Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2006-089Temp. Reso. # 10969 May 16, 2006 Page 1 of 4 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2006- A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO APPROVE THE PURCHASE OF WATER METERS FROM NEPTUNE TECHNOLOGY GROUP, INC., VIA THEIR LOCAL DISTRIBUTOR, SUNSTATE METER & SUPPLY, INC., UTILIZING THE CITY OF POMPANO BEACH BID NUMBER H-20-05 AS RENEWED; AUTHORIZING AN ANNUAL EXPENDITURE IN AN AMOUNT NOT TO EXCEED $120,000 FOR SAID PURPOSE; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac Utilities Department administers an on -going water meter replacement program throughout the water distribution system; and WHEREAS, the American Water Works Association has established water meter exchange period standards to ensure inaccurate meters are replaced; and WHEREAS, meter replacements and new meter installations will recover water revenues required to maintain the City's water and wastewater operations; and WHEREAS, the City of Tamarac has appropriated funding to address water meter replacement, new water meter installation and water meter relocations throughout the water distribution system; and Temp. Reso. # 10969 May 16, 2006 Page 2 of 4 WHEREAS, Section 6-155 of the Code of Ordinances of the City of Tamarac allows the Purchasing Officer the authority to purchase supplies, materials and equipment subject to contracts with other governmental agencies; and WHEREAS, the City Commission, through Resolution #R-2005-207, approved the use of City of Pompano Beach Bid Number H-20-05 and its pricing, terms, and conditions for the purchase of water meters from Neptune Technology Group, Inc., via their local distributor, Sunstate Meter & Supply, Inc., on November 9, 2005 (a copy of which is attached hereto as "Exhibit 1 "); and WHEREAS, the City of Pompano Beach awarded Bid Number H-20-05 was authorized for an initial term of one (1) year, expiring on February 22, 2006 with four (4) additional one (1) year automatic renewal periods; and WHEREAS, the City of Pompano Beach has exercised its first renewal option, thereby extending the contract term with no changes to the pricing, terms and conditions of the original bid through February 22, 2007 (as evidenced in the copy attached hereto as "Exhibit 2"); and WHEREAS, Neptune Technology Group, Inc., and Sunstate Meter & Supply, Inc. have agreed to continue extending the pricing, terms and conditions of the City of Pompano Beach Bid Number H-20-05 to the City of Tamarac (a copy of said authorization is attached hereto as "Exhibit 3"); and 1 1 1 Fj Temp. Reso. # 10969 May 16, 2006 Page 3 of 4 WHEREAS, the Director of Utilities and Purchasing/Contracts Manager recommend that the City of Pompano Beach Bid Number H-20-05 as renewed be utilized for the purchase of water meters in an amount not to exceed $120,000 annually; 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 approve the annual purchase of water meters from Neptune Technology Group, Inc., via their local distributor, Sunstate Meter & Supply, Inc., utilizing the City of Pompano Beach Bid Number H-20-05 as renewed in an amount not to exceed $120,000 annually. 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 upon adoption hereof. SECTION 2: The appropriate City Officials are hereby authorized to purchase water meters from Neptune Technology Group, Inc., via their local distributor, Sunstate Meter & Supply, Inc., utilizing the City of Pompano Beach Bid Number H-20-05 as renewed. SECTION 3: An annual expenditure in an amount not to exceed $120,000 for said purpose is hereby approved. Temp. Reso. # 10969 May 16, 2006 Page 4 of 4 SECTION 4: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 5: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application; it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this �_ day of , 2006. ATTEST: MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. WE-L S. GOREN '`J � CITY ATTORNEY ETH FLANSBAUM-TALABISCO MAYOR RECORD OF COMMISSION VOTE: MAYOR FLANSBAUM-TALABISCO ___4�C DIST 1: V/M PORTNER DIST 2: COMM. ATKINS-GRAD DIST 3: COMM. SULTANOF DIST 4: COMM. DRESSLER "EXHIBIT 1" TR #10969 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2005--2jQ-� Temp. Reso. # 10833 October 14, 2005 Page 1 of 4 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO APPROVE THE PURCHASE OF WATER METERS FROM NEPTUNE TECHNOLOGY GROUP, INC., VIA THEIR LOCAL DISTRIBUTOR, SUNSTATE METER & SUPPLY, INC., UTILIZING THE CITY OF POMPANO BEACH BID NUMBER H-20-05; AUTHORIZING AN ANNUAL EXPENDITURE IN AN AMOUNT NOT TO EXCEED $120,000 FOR SAID PURPOSE; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac Utilities Department administers an on -going water meter replacement program throughout the water distribution system; and WHEREAS, the American Water Works Association has established water meter exchange period standards to ensure inaccurate meters are replaced; and WHEREAS, meter replacements and new meter installations will recover water revenues required to maintain the City's water and wastewater operations; and WHEREAS, the City of Tamarac has appropriated funding to address water meter replacement, new water meter installation and water meter relocations throughout the water distribution system; and Temp. Reso. # 10833 October 14, 2005 Page 2 of 4 WHEREAS, Section 6-155 of the Code of Ordinances of the City of Tamarac allows the Purchasing Officer the authority to purchase supplies, materials and equipment subject to contracts with other governmental agencies; and WHEREAS, the City of Pompano Beach awarded Bid Number H-20-05 to Neptune Technology Group, Inc., via their local distributor, Sunstate Meter & Supply, Inc., for an initial term of one (1) year, expiring on February 22, 2006 with four (4) additional one (1). year automatic renewal periods, hereto attached as "Exhibit 1 "; and WHEREAS, Neptune Technology Group, Inc. and Sunstate Meter & Supply, Inc. have agreed to extend the pricing, terms and conditions of City of Pompano Beach Bid Number H•20-05 to the City of Tamarac, a copy of said authorization hereto attached as "Exhibit 2'; and WHEREAS, the Director of Utilities and Purchasing/Contracts Manager recommend that the City of Pompano Beach Bid Number H-20-05 be utilized for the purchase of water meters from in an amount not to exceed $120,000 annually; 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 approve the annual purchase of water meters from Neptune Technology Group, Inc., via their local distributor,. Sunstate Meter & Supply, Inc., utilizing the City of Pompano Beach Bid Number H-20-05 in an amount not to exceed $120,000 annually. Temp. Reso. # 10833 October 14, 2005 Page 3 of 4 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, THAT: SEC ION 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 upon adoption hereof. SECTION 2: The appropriate City Officlals are hereby authorized to purchase water meters from Neptune Technology Group, Inc., via their local distrituator, Sunstate Meter & Supply, Inc., utilizing the City of Pompano Beach Bid Number H-20-b5. SECTION 3: An annual expenditure in an amount not to exceed $120,000 for said purpose is hereby approved. SECTION 4: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 5: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application: it shall not affect the validity of the remaining portions or applications of this Resolution. Temp. Reso. # 10833 October 14, 2005 Page 4 of 4 SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 9ttl_ day of , 2005. ATTEST: MARION SWE SON, CIVIC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. AMU S.GOREN INTERIM CITY ATTORNEY Q" �': " C' Z'� JOE SCHREIBER MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER DIST 1: COMM. PARTNER DIST 2: V/M TALABISCO DIST 3: COMM. SULTANOF DIST 4: COMM. ROBERTS 4 Temp Reso 10833 Exhibit L February 23, 00 Lawrence M. Russo, V.F. Finance/Secretary Neptune Technology Group, Inc. 1600 Alabama Highway 229 Tallassee, Alabama 36078 Via Facsimile (334) 283-7299 Dear Mr. Russo, The City Commission, at their February 22, 2005, meeting, agenda item #3, approved award of an open-end contract to your company for the following: Bid H-20-05, Water Meters The contract period shall be one year, through February 22, 2006. The City will place orders for water meters, as needed, at the unit prices bid, throughout the contract period. The specifications, terms, and conditions of the Bid shall remain firm for the initial contract period, and any renewal period. Contract renewal may be made as per the terms contained in the bid document. Please call me if you have any questions at (954) 786-4098. Thank you for your cooperation in this matter. Very truly yours, tt!QMA_�Leea Hardin Purchasing Supervisor pe: Frankie Chevere, Chief Material Handling Specialist Mark Eddington, Water Distribution Supervisor file r Meeting Date: 2=05 REQUESTED COMMISSION ACTION: X Consent Ordinance Resolution Consideration/Discussion Workshop SHORT TITLE roval to award Bid H-2M5 Water Meters to the single bidder. Neptune Techm Group Inc. for