Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2012-024Temp. Reso. #12155 January 19, 2012 Page 1 of 3 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2012- d A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA UTILIZING THE CITY OF DEERFIELD BEACH BID NUMBER 2010-11/50, ENTITLED "WATER METER FITTINGS AND WATER LINE ACCESSORIES" ISSUED ON BEHALF OF THE SOUTHEAST FLORIDA GOVERNMENTAL PURCHASING GROUP AS RENEWED FOR THE PERIOD OF JULY 1, 2011 THROUGH JUNE 30, 2012; AUTHORIZING THE PURCHASE OF WATER METER FITTINGS, WATER LINE ACCESSORIES AND METER BOXES IN AN AMOUNT NOT TO EXCEED $60,000.00; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac Utilities Department requires water meter fittings, water line accessories and meter boxes for the installation of new water service lines and the replacement and repair of existing water service lines; and WHEREAS, the City of Deerfield Beach, Florida, as lead agency for the Southeast Florida Governmental Purchasing Group, has renewed Bid Number 2010-11/50 ("Exhibit 1 ") for the purchase of water meter fittings, water line accessories and meter boxes for the period of July 1, 2011 through June 30, 2012 to HD Supply Waterworks, LTD; Ferguson Enterprises, Inc.; Sunstate Meter & Supply, Inc.; A & B Pipe and Supply, Inc.; Lehman Pipe & Plumbing; MSC Waterworks Co., Inc.; Municipal Water Works, Inc.; and United States Construction Supply; and WHEREAS, the City of Tamarac Code Chapter 6, "Finance & Taxation, Article V, "Purchasing Procedures", Section 6-155 provides for the waiver of purchasing procedures for all supplies, materials and equipment which are the subject of contracts with the State of Florida, the United States of America, or with other governmental entities; and Temp. Reso. #12155 January 19, 2012 Page 2 of 3 WHEREAS, available funds exist in the appropriate Utilities Operating accounts for said purpose; and WHEREAS, it is the recommendation of the Director of Public Services and the Purchasing and Contracts Manager to purchase water meter fittings, water line accessories and meter boxes utilizing the Southeast Florida Governmental Purchasing Group Bid Number 2010-11 /50, as renewed for the period of July 1, 2011 through June 30, 2012; and WHEREAS, the City Commission of the City of Tamarac, Florida, deems it to be in the best interest of the citizens and residents of the City of Tamarac to purchase water meter fittings, water line accessories and meter boxes. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, THAT: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this resolution. The exhibit attached hereto is incorporated herein and made a specific part of this resolution. SECTION 2: The appropriate City Officials are hereby authorized to purchase water meter fittings, water line accessories and meter boxes in an amount not to exceed $60,000.00, utilizing the Southeast Florida Governmental Purchasing Group Bid Number 2010-11/50 as renewed for the period of July 1, 2011 through June 30, 2012. SECTION 3: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 4: If any provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not affect other provisions or applications of this Resolution that can be given effect without the invalid provision or 1 1 1 Temp. Reso. #12155 January 19, 2012 Page 3 of 3 application, and to this end the provisions of this Resolution are declared to be severable. SECTION 5: passage and adoption. 2012. This Resolution shall become effective immediately upon its PASSED, ADOPTED AND APPROVED this ou ATTEST: PETER M. J. RIC ARD N, CRM, CMC CITY CLERK I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM. Q- ,j/ �fJ/f� L . V� 1. �j, �fV �`f ,r, ,SAMU L S. GOREN CITY ATTORNEY day of 4i�l PAMELA BUSHNE L MAYOR RECORD OF COMMISSION VOTE: MAYOR BUSHNELL i DIST 1: COMM. SWENSO� DIST 2: COMM GOMEZ_ DIST 3: V/M GLASSER_ DIST 4: COMM. DRESSLE • TR1 2l 55 Exhibit 1 • J b E E R V I E L D B E A C H TO: Southeast Florida Governmental Cooperative Purchasing Group THROUGH: David Santucci, Purchasing Manager FROM: Paul Collette, Buyer DATE: December 15, 2011 SUBJECT: REVISION ON THE CONTRACT RENEWAL PERIODS FOR WATER METER FITTINGS AND WATER LINE ACCESSORIES BID #2010-11/50 The cooperative bid for water meter fittings and water line accessories contract renewal periods has been revised as per the terms and conditions of the bid documents to two (2) one (1) year renewal periods. In the original award memo sent out on June 29, 2011 there was an error on the renewal periods stating four (4) one (1) year renewal periods. The initial contract period is still for one (1) year • July 1, 2011 to June 30, 2012. If you have any questions, please e-mail me at pcollette@deerfield-beach.com or call me at 954-480- 4418. • • • lie Southeast Florida Governmental Purchasing Cooperative Group CONTRACT AWARD Please complete each of the applicable gray boxes and submit with bid documents and applicable award notices and tabulations to 1piper a,myboca.us for placement on the NiGP SE FL Florida Website Coop Contract page. BIDIRFP NO.: DESCRIPTIONITITLE: CONTRACT TERM: #2010-11150 Water Meter Fittings and Water Line Accessories Starts: July 1, 2011 Ends: June 30, 2012 OPTIONS OF CONTRACT: Two (2) - One (1) year periods (Number of renewals) roamr...... manmrr�wtarrowwratvaanmm aro�tbro�uraar�n SECTION #1 - VENDOR AWARD Vendor Name: A & B Pipe and Supply, Inc. Vendor Address: 6300 NW 37th Avenue, Miami, FL 33147 Contact: Mario Amador, General Manager Phone: 305-691-5000 Fax: 305-696-6810 Email Address: marioaPabpiye.net Vendor Name: Ferguson Enterprises, Inc. Vendor Address: 1950 NW 18'h St., Pompano Beach, FL 33069 Contact: Jason Mueller, Sales Manager Phone: 954-973-8100 Fax: 954-917-3134 Email Address: lason.muslier0ferauson.com Vendor Name: HD Supply Waterworks, LTD. Vendor Address: 4310 NW 10h Avenue, Oakland Park, FL 33309 Contact: Susan Helms, Municipal Sales Coordinator Phone: 954-772-7343 Fax: 954-772-0443 Email Address: susan.helms(dlhdsupplv.com Vendor Name: Lehman Pipe S Plumbing Vendor Address: 230 NW 290 Street, Miami, FL 33127 Contact. Dennis Lehman, President Phone: 305-576-3054 Fax: 305-576-3066 Email Address: dennisAlehmanpine.com 1 Vendor Name: MSC Waterworks Co., Inc. Vendor Address: 8920 SW Glades Cut -Off Road, Port St.' Lucle, FL 34986 Contact: Greg Panasuk, Municipal Sales • Phone: 770-.329-9024 Fax: 772-408-1963 Email Address: grlq;panasljk@mscwaterworks.com Vendor Name: Municipal Water Works, Inc. Vendor Address: 3028 Mercy Drive, Orlando, FL 32808 Contact: James Mathis, Vice President Phone: 407-295-2400 Fax: 407-295-2455 Email Address: lmathls@munlcipalwaterworks.com Vendor Name: Sunstate Meter & Supply, Inc. Vendor Address: 14001 West Newberry Road, Newberry, FL 32669 Contact: Al Ellenburg, President Phone: 800-342-3409 or 352-332-7106 Fax: 352-332-5604 Email Address: al(Msunstatemeter.com Vendor Name: United States Construction Supply Vendor Address: 460 Avenue "S", Riviera Beach, FL 33404 Contact: Kevin Alexander, Operations Manager Phone: 561-882-9318 Fax: 561-882-9370 Email Address: kaiexanderAbrunet.cc SECTION #2—AWARD/BACKGROUND INFORMATION Award Date: June 28, 2011 Resolution/Agenda Item No.: 2011/114 • Insurance. Required: No Performance Bond Required: No waw�rrrnwmrrayss�rnwm�mmasnnm Hurrmrn�vmrrrrnmmnw irmrwmrrr�n SECTION #3 - LEAD AGENCY Agency Name: City of Deerfield Beach Agency Address: 401 SW 4'h Street, Deerfield Beach, FL 33"1 Agency Contact: Paul Collette, Buyer Telephone: 954-480-4418 Facsimile: 954-480-4388 Email: pcollette@deerfeld-beach.com • 2 • Floridasooutheast Governmental . Purchasing Cooperative 1 • *4 ► , O r tTTM, 'R Please complete each of the applicable gray boxes and submit with bid documents and applicable award notices and tabulations to ]piper@inyboca.us for placement on the NIGP SE FL Florida Website Coop Contract page. BID/RFP NO.: #2010-11/50 DESCRIPTION/TITLE: Water Meter Fittings and Water Line Accessories CONTRACT TERM: Starts: July 1, 2011 Ends: June 30, 2012 OPTIONS OF CONTRACT: Four (4) One (1) year periods (Number of renewals) • SECTION #1 -VENDOR AWARD Vendor Name: A & B Pipe and Supply, Inc. Vendor Address: 6300 NW 37th Avenue, Miami, FL 33147 Contact: Mario Amador, General Manager Phone: 305-691-5000 Fax: 305-696-6810 Email Address: marioa(a7abpipe.net Vendor Name: Ferguson Enterprises, Inc. Vendor Address: 1950 NW 18th St., Pompano Beach, FL 33069 Contact: Jason Mueller, Sales Manager Phone: 954-973-8100 Fax: 954-917-3134 Email Address: a ason.muellerAferauson.com Vendor Name: HD Supply Waterworks, LTD. Vendor Address: 4310 NW 10th Avenue, Oakland Park, FL 33309 Contact: Susan Helms, Municipal Sales Coordinator Phone: 954-772-7343 Fax: 954-772-0443 Email Address: susan.helms(a?hdsupply.com Vendor Name: Lehman Pipe & Plumbing Vendor Address: 230 NW 29th Street, Miami, FL 33127 Contact: Dennis Lehman, President Phone: 305-576-3054 Fax: 305-576-3066 Email Address: dennisAlehmanpipe.com • 1 Vendor Name: MSC Waterworks Co., Inc. Vendor Address: 8920 SW Glades Cut -Off Road, Port St. Lucie, FL 34986 Contact: Greg Panasuk, Municipal Sales Phone: 770-329-9024 Fax: 772-408-1963 Email Address: area.panasukCcDmscwaterworks.com Vendor Name: Municipal Water Works, Inc. Vendor Address: 3028 Mercy Drive, Orlando, FL 32808 Contact: James Mathis, Vice President Phone: 407-295-2400 Fax: 407-295-2455 Email Address: imathis(cDmunicipalwaterworks.com Vendor Name: Sunstate Meter & Supply, Inc. Vendor Address: 14001 West Newberry Road, Newberry, FL 32669 Contact: Al Ellenburg, President Phone: 800-342-3409 or 352-332-7106 Fax: 352-332-5604 Email Address: alAsunstatemeter.com Vendor Name: United States Construction Supply Vendor Address: 460 Avenue "S", Riviera Beach, FL 33404 Contact: Kevin Alexander, Operations Manager Phone: 561-882-9318 Fax: 561-882-9370 Email Address: kalexander(a)brunet.cc SECTION #2 — AWARD/BACKGROUND INFORMATION Award Date: June 28, 2011 Resolution/Agenda Item No.: 2011/114 Insurance Required: No Performance Bond Required: No SECTION #3 - LEAD AGENCY Agency Name: City of Deerfield Beach Agency Address: 401 SW 4th Street, Deerfield Beach, FL 33441 Agency Contact: Paul Collette, Buyer Telephone: 954-480-4418 Facsimile: 954.480-4388 Email: pcollette@deerfield-beach.com N • • • FROM: Paul Collette, Buyer DATE: June 29, 2011 SUBJECT: WATER METER FITTINGS AND WATER LINE ACCESSORIES Bid #2010-11/50 The cooperative bid for water meter fittings and water line accessories was received on May 27, 2011 for the purchase of water meter fittings and water line accessories. Eighty-five (85) vendors were solicited, resulting in eight (8) bids. Due to the large volume and variety of items that are required by the Co-op group, and in order to meet the needs of each participating agency, the recommendation of award was made to those responsive and responsible bidders who offered a single fixed percentage discount. Those vendors who offer the highest discount for those items that comply with specifications and otherwise meet requirements • should obtain the largest volume of business. The initial contract shall be for a one (1) year period, beginning July 1, 2011 — June 30, 2012 with four (1) one year contract renewal periods as per the terms contained within the bid documents. Vendors: A&B Pipe, Ferguson Enterprises, Inc., HD Supply Waterworks, Lehman Pipe & Plumbing, Inc., Municipal Water Works, MSC Waterworks, Sunstate Meter & Supply, Inc., and U.S. Construction Supply, Inc. Under the terms of the bid, awarded vendors will deliver catalog(s) to all participating members of the bid. They are required to indicate the bid number, the start date of the contract, the expiration of the contract and the single percentage discount offered on the front of the catalogs/price lists when it is delivered to you. Attached for your information is the following: Bid Tabulation Sheet Water Meter Fitting and Water line Accessories Award Agenda Request - Recommendation of Award Copy of Ad Copy of the Bid Vendor Information All original bids are on file in my office, should you require copies. If you have any questions, please is contact me at (954) 480-4418. RESOLUTION NO.2011/114 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF • DEERFIELD BEACH, FLORIDA APPROVING A CONTRACT WITH A&B PIPE AND SUPPLY, INC., FERGUSON ENTERPRISES, INC., HD SUPPLY WATERWORKDS LTD, LEHMAN PIPE & PLUMBING SUPPLY, INC., MSC WATERWORKS CO., INC. MUNICIPAL WATERWORKS, INC., SUNSTATE METER & SUPPLY, INC. AND U.S. CONSTRUCTION SUPPLY FOR AN ESTIMATED ANNUAL EXPENDITURE OF $190,000.00. WHEREAS, the City of Deerfield Beach serves as the lead agency for Southeast Florida Governmental Cooperative Purchasing Group and initiated Bid #2010-11/50 for the purchase of water meter fittings and water line accessories; and WHEREAS, the City received eight (8) responsive bids; and WHERERAS, due to the large volume and variety of items required by the Cooperative Group, the recommendation of awards is being made to all the responsive and responsible bidders; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF DEERFIELD BEACH, FLORIDA, AS FOLLOWS: Section 1. The above referenced "Whereas" clauses are true and correct and made a part hereof. • Section 2. The City Commission does hereby approve the contracts with A&B Pipe and Supply, inc., Ferguson Enterprises, Inc., HD Supply Waterworks LTD, Lehman Pipe & Plumbing Supply, Inc., MSC Waterworks Co., Inc., Municipal Waterworks, Inc., Sunstate Meter & Supply, Inc. and U.S. Construction Supply for an estimated annual expenditure of $190,000.00. The Mayor and the City Manager are hereby authorized to execute any appropriate documents. Section 3. This Resolution shall become effective immediately upon adoption. PASSED AND ADOPTED THIS 28T" DAY OF,ME, 2011. OLAND, MAYOR ATTEST: ADA GRAHAM-JOHNSON, MMC, CITY CLERK Deerfield/Resolutions/PurchasingNater Meter Fittings 0 • • gs o a 6 'mn i u all inaE � ❑ a o N A 0 TO N A TO TO R W W A w M w Po ,�❑, N o N w N U m j U m U U o k oErnu �m•o Ec o¢ w E�`t�.�cn,P'io m� 0. z a LL n`¢'� o f uam U a qua 3LL a`QQKa 2o'�c'O�'o'�'m y a.gig❑ o ❑ ❑ o m ❑ ❑ ❑ ❑ o 0 0 ❑" ❑" LL 1O U m Fe 0 is U w `o m U a .e a U au U'i Rio U w U U �-A o U mq $ _ a U s N.- U k Z U w i� U a aj U V $. c>>��YY'So Nddv V aaaoOLLa u1 Y�g V L. qua S R 1a I�Ld rcp. NR Ui6 f dLL g L K � �. 0 $ 0 m e L'gE ❑ A ❑ ❑ ❑ 's � o o ❑ ❑ � o o ❑ a ❑ ❑ u q6i c urn E g A c m c o 4 U U 3 V V k U k V F k U " k V g `o V k V k U k k U e k U k U 3 k mui :7 Y Q2g m 4 u E❑ o.- g f mr�m C, p 7 E o m Q i ! y w E m o� w z LL a z 6 a a s a U a U a u a a a z E O a in N N b� LL a zm m a` N N �� g8� g O O O 0�m His ❑m O O�mA g'nc O 0 O O a S m 3 $ $$ S S S $ n � °� � � ❑°� ggg U U m" U p U U o w f k k k i k w YU m J ,_ a V S� m m mE$mfgm a ZLLd`Zm�o`z a - aN p a agE.mF�Em`sgJg±mf�XmXm uo. Zua a Y zIkZ'a e u o a aQ, E LzmkZooEia E E Zo.Sz°O 4 i a mo ZLL a: N 0 �❑° m m m m 5p A E' A o o� o E O o ❑ o g,IIr_A mN o 0 0 0 0 U pU ❑ U gU U U U f km �k kg �k ':k u k $ bR k U kg u k u qk o k k Y M me A! N d Z d z LL a Q' a` Z a z U a Z U d Z LL d a Z LL K Z N� Z V 6 Z O Z LL y y. ss K � y y S. oaN o oa oP o a oN o 0 oN i ❑" ❑" I IL 8 g$ g 8 S $ S $ S 8 8 8 S m yp V 556a G U gg }mv U mm V }mo 8 U �a U m U N m U m m y�pp (5 U U U V Na`a LLo`.m-.aka H� ua 30u eLLdd 6a LLawaa`ama �o.�� u° s 0 ❑ ❑ ❑ o ❑ ❑ oa ❑ 5 g w o gr ,� Of C b W W U 0 U U U U U U P UC �k k Fk mi E :$g a S a 'T_n mpg' 4 % .e Se m m i � F mn a 309 0a >a Sam u ua 4..` a LLa Ka` w �au� u 1QQ�' yyy Ot N .2 U $m U $ m U $ U $ U U U P- (3 o' g � .@ j ..7 p� o :s m .. W _ j OC.j mgi a Z o�go�go S E ZLL R Z -Vi d Z O a Z Nrcgo U R E i V R go Z LL Q Z g g O R agoEmor LL R Z K R Z g`E: N d i �agY Ui G Z CC� S a LL m m m U) N C m a z E C r c ,f m v ag as y fj in c m ❑ 5 0 0 ❑ o 0 0 ❑ o 0 0 m 0 � 0 � 0 g 0 g 0 ` 0 g 0 g g wJo AxO8 $ATo yqq $y Mp= U U) U U U$W U$A W J`S Wc ' b0 m0F _ �$ L F yp u a a'�°azrns"aa �aa8a aa�3-Uia �Ha Qa?+id �4 LL n 'iaS a2Jd ZbR e ❑ ❑ o 0 0 ❑ o 0 0 ❑ o ❑ o g`° ❑ ❑ is o" ❑ o n g W W W g m g A �a❑ € ¢� m W m m 2 U U U � � = U � ii o m a a qs s �s s s ;a 0 •�s u 0 a s s s os �s s a m �3 $J »�� s 8 A= m Y$ � %$g om as �VV 8 :3 � 2 a rc ac H a � S a m LL ac rc a H a � a � dE ac � a S a w. a f a 8¢ a J a S a R m m W a m q m m ga J.- 2 Cf F .. 81 .omj .$� RZ pp�ZP N �ZY P "{¢¢;; yg 'ml= a d zZ N U K$ Vmm�� rr EE VjyiV aa Z z au a aPYN ¢pJt k>p Z m 0 0 O gp � � ❑ � g � O , E' O0 o � y n C U s CI O J o U - a mx E.m�gm a x O g.. J a EEmm4m U O U .q a m� `-omfm U a U a V .. $m �gV, U �� smmf U � T; $mg O J9 $m L) U s U $sg U ,J Ts g.. azmrcaczHaz°�az°Sa LLaz°rcazmnZ�azaz°z-�,azSaz 8n.z°facz a JazSo_z n❑ a ❑ ❑ ❑" ❑ � ❑ ❑ ❑ ❑5 ❑ ❑ ❑ n ❑ o ❑ o W U U ? U U V � ag "� a m"�Ym Ws E s p W V Y ag m� a o'�ypm7p ;;s s 'J-s s .. '�-p •�s s �P s ..J s� s o`�Pp05 �s Rps wE s "AP k £$'� pppS I OC Z N z U� z YY. V 4 Z u K Z N z V Z O. Z d z V Z LL � J Z Q z$ z O Z N p y 0� O � � o ❑ o ❑ Q � O O � o� O O o O q �q }}qq ��yy pme ymq SC W mm oE�Sa awrcaawa -,a� a na�aaA�na -. a`� a` acm�a� a ua�ia` a Ja a a ❑ ❑ ❑ ❑ ❑ o ❑ ❑ ❑ n ❑ $ ❑ a` ❑ ❑ ❑ co m m`m g A � a g� p❑ iJ U U s Ci s U s U s e s s (i s U a U a �a (i s (i s U s U s U gs ms s �� �$ Sc�i� 6� Eg Sg Eg U��..� �$ f $�S� E$ 3$ ���f� ••� N m ❑ ❑ o le o ❑ m ❑ Ta ❑ m ❑ m ❑ o g$ m �ov ❑ o '� o g R a 3 m ❑ fi ❑ is ❑ ❑ ❑ f $ $ U 2 U O U L) all m;.m; 3SM MM .s g �q � •>�s ms �0s , s$ ;�s ���s � o m O°mi! C., ❑ OO ❑ _��as ma KE8Z N Oa Z d aU SG Z zzaZ Za Z❑ U�aZ f • • • • E ! g m a o LEE du C c U U U U U U U ? U U U u a U U C U t) ? U U g° C IE 2SE� Y 0 MEa` i z a r m a d m 3 ag o o o o ❑ ❑ o ❑ ❑ o o ❑ ❑ o ❑ ❑ ❑ 5 g g € W g m M1 n `o a `0 g ii r m .. m m g x ❑ q g c d o` g p m9 `o g o g ° m Po A g m 9 g $ ca` ia'Eoac3�a f j ¢a E u ma u sacra` oa LLa ¢a` �a mac o E m o 0 a 0 0 0 m o am om m o ma a a gm o m c m m E o 8 o" U '.. q w m p 7 $m mma'F j jap o g m wop 'Er j g q.� w g mE 3 g o j =�'m5 jm� $m ymi �'� E `� ot�i $pnp++ m,$'mt$i3 �� uaz'Fina`zf a�3�azO a`zLLa z❑a z Qa3maz roaJSHazO aEE f3 u.azQa3�a z°ma`zo oa` o o s o a o 0 0 0 0 � gQ� o ❑ o ❑ o o ❑ S c m ti ao i u iS o ao u o d 2-0 s s �s,,,� s m s s gam s `s s f v m m- mmd"am52.mj "'mf g.`"Jgp"am EEoV�Co"rog$�o`o�oa�`j mEJm ma mf 00 mr mm Eco�u m omo3�ojco X a zf a zfaz�aza�n�zp`az sc amaz�azrazSaczu.azQa �a zomaz oac z° n N r g O o ❑ ❑ o ❑ � ❑ o ❑ ❑ ❑ � ❑ na 5 ❑ ❑ o ° m n w g w a Yv cog g@ g ' g m°Jm g8 a.. a �f LL �fazf zo=lzo z°d'a`a'p` z°a zmLz� z°�aczo z°d a'anz= zw oa z u K E O °L� C3 oN o � o op � ❑" m 0 a m oa m m 0 m oa o m o o w sIS a o o m g $ "' 8m 8 S 8 $ gp $p W U yrgSg o df U U U ryryS a U U U �aS U a U mom' U o 0 U V U m S g f gIE Y a g H S d a m f n F u a a LLa m o u f a d m u a f a a LL a m a a a atc co U U V U u u U P �qU O.rJ3 U m u T� U _ U V aU g o.'m_g U "� U m u gmp pig u.a fi fa �a oa LL� ma a3ma -,a��a` oa u.a a3�a ma oa a a o o ❑ ❑ ❑ ❑" ❑ ❑ c ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑" ❑ o $ 2 f b 1 S U gf U ryf ryfry I$�p }T�pO Try�0 yTfq i$fp i$fq i ._Tm. `o m V Z g 97 j�° ?gio of a�i j18 .. a 1y yg ` y Cj ?m. w g N `7 J ❑�Eu 0 3. Om g d !'cE" '� .� g S ❑ o ❑IE �'a °`m' ❑ LLaz'E"a`ffaz�dzOui uac zm°aciQaczmacf ,dim ro az r ac z o a zLLa zaa z a z°mEiaz oa zo o a o ffi m c U � c fm a c n V 0 V ° O A q m S m a $mf V n $ S ZO J F o m� O : m 7 St Fi a E. ci mci ❑ O 0 w aU O m n LL a �i LL z° ' a` z t a z�f a z m 3 x z° ¢' E i S E S o S 0 o o MEN p p ❑ O ❑ O p O O ❑ ❑ ❑ p ❑ p O p ❑ 3 s "a°'fig os 3s 3 s as a s s "�..3a s s s s �s 3s s �s s 'gs P g'mfg n a z egg Q a a S a pp�m LL a z a < f F �mEEgm$ =�o 3 a a O a z o o o °7, o 0 ❑ o ❑ o o S 0 S o �� S S `o P ; g °O » u o °�-' g C� S a 8,'ov u.az-,a m$$� z°Sa �0 1 u.az ��� a Sou f a z�a og�oP6�oogot��5m�=` zSazIIIu.azf�z��a a z° a a o a z EE u.a ¢a i�o•�o �azaz w 9 f 3 V g U e ii U g a V o U S U S U S V S U S U S 0 U o S U S U S O U o S U S U S m n IL 5 a¢'@�a zsa zLL¢' azEz°�az°uz °¢'fnz�aza z°oa z LLa'aaz° _z°OSz° � o �p o e o" g g g g g 0 g 0 0" o a o" a o a 0 a 0 a ��,� o a ❑ a o a S a s s � s s O U U U a U U � U m U V U a U U m a U LL a d a S a Egg!! LL a m Y n i a f a E DES"1�$ u° m i a i s ul� a a a LL n d¢ a = a O a' n ❑ O S O O S p p p O oCC ❑ p S p S p q „ V U N U '� �K�S�_ U U U U U U U U E � L, 'E �Sm�� f� �� pd a°a in` -Uia Ya a � m� .. E ❑ ❑ ❑ o 0 0 0 ❑ o 0 0 � ❑ � i � o � ❑ � ❑ �• g Sa �a° m m m E g `o L) oEgo f�a;p�^o:oE Eoc�i or a`zb€ z°u. a`z° aa`z°faz°UazSaz°v, of a`zf f-m,aza o': J. z°Sa f o��o2gog`go 1z'aaz°3�z°Sdz° • 0 • • 0 rP 9113 Wl MIt m m mar mar mar mSY � W d A � •� W W A °� rx E" �'� �m ES' u mogf� F p E m m v `oc4m u a m `Y F f J v�o LL Q' LL p a 3 a m' a 3 z a z m° G MI m60 � � g 3 3 mS� Y g 3 3 3 � O Y mSm p 3 p Y m6O W Y -y' U U U w�U V U V c V�0 U mU U oU 3U mo `o 0 o m `o >`o YS �5 `o �'`o `o •o f` oc°`o p0 0 F ac u F a LL a a a` LL d 0 c`. Aa a` 0 ac z a 0 acio LL a` S a m e °�g $''E YL� E' E _�� 2' � of $�'E i€� • F .� �g5•E C mE � 0 my a m 0 mN a o o _ o 0 _ 0 .�a 0 o o s£ �E 0 a gH �E,� cob .� O L g = `8 om �oEEom$mg� m. mho F a`zFa�3LLa zQa`e Oiz uaz0ac30 ac z.•i ac z°0aio za z0 a`z Qace0a�3 u�i m�i a ° u�i 8i py� u'ei v4 m° u"Ei QQ X O O r 0 0 O m O� F E t�yf m I m O O� g 00 _^ O O� 0 0 7PI= 3 ,S0 c c c c n0 c c c cSO m$ S c0 W$ c _S c a R ci `� 0 .S 0 • 3 0 g 0 g a 0 'a F a `o m `o p�°� y 8 _ 9 Q J g y ,v_r � p Y Emm•mv p o$ E'mF 9 Em v� .E��Emm y- v gmg c mgm vEm$ = c i a z f n z° LL n z° a' u i n E 0 a t7 a` z a z° S z ac z° a s LL a z° S a go It m O p O a o mt p v v v ° a C p 0 c Om � m and c c m m ma m � m rt m S cr `m ma S 8 8 S S fUr g W 8 `"0 5 g v m 5 S b g m 8 m W 8 m b m Y W o 5 �, b m o b g - ci b Y8'gE:5 :af0 n a z Y « F m9.." m.� n _�, c n.. E & m f a z F a z o u a Q' Q a z O d z u a Q' O a z O a z J a z O a z 2 a z O a z o u a- 0 a z pO a` N X Ir N8r 79 O pro 0 O O pp a a 0 pJ �C p O mll ry�° O� O xY yS0 p �+X DSO ..mii.Sp .mE aO P $ 8 8 S S S S 8 S' Y S r g S W�ryp U C u }Too �ryp y�op �ryp u }�0p G U s U o ;o O o U O c U >s U qgqgs ; U U U o s 0 t _ N► zm,aE v U 3 7 Fy, L .E - m YE�'E - x j C j f0E m w °.E O> m� •8 j g E.�E .. j fn�fn LLam¢n Sa uao,Sa Sa �a Sac3 4ac Sa LLamSa • a � a� y t� pp °m.L � M �5 O O Om O gYYY 0 ON CV,O -°S p 0 Pp o om O I m a m 6ii 8 S 8 8 S S c S S _S r S S 8 g- v 8' A A 9 -aU A gm O N o 3.1 B M N m W 9 3 U `o U b U b QQ 8 g U ` U 8 U F U °> 5 U U f 8 U ` U 8 U b (� f 8 m E E E E f •.� v� r�" E E E . F f z c S ac pp 6 C m $ 5 5 �E �p j �afEarm �. w s F .Jy E E�gEagEpmmogEp `oc .� S x s@ cc r E j? F O j= p E1a�> 1°c j` > u` F z ac Q a z O a LL a z O a z O a z Y J a z O a z Z a i x 0 a` a Z' u a z O a z mE ta8it m m m . m m � _ N'° • U m `o U `o U Oq U O U U • U U U $U Y�� S vg pgd Z 9Y �E o ,�m�Em m �H 4E YEy LLa LLa6Zid Zm3 LLd W LLdof 1°LLLL f R %6Za1Z 6�f LLRa4pLLRpa�� 0 p 0 0 0 0 0E 0� ❑" 0 0" �psE+ o 0 $ $ $ s S $ P $ $ $ $ m am `o m O° - 7 = M �p a lE IE �a a` LLa Ea3 tl 0 oy a� o w oN op= `.' 