Loading...
HomeMy WebLinkAboutPW14-190 - Original - HD Supply Waterworks, Ltd. - Cloudy Street Water Main Replacement - 07/25/2014 y<af b cords KENT " Document CONTRACT COVER SHEET I This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: HD Supply Waterworks, Ltd Vendor Number: JD Edwards Number Contract Number: vht This is assigned by City Clerk's Office Project Name: Cloudy Street Water Main Replacement Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: 7/2 812 0 1 4 Termination Date: 10/28/14 Contract Renewal Notice (Days): N/A Number of days required notice for termination or renewal or amendment Contract Manager: Paul Johnson Department: PW Operations - Water Detail: (i.e. address, location, parcel number, tax id, etc.): Goods and Services Contract for pipe and appurtanences S:Publlc\RecordsManagement\Forms\ContractCover\adcc7832 1 11/08 KENT WwsHi"alary GOODS & SERVICES AGREEMENT between the City of Kent and HD Supply Waterworks, Ltd THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and HD Supply Waterworks, Ltd organized under the laws of the State of Washington, located and doing business at 602 Valley Ave. NE, Puyallup, WA 98372, Phone: (253) 840-8558/Fax: (253) 840-1141, Contact Larry Deford (hereinafter the "Vendor"). AGREEMENT I. DESCRIPTION OF WORK. Vendor shall provide the following goods and materials and/or perform the following services for the City: The Vendor shall supply pipe and appurtenances for the City's Cloudy Street Water Main Replacement Project. For a description, see the Scope of Work and Vendor's bid which is attached as Exhibit A and incorporated by this reference. Vendor acknowledges and understands that it is not the City's exclusive provider of these goods, materials, or services and that the City maintains its unqualified right to obtain these goods, materials, and services through other sources. II. TIME OF COMPLETION. Upon the effective date of this Agreement, Vendor shall complete the work and provide all goods, materials, and services within ninety (90) days. III. COMPENSATION. The City shall pay the Vendor an amount not to exceed Fifteen thousand, nine hundred twenty six dollars and fourty six cents (15,926.46), including applicable Washington State Sales Tax, for the goods, materials, and services contemplated in this Agreement. The City shall pay the Vendor the following amounts according to the following schedule: I I GOODS & SERVICES AGREEMENT - 1 (Over$10,000,00, including WSST) Vendor shall be paid after delivery of supplies and submittal of invoice. If the City objects to all or any portion of an invoice, it shall notify Vendor and reserves the option to only pay that portion of the invoice not in dispute. In that event, the parties will immediately make every effort to settle the disputed portion. A. Defective or Unauthorized Work. The City reserves its right to withhold payment from Vendor for any defective or unauthorized goods, materials or services. If Vendor is unable, for any reason, to complete any part of this Agreement, the City may obtain the goods, materials or services from other sources, and Vendor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Agreement price specified above. The City further reserves its right to deduct these additional costs incurred to complete this Agreement with other sources, from any and all amounts due or to become due the Vendor. B. Final Payment: Waiver of Claims. VENDOR'S ACCEPTANCE OF FINAL PAYMENT SHALL CONSTITUTE A WAIVER OF CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY VENDOR AS UNSETTLED AT THE TIME REQUEST FOR FINAL PAYMENT IS MADE. