.

E-Z-On (Gerett/Western) Regulators

Easy Heat

Eaton Corporation

Ebinger Mfg. Co.

Eco-Air Products, Inc.

Edison Fuse Inc.

Edmund A. Gray Company, Inc.

Edward Vogt Valve Co.

Edwards Engineering Company

Eemax Inc.

Effikal International L.C.

Eisel Enterprises, Inc.

Electro Safe, Inc.

Eljer Company

Elkay/Halsey Taylor

Elkhart Products Corp.

Elmdor/Stoneman

Embassy Products, Inc.

Emerson Controls

Emerson Electric Motors

Emerson-Swan Co., Inc.

Empire Tool & Mfg. Co., Inc.

Emt & Galv Conduit Ftgs

Emt & Steel Galv Conduit

Emt, Flex, Liq-Tite, Rigid Conduit

Enfield Industrial Corp.

Epco Sales Inc.

Erickson Drain Cleaner Company

Ernst Flow Industries

Essick Mfg. Company

Eveready Battery Company

Fafnir/Torrington Bearings

Fairbanks Morse Pump Corporation

Falcon Stainless Supply Inc.

Fastening Specialists, Inc.

Febco Sales Inc.

Federal Process Co.

Fernco, Inc.

Ferraz Shawmut Inc.

Fiat Showers & Fixtures

Fiber-Fab, Inc.

Field Controls Company

Fireye Controls

Fisher Faucet Mfg. Company

Flanders Precisionaire Corp

Flare Refrigeration Tube Fitting

Flare Water Tube Ftgs

Flexallic Company

Flexaust Hose & Duct Products

Flexible & Liquid-Tight Conduit

Flexible Plumbers Tools, Inc.

Flo-Control, Inc.

Flomatic Valve Corp.

Florestone Products Company

Flowline

Flowserve Corporation

Fluidmaster, Inc.

Foremost Duct, L.L.C.

FPPF Chemical Co., Inc.

Frank Pattern & Mfg. Company

Franke, Inc.

Franklin Brass Mfg. Company

Frederick, A.L., Co.

Freedom Plastics Inc.

G.E. Circuit Protection

G.T. Water Products, Inc.

Gar-Ber Filters, Inc.

Gates Products

GB, Inc.

Geberit Mfg. Company

Gemline Products, Inc.

General Accessory Mfg. Co. (Gamco)

General Filters Products

General Tool Mfg. Company

General Wire Spring Co.

Genie Industries

George Fischer Sloane, Inc.

George Fischer, Inc.

Gerber Plumbing Fixtures Inc.

Gladding, Mcbean & Company

Glasfloss Industries Inc.

Goldline (Div. Indep Energy Inc.)

Gorton Heating Corp.

Goss Products

Gould Pumps, Inc.

Gould, Jd Company, Inc.

Gpd, Limited/Aspera

GPK Products Inc.

Grasso, Inc.

Greenfield Industrial Saw Blades

Greenfield Mfg. Company

Greenlee, Inc.

GRL Inc.

Grohe America, Inc.

Grooved Copper Fittings

Grundfos Pumps Corp.

Hackney, Inc.

Hago Mfg. Company, Inc.

Hammond Valve Corp.

Hansen Coupling Div/Tuthill Co

Hansen Technologies Corporation

Hansgrohe, Inc.

Hanson (American Tool Co., Inc.)

Harris, J.W. Co., Inc.

Hart & Cooley Mfg. Company

Hartell Pumps

Harvel Plastics Inc.

Haws Corp.

Hays Fluid Controls Div. (Zurn)

Hayward Industrial Products, Inc.

Heatrim American

Heliotrope General

Henry Technologies

Henry, WW Products

Hercules Chemical Company

Hersey Meter Div.

Highfield Mfg. Co. (Firomatic)

Highside Chemical Company

Hill Brothers Chemical Company

Holby Valve Company, Inc.

Holcam Sales Inc.

Holdrite Hubbard Enterprises

Hollaender Manufacturing Company

Holm Industries, Inc.

Holyoke Fittings, Inc.

Homestead & Mosser Valves

Honeywell Braukmann Controls

Honeywell, Inc.

Hubbell Wiring Devices

Hunter Plumbing Products

Hydro-Flex Heat Exchangers

Hydrolevel Company

Hydromatic Pumps

Hydrotek International, Inc.

Hypro Pumps

ICO/Rally

Icor International, Inc.

Ideal Hose Clamps

Ideal Industries, Inc.