0 0 a 0� 0 0q oa c u 0) ■ .. j40�g o..m `s�25 °7 �j 74 p mj4 w 7g L �4 .fin 1�25 Au�o�3-3$to�fOo3E�ofg� LL d z a d e f d a�4 s u z a d` 8 S a 1� d ifz: d z f d z a a e S a z ' m 0 m m o m n m m n S m 5e gS 0 0� 0 0 ��Y 0 ❑ 0 0 ❑ o ❑ 9 o o E o $� � " 0 3 c o g 2 g S m o o gg S LLdz d a z9 0 LLzSa k LLdz°fdzfdz ddbnz LLdzSi Y e m ° 6 a A m L) m m m m m i U q U U U m U V U U U s U U U o,E o�En dda'ad zfaz o dz° dda'�o.z dddIE dzadz�dz' daa'�dz E mg��ls �a m m m •�� mm TO m¢p 'mom mN is To m �i N� A W U 9 U ° U s 9 V gk V V s V s os s 13 ou n 0a ❑ D ❑ oCC q O a q p a W v W g a! y N .E cmg m 0 A O Igo u q u k _ okm °. i� k _ ci k k u yky 0 u k u k _ Ou ok m 0 k �u 6 S E a d g qq s a Y S ° E� d^ Y S ° a f a Y 0 1 g a w c S 44 �t a � L ❑ ❑ o ❑ ❑ ❑ q 0 0 ❑ ❑ O oq ❑ ❑ L33 l0 N U V Q d E U :7 ju 9 yy mb yy i V3$ u .. " �� ..75 V yy m b U- 7N V `m7 U mm s7b mm L y U «� o: o'�go'g`S° A�gogo �porg�gofoo ��ogg❑ LLdz°anz°fsd`z LLazSd`z LLd`zid`ffdz°Oadz°sdz° LLdzo az° • • 0 • • 0 e 9 ® � maE m g88 g�a�'$ y o m .Le ❑ °A o ❑ o 0 0 o❑ o 0 0 0 0 c w o 0 9 "s ° Sm$ = v z o o E zs o s a n m �" o n c '_ y m E o M12 o n 0o €f 0°� Egg 'g EmEmgs� 8 ff �� agaogN Q a F g F g LLa` ab LL u a ppa, � 8 �•i99��� �i n$a�� �i mdo c F � ma❑ o � mn° o m rjj d� m a o vo 0 0 0 0 o u o ¢ w LLa` c h Fmg=.gmg N c L `o m `o p � ffig o -m `o 'm � `om mm `o a ❑`o N o' � p o = ¢a fau�fa�3sa LLa >°a` fad LLa $a fa�¢a iau� LLa ia� 80 M p 6❑ op O O�_ O pN oa o O o ❑ 2 Qpm tl VJ W cC.s o ` o od❑ o Eg y�q i"o me S rye❑ Tv u ryc Ta m m y ry0 3 `o o ci o U o v m U U U ❑ Tv U mUj F F =E ❑ j '-"p=. v F F' = N.g `m j ❑ H g '`-' F : - Q 70 E�o�G��om��i� LL a`zQu`f azfaiooa` o z ogm$g�eg LLaz°¢a`3Sam ogm�gmdgmfg�mgm aaz°�azfa`z°aa3�az 3��g Fa`msu3 0 0 o (y 6❑ c c c c _x al ❑ c ❑ c o to o . o c ❑ c ❑ o ❑ o v v c oc w n n V U 'm U o g C�i 8q � ry f Jao�a ogmFg;o�m3° LLaz°QaaF �aS'"-a•� a`z Fa z°Oa � 5g m zo F Ygm�m LLaz°-°,nz°� Jaa�g �a�"�S"a�"� Ygmmmm-gmFgE o� LLa z�a z Fa z Qa a � mm O n z � Egm o LLa`zg 'a�g $ p p � = gy N m 8 EQQcn N n o o" o Q 0 sq� : O� O -Og 7 0� O o q m a c c m a❑ o o in o = ` ` d° F F u m N a o 0 ci o u ci � ci .. � g ci a U o m W o m 0 o $ U m o. o m, 3E o o o -. € gn rf�° c « o o' m m. o H F V 0 y, '$ a LLa Q a z F a z F a z O a z LL a Q' a z . o a z LLa¢' a z F a z a m z O a z a s o a z 8E'E ae a" �„$� a �&E � "�'•im � p ❑ o o ❑ ❑" ❑" ❑ o o 0 0 o g� oa o PTi`n° c c ��� m to �� ao c c ❑ am❑ c e u U U u o v W u p g c» N e J g M �m m g go 3 Ya�mm 8 mn a ci F f k LLam¢a fa`ufa Sa E LLam-,a S a` o LLam�a` is a Sau a`aa pE. O yp m o E � a ❑ a ❑ O p ❑ O ❑ p Sp O O ❑ O a O s � ❑ ❑ C a M d d 'q d o o k a� ok k k o k ❑ k k U �km `o „k k 'd Ek 3 k k °� Fk o ooa V E. $� oa`3 m 'E o ❑" om o o a via ° g g c m i° o g g Apo c g c g g m S° € o $ $ $ $ o$ $ $ $ $ $ $ $ $ $ a V y U ji .8°z¢ a ` ai Fazs ` a o zsaz ° LLa`z�zF'a°az° z z°�aazF �Ozl a ° d ynu� mn S md�, o ❑ ❑ o ❑ ❑ o 0 0 0 � o 0 0 G x U m _ U k C`i = k U `o 9 u w N U o` U m x 8 U k U `o H o U o U U U w' • d LL obma Zq6 ai,an a ZR LLa¢Jai?iia E mff iaZ mm 3�mfr�m`mg is ZU ae�'SDa Z>aZ " W U 0 0 a 0 0 0 0 0 0 0 or o� S s 0^ 0� 50 }q ry w mm U U i5 U R V U U u y V U U a U U LLa ¢u Ha ,auQs« fa`A ua Ya facE Sm Sa fa uac umac ii wu� mE 'ici' � m � �' N$• m cK q �H�•�� ig � m e o E o 0 0 oq oN oem S 0 0 0 ❑ =EE o ❑ o 0 0 m ry �8 q E ' gaLL 8 fO 8 qk k oB�Skm - g ,� g 8 Sk k XEmg.m k �8m a E. 8 - 8 k -- 9k m g.� .a� c&cEE a a � �om° LL a zaz ME z°faE iiKamaz° o f au m N H ae spy' � � '� m � m m � q•q 4 r E C • • � - Ta � • � m � y TO .m. �. q d c c c c aj c m c q 6° cps c c c v u gFc �tycq 0 � 0 SE U U 9 u g0 °o m cqmq m E LLaimazmaz�azaa E gg m SE o c m m E c o f m m u t g m az a 8 m LLazJazzFaz¢a` m E m o s m o o> E` 3. o faz o azpn`z>az c o g g o$ ai 0 0 0 00 0 0 0 00 0 0❑ o His a�0 c c � c c c c 6° c g � q� � q i ■p`mg cR U �p H o = vU O�y o n i U � U o � n o � jy 0 i 0 . �' 0 0 0 m 0 �a a¢o:azmmz'a ym :. a 1�ko Qz g ai o oS' osf 9=� Eo�.E� .. 9mp �Eo 0 07 2.�J'9 o O Z „.N a Zo> ..ao H�� at 8$• X a 9 F W To L) T b 7 L U U u u U U U U U U U U $ U U 8 `o `o ^ �5 • Y.P�oY�aE� m ❑� o�=�a� �e �o:� m �E �M 3� E f� Sm .� € g�a LL° a m z a A m n u � a� a a` LL a m J ac i ac mks f ac S a f ac S a o� >w e m x 9 u° U 8 U 8 U = U 8 U 0 8 ';m' V k ,Ls U U x 8 U 8 U » ? Ulm • 8 pq o f U 8 m 3J S U 9 8 W m Ri U k .rJE $ U y 8 p� c U 8 .j^o E Jai o LLa ma E qa n a �a� f S a�0a rj`• �i LL S a a S Ja �' Ia 3�c' fa a 3. fa $ �i u� Sap� x ,�i z is g .�c' wain H & His mq a st a' N a �� w, ❑ ❑ o ❑ ag ❑ .2 a 1 ❑ m ❑ m ❑ � ❑ � ❑ s 1, is o m ❑ Tmv ❑ Tma ❑ o a y6❑ m m m g A g m W g g m m 'ao• m g m W 0 pm V U U U o U U U o N5 mH `e 'J•o mR 0:3 aq�:3 Wm 0 0 o Ec °��ma�__lg m u c o> c o rc o °om�o:� kc m c o c m 3.� m me oc LLazaazmas�azaazbaz LLaz°JazfaffazIai Z. fa�saioaz>azsa� n >� u E c m m• ° f • • • • g a' e E7i s ga RR [� 'y�ag ma�°u ❑ 8 0 0 0 0 0 0 0 0 0 0 0 0 0 0 fl y ! U U y (J U 9 y U U y Try0 E }y U o a m m x m O N J O O p F m p T q O!! O O a m O U .J U 0 o " o U O U S G 8sy O O fmg g pP F �my zi p �L G C P�>mr q O C '� �mfmE� Gyp mE g Emml` 0� LL d LL d oo� LL LL Q d Z o a LL LLSS a z z a LL LL Q a Z 2 d � LL LL f d Z Q d Z 2 d E Q 6 ?S Q d Zae = d U d m yyy q� p ro O O n w d❑ ❑ g 4 y a° m�� ❑ O g ❑ O g O W O � m � O g O a ❑ p O m ❑ � O 79 g o 0 qo V ao U o a U o o V P rym o 0 0 0 0 m b m Q� o o $� `mom pJ ❑. ;� L uac fac3 LLa ac vm f�mLLa ¢a fa�LLac m a =m� fa�LLac m s� m •`m fa fg a m��j g��g Facm a u f� ac O mg za N �� SiaA {� 1q� v � • a° e � � e aE a° n � ❑ O c O ❑ ❑ O O ❑ ❑ ❑ ❑ O ❑ je O O ❑ ❑ y w d W m 'y p° g S .2 $ S S $ 8 �Qp �g0 $bq 3 $ T�qa �$q0 T$¢a �f m '^ Q] o E 3 a p m S i S = 9 p J f] J 0.3 O f m m y m E p, g F m J E p❑ O O= J �gmf�ggp6gm$g3g�Pa� fg�°gEgm�gmEg���`gmg�mgm` m f aioon� LLacz¢a a oa ILL az¢aceoar3LLa <a<oaioLLazf acz°Orc <aaoaioQaz¢acazaz°oazo m 777iii g ggmw $ N m 2 2 m .2 $" .% .m. � � .m.. O O ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ O ❑ ❑ ❑ � V i 0 0 g U 0 0 9 0 ii 0 v 0 0 0 0 a 0 iUe 0 E 0 �3 0 a�aHg s ss s E �om° g�,� f v�av9mfy LL go_c gg�gg°°°O z Y8`Ec' of gStg�gmE $zz 8m��gg �mE z : o98"g94g9°Do mfmoz °zLLdz inlE az°agmm°•c �Vm g O F° zamSe mE° z {g� of ai g Lyiss O " $�L• ❑ ❑ ❑ O O p ❑ O ❑ m O O 0 ❑ ❑ ❑ 0 y y 6 v a w 6 c c c c c c c c g c c c c � g o o g S g e 8 8 g o 5 `6 0 o b U 5 o U S n U b U b U c 5 A a b 8 b a'n '0 ? oS= .. n a 17 o'�E :Dg! . � gb '�-y ? oi'�E p A o5'`0 m a ; m' p j o L' �° n m m o =z m pp 3 J a =iago ` J y .0 m O q o L' m E m og Q a z o a z°LLa Q d Z❑ d z LL a Q' Q a z O a z LL a Q' i d Q a z o a z d.nm.Ea a z Q a z z a z o o a Z W U is U m O U To V U �ryry 9 U oo U 0 E S U is P u b u m C g 1. o U s 0 V U U U _s um � E goa �>g �s E�s m$3 ❑S ��s �°S"s of>@m ys '07 LL9� a a c t .Eg ms ae >ag Sn ao mg;@ d -zaa g 0 0 ❑ S ❑ ❑ ❑ ❑ ❑ 0 ❑ 0 0 0 ❑ o ❑ ❑ ❑ o 9 1c, c m U S g U U m P U m U U m P o m V m U LM E U M 0 m V o E U U o E U U IE Q m co Q p m F C 00 m m mD - m " v co ce $ ';�gagC ogc f�gg o8 f�a5g a. t� f�,5 8 Fam�8 LL oa3 LLa a€ oac LLd d'oa LLa a30a LLd fa Qa30a a Qa3zac oa � at m w E o Yo° ❑ m ❑ g ❑" m ❑ m ❑ D ❑ �° ❑ ❑ °7'a ❑ _ 0 '• 0 i'a ❑ ❑ E' ❑" Sm ❑ 0 �m 0 i°a �° ❑ p tlJ 6 s mpg aQO� V❑ gQ� qm� & F qm� 3 q� Y Ig¢0 qN� 3 Qm� QN� S }Yq {YQ }Y9 o -gsy m�O j SOON a- agg `.jJ. god m LL R Z o d z gof LL C z og`go a a Z Cc o R z g❑fgogm❑ LL a z >� Q d z s o d z mofgog`goam❑=g❑f a m> LL R Z Q d z o d z scmmc LL d Zia z c, ag`ega > Q d z o EE> s j �6u ° m Y $ tll P° tl1a s C O s • s £ s s m m m 0 s r W a g a g• a g � g g g A s ' $ W $ sryry $ W $ S $ JJgg f �qp $ ry5 $ Try0 $ W $ A $ 8 $ p = O k O k O j C° Oa Om Om 4 O O k k oP Ud ��gS mda 6 of Ua 3 �8�8� mda d oo LLLL �EmgB al ZSsd m.S�S W d� F m`� mdZ z g • C TO $ $ $ $ a$ $ m 8 �S' ,p' E p qQ J Ua and fCi3 Va mK fda; LLa` I m'a3 Wow a Gb[a a E ao a W o 0 0 0 oN ❑" o oa�e �� o ] o g �� o oN � c a� ❑ ❑ V a ° $ $ g$ $ $ g$ $ $ $ 2 $ $ $ $ $ g s 8 s 8 a3 Q m S 5 f k a 7 S � P° o S w 8 S » Y S cm k L E o % m�` S J g k m S m m f $m mfg� m gma � P6C°fg g8m mmE �$s o a E � z m'az°Oaf3uaza0 a`zsa3 LLmzQ �S az wacz an rca`n ac i a zf 2$° a`z m g g g g g Tgi @ .2 $ $ gS x x BLS. x x a caz uazmazsazu�zma zSaz LLa ai wdz az maz az fa zaz° mm g, i� ❑ O ❑ O ❑ g ❑ 0 Q Yi ❑ ❑ ❑ ❑ m ❑ $ g�+$ P To • m m m U q U L) U V U V U � g k • S S S S k S ,2 Q S Q 10 k k � k S ,� 'S k ,� S k o�Qi 'E m v v E o o u •:'� vazmaz6dzuazm z az o`az wiz L? rca az fa z�az c$ m s s a s a m s pp E s DDggy m m e `E m o5 ❑ a o v o53 a o v m� ] o ❑i a ❑ a < ❑ v m;N a ❑ a 6K e$ ❑ v s o s°5 o $ S e. m Ema S 8 oo dgee 9 � g v°i mn a iin m'a Sa LLa Yi 40a w� d rca f a f a a £ m s 3 £ a£ g t J L$yO5 ❑�+Cc O .O E ❑ fop ❑ g d m O� �O E d U R z d m z O a z U d Zia C z Yr �J d z LL R z Q 1 z O d z ISR z a z K R z z f L f 3_ 4 O t • C CITY OF DEERFIELD BEACH 4 4 WATER METER FITTINGS AND WATER LINE ACCESSORIES AWARD Adapters, Stainless AY McDonald US Construction Supply 46% Spears A & B Pipe SCH 80 85% 7SCH 40 76% Adapters, Meter7 AY McDonald MSC Waterworks 53% Municipal Water Works 50.5% US Construction Supply 46% Ford Sunstate Meter 49.2% HD Supply Waterworks 48% Ferguson 45% JCM HD Supply Waterworks 54% Ferguson 25% Mueller MSC Waterworks 46.2% A & B Pie 43% Meter Boxes AY McDonald Municipal Water Works 50% Carson Brooks Lehman Pipe 40% MSC Waterworks Plastic 33% US Construction Supply 30% HD Supply Waterworks 29% MSC Waterworks Concrete 25% Ferguson 25% Lehman Pipe Plastic 20% CDR MSC Waterworks 41.8% Ferguson 40% HD Supply Waterworks 38% US Construction Supply 37.5% A & B Pie 37% DFW MSC Waterworks Series A 58% Municipal Water Works Alliance 52% MSC Waterworks Series C 27% Municipal Water Works Rotec 19.5% MSC Waterworks Series F 15% Ford HD Supply Waterworks 46% Ferguson 45% Sunstate Meter 45% Mueller A & B Pipe 19% Old Castle/Carson HD Supply Waterworks 29% Pentek HD S=14 Waterworks 55% Clamps, Pipe Stainless Steel Dressler Lehman Pipe 22% Ford HD Supply Waterworks 58% Ferguson 55% Sunstate Meter 52% Romac MSC Waterworks 56% Ferguson 50% Smith Blair HD Supply Waterworks 70% Lehman Pie 53% JCM MSC Waterworks 60% US Construction Supply 59.5% A & B Pipe 58% HD Supply Waterworks 58% Ferguson 25% Mueller MSC Waterworks 42% Mueller A & B Pie 38% TPS HD Supply Waterworks 43% CITY OF DEERFIELD BEACH WATER METER FITTINGS AND WATER LINE ACCESSORIES AWARD Clamps, Repair Stainless Steel Ford HD Supply Waterworks 58% with Stainless Steel Bolts Ferguson 55% Sunstate Meter 52% Romac MSC Waterworks 56% Ferguson 50% Smith Blair HD Supply Waterworks 70% Lehman Pie 53% JCM MSC Waterworks 60% US Construction Supply 59.5% A & B Pipe 58% HD Supply Waterworks 58% Fer uson 40% Mueller MSC Waterworks 42% A & B Pie 38% TPS HD Supply Waterworks 43% Clamps, Repair Stainless with Ford HD Supply Waterworks 58% Cast Lugs Ferguson 55% Sunstate Meter 52% Romac MSC Waterworks 56% Ferguson 50% Mueller MSC Waterworks 42% Smith Blair HD Supply Waterworks 70% Lehman Pie 53% JCM MSC Waterworks 60% US Construction Supply 59.5% A & B Pipe 58% HD Supply Waterworks 58% Ferguson 40% TPS HD Supplv Waterworks 43% Connector, Hoses American Valve HD Supply Waterworks 50% Ferguson 10% JCM MSC Waterworks 60% US Construction Supply 59.5% Fer uson 25% Corporation Stops Ford Sunstate Meter 49.2% HD Supply Waterworks 48% Ferguson 56% Mueller MSC Waterworks 49.5% A & B Pipe 45% AY McDonald MSC Waterworks 53% US Construction Supply 53% Municipal Water Works 50.5% Lee Brass No Award Cambridge Brass Lehman Pie 35% • CITY OF DEERFIELD BEACH WATER METER FITTINGS AND WATER LINE ACCESSORIES AWARD 4 Couplings, Brass AY McDonald Municipal Water Works 44.5% Ford Sunstate Meter 49.2% ' HD Supply Waterworks 48% Ferguson 45% Merit Lehman Pipe 86% HD Supply Waterworks 84% Lehman Pipe Import 74% HD Supply Waterworks Import 72% A & B Pipe 71 % Fer uson 25% Mueller MSC Waterworks A & B Pie 46.2% 42% Lee Brass HD Supply Waterworks 6% Couplings, Compression Ford Sunstate Meter HD Supply Waterworks 49.2% 48% Ferguson 45% Dresser Lehman Pipe 22% HD Supply Waterworks net + 15% Ferguson 10% AY McDonald MSC Waterworks 53% US Construction Supply 53% Municipal Water Works 50.5% Smith Blair HD Supply Waterworks 70% Lehman Pipe 53% JCM MSC Waterworks 60% US Construction Supply 59.5% A & B Pipe 58% HD Supply Waterworks 58% Fer uson 40% Hymax/TPS HD Supply Waterworks 43% Telsco HD Supply Waterworks 40% Mueller MSC Waterworks 46.2% Couplings, Meter Ford Sunstate Meter HD Supply Waterworks 49.2% 48% Ferguson 45% AY McDonald MSC Waterworks 53% US Construction Supply 53% Municipal Water Works 50.5% Lee Brass HD Supply Waterworks net + 15% Smith Blair HD Supply Waterworks 70% Mueller MSC Waterworks 49.5% A & B Pipe 42% Dake - Grand Haven HD Supply Waterworks net + 10% Buy Wholesale Co. HD Supply Waterworks net + 15% Couplings, Pack Joint Ford Sunstate Meter HD Supply Waterworks Ferguson 49.2% 48% 45% JCM US Construction Supply 59.5% HD Supply Waterworks 58% MSC Waterworks 53% Fer uson 4U"/o AY McDonald MSC Waterworks 53% Municipal Water Works 50% Mueller MSC Waterworks A & B Pie 46.2% 42% CITY OF DEERFIELD BEACH wAI ER METER FITTINGS AND WATER LINE ACCESSORIES AWARD Couplings, Quick Connect Ford Sunstate Meter 49.2% HD Supply Waterworks 48% Ferguson 45% AY McDonald MSC Waterworks 53% US Construction Supply 53% Municipal Water Works 50.5% Mueller MSC Waterworks 49.5% A & B Pipe 42% JCM MSC Waterworks 60% US Construction Supply 59.5% Ferguson 40% Buy Wholesale Co. HD Supply Waterworks net + 15% Couplings, Straight Ford Sunstate Meter 49.2% HD Supply Waterworks 48% Ferguson 45% Merit Lehman Pipe Domestic 86% Import 74% HD Supply Waterworks Domestic 84% A & B Pipe Import 72% 71 % JCM HD Supply Waterworks Domestic 84% Import 76% MSC Waterworks 60% US Construction Supply 59.5% A & B Pipe 58% Ferguson 40% AY McDonald MSC Waterworks 53% US Construction Supply 53% Municipal Water Works Plumbing '44.5% Waterworks 50.5% BMI HD Supply Waterworks Domestic 84% Import 76% Mueller MSC Waterworks 46.2% TPS A & B Pipe 42% Lee Brass HD Supply Waterworks 68% Curb Stops Ford Sunstate Meter 49.2% HD Supply Waterworks 48% Fer uson 45% AY McDonald MSC Waterworks 53% US Construction Supply 53% Municipal 50.5% Lee Brass No award Mueller MSC Waterworks 49.5% A & B Pie 45% Elbows Merit Lehman Pipe Domestic 86% Import 74% HD Supply Waterworks Domestic 84% Import 72% A & B Pipe 71 % Ferguson 25% Mueller MSC Waterworks 42% A & B Pie 38% CITY OF DEERFIELD BEACH WATER METER FITTINGS AND WATER LINE ACCESSORIES AWARD Ford Sunstate Meter 49.2% HD Supply Waterworks 48% Ferguson 45% BMI HD Supply Waterworks Domestic 84% Import 76% AY McDonald MSC Waterworks 53% US Construction Supply 53% Municipal Water Works Plumbing'44.5% Waterworks 50.5% Lee Brass HD Sui)plv Waterworks 68% Flanges, Bronze, Meter Ford Sunstate Meter 49.2% HD Supply Waterworks 48% Ferguson 45% AY McDonald MSC Waterworks 53% US Construction Supply 53% Municipal Water Works 50.5% Trumbull HD Supply Waterworks Net Plus 15% Flanges, Oval Brass Grand Haven HD Supply Waterworks Net Plus 10% Trumbull HD Supply Waterworks Net Plus 15% AY McDonald US Construction Supply 53% Municipal Water Works 50.5% Buy Wholesale Ferguson List + 25% HD Supply Waterworks net + 15% Mueller MSC Waterworks 49.5% A & B Pi a 46% #se Bibs NIBCO Lehman Pie 55% Hammond Lehman Pie 63% AY McDonald Municipal Water Works 44.5% Matco-Nores A & B Pie 55% Buy Wholesale HD Supply Waterworks net + 15% Idler Pipes Ford Sunstate Meter 49.2% HD Supply Waterworks 48% Ferguson 45% AY McDonald MSC Waterworks 53% US Construction Supply 53% Municipal Water Works 50.5% Mueller MSC Waterworks 42% A & B Pie 38% Insert Stiffeners Ford Sunstate Meter 49.2% HD Supply Waterworks 48% No Lead 47% Ferguson 45% AY McDonald MSC Waterworks 53% US Construction Supply 51 % Municipal Water Works 50.5% Mueller MSC Waterworks 58% A&BPipe 55% Buy Wholesale HD Supply Waterworks net + 15% CITY OF DEERFIELD BEACH eter Standard Brass WATER ME' I tK FITTINGS AND WATER LINE ACCESSORIES AWARD Ford Sunstate Meter 49.2% HD Supply Waterworks 48% Fer uson 45% AY McDonald MSC Waterworks 53% US Construction Supply 53% Municipal Water Works 50.5% Mueller A & B Pipe 55% MSC Waterworks 49.5% Ford Sunstate Meter 49.2% HD Supply Waterworks 48% Ferguson 45% Merit Lehman Pipe 95.1 % A & B Pipe 95% HD Supply Waterworks 91 % Fer uson 25% Mueller No award AY McDonald MSC Waterworks 47% Municipal Water Works 44.5% Lee Brass HD Supplv Waterworks 90% Ford Sunstate Meter 49.2% HD Supply Waterworks 48% Ferguson 45% AY McDonald MSC Waterworks 53% US Construction Supply 53% Municipal Water Works 50.5% Mueller MSC Waterworks 46.4% A & B Pie 38% Ford Sunstate Meter 49.2% HD Supply Waterworks 48% Ferguson 45% AY McDonald MSC Waterworks 47% Municipal Water Works 44.5% Merit Lehman Pipe Domestic 86% Import 74% HD Supply Waterworks Domestic 84% Import 72% A & B Pipe 71% Ferguson 25% Mueller MSC Waterworks 42% A & B Pipe 38% BMI HD Supply Waterworks Import 76% Domestic 84% Lee Brass HD Supply Waterworks 68% Ford Sunstate Meter 49.2% HD Supply Waterworks 48% Fer uson 45% AY McDonald MSC Waterworks 53% US Construction Supply 53% Municipal Water Works 50.5% Mueller MSC Waterworks 46.4% A & B Pie 38% ;I Jones I No award i CITY OF DEERFIELD BEACH WATER METER FITTINGS AND WATER LINE ACCESSORIES AWARD Reducer Bushings Ford Sunstate Meter 49.2% HD Supply Waterworks 48% Ferguson 45% Lee Brass HD Supply Waterworks 68% Mueller A & B Pipe 38% AY McDonald US Construction Supply 53% MSC Waterworks 47% Municipal Water Works 44.5% BMI HD Supply Waterworks Domestic 84% Import 76% Merit Lehman Pipe 86% HD Supply Waterworks Domestic 84% Import 72% A & B Pipe 71 % Fer uson 25% Meter Resetters Ford Sunstate Meter 49.2% HD Supply Waterworks 48% Ferguson 45% Mueller MSC Waterworks 42.3% A & B Pipe 38% AY McDonald MSC Waterworks 53% US Construction Supply 53% Municipal Water Works 50.5% ®rvRceSad�dles Ford Sunstate Meter 49.2% HD Supply Waterworks 45% Ferguson 42% Romac MSC Waterworks 60% Ferguson 50% Smith Blair HD Supply Waterworks 70% Lehman Pipe 53% JCM US Construction Supply 61.5% MSC Waterworks 60% A & B Pipe 58% HD Supply Waterworks 58% Ferguson 40% AY McDonald MSC Waterworks 53% US Construction Supply 53% Municipal Water Works 50.5% Mueller MSC Waterworks Iron 48.5% Brass 46.4% A & B Pie 38% Tees Ford Sunstate Meter 49.2% HD Supply Waterworks 48% Fer uson 45% Lee Brass HD Supply Waterworks 68% Merit Lehman Pipe Domestic 86% Import 74% HD Supply Waterworks 84% A & B Pipe 71 % Ferguson 1 25% CITY OF DEERFIELD BEACH WA I ER METER FITTINGS AND WATER LINE ACCESSORIES AWARD Mueller A & B Pipe 41 ova AY McDonald MSC Waterworks 53% US Construction Supply 53% Municipal Water Works 50.5% BMI HD Supply Waterworks Domestic 84% Import 76% Tubing, Copper Mueller Lehman Pipe & Plumbing 52% CMC Howell Lehman 52% Cerro Flow Products A & B Pipe 10% CME HD Supply Waterworks net + 20% Endot Industries US Construction Supply 112% Tubing, Poly Drisco No award Vanguard No award Endot Industries US Construction Supply 112% A & B Pipe 43% Lehman 35% Fer uson 25% Charter MSC Waterworks 43% HD Supplv Waterworks net + 15% U-Branches Ford Sunstate Meter HD Supply Waterworks 49.2% 48% Fer uson 45% Mueller MSC Waterworks 46.4% A & B Pie 38% AY McDonald MSC Waterworks 53% US Construction Supply 53% Municipal Water Works 50.50%1. Valve Assemblies, Key Branch Ford Sunstate Meter 49.2% HD Supply Waterworks 48% Ferguson 45% AY McDonald MSC Waterworks 53% US Construction Supply 53% Municipal Water Works 50.5% Mueller MSC Waterworks 46.4% A & B Pie 38% Valves, Angle Meter Ford Sunstate Meter 49.2% HD Supply Waterworks 48% Fer uson 45% AY McDonald MSC Waterworks 53% US Construction Supply 53% Municipal Water Works 50.5% Mueller MSC Waterworks 46.4% A & B Pie 38% Nibco HD Supply Waterworks 60% Valves, Ball Meter Ford Sunstate Meter 49.2% HD Supply Waterworks 48% Ferguson 45% AY McDonald MSC Waterworks 53% US Construction Supply 53% Municipal Water Works 50.5% Mueller MSC Waterworks 46.4% A & B Pie 38% Nibco HD Supply Waterworks 60% CITY OF DEERFIELD BEACH WATER METER FITTINGS AND WATER LINE ACCESSORIES AWARD Valves, Check Ford Sunstate Meter HD Supply Waterworks 49.2% 48% Fer uson 45% No award Merit AY McDonald MSC Waterworks 53% US Construction Supply 53% Mueller MSC Waterworks 50.5% A & B Pie 38% Nibco Lehman Pip 63% HD Supply Waterworks 60% Valves, Gate American HD Supply Waterworks Lehman Pipe 45% 20% Ferguson 10% AY McDonald MSC Waterworks 53% US Construction Supply 53% Municipal Water Works 44.5% Nibco Lehman Pipe 63% HD Supply Waterworks 60% Clow HD Supply Waterworks 51 % Stockholm A & B Pie 70% m ""mm7777 CorleyNo award Ferguson List + 25% HD Supply Waterworks Net + 15% AY McDonald MSC Waterworks 45% AL Mueller A & B Pie 38% shers, Fiber Corley No award Buy Wholesale Ferguson List + 25% HD Supply Waterworks Net + 15% AY McDonald orks 45% Mueller "Sunstate 38% Yokes Ford Meter 49.2% HD Supply Waterworks 48% Ferguson 45% AY McDonald MSC Waterworks 57% US Construction Supply 55% Municipal Water Works 54.4% Mueller A & B Pie 38% Megalugs EBBA US Construction Supply 61.5% HD Supply Waterworks 61% A & B Pipe 60% Ferguson 55% Romac MSC Waterworks 52.5% Star HD Supply Waterworks 70% Tyler Union HD Supply Waterworks 48% ip Rings Romac MSC Waterworks 52.5% Ferguson 50% Star HD Supply Waterworks 70% CITY OF DEERFIELD BEACH WATER METER FITTINGS AND WATER LINE ACCESSORIES AWARD • • From: Charlie DaBrusco, Director of Environmental Services DATE: June 9, 2011 SUBJECT: AGENDA REQUEST TO PURCHASE WATER METER FITTINGS AND WATER LINE ACCESSORIES FOR: Department of Environmental Services -Utilities Maintenance The Department of Environmental Services -Utilities Maintenance is requesting to purchase water meter fittings and water line accessories for repairing broken or deteriorated water meters and water lines. The Purchasing Division recently sent out sealed bids to ten (10) vendors for water meter fittings and water line accessories. The City received eight (8) responsive bids. This solicitation • is a Southeast Florida Governmental Cooperative Purchasing Group bid, in which the City of Deerffield Beach serves as the lead agency for twenty (20) participating agencies. As lead agency, the City of Deerfield Beach provides the administrative function of solicitation and evaluation of the bids and initiating the award(s). Each participating agency within the Cooperative Group is responsible for entering into their own contracts with the awarded vendors. Due to the large volume and variety of items that are required by the Cooperative Group in order to meet the needs and to serve the best interest of the City of Deerfield Beach and the Cooperative Group, the recommendation of award(s) is being made to all the responsive and responsible bidders, who offered a single fixed percentage discount off manufacturer's list pricing. Those bidders who offered the highest percentage discount will receive the largest volume of business from the Cooperative Group. Recommendation of award is made as per Bid #2010-11/50 for a one (1) year period with the option to renew the contract for two (2) additional one (1) year periods upon mutual consent, in writing, by both parties. Recommended Vendors: A & B Pipe and Supply, Inc., Ferguson Enterprises, Inc., HD Supply Waterworks LTD, Lehman Pipe & Plumbing Supply, Inc., MSC Waterworks Co., Inc., Municipal Waterworks, Inc., Sunstate Meter & Supply, Inc., U.S. Construction Supply. Funds shall be provided under account #401-5030-536-35-84 (Materials and Supplies/Meters and Pipes). Estimated annual expenditure is $190,000.00. • Att. Agenda Request No Text ysrsa��s�.o s�acts The City of Deerfield Beach — Invitation to Bid WATER METER FITTINGS AND WATER LINE ACCESSORIES Bid #2010-11/50 The City of Deerfield Beach, Florida as the lead agency of the Southeast Florida Governmental Purchasing Cooperative Group, is actively seeking bids from qualified suppliers to establish an open- ended annual contract for WATER METER FITTINGS AND WATER LINE ACCESSORIES, as required by the members of the Southeast Florida Governmental Purchasing Cooperative Group and as per the terms, conditions and specifications contained in this Invitation to Bid. Any reference in the bid documents to a single entity shall apply to all participating entities referenced in the Invitation to Bid. Sealed Bids will be received at the Purchasing Office, until 2:30 P.M., Friday, May 27, 2011, local time, at which time they will be publicly opened and read. All Bidders or their representatives are invited to be present. Bids shall be delivered and addressed to the City of Deerfield Beach, Purchasing Division, 2nd Floor, 401 SW 4th Street, Deerfield Beach, FL 33441, and shall be labeled "BID #2010-11/50 WATER METER FITTINGS AND WATER LINE ACCESSORIES, OPENS FRIDAY, MAY 27, • 2011, 2:30 P.M.". Any Bidder who wishes his bid to be considered is responsible for making certain that his bid is received in the Purchasing Office by the proper time. No oral, telegraphic, electronic, facsimile, or telephonic Bids or