State of Washington .gov



State of Washington

Current Contract Information

Revision date: March 9, 2010

|Contract number: |03104 (replaces 03497) |Commodity code: |4510 |

|Contract title: |plumbing supplies |

|Purpose: |Contract Extension |

|Original award date: |June 8, 2004 |Contract term: |Not to exceed 6 years of award date |

|Current contract period: |June 8, 2008 |through: |June 8, 2010 |

|Contract type: |“Convenience” | |

|Estimated Term Worth: |$10,000,000.00 |Annual Term Worth: |$5,000,000.00 |

|Shipping: |(FOB) Destination |Freight: |Prepaid and included |

|Delivery: |Standard products shall be delivered within five (5) 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. |

|Scope of contract |This document establishes contract coverage of the ready supply of goods relating to Plumbing. |

|For use by: |All State Agencies, Political Subdivisions of Washington (WSPC) and Oregon State, Qualified Non-profit Corporations, |

| |Materials Management Center, Participating Institutions of Higher Education (College and Universities, Community and |

| |Technical Colleges). |

|Contractors: |Ferguson Enterprises (Formerly Familian NW): see page 7 |

|Related Product Contracts: |#11305 WSCA Industrial Supplies and Equipment. |

|Field Service Reports: |View manufacturers’ pricing updates forecasts and alerts so as to better time purchases and make more informed |

|(click for most current report) |purchasing decisions. |

This page contains key contract features. Find detailed information on succeeding pages. For more information on this contract, or if you have any questions, please contact your local agency Purchasing Office, or you may contact our office at the numbers listed below.

|State Procurement Officer: |Dave Scott |Alternate Contact: |Christine Schoepfer |

|Phone Number: |(360) 902-7416 |Phone Number: |(360) 902-7193 |

|Fax Number: |(360) 586-2426 |Fax Number: |(360) 586-2426 |

|Email: |dscott@ga. |Email: |cschoep@ga. |

Visit our Internet site:

|Products/Services available: |Goods relevant to the plumbing industry. |

|Ordering information: |See page 7 |

|Ordering procedures: |See pages 7 |

|Contract pricing: |See pages 10-15 |

|Estimated Term worth: |$10,000,000.00 |

|Current participation: |$0.00 MBE |$0.00 WBE |$0.00 OTHER |$0.00 EXEMPT |

| |MBE 0% |WBE 0% |OTHER 100% |Exempt 0% |

|Recovered material: |N/A |

Notes:

I. Best Buy: The following provision applies to mandatory use contracts only. This contract is subject to RCW 43.19.190(2) & RCW 43.19.1905(7): which authorizes state agencies to purchase materials, supplies, services, and equipment of equal quantity and quality to those on state contract from non-contract suppliers. Provided that an agency subsequently notifies the Office of State Procurement (OSP) State Procurement Officer (SPO) that the pricing is less costly for such goods or services than the price from the state contractor.

If the non-contract supplier's pricing is less, the state contractor shall be given the opportunity by the state agency to at least meet the non-contractor's price. If the state contractor cannot meet the price, then the state agency may purchase the item(s) from the non-contract supplier, document the transactions on the appropriate form developed by OSP and forwarded to the SPO administering the state contract. (Reference General Authorities document)

If a lower price can be identified on a repeated basis, the state reserves the right to renegotiate the pricing structure of this agreement. In the event such negotiations fail, the state reserves the right to delete such item(s) from the contract.

II. State Agencies: Submit Order directly to Contractor for processing. Political Subdivisions: Submit orders directly to Contractor referencing State of Washington contract number. If you are unsure of your status in the State Purchasing Cooperative call (360) 902-7415.

III. Only authorized purchasers included in the State of Washington Purchasing Cooperative (WSPC), the State of Oregon and the State of Oregon Cooperative Purchasing Program (DASCPP/ORCPP) listings published and updated periodically by OSP and DAS may purchase from this contract. It is the contractor’s responsibility to verify membership of these organizations prior to processing orders received under this contract. A list of Washington members is available on the Internet , and a list of the Oregon members is available at contractors shall not process state contract orders from unauthorized users.

IV. Contract Terms: This Document includes by reference all terms and conditions published in the original IFB, including Standard Terms and Conditions, and Definitions, included in the Competitive Procurement Standards published by OSP (as Amended).

SPECIAL NOTES:

1. Administrative Change updated Contracts Specialist information.

Special Conditions:

PURCHASERS

Primary purchasers will be Washington state agencies, higher education and political subdivisions who are members of the State of Washington Purchasing Cooperative (WSPC). Contractor(s) shall not process contract orders from unauthorized purchasers. A list of WSPC members can be found on at:

Additionally, the contractor has agreed to extend contract pricing to the State of Oregon and Oregon cooperative members. The list of Oregon Cooperative Purchasing members (DASCPP/ORCPP) can be found 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.