Imperial-Eastman

In-Sink-Erator

Indiana Seal Company

Insta-Foam Products, Inc.

Insto-Impala Products Co., Inc.

Insulation Materials Corp.(Imcoa)

Intermatic Inc.

Intertherm, Inc.

Invensys Building Systems

Iodon, Inc

IPS Corp.

Iron Out, Inc.

Irritrol Systems Company

Irwin (American Tool Companies Inc)

ITT Mcdonnell & Miller/Hoffman Spec

J-M Manufacturing Company

J-Tec Products Company

J.H. Williams/Div. Of Snap-On

J/B Industries Incorporated

Jacuzzi Whirlpool Bath

James E & Company

JCM Industries Inc.

Jenkins Valves

John Crane

John Wood Industrial Products Co.

Johnson Controls

Johnson Tees

Joints, Inc.

Jomar International Ltd

Jones Stephens Corp.

Josam Company

JT&T Products Corp.

Just Mfg. Company

Karp

Kee Industrial Products

Keeney Mfg. Company

Kenite Laboratory

Kennedy Mfg. Company

Kennedy Valves

Kester Company (Div Of Litton)

Key E A Products

King Bros. Industries

Kirkhill, Inc.

Kitz Corp. Of America

Klein Tools, Inc.

Klemm Products

Koch Filter Corp.

Kohler Plumbing Products Company

Kold-Draft Products (Uniflow Mfg.)

Krylon Industrial Company

L R C Company Products (Lanphere)

L.R. Nelson Corporation

La-Co Industries

Ladish Co., Inc.

Laing Thermotech Inc.

Lancaster Pump (Div Of C-B Tools)

Larco Water Coolers

Larkin Refrigeration Products

Lasco Bathware

Lasco Industries (Fittings)

Lau Industries

Lavelle Industries

Lawler Mfg.

Lawn Genie, Inc.

Lee Brass Company

Legend

Leigh Products

Lenox (American Saw & Mfg. Co)

Letro Products

Leviton Mfg. Company

Liberty Pumps, Inc.

Lil-Q-Wick-E (Desco)Plumbing

Little Giant Pumps

Lobb Humidifier Company

Lochinvar Water Heater Corp.

Loctite Corp.

Lovejoy Couplings

LPS Laboratories, Inc.

LSP Products Company

Lug-All Corp.

Lunkenheimer Valve Products

Lutz File & Tool Co.

Lyall & Company Rw, Inc.

Lynn Products

Maax Inc.

Magnetek Century Electric

Maid-O-Mist Products

Makita Usa, Inc.

Malco Products, Inc.

Manhattan / CDT

Manitowoc Equipment Works

Mansfield Plumbing Products, Inc.

Manville (Dishmaster)

Maple Chase

Marathon Electric Mfg. Corp.

Marco Products Co.

Marsh Instrument Company

Master Appliance Products

Mastercraft

Maurey Mfg. Corp.

Maxitrol Company

Mcdonald, A Y Pumps

Mcguire Mfg. Company

Medcab (Medicine Cabinets).

Melard Mfg. Company

Mepco

Mephisto Tool Company

Merchant Stl Blk Couplings

Merchant Stl Galv Couplings

Merit Brass

Metalfab

MG Coupling Co.

Michigan Hanger Co., Inc.

Midwest Tool & Cutlery Co.

Mill-Rose Products

Mills Iron Works, Inc.

Milwaukee Electric Tool Corp

Milwaukee Valve Company, Inc.

Misener Mfg. Company

Mission Clay Products Corp.

Mission Rubber Products Corp.

Mixet Valve Company

Modine Mfg. Company

Moen (Div. Of Stanadyne)

Monarch Nozzles Company

Mortite Company

Motors & Armatures

Mueller

Mueller Company

Mueller Industries, Inc.

Mueller Steam Specialty

Mueller-Plastics (Div. Of U-Brand)

Multi-Fittings

Murray Corp.

Mustee, El & Sons

Myers, F. E.

Nashua Tape Products

Naylon Products, Inc.

NDS, Inc.

Never-Seez Compound Corp.

New Yorker Steel Boiler Company Inc

Newport Brass

Nibco Inc.

No-Hub Standard Pipe & Ftgs

Noble Company (Chloraloy)

NU-Air Humidifier Corp.

NU-Calgon Products

Nupak Corp.

Nutone Housing

Nuvent Inc.

Oasis Corp.

Oatey Company

Oil Equipment Mfg. Corp.

Olsen Technology, Inc.