modifications will be considered unless specified. Bids received after the scheduled Bid Submittal Deadline will be returned unopened. It is the responsibility of the Bidder to see that any bid submitted shall have sufficient time to be received by the Purchasing Office before the Bid Submittal Deadline. Late Bids will be returned to the Bidder unopened. is Bidders must submit one (1) identified original copy plus three (3) copies of the bid including any attachments. The bid shall be signed by a representative who is authorized to contractually bind the Bidder. The award will be made to the company(ies) whom is deemed the most responsible and responsive Respondent for the Bid and whose evaluation by the City indicates to the City that the award will be in the best interest of the City. The City of Deerfield Beach/Co-op Agencies reserves the right to reject any and all bids and to waive any irregularities in the bids that do not materially affect the quality of the product/service and the right to disregard all nonconforming, non -responsive, unbalanced or conditional bids. Bids will be considered irregular and may be rejected, if they show serious omissions, alterations in forms, additions not called for, conditions or unauthorized alterations, or irregularities of any kind. 1 SOUTHEAST FLORIDA LORIDA GOVERNMENTAL PURCHASING COOPERATIVE TO OUR PROSPECTIVE CONTRACTORS: The attached Invitation for Bid or Request for Proposal represents a cooperative procurement for the Southeast Florida Governmental Purchasing Cooperative. For the past several years, approximately forty-three (43) government entities have participated in Cooperative Purchasing in Southeast Florida. The Southeast Florida Governmental Purchasing Cooperative was formed in an effort to provide cost savings and cost avoidances to all entities by utilizing the buying power of combined requirements for common, basic items. The Government Agencies participating in this particular procurement and their respective delivery locations are listed in the attached document. Southeast Florida Governmental Purchasing Cooperative Procurement Operational Procedures: • All questions concerning this procurement should be addressed to the issuing agency, hereinafter referred to as the "lead agency". All responses are to be returned in accordance with the instructions contained in the attached document. Any difficulty with participating agencies referenced in this award must be brought to the attention of the lead agency. • Each participating governmental entity will be responsible for awarding the contract, issuing its own • purchase orders, and for order placement. Each entity will require separate billings, be responsible for payment to the Contractor(s) awarded this contract, and issue its own tax exemption certificates as required by the Contractor. • The Contract/purchase order terms of each entity will prevail for the individual participating entity. Invoicing instructions, delivery locations and insurance requirements will be in accordance with the respective agency requirements. • Any reference in the documents to a single entity or location will, in fact, be understood as referring to all participating entities referenced in the documents and cover letter unless specifically noted otherwise. • The awarded Contractor(s) shall be responsible for advising the lead agency of those participants who fail to place orders as a result of this award during the contract period. • The Contractor(s) shall furnish the Lead Agency a detailed Summary of Sales semi-annually during the contract period. Sales Summary shall include contract number(s), contractor's name, the total of each commodity sold during the reporting period and the total dollar amount of purchases by commodity. • Municipalities and other -governmental entities which are not members of the Southeast Florida Governmental Purchasing Cooperative are strictly prohibited from utilizing any contract or purchase order resulting from this bid award. However, other Southeast Florida Governmental Purchasing Cooperative members may participate in their contract for new usage, during the contract term, or in any contract extension term, if approved by the lead agency. New Southeast Florida Governmental Purchasing Cooperative members may participate in any contract on acceptance and approval by the lead agency. • None of the participating governmental entities shall be deemed or construed to be a party to any contract executed by and between any other governmental entity and the Contractor(s) as a result of this procurement action. "WORKING TOGETHER TO REDUCE COSTS" • 2 City of Deerfield Beach —Invitation to Bid WATER METER FITTINGS AND WATER LINE ACCESSORIES— Bid #2010-11/50 SECTION 1- INTRODUCTION AND INFORMATION 1.0 SCOPE: The City of Deerfield Beach, (CITY) as the lead agency of the Southeast Florida Governmental Purchasing Cooperative Group, (CO-OP) is actively seeking bids from qualified suppliers to establish an open-ended annual contract for WATER METER FITTINGS AND WATER LINE ACCESSORIES, as required by the members of the Southeast Florida Governmental Purchasing Cooperative Group and as per the terms, conditions and specifications contained in this Invitation to Bid. 1.1 INTENT: It is the intention of the CITY to award a contract for the first ranked Bidder(s) responding to this Invitation to Bid. Award may be made by a group by group basis, by manufacturer/brand, or as a whole, as may be deemed in the best interests of the City of Deerfield Beach/Co-op. In case of disputes in the award of the contract, the decision of the City of Deerfield Beach shall be final and binding on both parties. 1.2 PARTICIPANTS OF THIS BID ARE: CITY OF DEERFIELD BEACH Department of Engineering/Utilities • 200 Goolsby Blvd Deerfield Beach, FL Estimated annual expenditure: $190,000 T: (954) 480-4400 PAutley@Deerfield-Beach.com • CITY OF HALLANDALE BEACH Louis Granda 630 NW 2nd Street. Hallandale Beach, FL T(954) 457-1629 F: 954-457-1624 Igranda@hallandalebeach.fl.gov Estimated annual expenditure: $30,000 CITY OF POMPANO BEACH Leeta Hardin 1190 NE 3rd Avenue, Bldg C Pompano Beach, FL 33060 T: 954-786-4098 F: 954-786-4168 Estimated annual expenditure : $233,000 3 Delivery Address: CITY OF POMPANO BEACH Frankie Chevere • 1190 NE 3rd Avenue, Bldg C (REAR) Pompano Beach, Florida 33060 T; 954-786-5501 CITY OF MARGATE Connie Guzzi 5790 Margate Blvd Margate, FL 33063 T: 954-935-5346 F: 954-935-5258 Estimated annual expenditure: $10,000 Delivery Address: CITY OF MARGATE Patrick Clement 980 NW 66`h Avenue Margate, Florida 33063 T. 954-972-0828 F. 954-978-3489 deeswater@maraatefl.com CITY OF NORTH MIAMI BEACH James Cotton 2101 NE 159`h Street North Miami Beach, FL 33162 • T: (305) 948-2973 F:305-919-1834 jimmycotton@citvnmb.com Estimated annual expenditure: $30,000 TOWN OF DAVIE William Peele 3500 NW 76`h Avenue Hollywood, FL 33024 T: 954-327-3743 F: 954-327-3752 bill peele@davie-fl.gov Estimated annual expenditure $25,000 CITY OF CORAL SPRINGS Tony Consenza 9551 W. Sample Road Coral Springs, FL 33065 T: (954) 345-2237 F: (954) 345-2238 WSAGC@Coralsprings.org Estimated annual expenditure: $132,500 BROWARD COUNTY WWS/FOD 2555 W. Copans Rd. Pompano Beach, FL 33069 Steve Ullman T: 954-831-0935 F:954-831-3242 • 4 CITY OF LAUDERHILL • Robert Snyder / Herb Johnson 5581 W. Oakland Park Blvd Lauderhill, FL 33313 T: 954-730-2960 F:954-730-8082 HJohnson@Lauderhill-fl.gov RSnyder@lauderhill-FL.gov Estimated annual expenditure: $150,000 VILLAGE OF WELLINGTON Emma Ramirez 12300 W. Forest Hill Blvd Wellington, FL T:561-791-4021 F: 561-904-5806 Estimated annual expenditure $190,000 Delivery Address VILLAGE OF WELLINGTON Frank Ferrano 1100 Wellington Trace Wellington, FL 3414 T.•561-791-4008 • CITY OF PEMBROKE PINES Dan Pringle / Christina Sorensen 13975 Pembroke Road Pembroke Pines, FL 33027 T:954-704-1259(Christina) 954-437-1111 (Dan) dprinRle@ppines.com Estimated annual expenditure $50,000 CITY OF HOLLYWOOD Ralph Dierks / Janice English 2600 Hollywood Blvd. Hollywood, FL T: 954-921-3223 (Ralph) T: 954-921-3345 (Janice) JEnglish@HollywoodFL.orR RDierks@HollywoodFL.org Estimated annual expenditure CITY OF TAMARAC Tony Spatola 10101 State Street Tamarac, FL T: (954)597-3767 F: 954-597-3760 • TonyS@Tamarac.org Estimated annual expenditure: $24,000 5 CITY OF DANIA BEACH L. Williams 100 W Dania Beach Blvd • Dania Beach, FL T: (954)924-3740 F: (954) 923-1109 Estimated annual expenditure: $40,000 Delivery Address: CITY OF DANIA BEACH Jose Vrtecho 1201 Stirling Road Dania Beach, FL 33004 T. (954)924-3740 F:(954) 923-1109 ivrtecho@ci.dania-beach.fl.us CITY OF COCONUT CREEK David Santucci 4800 West Copans Rd. Coconut Creek, FL 33063 T (954) 956-1584 F: 954-973-6754 Estimated annual expenditure: $50,000 Delivery Address: CITY OF COCONUT CREEK 4800 West Capons Rd. Coconut Creek, FL 33063 • Jessie Scott Tele (954) 973-6782 F. 954-571-4146 iscott@coconutcreek.net CITY OF NORTH MIAMI 776 NE 125th Street North Miami, FL 33161 T: (305) 895-9887 f: (305) 891-1015 rcrenshaw@northmiamifl.gov Estimated annual expenditure: $20,000 Delivery Address: CITY OF NORTH MIAMI 1815 NE 151 Street North Miami, FL 33181 Tele- (305) 865-9836 CITY OF MIRAMAR 13900 Pembroke Road Wastewater Treatment Facility Building — N Miramar, Florida 33027 Estimated annual expenditure: $10,000 • Col CITY OF SUNRISE West Water Plant #3 14150 NW 8th Street Sunrise, FL 33325 and 4350 Springtree Drive Sunrise, FL 33351 Tele- (954) 572-2285 CITY OF PLANTATION Charles Spencer 700 NW 91St Ave Plantation, FI. 33324 T:954-414-8899 F:954-452-2546 ESpencer@Plantation.org CITY OF BOCA RATON Janice Vassell 1401 Glades Rd. Boca Raton, FL 33431 T: 561-338-7302 F: 561-338-7345 Estimated annual expenditure $80,000 Delivery address CITY OF BOCA RATON . Tony Walker Utilities Services 1401 Glades Rd. Boca Raton, FL 33431 T.- 551-239-3059 F. 561-338-7345 twalker@mvboca.us 1.3 NEW CO-OP MEMBERS: New members to the Group may be permitted to "sign -on" to the contract subject to the approval of the group. "Piggy -backing" by other agencies is strictly prohibited under the terms and conditions of the Co-operative Bid. However, any agreement between the bidder and other agencies who are not part of this bid is strictly between the parties and not the concern of the responsible agency, or the Southeast Florida Governmental Purchasing Cooperative Group. 1.4 INFORMATION/CLARIFICATION: For information concerning this Bid contact The Purchasing Division at (954) 480-4380. Such contact is to be for clarification purposes only. Changes, if any, to the technical specifications or bid procedures will only be transmitted by written addendum. 1.5 ADDENDA, CHANGES OR INTERPRETATIONS DURING BID: Any inquiry or request for interpretation received ten (10) or more days prior to the date fixed for the opening of the Bids will be given consideration. Changes or interpretations may only be made by a written document in the form of an addendum and, if desired, will be mailed or sent by available 7 means to all known prospective Bidders not later than seven (7) days prior to the established bid opening date. Each prospective Bidder shall acknowledge receipt of such addenda in the space provided in the bid form. In case any Bidder fails to acknowledge receipt of such • addenda or addendum, his bid will nevertheless be considered as though it had been received and acknowledged and the submission of his bid will constitute acknowledgment of the receipt of same. All addenda are a part of the contract documents and each Bidder will be bound by such addenda, whether or not received by him. It is the responsibility of each prospective Bidder to verify that he has received all addenda issued before Bids are opened. No verbal interpretations may be relied upon. 1.6 QUESTIONS: Questions should be sent to the Purchasing Division, City of Deerfield Beach, 401 SW 4th Street, Deerfield Beach, FL., 33441. To facilitate prompt receipt of questions they can be sent to the CITY via FAX at (954) 480-4388 or by email sfrancis@deerfield-beach.com U City of Deerfield Beach — Invitation to Bid WATER METER FITTINGS AND WATER LINE ACCESSORIES— Bid #2010-11/50 • SECTION 2 - STANDARD TERMS AND GENERAL CONDITIONS 2.0 SUBMISSION AND RECEIPT OF BIDS: To receive consideration, Bids must be received prior to the RFP opening date and time. Unless otherwise specified below, Bidders should use the bid forms provided by the CITY. These forms may be duplicated, but failure to use the forms may cause the bid to be rejected. Any erasures or corrections on the bid must be made in ink and initialed by Bidder in ink. All information submitted by the Bidder shall be printed, typewritten or filled in with pen and ink. Bids shall be signed in ink. Separate Bids must be submitted for each Bid issued by the CITY in separate sealed envelopes properly marked. When a particular Bid requires multiple copies they may be included in a single envelope or package, properly sealed and identified. Bids shall be submitted in the format listed in Section 9 — REQUIREMENTS OF THE BID PART I AND PART II. 2.0.1 Bids must contain a manual signature of the authorized representative of the Bidder. Bids shall contain an acknowledgment of receipt of all Addenda. The address, e-mail and telephone number for communications regarding the Bid must be shown. 2.0.1.1 Bids by corporations must be executed in the corporate name by the President or other corporate officer accompanied by evidence of authority to sign. The corporate address and state of incorporation must be shown below the signature. • 2.0.1.2 Bids by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature. 2.0.2 Bids will be publicly opened in the Purchasing Division, 2nd Floor, 401 SW 4th Street, Deerfield Beach, FL 33441, in the presence of Bidders, the public, and CITY staff. Bidders and the public are invited and encouraged to attend RFP openings. Bids will be tabulated and made available for review by Bidders and the public in accordance with applicable regulations. 2.0.3 Bids shall be submitted at or before the time and at the place indicated in the Invitation for Bids and shall be submitted in a sealed envelope (faxed Bids will not be accepted under any circumstances). The envelope shall be clearly marked on the exterior `Bid #2010-11/50 WATER METER FITTINGS AND WATER LINE ACCESSORIES, OPENS FRIDAY, MAY 27, 2011, 2:30 P.M." and shall state the name and address of the Bidder and shall be accompanied by any other required documents. No responsibility will be attached to the Purchasing Office for the premature opening of a Bid not properly addressed and identified. 2.0.4 All Bids received from Bidders in response to the Invitation for Bid will become the property of the City of Deerfield Beach and will not be returned to the Bidders. In the event of Contract award, all documentation produced as part of the Contract shall • become the exclusive property of the CITY. 9 2.1 QUALIFICATIONS OF BIDDERS: Bids will only be considered from manufacturers or their authorized distributors. The authorized distributors must regularly maintain a substantial stock of the bids bid, and must be actively engaged in its sale. A representative of the City • may examine such stock and facilities at any time either fore bid award is made or during the term of the contract. 2.1.1 Bidder must have all current licenses, if required, to perform the specified service and must maintain such licenses throughout the contract period. 2.1.2 Application personnel shall be experienced in performing the service specified. The City reserves the right before recommending award of this bid to inspect the facilities of the bidder, or to take any other action necessary to determine the ability to perform in accordance with the specifications, terms and conditions in this bid. 2.2 PROTECTION OF PROPERTY: The successful bidder(s) shall at all time guard against damage or loss to the City of Deerfield Beach property and shall be responsible for replacing or repairing any such loss or damage. The COMPANY will be required to report any such damages immediately to the Water Plant Operator or his designee. 2.2.1 The City of Deerfield Beach reserves the right to repair any damages created by the COMPANY and deduct the appropriate amount from their payment. In all cases, the decision of the City of Deerfield Beach is final. 2.3 NO BID: If you do not intend to submit a bid please indicate the reason such as, insufficient time to respond, do not offer product or service, unable to meet specifications, schedule • would not permit, or any other reason in the space provided in this RFP. Failure to submit a bid or return no bid comments prior to the RFP due and opening date and time indicated in this RFP, may result in your firm being deleted from our Bidder's Registration List for the Commodity Class Item requested in this RFP. 2.4 BIDDERS' COSTS: The CITY shall not be liable for any costs incurred by Bidders in responding to this RFP. 2.5 BID FIRM FOR ACCEPTANCE: Bidder warrants by virtue of submitting his Bid that his Bid and the prices quoted in his Bid will be firm for acceptance by the CITY for a period of sixty (60) days from the date of RFP opening unless otherwise stated in the RFP. 2.6 NO EXCLUSIVE CONTRACT/ADDITIONAL SERVICES: Bidder agrees and understands that the Contract shall not be construed as an exclusive arrangement and further agrees that the CITY may, at any time, secure similar or identical services at its sole option. 2.7 MISTAKES: Bidders are cautioned to examine all terms, conditions, specifications, drawings, exhibits, addenda, delivery instructions, and special conditions pertaining to the RFP. Failure of the Bidder to examine all pertinent documents shall not entitle him to any relief from the conditions imposed in the contract and may lead to disqualification of a bid. • 10 2.8 RESERVATIONS FOR AWARD AND REJECTION OF BIDS: • 2.8.1 The CITY reserves the right to accept or reject any or all Bids, part of Bids, and to waive minor irregularities or variations to specifications contained in Bids, and minor irregularities in the bid process. 2.8.2 The CITY reserves the right, in the event the selected Bidder does not perform satisfactorily, to award a trial period to the next ranked Bidder or to award a contract to the next ranked Bidder. This procedure is to continue until a BIDDER is selected or the contract is re -bid or other arrangements made, at the sole option of the CITY. 2.9 COMPLAINTS AND DISPUTES: All complaints concerning misconduct on the part of the COMPANY or disputes between City staff and the COMPANY are referred to the City Manager or his designee, who shall conduct investigations and inquiries, including discussions with the COMPANY and involved staff. The determinations of the City Manager or designee shall be binding upon the parties, and failure of the COMPANY to follow any such determination could be considered a material breach and subject the COMPANY to termination for cause. The COMPANY agrees that any complaints received by the City concerning misconduct on the part of the COMPANY, such as excessive charges, poor business practices etc., will be referred to the Office of the City Manager for appropriate action. The COMPANY agrees to make any complaints concerning the City of Deerfield Beach available to the Office of the City Manager for action as required. 2.10 PRICE ADJUSTMENTS: If during the contract period, the City is able to purchase the product • specified herein on the open market at prices less than the contract price, the seller shall meet these prices or the City may negotiate/bid for a new contract on the open market. 2.11 SAMPLES AND DEMONSTRATIONS: Samples or inspection of product may be requested to determine suitability. Unless otherwise specified in Special Conditions, samples shall be requested after the date of bid opening, and if requested should be received by the City within seven (7) working days of request. Samples, when requested, must be furnished free of expense to the City and if not used in testing or destroyed, will upon request of the Bidder, be returned within thirty (30) days of bid award at Bidder's expense. When required, the City may request full demonstrations of units prior to award. When such demonstrations are requested, the Bidder shall respond promptly and arrange a demonstration at a convenient location. Failure to provide samples or demonstrations as specified by the City may result in rejection of a bid. II City of Deerfield Beach — Invitation to Bid WATER METER FITTINGS AND WATER LINE ACCESSORIES— Bid #2010-11/SO SECTION 3 — INSTRUCTIONS TO BIDDERS is The purpose of this Invitation to Bid is to establish a one (1) year contract with the option to renew this contract for two (2) additional twelve month periods, under the same terms and conditions by mutual consent, in writing by both parties. Prices shall remain firm for the entire contract period. PRODUCTS/DOLLAR VOLUMES: Items attached on the Bid Summary Sheets are representative of the needs of the City of Deerfield Beach and the Southeast Florida Governmental Cooperative Purchasing Group throughout the previous twelve month period. This is in no way to be construed as the entire or complete list of products to be purchased from the resulting contract. It is merely a guide. The anticipated dollar volume estimated for this contract cannot be guaranteed. Our needs could also exceed this amount. Items will be ordered on an as needed, when needed basis. Exact quantities cannot be predetermined but estimated annual expenditures by groups are projected in section 1.2. Group #1 - Adapters Group #2 - Meter Boxes Group #3 - Clamps Group #4 - Connectors Group #5 - Corporation Stops Group #6 - Couplings Group #7 - Curb Stops Group #8 - Elbows Group #9 - Flanges Group #10 - Hose bibs Group #11- Idler Pipes Group #12 - Insert Stiffeners Group #13 - Meter Stops Group #14 - Nipples Group #15 - Pieces, Branch Group #16 - Plugs Group #17 - Poly -Adapters Group #18 - Reducer Bushing Group #19 - Resetters Group #20 - Service Saddles Group #21 - Tees Group #22 - Tubing Group #23 - U Branches Group #24 - Valves Group #25 - Washers Group #26 — Yokes Group #27 — Megalugs Group #28 — Grip Rings Group #29 — Ductile Pipe 12 • • 3.0 QUANTITIES: Items attached on the Bid Proposal page are representative of the needs of the • City of Deerfield Beach and the Southeast Florida Governmental Purchasing Cooperative Group throughout the previous twelve-month period. The anticipated dollar volume estimated for this contract cannot be guaranteed; our needs could also exceed this amount. Items will be ordered on an as needed, when needed basis. 3.1 PRICES BID: The price of goods are to include the discount percentage and price selling directly to the City and delivering all materials and supplies, including applicable taxes for the initial period of the contract. 3.1.1 Bidder(s) shall furnish, with this bid ONE (1) copy of their current catalog(s)/price list(s) which will indicate all items bidder can furnish and list prices to be used for each item. Any catalogs/price lists and bid submitted for other than water meter fittings and water line accessories will not be accepted. Failure to furnish catalogs and/or price lists as required will result in disqualification of bid submitted. 3.1.2 All awardees shall deliver this same catalog(s) to all members of the Southeast Florida Governmental Cooperative Purchasing Group. It is in the best interest of the awardees to indicate the bid number, the start date of the contact, the expiration of the contract and the awardees single percentage discount offered on the front of the catalogs/price lists when it is delivered to all the Co-op government agencies. 