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.

ADDITIONAL ITEMS OR MANUFACTURERS ADDED TO THE CONTRACT

During the term of this contract, with mutual agreement with the Contractor, the state may add plumbing 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 are not to significantly impact the volume or scope of the contract.

1. SERVICE EXPECTATIONS

As a result of this contract the state is to be designated as a Preferred Customer and Contractor will:

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

b) Assist purchasers in making cost effective or environmentally preferred purchases such as suggesting alternate brands, new methods, and economic order quantities.

c) At the request of the purchaser, provide site visits on a mutually agreed date and time by a qualified consultant or sales representative in an effort to assist in developing a bill of materials or make product or environmentally preferred recommendations.

d) Promote and market the use of this contract to all eligible contract purchasers.

e) Upon receipt, immediately forward to SPO (via email) “Field Information Reports” relating to commodity pricing forecasts, manufacturer’s notification of upcoming price adjustments and other relevant information to the Procurement Office which could be used to aid contract users in making more cost effective and timely purchasing decisions.

f) Provide electronic notification to the procurement officer of upcoming manufacturer sponsored events related to new technology, product introductions, training seminars, mobile product demonstrations etc.

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

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

i) 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.

2. 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:

a) 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.

b) If the purchaser indicates an immediate need for a “will call” order for product that is in stock, then contractor will make the order a priority and make every effort to have orders ready for pickup within two hours of a purchase request and the contractor will call the purchaser when the order is ready for pick up.

c) Standard products shall be delivered within five (5) 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.

d) It is understood that the contractor(s) will make every effort to ensure the expeditious delivery of all contract orders. Failure to fulfill quoted 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.

e) The contractor(s) shall provide a “Customer Service Call Center” (206) 767-7700 who will be responsible for resolving contract performance issues (examples might include but are not limited to order fulfillment delays, receipt of damaged goods, product returns, etc.) If the customer service center is unable to resolve the problem within two business days of the inquiry, the call center is to send an electronic notification to the procurement officer that documents the problem, and includes customer contact information as well as a plan for resolution. The call center will continue to provide on-going updates to the procurement officer until the issue(s) have been successful resolved.

f) 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.

g) 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.

h) Deliveries to be off-loaded at purchasers receiving dock or designated job site.

i) Product damaged as a result of contractor negligence will either be replaced (and expedited at contractor’s expense) or if the customer prefers, be noted on the receiving report and deducted from final payment.

j) 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.

k) 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.

l) Should an order include a specialty item(s), the contractor’s or manufacturer’s restocking fees concerning the specialty item(s) shall be communicated and approved by customer upon receipt of the purchase order.

m) Purchasers will assume the cost of special deliveries requiring a boom truck, or forklift (when not available at the delivery site).

n) 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.

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

3. REPORTING REQUIREMENTS

Ongoing quarterly customer usage reports will be an important factor impacting in the decision to extend or renew a contract(s). Therefore, contractors 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.

CONTRACTOR PERFORMANCE

a) 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.

b) 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.

c) 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. Contractor(s) will not however be liable for defects resulting from improper installation by purchaser.

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.

PRICING AND ADJUSTMENTS

The percent discount bid will remain firm throughout the term of the contract. 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(s) shall immediately notify the State Procurement Officer of any such contracts entered into by contractor(s). If a 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 reserves the right to terminate that vendor’s contract.

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 without prior approval by purchaser.

WARRANTY(IES)

a) Without prior approval from purchaser, all materials or equipment provided shall be new, unused, of the latest model or design and of recent manufacture.

b) Unless otherwise specified, contract purchases will carry the manufacturer’s standard warranty following 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.

c) 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.

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.

MANUFACTURERS LIST PRICING

Upon mutual agreement with the Contractor(s), the state reserves the right to acquire manufacturers’ list pricing information from sources other than the i2 Tra-Ser Pro Price Directory to be used as the basis for establishing contract pricing.