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor-Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Vendor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Vendor maintains and pays for its own place of business from which Vendor's services under this Agreement will be performed. C. The Vendor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Vendor's services, or the Vendor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Vendor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. GOODS & SERVICES AGREEMENT - 2 (Over$10,000,00, including WSST) E. The Vendor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Vendor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Vendor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. Either party may terminate this Agreement, with or without din the other art thirty 30 days written notice at its address set forth on cause, upon providing party Y ( ) Y the signature block of this Agreement. VI. CHANGES. The City may issue a written amendment for any change in the goods, materials or services to be provided during the performance of this Agreement. If the Vendor determines, for any reason, that an amendment is necessary, Vendor must submit a written amendment request to the person listed in the notice provision section of this Agreement, section XIV(D), within fourteen (14) calendar days of the date Vendor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Vendor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Vendor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Vendor shall proceed with the amended work upon receiving either a written amendment from the City or an oral order from the City before actually receiving the written amendment. If the Vendor fails to require an amendment within the time allowed, the Vendor waives its right to make any claim or submit subsequent amendment requests for that portion of the contract work. If the Vendor disagrees with the equitable adjustment, the Vendor must complete the amended work; however, the Vendor may elect to protest the adjustment as provided in subsections A through E of Section VII, Claims, below. The Vendor accepts all requirements of an amendment by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. An amendment that is accepted by Vendor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VII. CLAIMS. If the Vendor disagrees with anything required by an amendment, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Vendor may file a claim as provided in this section. The Vendor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Vendor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Vendor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY GOODS & SERVICES AGREEMENT - 3 (Over$10,000.00, including WSST) CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Vendor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Vendor is asserting a schedule change or disruption. B. Records. The Vendor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Vendor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Vendor's Dui to Complete Protested Work. In spite of any claim, the Vendor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Vendor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Vendor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). VIII. LIMITATION OF ACTIONS. VENDOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR VENDOR'S ABILITY TO FILE THAT SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. IX. WARRANTY. This Agreement is subject to all warranty provisions established under the Uniform Commercial Code, Title 62A, Revised Code of Washington. Vendor warrants goods are merchantable, are fit for the particular purpose for which they were obtained, and will perform in accordance with their specifications and Vendor's representations to City. The Vendor shall correct all defects in workmanship and materials within one (1) year from the date of the City's acceptance of the Contract work. In the event any part of the goods are repaired, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for one (1) year from the date such correction is completed and accepted by the City. The Vendor shall begin to GOODS &SERVICES AGREEMENT - 4 (Over$10,000,00, including WSST) correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Vendor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Vendor shall pay all costs incurred by the City in order to accomplish the correction, X. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Vendor, its sub-contractors, or any person acting on behalf of the Vendor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Vendor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. XI. INDEMNIFICATION. Vendor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Vendor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Vendor's work when completed shall not be grounds to avoid any of these covenants of indemnification. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE VENDOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event Vendor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Vendor's part, then Vendor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Vendor's part. The provisions of this section shall survive the expiration or termination of this Agreement. XII. INSURANCE. The Vendor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit Exhibit B attached and incorporated by this reference. XIII. WORK PERFORMED AT VENDOR'S RISK. Vendor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary ,for that purpose. All work shall be done at Vendor's own risk, and Vendor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. GOODS & SERVICES AGREEMENT - 5 (Over$10,000.00, including WSST) XIV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XI of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Vendor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Vendor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Vendor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. GOODS & SERVICES AGREEMENT - 6 (Over$10,000.00, including WSST) I. City Business License Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. J. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. VENDOR: CITY OF KENT: By: B . // //(signature) J `" signature) Print Name: (�a�P�vim hllrr��' MintJarrie: Suzette Cooke Its `! r C'A, r J Its. Ma or (title) DATE:— NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: VENDOR: CITY OF KENT: Larry Deford Timothy J. LaPorte, P.E. HD Supply Waterworks, Ltd. City of Kent 602 Valley Ave. NE 220 Fourth Avenue South Puyallup, WA 98372 Kent, WA 98032 (253) 840-8558 (telephone) (253) 856-5500 (telephone) (253) 840-1141 (facsimile) (253) 856-6500 (facsimile) APPROVED AS , O F A . I i Kent Law Department [m this field,you may enter the electronic filepoth where the contract has been saved] GOODS & SERVICES AGREEMENT - 7 (Over$10,000.00, including WSST) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 1 of 3 i CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 I SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 2 of 3 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date), between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 of 3 EXHIBIT B INSURANCE REQUIREMENTS FOR SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. I i EXHIBIT B (Continued ) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. I E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. A�O® OATEJ2014D f V) CERTIFICATE OF LIABILITY INSURANCE 05127/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policy(ies) must he endorsed. If SUBROGATION IS WAIVED,subject to , the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the j certificate holder in lieu of such endorsement(s). CONTACT PRODUCER NAME, MARSH USA,INC. PHONE FAX TWO ALUANCE CENTER Ex AIC No: !CNo t: 3560 LENOX ROAD,SUITE 2400 ADDRESS, ATLANTA,GA 30305 INSURERS AFFORDING COVERAGE NAIC p Alin:HDSupply.cerbequeslQmarsh.com or fax 212.948,1142 775978-HD-GAWX-1314 WATER INSURER A: Illinois NaOonal Insurance Company 23817 INSURED INsuRER B; New Hampshire ins Company 23841 HD SUPPLY,INC. - NIA CUMBERLAND CENTER II INSURER C: N/A 3100 CUMBERLAND BOULEVARD INSURER D; Natlonal Union Fire Ins Cc Pifisburgh PA 19445 ATLANTA,GA 2033E INSURERE: INSURER F: COVERAGES CERTIFICATE NUMBER: ATL-003196472-05 REVISION NUMBER:2 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR ADD SUBR POLICYEFF POLICYEXP LIMITS LTR TYPE OF INSURANCE POLI YNUMBEft MMIDDfYNYY MMIDO D GENERALLIABILITY GL5302603 V OM012013 0813012014 EACH OCCURRENCE $ 2,000,W0 DA GETORENTEO 1,000,000 X COMMERCIAL GENERAL LIABILITY PREMIS cfE rtence $ GLNMSAIADE a OCCUR MED EXP(Any one person) S 50,000 PERSONAL&AOV INJURY $ 2000000 — 6,000,WO I GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPlOP AGE $ 4,000,000 X POLICY PRO-T. LOC $ D AUTOMOBILE LIABILITY CA 6403848(AOS) OBI3012013 08130l2014 Ea aoeld.MSINGLE LIMIT 5,p00,0 B X ANYAUTO CA 6403849(MA) OB13012013 0813012014 BODILY INJURY(Per person) $ D AUTOONMED AUTOESULED CA 6403850(VA) OBf3012913 0813012014 BODILY INJURY(Per acGtlenp $ IN PROPERTY DAMAGE $ HIRED AUTOS ADTDB Peraccident Self Insured Phy Dmg $ UMBRELLA LIAR OCCUR EACH OCCURRENCE S EXCESS LIAR CLAIMS-MADE AGGREGATE 5 DED RETENTION S B WORKERS COMPENSATION WC 079331602(ADS) OB13012013 0813012014 X WC STATU- OTH- ANDEMPLOYERS'LIABILITY YIN WC 079331603 CA 0813012013 0813012014 1,000,000 D ANY PROPRIETORIPARTNER/EXECUTIVE ( ) E,L.EACH ACCIDENT $ OFFICEPoMEMBER EXCLUDED? NIA WC 079331604(FL) OBI3012013 0813012014 1,000,WO A (Mandatory In NH) E.L.DISEASE-FA EMPLOYE $ If yes,describe under WC 079331608(MA,WI&MONO EL) 0813012013 0813012014 E.L DISEASE-POLICY LIMIT $ 1,000,000 B DESCRIPTION OF OPERATIONS We" . T DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) CITY OF KENT IS INCLUDED AS AN ADDITIONAL INSURED IF REQUIRED BY WRITTEN CONTRACT ON THE ABOVE GENERAL LIABILITY AND AUTOMOBILE LIABILITY POLICIES,BUT ONLY WITH RESPECT TO LIABILITY ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED.THIS INSURANCE IS PRIMARY AND NONCONTRIBUTING ONLY IF REQUIRED BY WRITTEN CONTRACT,WITH RESPECTS TO GENERAL LIABILITY ONLY, CERTIFICATE HOLDER CANCELLATION CITY OF KENT SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 400 WEST BOWE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN KENT,WA 98032 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE i of Marsh USA Inc, Manashi Mukherjeahr1"c�- ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010105) The ACORO name and logo are registered marks of ACORD i AGENCY CUSTOMER ID: 775978 LOD#: Atlanta ' �® ADDITIONAL REMARKS SCHEDULE Page 2 of 3 AGENCYCY NAMEDINSURED MARSH USA,ING, HD SUPPLY,INC. CUMBERLAND CENTER II POLICY NUMBER 3100 CUMBERLAND BOULEVARD ATLANTA,GA 30339 CARRIER NAIC CODE EFFECTIVE GATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance — Workers Compensation Carvers Continued: Carder,New Hampshire Insurance Company PolicyN:WC 079331605 Effective Dales:0 813012013-0813GI2014 Workers Compensation Limits:Statutory EL Each Accident-$1,000,000 EL Disease-Policy Limit-$1,000,000 EL Disease-Each Employee-$1,000,000 Slates Covered:AK,A2,GA,VA Carrier.New Hampshire Insurance Company Policy A WC 079331606 Effective Dales:08I30/2013-08/3012014 "'Mars Compensation Limits:Statutory i 'ach Actidenl-$1,000,000 Disease-Policy Limit-$1,000,000 EL Disease-Each Employee-$1,000,000 States Covered:IL,KY,NC,NH,UT,VT Carder New Hampshire Insurance Company Policy if,WC 079331607 Effective Dates,08130/2013-08/30/2014 Workers Compensation Limits;Statutory EL Each Accitlent-$1,000,000 EL Disease-Policy Limit-$1,000,000 EL Disease-Each Employee-$1,000,000 Stales Covered:NJ,PA HD SUPPLY INSUREDS"` HD Supply,Inc,Entity List HDS Holding Corporation HD Supply,Inc. HD Supply Holdings,LLC ICI HD Supply GP&Managemen41nc. HO Supply Management,Inc, HD Supply Support Services,Inc. Brafasco Holdings II,Inc. Srafasm Holdings,Inc. LBM Holdings,LLC. Creative Touch Inledors,Inc. HO Supply IntadorSoiuBons Pr)Supply Canada Inc. tupply Industrial Solutions ACORD 101 (2008101) ©2008 ACORD CORPORATION, All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 775978 LOC#: Atlanta f►�® ADDITIONAL REMARKS SCHEDULE Page 3 of 3 AGENCY NAMED INSURED 'i.. MARSH USA,INC. HD SUPPLY,INC. CUMBERLAND CENTER II POLICY NUMBER 3100 CUMBERLAND BOULEVARD ATLANTA,GA 30339 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance HD Supply Chadtable Fund,Inc. HD Supply Construction Supply Group,Inc. HO Supply Construction Supply,Ltd, HD Supply Construction&Industrial HD Supply Distribution Services,LLC HIS Supply Hardware Solutions HD Supply Facilities Mantenance Group,his. HD Supply Facilities Maintenance,Ltd, HD Supply Facilities Maintenance HD Supply