an annual n-end contract. Summary of Purpose and Why: Bid H-20-05 was issued to establish an annual, open-end contract for the purchase of water meters, as needed, for use by the Utilities Department in the water distribution system. Bid award is recommended to the single bidder, Neptune Technology Group Inc., at the unit prices bid. The contract period is one year, commencing upon award by the City Commission, with contract renewal possible as stated in the bid specifications. Based on the estimated quantity of water meters to be purchased, and the unit prices submitted by Neptune Technology Group, annual expenditures may total $186,350.60. This bid was assigned a voluntary 5% Small Business Enterprise participation goal; the bidder did not Indicate SBE participation. City Commission approval of this contract award is requested. copy (1) Origin of request for this action: staff (2) Primary staff ontact:: A. Randolph Brown, Utilities Director w -- _ 954 7804194 (3) Expiration of contract, ff applicable: see above ,- (4) Fiscal impact and source of funding: ' As needed from b9g9eled funds In the Water Distribution fMir s Maintenance and Service Installation accounts. DEPARTMENTAL. COORDINATION DATE Utilities General Services 2797 Budget , Finance Advisory Board X City Manager DEPARTMENTAL RECOMMENDATION approve DEPARTMENTAL HEAD SIGNATURE ACTION TAKEN BY COMMISSION: SMU121I n 1�g 1" Reading Results: Results: 2 Reading MEMORANDUM Paid maing #05-073 February 8, 2005 To: C. William Hargett, Jr., City Manager Through: Ernie Siegrist, General Services Director 1P From: Leeta Hardin, purchasing Supervisor Sub joct: Award Bid H-20-05, Water Meters ntract Bid H-20-05 was issued to establish an annual, open-end contract for the purchase of water meters, delivered, as needed for inventory m the Central Stores warehouse and for direct purchase by the Utilities Department. The specifications for this bid were generated from information furnished by the Utilities Department. A single bid was received from Neptune Technology Group Inc., the City's current vendor for water meters. The Utilities Department has reviewed the bid proposal submitted by Neptune Technology Group, and finds the products and pricing acceptable: In their current bid, Neptune increased the net price for only one of the 29 items,that were included on the last bid issued in 1999. Neptune Technology Group Inc. is the manufacturer of the Neptune T 10, Tm/Flo, HP Protectus, HP Fire Service Turbine, HP Turbine, and Neptune Sttainem proposed in their bid. The Water Distribution Supervisor recommends the contract be awarded to Neptune Technology Group Inc., the single bidder. This bid was assigned a voluntary 5% Small Business Emerprise participation goal. Neptune Technology Group returned the forms; however, they did not indicate SBE participation. Attached you will find copies of a memorandum and the bid award recommendation form submitted by the Utilities Department, and copies of the bid tabulation, bid mailing list, and bid solicitation document -.7 � 1_ The Bidders List was created by using companies suggested by the requesting department, companies that have responded to prior bids, companies that have requested their names be placed on the Bid List, and companies from appropriate listings in other source books. Purchasing 005-073 Page 2 , February 8, 2005 Number of bid packages issued 8 Number of bids received 1 Number of "no bid" responses received 6 Number of companies who received bid package but did not respond 1 Adverdaing The Bid was advertised in the Sun Sentinel, and notices were sent to bid notice agencies throughout the: nation Bid notices are also posted on the City's web page. The total annual value of this contract, based on the unit prices bid and the estimated quantity of meters to be purchased, is $186,359.50. Purchases will be made, as ne adcA from budgeted funds in the Central Stores And Inventory account, Aum account 412- 3330-533.46-30 Utilities FuncMater Distribution/ltcpair &Maintenance Mwlaw y & Equipment, from account 412-3330-533.64-65 Utilities Fund/Water Distribution/Service Installations, and other accounts as applicable. It is recommended that a one -yeah contract award be made to the single bidder, Neptune Technology Croup Inc., at the unit prices bid. The contract period will be one (1) year, commencing upon award by the City Commission, with possible traewal, subject do the terms and conditions contained in the bid specifications. /lh enclosures PC: file W" water PumphV Dian. Wastowabar TrwaeNssion Dim siomwmer Diva. Water DWbut on Divn. City of Pompano Beach Utilities De artmant fT i:Ihill TF� MCA DATE: February 4, 2005 TO: Emest A. Siegrist, Geneml Sende ss Director VI,A: A Randolph Brown, Ut iffies Dirteator FROM Mark Eddbngton, Water Distribution Supervisor. SUBJECT: Water Metier Bid Ap rovai Phone * (954) 7884153 Fax # (954) 78!lF = We have 30 years of prior experience with Neptune water motors. They provide a full line of meters from YV residential to I W compound and fire service. We have received owned factory support and training. We have 19,000 Neptune meters currently in use in the 'Ccly of Pompano Beach water distribution system. In the current bid, the City of Pompano Beam required all bidders to supply meters manufactured with "Envirobrass" (a lead free metal alloy that contains less than .35% lead). All Neptune meters are manufactured with "Envirobrass". This exceeds AnsMSF E1 lead requirements for brass used In water supply parts. Envirobrass Is standard with all Neptune water meters as specified by the City of Pompano Beach. The current bid requires field programmable encoder registers. These will now be provided as the standard with all large meters (3'-10"). The registers are also field programmotgo. This allows us to retrofit existing meters and program register head ID numbers in the field to match stamped meter case numbers. Other brands do not allow this field programmability feature. Neptune's meters are being supplied with encoder registers and are field programmable as specified by the City of Pompano Beach. Our bid requires a combination water meter and baddlow proventor. Neptune is the only meter manufacturer that offers a combination meter and approved testable In line bad dlow preventor. St®ndad meters can be converted to backflow protection meters without altering customer piping. This will be used In our system more as reuse system is expanded and the potable system requires mandatory backflow protection. This meter complies with the City of Pompano Beach specifications. We are, recommending that the low bidder, Neptune, be awarded this bid. BID AWARD RBCoAIT()N FORM �: � nivison Leta Hardin 1/12/05 To. Utilities/Witer Trans. Depatong AUL: Mark Sddingtan subject Bid No. H IO-os m/ vi eater Kates PkWORMOORMS Attdccbed is flea Hid T� fier subject itam/Mmice by �� fia�m � older dswctp � � mti4y boa�e #a � � ��bs app appmpdiatL Your z: ig �should be typed. Plan tapta*b h=io *oPaabubgDivision whbdn thtee wed ofrecOrL lids firma u" �e accow envied by ataa�mrrsndws eapltha bmnhwriae>b bepurc red,wbdit aiilbc Head for, tbft"it h ek6er a mar an oddWwW bow, and Mgodur pudoWb fiNmodpa W" mW be requeod by the Cay Co=ixdoo This si=M go onerA ►sdatsgadJ=dfiodm ifyoa are rejedfigg a law bidickr (sea below). 1. soUgiM OF FUNDS: Co&; 412--3330-533-4630_ g 6465 tide: Maint. 14ach/Fquip & service Ins illations 2. RBOO1MERVATION: (a) Yll & bidder do ymf c 1 n®nxad7 Neptune (b) L do A bid fc l med bidtaadivned? Yes -X— No Ncrier Ifyou tacmar nd awwdto ad w 9M t O I&W JodfficMiMno* ba fmmidied far n*x:dan of of k warbicis, in an.- (C) If left e°oa'v arc requIP4 wane tbL7 cam? Yes No Not VpUc"IrMsbid , . Department Head (p,�t **dwAu&od=d R,ga+Meutdiwa) n:►ar�rrr�rr �VIR t][]C tBV.1l/�9t CITY OF POMPANO BEACH -- BID TABULATION Bid #: H-20-0_ 5 Title: Water Meters Date 011121299 Bidder: eptuns Group Inc., 1e00 Alabama Hphway rzs, Tdassee, AL 36078 Qrou 1 — Disc Motors, &8" - 2" Item 1, WE x 40, each: V41 tog for 858: 1,235. . and Foi number.• Ne tune T 10 Item 2,1". each: $67.00 total for 450: 11 W. . and peff number: Neptune T 10 Item - /2rr, each: $1t37. tot9d for : 1 ,030.00 mfg. an number: N tune T 10 Item 4,20, T N total for 51: . ana pan nurnbor. Ne ne T-10 Item 5, 8" X 3140 with in-te9fated double check bactdtow preventer, each: $120.00 . W-,000.-00 part number. Ne e T 10 Total. new meters: 1 additional diarpe to order any of above meters with reclaimed register, per meter. $2.00 Now meters, me. e.r.o.: 30 da a roup 1 — DR Wters, EW - 2, Trade-in Ak wance for Used Meters Item 8M x W, credit each: tow JFW 8: Vjid.001 Item it total r4 1, Toor VAnnce: 9F,516. NUT WrAE, GROUP 1: Group 2 • mpoun • Tor nu Neptune ThWlo Sw for 1: r 407. pa rw ep na TrwFio Page 1 of 4 CITY OF POMPANO BEACH -- BID TABULATION Bid #: H-20-0Title: fter Meters Date 01 /12/2005 Bidder: Neptune 70nology Woup, Inc., ISM Alabama Highway 229, Tallessee, AL 36078 Item 3, 00, each: $2.741.001 to(W for 1: ,741.00 m .and art number: Neptune T o TOTAL, GROW 2: - Op , rddlionalcharge to order any of above meters with mdakned ter, per motor. $4.00 Bidder notes compoun a repiaters, at $2 each, which totals $40 Nlivery fiffm a.r.o.: 30 UFm-up3 -- Fin S@rWm Netts Item 1, 45 x 1, each: lwuf ► and part n P PRMWE s Item t x 1.10,$5,U5-001 total for f ,1 Mfg. and p!