Contractor Information

|Contractor: |Ferguson Enterprises |

|Contract Administrator: |Mike Kain |

|Phone: |(425) 742-4748 |Fax: |(425) 742-5060 |

|Email: |michael.kain@ |Web address: |. |

|Contract Administrator: |Jim Graalman |

|Phone: |(858) 627-2174 |Fax: |(858) 505-8119 |

|Email: |jim.graalman@ |Web address: |. |

| | |

|Contract Administrator: |Todd David |

|Phone: |(503) 705-0644 (Mobile) |Fax: | |

|Email: |todd.david@ |Web address: |. |

|Customer Service |(206) 767-7700 | |

|Federal ID No.: |54-1211771 |Supplier No.: |27245 |

|Payment address: |Ferguson Enterprises |Order placement: |Nearest Branch |

| |12710 Collection Ctr. Drive | | |

| |Chicago, Ill 60693 | | |

| |* Remit payment with | | |

| |branch # indicated | | |

|Ordering procedures: |Contact nearest service center in your region |

|Shipping: |(FOB) destination |Freight: |Prepaid and included |

|Credit card acceptance: |Visa, MasterCard, American Express |

|Minimum orders: |No minimum order |

|Delivery time: |Standard products shall be delivered within five (5) 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. |

|Prompt Payment terms: Not applicable to |2% net 30 days |Online Order Discount: |0% |

|Credit Card Purchases | | | |

|Cooperative Purchasers: |WSPC |(DASCPP/ORCPP) |Nonprofit |

| |Yes |Yes |Yes |

Service Centers

|Northwest |Store 1 |Store 2 |Store 3 |

|Store Name: |SEATTLE |AUBURN |KENT |

|Street Address: |7115 W.MARGINAL WY SW |3532 B STR NW |8528 SOUTH 222ND STR. |

|City, State Zip Code: |SEATTLE, WA. 98106 |AUBURN,WA. 98001 |KENT, WA. 98031 |

|Phone: |206-767-7700 |253-804-3436 |253-437-5141 |

|FAX |206-767-1752 |253-804-9197 |253-437-5142 |

|Store Manager: | | | |

| |MARK PATTON |NANCY ORTON |DAN LYNCH |

| |Store 4 |Store 5 |Store 6 |

|Store Name: |BELLEVUE |EVERETT |BELLINGHAM |

|Street Address: |1700 132ND AVE NE |1012 132ND SW |4318 PACIFIC HWY |

|City, State Zip Code: |BELLEVUE, WA. 98005 |EVERETT, WA. 98204 |BELLINGHAM, WA. 98226 |

|Phone: |425-641-5700 |425-742-4748 |360-733-3222 |

|FAX |425-641-1559 |425-742-5060 |360-733-3492 |

|Store Manager: | | | |

| |LARRY ANDERSON |CHUCK TURNER |CASEY LYONS |

| |Store 7 |Store 8 |Store 9 |

|Store Name: |BURLINGTON |WOODINVILLE |PUYALLUP |

|Street Address: |2010 PARK LN |13716 NE 177TH PL |15916 99TH AVE, COURT E |

|City, State Zip Code: |BURLINGTON, WA. 98233 |WOODINVILLE, WA. 98072 |PUYALLUP, WA. 98375 |