Mult1famliy Solutions HD Supply Maintenance Solutions HD Supply Hospitality Solutions HD Supply Healthcare Solutions HD Supply Government Solutions HDS Power Solutions,Inc. HD Supply PotverSolutions Group,Inc. HD Supply Repair&Remodel,LLC HD Supply Home improvement Solutions Contractors Warehouse HD Supply Ullilties Group,Inc. HD Supply Power Solutions,Ltd. HD Supply Pow Solutions HD Supply Watermarks Group,Inc. HD Supply Waterworks,Ltd. HD Supply Watenrorks HO Supply Fire Protection HD Supply Fusible Piping HD Builder Solutions Group,LLC HDS IP Holding,LLC HSI IP,Inc. HD Supply Panama,SA NHDSA LLC NHDSA Holding,LLC ProValue,LLC While Cap Construction Supply,Inc. HD Supply International Holdings,Inc. HD Supply International Holdings II,LLC HD Supply(Hong Kong)Limited HD Supply India Private Limited HD Supply(Shanahan)Company Limited Pro Canadian Holdings I,ULC Salhelt Supply Southwest,S.A.do C.V. HD Supply FM Services,LLC ACORD 101 (2008101) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ENDORSkmENT.4i This endorsement, affective 12V A,M, OB/30{2013 forms a part of Policy No. CA 640-38-48 issued to ' HD SUPPLY, INC By NATIONAL-UNION FIRE INSURANCE COMPANY OF PI'rTSBURGt 1, PA ADDITIONAL INSURED-WHERE REQUIRED UNDER CONTRACT OR AGREEMENT-. This endorsement mddifies insurance provided under the following: BUSINESS,AUTD'CDVERAGE FORM • SeyEtlULt: ADDITIONAL INSORED 'ANY PERSON OR ORGANIZATION FOR WHtlM YOU:•A DDITIOTRACTU REDLLY BOUNDS BUT WRITTEN CONTRACT OR AGREEMENT T0,PF30VIDE ADDITIDNAL INSURED STATUS BUT ONLY TO THE EXTCNT OF SUCH PERSON OR ORGANIZATIONS LIABILITY ARISING OUT OF THE USE OF A COVERED "AUT(r. I. SECTION Ii-LIABILITY COVERAGE, A. CoJeragp, 1. --Whd ls,Insured,is amended to add; 1 d, Any person or organization, shown In the soheduie.above,to whom you become obligated to include as 8n oadittonal inaurod under this policy, as a result of any contract or agreement you enter inio which requires you to furnish insurance to that person or organization of the type provided by this poicy,cut only with`rsspeoi to liability arising out of use of a covered "augo",. Howevsr,the.insurance provided will not exceed the lesser of, 111 The coverage and/or limits of this ptillcy, or 121 The coverage and.or limits required by s6id eontradtOr agreement. ufhorix sankative a7950(10/06) li I I POLICY NUMBER: GL $30-26-03 COMMERCIAL GENERAL.LIABILITY 00 26 70 0413 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Pomills) Or Or anization1sl L2optlon{sI Of Covered Operations ANY PERSON OR ORGANIZATION FOR WHOM YOU PER THE CONTRACT OR AGREEMENT. ARE PERFORMING OPERATIONS WHEN YOU AND SUCH PERSON OR ORGARIZATION HAVE AGREED IN WRITING IN A CONTRACT OR AGREEMENT THAT SUCH PERSON OR ORGANIZATION BE ADDED AS AN ADDITIONAL INSURED ON YOUR POLICY. Infarmation required to complete this Schedule, if not shown above, will be shown in the Declarations. CG 26 10 04 13 0 Insurance Services Office, Inc., 2012 Paga1 02 f7 A. Section II - Who Is An Insured is amended to or 'property damagW occurring after: include as an additional Insured the person(s)Or 11. Ali work,. including materials, parts or organization(s) shown in the Schedule, but only equipment furnished In conneetton with such With respect to liability for "be.dilyy injuty.", work, on the project (other than service, "property damage" or "personal and advertising maintenance or repairs) to be performed by injury" caused, in whole or in part, by: or an behalf of the additional insureds) at 1. Your acts or omissions;or the location of the covered operations has been completed; or 2. The acts or omissions of those acting on 2. That portion of "your work" out of which your behalf; the injury or damage arises has been Out to in the performance of your.ongoing operations its intended use by any person or for tho additional insured(s) at the locatiJanIsl organization other than another,contractor or designated above. subconfractor engaged in performing However: operations for a principal as a part of the 1. The insurance afforded to such additional Sarno Project. insured.anly applies to