� P 1 x , m1g. and rtn Item x 2w,$9.755.001 an fiumber. HP Protectus G 4. 3. bme a.ro.: 30 ZWy—s Group 4 -- u ns Meters Item nu P Fire Saw*e Tuibine Item 117 nu u . an nu u Pape 2 of 4 CITY OF POMPANO BEACH -- BID TABULATION Bid #: H-20-05 Title: Water Meters Date 05 Bidder: Neptune Tsohrwlogy Group. Inc., 1600 Alabama Highway 229, Tailasses, AL 36078 Item 4. 80, each: , . total for 8: $32AN.001 . and part number: P Firo Service Turbine Item 5.10", each; 45,6W.001 total G 1: .800. mfg. and number. HP Fire Sovioe YRflne TOTAL,,, GROUP 4: $50,490.00 clelWiFy time a.r.o.: 30 da s GME 5 -- TurNne Metros Item 1. r. each: Sn&vo so Fr 1• $295.001 fft. and psrt number: HP Turbine Item 2, 3", each: total W 1. 15. RVW partnumber RP Tuibine Item 4", each: totai for 1: $760, m . and port num . HP ruithe Rom 4,,r with Fe-ailmed register, each: $762. so U 1: M7. ffirg.part nwn HP Turbine . 6", each: 1,42 . part num r: HP Turbine Rom 5, Go With RaRFnRl repistar, each: $1.422. total r 1 $1.422.001 M. and part num r: RP urb e ROM . fr. each: V2,010. mfg. and pert nurn u s TMWIZ ROU Option, additional charge to order any of above meters with reclaimed register, per meter (Na for Items 4 and 6): $2.00 a.r.o.: 30 days Pape 3 of 4 CITY OF POMPANO BEACH -- BID TABULATION Bid #: Lj2H5 Tile: W tern bnw illiF�r"_!�� Bidder': Neptune T6dwwAogy Group, Inc., 1600 Alabama HWwmy 229, Tallassae, AL 36078 Group 6 — Strainers Item 1, 7 x T x 2-1 Nil, each: 1 f2.00 112. . and part number: hitune ner �,,,,y, hern 2, 3" x ir x 3-W4w, each: y total for end pad number: not stated x MW x 4-11Z, each: tote . a number, not stated Item 4. 60 x V x 5-1 ', total W 1: and n not stated x 10" x 4', war WOO mfg. And pert number not stated 11 . Dollve!yme s.r.o.• 30 O OUPS 1.6: 1 ng -- Motor Parts Prim t effedive diFe--January W Discountpercentage a above list: 15% Small Busklmos erp e ps gpatran: form retumed, marked "nle Page 4 of 4 ,I ■u� 9 SUN-SENTINE1 PUBLISHED DAILY FORT LAUDERDALE, BROWARD COUNTY, FLORIDA BOCA RATON, PALM BEACH COUNTY, FLORIDA MIAMI, MIAMI DADE COUNTY, FLORIDA STATE OF FLORIDA COUNTY OF BROWARDJPAL.M BEACHIMIAMI DADE BEFOVE THE UNDERSIGNED AUTHORITY, PERSONALLY APPEARED Auv�� flntk WHO, ON OATH, SAYS THAT DULY AUTHORIZED REPRESENTATIVE OF THE CLASSIFIED DEPARTMENT OF THE SUN -SENTINEL, DAILY NEWSPAPER PUBLISHED IN BROWARD/PALM BEACHIMIAMI DADE COUNTY. FLORIDA. AND THAT THE ATTACHED COPY OF ADVERTISEMENT, BEING A: BID H-20-05 WATER METERS r�I4'rlul�.I*Ij1 Bid H-20-M Water Meters IN THE CIRCUIT COURT, WAS PUBLISHED IN SAID NEWSPAPER IN THE ISSUES OF: 12J2o,1 122OM7 AFFIANT FURTHER SAYS THAT THE SAID SUN -SENTINEL IS A NEWSPAPER PUBLISHED IN SAID BROWARD/PALM BEACHIMIAMI DADE COUNTY, FLORIDA, AND THAT THE SAID NEWSPAPER HAS HERETOFORE BEEN CONTINUOUSLY PUBLISHED IN SAID BROWARD/PALM BEACH/MIAMI DADE COUNTY. FLORIDA. EACH DAY, AND HAS BEEN ENTERED AS SECOND CLASS MATTER AT THE POST OFFICE IN FORT LAUDERDALE, IN SAID BROWARD COUNTY, FLORIDA, FOR A PERIOD OF ONE YEAR NEXT PRECEDING THE FIRST PUBLICATION OF ATTACHED COPY OF ADVERTISEMENT. AND AFFIANT FURTHER SAYS THAT HE/SHE HAS NEITHER PAID, NOR PROMISED, ANY PERSON, FIRM, OR CORPORATION, ANY DISCOUNT, REBATE, COMMISSION, OR REFUND, FOR THE PURE OF SECURING THIS ADVERTISEMENT FOR PUBLICATION IN SAID NEWSPAPER. I I (SIGNATURE OF AFFIANT) SWORN TO AND SUBSCRIBED BEFORE ME ON: 2043ewmbrr4WN . AA �r �% I001K M. Johnson `- C'01mPssiOn it 00 326508 �CE' 1.��?•,�,n°rn.cwn.:,sW,llr,e,e�t4 tiO.*d6:Ct9 PERSONALLY KNOWN. PRODUCED IDENTIFICATION m 51014 ujeff -�"1-4 �V NEPTUNK& r A Nero Aeairrwtml.. A inrrt d Namur 1 January 10, 2005 City of Pompano Beach Purchasing Division 1190 N.E. P Avenue, Building C Pompano Beach, FL 33060 Re: Bid 1- 2"5-- Water Moors Dire: Wed, January 12, 2005 @ 2:00 pay. We are pleased to provide the City of Pompano with pricing for your metering requirements. Descriptive litermtum and warranty inforrugtion for the above Proposal is enclosed. To -crate, all Neptune T-10 residential and commercial meters are NSF-61 approved as well as the complete Neptune line of Tm to Compounds and the HP Turbines. Our remaining large meters have also been submitted to NSF for approval. All meters furnished under this proposal meet or exceed AW WA Standard Specifications, Latest Revision. Our terms are net 30 days with delivery at 30 days ARO. Neptune's current Parts Price List U676-9 or latest revision will apply. We appreciate your interest in Neptune products and look forward to supplying your water meter needs. Please do not hesitate to contact Terry Gullett at 407-493-5385 or our bid department at 334 283-6555 if you have any questions. Sinoerely, 0-9 Lawrence M. Russo VP, Finance/Secretary LMR/cbs Enclosures Neptune Technology Group Inc . 1600 Alabama Highway 229 . Tallarree, Al 36079 op Phone (334) 283-6555 • Fox (334) 223-7299 Bidder Name >mu mwm tea C City of Pompano Beach, Purchasing Division 1190 N.E. 3rd Avenue Buildia C, Pqqp#nq Beach, Florida,33060 BID H-20-05 — WATER METERS December 14, 2004 The City of Pompano Beach is currently soliciting bids to establish an annual contract for the purchase of water meters. Sealed bids will be received until 2:00 p.m. (local), January 12, 2005, in the Purchasing office at 1190 North Bast 3rd Avenue, Building C, Pompano Beach, Florida. These bids will then be publicly opened at the above'timo and date in the presence of City officials. 'Bid openings are open to the public. All bidders and/or their representatives are invited to be present. Bids may not be submitted by facsimile. Once .opened, the bids will be tabulated, evaluated, and presented to the appropriate City officials for contract award. C. There are three (3) sections in this bid: Specifications/Special Conditions, General Conditions, and Proposal. Please read all sections thoroughly. Complete the bid in accordance with the instructions and return all numbered pages, initialed at the bottom of each page, when you submit your bid package. Failure to do so may result in the rejection of your bid. If you need any additional information regarding this bid, please contact L=U Hardin, Purchasing Supervisor, at (954) 786-4098. A. Intent The intent of this bid is to establish an annual, open-end contract for the purchase of water meters, delivered, as and when needed. The initial contract period shall be one year, commencing upon award by the appropriate City officials. Bid H-20-05 Page 1 of 25 Initial Bidder Name NUT= TUMNIM OW The contract shall be automatically renewed for up to four (4) additional one-year periods, unless the General Services Director or the successful bidder receiving award shall give notice to the other party of intent not to. 'renew for the additional period, which notice must be delivered by certified mail mad must be received at least sixty (60) days prior to the end of the initial contract period. -All terms, prices and conditions shall remain firm for the initial period of the contract, and any renewal period. In the event delivery/service is scheduled to end because of the expiration of this contract, the Contractor shall continue to deliver/service upon the request of the General Services Director. The extension period shall not extend for more than ninety (90) days beyond the expiration date of the existing contract. The Contractor shall be compensated for the product/service at the rate in effect when this extension clause is invoked by the City. No warranty or guarantee is given or implied as to the total amount to be purchased as a result of this contract. The quantities stated in this bid are estimates of annual usage, to be used for bid comparison purposes only. Meters will be ordered as needed. Like items within this bid an grouped. Bidders may submit bids on any or all groups. If bidding a group, all items within that group must be priced, for the bid to be considered. E. Bad, Of rd Award will be made to the lowest responsive, responsible bidder based on the total per Croup, or Grand Total, as is in the best interests of the City. All prices bid shall be F.O.B. destination/delivered to the City of Pompano Beach Central Stores Warehouse,1190 N.E. 3rd Avenue, Building C, or the Utilities Department, as indicated on each individual order. No minimum order quantities shall be stipulated by bidders. Prices bid for trade-in allowance for old meters shall include cost for pick up of old meters from the City. Bid H-20-05 Page 2 of 25 Initial 1EMM TECRMXOGr Bidder Name Go=_-mC. Bidden are to state the number of calendar days after receipt of an order required for delivery. The City seeks a source of supply that will provide accurate and timely delivery. The awarded bidder must adhere, to delivery schedules. If, in the opinion of the General Services Director, the successful bidder(s) fail at any time to meet the requirements herein, including the delivery requirements, then the contract may be cancelled upon written notice. See Section lI - General Conditions, (6) "Delivery," and (10) "Default," for additional information.. W*T7! ._: The issuance of a written addendum is the only official method whereby interpretation, clarification, or additional information can be given. If any addenda are issued to this Bid solicitation the City will attempt to notify all known prospective Bidders, however, it shall be the responsibility of each Bidder, prior to submitting their bid, to contact the City Purchasing Office at (954) 786-4098 to determine if addenda wore issued and to make such addenda a part of their Bid proposal. 