|Phone: |360-757-9794 |425-483-8800 |253-864-9300 |

|FAX |360-757-1185 |425-485-4437 |253-841-2386 |

|Store Manager: | | | |

| |JOE SCELZI |JEAN CORDOVA |DEREK FOX |

| |Store 10 |Store 11 |Store 12 |

|Store Name: |BALLARD | | |

|Street Address: |1201 WEST NICKERSON | | |

|City, State Zip Code: |BALLARD, WA. 98119 | | |

|Phone: |206-352-6706 | | |

|FAX |206-352-6707 | | |

|Store Manager: | | | |

| |TERRY WATKINS | | |

|North Central |Store 1 |Store 2 |Store 3 |

|Store Name: |WENATCHEE |MOSES LAKE | |

|Street Address: |1907A N. WENATCHEE AVE |11824 WHEELER RD | |

|City, State Zip Code: |WENATCHEE, WA. 98801 |MOSES LK, WA. 98837 | |

|Phone: |509-662-1915 |509-764-2246 | |

|FAX |509-662-3115 |509-764-2264 | |

|Store Manager: | | | |

| |GREG EMERSON |TONY MCBRIDE | |

Service Centers

|Eastern |Store 1 |Store 2 |Store 3 |

|Store Name: |SPOKANE |NORTH SPOKANE | |

|Street Address: |2304 N DOLLAR RD |NORTH 10208 DIVISION ST | |

|City, State Zip Code: |SPOKANE, WA. 99212 |SPOKANE, WA. 99218 | |

|Phone: |509-534-6500 |509-467-8500 | |

|FAX |509-535-2592 |509-467-1259 | |

|Store Manager: | | | |

| |DANNY MILLER |DOUG CONDON | |

|South Central |Store 1 |Store 2 |Store 3 |

|Store Name: |PASCO |YAKIMA | |

|Street Address: |1130 W WASHINGTON |19 WEST MEAD | |

|City, State Zip Code: |PASCO, WA. 98301 |YAKIMA, WA. 98902 | |

|Phone: |509-545-2111 |509-575-7585 | |

|FAX |509-545-4779 |509-575-7583 | |

|Store Manager: | | | |

| |DANNY MILLER |TONY DAHL | |

|South West |Store 1 |Store 2 |Store 3 |

|Store Name: |VANCOUVER |LONGVIEW |CHEHALIS |

|Street Address: |5820 NE 121ST AVE |20 INTERNATIONAL WY |2537 NE KRESKY AVE |

|City, State Zip Code: |VANCOUVER WA 98682 |LONGVIEW WA 98362 |CHEHALIS WA 98532 |

|Phone: |360-892-0907 |360-425-5330 |360-748-0106 |

|FAX |360-892-7436 |360-4258457 |360-748-6273 |

|Store Manager:: | | | |

| |MIKE MORRIS |TY BAKER |JOHN JORGENSEN |

|Olympic |Store 1 |Store 2 |Store 3 |

|Store Name: |TACOMA |OLYMPIA |ABERDEEN |

|Street Address: |3517 PACIFIC HWY EAST |402 CARPENTER RD SE |100 INDUSTRIAL PRKWY |

|City, State Zip Code: |TACOMA WA 98424 |OLYMPIA WA 98503 |ABERDEEN WA 98520 |

|Phone: |253-922-9060 |360-943-7363 |360-532-7832 |

|FAX |253-922-2813 |360-754-9711 |360-538-0726 |

|Store Manager: | | | |

| |LARRY STANTON |MIKE WATERS |ALAN PARRISH |

| |Store 4 |Store 5 |Store 6 |

|Store Name: |BREMERTON |POULSBO |SEQUIM |

|Street Address: |1305 MARINE DR |26382 12 TREES LN NW |73 RUTHS PLACE |

|City, State Zip Code: |BREMERTON WA 98312 |POULSBO WA 98370 |SEQUIM WA 98382 |

|Phone: |360-479-9713 |360-598-3284 |360-681-8417 |

|FAX |360-479-9859 |360-598-1565 |360-681-8472 |

|Store Manager: | | | |

| |GARY HOGGINS |GARY HOGGINS |MIKE MCNEIL |

Service Centers

|State of Oregon |Store 1 |Store 2 |Store 3 |

|Store Name: |PORTLAND |BEAVERTON |CLACKAMAS |

|Street Address: |2121 N COLUMBIA BLVD |13625 SW FARMINGTON RD |14600 SE 82ND DRIVE |

|City, State Zip Code: |PORTLAND OR 97217 |BEAVERTON OR 97005 |CLACKAMAS OR 97015 |