3.2 SINGLE FIXED PERCENTAGE DISCOUNTS QUOTED: Bidder should indicate in all spaces • provided on the Bid Proposal Form their single fixed percentage discount to be deducted from list pricing for water meter fittings and water line accessories that will be used for the term of the contract. Single fixed percentage offered shall remain firm throughout the term of the contract. 3.2.1 Bidders shall offer their single fixed percentage discount as described on the Bid Proposal Form, to be calculated from the catalog list price. 3.2.2 The single fixed percentage discount quoted by the bidder shall apply to the catalog list price of all catalog items. Items excluded from single fixed percentage discount should be listed on a separate sheet of paper. These items will be excluded and should not be purchased. 3.2.3 If more than one catalog is submitted by a bidder, the single fixed percentage discount shall remain the same for all catalog items per catalog submitted. If the single fixed percentage discount offer differs per catalog submitted, bidder shall state on a separate sheet of paper the single fixed percentage discount offered for each additional catalog. 3.2.4 Submitting more than one catalog and failing to attach a separate sheet of paper stating single fixed percentages per catalog, will indicate single fixed percentage • offered on Bid Proposal is constant for all catalogs submitted. In the event a bidder handles catalog items that carry little or no percentage, this fact shall be taken into 13 consideration and percentages offered shall be a single fixed percentage for each catalog. 3.3 CATALOG/PRICE LIST UPDATES: It is understood by the City of Deerfield Beach that prices • published on the referenced Manufacturer's Price List may fluctuate during the contract period. Single fixed percentage offered shall remain firm throughout the initial one (1) year term of the contract. Upon expiration, and prior to renewal, price increases may be submitted. However, proof of price changes must be submitted thirty (30) days prior to date of effect of said price increase(s). The City of Deerfield Beach reserves the right to accept or reject any request for price increases depending on whether adequate documentation of authorized price increases is submitted and considered legitimate. 3.4 If, during the contract period, the manufacturer issues a replacement to the catalog(s), a copy of the replacement catalogs)/price lists are to be delivered to each Southeast Florida Governmental Cooperative Purchasing Group member. Failure on the part of the awardee(s) to furnish current catalog/price lists updates will result in all payments being based on last update received and increase will not be honored. 3.5 DEFAULT PROVISIONS: In the event of default by the bidder, the City/Co-op reserves the right to procure the item(s) bid from other sources and hold the bidder responsible for excess costs incurred as a result. 3.6 TERMINATION FOR CAUSE: If the successful contractor fails to provide the items bid or if deliveries are not made in a timely manner or if the product supplied does not meet the specifications of the items listed in this Invitation to Bid or shall in any manner commit a • breach of contract and fails to remedy within five (5) days after notification from the City of Deerfield Beach/Co-op, the City/Co-Op may terminate the contract resulting from this bid without further notice to the successful contractor. Any and all costs or other expenses incurred by the City as a direct result of the aforesaid termination shall be the direct liability of the successful contractor. The City of Deerfield Beach shall have all remedies available at law or equity. In addition, the City of Deerfield Beach may terminate the contract, without cause, upon thirty (30) days notice. 3.7 SELLING, TRANSFERRING OR ASSIGNING CONTRACTS: No contract awarded under these terms, conditions and specifications shall be sold, transferred or assigned without the written approval of the City of Deerfield Beach/Broward Governmental Co-operative Purchasing Group. 3.8 SAMPLES AND DEMONSTRATIONS: Samples or inspection of product may be requested to determine suitability. Unless otherwise specified in Special Conditions, samples shall be requested after the date of bid opening, and if requested should be received by the City within seven (7) working days of request. Samples, when requested, must be furnished free of expense to the City and if not used in testing or destroyed, will upon request of the Bidder, be returned within thirty (30) days of bid award at Bidder's expense. When required, the City may request full demonstrations of units prior to award. When such demonstrations are requested, the Bidder shall respond promptly and arrange a demonstration at a convenient • 14 location. Failure to provide samples or demonstrations as specified by the City may result in • rejection of a bid. 3.9 DEFAULT PROVISIONS: In the event of default by the bidder, the City/Co-op reserves the right to procure the item(s) bid from other sources and hold the bidder responsible for excess costs incurred as a result. 3.10 GUARANTEES: Vendor shall guarantee equipment and materials supplied under this Contract against any and all defective or faulty work or material for a period equal to the manufacturer's warranty of the item. Should any defect in material or workmanship appear during the above stated warranty period, the successful bidder shall replace any unit at no cost to the City of Deerfield Beach/Co-op immediately upon written notice from the City. The successful bidder shall hold the City harmless from any damages, judgments or liability of whatsoever nature resulting from the purchase or use of any items pursuant to the contract. 3.11 CANCELLATION: The obligations of the City of Deerfield Beach/Co-op members under this award are subject to the terms and conditions established by the legislature of Florida. The City/Co-op members have the option to discontinue service at no expense to the City/Co-op members if the City/Co-op Members Policy, Ordinances, Rules/Regulations or Florida Statutes determine it is in the City's/Co-op Members' best interest. Cancellation of the contract will not relieve the vendor of any obligations incurred prior to the date of cancellation. 3.12 INCONSISTENCIES: Any seeming inconsistency between different provisions of the • specifications, bid documents or contract, or any point requiring explanation must be inquired into by the bidder, in writing, within the time specified in Section 1.1. After bids are opened, the bidders shall abide by the decision of the City as to such interpretations. The City of Deerfield Beach shall not be responsible for oral interpretations given by any City personnel or representative or others. The issuance of a written addendum is the only official method whereby interpretation, clarification or additional information can be given. • 3.13 LEGAL CONDITIONS: Bidders are notified to familiarize themselves with the provisions of the laws of the State of . Florida relating to hours of labor on municipal work, and with the provisions of the laws of the State of Florida and the Charter and the ordinance of the City of Deerfield Beach upon which procedure hereunder is made. 3.14 FORMS OF BIDS: Each bid and its accompanying statements must be made on the blanks provided therefore and bound herewith, and shall be submitted in triplicate. The forms must be submitted in good order and with all the blanks filled in. The forms must be enclosed in a sealed envelope when submitted to the Office of the City Manager of the City of Deerfield Beach, Florida, and must show the name of the bidder, the bid number and title of the bid. The bid must be signed by one duly authorized to do so, and, in case signed by a deputy or subordinate, the principal's properly written authority to such deputy or subordinate must accompany the bid. No bid will be accepted, for any reason whatsoever, which is not submitted to the Office of the City Manager as stated above, within the specified time. 15 3.15 FILLING BIDS: Bidders shall completely fill out the bid, the qualification of bidders form and the affidavit herein contained. Bidders are invited to be present at the time of opening of bids. • 3.15.1 The City of Deerfield Beach reserves the right to reject any or all bids or any part of any bid, and to waive any informality in any bid. 3.16 MISTAKES: Bidders are cautioned to examine all terms, conditions, specifications, exhibits, addenda, instructions, and special conditions pertaining to the bid. Failure of the Bidder to examine all pertinent documents shall not entitle all bidders to any relief from the conditions imposed in the contract. 3.17 CAUSES FOR REJECTION: No bid will be canvassed, considered or accepted which in the opinion of the City is informal or unbalanced, or contains inadequate or unreasonable prices for any items; each item must carry its own proportion of the cost as nearly as is practicable. However, the City shall be under no obligation to investigate the correctness of any bid and the bidder by signing the bid shall be deemed to have verified that no errors appear in the bid as submitted. Any alteration, erasure, interlineation, or failure to contain bids for all items called for in the schedule shall render the bid informal. 3.18 NO BIDS: If you do not intend to bid please indicate the reason such as, insufficient time to respond, do not offer product or service, unable to meet specifications, schedule would not permit, or any other reason in the space provided in this bid. Failure to bid or return no bid comments prior to the bid due and opening date and time indicated in this bid, may result in your firm being deleted from our Bidder's Registration List for the Commodity Class Item • requested in this bid. 3.19 SAFETY REQUIREMENTS: Bidder by submitting his/her bid certifies that all equipment contained in his/her bid meets all Federal Occupational Safety and Health Act (OSHA) requirements. 3.20 RETENTION OF RECORDS AND RIGHT TO ACCESS CLAUSE: The successful bidder shall preserve and make available all financial records, supporting documents, statistical records, and any other documents pertinent to this contract for a period of three (3) years after termination of this contract; or if an audit has been initiated and audit findings have not been resolved at the end of these three (3) years, the records shall be retained until resolution of audit finding. 3.21 ANTI -COLLUSION STATEMENT: By submitting this bid, the bidder affirms that this bid is without previous understanding, agreement, or connection with any person, business, or corporation submitting a bid for this project, and that this bid is in all respects fair, and without collusion or fraud. 3.22 ETHICS CODE: COMPANYs are required to acquaint themselves with the provisions in the City of Deerfield Beach's Ethics Code (Ordinance No. 2009/06). The City Commission will strictly apply the Ethics Code. Section (5) "Disclosure and Behavior Requirements of Applicants and Person/Entity seeking a City contract or currently doing business with the City" is of • 16 immediate interest. THIS SECTION CONTAINS DISCLOSURE REQUIREMENTS FOR ALL APPLICANTS. COMPANY MUST complete Schedule A Disclosure Form (attached). Failure to do so may result in the rejection of statements of qualifications. 3.23 BACKGROUND CHECKS: In accordance with Section 38-117 of the City of Deerfield Beach Code of Ordinances, prior to beginning any services under this request for proposal, the COMPANY shall, at its expense, obtain a criminal background check through the National Crime Information Center (NCIC) for each of its employees prior to for any employee of the company who is doing the work required by this request for proposal. The COMPANY must ensure a similar check has been done of its subcontractors' employees who will have access to the City's property. 3.23.1 If such a check reveals a conviction or a plea of nolo contendere, regardless of when the plea or conviction occurred, which includes a felony or misdemeanor involving terrorist behavior, violence, use of a dangerous weapon, crimes of moral turpitude or breach of trust/fiduciary responsibility or which raises concerns about building, system, or personal security or is otherwise a job -related crime, the COMPANY shall not assign the individual to any City property. If such a check reveals any of the foregoing after access has already been granted, any access privileges already granted shall be immediately revoked and shall not be reinstated without the City's express written authorization. In the event that the COMPANY intends to hire new personnel to perform the required services, the background checks should be initiated at the time of the hire. • 3.23.2 The City reserves the right to approve or disapprove whether contract employees perform the services for the City. Disapproval would apply solely to this contract and shall have no bearing on the COMPANY's employment of an individual outside of this request for proposal. 3.23.3 The COMPANY shall certify compliance with this provision prior to commencing work by submitting the affidavit attached as Exhibit "A" to the Purchasing Division and the City Clerk. The Notice to Proceed shall not be issued by the Purchasing Division until the Affidavit is submitted. 3.24 CONE OF SILENCE: In accordance with Section 38-140 of the City of Deerfield Beach Code of Ordinances, during the course of a competitive solicitation, a Cone of Silence shall apply as follows: 3.24.1 A Cone of Silence shall be in effect during a Competitive Solicitation beginning upon the advertisement for requests for proposals, requests for qualifications and competitive bids. The Cone of Silence shall terminate at the time the City Commission makes final award of a bid or gives final approval of a contract or contract amendment, rejects all bids or responses to the Competitive Solicitation, or takes other action which ends the Competitive Solicitation. The Cone of Silence shall continue through the negotiation phase for requests for proposals and requests for • qualifications and shall not end until the Commission gives final approval of the contract. 17 3.24.2 Any person or entity that seeks a contract, contract amendment, award, recommendation, or approval related to a Competitive Solicitation or that is subject to • being evaluated or having its response evaluated in connection with a Competitive Solicitation, including a person or entity's representative shall not have any communication with any City Commissioner, the City Manager and their respective support staff or any person or group of persons appointed or designated by the City Commission or the City Manager to evaluate, select, or make a recommendation to the City Commission or the City Manager regarding a Competitive Solicitation. 3.24.3 The Cone of Silence shall not apply to written or oral communications with legal counsel for the City or the Purchasing Agent for the City. 3.24.4 Any action in violation of this section shall be cause for disqualification of the bid or the proposal. The determination of a violation shall be made by the City Commission. 3.25 CONFLICT OF INTEREST: The respondent covenants that they presently have no interest and shall not acquire any interest, directly or indirectly, which would conflict in any manner or degree with the performance of the services hereunder. The respondent further covenants that no person having any such known interest shall be employed or conveyed an interest, directly or indirectly, in the contract. The respondent represents itself to be an independent firm offering such services to the • general public and shall not represent itself or its employees to be employees of the City of Deerfield Beach. Therefore, the respondent shall assume all legal and financial responsibility for taxes, FICA, employee fringe benefits, workers compensation, employee insurance, minimum wage requirements, overtime, and other expenses, and agrees to indemnify, save, and hold the City of Deerfield Beach, its officers, agents, and employees, harmless from and against, any and all loss; cost (including attorney fees); and damage of any kind related to such matters. 3.26 RESOLUTION OF PROTESTED SOLICITATIONS AND PROPOSED AWARDS: In accordance with Section 38-139 of the City of Deerfield Beach Code of Ordinances, if a Proposer intends to protest a solicitation or proposed award the following shall apply: 3.26.1 Any Proposer who is aggrieved in connection with the pending award of a contract or any element of the process leading to the award of or contract may protest to the Purchasing Agent. A protest must be filed within five business days after notification of the recommendation of the selection/evaluation committee or any right to protest is forfeited. The protest must be in writing, must identify the name and address of the protester, and must include a factual summary of, and the basis for, the protest. Filing shall be considered complete when the protest is received by the Purchasing Agent. 3.26.2 Upon receipt of a protest of the pending award of a contract, the Purchasing Agent • shall review the charge to determine whether the protest was timely filed. If upon 18 review the Purchasing Agent determines that the protest was not timely filed, the Purchasing Agent shall dismiss the protest. If is determined that the protest was - timely filed, the Purchasing Agent shall notify all Proposers of the protest and inform them of the scheduled hearing before the CITY Commission and of their right to intervene. Any Proposer may formally intervene in the proceeding by filing a request to intervene with the Purchasing Agent. 3.26.3 The Purchasing Agent shall require a deposit from a protester to compensate the CITY for the expenses of administering the protest. If the protest is decided in the protester's favor, the entire deposit shall be returned to the protester. If the protest is not decided in the protester's favor, the deposit shall be forfeited to the CITY. The deposit shall be in the form of cash, a cashier's check, or a payment bond and shall be in the amount of 1% of the amount of the pending award, with a minimum deposit of $250 and a maximum deposit of $1,000. 3.26.4 The protester and intervener(s) may file written documentation relating to the protest with the Purchasing Agent. It shall be the obligation of such protester or intervener(s) to deliver said documentation at least one week prior to City Commission action on the protest. 3.26.5 The City Commission may hear from the protester and intervener(s) in its discretion or may dispose of the protest without permitting presentations on the protest. If, on its face, the protest does not state sufficient cause to warrant remedial action, the City Commission may deny the protest without further participation by the protester or intervener(s). The Commission, in its sole discretion, may deny the protest, grant the is protest and fashion relief or remedial action as it deems appropriate, or reject all proposals and begin the RFP process again. • 19 City of Deerfield Beach — Invitation to Bid WATER METER FITTINGS AND WATER LINE ACCESSORIES— Bid #2010-11/50 SECTION 4 - GENERAL CONDITIONS • 4.0 GENERAL: It is mutually agreed by the parties hereto that this Contract is subject to the provisions of the Constitution of the State of Florida, and of the several acts of the Legislature that upon ten (10) calendar days notice, the work under this Contract may, without cost or claim against the City of Deerfield Beach, Florida, be suspended by the City of Deerfield Beach, Florida, for substantial cause; this Contract is subject to additional conditions and stipulations which follow. 4.1 SPECIAL CONDITIONS: Any and all Special Conditions contained in this bid that may be in variance or conflict with the General Conditions shall have precedence over the General Conditions. If no changes or deletions to General Conditions are made in the Special Conditions, then the General Conditions shall prevail in their entirety. 4.2 LEGAL REQUIREMENTS: Applicable provisions of all federal, state, and county laws, and local ordinances, rules and regulations, shall govern development, submittal and evaluation of all bids received in response hereto and shall govern any and all claims and disputes which may arise between person(s) attaching a bid response hereto and the City by and through its officers, employees and authorized representatives, or any other person, natural or otherwise; and lack of knowledge by any Bidder shall not constitute a cognizable defense against the legal effect thereof. 4.2.1 The Legal Advertisement, Notice of Invitation to Bid, General Conditions, Special • Conditions, Specifications, Instructions to Bidders, Exhibits, Addenda and any other pertinent document form a part of this bid and by reference are made a part of any response to this bid. 4.3 CONTRACT: No bid award shall be binding upon the City of Deerfield Beach until a written contract including these terms, this bid, and other necessary provisions, as required by the City, has been executed by both parties. 4.3.1 If the bidder(s) to whom the award is made fails to enter into a contract as herein provided, the award may be annulled and the contract let to another bidder who is reliable and responsible in the opinion of the City. Such bidder shall fulfill every stipulation embraced herein as if he/she were the original party to whom award was made. 4.4 DRUG FREE WORKPLACE: In accordance with Section 287.087, State of Florida Statutes, in the case of tie bids, preference shall be given to businesses with "drug -free workplace programs". Whenever two or more bids, which are equal with respect to price, quality, and service, are received for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace shall be given preference in the award process. • 20 4.5 CONTRACT TERMINATION: If the successful bidder(s) fail to provide the services bid, or shall isin any other manner commit a breach of contract and fail to remedy the same within five (5) calendar days after written notice from the City of Deerfield Beach, the City may terminate the contract resulting from this bid without any further notice to the successful bidder(s). Any and all costs, damages or other expenses incurred by the City as a result of the aforesaid termination shall be the direct liability of the successful bidder(s). The City of Deerfield Beach shall have all remedies available at law or equity. 4.5.1 In addition, the City of Deerfield Beach reserves the right to terminate this contract upon thirty (30) calendar days notice, without cause. 4.6 TERMINATION FOR CAUSE: If, through any cause, the COMPANY shall fail to fulfill in a timely and proper manner its obligations under this Agreement, or if the COMPANY shall violate any of the provisions of this Agreement, the City may upon written notice to the COMPANY, terminate the right of the COMPANY to proceed under this Agreement or with such part or parts of the Agreement as to which there has been a default, and may hold the COMPANY liable for any damages caused to the City by reason of such default and termination. In the event of such termination, any completed services performed by the COMPANY under this Agreement shall, at the option of the City, become the City's property and the COMPANY shall be entitled to receive equitable compensation for any work completed to the satisfaction of the City. The COMPANY, however, shall not be relieved of liability to the City for damages sustained by the City by reason of any breach of the Agreement by the COMPANY, and the City may withhold any payments to the COMPANY for the purpose of • setoff until such time as the amount of damages due to the City from the COMPANY can be determined. 