1. (Applicable to all type meters). Manufacturer, shall guarantee materials and workmanship of all meters and meter parts to operate within the range of the test specifications for a minimum period of five (5) yearn from date of delivery. Any.metear that fails to open te.accordingly for five, (5) years will be repaired by the City, and the manufacturer shall furnish to the City, without cost, any part(s) required to place such defective meter in suitable operation condition. Additionally, all registers must be warranted against defects, fogging, and loss of accuracy for a minimum period of ten (10) years. 2. As part of the proposal, bidders shall furnish for each size and type of meter bid an accuracy chart showing loss of head in psi at maximum flows. Operating and performacharacteristics of the meters bid will be evaluated and conside red in making g any award. 3. ftignifions A &emMWgj Tests -- The City of Pompano Beach reserves the right to test each meter, and any meter which does not register accurately, according to the specifications provided, shall be rejected. Each meta rejected shall be repaired or replaced with another meter by the supplier without Cost to the City ofPompano Beach. The tents made by the City will be final, and the supplier may observe any tests. If more than 10% of any order fails to pass the test(s), the City reserves the right to reject the entire order. Bid H-20-05 Page 3 of 25 Initial Bidder Name in 4. JOI&W -- Where indicated on the proposal farm, bidders shall iiunish trade-in allowance for old metes of same sire and type. Meters to be traded -in will be various brands, as required by the City, to be determined at time of order. The successful bidder will be responsible for pick-up of old meters from the City. Bidders must provide a trade-in allowance in their proposal. 1. GROUP 1 -- Disc Mete 5/8" LhEggh 2" Water meters shall conform to specifications set forth by the, American Water Works Association (AWWA) C700-77 or latest revision thereof. All meters must comply with ANSI/NSF Standard 61, per the State of Florida Administrative Code. Meters to be manufactured using Envirobrass II 7s , or equal; no coated meters will be accepted. Meters bid must have bees in production for at least five (5) years for all sizes. In addition, all meters must be available in a complete product line for 5/8" through 2" sizes. The discs shall be flat, with nutating type disc with thrust rollers. Oscillating piston type meters an not acceptable. Registers are to be hermetically sealed and designed with neutral gears to allow accurate calibration and economical operation. The lens is to be impact -resistant. The thousand wheel and higher shall be white, hundreds wheel and lower shall be black. Registers are to be magnetically driven, and straight reading in U.S. gallons. Serial numbers arc to be stamped plainly on meter cases and register box lids. Register boxes are to be made of synthetic polymer on 5/8" through 1" sizes. Register boxes shall have meter -seating screws drilled for scalwires or tamper- pmof seal pins. Bottom caps on 5/8" x 3/4" meters are to be made of synthetic polymer. One -inch (l') bottom caps arc to be made of bronze. All main case bolts shall include a bolt and washer and be of#306 series non-magnetic stainless steel to prevent corrosion and for ease of disassembly. Anything less than #300-series is unacceptable. A 5/8" X3/4" meter with an integrated testable backflow device in a single case shall also be offered. All 1-1/2" and 2" meters shallbe of top load design, split case, flange type. Minimum acceptable accuracy for 5/8" through 2" meters shall be 98.5% at all flows for which meter is rated, per AWWA C700-77, or latest revision. Bid H-20-05 Page 4 of 25 Initial Bidder Name Additionally, all meters must be adaptable to field re -programmable absolute encoder registers for automatic pit reading ofwater meters. Absolute encoder registers shall not include batteries due to -loss of power and causing inadequate meter readings. Bach vendor shall have at least five (5) years' experience in manufacturing and designing encoder type rgistats for this. bid. These registers should be exchangeable in the field without intwupting the customer's service. All new meters must have test tag results attached to meter. 2. ade" R92: State trade-in allowances for meter sizes as indicated on Proposal form. Meters bid under this section shall be compound type, conforming .to AWWA standards 002, or latest revision thereof. All Meters must comply with ANSIINSF Standard 61, per the State of Florida Administrative Code. Meters to be manufactured using avimbrass H 71' , or equal; no coated meters will be accepted - The meter can shall be made of bronze composition, fitted with standard flanged ends, and fiunishcd with iron companion flanges. The meter assembly shall be nutating disc type on low side and Class U turbine on high side. Chambers shall be bronze or plastic. Meter shall be equipped with two (2) register assemblies. The measuring elements must be of a unitized measuring element design. The meter serial number shall be stamped on. each registat' lid and the case ofthe meta. All meters to be supplied with field r Trograuntnable absolute encoder registers. The main case must have drilled test plugs for field-testing. Metier shall have a calibration vane so adjustments can be made in the field. Change gears are not acceptable. ' a j ' WM=47WR Must be U.L. listed and FM approved. Shall meet AW WA standards C703-86 or latest revision. All Meters must comply with ANSY/NSF Standard 61, per the State of Florida Administrative Code. Fire service side to be, Class 11 turbine and domestic side shall bea-di sc. meter. The measuring clement must come equipped with a calibration vane for in -line testing. All meters must be #inrnished with U.L and FM approved strainers. Additionally, all meters must be provided with field re- programmable absolute encoder registers. .Bid H•20-� ` Page 5 of 25 Initial Bidder Name � � Minimum flow requirements for fire service meters are as follows: 4" - 3/4-1200 GPM 6" 1-1/2-3000 GPM 8" 24M GPM 10" 2-6500 GPM These flows are to be measured at 100% + or -1.5% accuracy. 5. GROUP 4 -- rvice Turbigg Aftt Must be U.L. listed and FM approved. All Meters must comply with ANSI/NSF Standard 61, per the State of Florida Administrative Code. Meters to be manufactured using Eavirobrass II '%, or equal; no coated meteors will be accepted Measuring element must be a Class II turbine and be equipped with calibration vane. All meters are to be furnished with U.L: and FM approved strainers. All meters must be to be supplied with field re -programmable, absolute encoder registers. Minimum flow requirements for fire service turbine meters are as follows: 3" 5-450 GPM 4" 10-1200 GPM 6" 20-3000 GPM 8" 35.4000 GPM 10" 50-6500 GPM These flows are to be measured at 100°/a + or -1.5% accuracy. 6. 5 --.MqrbIne All Meters must comply with ANSI/NSF Standard 61, per the State of Florida Administrative Code. Meters to be manufactured using Envirobrass II ls, or equal; no coated meters will, be accepted. Meter shall have a Class II turbine, cast Envirobrass II mw (or equal) main case, interchangeable measuring element for m-line service, direct coupling of gear train to rotor, calibration vane, and supplied with field m-programmable absolute encoder registers. Register shall read in U.S. gallons, meter serial number on meter main case and register Bid H-20-05 Page 6 of25 In�itiaa �I I TXCRNIAGY Bidder Name 7, A Bid lR 20=05 ,BM-6 -- Water Meter Stratnga Strainers shall be ISO psi working pressure plate "e for use wittt mks of Z" through 8" pipe size. The gainer semen shall be made of pedgra 18.8 . stainless steel plate and be shaped for mpximum rigidity against farces exerted by the flow stream. The effective straining area shall be at least double that of the meter main case inlet area. 1,hc.2" strainer shall be fim iished with elliptical two - bolt Banged connections. Strainers 3" and.laW stiall be furnished with.iound connections. Bolt circle, bolt hole diameters, and. fla Xe dimensions shall be in compliance with .meter connection sped 5cations contained in ANSUAW WA C701.-78 or latest revision thereof. All Strainers must comply with ANSUNSF Standard 61, per the State ofFlorida Administradve Code. Strainers to be manufactured using. Envirobrass 11 T9, or equal; no coated strainers will be accepted. The strainer bodies and covers in sizes. 