|Phone: |503-283-3333 |503-644-3146 |503-655-1911 |

|FAX |503-283-3350 |503-643-5387 |503-657-4001 |

|Store Manager: | | | |

| |TIM UTHE |MIKE BRIGGS |BRIAN RONK |

| |Store 4 |Store 5 |Store 6 |

|Store Name: |GRESHAM |THE DALLES |SALEM |

|Street Address: |2181 SE THIRD STR |3875 CRATES WAY |2425 MCGILCHRIST SE |

|City, State Zip Code: |GRESHAM OR 97080 |THE DALLES OR 97058 |SALEM OR 97302 |

|Phone: |503-669-5455 |541-296-8889 |503-399-7473 |

|FAX |503-669-4666 |541-296-6559 |503-399-0052 |

|Store Manager: | | | |

| |TERRY HUTH |RON MERZ |RAY COLLINS |

| |Store 7 |Store 8 |Store 9 |

|Store Name: |TIGARD |EUGENE |BEND |

|Street Address: |9110 SW BURNHAM RD |3280 WEST FIRST |61390 S HWY 97 |

|City, State Zip Code: |TIGARD OR 97223 |EUGENE OR 97402 |BEND OR 97702 |

|Phone: |503-620-9211 |541-485-8611 |541-389-9965 |

|FAX |503-620-0351 |541-345-6904 |541-388-3631 |

|Store Manager: | | | |

| |DARRIN HAINEY |STEVE JOHNSON |BILL KELLY |

| |Store 10 |Store 11 |Store 12 |

|Store Name: |COOS BAY |ROSEBURG |MEDFORD |

|Street Address: |1875 N SIXTH STR |1580 GREEN SIDING RD |FOUR WEST 3RD STR |

|City, State Zip Code: |COOS BAY OR 97420 |ROSEBURG OR 97470 |MEDFORD OR 97501 |

|Phone: |541-266-8920 |541-679-5019 |541-773-4323 |

|FAX |541-266-8503 |541-679-9612 |541-776-0803 |

|Store Manager: | | | |

| |PAUL EUHUS |GREG HASSELTINE |BOB PLATT |

| |Store 13 |Store 14 |Store 15 |

|Store Name: |KLAMATH FALLS |CORVALLIS | |

|Street Address: |2851 BROADMORE STR |126 SW MCKENZIE AVE | |

|City, State Zip Code: |KLAMATH FALLS OR 97603 |CORVALLIS OR 97333 | |

|Phone: |541-885-4920 |541-757-4870 | |

|FAX |541-885-4938 |541-757-4893 | |

|Store Manager: | | | |

| |BRUCE BONNER |GEOF JAMES | |

Contract Pricing

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 list pricing information for the manufacturer’s incorporated into this contract. For more information see i2 Tra-Ser Pro at:



Contract pricing (Applies to plumbing goods supplied by the following manufacturers)