4.7 MINIMUM AND MANDATORY TECHNICAL SPECIFICATIONS: The technical specifications may include items that are considered minimum, mandatory, or required. If any Bidder is unable to meet or exceed these items, and feels that the technical specifications are overly restrictive, he must notify the Purchasing Division immediately. Such notification must be received by the Purchasing Division prior to the deadline contained in the bid, for questions of a material nature, or prior to seven (7) calendar days before the bid opening date, whichever occurs first. If no such notification is received prior to that deadline, the City will consider the technical specifications to be acceptable to all Bidders. 4.8 IN ACCORDANCE WITH FLORIDA STATE STATUTE 287,133 (2)(a): A person or affiliate who has been placed on the convicted COMPANY list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided s. 287.017 for CATEGORY TWO for a period of thirty-six (36) months from the date of being placed on the convicted COMPANY list. • 21 4.9 PUBLIC RECORDS: Florida law (Section 119.01, F.S., and The Public Records Law) provides that municipal records shall at all time is open for personal inspection by any person. Information and materials received by the City in connection with a Request for Bid response shall be • deemed to be public records subject to public inspection upon award, rejection for award, or ten (10) calendar days after bid opening, whichever occurs first. However, certain exemptions to the public records law are statutorily provided for in Section 119.07, F.S. If the Bidder believes any of the information contained in his or her response is exempt from the Public Records Law, then the Bidder, must in his or her response, specifically identify the material which is deemed to be exempt and cite the legal authority for the exemption, otherwise, the City will treat all materials received as public records. 4.10 PROHIBITION OF INTEREST: No contract will be awarded to a Bidder who has City elected officials, officers or employees affiliated with it, unless the Bidder has fully complied with current Florida State Statutes and City Ordinances relating to this issue. Bidders must disclose any such affiliation. Failure to disclose any such affiliation will result in disqualification of the Bidder and removal of the Bidder from the City's Bidder's List and prohibition from engaging in any business with the City. 4.11 DISCRIMINATION: COMPANY agrees that in the performance of any provisions of this agreement, not to discriminate or permit discrimination in the hiring practices of COMPANY or in the performance of the COMPANY on the basis of race, sex, religion, political affiliation or national origin. The COMPANY will strictly adhere to the equal employment opportunity requirements and any applicable requirements established by the State of Florida or the Federal Government. 4.12 AGREEMENTS OUTSIDE THIS AGREEMENT: This Agreement contains the complete • Agreement concerning the COMPANY arrangement between the parties and shall as of the effective date of this Agreement supersede all other Agreements between the parties. The parties stipulate that neither of them has made any representation with respect to the subject matter of this Agreement or its execution and duly accept such representations as are specifically set forth in this Agreement. Each of the parties to this Agreement acknowledges that it has relied on its own judgment in entering into this Agreement. 4.13 MODIFICATION OF THIS AGREEMENT: No waiver or modification of this Agreement or any covenant, condition, or limitation, contained in this Agreement shall be valid unless in writing and duly executed by all parties. No evidence of any waiver or modification shall be offered or received in evidence in any proceeding, arbitration, or litigation between the parties arising out of or affecting this Agreement or the rights and obligations of the parties unless such waiver or modification is in writing and duly executed. The parties hereto do acknowledge and agree that time is of the essence relative to the performance of any term, condition, or covenant herein. In the event any litigation or other action shall arise from this Agreement, the prevailing party shall be entitled to reasonable attorney's fees and all costs and expenses, including attorney's fees and all costs and expenses for any court proceedings relative to the disposition of any issues arising under this Agreement. • 22 4.14 NO CONTINGENT FEE: COMPANY warrants that it has not employed or retained any company or person other than a bona fide employee working solely for the COMPANY to solicit or • secure the agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for the COMPANY, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making the Agreement. For the breach or violation of this provision, the City shall have the right to terminate the Agreement without liability at its discretion. • 4.15 VENUE/SEVERABILITY: Venue shall be in Broward County, Florida, with respect to any and all actions that may be brought now or hereafter in connection with this Agreement. In the event that any portion, provision, term, or condition of this Agreement shall be found to be unconstitutional or illegal in any way, it shall be deemed severed and the remainder of the Agreement shall remain in full force and effect. 4.16 VARIANCES: For purposes of bid evaluation, Bidders must indicate any variances, no matter how slight, from bid General Conditions, Special Conditions, Specifications or Addenda in the space provided in PART I — PROPOSAL FORM. No variations or exceptions by any Bidder will be considered or deemed a part of the bid submitted unless such variances or exceptions are listed in the bid and referenced in the space provided. If variances are not stated, or referenced as required, it will be assumed that the product or service fully complies with the City's terms, conditions, and specifications. 4.16.1 By receiving a bid, the City does not necessarily accept any variances contained in the bid. All variances submitted are subject to review and approval by the City. If any bid contains material variances that, in the City's sole opinion, make that bid conditional in nature, the City reserves the right to reject the bid or part of the bid that is declared, by the City as conditional. 4.17 COMPANY'S RELATION TO THE CITY: It is expressly agreed and understood that the COMPANY is in all respects an independent contractor as to work, and that the COMPANY is in no respect an agent, servant or employee of the City of Deerfield Beach. This contract specifies the work to be done by the COMPANY, but the method to be employed to accomplish this work shall be the responsibility of the COMPANY, unless otherwise provided in the contract, subject to approval by the City. 4.17.1 COMPANY and the employees of the COMPANY are not entitled to any of the benefits that the City provides for City's employees. 4.18 STANDARDIZATION/VARIANCES: The City of Deerfield Beach/Co-op intends to purchase a product as specified and contained herein. In no way does the City of Deerfield Beach intend to limit competition to one bidder. State any and all variances clearly in writing. Wherever in these contract documents a particular brand, make of material, manufactured article, device or equipment is shown or specified, such brand, make of material, manufactured article, device or equipment should be regarded as the standard. 23 4.19 SUBSTITUTIONS: After award, substitutions of materials will not be accepted unless approved in writing by the agency 4.20 SPECIFICATION ALTERATION: The apparent silence of the specifications as to any detail, or • the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning only that the best commercial practice is to prevail and that only material and workmanship of the finest quality are to be used. All interpretations shall be made on the basis of the statement. 4.21 CODES AND STANDARDS: Work, materials, equipment and other items specified by reference to Broward County South Florida Building Codes or Standards shall, unless otherwise specified, comply with the latest revision of such codes and standards in effect on the date the COMPANY's bid was submitted to the City. 4.22 AVAILABILITY OF FUNDS: The obligations of the City of Deerfield Beach under this award/contract are subject to the availability of funds. 4.23 SELLING, TRANSFERING OR ASSIGNING IS PROHIBITED: The successful bidder shall not assign, transfer, convey, sublet or otherwise dispose of their Contract, or of any or all of his or its rights, title or interest herein, or its power to execute such Contract to any person, company or corporation without prior written consent of the City of Deerfield Beach. 4.24 PERMITS, FEES AND NOTICES: COMPANY shall be responsible to apply for all permits and licenses, which may be required for the proper execution and completion of work. Permit fees shall be waived by the City. COMPANY shall use its best efforts to obtain all necessary is as soon as possible after the service is requested by the City. 4.24.1 COMPANY shall give all notices and comply with all laws, ordinances, rules, regulations and lawful orders of any public authority bearing on the performance of the work to be performed. The City shall not be responsible for monitoring the COMPANY's compliance with any laws or regulations. 4.25 INDEMNIFICATION AND HOLD HARMLESS: Bidder shall, in addition to any other obligation to indemnify the City of Deerfield Beach and to the fullest extent permitted by law, protect, defend, indemnify and hold harmless the City of Deerfield Beach, their agents, elected officials and employees from and against all claims, actions, liabilities, losses (including economic losses), or costs arising out of any actual or alleged; A) bodily injury, sickness, disease or death, or injury to or destruction of tangible property including the loss of use resulting therefrom, or any other damage or loss arising out of or resulting or claims to have resulted in whole or in part from any actual or alleged act or omission of the Bidder, any sub -contractor, anyone directly or indirectly employed by any of them, of anyone for whose acts any of them may be liable in the performance of the work; or 24 B) violation of law, statute, ordinance, governmental administration order, rule, regulation, or infringement of patent rights by Bidder in the performance of the work; • or C) liens, claims, actions made by the Bidder or any subcontractor or other party performing the work. D) Any claims of whatsoever nature related to collection practices or any actions of contradictory nature pursuant to this contract or in attempt to collect monies due or claimed to be due to the City. 4.26 INSURANCE: The COMPANY shall not commence operations, construction and/or installation of improvements pursuant to the terms of this agreement until certification or proof of insurance, detailing terms and provisions of coverage have been received and approved by the City of Deerfield Beach Risk Manager. The COMPANY shall purchase and maintain, in full force and effect for the life of the contract, at COMPANY's sole expense, the following required insurance policies: 4.26.1 Worker's Compensation - The COMPANY shall procure and maintain, for the life of this Contract/Agreement, Statutory Worker's Compensation Insurance covering all employees with limits as required by Florida Statute Chapter 440, regardless of the size of the company (number of employees). This coverage must extend to any subcontractor with three or more employees who does not exclude himself as a principal of the company and that does not have their own Workers' Compensation • and Employer's Liability Insurance. The COMPANY further agrees to be responsible for employment, control and conduct of its employees and for any injury sustained by such employees in the course of their employment. 4.27.2 Liability Insurance 1) Naming the City of Deerfield Beach as an additional insured, on General Liability Insurance only, in connection with the work being done under this contract. 2) Such liability insurance includes the following checked types of insurance and indicated minimum policy limits. 4.27.3 Property Insurance - The COMPANY is responsible for any loss or damage to tools, equipment and supplies at the job site and is also responsible for any loss or damage to the areas being constructed/renovated until that area is completed. • LIMITS OF LIABILITY each Type of Insurance occurrence aggregate General Liability XX Comprehensive form Premises - operations bodily injury explosion & collapse hazard property damage $50,000. $50,000. Underground Hazard products/completed operation hazard XX contractual insurance XX broad form property Damage XX independent contractors personal injury Automotive Liability comprehensive form owned hired non -owned Excess Liability _ umbrella form other than umbrella bodily injury and property damage combined $1,000,000. $2,000,000. personal injury $1,000,000. $2,000,000. bodily injury (each person) bodily injury (each accident property damage bodily injury and property damage combined $1,000,000. bodily injury and property damage (combined) $1,000,000. $1,000,000. The endorsements, policies of insurance, certificates of insurance and the insurance agent or insurance companies issuing such certificates or policies of insurance must be acceptable to the City Risk Management, as licensed and authorized to do business in the State of Florida. Any questions as to the intent of meaning of any part of the above -required coverage should be directed to the Risk Manager at (954) 480-4260. All policies or certificate of insurance must be issued indicating that such policies or certificates are applicable to work being performed under a specific contract or to all work performed by the COMPANY for the City of Deerfield Beach. 26 • • City of Deerfield Beach — Invitation to Bid WATER METER FITTINGS AND WATER LINE ACCESSORIES— Bid #2010-11/50 . SECTION 5 - PROPOSAL SPECIFICATIONS 5.0 PRICING/ORDERING: Bidder is to state firm price, including delivery and handling charges and Discount percentage off current manufacturer's catalog price book. 5.0.1 Each Co-op agency has specific requirements for ordering materials. Bidder should submit bid information for meeting these varied requirements. Bidder should also submit any other ordering suggestions including EDI capabilities. 5.0.2 The participating Co-op Agencies may purchase in smaller unit (or larger) unit of measure than listed in this proposal. 5.1 INVENTORY: The vendor must have access to adequate inventory to attain 100% fill rate on the high use items, and 95% fill rate on manufacturer catalog items. A 100% fill rate shall mean that 100% of the high use items will be delivered within ten (10) calendar days after receipt of order. A 95% fill rate shall mean that all items ordered through the catalog will be delivered within fourteen (14) days after receipt of order. The City of Deerfield Beach/Co-op reserves the right to require proof of access to inventory. The vendor shall notify the Purchasing Division of each respective agency when out of stock on any items due to circumstances beyond their control. The City of Deerfield Beach reserves the right to procure out of stock items from other sources in these circumstances. Special order items should be • delivered within twenty-one (21) calendar days after receipt of order. 5.2 DELIVERY: Delivery will consist of dock -side deliveries and in -side deliveries as indicated on the purchase order. All deliveries are to be F.O.B. Destination, City of Deerfield Beach/Co-op Agency, as specified on a Purchase Order. All delivery, handling or other costs necessary to complete an order be included in the single fixed percentage discount quoted. 5.2.1 Deliveries are requested to be made within ten (10) calendar days after receipt of an order. In the event deliveries cannot be made within ten (10) calendar days, a written notification indicating date of projected delivery must be sent to the buyer with a copy to the ordering department stating the reason for delay. The City of Deerfield Beach reserves the right to terminate the contract in the event the delay in delivery is deemed unacceptable. 5.2.2 Various co-op agencies may at their option pick-up catalog items from the successful vendor's place of business. Catalog items which are picked up shall be priced in accordance with the single fixed percentage discount quoted in this bid 5.3 BILLING REQUIREMENTS: Each Agency's billing requirements vary. Each Agency has specific billing requirements that must be met. Bidder is to indicate types of billing available. The vendor shall insure that all delivery slips clearly state the purchase order number, date of • delivery, carrier or method of delivery, total carton count delivered, item description, quantity delivered and quantity backordered and any other agency requirement. 27 5.4 PURCHASE ORDER CANCELLATION: The Co -Op Agency, by written notice may terminate in whole or in parts any purchase orders resulting from this invitation when such action is in the best interest of the Agency. If purchase orders are so terminated, the Agency shall be liable • only for payment for materials received and accepted prior to the effective date of termination. 5.5 AUTOMATIC RETURNS: An order will be placed with the understanding that all items delivered must meet the approval of the Using Department. Material not acceptable will be returned for credit. Bidder shall state return authorization for material damaged in shipment, wrong merchandise shipped, and/or duplicate shipments. Material to be returned at vendor expense. 5.6 "DRUG FREE WORKPLACE": In accordance with Section 287.087, State of Florida Statutes, in the case of tie bids, preference shall be given to businesses with "drug -free workplace programs". Whenever two or more bids, which are equal with respect to price, quality, and service, are received for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace shall be given preference in the award process. In order to have a drug -free workplace program, a business shall: (a) Publish a statement notifying employees that the unlawful manufacture, distribution dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. • (b) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. (c) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (a). (d) In the statement specified in subsection (a), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contenders to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. (e) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. (f) Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. • 28 City of Deerfield Beach — Invitation to Bid WATER METER FITTINGS AND WATER LINE ACCESSORIES— Bid #2010-11/50 • SECTION 6 - SPECIFICATIONS AND REQUIREMENTS 6.0 METER VALVE: 6.0.1 Meter Valve shall be of bronze construction in accordance with ASTM specification B62 latest revision. 6.0.2 Meter Valve shall be closed bottom design and resilient 0 ring sealed against external leakage at the top. Shut-off shall be affected by a resilient pressure actuated seal so positioned in the plug as to completely enclose the flow way in the closed position. The inlet side of all meter valves shall have a compression type fitting as specified. Meter valves for meter sizes 1 1/2" and under shall be equipped with a meter coupling nut on the outlet side. 6.0.3 Meter valves for 1 1/2" and 2" meters shall have flanged connections on the outlet sides. 6.0.4 Meter valves 2" or less shall be ball type. 6.1 CURB STOPS: 6.1.1 Curb stops shall be of the inverted key type with tee -head shut off. Curb stops shall • be made of brass alloy in accordance with ASTM specification B62 latest revision. 6.1.2 Curb Stops to rotate 360 degree. 6.2 CORPORATION STOPS: 6.2.1 Corporation stops shall be manufactured of brass alloy in accordance with ASTM specification B62 or latest revision. These corporation stops shall be of ball valve type. 6.2.2 Inlet thread shall be AWWA taper thread and/or M.I.P. (male Iron Pipe) in all sizes in accordance with AWWA Standard C800 latest revision. Outlet connection shall have a compression type fitting. 6.3 SERVICE SADDLES: 6.3.1 Service saddles shall be ductile iron ASTM A536, have double stainless steel straps which tighten to conform to the curvature of the pipe sealing 0-ring gasket confined in a retaining groove, for pressure tight seal on the main. A rust preventative coating shall be applied to the ductile iron body. The City of Margate specifically requires that the saddles order by them to have a • particular band: electro galvanized steel in lieu of stainless steel. Percentage discount shall apply at the same rate for this product. This product shall be made 29 available, and offered, to all agencies should they request electro galvanized in lieu of stainless steel. 6.4 GATE VALVES UNDER 4": • 6.4.1 Gate valves under 4" in size shall be bronze gate valves conforming to Manufacturers Standardization Society of the Valve and Fitting Industry Standard Practice SP-37. They shall be single disc, non -rising stem, open left (counter clockwise) with operating wheel. Pewter and pot meter operating wheels shall not be permitted. 6.5 POLYETHYLENE TUBING: 6.5.1 The polyethylene compound from which the tubing is made shall be an ethylene hexene copolymer and shall comply with the applicable requirements as specified in ASTM D3350 providing a cell classification of 355434C and simultaneously be of specified in ASTM D1248 for Type III Category 5, Grade P34, Class C, PE 3408 very high molecular weight, high density polyethylene plastic materiel. Polyethylene shall comply with the following: 6.5.2 Tubing shall have a working pressure at 200 PSI at 73.4 degrees F. 6.5.3 All tubing furnished under these specifications shall conform to the following standards: AWWA C-901, ASTM D2239, ASTM D2737, ASTM 3350, ASTM D1248, ASTM F1248, ASTM 1693, and ASTM D3140. • 6.5.4 Tubing dimensions and tolerances shall conform to the following requirements: 6.5.4.1 Polyethylene tubing surfaces shall be mirror smooth, both interior and exterior and shall be free from bumps and irregularities. Materials must be completely homogeneous and uniform in appearance. 6.5.5 Tubing dimensions and tolerances shall correspond with the values listed in AWWA C901 with a dimension ratio (DR) of 9. 6.5.6 Tubing shall be fully labeled at intervals of not more than 5 feet with brand name and manufacturer, the nominal size, PE 3404, the word "Tubing" and DR9, PC200, AWWA C901-88, and the seal, or mark, of the testing agency. • 30 City of Deerfield Beach — Invitation to Bid WATER METER FITTINGS AND WATER LINE ACCESSORIES— Bid #2010-11/50 • SECTION 7 - CONTRACTOR RESPONSIBILITIES 7.0 QUALIFICATIONS OF BIDDERS: No bid will be accepted from, nor will any contract be awarded to, any person who is in arrears to the City of Deerfield Beach/Co-op, upon any debt or contract, or who is a defaulter, as surety or otherwise, upon any obligation to said City, or who is deemed irresponsible or unreliable by the City of Deerfield Beach or has been found guilty or convicted of a Public Entity crime in any Federal or State trial court of record. 7.0.1 Bids will be considered only from firms that have been engaged in providing products similar to those specified herein for a period of not less than two (2) years, and who are presently engaged in the sale of these products. Pre -award inspection of the bidder's facility may be made prior to award of the contract. Bidders may be required to demonstrate proof of experience in the management and administration of an organization of the magnitude required for the performance of this contract. 