2" through 10" shall be made of cast bronze. The Manufactunx's-name, strainer pipe &Ci and direction of flow (if required) shall be cast in raised letters and shall be clearly visible. Cover bolts shall be made of 18-8 stainless steel. $trainer cover. castings, shall be equipped with a vent screw to remove trapped air at installation. Head -loss through the strainer shall not exceed 3.0 psi at maximum *titer flow rates specified in ANSI/AWWA C701-78 or latest revision. All bidders are requested to submit price information regarding their entire line of meter repair parts. This pricing for meter parts will not be considered as a basis for bid award. The City will establish contracts based upon the parts pricing offered in this bid for the purchase of parts from all current vendors, and if applicable, from manufacturers which are not current suppliers, but have supplied meters to the City in the past, which are still in service. Discounts offered and accepted will remain in effect for entire contract period. Current published price list shall be f-nished with your bid proposal and shall remain in effect for the period of the contract. Discounts proportional parts shall be included as part of this contract. 1'n their proposal, bidders must specify the dateteditionletc. of the price list to be used, and should submit a copy of this price list with their bid. Bidders must state the discount from this price list that will be allowed for City purchases of parts. Page 7 of 25 IKrr= TFCBNLM Bidder Name QWUF''aCW ��_ --' -� �► � -- �s-� _ate. The Pompano BM11 City Commission has established_ a voluntary Small. Business ter Enterprise (SBE) Program to encourage and fosthe participation of Small Business Eaterpriscs in the central procutemcnt activities of the City. The definition of a SBE, for the purpose of the City$ voluntary program, is taken from the State of Florida_ Statute 288.703(1). As of the, date of publication of this bid, a small business means 94 independently owned and operated business concern that -employs 200 or rawer pamanout full-time employees and that, together with its affiliates, has a net worth of not more d=.$3 million or any farm based in Morida that has a Small Business Administration 8(a) certification. As applicable to sole proprlatorships, the $S million net worth requirement shall include both personal and business investments. One possible resource for locating certified Small Businesses is the Broward County Small Business Development Division (website https://bccgov3.browgrd..ord/SmaMusine$dSBDirecmrywpx) Bidders should fill out SBE-forms A and B found on bid pages 20-21, or C and D found on bid pages 22-24, as applicable. Please return the appropriate forms with your bid. in order to tie considered for bid evaluation puiposc:s, bidd s must complete fortes indicating Small Business participation, or non participation. Bid H 20- Y Page 8 of 25 0— initial l . Submission mad Receipt of Bids 1.1. Biddws must use Rue fora finished by the City. I a. Bids laving any [sss M or oorrectiM mom be initialed by the bidder in ink Bid wthall be 47cw*w or !teed in with pen and ink Mamrgl siprattme ttwst be in ink 1.3. It wdil be the solo ragwm1bility of On bidder to have lbekbid dsliveeed to the PutcbadnS of ea babe dw ckwi X hour and date dun for ►ecmipt of bids. 1.4. Bid onveltwpes arepwided whh the bid forma. Yawn bid should be rawrned in due envele" (wilt the eornct postageaffixed if Ow bid is mailod) and should show the following h nrnwian I A.1. Your return mailing addr= in the upper Heft -hard carzrcr. 1.41. Did Number. write or, type the bid awaabtar that ggwr n m the Am pop of dw bid #rus an the lime lbr ft an doer fined ewf due . asvdopa. 1.4.3. Bid bAms - write or typo the tide \ of the bid an line 'Scaled bid fen. I.S. iftrot erring the city -provided envelope to mail your bid, or if using a delivery aervice adrer on Cite U.S. rat tom, use me following amreaa:. City of Pontpsno Bach Purdwoft Division 1190 N.E. 3rd Avenue, Building C Pornpano Beach, FL 33060 1.6. Last bids will not.be oaniwidered and •rill be reuttttad uaopeired. 1.7. Bids f+rmtsriduad by facsimile mill not be 2. Cotrplot;m ursid Farms Bidder is to fill in all of the blank spaces an the bid tbrms wd return all mudwe . pagan. Bidder sbmdd VW each pat the bemam to irtdieate be has read gad wtdentmds dwe provitkms contained on that page. 3. $4pu me Requited All bids meat show one company tunas and W signed by a cotrwpmtty officer or em91%ve who bsw dew wdw* to bind Ciro company or ihm by tw k . spahmw. UNSlCiIW BIDS WILL BE REIEC M, All manual signomea aeon be eai$kW - no Webber afghan, phoacopy. etc. 4. S. 6. 7. S. REM TsaMMEDer Bidder Name QWW XNC. him to be Firm Bidder adrdliat that 11ft0s, terms and duff** ms is ire bid Will be Orm•tor *=P moo for a period oftdnnety 00) 4W *= the dale of bid open*$ arks ogrtrwirt smtad by the City. Bids may trot be withdrawn bgfare die cwtp(ratiou of tr O* (90) dsys. Priers: wthall W &m. i ao.ereyalatar chores: ttalai rpecia«a by due City. Di* mW 6a withdwntma afleriJoel r * day+ only tiparw mritka ttotifkatian m due City. Extensierwa If dawn is an array in exomsions (madtentadcal cokul rtioml unit prices will prevail. D*Vvay 6.1. AA ilatm are to be bid F.O.B. delitro W with bask dww p grid and inchtded, a daignaaed adore sm as epecitled by the City on w purchase orders) or in U=Q) of audNxintion. 6.2. Bidder must xM% speweiilp swa wr of "haft days naqui ed ffw datirwy of each Ones bid is opptoptiam spare an do bid PMU *w cotaddarNion of awmrd of 0s bid. 6.3. lvlsNvwtry tome wfq be ii fiwctpr io► atdsn placed.as a resuk of dris bid. The OW rIsis Ves dwstight a cs*W VA ardws(r) or try PM tbesao4 withottt o ftsdon. if delivery is tut msd�e wfdwin dsww tims(a) specified bmft and ION the vasdar to dedirwlB. (See saetan 10.) signed Hid Caswsidaed as Offer 'this sip w bid fa aowiderwed an aft an the part of des bAhw, which ofli<r d" be ap44OW aeoapled upon Miroval by'dw City Coweattinion of *e city of Pornpreo Bind Ofxquin4 The Ciw of 1 w** wig imm a pmrolraa order or a lerta of awmrhstkm to der stteomaAll bidder. as sudwasiindon for debiveryof dta iseras awaded srwtoct a requirumsms of4whaid spww edam and those e:aaphtad betwein. h► dye enw ofdefault on Cite part of Cite bidder after attell weeptaaae, the City may:flee such sadon as it deems ""Fisk bscludittg legal aaaon for dart om err spepSe pa rmM mla. Quality . AD asurials used fix de tsamufs ct me or omz ttcdm of my ttmpplies. mrooucisls or aquiPtrtnrrt cawsid by Ibis bid Ad be sew. The ions bid must be wwm Cite lstdwt tttodel, of dw bast "Ely and Idtibmt ftade worlmt mabip wku odwMa spwx AW in this bid by do aty. Bid H-OS Page 9 of 25 Initial 10. 12. 13 14. 15. vNhdnaver proprietary, narrow am used, (wheda or not !cheroot by the words -or approved equal -I the iun(s) will be subject to weepanec and/or approval by sudwrimd CitypdVacual, and said poiomel will deem it their pnarog ive to select the itdn(s) wbiah are lowest bid item by itern. nmeediug spedSeatioapa Am the info m ation furnished by the bidWw witb the bid and/or sample inspection or besting of the facKs) called for herein. Default Provisions In the event of default by the bidder, the City serves the right to procure'the ifmn(s) bid from oiler sources and will hold the bidder responsible for cam costs incurred as a result. A conewwr who 'defaults on a City contract arty be barred from doing bwincss with the City fbr a period of 36 randu flvm the date of default Ssmplea Smtuplas. when requested, nwa be fu midhod at, or beforej bid opening, (umlow otherwise specified), and will be detivand at na abase to the City. IN& used and/or darho)ad In patting, said mph(s) u411, at bidder's request, be atummed witch tbihty (30) days of bid award at biddWs expense, Kn quested by dw City, sarttplas auu lAor impaction of llm item ate to be made available in the soauamw Florida area. AccMisnet of Mourith The material delivered sty a result of this bid aball remain the Papa ty of the Seiler until a physicel inspection and sauut wage of the ttram(t) is mode and ftmefto' Seamed "able to the ssiisfactioo of tho City, in oarnplisne a with the mans and specifications ccaahhed heteia.' >n the event that thdbmm(s) supplied to the City is/de !wand to be defective, or &)Wdo not conform to specifications, the City raw Yes the right to c wwd the order upm written notice to der seller mud return the item(s) to the seller at the seller's expense. Mmufacbmw Catifi ations 16e City reserves the right to obtain selsarate ma utacarer certification of an stataanens meta in the bid. Copyrights and Patent Rights Bidder warrants that thaw hoe been na violation of cgrAiShts or patent rights in mimufaetuh b& producing NW*r selling the itcm(s) ordaW or shipped a a result ofthis bid. and sueonsolUl bidder agrees to hold the Cis' harmless firm City gad all liability, loss or expense by any such violation. Drawn and Regulations AD applicable laws and regulations of the Federal govc rament, the Sate of Florida, and ordinance; of the City of Pompano licach Will apply to arty resulting bid award. 