|i2 Tra-Ser Manufacturer |i2 UPC |Basis |Bid |

|ABS PUMPS INC. |15283 |List × |0.650 |

|ACORN ENGINEERING CO. (NEPTUNE) |645724 | |  |

|Stainless Steel |014P |List × |1.000 |

|All other ( cost plus percentage ) |645724 |Cost + |15% |

|AMERICAN STANDARD (FIXTURES) |33056 |List × |0.600 |

|AMERICAN STANDARD (BRASS PRODUCTS) |012611 |List × |0.600 |

|AMTROL, INC. |642031 |List × |0.530 |

|AQUA-PURE (Cuno) |16145 |List × |0.550 |

|ARMSTRONG INTERNATIONAL |697110 | | |

|F & T Traps, Thermostatic Traps |698P |List × |0.750 |

|Y- Strainers, Water Meter Vlvs, Foot Vlvs |671P |List × |0.750 |

|All other ( cost plus percentage ) |697110 |Cost + |15% |

|ARMSTRONG PUMPS |672807 |List × |0.700 |

|ASCO GENERAL CONTROLS |783150 |List × |0.900 |

|BELL & GOSSETT (ITT) |683328 | | |

|Circulating Pumps & Parts & Accessories |751P |List × |0.510 |

|All other ( cost plus percentage ) |683328 |Cost + |15% |

|BEMIS MFG. COMPANY |73088 |List × |0.560 |

|B-LINE SYSTEMS INC. |781011 |List × |0.360 |

|BOBRICK WASHROOM EQUIPMENT |716954 |List × |0.968 |

|BOCK WATER HEATERS, INC. |727284 |List × |0.670 |

|BRADFORD-WHITE CORPORATION |671632 | | |

|Electrical/Commercial Water Heaters |122P |List × |0.590 |

|Gas/Commercial Water Heaters |124P |List × |0.590 |

|Electrical/Residential Water Heaters |123P |List × |0.590 |

|Gas/Residential Water Heaters |127P |List × |0.590 |

|All other ( cost plus percentage ) |671632 |Cost + |15% |

|BRADLEY CORP. |950037 |List × |1.000 |

|BRASS CRAFT MFG./PLUMB SHOP DIV. |39166 |List × |0.350 |

|CHERNE INDUSTRIES, INC. |675115 |List × |0.750 |

|CHICAGO FAUCET COMPANY |611943 | | |

|Plbg Brass-Fcts, AccyTrim, Flgs, Fillers |055P |List × |0.533 |

|All other ( cost plus percentage ) |611943 |Cost + |15% |

|CMPR UNLIMITED (CARRIER,TRANE,YORK) |950103 |List × |0.625 |

|CRANE PLUMBING FIXTURES (FIAT DIV) |88754 | | |

|Vitreous China |017P |List × |0.575 |

|All other ( cost plus percentage ) |88754 |Cost + |15% |

|i2 Tra-Ser Manufacturer |i2 UPC |Basis |Bid |

|DELTA FAUCET CORP. |34449 | | |

|Plbg Brass-Fcts, AccyTrim, Flgs, Fillers |055P |List × |0.540 |

|All other ( cost plus percentage ) |34449 |Cost + |15% |

|DUNHAM-BUSH PRODUCTS |693008 |List × |0.650 |

|ELJER COMPANY |715562 | | |

|Vitreous China |017P |List × |0.630 |

|All other ( cost plus percentage ) |715562 |Cost + |15% |

|ELKAY/HALSEY TAYLOR |94902 | | |

|Drinking Fountains/Water Coolers |073P |List × |0.600 |

|Stainless Steel |014P |List × |0.515 |

|All other ( cost plus percentage ) |94902 |Cost + |15% |

|EMERSON-SWAN CO., INC. |950098 |List × |0.800 |

|ENFIELD INDUSTRIAL CORP. |950022 |List × |0.600 |

|FEBCO SALES INC. |643925 | | |

|Bronze BF Prvntr, Dbl/Dual Chkvlv Assy |681P |List × |0.350 |

|Iron BF Prvntr, Dbl/Dual Chkvlv Assy |682P |List × |0.350 |

|All other ( cost plus percentage ) |643925 |Cost + |15% |

|FIBER-FAB, INC. |47884 |List × |0.900 |

|FLOWSERVE CORPORATION (Durco/Duriron) |763309 |List × |0.800 |

|FLUIDMASTER, INC. |39961 |List × |0.520 |

|GOULD PUMPS, INC. |697666 |List × |0.520 |

|GROHE AMERICA, INC. |15976 |List × |0.585 |

|HAMMOND VALVE CORP. |84738 | | |

|Bronze Gate Valves |611P |List × |0.300 |

|Iron Gate Valves |612P |List × |0.300 |

|All other ( cost plus percentage ) |84738 |Cost + |15% |

|HAWS CORP. |611970 | | |

|Drinking Fountains/Water Coolers |073P |List × |0.675 |

|Emergency Safety Equip & Parts & Accy |913P |List × |0.700 |

|All other ( cost plus percentage ) |611970 |Cost + |15% |

|HAYWARD INDUSTRIAL PRODUCTS, INC. |746702 |List × |0.570 |

|HERCULES CHEMICAL COMPANY |32628 |List × |0.510 |

|IN-SINK-ERATOR |50375 | | |

|Commercial-Disposals & Parts |072P |List × |0.600 |

|Residential-Disposals & Parts |072P |List × |0.500 |

|All other ( cost plus percentage ) |50375 |Cost + |15% |

|JUST MFG. COMPANY |671035 |List × |0.600 |

|KOHLER PLUMBING PRODUCTS COMPANY |40688 | | |

|Commercial-Vitreous China |017P |List × |0.520 |

|Residential-Vitreous China |017P |List × |0.570 |

|Plbg Brass-Fcts, AccyTrim, Flgs, Fillers |055P |List × |0.570 |

|All other ( cost plus percentage ) |40688 |Cost + |15% |

|LEGEND |662545 |List × |0.600 |

|LIBERTY PUMPS, INC. |671812 |List × |0.580 |

|LOCHINVAR WATER HEATER CORP. |671650 |List × |1.000 |

|MAAX INC. |665558 |List × |0.510 |