7.0.2 Bids will be considered only from manufacturers or their authorized distributors. The authorized distributors must regularly maintain a substantial stock of water service fittings and must be actively engaged in the sale of this type product. A representative of the Cities may examine such stock and facilities at any time either before award is made or during the life of the contract. • 7.1 CONTRACTOR'S EXPERIENCE RECORD: The City shall have the right to investigate the financial condition and experience record of each prospective bidder and determine to its satisfaction the competency of each to undertake the project. • 7.2 COMPANY REPRESENTATIVE: Bidder is required to indicate in space provided on the Bid Proposal Sheet the name, address, and telephone number of the representative(s) who could make periodic scheduled visits to the agencies and who will be available upon request to resolve billing and delivery problems 7.3 ANNUAL REPORTING REQUIREMENTS: Vendor is required to submit annual reports to the City of Deerfield Beach, as lead agency. After award, the City will discuss the report layout format and when the reports should be prepared. A copy of the report is to be sent to the lead agency, City of Deerfield Beach, attention- Donna Council. 7.4 VARIANCES: For purposes of Bid evaluation, Bidders must indicate any variances, no matter how slight, from bid General Conditions, Special Conditions, Specifications or Addenda in the space provided in the bid. No variations or exceptions by any Bidder will be considered or deemed a part of the Bid submitted unless such variances or exceptions are listed in the bid and referenced in the space provided on the bid pages. If variances are not stated, or referenced as required, it will be assumed that the product or service fully complies with the City's terms, conditions, and specifications. 31 7.5 STANDARDIZATION/VARIANCES: The City of Deerfield Beach/Co-op intends to purchase a product as specified and contained herein. In no way does the City of Deerfield Beach intend to limit competition to one bidder. State any and all variances clearly in writing. Wherever in • these contract documents a particular brand, make of material, manufactured article, device or equipment is shown or specified, such brand, make of material, manufactured article, device or equipment should be regarded as the standard. 7.6 SUBSTITUTIONS: If a bid item is discontinued by the manufacturer during the period of award and the bid item is not available from with the vendors or manufacturers inventory, then the vendor shall advise the Purchasing Department of all agencies, in writing, of non - availability of the bid item and shall include complete descriptive, technical literature on the item offered to replace the discontinued bid item and, upon written approval, shall furnish the replacement item at the same firm price offered for the original bid item or at a lower price during the remainder of the period of award. Samples of replacement items, if requested, must be supplied for evaluation by the appropriate City staff. The City of Deerfield Beach shall not be held liable for any damages incurred to equipment during evaluation. After award, substitutions of materials will not be accepted unless approved in writing by the agency 7.7 SPECIFICATION ALTERATION: The apparent silence of the specifications as to any detail, or the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning only that the best commercial practice is to prevail and that only material and workmanship of the finest quality are to be used. All interpretations shall be made on the basis of the statement. • • 32 City of Deerfield Beach — Invitation to Bid WATER METER FITTINGS AND WATER LINE ACCESSORIES— Bid #2010-11/50 • SECTION 8 - AWARD • 8.0 DETERMINATION OF AWARD: In order to meet the needs and to serve the best interest of the City of Deerfield Beach and the members of Southeast Florida Governmental Cooperative Purchasing Group, awards will be made to all responsive and responsible bidders who offer a single fixed percentage discount and otherwise comply with the specifications, terms and conditions of this bid. Those who offer highest discount for those items that comply with specifications and otherwise meet requirements should obtain the largest volume of business. 8.0.1 The City reserves the right to reject any or all bids and subject to the restrictions herein stated. The City may review and consider experience and past performance in its award. Alternates, if any, will be selected as the City/Co-op determines to be in its own best interests. 8.1 The City reserves the right to accept all or any part of the bid. The City/Co-op reserves the right to waive any informality in any bid. The City reserves the right to reject all bids, and to re -advertise for bids. 8.2 Award may be made by manufacturer/brand or as may be deemed in the best interests of the City of Deerfield Beach. 8.3 In case of disputes in the award of the contract, the decision of the City of Deerfield Beach shall be final and binding on both parties. 8.4 AWARD OF CONTRACT: Each Co-op Agency has specific requirements for ordering, invoicing, etc. Vendor is to contact each agency after award to discuss implementation of contract and specification requirements of the agency. 33 City of Deerfield Beach — Invitation to Bid WATER METER FITTINGS AND WATER LINE ACCESSORIES— Bid #2010-11/SO SECTION 9- REQUIREMENTS OF THE BID • Bid Identification- Indicated on the face of your sealed bid envelope is the following - WATER METER FITTINGS AND WATER LINE ACCESSORIES OPENS FRIDAY, MAY 27, 2011, 2:30 p.m. (Bid #2010-11/50) All bids must be submitted as specified on the proposal form, which follows. Any attachments must be clearly identified. To be considered, the bidder must respond to all parts of the bid. Any other information thought to be relevant, but not applicable to the enumerated categories, should be provided as an appendix to the bid. If publications are supplied by a Bidder to respond to a requirement, the response should include reference to the document number and page number. This will provide a quick reference for the evaluators. Bids not providing this reference will be considered to have no reference material included in the additional documents. All bids must be received in the Office of the Purchasing Division, City of Deerfield Beach, prior to 2:30 p.m. on the date specified. The mailing address is- City of Deerfield Beach Purchasing Division 401 SW 4th Street • Deerfield Beach, FL 33441 The bid shall be signed by a representative who is authorized to contractually bind the Contractor. BIDDERS MUST SUBMIT THEIR BID IN TRIPLICATE - AN IDENTIFIED ORIGINAL COPY AND TWO (2) COPIES OF THE BID PAGES INCLUDING ANY ATTACHMENTS IN A SEALED ENVELOPE bid Pages are as Follows: Part I - Proposal Form Part If - Qualification of Bidders Form - Agreement Ethic Disclosure Form - Attachment "A" Background Check Affidavit — Exhibit "A" Attachments to your Bid 34 City of Deerfield Beach — Invitation to Bid WATER METER FITTINGS AND WATER LINE ACCESSORIES— Bid #2010-11/50 PART I — BID FORMS is undersigned proposes to provide all goods in accordance with furnished specifications to The City of Deerfield Beach. 35 #2 - continued Meter Boxes Ford Price List or Catalog and Date Other: Price List or Catalog and Date Group #3 Mfg. Clamps, Pipe, Stainless Steel Ford Price List or Catalog and Date Romac Price List or Catalog and Date Smith Blair Price List or Catalog and Date JCM Price List or Catalog and Date Other: Price List or Catalog and Date Clamps, Repair, Stainless Steel Ford with Stainless steel bolts Price List or Catalog and Date Romac Price List or Catalog and Date Smith Blair Price List or Catalog and Date 36 Single Fixed Percentage Discount Offere Single Fixed Percentage Discount Offered 37 Group #5 Corporation Stops Group #6 Couplings, Brass Ford Price List or Catalog and Date Mueller Price List or Catalog and Date AY McDonald Price List or Catalog and Date Lee Brass Price List or Catalog and Date Other: Price List or Catalog and Date Mfg. Ford Price List or Catalog and Date Merit Price List or Catalog and Date Mueller Price List or Catalog and Date Lee Brass Price List or Catalog and Date Other: Price List or Catalog and Date Single Fixed Percentage Discount Offered Single Fixed Percentage Discount Offered 38 #6 - continued ngs, Compression Couplings, Meter Ford Price List or Catalog and Date Dresser Price List or Catalog and Date AY McDonald Price List or Catalog and Date Smith Blair Price List or Catalog and Date JCM Price List or Catalog and Date Telsco Price List or Catalog and Date Other: Price List or Catalog and Date Ford Price List or Catalog and Date AY McDonald Price List or Catalog and Date Lee Brass Price List or Catalog and Date 39 Single Fixed Percentage Discount Offered Single Fixed Percentage Group #6 - continued Mfg. Discount Offered Couplings, Meter - continued Smith Blair Price List or Catalog and Date Other: Price List or Catalog and Date Couplings, Pack Joint Ford Price List or Catalog and Date JCM Price List or Catalog and Date Other: Price List or Catalog and Date Couplings, Quick Connect Ford Price List or Catalog and Date AY McDonald Price List or Catalog and Date Mueller Price List or Catalog and Date JCM Price List or Catalog and Date Other: Price List or Catalog and Date 40 Single Fixed Percentage ddkouD #6 - continued Mfg. Discount Offered ngs, Straight Ford Price List or Catalog and Date Merit Price List or Catalog and Date JCM Price List or Catalog and Date AY McDonald Price List or Catalog and Date Other Price List or Catalog and Date Single Fixed Percentage Group #7 Mfg. Discount Offered Curb Stops Ford Price List or Catalog and Date AY McDonald Price List or Catalog and Date Lee Brass Price List or Catalog and Date Other: Price List or Catalog and Date 41 Single Fixed Percentage Group #8 Mfg. Discount Offered Elbows Merit Price List or Catalog and Date Mueller Price List or Catalog and Date Ford Price List or Catalog and Date AY MacDonald Price List or Catalog and Date Other: Price List or Catalog and Date Single Fixed Percentage Group #9 Mfg. Discount Offered Flanges, Bronze, Meter Ford Price List or Catalog and Date Flanges, Oval Brass Other Price List or Catalog and Date Grand Haven Price List or Catalog and Date Lee Brass Price List or Catalog and Date Other Price List or Catalog and Date % % 42 Single Fixed Percentage oup #10 Mfg. Discount Offered se Bibs NIBCO Price List or Catalog and Date Other: Price List or Catalog and Date Single Fixed Percentage Group #11 Mfg. Discount Offered Idler Pipes Ford Price List or Catalog and Date Other: Price List or Catalog and Date Single Fixed Percentage Group #12 Mfg. Discount Offered Insert Stiffeners Ford Price List or Catalog and Date AY McDonald Price List or Catalog and Date Mueller Price List or Catalog and Date Other: Price List or Catalog and Date 43 Single Fixed Percentage Group #13 Mfg. Discount Offered Meter Stops Ford Price List or Catalog and Date Other: Price List or Catalog and Date Single Fixed Group #14 Mfg. Percentage Discount Offered Nipples, Brass Ford Price List or Catalog and Date Merit Price List or Catalog and Date Mueller Price List or Catalog and Date AY MacDonald Price List or Catalog and Date Other: Price List or Catalog and Date Single Fixed Group #15 Mfg. Percentage Discount Offered Pieces, Branch Ford Price List or Catalog and Date Other: Price List or Catalog and Date 0 44 Single Fixed Percentage AkouD #16 Mfg. Discount Offered Standard Brass Ford Price List or Catalog and Date AY McDonald Price List or Catalog and Date Merit Price List or Catalog and Date Mueller Price List or Catalog and Date Other: Price List or Catalog and Date Single Fixed Percentage Group #17 Mfg. Discount Offered Poly -Adapters x Compression Brass Ford Price List or Catalog and Date Jones Price List or Catalog and Date Other: Price List or Catalog and Date 45 Single Fixed Percentage Group #18 Mfg. Discount Offered Reducer Bushings Ford -A Price List or Catalog and Date Lee Brass Price List or Catalog and Date Mueller Price List or Catalog and Date AY MacDonald Price List or Catalog and Date Other: Price List or Catalog and Date % Single Fixed Percentage Group #19 Mfg. Discount Offered Meter Resetters Ford Price List or Catalog and Date Other: Price List or Catalog and Date Single Fixed Percentage Group #20 Mfg. Discount Offered Service Saddles Ford Price List or Catalog and Date Romac Price List or Catalog and Date 0 #20 - continued Saddles - continued Group #21 Smith Blair Price List or Catalog and Date JCM Price List or Catalog and Date AY McDonald Price List or Catalog and Date Other: Price List or Catalog and Date Mfg. Ford Price List or Catalog and Date Lee Brass Price List or Catalog and Date Merit Price List or Catalog and Date Mueller Price List or Catalog and Date Other: Price List or Catalog and Date 47 Single Fixed Percentage Discount Offered Single Fixed Percentage Discount Offered Single Fixed Percentage Group #22 Mfg. Discount Offered Tubing, Copper Mueller Price List or Catalog and Date Other: Price List or Catalog and Date Tubing, Poly Drisco Price List or Catalog and Date Vanguard Price List or Catalog and Date Other: Price List or Catalog and Date 0 Single Fixed Percentage Group #23 Mfg. Discount Offered U-Branches Ford Price List or Catalog and Date Other: Price List or Catalog and Date Single Fixed Percentage Group #24 Mfg. Discount Offered Valve Assemblies, Key Branch Ford Price List or Catalog and Date 48 1 J :7 Single Fixed Percentage oup #24 - continued Mfg. Discount Offered ve Assemblies, Key Branch AY McDonald continued Price List or Catalog and Date Other: Price List or Catalog and Date Valves, Angle Meter Ford Price List or Catalog and Date Ball Meter Valves, Check AY McDonald Price List or Catalog and Date Other: Price List or Catalog and Date Ford Price List or Catalog and Date AY McDonald Price List or Catalog and Date Other: Price List or Catalog and Date Ford Price List or Catalog and Date Merit Price List or Catalog and Date 49 Single Fixed Percentage Group #24 - continued Mfg. Discount Offered Valves, Check AY McDonald continued Price List or Catalog and Date Other: Price List or Catalog and Date Valves, Gate American Price List or Catalog and Date Group #25 Washers, Rubber AY McDonald Price List or Catalog and Date NIBCO: Price List or Catalog and Date Other: Price List or Catalog and Date Single Fixed Percentage Discount Offered Corley Price List or Catalog and Date Buy Wholesale Price List or Catalog and Date Other: Price List or Catalog and Date Washers, Fiber Corley Price List or Catalog and Date % I 50 Single fixed precentage oup #25 - continued Mfg. Discount Offered shers, Fiber Buy Wholesale Price List or Catalog and Date Other: Price List or Catalog and Date Single fixed precentage Group #26 Mfg. Discount Offered Yokes Ford Price List or Catalog and Date AY McDonald Price List or Catalog and Date Other: Price List or Catalog and Date Single fixed precentage Group #27 Mfg. Discount Offered galugs EBBA Price List or Catalog and Date Other: Price List or Catalog and Date Single fixed precentage Group #28 Mfg. Discount Offered Grip Rings Romac 4".12" Price List of Catalog and Date Other: Price List or Catalog and Date L- 51 Single fixed precentage Group #29 Mfg. Discount Offered Ductile Pipe Mfg: 4" - 64" Price List or Catalog and Date % Mfg: Price List or Catalog and Date % OPTIONAL: All other items not listed in the catalogs above: % discount I have received, read and agree to the terms and conditions as set forth in the General/Technical Specifications herein. I have read, understand, and agree to all instructions to Bidders (including the Non -Collusion Bidding Certification). I hereby recognize and agree that upon execution of this document by an authorized officer of the City of Deerfield Beach, the document, together with the contractor's bid and all other documents prepared by or on behalf of the City of Deerfield Beach for this bid solicitation, shall become a binding contract between the parties for the services to be provided in accordance with the terms and conditions set forth herein. SIGNATURE: ADDRESS: City TELEPHONE: State Zip Code FAX: COMPANY REPRESENTATIVE Listed in the space below is the name, address, and telephone number of your company representative(s) who will perform periodic scheduled visits to the agencies and who will be available upon request to resolve billing and delivery problems. COMPANY REPRESENTATIVE: ADDRESS: City State Zip Code TELEPHONE: ( 1 FAX: ( ) EMAIL: COMPANY REPRESENTATIVE: - 52 ADDRESS: City State Zip Code TELEPHONE: ( ) FAX: ( ) EMAIL: ( ) • • 53 City of Deerfield Beach — Invitation to Bid WATER METER FITTINGS AND WATER LINE ACCESSORIES— Bid #2010-11/50 PART II - BIDDER'S GENERAL QUALIFICATION STATEMENT • The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Deerfield Beach ADDRESS: 401 SW 4th Street Deerfield Beach, Florida 33441 SUBMITTED BY: NAME: ADDRESS: PRINCIPAL OFFICE: CIRCLE ONE: Corporation Partnership Individual Other 1. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Bidder is: The address of the principal place of business: 2. If Bidder is a corporation, answer the following: a. Date of Incorporation: b. State of Incorporation: • 54 C. • d 3 e f. President's name: Vice President's name: Secretary's name: Treasurer's name: g. Name and address of Resident Agent: If Bidder is an individual or a partnership, answer the following: a. Date of organization: b. Name, address and ownership units of all partners: • C. State whether general or limited partnership: 4. If Bidder is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: 0 5. If Bidder is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business under its present business name? a. Under what other former names has your organization operated? 55 7. Indicate registration, license numbers or certificate numbers for the businesses or professions which are the subject of this BID. Please attach certificate of competency and/or state registration. 8. Have you ever failed to complete any work awarded to you? If so, state when, where and why? 9. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work which you have performed or goods you have provided, and to which you refer (government owners are preferred as references). (name) (address) (phone number) (name) (address) (phone number) (name) (address) (phone number) 10. CONFLICT OF INTEREST? For purposes of determining any possible conflicts of interest, all bidders must disclose if any City of Deerfield Beach employee is also an owner, or employee of their business. Indicate either "yes" (A City employee is also associated with your business), or "no". If yes, give person(s) names(s) and position(s) with your business. Yes Name (s) and Position (s) No (Note: if answer is "yes", you must file a statement with the Supervisor of Elections, pursuant to Florida Statutes 112.313.) 11. What is the name and address and telephone number of your insurance agent writing your Liability, Workers Compensation and Bond Policies? NAME Liability: ADDRESS TELEPHONE • • • 56 Worker Comp: • Bond: 12. Can you carry the level of insurance as required? Yes No If No, can you obtain such insurance if considered for award? Comment: 13. List the pertinent experience of the key individuals of your organization (continue on additional sheets, if necessary). 14. State the name of the individual who will have personal supervision of the work: THE BIDDER ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY OWNER IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY BIDDER TO BE • TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS THE BIDDER'S QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE OWNER TO REJECT THE PROPOSAL, AND IF AFTER THE AWARD TO CANCEL AND TERMINATE THE AWARD AND/OR CONTRACT. (Signature) • 57 ACKNOWLEDGMENT OF BIDDER, IF AN INDIVIDUAL STATE OF FLORIDA COUNTY OF BROWARD The foregoing instrument was acknowledged before me this day of ,2011 by who is personally known to me or who has produced (type of identification), as identification. NOTARY'S SEAL: NOTARY PUBLIC, STATE OF FLORIDA (Signature of Notary Taking Acknowledgment) (Name of Acknowledger Typed, Printed or Stamped) My Commission Expires: 58 • • ACKNOWLEDGMENT OF BIDDER, IF A PARTNERSHIP is STATE OF FLORIDA COUNTY OF BROWARD The foregoing instrument was acknowledged before me this day of ,2011 by partner on behalf partnership), a partnership. He/she is personally known to me or who has produced NOTARY'S SEAL: is (type of identification), as identification. NOTARY PUBLIC, STATE OF FLORIDA (Signature of Notary Taking Acknowledgment) (Name of Acknowledger Typed, Printed or Stamped) My Commission Expires: 59 (name of ACKNOWLEDGMENT OF BIDDER, IF A CORPORATION STATE OF FLORIDA COUNTY OF BROWARD The foregoing instrument was acknowledged before me this , as of personally known to me or who has produced identification. NOTARY'S SEAL: day of 2011 by (Name of corporation). He/she is NOTARY PUBLIC, STATE OF FLORIDA (Signature of Notary Taking Acknowledgment) (type of identification), as (Name of Acknowledger Typed, Printed or Stamped) My Commission Expires: 60 • • • AGREEMENT is THIS AGREEMENT is entered into by and between the CITY OF DEERFIELD BEACH, FLORIDA, a municipal corporation organized and existing under the laws of the State of Florida, (CITY), and (COMPANY) as follows: WITNESSETH: WHEREAS, on , the CITY requested bids for the WATER METER FITTINGS AND WATER LINE ACCESSORIES and in compliance with the specifications, as provided by the City to the COMPANY, Bid #2010-11/50 (the Project); and WHEREAS, COMPANY was determined to be the lowest responsible and responsive bidder; and WHEREAS, the CITY wishes to award a contract for the products to COMPANY under the terms and conditions set forth with the Invitation for Bid, which Invitation for Bid contains the general conditions (collectively referred to as Bid Specifications); and WHEREAS, these Bid Specifications shall be deemed to be an essential part of this contract and shall govern the performance under this contract, except to the extent specifically set forth herein; NOW THEREFORE, be it agreed by and between the parties as follows: • Section 1. The above Whereas clauses are true and correct and made a part hereof. • Section 2. The Project is described in the Bid Specifications. COMPANY shall be required to provide all material, and delivery necessary to complete the order according to the Bid Specifications, applicable law, and in the time set forth herein. The Bid Specifications are incorporated herein by reference. Section 3. The unit prices are contained within Attachment "A", COMPANY's response. Section 4. All materials and supplies which are part of the finished product shall be deemed to be owned by the CITY. Additionally, COMPANY shall execute such other documents as are necessary to consummate the spirit and intent of this contract, and to affirm the CITY's ownership of the final product. Section 6. All notices shall be provided by certified mail, return receipt, or facsimile or hand delivery, to the following persons and addresses: CITY: City Manager City of Deerfield Beach 150 N.E. Second Avenue Deerfield Beach, Florida 33441 61 COMPANY: Section 8. The COMPANY shall comply with all regulations of the Secretary of Labor of the United States, made pursuant to Anti -Kickback Act of June 13, 1934, 40 USC 276(c) and any amendments and modifications thereto and all other federal and state laws applicable thereto. Section 9. A bond is not required for this job. Section 10. This contract may not be modified except through a written document executed by the parties. IN WITNESS WHEREOF the parties have set their hands and seals the day and year first written above. Witnesses: Witnesses: CITY OF DEERFIELD BEACH By: Dated: COMPANY By: Dated: Mayor • • • 62 • • SCHEDULE "A" CITY OF DEERFIELD BEACH DISCLOSURE FORM Applicant Seeking a City Contract Name of Person Filing this Form: Principal for whom the signatory is acting: Name of Company Filing this Form: Matter before the City Commission for which this is being filed: WATER METER FITTINGS AND WATER LINE ACCESSORIES - Bid #2010-11/50 Relationship of signatory to principal: Pursuant to Section 5 of Ordinance No. 2009/006, City of Deerfield Beach Ethics Code, any applicant for a land use change or development permit requiring approval of the City Commission or any person/entity seeking a City contract through a request for proposal, request for qualifications or sealed bids process must provide the following information: (If none, please indicate below. Do not leave blank) (a) Include a listing of all campaign contributions to a city commissioner in the past four (4) years, as well as contributions of all officers, directors, shareholders of a corporation (if the applicant is a corporation) or partners (if the applicant is a partnership), or members whether generally or limited (if it's a limited liability company): (b) Disclose all those items that a regulated officer is required to disclose concerning any conflict, whether actionable or non actionable: (c) Disclose any action that is a violation of this Ethics Code by a regulated officer with the applicant and/or applicant's agents, and what was done to rectify the violation: Witnesses: COMPANY PRINT NAME Signature 63 EXHIBIT "A" • BACKGROUND CHECK AFFIDAVIT STATE OF FLORIDA ) COUNTY OF ) I, the undersigned, being first duly sworn, do hereby state under oath and under penalty of perjury that the following facts are true: 1. 