the extent permitted G, With respect to the insurance afforded to these by law; and additional insureds, the following is .added to 2. if coverage provided to the additional Soctibn III• Limits Of Insurance: insured is required by a contract or If coverage provided to the additional insured is agreement, the insurance afforded to such required by a contract or agreement, the most additional insured will not be broader than we will pay on behalf of the additional insured that which you are required by the contract is the amount of insurance: or agreement to provide for such additional t. Required by the contract or agreement;or insured. 2. Avallable under the applicable Limits of 0. With.respect to the insurance afforded to these Insurance:shown in the Declarations; additional insureds, the following additional 'which'evar is less. exclusions apply: This insurance does not apply to "bodily injury" This 'endoraorhont shall not increase the ,I applicable Limits of Insurance shown In the Declarations. Page 2 of 2 0 Insurance Services Office, Inc.; 2012 GG 20 1004 13 I POLICY NUMBER: GL630-26-03 COMMERCIAL GENERAL LIABILITY CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modlfles.insuranoe provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(6) Oro anlaation S Location And Description Of Completed Operations ANY PERSON OR ORGANIZATIONFOR.WHOM PER THE CONTRACT OR AGREEMENT YOU ARE PERPORMINO OPERATION$WHEN YOU AND SUCH PERSON OR ORGANIZATION HAVE AGREED IN WRITING IN A CONTRACT OR AGREEMENT THAT SUCH PERSON OR ORGANIVATION BE ADDED AS.AN At7EITIONAL INSURED ON YOUR POLICY !information re ulred to complete this Schedulo,if not shown above,will be shown in tho Declarations, A. Section II --Who Is An Insured is amended to B. with respect to the insurance .afforded to these include as an additional insured the parson(s) or additional insureds, the following Is added to ,9anization(s) shown.in the Schedule, but only Section III—Limits Of insurance: with respeot to liability for 'bodily Injury' or If coverage provided to the additional Insured Is property damage°caused,in whole or in part, by required by a contract or agreement, the most we "your .work" at the location designated and will pay on behalf of the additlonal insured Is the described_ in the Schedule of this endorsement amountofinsurance: Performed for that additional insured and 1 Required by the contract or agreement;or included in the "produots-completed operations hazard". 2. Available under the applicable Limits of However: Insurance shown In the Declarations; 1. The insurance afforded to such additional whichever is less, insured only applies to the extent permitted This endorsement shall not increase the applicable by law;and Limits of Insurance shown In the Declarations., 2. If coverage provided to the additional insured Is requited by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you. are required by the, contract or agreement to provide for such additional Insured. CG TO 37 0413 C.Insurance Services Office,Inc.,2012 Page f of 1 it I THIS ENDORSEMENT CHANGES THE POLICY: PLEASE READ IT CAREFULLY. ENDORSEMENT. # This endorsement, effective 12t01 AM, 0 8/3 012 01 3 forms a part of i Polley No: CA 840-33-4G issued to 'HD SUPPLY,:INC By: NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA LIMITER ADVICE OF CANCELLATION PROVIDED VIA E-tJIAIL TO ENTITIES OTHER iiHIAN THE FIRST;NAM90 INSURED i This policy Is.amended as follows. ( In the event that ilia Insurer cancels this policy for any reason other than non-payment of premium, and 1. the cancellation.bff active date is prior to this pcllcy's expiration date; 2: the First Named Insured is under an existing contractual obligation to notify a I certificate holder when this policy is canceled lhereinafter, the "Certificate 3 Holderls)") and has provided to the Insurer, either directly or through Its broker of record,the email address of a contact at each such.entity; and 3. the Insurer received thha. Information.after the,First Named Insured receives notice of .cancellation of this .policy and prior to this