|i2 Tra-Ser Manufacturer |i2 UPC |Basis |Bid |

|MANSFIELD PLUMBING PRODUCTS, INC. |46587 |List × |0.560 |

|MCDONALD, A Y PUMPS |53565 |List × |0.560 |

|MILWAUKEE ELECTRIC TOOL CORP |45242 |List × |0.890 |

|MOEN (DIV. OF STANADYNE) |26508 | | |

|Plbg Brass-Fcts, AccyTrim, Flgs, Fillers |055P |List × |0.540 |

|Stainless Steel |014P |List × |0.540 |

|All other ( cost plus percentage ) |26508 |Cost + |15% |

|MUELLER STEAM SPECIALTY |672837 |List × |0.450 |

|MUSTEE, EL & SONS |671031 |List × |0.590 |

|MYERS, F. E. |54128 |List × |0.570 |

|NIBCO INC. |39923 | | |

|Bronze Gate Valves |611P |List × |0.369 |

|Iron Gate Valves |612P |List × |0.369 |

|Iron Butterfly Valves |652P |List × |0.400 |

|All other ( cost plus percentage ) |39923 |Cost + |15% |

|OLSONITE CORP. (SWEDISH CRUCIBLE) |23799 |List × |0.500 |

|PASCO SPECIALTY & MFG. COMPANY |671451 |List × |0.595 |

|POWERS PROCESS CONTROLS |686408 |List × |0.700 |

|PRECISION PLUMBING PRODUCTS |729484 |List × |0.840 |

|RED-WHITE VALVE CORP. |670779 | | |

|Bronze Ball Valves |641P |List × |0.475 |

|Bronze Gate Valves |611P |List × |0.475 |

|All other ( cost plus percentage ) |670779 |Cost + |15% |

|REED MFG. CO. |757033 |List × |0.880 |

|RIDGID TOOL COMPANY |95691 | | |

|Hand Tools |976P |List × |0.850 |

|Power Tools, Drills & Bits |973P |List × |0.900 |

|All other ( cost plus percentage ) |95691 |Cost + |15% |

|ROMAC, INC. |950052 |List × |0.550 |

|RUUD WATER HEATERS |671656 | | |

|Electrical/Commercial Water Heaters |122P |List × |0.530 |

|Gas/Commercial Water Heaters |124P |List × |0.530 |

|Electrical/Residential Water Heaters |123P |List × |0.580 |

|Gas/Residential Water Heaters |127P |List × |0.580 |

|All other ( cost plus percentage ) |671656 |Cost + |15% |

|SLOAN VALVE COMPANY |671254 | | |

|Flush Valves & Parts |053P |List × |0.500 |

|Specialties - Faucets |056P |List × |0.529 |

|All other ( cost plus percentage ) |671254 |Cost + |15% |

|SMITH, AO CORP. |671657 | | |

|Electrical/Commercial Water Heaters |122P |List × |0.515 |

|Gas/Commercial Water Heaters |124P |List × |0.515 |

|Electrical/Residential Water Heaters |123P |List × |0.515 |

|Gas/Residential Water Heaters |127P |List × |0.515 |

|All other ( cost plus percentage ) |671657 |Cost + |15% |

|SMITH, JAY R., MFG. CO. |727753 |List × |0.500 |

|i2 Tra-Ser Manufacturer |i2 UPC |Basis |Bid |

|SPEAKMAN COMPANY (Apollo) |671252 |List × |0.600 |

|SPEARS MFG. COMPANY |54211 |List × |0.300 |

|SPIRAX SARCO, INC. |672804 |List × |0.800 |

|SUNROC CORP. |687696 |List × |0.640 |

|SWAN CORP. |671037 |List × |0.530 |

|SYMMONS INDUSTRIES, INC. |671256 |List × |0.540 |

|T & S BRASS & BRONZE WORKS INC. |671262 | | |

|Plbg Brass-Fcts, AccyTrim, Flgs, Fillers |055P |List × |0.535 |

|All other ( cost plus percentage ) |671262 |Cost + |15% |

|TACO PRODUCTS |687752 | | |

|Circulating Pumps & Parts & Accessories |751P |List × |0.575 |

|All other ( cost plus percentage ) |687752 |Cost + |15% |

|TURBOTORCH, DIV. OF VICTOR EQUIP. |716352 |List × |0.690 |

|VICTAULIC COMPANY OF AMERICA |688304 | | |

|Forged Steel Ftgs/Grooved Ftgs |520P |List × |0.310 |

|Copper Fittings (Pressure/Wrot) |544P |List × |0.495 |

|Stainless Steel |573P |List × |0.625 |

|Iron Butterfly Valves |652P |List × |0.625 |

|All other ( cost plus percentage ) |688304 |Cost + |15% |

|WALWORTH COMPANY |670725 |List × |0.900 |

|WARD MFG. |662467 |List × |0.420 |

|WATTS REGULATORS |98268 | | |

|Bronze BF Prvntr, Dbl/Dual Chk vlv Assy |681P |List × |0.340 |

|Iron BF Prvntr, Dbl/Dual Chkvlv Assy |682P |List × |0.340 |

|Vlv: PresRlf/PRV/PRDV/SftyRlf/Tempering |694P |List × |0.550 |

|All other ( cost plus percentage ) |98268 |List × |15% |

|WEIL-MCLAIN |672619 | | |

|Hydronic Systems, Boilers & Accy |155P |List × |0.750 |

|All other ( cost plus percentage ) |672619 |Cost + |15% |

|WILKINS OPERATIONS (ZURN IND.) |612052 |List × |0.540 |

|WOODFORD MFG. CO.(Cash Acme) |671090 |List × |0.600 |

|ZURN INDUSTRIES, INC. |670240 | | |

|Flush Valves & Parts |053P |List × |0.529 |

|Carriers, Drains & Grates |710P |List × |0.470 |

|All other ( cost plus percentage ) |670240 |Cost + |15% |

|i2 Tra-Ser Commodity |i2 UPC |Basis |Bid |

|The i2 TRA-SER manufacturers listed below will be used to establish contract pricing but contractor(s) may supply equivalent products as long |