1 am over the age of 18 and am a resident of the State of Florida. 2. 1 am the (title) of and I certify that I have the authority to make the representations set forth within this Affidavit. 3. has entered into an Contract with the City of Deerfield Beach to provide professional services. 4. 1 hereby certify that in accordance with requirements of Section 38-116 of the Deerfield Beach Code of Ordinances, a criminal background check has been obtained through the • National Crime Information Center (NCIC) on 2010 for the employees of and the employees of subcontractors of A list of such employees is set forth on Exhibit "A", attached hereto and made a part hereof. 5. 1 also certify that no employee nor any employee of any subcontractor of who will be performing services for the City on City property or right-of-way has a conviction or a plea of nolo contendere, regardless of when the plea or conviction occurred, for a felony or misdemeanor involving terrorist behavior, violence, use of a dangerous weapon, crimes of moral turpitude or breach of trust/fiduciary responsibility or which raises concerns about building, system, or personal security or is otherwise a job -related crime. Executed this day of .20 By (Signature) By (Name and Title) • 64 • The foregoing was acknowledged before me this 20_, by _ produced day of who is personally known to me or who has as identification and who did take an oath. WITNESS my hand and official seal, this (NOTARY SEAL) My commission expires: • • day of _ , 20 (Signature of person taking acknowledgment) (Name of officer taking acknowledgment) typed, printed or stamped 65 (Title or rank) (Serial number, if any) City of Deerfield Beach - Invitation to Bid WATER METER FITTINGS AND WATER LINE ACCESSORIES- Bid #2010-11/50 PART 11- BIDDER'S GENERAL QUALIFICATION STATEMENT • The undersigned certifies under oath the truth and correctness of ail statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Deerfield Beach ADDRESS: 401 SW 4" Street Deerfield Beach, Florida 33441 CIRCLE ONE: �1 ration h SUBMITTED BY: I" Cky-) G AWIC' Any— Partnership CC j Individual NAME: ] Pt'pe cEnJ JLkpprt�( j�11'o Other ADDRESS: CO ,500 NIt), 3 17 I UC'<'l ue� j IkIia172 PRINCIPAL OFFICE: � 560 f v. Aj. 4" � .����� / '� I c� Iy1� 1��- , �/ /% • 1. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Bidder is: - Ri Da Ci,� f,,QM1i.t YIG. 'T '_j The address of the principal place of business: 6; �n5o6 Al, &J. f1t'f76 , 11 /=1 t�t21. J ��,514-f ,% 2. If Bidder is a corporation, answer the following: a. Date of Incorporation:c1�f'YYl b. State of Incorporation: C)Y I 54 • C. President's name: 1VlC' ZT (`Odazz) • d. Vice President's name: �} e. Secretary's name: �) �,P.t.fGt f�� ��'� � /-7 f. Treasurer's name: g. Name and address of Resident Agent: � k-ztme--� 6 / /2 3. If Bidder is an individual or a partnership, answer the following: /W/4 a. Date of organization: b. Name, address and ownership units of all partners: • C. State whether general or limited partnership: 4. If Bidder is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: .4/l"q 5. If Bidder is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. A/74 6. Wow many years has your organization been in business under its present business name? a. Under what other former names has your organization operated? 111�in r, 55 7. Indicate registration, license numbers or certificate numbers for the businesses or professions which are the subject of this BID. Please attach certificate of competency and/or state registration. /V f 8. Have you ever failed to complete any work awarded to you? If so, state when, where and why? IU0 9. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work which you have performed or goods you have provided, and to which you refer (government owners are preferred as references). AN4dam&.ts Crum (name) (address) (phone number) AP A (3 4a 6-r la clierda I e, 196-4) 12WAer (na n14 (address) (phone number) (name) (address) (phone number) 10. CONFLICT OF INTEREST? For purposes of determining any possible conflicts of interest, all bidders must disclose if any City of Deerfield Beach employee is also an owner, or employee of their business. Indicate either "yes" (A City employee is also associated with your business), or "no". If yes, give person(s) names(s) and position(s) with your business. Yes Name (s) and Position (s) No (Note: if answer is "yes", you must file a statement with the Supervisor of Elections, pursuant to Florida Statutes 112.313.) 11. What is the name and address and telephone number of your insurance agent writing your Liability, Workers Compensation and Bond Policies? NAME ADDRESS TELEPHONE Liability: 42(�M%%1101 `7/S A. 401 • 56 0 Worker Comp: '-selr l Y? ` e, M e, a S a Al/ue, / / 4 • Bond: 12. Can you carry the level of insurance as required? t/ Yes No If No, can you obtain such insurance if considered for award? Comment: 13. List the pertinent experience of .the key individuals of your organization (continue on additional'sheets, if necessary). Y Cc F'i1� 3 q, yea rsi I -A ti^AAu A4r)Y e -T(-_j n 1 u P0,r r--. �. 14. State the name of the individual who will have personal supervision of the work: 1 l e zefl _� rc> 0e v- is,' THE BIDDER ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT. SHALL BE RELIED .UPON BY OWNER IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY BIDDER TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS • THE BIDDER'S QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE OWNER TO REJECT THE PROPOSAL, AND IF AFTER THE AWARD TO CANCEL AND TERMINATE THE AWARD AND/OR CONTRACT. (Signature) 57 Ductile Pipe 4" - 64" OPTIONAL: All other items not listed in the catalogs above: Mfg: Price List or Catalog and Date Mfg: ti (" w0fig 10�rvop Price List or Catalog and Date OJ c_� I?, 6 to P 19e 3" WrV 234" 0,114 % discount Single fixed precentage Discount Offered I have received, read and agree to the terms and conditions as set forth in the General/Technical Specifications herein. I have read, understand, and agree to all Instructions to Bidders (including the Non -Collusion Bidding Certification). I hereby recognize and agree that upon execution of this document by an authorized officer of the City of Deerfield Beach, the document, together With the contractor's bid and all other documents prepared by or on behalf of the City of Deerfield Beach for this bid solicitation, shall become a binding contract between the parties for the services to be provided in accordance with the terms and conditions set forth herein. SIGNATURE: • ADDRESS: Ita) N1i.�,�r} 0 u, UAAA1 Pt • .33W) • City State Zip Code TELEPHONE:( 5 ) (QC(` SQCX% FAX: ( L,05 ) 6q(0408 (0 COMPANY REPRESENTATIVE Listed in the space below is the name, address, and telephone number of your company representative(s) who will perform periodic scheduled visits to the agencies and who will be available upon request to resolve billing and delivery problems. COMPANY REPRESENTATIVE: ADDRESS: (p5W 00 3-7-A AUe. k4i Atli City state Zip �Code��— TELEPHONE: (305 ) ) - +- oa, 7 FAX: ( ) i9b••&9dQEMAIl_ (� ) COMPANY REPRESENTATIVE: 52 • ADDRESS;} NIA 'j,'� �j(jQ/• • City State Zip Code TELEPHONE: (?-)C)`7 ej . 200'4 FAX: (, 4Gr"�SdG EMAIL: ( 1 E 53 4 City of Deerfield Beach — Invitation to Bid WATER METER FITTINGS AND WATER LINE ACCESSORIES— Bid #2010-11/50 • PART Il - BIDDER'S GENERAL QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Deerfield Beach ADDRESS: 401 SW 4th Street Deerfield Beach, Florida 33441 CIRCLE ONE: orati SUBMITTED BY: Partnership Individual NAME: F Other ADDRESS: �950 CI l (6 �o nem 0 6� PRINCIPAL OFFICE: 1. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Bidder is: tl.5 n The address of the principal place of business: % 11 r � ��e,rsan 2. If Bidder is a corporation, answer the following: a. Date of Incorporation:_ � 9 3 b. State oflnco 54 t. , • C. President's name: T! b a CA • d. Vice President's name:�eulA e. Secretary's name: f. Treasurer's name: �� l Y+n Oh r-6e �Ceti L� g. Name and address of Resident Agent: Cr ponlloalllt6 • If Bidder is an individual or a partnership, answer the following: a. Date of organization: b. Name, address and ownership units of all partners: -&Z,0-4 C. State whether general or limited partnership: _.Ayz� 4. If Bidder is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: 5. If Bidder is operating under a fictitious parne, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business under its present business name? 6 Under what other former names has your organization operated? 55 7. Indicate registration, license numbers or certificate numbers for the businesses or professions which are the subject of this BID. Please attach certificate of competency and/or state registration. 8. Have you ever failed to complete any work awarded to you? If so, state when, where and why? 9. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work which you have performed or goods you have provided, and to which you refer (government owners are preferred as references). (name) (address) (phone number)_ a A7 7d1 (name (address) (phone number) (nam (address) (phone number) 10. CONFLICT OF INTEREST? For purposes of determining any possible conflicts of interest, all bidders must disclose if -any City of Deerfield Beach employee is also an owner, or employee of their business. Indicate either "yes" (A City employee is also associated with your business), or "no". If yes, give person(s) names(s) and position(s) with your business. Yes Name (s) and Position (s) No (Note: if answer is "yes", you must file a statement with the Supervisor of Elections, pursuant to Florida Statutes 112.313.) 11. What is the name and address and telephone number of your insurance agent writing your Liability, Workers Compensation and Bond Policies? NAME ADDRESS TELEPHONE Liability: , 1 U TV 3 -29 �b 56 37g • • Worker Comp: )C 4A • Bond:. 12. Can you carry the level of Insurance as required? _LZfYes No If No, can you obtain such insurance if considered for award? Commen 13. List the pertinent experience of the key individuals of your organization (continue on additional sheets, if necessary). % J � h I C.� rti. , � ✓� ��1 (C7 ��.5 �c ilf.�r'S 14. State the name of the individual who will have personal supervision of the work: THE BIDDER ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY OWNER IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY BIDDER TO BE • TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS THE BIDDER'S QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE OWNER TO REJECT THE PROPOSAL, AND IF AFTER THE AWARD TO CANCEL AND TERMINATE THE AWARD AND/OR CONTRACT. (Si at re) • 57 Single fixed precentage Group #29 Mfg. Discount Offered Ductile Pipe Mfg: Ame C 4" - 64" Price List or Catalog and Date �! 5 L/. a Mfg: Price List or Catalog and Date % OPTIONAL: s All other items not listed in the catalogs above: % discount I have received, read and agree to the terms and conditions as set forth in.the General/Technical Specifications herein. I have read, understand, and agree to all Instructions to Bidders (including the Non -Collusion Bidding Certification). I hereby recognize and agree that upon execution of this document by an authorized officer of the City of Deerfield Beach, the document, together with the contractor's bid and all other documents prepared by or on behalf of the City of Deerfield Beach for this bid solicitation, shall become a binding contract between the parties for the services to be provided in accordance with the terms and conditions set forth herein. • SIGNATURE; /SM. �4 . )6 kj ADDRESS: ,(/ 1/l/ is Lonijolh-h'- FL .33o C1ty State Zin Cede TELEPHONE:( 9J % ) 9'-' Z7 FAX: ( �� } q u — 313 Y COMPANY REPRESENTATIVE Listed in the space below is the name, address, and telephone number of your company representative(s) who will perform periodic scheduled visits to the agencies and who will be available upon request to resolve billing and delivery problems. COMPANY REPRESENTATIVE: t ADDRESS: 1256 /t/' W P0171'Pa'%n F"�Pceci FC . 930&q LCity State Zip Code TELEPHONE: ( !� 1 ) " r �C`,-?D FAX: ("J`y ) g17,�AIL: ( ) COMPANY REPRESENTATIVE: 52 0 • 1] :/5bAjNl-All -5;4- �330 City State Zip Code 3-9 FAX: ( L �1 ) �C%l?illAlL: 53 City of Deerfield Beach — Invitation to Bid WATER METER FITTINGS AND WATER LINE ACCESSORIES— Bid #2010-11/50 • PART II - BIDDER'S GENERAL QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Deerfield Beach ADDRESS: 401 SW 0 Street Deerfield Beach, Florida 33441 CIRCLE ONE: HD SUPPLY WATERWORKS, LTD. Corporation SUBMITTED BY: tnershi Individual NAME: S1 ; Other Ma S v� t^�lw, S ADDRESS: `A D' o N t�J i � {'� 1r1U cnu � � ora1� lar! � ��« k- ! FL PRINCIPAL OFFICE: C 10 L9 j (� -T 1 c1 '50 3 q I. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Bidder is: 1 i QQ tv -) t ler s 1.-r© The address of the principal place of business:_ I--(3 I o A) w / D4'`' 14 Ue-nu e. 2. If Bidder is a corporation, answer the following: a. Date of Incorporation: b. State of Incorporation: AaA k r L 33-309 54 is • C. President's name: d. Vice President's name: e. Secretary's name: f. . Treasurer's name: g. Name and address of Resident Agent: 3. If Bidder is an individual or a partnership, answer the following: a. Date of organization: -a00 C., b. Name, address and ownership units of all partners: �1��� , � i R-rs4d -,i ci; D �1 Quo, Mee-c_,A4' tau&. � i ►,0rA Of - &P -211 is �v� 0 60 lbriot i ,S-r. "(Aisj ry"o L",sw4b .)bO-C\ VIP.' &VO • �`3�`5 (30srv.w.n C.ir�-i� 1�fil�F. `ST. Lo.��Sj C�no G C. State whether general or limited partnership: l � M; fit. a 4. If Bidder is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: 5. If Bidder is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute, 6. How many years has your organization been in business under its present business name? a. Under what other former names has your organization operated? t")PA\ona, _IA" NLfs -'S 42:�e 0( V' i14ori.g-- tbepc4- Sc,tpply 0 55 7. Indicate registration, license numbers or certificate numbers for the businesses or professions which are the subject of this BID. Please attach certificate of competency • and/or state registration. C'} c3 1 7 �S-p--e c« 17LiS[neS S � f G� s-z . 8. Have you ever failed to complete any work awarded to you? If so, state when, where and why? &SD 9. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work which you have performed or goods you have provided, and to which you refer (government owners are preferred as references). M, rz�� 04- be-en-LeA t9 bae-i k , Q\Q, Gy,-Asby 051v a o:el fie I J a , P L (name) (address) (phone number) i 114 t h Al MQ")b (J)e- C1 MA 106 3�0 Aue„L, 1 -npLn,n 9Lh, CL 95'4. -3 Ifo`l ff (name) (address) (phone number) i�ob���• (� � kahTr I �A14 a F i. Ln- J1, JQ1 11I 4us :q-x 7b� � (name) (address) (phone number) • 10. CONFLICT OF INTEREST? For purposes of determining any possible conflicts of interest, all bidders must disclose if any City of Deerfield Beach employee is also an owner, or employee of their business. Indicate either "yes" (A City employee is also associated with your business), or "no". If yes, give person(s) names(s) and position(s) with your business. Yes Name (s) and Position (s) No V___­ (Note: if answer is "yes", you must file a statement with the Supervisor of Elections, pursuant to Florida Statutes 112.313.) 11. What is the name and address and telephone number of your insurance agent writing your Liability, Workers Compensation and Bond Policies? NAME ADDRESS TELEPHONE Liability: S'r. skr-w n+ e- 3►- L-V%-e d , M t3ks4A Ul S4 56 • • • • Worker Comp: 4 -yg c_k Bond: L 12. Can you carry the level of insurance as required? r/Yes No if No, can you obtain such insurance if considered for award? Comment; 13. List the pertinent experience of the key individuals of your organization (continue on additional sheets, if necessary). 1io aarar5 . Z.iln1.' RoneG5k- - bci Ae,- r S.YI_ NP 1�S 'JC eCt�t� 3 14. State the name of the individual who will have personal supervision of the work: THE BIDDER ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY OWNER IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY BIDDER TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS THE BIDDER'S QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE OWNER TO REJECT THE PROPOSAL, AND IF AFTER THE AWARD TO CANCEL AND TERMINATE THE AWARD AND/OR CONTRACT. (Signature) 57 Single fixed precentage Group #29 Mfg. Discount Offered Ductile Pipe Mfg: 4" - 64" Price List or Catalog and Date % Mfg: Price List or Catalog and Date % AU - OPTIONAL: All other items not listed in the catalogs above: �014- p ,A s 1 a % discount I have received, read and agree to the terms and conditions as set forth in the General/Technical Specifications herein. I have read, understand, and agree to all instructions to Bidders (including the Non -Collusion Bidding Certification). I hereby recognize and agree that upon execution of this document by an authorized officer of the City of Deerfield Beach, the document, together with the contractor's bid and all other documents prepared by or on behalf of the City of Deerfield Beach for this bid solicitation, shall become a binding contract between the parties for the services to be provided in accordance with the terms and conditions set forth herein. -`- - HD SUPPLY WATERWORKS, LTD. • SIGNATURE: ADDRESS y 1 b iv �i7 t �-h V e c�u • City State Zip Code TELEPHONE: ( 9SH ) Z-7a- FAX:( 9-S- y ) '_7.7 — C7gg3 COMPANY REPRESENTATIVE Listed in the space below is the name, address, and telephone number of your company representative(s) who will perform periodic scheduled visits to the agencies and who will be available upon request to resolve billing and delivery problems. COMPANY REPRESENTATIVE: .SQ-� ADDRESS' titJuJ �a.PCr eN City State Zip Code btImt4 TELEPHONE (i5`1 ) "11 .� 3`i 3 FAX: 040EMAIL: COMPANY REPRESENTATIVE: 5�a 52 0 ADDRESS: ! 01 � City State Zip Code TELEPHONE: 607u ) �`'�'� w. c'y �U FAX: { `i c" •'� ) EMAIL: • 53 City of Deerfield Beach — Invitation to Bid WATER METER FITTINGS AND WATER LINE ACCESSORIES— Bid #2010-11/50 PART 11 - BIDDER'S GENERAL QUALIFICATION STATEMENT 0 The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Deerfield Beach ADDRESS: 401 SW 4th Street Deerfield Beach, Florida 33441 CIRCLE ONE: .oration SUBMITTED BY: Partnership Individual NAME: Other LEHMAN PIPE & PLUMBING SUPPLY ADDRESS: 230 NW 29TH STREET MIAMI, FL 33127 • PH 305-576-3054 PRINCIPAL OFFICE: FAX 305-576-3066 1. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. 11 The correct name of the Bidder is:2w- 'I'Lj The address of the principal place of business: 9,30 A)'J ,9Qi S-7--' 2. If Bidder is a corporation, answer the following: a. Date of Incorporation: 13 q (% b. State of Incorporation:_ JP L..'n" n--., • 54 C. President's name: wtti- ► LC.*�+d��`--+ • d. Vice President's name: e. Secretary's name: f. Treasurer's name: g. Name and address of Resident Agent: 0 If Bidder is an individual or a partnership, answer the following: a. Date of organization: b. Name, address and ownership units of all partners: • C. State whether general or limited partnership: 4. If Bidder is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: lie 5, If Bidder is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business under its present business name? a. Under what other former names has your organization operated? 55 7. Indicate registration, license numbers or certificate numbers for the businesses or professions which are the subject of this BID. Please attach certificate of competency and/or state registration. • 8. Have you ever failed to complete any work awarded to you? If so, state when, where and why? 9. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work which you have performed or goods you have provided, and to. which you refer (government owners are preferred as references). (name) (address) (phone number) (name) (address) (phone number) (name) (address) (phone number) 10. CONFLICT OF INTEREST? For purposes of determining any possible conflicts of interest, all bidders must disclose if any City of Deerfield Beach employee is also an owner, or employee of their business. Indicate either "yes" (A City employee is also associated with your business), or "no". If yes, give person(s) names(s) and position(s) with your business. Yes Name (s) and Position (s) No�_ (Note: if answer is "yes", you must file a statement with the Supervisor of Elections, pursuant to Florida Statutes 112.313.) 11. What is the name and address and telephone number of your insurance agent writing your Liability, Workers Compensation and Bond Policies? Liability: NAME ADDRESS TELEPHONE 56 • • • Worker Comp: Bond: 12. Can you carry the level of insurance as required? Yes obtain such insurance if considered for award? Comment: No If No, can you 13. List the pertinent experience of the key individuals of your organization (continue on additional sheets, if necessary). 