16. 17 it. 19. 20. 21 22. Bidder Name ww1'Xmcw Taxes The City of Pompano Bea h Is exempt Bom any taxes imposed by the State sud Federal gave rneeeat Fatanption aertlilcaW will be provided upon trqueat. Stags sake tax "amwon certificate #I&M-19"89•54C and Federal aurnption tax N39.740M apply and appear on cub purchase order. Canso Ofbiot uationt Df a e oadliet exists between the General Conditions and hstrncdow aohgtitted hen b% and the Specific Cendidow and hou"lums Om aha herein, the speeillcs shag govern. Exceptions to SpmatiRcatiow For purposes of evaluation, bidder moat indfcam any exoopdon to the spcdficat aw, UM16 and/or conditions, no now howndhar.- This includes any MM=mt or Contact Shrms supplied by do bidder that are required to be sipmed by the City. 1f oxceptiots we got stated by the bidder. in his bid, it will be mhd Ww" to the the n(syscrvips Amy ONVIY with the specifioatiwa, to as sehdfor eandWo os stated by the City. Ftceptions arc,so ba listed by tha bidderon an apaClunent included wide hit bid. The City wd11 rtat detatrl1 11 exehpdow baud an o review of arty attached alai die*40 60101*11 liternaat Warren" The 07'ofPM4=0 Beach will soot accept any diasdeburofdowarrantiesofmawh oabMWand nmesa for a par ioo1w purpose for the poduet(a) offered. Pnapna U will Clearly no any additional vco>anahtw and gu aratiters sodoat dcactive mawuU trod waalmtanoW.. A espy ofthe compete ma's warranty statement is to be subatitted wide der bid. Retantion of Records and Right to Aeaas Clause The tucoepsfid bidder aba11 preserve and mdm . available all f u ausial tenor As' supporting documents, stasio" mortis, and any odw documents pertinent In 06eorn1 1 fora period off!w(5)yonhsitter torminsfim of this contract; or Von audit bes been imiusted and audit fiaaings have not been reached at the end of thew five (5) yeses, the records talon be retained tnhtil resolution of audit fatdmg. Facilities Ter City tenrva the right n hrapect the bidders facilities at align th na, without prior notice. Anti on Statement By taubmifting this bid, the bidder nfdit= that this bid le wiOout pre view a nderstoudiap, Weemee; or oaaseofian wilt awry person, %Wan , or owporation sabr dWag a bid far the same materials, supplies, or equipment, and that this bid is in all respocts fair, and witmd aolbuion or fraud. Hid H-20-05 Page 10 of 25 � initial Bidder Name Cc Addibahatly, biddw thgtrees to abade by all oandidow of tda bid and cerlift that tlwy am authorised to rigs 27. Bid Undstions this bid for do bWa. 1n submitting a bid b Ora City Beech. do bidder of m and apoes that if Bidders Mw wish 0 receive a mu of tic bid irbul Ille bid Is accepted, dw bidder will convey, sell. assign or tra da to dw City of PaaWme.Bmh aft n ghd. ode itim sla" thtgtm it by a mloshtg a stamp4 sW4dd maw aeVsupe wiIh dhdr bid, sir by "qua n` and imam to and to so coma Ofaction it they now or ha SMw rnwla ilxt And -mist lams of des a abpl m be sent to dress liar maoUne. Bid welts will not be gives cut by teieplwwe nw City dttas not United Stets and its So* of Plarida far pries g nobly �ful bidders ofcastract awaNt. tnLdng to dw pardettlar ammmdWw or rmvicaa per h>Wnsed Or sic*" by dw City of Pomp w Barb. 28. ,Amipmtant At the Mrs discretion,, rich $011111 ast shell be mete and. become effective at rite tiihte the City,resides !hurl Sucaewdhl bidder tney not assign or trawfa the paytti6nt io the iiadd� contract6 in wbola Or pars, widtout prior w mmt approval Of dw City of Pampmha Basch. 23. badamilicador 29. 7arm6tian lbr Canvetticat of City Contractor coveahente end arm d at It will iedamify and Iold hartldeas its City and all of die Cites oM=, Upon seven m calmdu days mduiea wft dava W aggro, end ennpioyess IIrom airy ehtihrn, loos, demsge, by aardfied mail, nkn t+eceipt tquated, ee Ors wooeirfisl bidder. date City my without cause and coast, dwp or attprntse wising out Of aw ac4 action, naglect or amW to by conusotor during Ota widioirt proudim to erns other tight or mowy. P >tos OfVw canter wbcdmw direct. or hndi=4 tiamium the 118100101001 for data CIO Convenience whcacvar dw City detarnsim Oat web Madan is and wrbatlher to anyperson or property to which the City of said pasha tray be subjaq, ptotpt that neitber in data bast ittt rat of fire City. Where the awpn mmm is ttrmblsted Las ooaveniaaa s of the Cdy the dw c0um a W tzar awry Of its strb-ccf♦outom will be liable artier iris rrtctiaa for dsnagae aridng put of aosiOe of tardsiristim m the itrcaOplish bidder srasst,cure that the iGj Y or &mmis 10 paooe or p OWW dim* caused oertteaiet k being ternadnated fbr the canmriaace of ire City wider die Nmdn*m dam end hbe extent of dw or molting Am dw sok thasiigance of City or my. of to atdoem agars, or estpl4hyaas.mcfgnkldw awktw&6. Upon dpt of sucb t *IN the shell p vtrpdy discart *m aS wade at a* 24. knomtian for Rejections and Award timm ad to do now in&uud art tte troika of lsnttin too, Oar dui all outstanding sitbosnOrados 7ihe city tetKrvcs ffie ( ty Tw to W*q►t or reject any or all � i orders b tbts afltlMnt that trey relrnte m �e Mtstuitsated portion offt oo ks% and tvawl* *ma bids or pertt afbida, a veins iere;nlsrities and w hmrslitien, ww to legwhrt hre-bids. The City also ptaeing firdw ortkra sad submmusats exoapt as Gay =y be neco@ y. and =gAft any =vXuwd pordosrt "Waeea die right 10 99=0 the caatrsct On atheh haws Of tie work. die City dse m will but save do inns ou of dha City. mw City awdher ties w the rigln to award the l m ". -a 30. Coallid of "Rest an a *split aedeT basis, or sash con6instion as shaft bat nave the biseo nto of the City tehlastr odtrtwiw �i�. Far pusporar of deta,t adaingry possible eooNct of -t iniara of bidders umst disclose tf nay City of 23. lnsatpretMpom POMPOiD Bomb � is aUo an twr ow, onrporste al&ar. a employee of eck budw a. Any questions cmmuN the canditiam and lndkok a dmw *yap" (s City "Via)" is also A m coumb d ia� bid shaeid,be subdued aaoci*Md with your buslow , sir ,'Ne. if lea. give is roceived by Pwcbgft j+visian no de later n live (5) wa$*g days prior so bid ;ni Par+wn(s)*s) tad posidon(a) with yor busiaas. • The City of Pamptw 8csch WWI not be NO Z yey Nanhe a position reopaasiiblc for and interpramdans xwe by arty City ."",.. pastoral Or npresantative or cam. '1 w issuance of s (Nde: 1f anmw is "yes". you must file a tidtarrant written addftulm is the only otlkial mathod whavby widk One SilMmisar of ElactiorA pw Wtnt tO Piorids inttarprppdnn, elmitkation or additional tntbnnation Stamtu 112?J13.) Can be givem 26. Fa6* to RmpwA M. Public Entity Gimp If you olm not to bid, itlase term and*W A pence sir MUM w8o has boon p1m ed an be "Statetnent Of No Rospowe" farm by da bid due dasa, convined vendor list fanowl" a conviction for a and stem your nuon(a) for not bidding. Failure to pisblie satity crime mmy not submit a bid of a needed respon4 either by submitting a bid, or by suinnittihhg a to provide mY goods or savlaa to a public entity, may "StRument of"* Ropmre" Ib m, my mutt in your not wbrdt a bid as a oaatr d whb M public atteity for seethe being serrarved ttom our trshiling list. tit O*WV Cft Or hepMir Ofa psblie building Or public woft day not atbWt bids an lanes of rml phoprrty to C a public entity, rosy not be «warded or partrrm work as M ahtnwww, aupplisr, subcoemmw or oattrsltmt uthder a tonthot wilt any public entity, end msy not Bid H-26-05- Page 110f 25 Initial tranact business with any public panty in elms of the dMhokf utwunt povided s. 287.017 for CATEGORY TWO for a period of 3d month f mm the date of being phaeod an the convicted vendor list. 32. fioveraint Pracadures This bid is Vvanod by the applicable ecedone of the City's C3mWW Stxvioes hwWum Manuel. A copy of due ttrsaual is available for review at the City Pwchaft ankle. 33. Mended Tie Bids In soxwdiew with Section 297,087, State of Florida StMMS, prefd nce shall be liven to businesses with Dtuttm Waiupk= Program. Wbuwver two or Mona bids wlsich are equal with respect to price quality, and service art raodved for lose procww=t of CMnM"ties or COMICUAll urvioe, a bid foceived from a bushm that cwdfies drat it bas impletnonled a DruS. fiw sire aawa r process. Program shall be giver peAmce in &nblisbed *ucedu m for prneeasing tie bids will be fogawed if Reese of the tied vendors bsve a Dr ug4w Workplace Ptggram in arch to beve a Drug -free Workplace Program, a butlers shall: I) Publish a zb*xoent notifylag employees that the uolswAd. manufaomae, dim-butiory dispeu W& possea e@4 or on of a eanpollad substMw is prohibited in the workplace and specift Ate actions tlot will be taken aphat employees for vioiatiam of such probdbit w 2) inform eanployeas about the dangers of drug abuse in the workplace, the bushmas"s policy of nsiatainbng a drug -fife warkplwce any available drug noses )low resabigtatlon, No anpioyee assistance programs. and the paultles that may be imposed upon emp104M for drug abuse viotatioru. 