Olsonite Corp. (Swedish Crucible)

Ondine Shower Systems

Orion Industries, Inc.

OSI Sealants, Inc.

Pac-Kit Safety Equipment Company

Pacific Insulation Co.

Packard Motors, Inc.

Packless Industries

Panduit Corp.

Panther Industries, Inc.

Parker Hannifin (Refrig. & A/C)

Parker Products, Inc.

Parker-Hannifin Brass Products Div.

Partlow Controls

Pasco Specialty & Mfg. Company

Pass & Seymor, Inc.

Peerless Boilers

Peerless Of America Products

Peerless Pottery,Inc.

Pennco Products

Perfecto Products, Inc.

Permatron Corporation

Peter Mangone, Inc.

Peterson Products Company

PHD Mfg. Company

Phoenix Corp.

Phoenix Forging Co.

Pipe-Tytes, Inc.

Plastic Oddities, Inc.

Plastic Poly Pipe/Npls & Ftgs

Plastic Trends Inc.

Plastic Trends, Inc.

Plews Oilers

Plumberex Specialty Products

Plumbing Products Company

Plymouth Products

Polyfoam Packers Corp.

Polyken Tape

Porter Cable Corp.

Potter-Roemer, Inc.

Powell, Wm Company

Powers Fasteners Inc.

Powers Process Controls

Precision Plumbing Products

Prest-O-Lite (L-Tec)

Price & Rutzebeck

Price Pfister Brass Mfg. Company

Prier Brass

Primark Tool Group

Prime Wire & Cable

Princo Thermote

Pro Set Systems

Process Filtration

Protective Industrial Products Inc.

Proto Tool Co.

PSG Industries, Inc.

PT Coupling Company, Inc.

Purolator Products/Facet

Qest/Zurn

R-P & C Valve Company

Raco, Inc.

Radco Solar Collectors

Radiant Technology Inc.

Radiator Specialty Co. (Douglas)

Rain Jet Corp.

Ranco Controls

Raychem Hts

Rayovac Corp.

Raypak Hydronic Boilers

Rbx Industries

Rectorseal Compounds

Red Brass Pipe

Red Devil, Inc.

Red Jacket/Simer Pumps Marley Pump

Red-White Valve Corp.

Reed Mfg. Co.

Refrigerating Specialties

Refrigeration Hardware Supply Corp.

Refrigeration Research, Inc.

Republic Stainless Steel Sinks

Research Products

Resun Mfg. Company

Revere Sink Corp

Reznor Products (ITT)

Rheem Air Conditioning Equipment

Rheem Water Heaters

Rhodes / American STL Wool Company

Rhodes, M H Inc. (Mark-Time)

Richard Specialty Co., Inc.

Richmond Foundry & Mfg. Company

Ridgid Tool Company

Ritchie Engineering (Yellow Jacket)

Robbins Precast, Inc.

Robert Mfg. Company

Robertshaw Controls

Robinaire Manufacturing Corp.

Rockford Separators

Rocky Mountain Colby Pipe Co.

Romac, Inc.

Romla Ventilator Company

Rothenberger Usa Inc.

Russell Products

Rutland Products

Ruud Water Heaters

S. O. S. Products

Saint-Gobain Performance Plastics

Sanitary-Dash Manufacturing Company

Sanyo Fisher (Usa) Corp.

Saxton Mfg. Company

Scandia Health Systems

Schaefer Brushes

Schaul Specialties, Inc.

Schott Process Systems, Inc.

Schwank, Inc.

Scotsman Products

Scully Signal Company

Seafab Products

Sealed Unit Parts Company, Inc.

Selkirk Metalbestos Products

Shook Mfg. Products, Inc.

Showerite Corp. (Efron Encl.)

Siemans-Furnas Controls

Siemens Electromechanical Component

Silver King Mfg. Company

Simmons Mfg. Company

Simpson Electric Company

Sioux Chief Mfg. Company

SJ Electro Systems, Inc.

Skuttle Mfg Co.

Slant-Fin Corp.

Sloan Flushmate

Sloan Valve Company

Smith Cast Iron Boilers

Smith D O Co.

Smith Valve Corp.

Smith, AO Corp.

Smith, AO Elect. Prod. Comany

Smith, Jay R., Mfg. Co.

Smith-Blair, Inc. (A Btr Company)

Smitty Pan Mfg., Co.

Smooth-On Inc.

Southwark Metal Mfg. Company

Sparco, Incorporated

Speakman Company

Spears Mfg. Company

Specialty Products & Insulation

Sperry Instruments

Sperzel Industries, Inc.