policy's cancellation effective date,.vla.an electronic Spreadsheet that is acceptable to the Insurer, the Insurer wlli provide advice of cancellation '(the: "Advice")•via e-mall to sash such Certificate Holders within [301'days after the,First Named Insured provides such information to the Insurer; provided, However, that if a specific number of days is not stated above, then the Advice will be provided to such Certiffebte Hdtder(s). as soon as reasonably' practicable after the First Named insured provides such information to the Insurer. Proof of the Insurer emalling the Advice,Using the infdrhiaticin pirovidad'hy the First Named Insured, will serve as proof that the insurer has fully setisfied.fts obligations under this endorsement. i 7hls endorsement does not affect, fn any way, coverage provided under this policy or the cancellation of this policy nr the effective data thereof, 'odr shall this endorsement Invest any rights in any entity not Insured under this policy. The following Definitions apply to this endorsembritr 1, First Named Insured means the Named Insured shown on the Deolaratione Page of this policy. 2. Insurer means the insurance company shown in the header on the Declarations page •- of this policy. 107414 (03/11) • I All other terms, oonditrons and exclusions shall remain' the same. AAA 74rtthorizad Represctita�vo 1 • t i 107414 (03111) I THIS ENDORSEMENT CHANGES T14E POLICY. PLEASE READ IT CAREFULLY. ENDORSEMENT # This endorsement, effective 12:01. A.Mi 0843012013 forms a part of Policy No, GL 530-20-03 issued to HD SUPPLY, INC. By: NATIONAL UNION! FIRE INSURANCE COMPANY OP PIT`i"SBURGH, PA LIMITED ADVICE OF CANCELLATION PROVIDED VIA EMAIL TO ENTITIES OTHER THAN THE FIRST NAMED INSURED This policy is amended as follows: In the event that the Insurer cancels this policy foe any reason other than non-payment of premium, and 1. the cancellation effective datA is prior to this policy's expiration date; 2. the First Named Insured is undor an existing contractual obligation to notify a certffloate holder whan this policy is canceled (hereinafter, the "Cerrtifica a Holders)") and has provided to tho-Insurer, either directly or through its broker of record, the.email address of a contact at each such entity; and 3, the Insurer received'this €nfo'rmat€on after the First Named Insured'recolvas notice of caneell'ation of this policy and 'prior to this policy's cancellation effective data,via;on electronic s*adsheet that fs acceptable to the Insurer, the Insurer will provide advice of cancellation (the "Advice") via a-mall to sech such Certificate Holders within I,,34 I days after the First Named Insured provides such Informat€on to the Insurer;.provided, howevorr that: If a speeif€o number of days is not stated above, then the Advice will be provlded.to such Certificate Holdsr(s) as soon no reasonably practicable after the First Namdd Insured provides such information to the l€isueer, Proof of the insurer emafling the Advice, usinU the information,provided by the First Named insured, will serve as proof that the Insurer has fu€Iy satlsfibd its obligations undor this endorsement. This endorsement does not affect, in any way, coverage provided under ihls policyot the cancellation of this policy or the effectivo elate thereof, nor shall this endorsement invest any rights in any entity not Insured under this policy, The following Definitions apply to this endorsement, 1. First Named Insured means the Nakned Insured shown on,tho'Daaiarations Pape of this policy. 