14. State the name of the individual who will have personal supervision of the work: THE BIDDER ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY OWNER IN AWARDING THE CONTRACT AND. SUCH INFORMATION IS WARRANTED BY BIDDER TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR .MISSTATEMENT THAT MATERIALLY .AFFECTS THE BIDDER'S QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE OWNER TO REJECT THE PROPOSAL, AND IF AFTER THE AWARD TO CANCEL AND TERMINATE THE AWARD AND/OR CONTRACT. WFA Single fixed precentage Group #29 Mfg. I Discount Offered Ductile Pipe 4" - G4" OPTIONAL: All. other items not listed in the catalogs above: Mfg: Price List or Catalog and Date Mfg: Price List or Catalog and Date % discount I have received, read and agree to the terms and conditions as set forth in the General/Technical Specifications herein. I have read, understand, and agree to all instructions to Bidders (including the Non -Collusion Bidding Certification). I hereby recognize and agree that upon execution of this document by an authorized officer of the City of Deerfield Beach, the document, together with the contractor's bid and all other documents prepared by or on behalf of the City of Deerfield Beach for this bid solicitation, shall become a binding contract between the parties for the services to be provided in accordance with the terms and conditions set forth here a A .0 , SIGNATURE: AD Mt 4,1V-% % r-cc>(,,.0A 33 lam No City State Zip Code TELEPHONE: (3 Q_S-_ ) 4. (o r 3 `-f FAX:( 30, ) ~'7 6 ' 3 O(P COMPANY REPRESENTATIVE Listed in the space below is the name, address, and telephone number of your company representative(s) who will perform periodic scheduled visits to the agencies and who will be available upon request to resolve billing and delivery problems. COMPANY REPRESENTATIVE: \ ADDRESS: 3 o /V vJ IR S 1 < City State Zip Code G TELEPHONE: ( 33 0 FAX:( MAIL: ( ) PANY REPRESENTATIVE: 52 ADDRESS: A) tJ �IAM, c C—. 4�3 t a-) City State III ZIP Code TELEPHONE: (3C) ) 'iiv �G '� FAX: (�c> )..,VG �AMAIL: ( ) E • 53 City of Deerfield Beach — invitation to Bid WATER METER FITTINGS AND WATER LINE ACCESSORIES— Bid #2010-11/50 PART II - BIDDER'S GENERAL QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: ADDRESS: SUBMITTED BY: NAME: ADDRESS: PRINCIPAL OFFICE: City of Deerfield Beach 401 SW 4th Street Deerfield Beach, Florida 33441 CIRCLE ONE: orporation Individual Other I. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Bidder is: / -! sc W}}�i��G�Clf�'��� The address of the principal place of business-10':�' %'1)1 2. If Bidder is a corporation, answer the following: a. Date of Incorporation: b. State of Incorporation: �`r� lJA • • 54 70 C. President's name: 1S /J4 e-F !Ljif— d. vice President's name: e. Secretary's name:�C f. Treasurer's name: g. Name and address of Resident Agent: 3. If Bidder is an individual or a partnership, answer the following: a. Date of organization: b. Name, address and ownership units of all partners: • C. State whether general or limited partnership: • 4. If Bidder is ,other than an individual, corporation or partnership, describe the organization and give the name and address of principals: 5. If Bidder is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How m any years has your organization been in business under.its present business name? a. Under what other former names has your organization operated? 1-1n7/AJ L �AJ(�. 5QWLV 55 7. Indicate registration, license numbers or certificate numbers for the businesses .or professions which are the subject of this BID. Please attach certificate of competency and/or state registration. • Ulu 8. Have you ever failed to complete any work awarded to you? If so, state when, where and why? No 9. State the names, telephone numbers and last known addresses of three_ (3) owners, individuals or representatives of owners with the most knowledge of work which you have performed or goods you have provided, and to which you refer (government owners are preferred as references). (na e) (address) (phone number) (name) (address) (phone number) (name) (address) (phone number) • 10. CONFLICT OF INTEREST? For purposes of determining any possible conflicts of interest, all bidders must disclose if any City of Deerfield Beach employee is also an owner, or employee of their business. Indicate either "yes" (A City employee is also associated with your business), or "no". If yes, give person(s) names(s) and position(s) with your business. Yes Name (s) and Position (s) No (Note: if answer is "yes", you must file -a statement with the Supervisor of Elections, pursuant to Florida Statutes 112.313.) 11. What is the name and address and telephone number of your insurance agent writing your Liability, Workers Compensation and Bond Policies? NAME ADDRESS TELEPHONE Liability: �Z P Co% t� 5ijk q0 1�C,Vlt Worker Comp: Nc=e • Bond: I X— 12. Can you carry the level of insurance as required? obtain such insurance if considered for award? Comment: Yes No If No, can you 13. List the pertinent experience of the key individuals of your organization (continue on additional sheets, if necessary). I�Y.L 14. State the name of the individual who will have personal supervision of the work: THE BIDDER ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY OWNER IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY BIDDER TO BE • TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS THE BIDDER'S QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE OWNER TO REJECT THE PROPOSAL, AND IF AFTER THE AWARD TO CANCEL AND TERMINATE THE AWARD AND/OR CONTRACT. (Signatur ) • 57 - — I Single fixed precentage I Group #29 Mfg Discount Offered Ductile Pipe 4" - 64" OPTIONAL: All other items not listed in the catalogs above: Mfg: Price List or Catalog and Date Mfg: Price List or Catalog and Date /' S % discount P0 I have received, read and agree to the terms and conditions as set forth in the Generaffechnical Specifications herein. I have read, understand, and agree to all instructions to Bidders (including the Non -Collusion Bidding Certification). I hereby recognize and agree that upon execution of this document by, an authorized officer of the City of Deerfield Beach, the document, together with the contractor's bid and all other documents prepared by or on behalf of the City of Deerfield Beach for this bid solicitation, shall become a binding contract between the parties for the services to be provided in accordance with the terms and conditions set forth herein. ADDRESS: 3= l '2-V v JC.C.j 6[_,+ e C.C.<T - C FI-- teD City State Zip Code TELEPHONE: (-7 7 2-) 40 "la" U FAX: (7)U COMPANY REPRESENTATIVE Listed in the space below is the name, address, and telephone number of your company representative(s) who will perform periodic scheduled visits to the agencies and who will be available upon request to resolve billing and delivery problems. COMPANY REPRESENTATIVE: � le(d/ `t / l4'X/,+SL,(i.� - ADDRESS: O ZU J� �.1Y � �5 c_ L �—() p t-- l2 {✓ f�o�2 r 5T _ 4.uGrC City State Zip Code TELEPHONE:( % 7 V) '3"2el- ' ( oc� !i FAX: Ra j ` 19/-1%01�MAIL: COMPANY REPRESENTATIVE: M S C w a telr wLlV''h 52 ADDRESS: City State Zip Code TELEPHONE*( ) FAX:( } EMAIL- ( } • 53 City of Deerfield Beach — Invitation to Bid WATER METER FITTINGS AND WATER LINE ACCESSORIES-- Bid #2010-11/50 PART 11- BIDDER'S GENERAL QUALIFICATION STATEMENT • The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Deerfield Beach ADDRESS: 401 SW 4th Street Deerfield Beach, Florida 33441 CIRCLE ONE: Cor oration SUBMITTED BY: 1 }n,�� pat Viae r Wcwk s Partnership Individual NAME: Other ADDRESS: —60 ae) t ' e—r-cq 0(-'' 00coclo , Ft- - 13a SOS • PRINCIPAL OFFICE: 1. 'State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Bidder is: ML-)fl ic-1 Oak WinAy-rr \Aod< MAO- - The address of the principal place of business: W aS me-nGV fir; VL°, 2. If Bidder is a corporation, answer the following: a. Date of Incorporation: — b. State of Incorporation: !—t 01-, d G 54 • 3. c. President's name: pe b rn C-rh*) l E) d. Vice President's name: Ta me-�) e. Secretary's name: N A f. Treasurer's name: JV g. Name and address of Resident Agent: Mc3-t 1, t 5 If Bidder is an individual or a partnership, answer the following: a. Date of organization: b. Name, address and ov .ner"ship units of all partners: r� • ✓ C. State whether general or limited partnership: 4. If Bidder is other than an individual, corporati n or partnership, describe the organization and give the name and addre3:s principals: 5. If Bidder is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business under its present business name? �( rs, a. Under what other former names has your organization operated? • 55 Crry of OpLANDo ` Tv��'`�� ECONOMIC DEVELOPMENT PERMITTING ni:r t 2010 • Local Business Tax Recelpt City Hall, 400 South Orange Avenue, First Floor Post Office Box 4990 Orlando, FL 32802.4900 Phone, 407.246.2204 Fox; 407,246.3420 PROMPTI Interactive Voice Response System: 407.246.4444 Vlsit our website: www.CityolOrlando.nettpermits gni n._oni i 0 • 7. Indicate registration, license numbers or certificate numbers for the businesses or professions which are the subject of this BID. Please attach certificate of competency and/or state registration. 8. Have you ever failed to complete any work awarded to you? If so, state when, where and why? r N0 _ 9. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work which you have performed or goods you have provided, and to which you refer (government owners are preferred as references). POIKCo, (name) (address) Httin'W-'-l401u1flq (phone number) N;115 boroc23h Co- Fu... 3'3`6� LaL>ri F*c.>ncXhDy6e.r gVII 6he-ldori 12d- 554- 5oia (name) n (address)Ta^"Pet , 171-' 3'*1112'15 (phone number) (name) 10. CONFLICT OF INTEREST? 33©mO (phone number) For purposes of determining any possible conflicts of interest, all bidders must disclose if any City of Deerfield Beach employee is also an owner, or employee of their business. Indicate either "yes" (A City employee is also associated with your business), or "no". If yes, give persons) names(s) and position(s) with your business. Yes Name (s) and Position (s) No (Note: if answer is "yes", you must file a statement with the Supervisor of Elections, pursuant to Florida Statutes 112.313.)________ 11. What is the name and address and telephone number of your Insurance agent writing your Liability, Workers Compensation and Bond Policies? NAME ADDRESS TELEPHONE liability: 1onv 1qu551 T-b-stir a5-15 o,T=re-ncjn Agg., (y0)'aa-0dff5 56 Worker Comp: i'I iV(. LpyD-I I�QrKlGtcd Uc- C�5`66 ) 14015 CA(D lbarx-5oi-a,R- 34atA3 Bond: • 12. Can you carry the level of insurance as required? '� Yes _ No if No, can you obtain such insurance if considered for award? Comment: W(t N _ 13. List the pertinent experience of the key individuals of your organization (continue on . additional sheets, if necessary). 14. State thenameof the individual who will have personal supervision of the work: Jo—rl &(Ane- THE BIDDER ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY OWNER IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY BIDDER TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS • THE BIDDER'S QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE OWNER TO REJECT THE PROPOSAL, AND IF AFTER THE AWARD TO CANCEL AND TERMINATE THE AWARD AND/OR CONTRACT. /'': 57 is Grou Ductile Pipe 4" - 64" OPTIONAL: All other Items not listed in the catalogs above: Mfg: Price List or Catalog and Date Mfg: Price List or Catalog and Date /Va B f D % discount Single fixed precentage Discount Offered NO (3 1o NO 610 have received, read and agree to the terms and conditions as set forth in the General/Technical Specifications herein. I have read, understand, and agree to all instructions to Bidders (including the Non -Collusion Bidding Certification). I hereby recognize and agree that upon execution of this document by an authorized officer of the City of Deerfield Beach, the document, together with the contractor's bid and all other documents prepared by or on behalf of the City of Deerfield Beach for this bid solicitation, shall become a binding contract between the parties for the services to be provided in accordance with the terms and conditions set forth herein. SIGNATURE: ADDRESS: City State Zip Code TELEPHONE: ( 4D7 ) t ,t>",aq(n FAX: ( Q'� ) p�q5-aLA COMPANY REPRESENTATIVE Listed in the space below is the name, address, and telephone number of your company representative(s) who will perform periodic scheduled. visits to the agencies and who will be available upon request to resolve billing and delivery problems. COMPANY REPRESENTATIVE: ADDRESS:- r�cn�1�c-� SSG �b City State Zip Code" TELEPHONE: (�(� } , G�15 - aI It ' FAX: { �`7 r �J-� ,fMIL: ( _ ) 3MOLA-hM iC,i Pt Wat�_- rtuo rk5 . rom COMPANY REPRESENTATIVE: 0�-L�� 52 ADDRESS: 0 1 LN�S 1 I _ i clf N C- D d D C) City �^, /' /� State Zip Code TELEPHONE:( qQ-7 )a�'r ` ( '-1DL! FAX: (4o-2-395' aC1 &AtL: ( } J K e to l-i n e, �rn L� n i G r pa I ltic. �e rLt(pr�5 r_o,m • 53 • 0 City of Deerfield Beach — Invitation to Bid WATER METER FITTINGS AND WATER LINE ACCESSORIES— Bid #t2010-11/50 PART 11- BIDDER'S GENERAL QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Deerfield Beach ADDRESS: 401 SW 4th Street Deerfield Beach, Florida 33441 CIRCLE ONE: . Corporation SUBMITTED BY: Sunstate Meter & Supply, Inc. Partnership Individual NAME: N.A. (Al) Ellenburg Other ADDRESS: 14001 West Newberry Road Newberry, Florida 32669 PRINCIPAL OFFICE: Same As Above 1. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Bidder is: Sunstate Meter & Supply, Inc . The address of the principal place of business: 14001 West Newberry Road 2. If Bidder is a corporation, answer the following: Newberry, Florida 32669 a. Date of Incorporation: 1980 b. State of Incorporation: Florida • Sunstate Meter & 54 14001 W. Newberry Road Inc Newberry, FL 326e9 C. President's name: N.A. (Al) Ellenburg • d. Vice President's name: Sue Ellenburg e.' Secretary's name: Keith Ellenburg f. Treasurer's name: Keith Ellenburg g. Name and address of Resident Agent: Jay Meyers 14001 West Newberry Road Newberry,F1. 32669 3. if Bidder is an individual or a partnership, answer the following: a. Date of organization: b. Name, address and ownership units of all partners: C. State whether general or limited partnership: • 4. If Bidder is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: S. If Bidder is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business under its present business name? 30 years a. Under what other former names has your organization operated? Sunstate Meter & Supply, Inc. • 14001 W. Newberry Road 55 Newberry, FL 32669 7. Indicate registration, license numbers or certificate numbers for the businesses or professions which are the subject of this BID. Please attach certificate of competency • and/or state registration. See Attached: 8. Have you ever failed to complete any work awarded to you? If so, state when, where and why? No 9. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work which you have performed or goods you have provided, and to which you refer (government owners are preferred as references). City of Cape Coral PO BOx 150027 Cape Coral,Fl. 33915 (239)574-0897 (name) (address) (phone number) Florida Keys Aqueduct Authority -Purchasing Dept. 305-296-2454 (name) (address) (pphoQne number) 1100 Kennedy Drive, Key West,Fl. 33040 ity of Hollywood 2600 Hollywood Blvd. Hollywood,F1 33022 954-921-3223 (name) (address) (phone number) 10. CONFLICT OF INTEREST? For purposes of determining any possible conflicts of interest, all bidders must disclose if any City of Deerfield Beach employee is also an owner, or employee of their business. Indicate either "yes" (A City employee is also associated with your business), or "no". If yes, give person(s) names(s) and position(s) with your business. Yes Name (s) and Position (s) No X (Note: if answer is "yes", you must file a statement with the Supervisor of Elections, pursuant to Florida Statutes 112.313.) 11. What is the name and address and telephone number of your insurance agent writing your Liability, Workers Compensation and Bond Policies? NAME ADDRESS TELEPHONE Liability: Willis of Gainesville 4880 W.Newberry Rd. Suite 100 352-378-2511 ainesvi e, • Sunstate Meter & Supply, Inc. 56 14001 W. Newberry goad Newberry, FL 32669 8 N T- V" 0 A IN Itt ,-, a� o e $ p( N v C OO E j > as O N `m a zz as o Vl S) W.W,m w.w�m HMz� per. V) (A :- Z • • 0 f • • Worker Comp: Willis of Gainesville- 1-877-724-2669 (only by phone) Bond: Willis of Gainesville- 4880 W.Newberry Road Gaiensville,F1. 32607 352-378-2511 12. Can you carry the level of insurance as required? X Yes No If No, can you obtain such insurance if considered for award? [COT, ,,T�T�i' 13. List the pertinent experience of the key individuals of your organization (continue on additional sheets, if necessary). NA (Al) Ellenburg- President/Owner 30 years Sonya E. Smith-A/R Dept Ricky Smith-Whse-12 yrs Mike Mobbs- inside sales 30 years Billy McLemore-Whse Keith Ellenburg -Inside Sales 28 yrs. 0 yrs. Karen E. Whittle -Accounting 26 years. 14. State the name of the individual who will have personal supervision of the work: Jay Meyers THE 'BIDDER ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY OWNER IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY BIDDER TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS THE BIDDER'S QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE OWNER TO REJECT THE PROPOSAL, AND IF AFTER THE AWARD TO CANCEL AND TERMINATE THE AWARD AND/OR CONTRACT. 1 LIN, �I ]�1 .r' Sunstate Meter & Supply, Inc. • 14001 W. Newberry Road 57 Newberry, FL 32669 Single fixed precentage #29 Ductile Pipe Mfg: V - 64" Price List or Catalog and Date NO BID Mfg: Price List or Catalog and Date NO BID OPTIONAL: All other items not listed in the catalogs above: 30 % discount I have received, read and agree to the terms and conditions as set forth in the Generai/Technical Specifications herein. 1 have read, understand, and agree to all Instructions to Bidders (including the Non -Collusion Bidding Certification). I hereby recognize and agree that upon execution of this document by an authorized officer of the City of Deerfield Beach, the document, together with the contractor's bid and all other documents prepared by or on behalf of the City of Deerfield Beach for this bid solicitation, shall become a binding contract between the parties for the services to be provided in accordance with the terms and conditions set forth herein. SIGNATURE: N.A. (Al) Ellenburg—President ADDRESS: 14001 West Newberry Road Amk Newberry, Florida 32669 City State Zip Code TELEPHONE: ( 800 ) 342-3409 FAX: ( 352 ) 332-5604 or 352-332-7106 - COMPANY REPRESENTATIVE Listed in the space below is the name, address, and telephone number of your company representative(s) who will perform periodic scheduled visits to the agencies and who will be available upon request to resolve billing and delivery problems. COMPANY REPRESENTATIVE: Jay Meyers ADDRESS: 14001 West Newberry Road Newberry Florida 32669 City State Zip Code TELEPHONE:, (352 ) 359-4321 FAX:( 352 ) EMAIL: ( ) Jjz�bU4 jay@jaymeyers.com COMPANY REPRESENTATIVE: Sunstate Meter & Supply, Inc. • 52 14001 W Newberry Road Newberry, FL 32669 ADDRESS: • • City State ZIP Code TELEPHONE;( ) FAX: ( ) EMAIL: ( ) Sunstate Meter & SuPPIY, Inc 14001 W. Newberry Road 53 Newberry, FL 32669 City of Deerfield Beach -- Invitation to Bid WATER METER FITTINGS AND WATER LINE ACCESSORIES— Bid #2010-11/50 PART II BIDDER'S GENERAL QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Deerfield Beach ADDRESS: 401 SW 4th Street Deerfield Beach, Florida 33441 SUBMITTED BY: 0,1 ,-.rd $ y-a,/ef NAME: /• Ov ; r /91 jeK4 roar✓ %� ADDRESS: i 4 V P. S PRINCIPAL OFFICE: S� P �+I CIRCLE ONE: C'o S gee Corporation } ;B�r► Supplyarnesh p Individual Other 3� yoW Nkev Q 1. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Bidder is: Uh ,',f ro/ S fdt ylet epos-l-"t;aK The address of the principal place of business: 1/6'0 '9ye. S R, y 4 , L 2. 'if Bidder is a corporation, answer the following: a. Date of Incorporation: a a041 b. State of Incorporation: 0e,14 W4 --e- 54 • • • c. President's name: I ► N $4 y • d, Vice President's name: Rj-e✓,01*101 _ �j,iv� e r e. Secretary's name: f. Treasurer's name: g. Name and address of Resident Agent: 1140 d y kaJr ;9vt j- qcq 4/ If Bidder is an individual or a partnership, answer the following: a. Date of org n: b. Name, address and ownership um I artners: • State whether general or limited partnership: 4. If Bidder is otherindividual, corporation or partnership, describe the organization and give the name a dress of principals: 5. If Bidder is operating under a fictitious name, -submit evidence of compliance with the Florida Fictitious Name Statute. &. How many years has your organization been in business under its present business name? a. Under what other former names has your organization operated? e 55 7. Indicate registration, license numbers or certificate numbers for the businesses or professions which are the subject of this BID. Please attach certificate of competency and/or state registration. • 8. Have you ever failed to complete any work awarded to you? If so, state when, where and why? �/a 9. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work which you have performed or goods you have provided, and to which you refer (government owners are preferred as references). VYL4 s e o / e4lkf 5.,P � (name) (address) (phone number) (name,)) (address) .H (phone number) (name) (address) (phone number) 10. CONFLICT OF INTEREST? For purposes of determining any possible conflicts of interest, all bidders must disclose if any City of Deerfield Beach employee is also an owner, or employee of their business. Indicate either "yes" (A City employee is also associated with your business), or "no". If yes, give person(s) names(s) and position(s) with your business. Yes Name (s) and Position (s) No (Note: if answer is "yes", you must file a statement with the Supervisor of Elections, pursuant to Florida Statutes 112.313.) 11. What is the name and address and telephone number of your insurance agent writing your Liability, Workers Compensation and Bond Policies? Liability: NAME ADDRESS TELEPHONE 56 • Worker Comp: • Bond: 12. Can you carry the level of insurance as required? Yes No obtain such insurance if considered for award? Comment: If No, can you 13. List the pertinent experience of the key individuals of your organization (continue on addittiional sheets, if necessary). 14. State the name of the individual who will have personal supervision of the work: AleH -e Y,*% vA sA ol e THE BIDDER ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY OWNER IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY BIDDER TO BE • TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS THE BIDDER'S QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE OWNER TO REJECT THE PROPOSAL, AND IF AFTER THE AWARD TO CANCEL AND TERMINATE THE AWARD AND/OR CONTRACT. (Signature) 57 Group #29 Mfg, Ductile Pipe Mfg: 4" • 64" Price List or Catalog and Date Mfg: Price List or Catalog and Date OPTIONAL: All other items not listed in the catalogs above: % discount Single fixed precentage Discount Offered I have received, read and agree to the terms and conditions as set forth in the General/Technical Specifications herein. I have read, understand, and agree to all instructions to Bidders (including the Non -Collusion Bidding Certification). I hereby recognize and agree that upon execution of this document by an authorized officer of the City of Deerfield Beach, the document, together with the contractor's bid and all other documents prepared by or on behalf of the City of Deerfield Beach for this bid solicitation, shall become a binding contract between the parties for the services to be provided in accordance with the terms and conditions set forth herein. SIGNATURE: /o City State Zip Code TELEPHONE: C5y// ) S U — / 3/ 5' FAX.( 5Y ) OF — f3 70 COMPANY REPRESENTATIVE Listed in the space below Is the name, address, and telephone number of your company representative(s) who will perform periodic scheduled visits to the agencies and who will be available upon request to resolve billing and delivery problems. COMPANY REPRESENTATIVE: !'1 ev ll 191ejCA�to�1's' ADDRESS: Ll 6,'�o yP. �S ,or eat d V City State Zip Code TELEPHONE: ( 56<1 ) Ss' �-2 / FAX:( S6/ ) EMAIL: { �sna�r�C�BratieT G COMPANY REPRESENTATIVE: Am 52 ADDRESS: City State Zip Code TELEPHONE: ( ) FAX: ( ) EMAIL: • • 53 No Text