|as established contract pricing is matched. |

|STRUT / CHANNEL & STRUT FTGS |668006 |List × |0.390 |

|STEEL PIPE - CONTINUOUS WELD |668101 |List × |0.740 |

|STEL PIPE ELEC RESISTANCE WELD |668104 |List × |0.740 |

|STEEL PIPE SEAMLESS |668107 |List × |0.740 |

|STEEL PIPE IMPORTED ELEC&CONT WELD |668128 |List × |0.740 |

|NO-HUB STANDARD PIPE & FTGS |668137 |List × |0.320 |

|CAST IRON THRD BLK PIPE FTGS |668146 |List × |0.230 |

|MALL IRON BLK THRD FTGS & FLGS Import |668173 |List × |0.140 |

|MALL IRON BLK THRD FTGS & FLGS Domestic |668173 |List × |0.220 |

|MALL IRON GALV THRD FTGS & FLGS Import |668176 |List × |0.140 |

|MALL IRON GALV THRD FTGS & FLGS Domestic |668176 |List × |0.220 |

|MALL IRON BLK UNIONS & UNION FTGS Import |668179 |List × |0.140 |

|MALL IRON BLK UNIONS & UNION FTGS Domestic |668179 |List × |0.220 |

|MALL IRON GALV UNIONS & UNION FTGS Import |668182 |List × |0.140 |

|MALL IRON GALV UNIONS & UNION FTGS Domestic |668182 |List × |0.220 |

|STEEL WELDED BLACK PIPE NIPPLES |668197 |List × |0.230 |

|STEEL WELDED GALV PIPE NIPPLES |668206 |List × |0.230 |

|CARBON STEEL STD WELDED FTGS |668227 |List × |0.130 |

|CARBON STL XTRA HVY WELD FTG |668230 |List × |0.140 |

|CARBON STEEL 150LB. FLANGES |668249 |List × |0.280 |

|FORGED CARBON STL O-LETS |668282 |List × |0.340 |

|SS FTGS & FLANGES CLASS 150/300 |668291 |List × |0.120 |

|COPPER/ACR/ALUM/CAPILLARY TUBING |668312 |List × |0.360 |

|BRASS SCH40 PIPE NIPPLES |668321 |List × |0.070 |

|CAST BRASS THREADED PIPE FTGS |668324 |List × |0.075 |

|WROT COPPER FITTING |668333 |List × |0.320 |

|CAST COPPER FITTING |668336 |List × |0.320 |

|ABS/DWV PLASTIC PIPE & FITTING |668357 |List × |0.220 |

|PVC/SCH-40 & 80 PIPE FTGS & NIPPLES |668369 |List × |0.200 |

|CPVC PIPE/NIPPLES & FTGS |668372 |List × |0.200 |

PERFORMANCE REPORT FOR

Purchasing & Contract Administration

To OSP Customers:

Please take a moment to let us know how our services have measured up to your expectations on this contract. Please copy this form locally as needed and forward to the Office of State Procurement Purchasing Manager. For any comments marked unacceptable, please explain in remarks block.

|Procurement services provided: |Excellent |Good |Acceptable |Unacceptable |

|Timeliness of contract actions | | | | |

|Professionalism and courtesy of staff | | | | |

|Services provided met customer needs | | | | |

|Knowledge of procurement rules and regulations | | | | |

|Responsiveness/problem resolution | | | | |

|Timely and effective communications | | | | |

Comments:

|Agency: | |Prepared by: | |

|Contract No.: |Document2 |Title: | |

|Contract Title: | |Date: | |

| | |Phone: | |

Send to:

Office of State Procurement

PO Box 41017

Olympia, Washington 98504-1017

PERFORMANCE REPORT FOR

CONTRACTOR PRODUCT/SERVICE

Complete this form to report problems with suppliers or to report unsatisfactory product or services. You are also encouraged to report superior performance. Agency personnel should contact suppliers in an effort to resolve problems themselves prior to completion and submission of this report.

Contract number and title: 03104 Plumbing Supplies

Supplier’s name: Ferguson Supplier’s representative:

|PRODUCT/SERVICE |

| |Contract item quality higher than required | |Damaged goods delivered |

| |Contract item quality lower than required. | |Item delivered does not meet P.O./contract specifications |

| |Other: | | |

|SUPPLIER/CONTRACTOR PERFORMANCE |

| |Late delivery | |Slow response to problems and problem resolution |

| |Incorrect invoice pricing. | |Superior performance |

| |Other: | | |

|CONTRACT PROVISIONS |

| |Terms and conditions inadequate | |Additional items or services are required. |

| |Specifications need to be revised | |Minimum order too high. |

| |Other: | | |

Briefly describe situation:

|Agency Name: |Delivery Location: |

|Prepared By: |Phone Number: |Date: |Supervisor: |

| | | | |

|Address: |Email: | | |

| | | | |

Send To:

David Scott

Contracts Specialist

OFFICE OF STATE PROCUREMENT

PO BOX 41017

OLYMPIA WA 98504-1017

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

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

Google Online Preview   Download