3) Give each employee easpS d in providing the commodities or tontru*W urvices that are under bid a copy of the statement specified in xAmwdm (1) 4) In doe atrterarnt gWifliad in Subsection (1), notify the tatrptoyses dot. as a oar don of Watkins on dw cost "Wilit e: orcionazetrsl services that are under bid. the "loya will abide by Wa tart of the statesman and will notify the OW&Orr of any Conviction o& or plea of gmlty or nab contend" to. may vioWim ofChspaer 893 or of nary controlled substance law of the United State of any State, fora violation ocowritsl in the swkPIaea so heart thm five (3) days after such conviction. 5) bnpeae a sanction on, or taquiro the satin MMY participation in a drug abuse asaisa MC err rebabiUMM program if such is available in die mVloyr,6 cmuntmity, by any mph who it so com+ictcd. 34. 35. kIj 37 Bidder Name TRCRKnm Make a good filth effort to m9inue to maioadn a draS fim wnrkpheo bwgb h4daneaeuion of dds saetion. ifbiddem *w0finy ba a Drug4w Workplace Ptngtwk ao cetily below; AS THE PERSON AUTHO=W To SKIN THE STATUAMT,1 CMLTry THAT THIS FIItM C7OMPLiES FULLY WTM THE ABOVE Dlgtuos*J= hmAcieftyntatt Al kvWca should be sent to City -of Pompma Bosch, Am" Paysbla, P.Q. Drawer 1300, Pmnpana Batch, Florida, 33061. In accordonce whh.Flarids Statetsa, MqMw 218, papne at will be male witldn 4$ days altar receipt of nmcheadist and a potent kwokL The City will a imW tc pay within fewer days if bidder 9&v a payment dismsast The City cannot nub advance pymaup, melee deposits in advance of r ompt Of Wok arpay C.O.D. Bidders should mw any PayanM discomn in Wow provided on ft poaal to= ow'd rw Contract t snags As provided in Section 217.042(17). Florida Spa uw, Saari ofFlo" Npo" my purchase Sqm a embed tewltiog hoer tide tsrlieitatioa. provided Aso DMark nowt of Mrmn/aMM Services. Division of 1!urehadstg9 ban eortifkd its Me to U stoat affective cad In the boat interest ofthe State. C(s) nay Reg such elo M"tiea or seviees catilled by the Division to Stale of Fkaide agareia at Ate eont woes option. rifler Dkohninebw There shag be no dine irudoaatlon as to ram color, muck soft. notional origin, SWAM, and pbyaieal or ttrootal diubplty In sloe opaadone aonduelad am* 111h latest*&' kwluded as applicable sr tivides by the aootraemr under this section ors do solieisation for, or 10=13AMIC of. goods or s arvires, or sloe suboegp oft of work in ptafottntnat of 1wa eonaasa. Notice To Canna sur 7ha attrploymmt of unaudeMOW aliens by say 001*866ar i, caaddwed a vwlation of Sadao 274A(t) of der bnndV*dm and Nationality Ant. If the eomsra W 1010wBtgly ateplays ona t wised dieca, such violation shall be cause foe ttrtikatwol rmo&Wm of due oorwact Bid H-20*05 Page 12 of 25 U Initial r" C Bidder Name TECHOLM 4�1 me lluIPOR'��!! PAGE 18 MUST BE SIGNED FORBID TO BE CONSIDERED, PER GENERAL CONDITIONS SECTION 3 (Note: The eleven -digit number in parentheses is the City's inventory number for each item.) QRUUP 1— RISC 11 g=. 5/8' = " PRICING -- NEW METERS J= No. ILA IQW 1. 858 5/8" x 3/4" $ 24-75 $ 21,235.50 (890-044-32520) Ift and part number quoted: ! 10 2. 450 1" 367.00 $ 30,150.00 (890-0 4-32540) Mfg. and part number quoted: T�10 3. 90 14/2" $ 167.00 $ 15,030.00 (890-044-32560) Mfg. and part number quoted: zp T n ig Y 10 4. 51 2" $ 233.00 $ 11,883.00 (890-044-32570) Mfg, and part number quoted: T-10 5. 200 5/8" x 3/4"with integrated $ 120.00 $ 24,000.00 double check backilaw preventer Mfg. and part number quoted: RUT= = 10 Total, now meters $ 102,298.50 Option: State additional charge to order any of the above meters with reclaimed register: $ 2.00 /hneter For Group 1, new meters, state delivery time after receipt of order. Bid H-20-05 : Page 13 of 25 Q days a 6. 858 7. 450 Bidder Name t &,3Z. PRICING -- TRADE-IN ALLOWANCE escri do 5/8" x 3/4", used meter 1 ", used meter Total, trade-in allowance NET TOTAL, GROUP i (total new meters, less total trade-in allowance) Sri Tat <S 2.00 > <S 1,716.00 > credit each �$ 4-00 > 4 1,800.00 > credit each 92M 2 -- OMPOUND AZMRS 43,516.00 s Ilem No. � Ott' y p�.PVat boo 1-9-W 1. 1 3" $1,140.00 $1,14r0.00 (890-044-32580) Mfg. and part number quoted: NUT= taro/F[o 2. 1 4" S 1,407.00 s 1,407.00 (890-04-32590) Mfg. and part number quoted: Tau/7w 3. 1 6" S 2,741.00 $ 2,741.00 (890-044-32601) Mfg. and part number quoted: no/ pw TOTAL, GROUP 2 5,288.00 Option: State additional charge to order any of the above meters with reclaimed register: 4.00. (COMPOM MS H&VZ TM >t8t ib"i=. AT $2.00 BACK i $ /meter -mrst VIMCH Tara s $4.00) For Group 2, state delivery time after receipt of order: 30 days l Bid H-20-05 Page 14 of 25 Initial Itegn No. 1Qt-9l 1. 1 4" x -V $ 3,360.00 3,360.00 (890-044-32606) Mfg. and part number quoted: RP . PROxBR'TOS 2. 1 6" x 1-1/2" $ 52145-00 S 5.145.00 _ .(890-044-32607) Mfg. and part number quoted: H . PADyzcros . 3. 1 8" x 2" S 6,.353.00 $ 6 35 .00 (890-044-32608) Mfg. and part number quoted: EP P207XCTUS 4. 1 10" x 2" $ 9,765.00 $ 9,765.00__ (890-044-32609) Mfg. -And part number quoted: �3 TOTAL, GROUP 3 $ 24, 623.00 For Group3 state delivery time after receipt of order: 30 �3' p days 14 cm unit Edo 12W 1. 1 3" S 19 590.00 $h, 2 5900.22..._ . (890-044-32585) Mfg..and part number quoted: HP FM SWFTsD �/� � M 2. 1 4" $ 1,900.00. S 1,900.00 (890-044-32589) Mfg. and part number quoted: 0P rE ' SEMCB � 3. 3 6" s 3,000.00 S 9,000-00 (890-044-32600) Mfg. and part number quoted:. 27 FM sMMCX M01ts M Bid H-20.05 Page 15 of 25Ab Initial S. 1 Bidder Name CHI Uc: OUP 4 _ = StRVICE TUgB= NX= (contiougM 8" $ 4,050.00 $ 32,400.00 (890-044-32610) Mfg. and part number quoted: HP ME b'80.YJKC6 Tuna QZ la" $ 5.600.00 $ 5,600.00 Mfg. and part number quoted: TOTAL, GROUP 4 $ 50 490.00 For Group 4, state delivery time after receipt of order. 30 days Item No. Oustity pace DW 1. 1 2" $ x95.00 $ 295.00 Mfg. and part number quoted: R 2. 1 3" $ 415.00. --- Mfg. and part number quoted: _ UP T=nM 3. 1 4" $.750.00 $ 750.00 Mfg. and part number quoted: IIP "UXU 4. 1 4", with Reclaimed register $ 752.00 $ 752.00 (890-044-32630) Mfg. and part number quoted: HP TwMM 5. 1 6" $1,420.00 $1 L420.00 WE, and part number quoted: HP 6. 1 611, with Reclaimed register $1 422.00 $1,422.00 (890-044-32640) Mfg. and part number quoted: HP TU1t U 7. 1 an $ 2,010.00 $2,010.00 Mfg. and part number quoted: E' Tunin TOTAL, GROUP S ' $7,064.00 Bid H-�20-05 Page 16 of 25 initial C� 111 IN MB TOCNINAn Bidder Name M' ac. Option: State additional charge to order any ofthe above meters with reclaimed register: $ 2.00 /meter (n/a for above Bid Items 4 and 6) For Group 5, state delivery time after receipt of order: 30 days Bw No. Quantity cscri 'on it Nce DW 1. " 1 2" x 7" x 2-1/8" $ 112.00 $112900 Mfg. and part number quoted: 2. 1 3" x 6" x 3-3/41' $ 0 $ Mfg. and part number quoted: 3. 1 4" x 7,1/2"'x 4-1/2" $0 $ Mfg. and part number quoted: 4. 1 6" x 9" x 5-1/2" $0. $0 Mfg. and part number quoted: 5. 1 8" x 10" x 6-3/4" $ 0 $ 0 Mfg. and part number quoted: TOTAL, GROUP 6 $ 112.00 For Croup 6, state delivery time after receipt of order: ELI $ 1",359.50 days CONTINGENT PRICING — METER PARTS Note: Pricing for meter parts will not be considered as a basis forbid award. Current published price list sbaIl be furnished with your bid proposal and shall remain in effect for the period of the contract. Price List effective date: JAMU 20" Discount allowed on published prices (from the above list) i5X % La Bid H-20-05 Page 17 of 25 Initial Bidder Name Q' nu. Bidders should submit the following with their bid proposals 1.) Copy of completemanufacturrds warranty for all meters bid. 2.) An accuracy chart showing loss of bead in psi at maximum flows for each size and type of meter bid. 3.) Current published price list for entire line of water meter parts. If awarded the contract resulting from this bid, will your company agree to extend the same prices, terms and conditions to other governmental entities? (Note -- Optional, agreement not required for contract award.) Name & address of company submitting -bid: HRPTQIT6 T8CWKM= GWup ]3tc. 1600 AUUM REGMILY 229 TAi1.AS8$8. AL36078 ....................................................... Zip ................. Federal Employer Identification # or Social Security #: 13--4192672 ............................................................................ i...................Y..... Telephone number:...334-283-6555......................................... "Fax" number: 334-283-•7299 ,A,dw ledwnwt Qf ft 90h.&MOi& is noted: Addendum Number(s) g/A Datc(s) Issued z Yes No F/A Manual signature of company officer; ...............................T.r..........