Spirax Sarco, Inc.

Spirotherm, Inc.

Split-One, Inc.

Sporlan Valves

Square D/Telemecanique

SSP Gas Shut-Off Valve Co. Inc.

St. Thomas Creations

STA-Lube Inc.

STA-Rite Industries

Stanley Tools

Star Anchors & Fasteners

Starrett, LS Company

State Industries

Steamist Co., Inc.

Steel City/Kindorf

Sterlco-Sterling, Inc.

Sterling Plumbing Group Inc.

Sterling Plumbing Group, Inc.

Sterling Radiator Co.

Stevens Appliance Trucks

Stockham Valve Products

Strut / Channel & Strut Ftgs

Sunroc Corp.

Suntec Hydraulic Products

Super Strut

Superior Refrigeration Products

Surface Repair LLC

Swan Corp.

Swirl-Way Plumbing Group

Symmons Industries, Inc.

Syracuse Stamping Company

T & S Brass & Bronze Works Inc.

Taco Products

Tapco (Div. Of Elias Industries)

Taylor Environmental Instruments

Taylor Industries, Inc.

Taymor Industries, Inc.

Techno Corp.

Tecumseh Products

Tel-Tru Mfg. Company

Telsco Industries

Temprite Products

The Skinner Co., Inc.

Therma-Flo/Everhot Products

Thermal Engineering Company

Thermal Industries Tif Instruments

Thermal Materials Corporation

Thermoplastic Valves, Inc.

Tjernlund Products

Tork Time Controls

Toto U.S.A. Inc.

Touch-Flo Mfg.

TPI Corporation

Trerice, Ho

Trianco, Inc.

Triangle Home Products, Inc.

Tridon, Inc.

Trim To The Trade

Trion, Inc.

Trol-A-Temp

Truebro, Inc.

Turbotorch, Div. Of Victor Equip.

Tuttle, Hw & Co. (Tutco)

Tyler Pipe

U. S. Gauges (Div. of Ametek)

Unifilter Company

Union Carbide

Unistrut Corp.

Universal

Universal Enterprises, Inc.

Universal-Rundle Corp.

Uniweld Products

Utica Radiator Corp.

Utility Mfg. Company, Inc.

Vance Industries Inc.

Vanguard Piping Systems, Inc.

Vaughn Mfg. Corp.

Vermette Machine

Versabar Corp.

Vibration Mounting, Inc.

Victaulic Company Of America

Virginia Kmp Corp.

Wagner Products Corp.

Wal-Rich Corp.

Walworth Company

Ward Mfg.

Waste King Corp.

Watco Mfg. Company

Waterless Co. LLC

Waterloo Industries, Inc.

Watson Mcdaniel Company

Watson Metal Products

Watts Anderson-Barrows Metal Corp.

Watts Brass & Tubular, Inc.

Watts Radiant

Watts Regulators

Watts/Flippen Valve

WD-40 Company

Webster Electric (Heating Div.)

Weil-Mclain

Weiss, Albert A Thermometers

WEJ-It Corp.

Weksler Instruments Corp.

Weldbend Products

Wellmade Products

Wen Products, Inc.

Werner Co.

Wesflex Pipe Mfg.

Wessels Company

Westbrass Products

Western Pottery Company, Inc.

Wheatley Hvac Products

Wheeler Mfg Div-Rex International

Whirlaway Disposers

White Lb Company, Inc.

White-Rodgers

Whitlam, JC Mfg. Company

Wilkins Operations (Zurn Ind.)

William H. Harvey Company

Williams Furnace Company

Wilshire Ice Equipment

Witt A.H. Co.

Woodford Mfg. Co.

Wrap-On Company

Wright Tool & Forge Company

Wrot Copper Fitting

Wrot Drainage Waste Tube Fitting

X-Pando Pipe Joint Compound

Yeats Appliance Dolly Mfg. Co.

Young Regulator Company

Zoeller Pump Co.

Zrc Chemical

Zurn Industries, Inc.

[pic]

State of Washington

DEPARTMENT OF GENERAL ADMINISTRATION

Office of State Procurement

Appendix B – CUSTOMER REFERENCES

BIDDER NAME: _______________________________________________________

|CUSTOMER REFERENCE: |Please complete and return questionnaire to: |

|Company/Agency: | |Attention: |Steve Krueger |

|Contact Person: | | | |

|Email Address: | |FAX: |(360) 586-2426 |

|Phone 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: __________________________

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download