2, Insurer means the Insurance company shown In the header on the Declarations pogo of this policy. All other terms, condltions and exclusions shall remain the same. i 107414 (03111) —OX uthisrized�P�Represe - i3tativa i 107414 (03/11) i I 'THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement changes the policy to which it is attached effective on the Inception date of the policy unless a different data Is indicated below, (Tho fallowing"etiaohing otause" need be completed only when this ondarsement N Issued subsequent to prerew lon of the policy). This endorssmeri, effective 12:0t AM 08130/2013 forms,a part of Policy No. WC 079-33-1 02 i Issued to HD SUPPLY, INC. ey NEW HAMPSHIRE INSURANCE COMPANY LIMITED ADVICE OF CANCELLATION PROVIDED VIA r--MAIL TO ENTITIES OTHER THAN THE NAMED INSURED (WORKERS' COMPENSATION ONLY) This policy is amended,as follows: In the event that the Insurer cancels this policy for any reason other than non-payment of premium, and 1. the canoeltatton effective date is prior to this policy's expiration date; 2. the Named Insured or, If applicable, any other employers named in Item 1 of the Information Page is under an existing contractual obligation to notify a certificate holder when this policy is canceled (hereinafter, the "Certificate Holder(s)") end the Named insured has provided to the Insurer, either directly or through its broker of record,the email address of a.coRtact at each such entity; and 3. the Insurer recelved this information after the Named Insured.receives notice of cancellation of this policy and prior to this policy's cancellation effective date,.vla an electronic spraadsheet that Is acceptable to the Insurer, the insurer will provide advice of cancellation (the"Advice") vla a-melt to each such Certificate Holders within 30 days after the Named Insured provides such information to the Insurer; provided, however, that if a specific number of days is not stated above, then the Advlco will be provided to such Certificate Holder(s) as soon as reasonably practicable after the Named Insured provides such information to the Insurer. Proof of the Insurer emeiling the Advice, using the Information provided by the Flrsl Named Insured, will serve as proof that the insurer has fully satfs1led its:obligatlons:under this endorsement. This endorsement does not affect, in any way, coverage provided under this policy or the cancellation of this policy or the effective date thereof, nor shall this endomOrnenl.Invest any rights in any entity not Insured under this policy. The following definitions apply to this endorssmentr 1. Named Insured means the insured first.named employer in Item 1 of the Information Page of this policy. 2. Insurer means the insurance oampany shown In the header on the Information Page of this policy, All other terms, conditions and,exclusions shall remain the same. AUTHORIZED NEPRESENTATIVE WC 99 00 56 (Ed. 04111) i i Run Date 7/15/14 HD SUPPLY WATERWORKS, LTD. Entered by: 8JD CITY OF KENT PUYALLUP WA PUYALLUP BRANCH 602 Valley Ave NE ACCOUNTS PAYABLE Puyallup WA 98372 220 4TH AVE S Telephone : 253-840-8558 KENT WA 98032 Fax: 253-840-1141 Telephone : 253-856-5230 Fax: 253-856-6200 7/15/14 Bid ID: 3892319 CLOUDY ST. Page 1 Sell Net Extended Line Quantity Per Description Price Price 10 308 FT 8 TJ CL52 DI PIPE C/L 19 .40 5 , 975 . 20 30 1 EA 8X8 FLG TEE (I) C/L DI C110 266 . 00 266 . 00 40 1 EA 8X8 FLG CROSS (I) C/L DI C110 326 . 50 326 . 50 50 1 EA 8X6 MJXFL TEE (I) CP DI C153 124 .45 124 .45 70 2 EA 8 F6106 MJXFLG RW GV OL L/ACC 769 . 65 1, 539 . 30 CLOW GATE VALVE EPDXY COATED W/STAINLESS STEEL BOLTS & NUTS 80 5 EA 8 F6102 FLG RW GV OL ON 799 . 35 3 , 996 . 75 CLOW GATE VALVE EPDXY COATED W/STAINLESS STEEL BOLTS & NUTS 90 1 EA 6 F6106 MJXFLG RW GV OL L/ACC 492 . 55 492 . 55 CLOW GATE VALVE EPDXY COATED W/STAINLESS STEEL BOLTS & NUTS 110 4 EA 8X6 FLGXMJ REDUCER FB DI C110 157 . 19 628 . 76 120 1 EA 8 BLIND FLANGE (I) DI C110 82 . 08 82 . 08 130 2 EA 8 MJ L/P SLEEVE (I) CP DI C153 91 . 20 182 .40 140 3 EA 6 MJ L/P SLEEVE (I) CP DI C153 55 . 79 167 . 37 150 1 EA 4 MJ CAP (I) CP DI C153 13 . 95 13 . 95 170 1 EA 4 MJ REGULAR ACC SET (I) 13 . 25 13 . 25 180 8 EA 8 MJ REGULAR ACC SET (I) 20 . 50 164 . 00 190 10 EA 6 MJ REGULAR ACC SET (I) 18 . 15 181 . 50 200 7 EA 8X1/8 FLG RING RR GASKET 1 . 60 11 . 20 210 7 EA 8 ZINC PLTD HEX BOLT & NUT KIT 6 . 75 47 . 25 220 1 EA 6X1/8 FLG RING RR GASKET 1 . 15 1 . 15 230 1 EA 6 ZINC PLTD HEX BOLT & NUT KIT 6 . 75 6 . 75 250 3 EA 202S-0905 RM 8X1IP DS SAD 72 . 75 218 . 25 8 , 63-9 . 05 OD 260 3 EA F500-4-NL 1 CORP STOP MIPXMIP 35 . 35 106 . 05 NO LEAD Subtotal: 14,544 .71 Tax. 1,381.75 Bid Total: 15, 926.46