�..........wwrrr....rrr..r..... Signer's name (typed or printed): . X. Ras�o.................................................... ..... Title of signer: J..P.r.. %SXCR.L1&TAR1 Bid H-20�05 Page 18 of 25 OMM'C initial Bidder Name OW Mc• SBE GOAL ANNOUCEMENT - 111;�►�� The City of Pompano Beach Is strongly committed to insuring the participation of Small Business Enterprises (SBE's) as contractors and subcontractors for the procurement of goods and services. The SBE criteria being used is as stated In FSS 288,703. Bidders are encouraged to participate in the City of pompano Reach's Voluntary SBE Program by including as part of their bid package the tBF Participation Form (Exhibit "A"), and the Letter of Intent Form (Exhibit "B"). Bidders who are unable to meat the recommenced voluntary goals should also provide the SBE Unavailability Form and Good Faith -Effort Report (Exhibits"C" and "D"). The recommended, voluntary goals for this bid are ,__% for Small Business Enterprises. Bid H-20-05 Page 19 of 25 a °w O� = W 0 Q L.IJwLL 0u9� ZwCL om� 0 U P., M I J 0 1: I I I' if 1301�01N Go Bider Name C._ TT IbEENJ Ig PERFORM..A§UB Bid Number H-2 a TO: ■/A (Name of Prime or General Bidder) The undersigned intends to perform subcontracting work in connection with the above contract as (check below) an individual a corporation a partnership a joint venture, The undersigned Is prepared to perform the following work in connection, with the above Contract, as hereafter Described in detail: at the following price: (Date) BY: (Name of -SBE Copt udor) Bid H-29-.05 Page 21 of 25 initial Bidder Name � � BID #H-2QD5 1, N/A (Name and Title) of , certify that on the Y da of invited the following SBE CONTRACTOR(s) to bid work items to be performed in the City of Pompano Beach: Form of Bid Sought SSE Contractor (Le., Unit Price; -Work Items Materials/Labor Address Sou ht Labor Onl etc. Said SSE CONTRACTOR(s): Did not bid In response to the invitation Submitted a bid which was not the low responsible bid Other. Signature: Date. Note: Attach additional documents as available. 919 9AHIBIT "C' Bid H-26-05 page 22 of 25 " Initial 7XCMD OGT Bidder NameQl= > 1. What portions of the contract have you identified as SBE opportunities? N/A 2. Did you provide adequate information to Identified SBE? Please comment on how you provided this information. 3. Did you send written notices to SBEs? Yes No If yes. -please Include copy of the notice and the list of individuals who were forwarded copies of the notices. 4. Did you advertise In local publications? Yes No If yes, please attach copies of the ads, including name and dates of publication. 5. Did you contact any organizations with large constituents of SBE members for possible sub• contractors? Please attach list of resource organizations used. 6. What type of efforts did you make to assist SSEs in contracting with you ? Bid H-20-0.5' Page 23 of 25 Initial i. Bidder Name mum= ucmutaa in- List the SBEs you will utilize and subcontract amount. '/s $ 8. Other comments: Note: Please attach the unavailability letters with this report, HIB I -D Sid H-24-0 Page 24 of25 ` h initial Bidder Name =W =.C- ( STATEMENT OF NO RESPONSE If you do not intend to bid on this requirement, please complete and retum this form by the bid opening deadline to the City of Pompano Beach Purchasing Division, Building C,1190 N.L. P Avenue, Pompano Beach, Florida 33060; this form may be faxed to (954) 7864168. Failure to respond, either by submitting a bid, or by submitting a "Statement of No Response" form, may result in your firm's name being removed from our mailing list. WE, the undersigned, have declined to bid on this solicitation for the following raason(s): COMPANY NAME TELEPHONE SIGNATLIR] ITME DATE Bid H-20-05 We do not offer this product or an equivalent Our workload would not permit us to perform Insufficient time to respond to the Invitation for Bid Unable to meet spocifications (explain below) Other (specify below) Page 25 of 25 1 Temp Reso 10833 1 I f Exhibit 2 SUNSTQTE METER & SUPPLY, INC. 4 14001 W. NEWBERRY RD. NEWBERRY, FLORIDA 32669-2710 March 7, 2005 Mr. Steven J. Beamsderfer City of Tamarac 7525 N.W. 88th Avenue Room # 108 Tamarac, FL 33321-2401 Subject: City of Pompano Beach Bid H-20-05 Water Meters Dear Mr. Beamsderfer: Sunstate Meter and Supply, Inc. and Neptune Technology Group, Inc. are in agreement to extend pricing to the City of Tamarac off of the City of Pompano Beach, IFL Bid H 2O-05 Water Meters. The initial term of this contract is good through February 22, 2006. There are four renewals after that making these prices good through 2010. I have enclosed a copy of their price sheets for your review. If you have any questions please feel free to call me at (352).359-4321. Sincerely, 9ayy H. Meyers Sales In Florida Toli Free:1-800-342-3409 • Local & 0atside Florida (352) 332-7106 - Fax: (352) 332-5604 *rIYINK. 1U. Mb ( 4: lurm NO. 945 P. LVI-p "EXHIBIT 2" TR #10969 City of Poaipsme Bea* Ptrch asim Dmdan � U 90 NJL 3rtd Aveane, Building C Pompano Beach, Florida, 33060 _ w MOB Dcacmj3#r 28, 200:5 Lavmm 1VL Ruma, V.P. P ngn"1fl Mary Ncob==a alagl► Group, Inc. 16C�D Highway 229 Tal me% Alabama mo7ti x7�f IVYr{.MiL4S0. 7tiis 1 is. to coEarm the City of Partgaao> t is Is the contract renowla option with YOURcnmpensr for "9liatw Memel imue d Pttr AD& to Y314 H 2d- 05. Thk renewal win �x ft an&(1), froxri FebtuMy 23, 2,t306 to Fd cnury?2, 2007. 'Tile Pdaaa, Norms, and couditious of the on l laid and coottaat pefad remain unehaugpd £ar #hW rMar al peW. A copy of thus letter will be seat to rho utmtica DapartummL Think You *r Yaw cor►dwwd eoaparattJrm. , Very tmlk you, r.eeta Rgdin Gkimeral Services Director ec: �illiats� 7fienzn� Vi�)icies i F i f . I • i i • i May 12 06 12:44p Jay H. Meyors 352-331-4184 p.2 "EXHIBIT 3" TR #10969 SUNSTATE METER & SUPPLY, INC. 14001 W, NEWBERRY RD. NEWBERRY, FLOFRIpA 32669-2710 May 12, 2006 Mr. Steven. BeamsderEer City of Tamarac 7525 NW- SS", Avenw Tamamr, FL 33321 2401 Subject: City Of Pompano Beach Sid # H-20-05 Wit= Meten. Dear Mr. Beem,sdft-frsr: Sunstate Meter and SuPP1y, %zc_ and Neptune Tcohnology Group, Inc. are in agmement to extend pricing to the City of Tamarac off of Bid # H20-05. Tho prices terms., and conditions of the ari.gitnal bird and Contract period remain unchanged for the =newal period. These prices we good through February 22, 2007. Sincerely i ,Tay H. Meyers Saba In Florida TAIL Free_1-800-342-3409 + Local & 0utside IF (362) 332-7106 • Fax: (_ 2) �_5spq P.02/02 ACjW—D"' DATE (MM/Dq/rv1" i„ PRoauCER ft r r 5/24/06 Acordia �'I-531-5400 THIS CERTIFICA IS ISSUED AS A MAT OF JNFORMATION " suite 250 ONLY AND CONFERS NO RIQHT3 UPON THE CEFITtFICATE HOLDER. THIS CERTIFICATE DOLES 1100 Johnson Ferry Rd NOT AMEND, EXTUND 614 ALTER THE COVE---- AFFORDED 6Y THE POLICIES BELOW. Atlanta, GA 30342 COMPANIES AFFORDING COVERAGE COMPANY INSURED ` t A American Home Assurance Co. A + x V Neptune Technology Group Inc. COMPANY Amsr}can Doper Industries, Inc. g Home Assurance Co, � �. x v 1600 Alabama Hwy22g COMPANY C Amsriciwn InYI SnLrcII Ins Co. Tallassee, AL. 36078 ,; ,f, COMPANY D Allienz Global Risks US Ins Co �. v IN r �s THIS I$ TO CERTIFY THAT THE PANY -5 DP INSURANCE LISTED BELOW HAVE fND1CATE0, NOTWiiF)STANDING ANYCON0rrIoN •`:? �" BEEN ISSUED TO THE OF ANY CON A INSURI D NAMED A90VE POR THE POLICY PERtOp OR a ER LUMEN WITH CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THEINSURANCEAFFORDED RESPECT To HWHICHTHIS BY THE POL C E5 DESCRIBED S O EXCWSIONS AND CONDITIONS OP SUCH POLICIES. I..IMIT$ SHOWN MAY HAVE BEEN REDUCED BY PAID TERMS, CO CLAIMS. LTR TYPE OF INSURANCII POLICY NUMBER POLICY EPFjCTTVF pDLICY EXpIRATIGN A GEMBIAL LIA uTY DATE (M!M=1YY) DATE (Il AIDWYYI LIMITS X GL7217231 COMMERCML GGIERAt, LIABILITYjob500 Agp Per 4/01/06 4/01/07 GENERAL AGGREGATE e D 000 1 � 3.::, CLAIMS MADE ED OCCUR PRODUCTS - COMPM AGG TO 200D000 OWNER'S A CONTRACTOR'S PROT PERSONAL A ADV INJURY a 1000000 X Vendors EACH OCCURRENCE a 1000000 COVara FlRE DAMAGE (Any one Rru a 100000 6 AUTOMoaILE LWIILrry CA 1171973,74 &MED EXP (Any ono Putt 1 20000 X ANY AUTO CA 7173e l 8 4l01 /06 4/0 7 /q7 COMBINED SINGLE LIMIT 1 ALL OWNED AUTOS 2000000 SCHEDULLED AUTOS $ 7 00,000 Hired Wf1dolr INJURYe Irr er• Ipw X WIRED AUTO$ Car Phy Dmg Limit oar+aN X NON-0WNEO AUTOS $2,500 tied. Date of eview BODILY INJuRY x Comp. 02,500 dad. ACCep (Per socldeno s ble X Collision PROPERTY DAMAGE e GARA40 LIARILMY a ANY AUTO (Note eflClenclea 8e AUTO ONLY - EA ACCIDENT s OTHER THAN AuTo ONLY: Risk M EACH ACCIDaVT e e 1 natU EX L; CESSUAXILrry 44f36378 Al3COMMA TE e 4101/06 4/01/07 X uMeRELLArnRM E,►CMOGCURpF;tiCfE 1 svopppo B WOU Is COMPM"TTON AND EMPLOYERS, UAWL17Y THE PROPRIETOR X PARTNERWEXECUTIV@ OFFICSR6 ARE OTMR Property Coverage Special Causes of Loss 6CRW60N OF nMA11AAra/,.-.n--- WC3001753,54,65 & WC3001894 INcL Inal USLrxiH, OCS EXCL & Maritime CLP3007003 City of Tamarac Attn, Patty Tomaszewski 7525 Northwest 88th Avenue Tamarac, FL 33321 AGGREGATE a' 5000p00 4101106 4/01/07 X W 6TATu EL EACH ACCIDENT a 1A00p00 EL DISEASE - POLICY LIMIT a 1000000 aL 016"SE - CA aMpLOYEE a 2000000 4/01 /06 4/01 /07 $200,000,000 Loss Urnft par Occurrence, Real, Pers & Bus, Income per schedule on file 8MOUL-0 ANY OF THE ASOVE DEACRIr1ED POLICIES AS CANCELLED aEl=oRE THE EXPIRATION DATE YMCREOF, THE laSIlI1N0 COMPANY WILL ENDEAVOR TO MAIL 30 DAYS W1p1TEN N"CE TO THE! op-riPIcATE HOLDER NAMEC TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SMALL IMPOSE No neLIAA.TION OR UAIILITY .2 ANY W!D UPON THE COMPANY, ITS A01M OR RFAREaEhrrn'rtvae TOTAL P.02